Loading...
HomeMy WebLinkAboutPulice Construction Inc; 2015-07-09; PWS13-40UTIL AddendaAgua Hedionda Sewer Lift Station, Vista/Carlsbad Interceptor Sewer Reaches VC11B to VC15, and Avenida Encinas Recycled Water Line Project Pre-Bid Meeting March 4, 2015 Background •Originally built in 1964 •Jointly owned –Cities of Carlsbad and Vista •Operated by Encina Wastewater Authority •Lift Station and Trestle at End of Useful Life •Does not have sufficient capacity for build out Project Elements •140’ Long Steel Truss Bridge •33 MGD Sewer Lift Station •4000 L.F. Sewer Forcemain •6800 L.F. of 54” Gravity Sewer •11,000 L.F. of Recycled Water Pipeline 3 Lagoon Bridge Agua Hedionda Sewer Lift Station Encina Power Plant Gravity Sewer & Recycled Water Pipeline Palomar Airport Rd. Encina Water Pollution Control Facility Existing Gravity Sewer 4 Existing Structures to be Removed 5 6 Existing Structures to be Removed Existing Structures to be Removed 7 8 Temporary Pumps 9 Temporary Pumps Site Plan 10 Existing Sewer Lift Station YMCA Proposed Sewer Lift Station Future Site of Power Plant Bridge Proposed Lift Station & Bridge 11 Looking North Agua Hedionda Lagoon Southwest & East Elevations 12 Proposed Piping –Avenida Encinas 13 Trenching Horizontal Directional Drill Trenching Proposed Piping –Avenida Encinas (cont.) 14 Trenching Microtunneling Trenching Proposed Piping –Avenida Encinas (cont.) 15 Microtunneling Microtunneling Palomar Airport Road EWPCF Coordination •North County Transit District •NRG Energy •San Diego Gas & Electric •Southern California Gas Company •Encina Wastewater Authority 16 Work Flow & Constraints •12-inch Gas Line Relocation •YMCA Site Availability •Carlsbad Energy Center Project •Pipeline Construction North of Cannon Road •Cooperation with Business Community 17 Questions 18 1 of 5 CITY OF CARLSBAD AGUA HEDIONDA SEWER LIFT STATION, VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC11B-VC15 AND RECYCLED WATER LINE PROJECT Contract No. PWS13-40UTL Addendum No. 3 From: Terry Smith, Project Manager Phone: (760) 603-7354 Date: March 13, 2015 Bid Opening Date: April 8, 2015 at 2:00 pm REVISIONS TO BID DOCUMENTS: The following clarifications, deletions and additions shall be made a part of the contract documents. I. CONTRACTORS PROPOSAL: Replace page 19 through 24 with revised pages attached. II. NOTICE INVITING BIDS: Add this Language: “All Pre-Bid questions shall be submitted to the City no later than 5:00 PM on Thursday, March 26, 2015” Add: Final Pre-Bid Site Tour (YMCA Site Only): Time: 10:00 am Date: Wednesday; March 25, 2015 Location: Convene at the Corner of Chinquapin Ave. and Long Place RSVP Required: Jeanette Brown, Jeanette.Brown@carlsbadca.gov The City of Carlsbad will lead an optional site visit of the northerly portion of the project site located adjacent to the YMCA Facility at the date, time and location specified above. The tour will convene at the location and time shown above. Attendees are required to bring their own PPE, which shall include at a minimum the following items; hard hat, safety vest, safety glasses, gloves, long pants and leather work boots. RSVP is required. Please RSVP no later than 4:00 pm on Thursday, March 19th. 2 of 5 III. DRAWING REVISIONS (see attached): 1. Drawing No. 467-7 (Schedule A) Delete: Sheet C-5 Replace with: C-5, Rev. 1 2. Drawing No. 467-7 (Schedule A) Delete: Sheet B-2 Replace with: B-2 Rev. 1 (Addendum 3) 3. Drawing No. 467-8 (Schedule B) Delete: Sheet E-044 Replace with: Sheet E-044 (Addendum 3) 4. Drawing No. 467-8 (Schedule B) Delete: Sheet E-200 Replace with: E-200 (Addendum 3) 5. Drawing No. 467-8 (Schedule B) Add: Electrical Bridge Grounding Details C, D, E, F to Sheet C-12 IV. GENERAL PROVISIONS: 1. Section 7-1 Delete: “Possible locations for contractor staging and laydown include portions of the NCTD railroad right-of-way, the area adjacent to the lift station owned by NRG Energy, and the vacant lot (known as the South Parcel) adjacent to the Carlsbad Water Recycling Facility owned by the Encina Wastewater Authority.” Replace with: “The Contractor may use the northerly 10 acres of the 28 acre vacant lot (known as the South Parcel) which is south of and adjacent to the Carlsbad Water Recycling Facility and owned by the Encina Wastewater Authority. Other potential locations for contractor staging and laydown include portions of the NCTD railroad right-of-way and the area adjacent to the lift station owned by NRG Energy. 2. Delete: Section 7-5.2.2 Replace with: 7-5.2.2 Work Authorization Letter. It shall be the responsibility of the Contractor to obtain a “Work Authorization Letter” from NCTD, prior to the commencement of any work on NCTD Right-Of-Way. An encroachment application form is available on NCTD web site: http://www.gonctd.com/working-around-the-rails. Contractor is required create a “Work Plan” for review and approval of NCTD. The details of construction, including proposed method and means to perform the work shall be submitted to the railroad for approval. No work shall be undertaken until approval by the Railroad is given. A 90% complete Work Plan has been prepared by the City and reviewed by NCTD and is included in the Appendix to these Specifications for the Contractor’s use. The Work Plan will at a minimum address the following: 1. Project purpose 2. Project scope 3. Means and methods 4. Equipment used 5. Boring or pothole backfill specifications 3 of 5 6. Construction Schedule 7. Noise, dust and other impacts form work/equipment 8. Community outreach plan 9. How Right-Of-Way will be accessed 10. Hazards 11. Spill Prevention and Mitigation 12. Safety 13. Emergency Management 14. Construction Drawings (signed and stamped 15. Surveyed map of encroachment area, including measurements to known survey monuments All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to “Work Plan” review, railway flaggers and construction inspection, Railroad Protection Training and all required Railroad insurance shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. 3. Revisions to: Section 7-8.6.4 Dewatering Delete sentence: “Accumulated water discharge into the sanitary sewer system shall be metered, and shall not be released at an instantaneous or accumulated rate greater than 10,000 gallons/day”. Replace with: “Accumulated water discharged into the existing interceptor sewer shall be metered, and shall not be released at an instantaneous or accumulated rate greater than 1,000 gallons/minute”. Delete sentence: An application, sample permit and associated background information regarding the Special Use Discharge Permit is attached within Appendix “F”. Recent groundwater quality test results are attached within Appendix “C”. Replace with: An application, sample permit and associated background information regarding the Special Use Discharge Permit is attached within Appendix “B”. Requirements for proof of general liability and environmental impairment liability insurance of at least $5,000,000 is specified in “Section C - Drawing and Information Submittal Requirements”, of the Special Use Discharge Permit Application. Recent groundwater quality test results are attached within Appendix “K”. 4. Delete: Section 7-8.6.4.1 Management of Hydrocarbon Contaminated Soils Replace with: 7-8.6.4.1 Management of Contaminated Soils. Contractor shall furnish a qualified Environmental Monitor (EM) and shall monitor excavated spoils for potential contamination in accordance with the Soils & Groundwater Management Plan (SGMP). The EM shall have at its disposal a calibrated PID Meter for use during the course of his/her evaluations. Contaminated Soils encountered during the Work shall be handled in accordance with Best Management Practice WM-7 of the CALTRANS Storm Water Quality Handbook. If, and in accordance with the SGMP the EM determines that evidence of contamination exists, the Contractor shall temporarily stockpile, sample and test the contaminated material at its expense. If the EM and Engineer determine that the contamination is greater than 200 LF and 1000 CY in volume, then the Contractor may leave the material in place for insitu characterization. Stockpiled 4 of 5 material shall be placed at a location acceptable to the Engineer, within the ROW and adjacent to the excavation. Imported Material required to replace Contaminated Material for the purpose of backfill shall be furnished subject to Section 3-3 EXTRA WORK, unless Imported Material is already being used by the Contractor to replace Wet Material in accordance with Section 300-2.2.2 Wet Material, and the Contaminated Soil is also Wet Material. If necessary the Engineer will characterize the impacted material to profile contamination, and upon acquisition of the test results, will provide additional direction to the Contractor regarding the permanent disposal, removal and/or handling of the material. The additional disposal, removal and/or handling of the material as directed by the Engineer, shall be subject to Section 3-3 EXTRA WORK. V. TECHNICAL SPECIFICATION SECTIONS: 1. Delete: Section 01025 Measurement and Payment Replace with: Section 01025 Measurement and Payment Addendum No. 3 version (Attached) 2. Delete: Section 15059 Fiberglass Reinforced Polymer Mortar Pipe Replace with: Section 15059 Fiberglass Reinforced Polymer Mortar Pipe, Addendum No. 3 version (Attached) 3. Delete: Section 15180 Power Actuated Valve and Gate Schedules Replace with: Section 15180 Power Actuated Valve and Gate Schedules, Addendum No. 3 version (Attached) VI. SUPPLEMENTAL AND REFERENCE INFORMATION: Reference Drawing, DWG 478-6A, Sheets 1 and 2: Drawing No. 474-5, Sheet C-19 references Cannon Substation Modification Drawing No. 478-6A. A copy of this improvement plan is included, for information purpose only. Contractor shall field verify actual improvements to the site. V. APPENDICES: Appendix B, add the following Encina Wastewater Authority (EWA) Forms: 1. Special Use Permit Application 2. EPA Approve Sampling and Analytical Methods 3. License/Indemnity Agreement Form 4. Local Discharge Limits 5. Pretreatment Ordinance 5 of 5 Attachments: Contractor’s Proposal (Bid Sheets): DWG 467-7 Sheet C-5 Rev. 1 DWG 467-7 Sheet B-2 Rev. 1 (Addendum 3) DWG 467-8 Sheet E-44 (Addendum 3) DWG 467-8 Sheet E-200 (Addendum 3) DWG 467-7 Additional Electrical Bridge Grounding Details Section 01025 Measurement and Payment (Addendum 3) Section 15059 Fiberglass Reinforced Polymer Mortar Pipe (Addendum 3) Section 15180 Power Actuated Valve and Gate Schedule (Addendum 3) Reference Drawing Cannon Substation DWG 478-6A, Sheets 1 & 2 (for information only) Appendix B – Encina Wastewater Authority Forms (Supplemental Information) 1. Special Use Permit Application 2. EPA Approve Sampling and Analytical Methods 3. License/Indemnity Agreement Form 4. Local Discharge Limits 5. Pretreatment Ordinance End of Addendum Revised 1/3/13 Contract No. PWS13‐40UTIL Page 19 of 170   (Addendum #3)  CITY OF CARLSBAD   AGUA HEDIONDA SEWER LIFT STATION, VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC11B-VC15, AND RECYCLED WATER LINE PROJECT CONTRACT NO. PWS13-40UTIL CONTRACTOR'S PROPOSAL  City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008   The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. PW S13-40UTIL in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit:   SCHEDULE “A” SEWER AND LAGOON BRIDGE REPLACEMENT      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            A‐1 Gravity Sewer Installation at LS $____________  $___________                       (Price in Words)                 A‐2 Lagoon Bridge Construction &  Trestle Demolition at LS $____________  $___________                       (Price in Words)                 A‐3 Sheeting, Shoring, and Bracing at LS $____________  $___________                       (Unit Price in Words)                  A‐4 Protection and Relocation of  YMCA Facilities at LS $____________  $___________                       (Price in Words)       Total amount of bid in words for Schedule “A”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “A”: $ _______________________________________ Revised 1/3/13 Contract No. PWS13‐40UTIL Page 20 of 170   (Addendum #3)  SCHEDULE “B” LIFT STATION AND FORCE MAIN      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            B‐1 Lift Station Improvements at LS $____________  $___________                         (Price in Words)                 B‐2 Sewer Force Main Installation at LS $____________  $___________                         (Price in Words)                 B‐3 Sewer Forcemain High Point  Assemble 1 EA $_____________  $____________                         (Price in Words)                 B‐3 Sheeting, Shoring and Bracing at LS $____________  $___________                         (Unit Price in Words)        Total amount of bid in words for Schedule “B”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “B”: $ _______________________________________   SCHEDULE “C” INTERCEPTOR SEWER IN AVENIDA ENCINAS      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            C‐1 Open Cut Gravity Sewer at LS $____________  $___________                         (Price in Words)                 C‐2 Microtunneled Gravity Sewer at LS $____________  $___________                         (Price in Words)                  C‐3 Water Pipeline Relocation at LS $____________  $___________                        Revised 1/3/13 Contract No. PWS13‐40UTIL Page 21 of 170   (Addendum #3)    Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)   (Unit Price in Words)                 C‐4 Jacking Pits at LS $____________  $___________                         (Price in Words)                 C‐5 Receiving Pits at LS $____________  $___________                         (Price in Words)                 C‐6 Additive Bid Item; Tunneling  Stand‐by at 20 DAYS $____________  $___________                       (Unit Price in Words)                  C‐7 Sheeting and Shoring at LS $___________  $__________                       (Price in Words)                 C‐8 2” AC Grind and Overlay at LS $____________  $___________                       (Price in Words)                 C‐9 Pavement Striping and Markings  at LS $____________  $___________                         (Price in Words)                 C‐10 Traffic Control at LS $____________  $___________                         (Unit Price in Words)        Total amount of bid in words for Schedule “C”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “C” _________________________________________ Revised 1/3/13 Contract No. PWS13‐40UTIL Page 22 of 170   (Addendum #3)  SCHEDULE “D” AVENIDA ENCINAS RECYLED WATER LINE      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            D‐1 Construct Recycled Water  Pipeline (North of Station 73+76)  at  LS $____________  $___________                         (Price in Words)                 D‐2 Construct Recycled Water  Pipeline (South of Station 73+76)  at  LS $_____________  $___________                         (Price in Words)                 D‐3 Sheeting, Shoring, and Bracing at LS $____________  $___________                         (Price in Words)       Total amount of bid in words for Schedule “D”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “D”: $ _______________________________________ SCHEDULE “E” GENERAL PROJECT BID ITEMS      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            E‐1 Mobilization and Bonds at LS $____________  $___________                       (Price in Words)                 E‐2 Project Closeout and  Demobilization at LS $____________  $___________                       (Price in Words)                 E‐3 CPM Schedule Development at LS $____________  $___________                      Revised 1/3/13 Contract No. PWS13‐40UTIL Page 23 of 170   (Addendum #3)    Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)   (Unit Price in Words)                  E‐4 CPM Schedule Updates at $110,000 $110,000  $110,000.00    Stipulated       Amount      (Price in Words)                 E‐5 Class “A” Field Offices at 2 EA $____________  $___________                       (Price in Words)                 E‐6 Right of Entry Permits and  Insurance for SDG&E, NRG,  NCTD, EWA at  LS $____________  $___________                       (Unit Price in Words)                  E‐7 SWPPP Certification and BMP  Establishment at LS $___________  $__________                       (Unit Price in Words)                  E‐8 SWPPP Monthly BMP  Maintenance thru Close‐Out &  N.O.T.  $480,000  Stipulated  Amount  $480,000.00  $480,000.00                       (Unit Price in Words)                  E‐9 Additive Bid Item   Potentially Contaminated Soil  Monitoring at  750 CY $____________  $___________                       (Unit Price in Words)                  E‐10 Additive Bid Item   Treat and Process Potentially  Contaminated Groundwater  4 WEEKS $____________  $___________                       (Unit Price in Words)                    Revised 1/3/13 Contract No. PWS13‐40UTIL Page 24 of 170   (Addendum #3)    Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)  E‐11 Allowance for site security at  NRG PROPERTY  STIPULATED  ALLOWANCE $120,000  $120,000                       (Unit Price in Words)                  Total amount of bid in words for Schedule “E”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “E”: $ _______________________________________ Total amount of bid in words including Schedule “A”, Schedule “B”, Schedule “C”, Schedule “D” and Schedule “E”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers including Schedule “A”, Schedule “B”, Schedule “C”, Schedule “D” and Schedule “E”: $ _______________________________________________________________ The basis of award will be the sum of Schedule “A”, Schedule “B”, Schedule “C”, Schedule “D” and Schedule “E”. Price(s) given above are firm for 90 days after date of bid opening.   B-5ASTANDARD TRUSS BRIDGE ELEVATIONBB-21" = 10'BRIDGE PLANAB-21" = 10'B-8CB-9AINITIALDATEDATE INITIALENGINEER OF WORKDATE INITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 0 1IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.3886 467-737No. 048318Exp. 06/30/1626B-2JM-JSOIDABGENERAL PLAN AND ELEVATIONS. INITIALDATEDATEINITIALENGINEER OF WORKDATEINITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.CLOSEOPENTO SCADAREMOTECLOSEOPENVALVECLOSEDVALVEOPENEDOLRSTOPOPEN/CLOSE ACTUATORFROMSCADAGRMTO SCADATO SCADA480V AC‘60HZMCC-EQ. NO.DESCRIPTIONDS-SG-1001WET WELL SLUICE GATE-PV-1090FORCE MAIN ISOLATION VALVEDS-1090APPLICABLE TO SG-1001 ONLY. FOR OTHER VALVES,CIRCUITRY IS NOT REQUIRED.STAHL MODEL 9251/02-40 OR EQUAL.KEY NOTES:11DS-IN1.ONLY GENERAL FUNCTIONAL REQUIREMENTS ARESHOWN. CONTRACTOR SHALL PROVIDE COMPLETECONTROL DIAGRAMS FULLY DOCUMENTED AND WIREDIN ACCORDANCE WITH THE MANUFACTURER'SINSTRUCTIONS AND CONTRACT DOCUMENTS.GENERAL NOTES:1423492E-044SVFSFS171467-8NONENONECONTROL SCHEMATIC DIAGRAMS 3ELECTRICAL100101102103104105106107108109110111112113114120VLEGENDLOCATED IN THE FIELDTERMINAL AT DEVICECR100POWER PHASEFAIL RELAYLNGLSH-1095LSHH-1095TO LINE 106OUT 1INTRINSICALLYSAFE RELAY22OUT 1CR106HIGH WETWELL RELAYCR 106ICTOTR107TR108TR 109TR109CR 106TR107PUMP 1 EMERGENCYCALL TIMER (SET TOZERO SECONDS)PUMP 2 EMERGENCYCALL TIMER (SET TO15 SECONDS)PUMP STOP TIMER(SET TO 60 SECONDS)FCR-TO VFD-1050TR108LIFT PUMPS VFD FAILOVERCONTROLLER LCP-1100CR1050CR1060CR1070CR1080FCR-FCR-FCR-FCR-FCR-FCR-FCR-FCR-FCR-FCR-FCR-TO VFD-1060TO VFD-1070TO VFD-1080FROMSCADA1(+)(-)POS CTRLFROM SCADA14-20mAIN(+)(-)14-20mAOUTPOS INDTO SCADA UPUPUPTBTBMMMMMSCALE :3/16"= 1'-0"FIRST FLOOR PLANELEVATION 10.0INITIALDATEDATEINITIALENGINEER OF WORKDATEINITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.C2220ALCP-2220P2220PMP-2221PC2221MSH-2221TSH-2221TB-2220BC2220BLSHH-2220LSL-2220LSM-2220C2220CPMP-2222MSH-2222TSH-2222PC2222GENERAL NOTES:1.FOR CLARITY, NOT ALL CIRCUITS ARE SHOWN. SEEONE-LINE DIAGRAM DWGS FOR COMPLETE CIRCUITINGREQUIREMENTS.KEY NOTES:PANEL PROVIDED AS PART OF VENDOR PACKAGEDEQUIPMENT, SEE DIV 15 SPECIFICATIONS.SEAL WATER CONTROL PANELS, SEE DWG M-200 ANDDETAIL 4/M-005 FOR DETAILS.11PIT-1090S1090C2210ALCP-2210P2210PMP-2211PC2211MSH-2211TSH-2211TB-2210BC2210BLSHH-2210LSM-2210LSL-2210C2210CPMP-2212MSH-2212TSH-2212PC22121FIT-2010P2010FE-2010S2010AS2010BPV-1090DS-1090P1090AP1090BC1090C1015P1015PV-1015HS-1015C1025P1025P1026C1026PV-1046HS-1046PV-1045HS-1045C1036P1036PV-1036HS-1036C1035P103522PBD-3011 CKT 29PV-1055HS-1055BV-1056HS-1056PV-1066HS-1066PV-1076HS-1076PV-1086HS-1086BV-2024HS-2024BV-2023HS-20231443492E-200SVFSFS171467-83/16" = 1'-0"NONELIFT STATIONELECTRICALFIRST FLOOR POWER AND CONTROL PLANLSH-22202PBD-3011 CKT 35C1025AC1015AC1026AC1036AC1035A MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-1 Addendum 3 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 – GENERAL Bid items are not intended to be exclusive descriptions of work categories. The Contractor shall determine and include in its pricing all materials, labor, and equipment necessary to complete each Bid Item (work phase) as shown and specified. 1.01 INCIDENTAL WORK Work specified or shown on the Drawings for which the Bidding Form does not provide a separate lump sum or unit price, or which is incidental, is not separately paid. Costs for such work are compensated in the prices bid for other work items. 1.02 MEASUREMENT OF QUANTITIES Measure quantities in accordance with standard industry practice, and as specified herein. The Project Engineer will verify measurements. Except for time, measure quantities to the nearest whole number of units. Round down fractional units less than one-half; round up units one-half or greater. Measure time to the nearest tenth of an hour. A. MEASUREMENT BY WEIGHT: For packaged goods identifying the weight on the package, the printed weight may be used. Use theoretical handbook weights for steel. For bulk goods, and for package goods without printed weight, determine the weight using approved scales. Measurements shall be in accordance with U.S. Standard Measures. A pound is an avoirdupois pound. A ton is 2,000 pounds avoirdupois. B. LINEAR MEASUREMENT: Measure by the linear horizontal dimension for pipelines listed or indicated in the Bidding Form at the centerline of the item in place unless otherwise specified. C. TIME MEASUREMENT: Measure to the nearest 1/10 unit of an hour for bid items measured by time, unless otherwise specified. Time shall measure the elapsed duration of all work operations, except as otherwise specified, required to be performed. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-2 Addendum 3 D. LIQUID MEASUREMENT: The unit of liquid measure is the U.S. gallon, unless otherwise identified. F. LUMP-SUM MEASUREMENT: Except as otherwise specified, measurement shall be for the entire item, unit of work, structure, or combination thereof, as listed on the Bidding Form. Payment for stipulated lump sum amounts shall be disbursed throughout the duration of the contract as shown in the Contractor’s schedule of values as approved by the city. The apportionment for each lump sum item shall show measurable quantities and unit prices allocated to the different features of the work and major subdivisions thereof. The summation of extensions of quantities and unit prices and related costs shall equal the amount of the lump sum bid for the item on the Bidding Form. G. ALLOWANCE MEASUREMENTS: Measurements of allowance-based items shall be on the basis of allowable documented costs, as specified herein, for labor, equipment, materials and services, and subcontracts as submitted by the Contractor in the form of time-cards, and invoices. 1.03 FIELD MEASUREMENTS Compute quantities for work performed for payment purposes and submit to the Project Manager for approval. Assist the Project Manager in the taking of measurements by providing equipment, workers, and survey crews as required to verify quantities in accordance with the provisions for measurement specified herein and elsewhere in the Contract. Unless otherwise specified, quantities shall be calculated using dimensions indicated on the Drawings with no allowance made for specified tolerances. 1.04 REJECTED, EXCESS, AND WASTED MATERIAL The following quantities will not be included for payment: 1. Quantities of material wasted or disposed of in a manner not called for under the Contract or as a consequence of the construction method used to perform the work. 2. Rejected loads of material, including material rejected after it has been placed by reasons of the failure of the Contractor to comply with the provisions of the Contract. 3. Material not unloaded from the transporting vehicle. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-3 Addendum 3 4. Material placed outside the lines indicated on the Drawings or established by the Engineer. 5. Material not incorporated into the final Work. 6. Material remaining on hand after completion of the Work. No payment will be made for loading, hauling, and disposing of rejected material. 1.05 MEASUREMENT AND PAYMENT The bid amounts for each Bid Item will be used for comparative bid analysis. The bid amounts will also form the basis of monthly progress payments. Each lump sum bid amount will undergo further breakdown as described later in this section. Bid Items A-3, B-3, C-8, and D-2 will also demonstrate the Contractor's compliance with the California Labor Code relating to the price for sheeting, shoring, and bracing of excavations. Bid items are not intended to be exclusive descriptions of work categories and the Contractor shall determine and include in its pricing all materials, labor, and equipment necessary to complete each Bid Item (work phase) as shown and specified. A. BID ITEM A-1, GRAVITY SEWER INSTALLATION: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to, coordination with agencies, coordination with So Cal Gas, 6” water line relocation and pipeline removal, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, sewer bypassing, gravity sewer, pressure sewer, storm drain, manholes, junction structures, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. B. BID ITEM A-2 LAGOON BRIDGE CONSTRUCTION AND TRESTLE DEMOLITION: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, NCTD flagmen, existing bridge demolition, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, sewer bypassing, piles, retaining walls, abutments, prefabricated steel truss bridge, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-4 Addendum 3 C. BID ITEM A-3 SHEETING, SHORING, AND BRACING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring, and bracing including all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. D. BID ITEM A-4 PROTECTION AND RELOCATION OF YMCA FACILITIES: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with YMCA and other agencies, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing YMCA facilities, dewatering, sewer bypassing, piles, retaining walls, abutments, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. E. BID ITEM B-1 LIFT STATION IMPROVEMENTS: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, noise barriers, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, demolition, grading, site work, yard piping, lift station, grinder facility, electrical building, odor control facilities, electrical and instrumentation, sewer bypass pumping, retaining walls, landscape, and irrigation and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. F. BID ITEM B-2 SEWER FORCE MAIN INSTALLATION: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, noise barriers, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, sewer force main pipeline, valves, air release valves, tie-ins to existing and new facilities, sewer bypass pumping, sewer junction structures, AC pavement and median restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-5 Addendum 3 G. BID ITEM B-3 SEWER FORCE MAIN HIGH POINT ASSEMBLY: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, for the force main high point assembly shown on Sheet C-602, Drawing No. 467-8. H. BID ITEM B-4 SHEETING, SHORING, AND BRACING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring, and bracing including all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. I. BID ITEM C-1 OPEN CUT GRAVITY SEWER: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, sewer bypassing, gravity sewer, pressure sewer, storm drain, manholes, junction structures, AC pavement, pavement striping, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. J. BID ITEM C-2 MICROTUNELED GRAVITY SEWER: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, microtunneled sewer, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing sewer, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. K. BID ITEM C-3 STEEL WATER PIPELINE: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-6 Addendum 3 control, steel water pipeline, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing water pipeline, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. L. BID ITEM C-4 JACKING PITS: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, jacking pits, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. M. BID ITEM C-5 RECEIVING PITS: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, receiving pits, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. N. ADDITIVE BID ITEM C-6 MICRO-TUNNELING STAND-BY: For all impacts associated with Agency caused or unforeseen conditions that result in a suspension of microtunneling operations shall be based upon the daily rate proposed under Bid Item. The proposed standby rate shall furnish full and final compensation for all idled microtunneling and microtunneling support equipment per working day. Additive Bid Items shall not be subject to Sections 3-2.2.2, 3-2.2.3 or 3.2.5. The Agency reserves the right to vary the quantity of the Additive Bid Item from 0% to 1000% of the listed quantity. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-7 Addendum 3 O. BID ITEM C-7 SHEETING, SHORING, AND BRACING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring, and bracing shall include completion of all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. P. BID ITEM C-8, AC GRIND AND OVERLAY: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited for 2” AC grind and 2” AC overlay per sheets C-26 and C-27 of City Drawing No. 467-9, the contract General Provisions ,Section 7-10 and Supplemental Provisions Sections 203 and 302. Protection, adjustment and replacement of existing utility surface appurtenances is part of this bid item, of which include: protection and adjustment of sewer manholes frame and covers; protection and adjustment of storm drain manhole frame and covers; replacement of water valve cans. Include also replacement of survey monuments per General Provisions Section 2-9 along with related traffic control, and temporary pavement markers per General Provisions 7-10 and Supplemental Provisions Section 214, and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. Q. BID ITEM C-9 STRIPING AND PAVEMENT MARKING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to pavement striping, marking and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. R. BID ITEM C-10 TRAFFIC CONTROL: Bid item shall include full compensation for all labor, equipment, and materials necessary to necessarily implement the traffic control plans included in Drawing No. 467-9 and General Provisions Section 7-10. Includes revising or creation of supplemental traffic control plans and the implementation of such plans as necessary to complete Work. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-8 Addendum 3 S. BID ITEM D-1 PVC RECYCLED WATER PIPELINE ( North of Station 73+76): Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, recycled water pipeline, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing recycled water pipeline, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. That Work being north of Station 73+76 on Drawing No. 474-5. T. BID ITEM D-2 PVC RECYCLED WATER PIPELINE ( South of Station 73+76): Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, recycled water pipeline, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing recycled water pipeline, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. That Work being south of Station 73+76 on Drawing No. 474-5. U. BID ITEM D-3 SHEETING, SHORING, AND BRACING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring and bracing including all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-9 Addendum 3 V. BID ITEM E-1 MOBILIZATION AND BONDS: Bid item shall include full compensation for all labor, equipment, and materials necessary for mobilization as identified in Specification Section 01505 Mobilization, including work items not identified in a separate bid item. Satisfactory mobilization progress shall be complete once the Contractor has purchased bonds and insurance and mobilized equipment for the Work. W. BID ITEM E-2 PROJECT CLOSEOUT AND DEMOBILIZATION: Bid item shall include full compensation for all labor, equipment, and materials necessary for demobilization as identified in Specification Section 01505 Mobilization, including work items not identified in a separate bid item. Demobilization shall be complete once the Contractor has moved off of the job site, performed clean up, and after the project is completed and accepted by the Project Manager. X. BID ITEM E-3 CPM SCHEDULE DEVELOPMENT: The stipulated lump sum price shall include full compensation for all labor, equipment and material required to complete all Work necessary to prepare the Baseline CPM Schedule in accordance with Section 6-1 of the General Provisions., associated and appurtenant provisions of the Contract. Y. BID ITEM E-4 CPM SCHEDULE UPDATES: The stipulated lump sum price shall include full compensation for all labor, equipment and material required to complete all Work necessary to update the CPM Schedule in accordance with Section 6-1 of the General Provisions, associated and appurtenant provisions of the Contract. Z. BID ITEM E-5 CLASS “A” FIELD OFFICES: Bid item shall include full compensation for all labor, equipment, and materials necessary for Class “A” Field Offices as specified in Specification Section 01505. AA. BID ITEM E-6 RIGHT OF ENTRY PERMITS AND INSURANCE FOR SDGE, NRG, NCTD, EWA AND OTHERS: Bid item shall include full compensation for all labor, equipment, and materials necessary for all right of entry permits, insurance, and other Work necessary for all agencies required for the duration of the contract. BB. BID ITEM E -7 SWPPP CERTIFICATION AND BMP ESTABLISHMENT: Bid item shall include full compensation for all labor, equipment, materials, and work to complete all Work as shown and as specified, including and not necessarily limited to completion of a project NOI, certify the project SWPPP, compile and submit project PRDs, MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-10 Addendum 3 appoint a project QSD and QSP, install and maintain all required construction phase BMPs, complete all required pre-construction, phase SWPPP documentation, and associated Work as required to ensure the project’s full compliance with State Water Resources Board’s General Construction Permit (Order No. 2009-0009-DWQ) and General Provisions Section 7-8.6. CC. BID ITEM E-8 MONTHLY BMP MAINTENANCE THRU CLOSE-OUT & N.O.T: Bid item shall include full compensation for all labor, equipment, and materials required to complete all Work necessary to maintain, repair and replace all temporary construction BMPs, provide project oversight by the QSD and QSP, monitor, document, and report project compliance, complete all SWPPP administration and associated work throughout the duration of the project. Work also includes final stabilization of the project site, removal, and disposal of all temporary BMPs, submittal of final projects NOT in full compliance with State Water Resources Board’s General Construction Permit (Order No. 2009-0009-DWQ), General Provisions Section 7-8.6 and sheets L-9 and L-10 of City Drawing No. 467-8. DD. ADDITIVE BID ITEM E-9 TREAT AND PROCESS POTENTIALLY CONTAMINATED GROUNDWATER: Refer to Section 7-8.6.4 of the General Provisions. Bid Item shall include full compensation for all labor, equipment and materials required to incorporate Granular Activated Carbon (GAC) filtration into dewatering system as necessary to remove petroleum hydrocarbon contamination prior to discharge into the wastewater collection system. GAC system shall be capable of reducing groundwater TPH levels from less than 10 ppm to less than 2 ppm upon discharge. GAC system shall be capable of accommodating discharge flow rates of up to 100 gpm. A minimum of two (2) GAC filters shall be furnished to allow the removal and replacement of spent GAC without disruption to the operation of the groundwater system. Bid Item shall include weekly water sampling and testing for TPH as required by the Encina Wastewater Authority. Work shall be performed in accordance with the General Provisions, Contract Specifications, and as directed by the Engineer. EE. BID ITEM E-10 ALLOWANCE FOR SITE SECURITY AT PROPERTY OWNED BY NRG ENERGY: Bid item shall include full compensation for all labor, equipment, and materials required to comply with the security requirements of NRG Energy to monitor and document vehicle and pedestrian ingress and egress across NRG’s property during the performance of the contractor’s Work. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) **END OF SECTION** MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-11 Addendum 3 THIS PAGE INTENTIONALLY LEFT BLANK FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-1 ADDENDUM 3 SECTION 15059 FIBERGLASS REINFORCED POLYMER MORTAR PIPE PART 1 -- GENERAL 1.01 DESCRIPTION A. SCOPE: Perform the work specified to provide fiberglass reinforced polymer mortar pipe complete and in place including miscellaneous fittings and specials required for proper completion of the Work. At the Contractor’s preference, fiberglass pipe may be centrifugally cast or filament wound as specified herein. At the contractor’s preference, alternate pipe materials may be provided where not otherwise specified. Alternate materials may include steel reinforced polymer concrete pipe (polymer) per Section 15072 for open cut and micro-tunneling installations or PVC lined concrete reinforced pipe per Section 15056 for open cut installations. The Contractor shall be responsible for the design the provided pipe per the design requirements and criteria listed herein. Contractor shall submit design calculation prepared, signed and sealed by a Professional Engineer registered in the State of California and verified by the manufacturer. B. REQUIREMENT: 1. The furnished pipe shall have a minimum internal diameter of 52.5-inch for nominal 54-inch diameter pipe. 2. Fiberglass pipe shall be provided by open cut (direct buried or cut and cover), above ground (bridge), and microtunnel installation. Pipe shall be provided in accordance with the performance, quality control and quality assurance requirements of SSPWC (Greenbook), latest edition, Section 207-20 and Section 207-22 as modified herein and as specified herein. 3. Design Responsibility: The design and layout of pipe, manholes and fittings shall meet the service conditions and the criteria specified in this Section and as shown on the Plans are the responsibility of the Contractor. The Contractor shall submit design calculations for wall thickness and pipe stiffness class demonstrating that the pipe is capable of sustaining the maximum stresses to be imposed during installation and service. a. The calculations shall take into account ground loads, live loads, jacking forces, estimated pipe string compression, eccentric forces FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-2 ADDENDUM 3 due to steering (0.5 degree joint deflection), external loads such as traffic and railroad, and any other loads which may be reasonably anticipated. b. The factor of safety and allowable jacking capacities shall be shown and described. The allowable safe jacking capacity of the pipe shall be 3.0 times greater than the maximum jacking forces which may be imposed on the pipe by the microtunneling process of installation as identified by theoretical calculations. Maximum jacking loads applied to the pipe cylinder shall be determined at the minimum wall thickness where the cross section has been reduced. c. Separate submittals shall be provided for microtunnel, above ground (bridge), and open cut installation methods. Pipe shall be designed and calculations provided in accordance with the minimum parameters and requirements specified herein. d. The calculations shall include trench details and materials proposed for bedding and backfill in accordance with Section 02223 and Section 02200 for review and approval by the Construction Manager. e. The calculations shall include pipe expansion and contraction resulting from varying atmospheric temperatures, as well as lateral / vertical bridge displacements. The calculations shall include expansion joint design to accommodate thermal and bridge / pipe displacements. g. Exposed pipe provided for the Schedule A, Bridge crossing shall be provided with a dark brown exterior to match the color of the finished bridge structure. Coloration of the exterior shall be achieved by introducing color into the exterior coat resin. Gel coats applied to the exterior of the pipe shall not be used. The Contractor shall be responsible to coordinate exterior color of pipe and bridge and submit color samples for review. C. DEFINITIONS: 1. CCFRPM: Centrifugally cast fiberglass reinforced polymer mortar pipe 2. FRP: Filament Wound fiberglass reinforced polymer mortar pipe. 3. PIPE JOINT: The area at centerline of the visible gap between pipe lengths that are coupled together with a fiberglass sleeve coupling. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-3 ADDENDUM 3 4. PIPE LENGTH: The pipe between two joints; part of a pipe section. 5. PIPE SECTION: The reach of pipeline between two successive manholes. 1.02 QUALITY ASSURANCE A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ASTM D 2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. ASTM D 3262 Standard Specification for “Fiberglass” (Glass-Fiber- Reinforced Thermosetting-Resin) Sewer Pipe. ASTM D3567 Standard practice for Determining Dimensions of “Fiberglass” (Glass-Fiber-Reinforced Thermosetting Resin) Pipe and Fittings ASTM D3681 Test Method for Chemical Resistance of “Fiberglass” (Glass- Fiber-Reinforced Thermosetting Resin) Pipe in a Deflected Condition ASTM D3754 Test Method for Chemical Resistance of “Fiberglass” (Glass- Fiber-Reinforced Thermosetting Resin) Sewer and Industrial Pressure Pipe ASTM D3839 Standard Guide for Underground Installation of “Fiberglass” (Glass Fiber Reinforced Thermosetting-Resin) Pipe ASTM D 4161 Standard Specification for “Fiberglass” (Glass-Fiber- Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-4 ADDENDUM 3 Reference Title ASTM F 447 Standard Specifications for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. ISO 9001 Total Quality Control Management System SSPWC Standard Specification for Public Works Construction “Greenbook”. B. MANUFACTURER REQUIREMENTS Manufacturer shall maintain a continuous Quality Control Program and shall provide the Construction Manager with certified test reports. Manufacturer shall provide third party ISO 9001 certificate and calibration certificates for each device used in the manufacture of pipe as required by ISO 9001. Equipment such as scales, measuring devices, and calibration tools used in the manufacturing of the pipe shall have been calibrated within the last 12 months. The manufacturer of pipe and fittings shall provide a list of five projects with a minimum of 5,000 linear feet each, where 48-inch or larger diameter pipe was supplied within the United States. Each reference shall contain the names of the OWNER, ENGINEER and CONTRACTOR. The manufacturer shall also demonstrate supplying a minimum of 50,000 LF in the past 20 years of 48-inch diameter or larger pipe. The manufacturer of pipe for jacking/microtunneling shall provide a list of five trenchless projects with a minimum of 5,000 linear feet of jacked/microtunnel pipe, where 48-inch or larger diameter pipe was supplied within the United States. Each reference shall contain the names of the OWNER, ENGINEER and CONTRACTOR. Pipe and fittings shall be the product of one manufacturer. All pipe shall be manufactured specifically for this project. No pipe shall be furnished from stock unless approved by the Construction Manager. C. QUALIFICATION TESTING Contractor shall submit a manufacturer’s affidavit that all provided materials have been tested and meet or exceed the performance requirements of ASTM D2412, ASTM D3262, ASTM D4161 and ASTM D3681 when tested using 1N sulfuric acid and SSPWC Section 207- 20.5. The Contractor, at their expense, shall furnish certified test data as required by the Owner to demonstrate compliance with specified performance requirements including but not limited to quality control, quality assurance, strength, chemical and abrasion resistance, dimensional tolerance, and suitability such that furnished pipe fulfill its specified function. Tests and testing methods shall be subject to review and acceptance by the Owner. The Owner or their designated representative shall be entitled to inspect pipes or witness pipe fabrication and material testing at the manufacturer’s facilities at no additional cost to the Owner. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-5 ADDENDUM 3 products that comply with the applicable standards and these Specifications. The Contractor shall provide the Owner’s Representative with four (4) weeks’ notice of the start of fabrication of pipe to be furnished. The Contractor shall include in their Bid, the cost for two (2) Owner or their designated representatives to visit and inspect the pipe manufacturer’s facilities. 1.03 SUBMITTALS The Contractor shall submit the following in compliance with the General Conditions and Section 01300. A. SHOP DRAWINGS: Submit the following: 1. Detailed drawings of the pipe, gaskets, joints, expansion joints, pipe special sections and connections. Detailed drawings shall provide dimensions of pipes including inside diameter and wall thicknesses and details of pipe joints and gaskets with test reports on the properties of the gasket material. 2. Pipe-laying diagrams showing the location, length, strength designation, and number or marking designation of each pipe section, manhole, and fitting to be furnished. The station and elevation of the pipe invert at all changes in grade and all data on curves and bends for both horizontal and vertical alignment shall also be shown. Include the following information: a. Quantities and laying lengths of each piece. b. Invert stations with respect to the Project baseline. c. Invert grade with respect to horizontal between each change of grade. d. Invert elevations referenced to Project vertical datum at each change in horizontal geometry and vertical grade. e. Maximum allowable joint deflections for each type of joint to nearest 1/8 inch; top or bottom, left or right. B. MARKING SCHEDULE: Marks to be used on the finished products to identify pipes, specials and accessories shown on shop drawings and laying schedules. Coordinate identification of each piece with shop drawings, product data, and marking schedule. Design Calculations for wall thickness, pipe class and stiffness and product data as necessary to fully describe all materials, components, and finished products and to show conformance with the Contract Documents. C. Pipe joint test procedures describing method of joint testing. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-6 ADDENDUM 3 D. Manufacturer’s certificate of compliance with the requirements per Paragraph 1.02.B of this Section, references and current ISO 9001 certificatation References will be checked and verified for compliance. E. Manufacturers Certificate of Compliance stating pipe and fittings provided are in accordance with the requirements of this Section and referenced Standards for each size of pipe and fittings used. Provide certified test results per 1.02 C. F. Provide an affidavit of compliance for the provided gasket that it is suitable for use in sanitary sewer systems, manufactured in accordance with ASTM D4161 and meets the minimum requirements of ASTM F477. G. Manufacturer instructions on storage, handling, transportation, and installation. H. Design calculations and manufacturer’s statement verifying calculations. I. Color samples for bridge and exposed pipe demonstrating compliance with paragraph 1.01-B.1.g. 1.04 DESIGN REQUIREMENTS The Contractor shall design and prepare lay drawings of the pipe to meet the service conditions of the installation such as imposed jacking forces/microtunneling, and criteria as specified. A. DESIGN CRITERIA: Minimum criteria for design of piping systems shall include the following: 1. Service Conditions: a. Liquid Service: Sewage. b. Flow Conditions: Low Head Pressure Flow. 2. External loads imposed on pipelines include earth load, live load, and forces imposed on the pipe by the Contractor’s means and methods. Minimum values shall be as follows: a. Depth of cover shall be as shown. b. Minimum earth load for design of pipe shall be a unit weight of soil of 130 pounds per cubic foot. c. Native soil conditions as provided by Geotechnical Investigations. d. Under Roadways: AASHTO H20 truck loading with earth cover. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-7 ADDENDUM 3 e. Under Railroads and within Railroad Right-of-Way: Cooper E80 live loading with earth cover. f. Hydrostatic loading shall assume groundwater to existing grade. 3. Long term creep properties. 4. Pipe expansion, including thermal, and as resulting from pipe / bridge connection. 5. Installation methods shall be as shown on the Drawings. The design shall take into account, jacking forces, estimated pipe string compression, eccentric forces due to steering (0.5 degree joint deflection), and any other installation forces or loads which may be reasonably anticipated 6. NOT USED 7. Intertior surface liner shall not be used in structural calculations. 1.05 MATERIALS TRANSPORTATION, HANDLING AND STORAGE Handle all pipe, fittings, and appurtenances carefully with proper handling devices: web slings, padded slings and clean, padded forks in accordance with manufacturer’s recommendations. Store pipe, fittings and appurtenances on heavy wood blocking or platforms so they are not in contact with the ground. Materials cracked, gouged, chipped, dented or otherwise damaged will not be accepted. Minor defects in the pipe or coatings may be repaired at the site by a method approved by the manufacturer and the Engineer. Damaged pipe, fittings and appurtenances shall be repaired or replaced at Contractor’s expense. 1.06 PIPE SCHEDULE A. SCHEDULE A: FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-8 ADDENDUM 3 SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C2 1+03.00 1+10.00 54 7.00 CCFRPM or FRP Open Cut/Embankment C2 1+10.00 4+09.13 54 299.13 CCFRPM or FRP Open Cut/Embankment C2 4+09.13 6+15.99 54 206.86 CCFRPM or FRP Open Cut/Embankment C2 6+15.99 8+06.06 54 190.07 CCFRPM or FRP Open Cut/Embankment C2/C3 8+06.06 9+57.10 54 151.04 CCFRPM or FRP Open Cut/Embankment C3 9+57.10 11+02.78 54 145.69 CCFRPM or FRP ONLY Above Grade (Bridge)*** C3 11+02.78 13+28.03 54 225.25 CCFRPM or FRP ONLY Open Cut/Embankment C3 13+28.03 13+43.03 54 15.00 CCFRPM or FRP Open Cut/Embankment C3 13+28.03 RT 0.00 13+28.03 RT 50.92 42 51.24 CCFRPM or FRP OR RCP Open Cut/Embankment Alternate materials shall not be allowed between STA 9+57.10 to STA 13+28.03. 54-inch Trunk Sewer shall be CCFRPM or FRP only. B. SCHEDULE B: SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-504 1+00.00 2+02.00 54 102.00 CCFRPM or FRP Embankment C-504 2+37.00 2+74.98 54 37.98 CCFRPM or FRP Embankment C-504 2+74.98 3+38.61 54 108.63 CCFRPM or FRP Embankment C-504 1+00.00 2+70.00 42 170.00 CCFRPM or FRP Embankment C-504 2+70.00 3+94.17 42 116.44 CCFRPM or FRP Embankment C. SCHEDULE C: SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-1 01+02.22 01+04.51 60/48 - CCFRPM or FRP OPEN CUT C-1 01+04.51 01+59.13 54 54.62 CCFRPM or FRP OPEN CUT C-1 01+59.13 07+11.95 54 552.81 CCFRPM or FRP MICROTUNNEL C-1/C-2 07+11.95 09+11.94 54 200.00 CCFRPM or FRP ONLY MICROTUNNEL C-2 09+11.94 13+87.54 54 475.60 CCFRPM or FRP MICROTUNNEL FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-9 ADDENDUM 3 SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-2 13+87.54 16+14.67 54 227.13 CCFRPM or FRP MICROTUNNEL C-2 16+14.67 16+63.00 54 48.33 CCFRPM or FRP MICROTUNNEL C-2/C-3 16+63.00 21+43.00 54 480.00 CCFRPM or FRP MICROTUNNEL C-3/C-4 21+43.00 27+23.00 54 580.00 CCFRPM or FRP MICROTUNNEL C-4 27+23.00 33+13.00 54 590.00 CCFRPM or FRP MICROTUNNEL C-4/C-5 33+13.00 38+33.00 54 520.00 CCFRPM or FRP MICROTUNNEL C-5/C6 38+33.00 45+80.00 54 747.00 CCFRPM or FRP OPEN CUT OR MICROTUNNEL C-6 45+80.00 53+08.43 54 728.43 CCFRPM or FRP OPEN CUT OR MICROTUNNEL C-6/C-7 53+08.43 57+28.32 54 419.89 CCFRPM or FRP OPEN CUT C-7 57+28.32 61+82.87 54 454.55 CCFRPM or FRP OPEN CUT C-7/C-8 61+82.87 68+97.00 54 714.13 CCFRPM or FRP OPEN CUT D. SCHEDULE D: (NOT USED) PART 2 – PRODUCTS 2.01 MATERIALS A. RESIN SYSTEMS: The manufacturer shall use US made polyester resin systems with a proven history of performance in sanitary sewer applications. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. Polyester wall resin shall be an isophthalic, orthophththalic or other approved resin with a minimum tensile elongation of 2 percent. A vinyl ester liner shall be provided to meet chemical resistance requirements. B. GLASS REINFORCEMENTS: The reinforcing glass fibers used to manufacture the components shall be commercial grade E-type glass fibers with a size and finish compatible with the resin provided. C. AGGREGATE: Silica sand shall be minimum 98% silica with a maximum moisture content of 0.2%. Sand shall conform to ASTM C33, excluding gradation requirements. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-10 ADDENDUM 3 D. ADDITIVES: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally effect the performance of the product. E. ELASTOMERIC GASKETS: Gaskets shall be EPDM elastomeric sealing gaskets in accordance with ASTM F477 supplied by approved gasket manufacturers. Gaskets shall meet the performance requirements ASTM D4161 and the chemical composition of the gasket shall be compatible with the type of environment to which it will be subjected. 2.02 MANUFACTURE A. PIPE: Pipe shall be centrifugally cast fiberglass-reinforced mortar pipe (CCFRPM) per ASTM D3262, Cell Class Type 1, Liner 2, Grade 3 or filament wound (FRP) per ASTM D3262 Cell Class Type 1, Liner 1, Grade 1. Pipe Stiffness Class shall be D or higher as required for installation and service conditions. Pipe for trenchless construction shall also conform with manufacturing and testing requirements of ASTM D2412. The resins, reinforcements, colorants, and other materials, when combined as a composite structure shall produce a pipe that meets the performance requirements for ASTM D3262 and a dense, non-porous, corrosion-resistant, consistent composite structure. 1. Dimensions: a. The actual outside diameters and minimum wall thicknesses provided shall be in accordance with ASTM D3262, SSPWC 2015 Edition, Sections 207-20, Table 207-20.3.2 and 207.22 Table 207- 22.3 with a maximum 0.0010 inch tolerance. Inside diameter shall in no case be less than the diameter per 1.01 B.1. In the event of conflict between these requirements, the wall thickness shall be as approved by the CONSTRUCTION MANAGER. 2. Lengths: a. Pipe shall be supplied in nominal lengths. At least 90% of the total footage of each size and class of pipe, excluding special order length sections. Nominal lengths shall be as follows: i. Direct Bury: Minimum 20 feet except as otherwise specified or required for bends or special joints, with the minimum length of 5 feet. ii. Microtunnel: 6, 10, or 20 feet. Actual laying length shall be nominal +/- ½ inch. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-11 ADDENDUM 3 iii. Above Ground (Bridge): 10 feet except as otherwise or required for expansion joints, with the minimum length of 5 feet. 3. Pipe shall be provided with the minimum pipe stiffness in accordance with ASTM D2412 per the following table: Nominal Dia & Installation Pressure (psi) Minimum 54” Direct Buried Class D - SN 72 psi 60” Direct Buried Class D - SN 72 psi 54” Microtunneling Pipe SN 140 psi 54” Above Ground (Bridge) Class D - SN 72 psi The minimum pipe stiffness and wall thickness of pipes shall be increased based on installation requirements and Section 1.01 B. The minimum wall thickness shall be measured at the bottom of the spigot gasket groove where the wall cross-section has been reduced. 4. Tolerances: Microtunnel pipe shall meet minimum tolerances for straightness, roundness and end squareness in accordance with SSPWC Section 207-22.3.3. 5. A minimum compressive strength of 10,000 psi per ASTM D695. 6. The interior surface shall provide chemical, crack and abrasion resistance and shall be a minimum 20 mil resin rich layer. 7. For centrifugally cast pipe, the exterior surface shall be at least 10 mils of silica sand resin mixture over any fiber reinforcement The surface layer shall contain sufficient UV inhibitor to protect the underlying resin from UV degradation. 8. For filament wound pipe, the exterior surface shall be at least 10 mil of sand resin over all reinforcement to allow a smooth finish and provide a long term UV protection layer if pipe is stored. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-12 ADDENDUM 3 B. JOINTS: Unless otherwise indicated, joints shall be axially unrestrained bell-and-spigot/flush bell and spigot gasket joints including couplings using flexible elastomeric seals to obtain soundness and shall conform to ASTM D4161. The joint may be bell-and-spigot or coupling joint with the gasket placed in the bell in circumferential compression or the gasket may be placed on the spigot in circumferential tension. When the joint is assembled, the gasket shall be compressed to substantially fill the groove and affect a watertight seal. FRP sliplining and Jacking joints/couplings shall be flush with the pipe barrel within -0.0” and +0.150” tolerances. Type Joint 54” Direct Buried Bell and Spigot or FWC Coupling or equal 60” Direct Buried Bell and Spigot or FWC Coupling or equal 54” Microtunneling Pipe Flush Bell and Spigot Jacking joints/couplings 54” Above Grade (Bridge) FWC Coupling or equal Joint assemblies shall be so formed and accurately manufactured that when the pipes are drawn together; the pipe shall form a continuous watertight conduit with smooth and uniform interior surface, and shall provide for slight movements of any pipe in the pipeline due to expansion, contraction, settlement, or lateral displacement. Shape and dimensions of the joint shall be such that it will be self-centering upon closure, and so designed that the gasket will not be required to support the weight of the pipe. Rubber gasket shall be the sole element of the joint depended upon to provide water-tightness. Ends of the pipe shall be in planes at right angles to the longitudinal centerline of the pipe. Ends of the pipe units shall be finished to regular smooth surfaces. Gasket material shall be EPDM and meet the performance requirements of ASTM D4161 and the chemical composition of the gasket shall be compatible for sanitary sewer service. C. FITTINGS: Fittings shall be manufactured from mitered sections of fiberglass pipe.. D. PIPE MARKINGS: Pipe markings shall be in accordance with SSPWC Sections 207-20.6 unless specified otherwise. Plainly mark the exterior of each length of straight pipe and each fitting to identify the pipe diameter, the design pressure class, the pipe stiffness, ASTM designation, the date of manufacture, and the name and location of the pipe manufacturer. THE MAXIMUM ALLOWABLE JACKING LOAD SHALL ALSO BE INDICATED FOR MICROTUNNEL PIPE. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-13 ADDENDUM 3 E. ACCEPTABLE MANUFACTURERS: Provide one of the following: 1. CCFRPM - Hobas Pipe USA, Inc. 2. FRP - Thompson Pipe Group, Flowtite, 3. Or approved equal 2.03 CHEMICAL TESTING AND PHYSICAL TESTING A. CHEMICAL TESTING: Pipe shall meet SSPWC Section 211-2 and ASTM D3262, Table 4 testing requirements. B. PHYSICAL TESTING: Pipes shall be manufactured and tested in accordance with ASTM D3262. The manufacturing process shall result in a dense, non-porous, corrosion-resistant, consistent composite structure. 2.04 APPURTENANCES A. FITTINGS: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. 2.05 TRUNK SEWER MANHOLES Fiberglass tee base and one piece fiberglass riser manholes equal to the provided fiberglass cylinder pipe shall be provided as specified. . The tee base connections to the trunk sewer pipe and riser section shall be push-on, gasket- sealed FWC couplings or equal as recommended by the manufacturer for the installation and service conditions. Fully concrete encase the tee base as specified. The concrete encasement shall be designed to support riser loads and traffic loading and extend past the first coupling/joint. 2.06 PIPE CONNECTIONS TO CAST-IN-PLACE AND PRECAST STRUCTURES Connections shall be Kor-n-Seal, Press-Seal, or approved equal: 1. Watertight, flexible expandable boot per ASTM C-923, FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-14 ADDENDUM 3 2. Watertight non-metalic, nonshrink Type V grout and hydrophilic Nitrile waterstop gasket in accordance with ASTM C-923 B. Hardware shall be 300 series stainless steel. Gaskets shall be natural or synthetic rubber. No plastic components shall be permitted. C. Pipe manufacturer’s wall fitting at the Bridge wall abutment (Schedule A) and Lift Station and the Grinding Facility (Schedule B) shall be cast into wall. Wall fittings shall be FWC coupling wall fitting per HOBAS or approved equal. PART 3 – EXECUTION 3.01 GENERAL A. INSPECTION: Inspect each pipe prior to installation. The pipe shall be free of cracks, crazing, holes, delamination, foreign inclusions, air bubbles, blisters, or other deleterious defects. Field repair of pipe or linings damaged by unloading or installation procedures will be permitted, subject to review of the proposed repair procedures by the OWNER. Alternatively, replace the defective pipe or fitting or field cut to remove the damaged portion of pipe. Pipe intended for tunneling shall not be field cut, except to connect to direct-burial pipe. B. INSTALLATION: The installation of pipe and fittings shall be in accordance with ASTM D3839, Section 02223, the manufacturer's recommendations, and as specified. 1. When installing piping in trenches, do not deviate more than 1 inch from line or ¼ inch from grade. Measure for grade at the pipe invert. 2. Do not deflect rubber gasket joints more than the manufacturer's recommended maximum joint deflection angle. 3. Carefully clean pipe end and gasket prior to insertion into the coupling. Apply soap solution approved by the pipe manufacturer immediately prior to joining the pipes. Check completed joint with feeler gauge to make sure the gasket is completely seated around the circumference of the pipe. 4. Protect pipe integrity for all installation methods and phases of construction. This includes, but is not limited to safe handling, utilization of Manufacturer approved installation procedures, and proper protection and installation methods during trenchless installation, as required by specification section 02345, including but not limited to, use of packer rings at the joints to distribute jacking loads. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-15 ADDENDUM 3 C. PIPE HANDLING: Use textile slings, other suitable materials or a forklift. Use of chains or cables shall not be permitted. D. JOINING: Clean ends of pipe and joint components. Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. Use suitable equipment and end protection to push the pipes together. Do not exceed forces recommended by the manufacturer for jointing or pushing pipe. 3.02 PIPELINE ACCEPTANCE AND TESTS A. DEFLECTION TESTING: Pipe deflection shall be tested after backfill is complete. Pipe initial vertical cross-section deflection shall not exceed 3% of the original pipe diameter. Provide inspection data to Construction Manager. B. AIR PRESSURE TEST: The air test shall comply with SSPWC Subsection 306-7.8.2. Joints may be air tested individually with the use of specialized equipment provided the joint testing procedure is submitted for the Construction Manager’s review prior to testing (see 3.2C). Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The maximum allowable pressure drop shall be 1.0 psi over a 30-second test period. Not more than one (1 ) joint shall be air tested at any one time. C. JOINT PRESSURE TESTING: Pressure test each pipe joint using portable pipe joint tester prior to backfilling or grouting. Repair joint leaks which do not meet the leakage criteria. Pipe Joint tester shall meet the following criteria: 1. Pressure cylinder which fits inside pipe, straddles pipe joint and isolates and pressurizes a section of pipe. 2. Elastomeric sealing elements encircle the joint tester body so that when inflated or deformed they affect a seal between the joint tester body and the interior surface of the pipe. Sealing elements shall be designed to resist test pressure at an inflation pressure that does not exceed capacity of pipe. FRP MORTAR PIPE MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15059-16 ADDENDUM 3 3. Data plate: References pipe diameter, rated test pressure, inflation pressure and any torque requirements for threaded fasteners. Acceptable manufacturer: 1. Mechanical Research & Design, Inc. 2. Lansas Products. 3. Approved equal. ** END OF SECTION ** POWER ACTUATED VALVE AND GATE SCHEDULES MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15180-1 ADDENDUM 3 SECTION 15180 POWER ACTUATED VALVE AND GATE SCHEDULES PART 1 -- GENERAL 1.01 DESCRIPTION This section contains schedules of power actuated valves and gates for this work that incorporate actuators specified in Section 15185. 1.02 VALVE SIZING Where the specific valve is smaller than the connected pipe, the Contractor shall provide reducers. 1.03 SCHEDULE Powered actuator types are specified in Section 15185 and for use in the valve and gate schedule are defined as follows: Actuator Type (ACTUSPEC) Service Definition EMTT Throttling (Modulating) Electric motor multi-turn EMTI Isolating (Open-Close) Electric motor multi-turn EQTI Isolating (Open-Close) Electric motor quarter-turn POWER ACTUATED VALVE AND GATE SCHEDULES MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15180-2 ADDENDUM 3 ELECTRIC MOTOR ACTUATED VALVE SCHEDULE Type of valve (Pump Suction Side): Eccentric Plug Valves per Section 15110. Valve Number Service Valve size, inches Actuator type Actuator Enclosure Open/close Time seconds; Motor duty, minutes PV-1016 PV-1026 PV-1036 PV-1046 PV-1056 PV-1066 PV-1076 PV-1086 RS RS RS RS RS RS RS RS 16 16 16 16 16 16 16 16 EQTI EQTI EQTI EQTI EQTI EQTI EQTI EQTI NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X 60/60 60/60 60/60 60/60 60/60 60/60 60/60 60/60 BV-2023 RS 24 EQTI NEMA 4X 60/180 BV-2024 RS 24 EQTI NEMA 4X 60/180 Type of valve (Pump Discharge side): Eccentric Plug Valves per Section 15110. Valve Number Service Valve size, inches Actuator type Actuator Enclosure Open/close Time seconds; Motor duty, minutes PV-1015 PV-1025 PV-1035 PV-1045 PV-1055 PV-1065 PV-1075 PV-1085 RS RS RS RS RS RS RS RS 16 16 16 16 14 14 14 14 EQTI EQTI EQTI EQTI EQTI EQTI EQTI EQTI NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X NEMA 4X 60/120 60/120 60/120 60/120 60/60 60/60 60/60 60/60 POWER ACTUATED VALVE AND GATE SCHEDULES MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15180-3 ADDENDUM 3 Valve Number Service Valve size, inches Actuator type Actuator Enclosure Open/close Time seconds; Motor duty, minutes PV-1090 RS 18 EQTI NEMA 4X 60/60 POWER ACTUATED VALVE AND GATE SCHEDULES MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15180-4 ADDENDUM 3 ELECTRIC MOTOR ACTUATED GATE SCHEDULE Type of gate: Slide Gate per Section 11109. Valve Number Service Gate size, inches Actuator type Actuator Enclosure Open/close Time seconds; Motor duty, minutes SG-1001 RS 54 x 54 EMTT NEMA 7 150/150 *** END OF SECTION *** POWER ACTUATED VALVE AND GATE SCHEDULES MARCH 2015 PWS CONTRACT NO. 13-40UTIL 15180-5 ADDENDUM 3 THIS PAGE INTENTIONALLY LEFT BLANK Encina Wastewater Authority SPECIAL USE DISCHARGE PERMIT APPLICATION Mail completed Encina Wastewater Authority Permit No. ___________ and signed 6200 Avenida Encinas Reviewer _____________ application to: Carlsbad, CA 92011 Date ________________ Phone: (760) 438-3941 SECTION A – GENERAL INFORMATION 1. Company/Applicant Name: _____________________________________________________________________________ 2. Facility/Site Address: __________________________________________________________________________________ Street City Zip  Corporation  Partnership  Sole Proprietor 3. Corporate/Owner(s) Names:______________________________________________________________________________ 4. Head Office Address:___________________________________________________________________________________ Street City Zip 5. Other Address(es): ____________________________________________________________________________________ Street City Zip (Circle: Mailing, Billing, Landlord, Property Manager, Property Owner, Pretreatment Equipment Operator, etc.) (Attach Additional Sheet(s).) 6. Persons to contact concerning this application: (Indicate at which address contact may be reached: F – Facility, HO – Head Office, O – Other) _________________________________ ________________________ ________________ ___________ ______ Administration 1 Title Phone No. Ext. Address _________________________________ ________________________ ________________ ___________ ______ Inspection/Sampling Title Phone No. Ext. Address _________________________________ ________________________ ________________ ___________ ______ Other (Attach Additional Sheet(s).) Title Phone No. Ext. Address __________________________________________ ______________________________ ____________________ _____________ _______ (Person Who Can Be Served Notice at the Site) Title Phone No. Ext. Address 1 Person with signatory authority to whom legal documents should be directed. See Page 4 of application for signatory requirements and statement. 7. Sewer Agency:  Buena Sanitation District  City of Vista  City of Carlsbad  Leucadia Wastewater District  City of Encinitas  Vallecitos Water District 8. Discharge Alternatives: Provide a detailed description of the alternatives investigated for disposal including reasons why all other alternatives were not chosen. Attach additional sheet(s). 9. Environmental Risk or Health Hazard: Explain why the discharge is necessary to mitigate an environmental risk or health hazard or to protect the beneficial reuse of wastewater byproducts. Attach additional sheet(s). 10. Waste Origin: The source of the proposed discharge is within the Encina Service Area. ____________________ (Initial) 11. Using the criteria established by regulations of the EPA and the State, the proposed discharge is not considered to be toxic or hazardous. _________________ (Initial) SECTION B – DISCHARGE CHARACTERISTICS WATER QUALITY INFORMATION 1. Describe all present and past business or other activity(s) occurring at the facility/site that may have an effect on the water quality of the proposed discharge. Attach additional sheet(s). ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 2. Describe the known or suspected pollutant source(s) and history of the wastewater contaminants. Attach additional sheet(s). ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 3. Give common and technical names of any materials suspected to be present in the discharge. Briefly describe the physical and chemical properties and concentrations of each substance. Attach additional sheet(s) if necessary including all existing laboratory reports. Name Description Concentration FLOW INFORMATION 1. Describe each proposed discharge by Well #, Pump # or Sample Point #. Attach additional sheet(s) if necessary. Well, Pump or Sample # Flow1 Metered Estimated Discharge Type2 Daily Max Flow3 Peak Hydraulic Flow4 Hours of Discharge Days of Discharge Discharge Period (Mo/Yr) Pretreat- ment (Y or N) 1- Average Gallons Per Discharge Day 2 - B = Batch; C = Continuous; I = Intermittent 3 - Maximum Gallons Per Discharge Day 4 - Instantaneous Maximum Gallons FLOW INFORMATION (Cont.) 2. Is the discharge from your system controlled:  Manually  Automatically 3. Describe any engineering controls and/or planned procedures for preventing flows greater than your permitted amount from entering the sewer system. Attach additional sheet(s). 4. Is there any existing or planned discharge to storm drains?  Yes  No If yes, list NPDES Permit Numbers(s) and attach a copy of the Monitoring and Reporting Requirements. ________________ 5. Describe your plan for mitigating the need to discharge to the sewer in the future. Attach additional sheet(s). PRIORITY POLLUTANT INFORMATION Place an “x” by each listed chemical which may be present in your discharge. Some compounds are also known by other names. Include the estimated concentration in mg/L, if known.  Asbestos (fibrous)  Carbon tetrachloride  Endrin aldehyde  Cyanide (total)  Chlordane  Ethylbenzene  Antimony (total)  4-chloro-3methylphenol  Fluoranthene  Arsenic (total)  Chlorobenzene  Fluorene  Beryllium (total)  Chloroethane  Heptachlor  Cadmium (total)  2-chloroethyl vinyl ether  Heptachlor epoxide  Chromium (total)  Chloroform  Hexachlorobenzene  Copper (total)  Chloromethane  Hexacholorobutadiene  Lead (total)  2-chloronaphthalene  Hexachlorocyclopentadiene  Mercury (total)  2-chlorophenol  Hexachloroethane  Nickel (total)  4-chlorophenyl phenyl ether  Indeno (1,2,3-c,d) pyrene  Selenium (total0  Chrysene  Isophorone  Silver (total0  4,4’-DDD  Methylene chloride  Thallium (total)  4,4’-DDE  Naphthalene  Zinc(total)  4,4’DDT  Nitrobenzene  Acenaphthene  Dibenzo (a,b) anthracene  2-nitrophenol  Acenaphthylene  Dibromochloromethane  4-nitrophenol  Acrolein  1,2-dichlorobenzene  n-nitrosodimethylamine  Acrylonitrile  1,3-dichlorobenzene  n-nitrosodi-n-propylamine  Aldrin  1,4-dichlorobenzene  n-nitrosodiphenylamine  Anthracene  3,3’-dichlorobenzidine  PCB-1016  Benzene  1,1-dichloroethane  PCB-1221  Benzidine  1,2-dichloroethane  PCB-1232  Benzo (a) anthracene  1,1-dichloroethylene  PCB-1242  Benzo (b) fluoroanthene  1,2-trans-dichloroethylene  PCB-1248  Benzo (k) fluoroanthene  2,4-dichlorophenol  PCB-1254  Benzo (g,h,i) perylene  1,2-dichloropropane  PCB-1260  Benzo (a) pyrene  1,3-dichloropropylene  Pentachlorophenol  a-BHC (alpha)  Dieldrin  Phenanthrene  b-BHC (beta)  Diethyl phthalate  Phenol  d-BHC (delta)  2,4-dimethyl phenol  Pyrene  g-BHC (gamma)  Dimethyl phthalate  2,3,7,8-tetrachlorodibenzo-p-dioxin  Bis (2-chloroethyl) ether  di-n-butyl phthalate  1,1,2,2-tetrachloroethane  Bis (2-chloroethoxy) methane  di-n-octyl phthalate  Tetrachloroethylene  Bis (2-chloroisopropyl) ether  4,6-dinitro-o-cresol  Toluene  Bis (chloromethyl) ether  2,4-dinitrophenol  Toxaphene  Bis (2-ethylhexyl) phthalate  2,4-dinitrotoluene  1,2,4-trichlorobenzene  Bromodichloromethane  2,6-dinitrotoluene  1,1,1-trichloroethane  Bromoform  1,2-diphenylhydrazine  1,1,2-trichloroethane  Bromomethane  a-endosulfan (alpha)  Trichloroethylene  4-bromophenyl phenyl ether  b-endosulfan (beta)  2,4,6-trichlorophenol  Butyl benzyl phthalate  Endosulfan sulfate  Vinyl chloride  Endrin SECTION C – DRAWING AND INFORMATION SUBMITTAL REQUIREMENTS (Diagrams may be submitted separately or combined as long as the required information is included.) 1. Assessor’s Parcel Number(s): Provide the parcel numbers for all properties in the affected drainage area. 2. Facility/Site Diagram(s): Attach a diagram of the facility/site which includes the plume and/or drainage area, directional flow of water, all existing or proposed wells, pumps, sample points, flow meters, sewer drains, sewer laterals, manholes, discharge point(s), and containment structures (berms). 3. Wastewater Treatment Diagram(s): Attach a diagram of the wastewater pretreatment system (if any) and give expected pollutant removal efficiencies. Include engineering calculations supporting the sizing of the proposed pretreatment equipment. 4. Cleanup and Abatement Order: Attach a copy of any Cleanup and Abatement Order issued by any other regulatory agency having jurisdiction over the discharge, including the pretreatment proposed or required by that order. 5. Remediation Plan: Attach a copy of any proposed or approved Remediation Plan prepared for the property. 6. Sampling Schedule: Attach a proposed sampling schedule including sampling points and constituents. 7. Liens: Attach a copy of any liens against the property. 8. General Liability: Attach proof of general liability and environmental impairment liability insurance of at least $5,000,000 naming EWA and the Member Agencies as additional insureds, and covering all liability for damages resulting from the discharge. 9. Indemnity Agreement: Attach the signed Indemnity Agreement provided to you with this application. SECTION D – CERTIFICATION The certification statement below must be signed as required in items 1, 2, 3 or 4 below: 1. By a responsible corporate officer, if the User submitting the reports is a corporation. For the purpose of this section, a responsible corporate officer means: a. a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any person who performs similar policy or decision-making functions for the corporation; or b. the manager of one or more manufacturing, production or operation facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. By a general partner or proprietor, if the User submitting the reports is a partnership or sole proprietorship, respectively. 3. By the principal executive officer or director having responsibility for the overall operation of the discharging facility, if the User submitting the reports is a Federal, State, or local governmental entity, or their agents. 4. By a duly authorized representative of the individual designated in item 1,2 or 3 of this section if: a. the authorization is made in writing by the individual described in item 1,2, or b. the authorization specifies either an individual or a position having responsibility for the overall operation of the facility from which the Discharge originates, such as the position of plant manager, operator of a well, or a well field superintendent, or a position of equivalent responsibility, or having overall responsibility for environmental matters for the company; and c. the written authorization is submitted to the Encina Wastewater Authority. “I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information including the possibility of fines and imprisonment for knowing violations.” SIGNATURE _____________________________________________ TITLE ___________________________________________ PRINT NAME ___________________________________________ DATE _____________________________________________ EPA APPROVED SAMPLING AND ANALYTICAL METHODS Parameter Analytical Method1 Container2 Preservation Method3 Maximum Holding  Time4 BOD or CBOD SM5210B*P, G, FP COOL, 0‐6°C 48 HOURS COD HACH 8000*; EPA 410.3 &  410.4 REV 2.0; SM5220C &  5220D P, G, FP COOL, 0‐6°C, H2SO4 TO pH <2 28 DAYS CN,  AMENABLE SM4500‐CN (G)P, G, FP COOL, 0‐6°C, NaOH TO pH >  12, 0.6g ASCORBIC ACIDŦ 14 DAYS CN, TOTAL EPA 335.4 REV 1.0; SM4500‐ CN (F) & 4500‐CN(G) & 4500‐ CN (E)P, G, FP COOL, 0‐6°C, NaOH TO pH >  12, 0.6g ASCORBIC ACIDŦ 14 DAYS METALS:  Cd,  Cr, Cu, Pb, Ni,  Ag SM3111B or C, 3113B,  3120B; EPA 200.9 Rev 2.2,  200.7 Rev 4.4*, 200.8 Rev  5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Sb SM3111B, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS SM3114B, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev HNO3 TO pH < 2 OR HNO3 TO  METALS: As 4.4*, 200.8 Rev 5.4; SM3500‐ As (C or B)P, G, FP 3 p 3 pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Be SM3111D, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4; SM3500‐ Be (D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: B SM4500‐B (B), 3120B; EPA  200.7 Rev 4.4*P, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Cd  (optional) SM3500 Cd (D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Cr  (optional) SM3500 Cr (B or D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Cu  (optional) SM3500 Cu (B, C, D, or E)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS L:\SOURCE\Industry Handouts\EPA Approved Sampling and Analytical Methods_010312.xlsx EPA APPROVED SAMPLING AND ANALYTICAL METHODS Parameter Analytical Method1 Container2 Preservation Method3 Maximum Holding  Time4 METALS:  Fe SM3111B or C, 3113B,  3120B; EPA 200.9 Rev 2.2,  200.7 Rev 4.4*; SM3500‐Fe  (B or D) P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Pb  (optional) SM3500 Pb (B or D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:  Hg SM3112B, EPA 245.1 Rev  3.0*, 245.2, 245.7 Rev 2.0,  1631E P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 28 DAYS METALS:  Mn SM3111B, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4; SM3500‐ Mn (B or D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:Mo SM3111D, 3113B, 3120B;  EPA 200.7 Rev 4.4*, 200.8  Rev 54 P G FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHSMETALS:  Mo Rev 5.4 P, G, FP PRIOR TO ANALYSIS 6 MONTHS METALS: Ni  (optional) SM3500 Ni (D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:  Se SM3113B, 3120B, 3114B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:  Tl SM3111B, 3120B; EPA 279.2,  200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Zn SM3111B or C, 3120B; EPA  289.2, 200.7 Rev 4.4*, 200.8  Rev 5.4; SM3500 Zn (B, E, or  F)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS OIL & GREASE SM5520B; EPA 1664A G COOL, 0‐6°C, HCl OR H2SO4 TO  pH < 228 DAYS pH SM4500‐H+B*; EPA 150.2 P, G, FP NONE ANALYZE WITHIN 15  MIN TDS SM2540C*P, G, FP COOL, 0‐6°C7 DAYS TSS SM2540D*P, G, FP COOL, 0‐6°C7 DAYS TTO EPA 624 & 625; EPA 1624  &1625 G COOL, 0‐6°C, 624/1624 = HCl  TO pH < 2 624/1624 = 14 DAYS;  625/1625 = 7 DAYS L:\SOURCE\Industry Handouts\EPA Approved Sampling and Analytical Methods_010312.xlsx EPA APPROVED SAMPLING AND ANALYTICAL METHODS Parameter Analytical Method1 Container2 Preservation Method3 Maximum Holding  Time4 PHARM.  ORGANICS:   ACETONE EPA 524.2; ASTM D3695,  D4763 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 524.2 = 14 DAYS;  D3695 = 28 DAYS PHARM.  ORGANICS:   METHYLENE  CHLORIDE EPA 502.2, 524.2 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 502.2/524.2 = 14  DAYS PHARM.  ORGANICS:   ETHYL  ACETATE EPA 1666; ASTM D3695 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 1666 = 14 DAYS;  D3695 = 28 DAYS PHARM.  ORGANICS:  N‐ AMYL  ACETATE EPA 1666; ASTM D3695 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 1666 = 14 DAYS;  D3695 = 28 DAYS PHARM.  ORGANICS:   ISOPROPYL  ACETATE EPA 1666; ASTM D3695 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 1666 = 14 DAYS;  D3695 = 28 DAYS 1 Refer to 40 CFR Part 136 for complete list of approved test procedures Refer to 40 CFR Part 136 for complete list of approved test procedures.   2 "P" is Polyethylene; "G" is Glass; "FP" is Fluoropolymer, PTFE, or Teflon. 3 Confirm with EPA certified lab the preservation and holding times for each specific method. 4 Holding time starts at the end of the composite period. * Methods currently performed by the Encina Wastewater Authority (EWA). Ŧ Only added if residual chlorine is present L:\SOURCE\Industry Handouts\EPA Approved Sampling and Analytical Methods_010312.xlsx 1 INDEMNITY AGREEMENT THIS AGREEMENT is made on , by and between the MEMBER AGENCY DISTRICT OR CITY AND THE ENCINA WASTEWATER AUTHORITY (hereinafter "Licensors"), and _________________________________(hereinafter "Licensee"); Licensors and Licensee shall sometimes hereinafter be referred to as the "Parties". R E C I T A L S A. Licensors are the owner/operator of the sewer treatment plant located at 6200 Avenida Encinas in Carlsbad, California (the "Property") and the associated collection system; B. Licensee now desires to discharge to the sanitary sewer system as described in the Special Use Discharge Application attached hereto and made a part hereof. NOW THEREFORE, in consideration of the granting of the foregoing, the mutual premises, covenants, conditions and agreements hereinafter set forth, and other good and valuable consideration, the receipt and adequacy of which are acknowledged, the Parties agree as follows: 1. Grant of License - Licensors hereby grant to Licensee, and its employees, representatives and contractors a non-exclusive license (hereinafter the "License") to discharge to the sanitary sewer system as described in Recitals Paragraph B above. This License shall commence on ______________, and shall end on , unless the parties agree in writing to extend the term of the License. Prior to the expiration of the License, Licensee shall, at its sole cost and expense, (a) permanently close the connection to the sanitary sewer system and (b) remove all debris resulting from operations. 2. Compliance with Laws - Licensee shall conduct all operations, which are the subject of this License in compliance with all federal, state, and municipal statutes and ordinances, and with all regulations, orders, and directives of appropriate governmental agencies, as such statutes, ordinances, regulations, orders and directives now exist or provide. 3. Permits - Licensee, at no cost or expense to Licensors, shall be responsible for obtaining any and all governmental permits and approvals, which may be necessary for it to conduct any work or activities under this License Agreement. 4. Liens and Claims - Licensee will not permit any mechanics', vendor’s, or similar liens or claims to stand against the Licensors for labor or material furnished in connection with any work performed by Licensee under this License Agreement. Upon reasonable and timely notice of any such lien or claim delivered to Licensee, Licensee may bond and contest the validity and the amount of such lien, but Licensee will immediately pay any judgment rendered, will pay all proper costs and charges, and will have the lien or claim released at its sole expense. 5. Cooperation - Licensee agrees to coordinate its activities with Licensors to minimize any impairment of access by customers or business invitees of Licensors to the Property. 6. Indemnification - Licensee agrees that it will indemnify and hold Licensors, their officers, directors, agents and employees, harmless from and against any claims, demands, liens, 2 actions, suits, judgments, losses, damages, attorney's fees, costs or expenses, and civil criminal or administrative penalties based upon or arising out of or claimed to have arisen out of alleged acts, errors or omissions of Licensee or its authorized contractors, employees and agents in conducting the activities under this License Agreement, including the activities authorized under the Wastewater Discharge Permit issued by the Encina Wastewater Authority (EWA). This indemnification is expressly conditioned on the following: (a) In the event Licensors identify any matter to which this indemnification may apply or receive a notice or claim from any third party of such matter, it shall immediately, and in every case within ninety (90) days of said notice or claim, notify Licensee in writing of such matter. (b) Licensors shall cooperate with Licensee by allowing Licensee, its agents, representatives, contractors and consultants, prompt and ready access to the sanitary sewer system for the purpose of investigating any matter to which this indemnity may apply. Licensors shall provide Licensee with copies of all investigative reports, data or other information in any form which Licensors, its consultants, agents or attorneys may have pertaining to any such matter, on request of Licensee. (c) Notwithstanding anything in this agreement to the contrary, in no event shall Licensee be liable for any special, indirect or consequential damages, including but not limited to claims for loss of use, rents, anticipated profit or business opportunity, or business interruption or mental or emotional distress or fear of injury or disease. (d) This indemnification shall survive termination of this Agreement and expiration of the Permit and shall be effective until the expiration of any applicable statutes of limitations. 7. Compliance with Wastewater Discharge Permit - Licensee agrees to comply with the EWA Pretreatment Ordinance and the terms of the Wastewater Discharge Permit issued by the EWA. Licensee shall not add to the sanitary sewer any material not authorized under the Permit. In the event Licensee adds any material to the sewer that causes a violation of EWA's NPDES Permits, as defined in the EWA Pretreatment Ordinance, Licensee shall indemnify Licensors in accordance with paragraph 6 above. 8. Severability - In case any one or more of the provisions contained in this Agreement shall be invalid, illegal or unenforceable in any respect, the validity, legality, and enforceability of the remaining provisions contained herein shall not in any way be affected or impaired thereby. 9. Notices - Any notice provided for herein or otherwise required to be given hereunder shall be deemed received when personally served or three (3) days after mailing by certified or registered United States mail, return receipt requested, postage prepaid, or by facsimile machine, with transmission and receipt confirmed, or by nationally recognized overnight delivery service, addressed as follows: To Licensors: Encina Wastewater Authority District or City 6200 Avenida Encinas Address Carlsbad, California 92011 3 To Licensee: With Copies to: The person and place to which notices are to be mailed may be changed by either party by providing written notice of same to the other. 10. Assignment Successors and Assigns - This Agreement may be assigned by either party and in and in such event shall be binding upon and inure to the benefit of the Parties' respective representatives, successors and assigns. 11. Entire Agreement - This License Agreement represents the full, complete and entire agreement between the parties with respect to the subject matter hereof, and the rights and remedies of the Parties shall be solely and exclusively those herein contained, and in lieu of any remedies otherwise available at law or in equity. 12. Governing Law - This Agreement shall be construed and interpreted and governed by and in accordance with the local law of the State of California without reference to any choice of law, rules or policies which may refer the resolution of any dispute arising hereunder to the laws of any other jurisdiction. 13. Counterparts - This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, and all of which, taken together, shall constitute one and the same Agreement. IN WITNESS WHEREOF, the Parties have executed this License Agreement by their duly authorized representative on the date first above written. LICENSORS: LICENSEE: DISTRICT OR CITY & ENCINA WASTEWATER AUTHORITY By: By: Name: Name: Title: Title: Date: Date: _ -12- Table 1 LOCAL DISCHARGE LIMITS Daily Maximum Limits Constituent Limits for Users in MWRF Service Area Limits for Users in EWPCF Service Area Arsenic, Total 1.5 mg/L 1.5 mg/L Boron, Total 7.4 mg/L - Cadmium, Total 0.77 mg/L 0.77 mg/L Chromium, Total 3.5 mg/L 3.5 mg/L Copper, Total 11 mg/L 11 mg/L Iron, Total 67 mg/L - Lead, Total 5.1 mg/L 5.1 mg/L Manganese, Total 1.7 mg/ L - Mercury, Total 0.27 mg/L 0.27 mg/L Molybdenum, Total 4.1 mg/L 4.1 mg/L Nickel, Total 15 mg/L 15 mg/L Selenium, Total 2.5 mg/L 2.5 mg/L Silver, Total 4.2 mg/L 4.2 mg/L Zinc, Total 29 mg/L 29 mg/L Oil and Grease 400 mg/L 400 mg/L Total Toxic Organics (TTO) 2.00 mg/L 2.00 mg/L Biochemical Oxygen Demand (BOD) 250 mg/L* 500 lbs/day Total Suspended Solids (TSS) 250 mg/L 500 lbs/day Instantaneous Limits Constituent Limit Limit pH 5.5 – 12.0 units 5.5 – 12.0 units Temperature 140° Fahrenheit 140° Fahrenheit *Permittees in the MWRF Service Area as of February 22, 2012 are grandfathered in at their existing pollutant loading for BOD. 2.13 BEST MANAGEMENT PRACTICES EWA may develop BMPs by ordinance or in individual Wastewater Discharge Permits to implement Local Limits and the requirements of Section 2.1. PRETREATMENT ORDINANCE FOR THE ENCINA WASTEWATER AUTHORITY 6200 AVENIDA ENCINAS CARLSBAD, CALIFORNIA 92011 (760) 438-3941 AMENDED FEBRUARY 22, 2012 EFFECTIVE MARCH 14, 2012 -i- TABLE OF CONTENTS Page SECTION 1 GENERAL PROVISIONS AND DEFINITIONS 1.1 GENERAL PROVISIONS ............................................................. 1 1.2 DEFINITIONS ........................................................................... 3 SECTION 2 REGULATIONS 2.1 PROHIBITED DISCHARGES ........................................................ 9 2.2 PROHIBITION ON TRANSPORT WITHOUT EWA PERMISSION ...... 10 2.3 PROHIBITION ON INCREASE OR CHANGE................................. 10 2.4 PROHIBITION ON DILUTION.................................................... 10 2.5 PROHIBITION ON STORAGE .................................................... 10 2.6 PROHIBITION OF BYPASS ....................................................... 10 2.7 LIMITATIONS ON GROUNDWATER AND SURFACE RUNOFF ....... 11 2.8 LIMITATIONS ON NON-CONTACT COOLING WATER ................. 11 2.9 LIMITATIONS ON WASTEHAULER DISCHARGE ......................... 11 2.10 LIMITATIONS ON WASTEWATER DISCHARGE TO RECLAMATION FACILITIES……………………………………….…….......11 2.11 LIMITATIONS ON THE USE OF GRINDERS ................................ 11 2.12 LOCAL DISCHARGE LIMITS .................................................... 12 2.13 BEST MANAGEMENT PRACTICES.............................................12 2.14 CATEGORICAL STANDARDS ................................................... 13 2.15 STATE REQUIREMENTS .......................................................... 14 2.16 MASS EMISSION RATES .......................................................... 14 SECTION 3 DISCHARGE PERMITS, FEES AND DEPOSITS 3.1 PERMIT REQUIRED ................................................................ 15 3.2 VIOLATIONS SUBJECT TO ENFORCEMENT ............................... 15 3.3 NO VESTED RIGHTS ............................................................... 15 3.4 PROHIBITION OF TRANSFERABILITY ....................................... 15 3.5 VALIDITY CONDITIONED ON VALID CONNECTION PERMIT ...... 15 3.6 TYPES OF CONTROL MECHANISMS ......................................... 15 3.7 COMPLIANCE WITH STANDARDS ............................................ 17 3.8 DISCHARGE PERMIT APPLICATIONS ........................................ 17 3.9 DISCHARGE PERMIT/NSWD FORM TERMS AND CONDITIONS..... 19 3.10 DISCHARGE PERMIT DURATION AND RENEWAL, MODIFICATION AND REVOCATION ......................................... 21 3.11 OUT-OF-AREA DISCHARGES ................................................... 22 3.12 FEES AND DEPOSITS .............................................................. 23 SECTION 4 FACILITIES REQUIREMENTS 4.1 PRETREATMENT FACILITIES .................................................. 25 4.2 SPILL CONTAINMENT FACILITIES ........................................... 25 -ii- 4.3 MONITORING/METERING FACILITIES ...................................... 25 4.4 DRAWING SUBMITTAL REQUIREMENTS .................................. 26 4.5 BEST MANAGEMENT PRACTICES (BMPs) .................................. 26 4.6 ADDITIONAL PRETREATMENT MEASURES .............................. 27 SECTION 5 MONITORING, REPORTING, INSPECTION & NOTIFICATION 5.1 SELF-MONITORING ................................................................ 29 5.2 WASTEWATER SAMPLE COLLECTION……………………………………28 5.3 BASELINE MONITORING REPORTS (BMRs) ................................ 30 5.4 REPORT ON COMPLIANCE WITH CATEGORICAL STANDARD ..... 30 5.5 COMPLIANCE SCHEDULE PROGRESS REPORTS ........................ 30 5.6 SEMIANNUAL COMPLIANCE STATUS REPORTS ........................ 30 5.7 SLUG CONTROL PLANS .......................................................... 31 5.8 TOXIC ORGANIC MANAGEMENT PLAN .................................... 31 5.9 WASTEHAULER DISCHARGE REPORT ...................................... 31 5.10 FALSE STATEMENTS AND CERTIFICATION .............................. 31 5.11 CONFIDENTIAL INFORMATION ............................................... 32 5.12 REPORTS FROM UNPERMITTED USERS .................................... 32 5.13 EWA’S RIGHT TO INSPECT, SAMPLE, AND EWA’S RIGHT OF ENTRY .................................................................................. 32 5.14 RECORDKEEPING .................................................................. 33 5.15 NOTIFICATIONS ..................................................................... 33 SECTION 6 ENFORCEMENT 6.1 PURPOSE AND SCOPE............................................................. 36 6.2 FINDINGS OF VIOLATION ....................................................... 36 6.3 ADMINISTRATIVE ENFORCEMENT ACTIONS ............................ 36 6.4 ADMINISTRATIVE APPEAL ...................................................... 39 6.5 EMERGENCY SUSPENSION, REVOCATION OR TERMINATION OF SERVICE .................................................... 42 6.6 EFFECTIVE DATE OF DECISIONS ............................................. 43 6.7 PUBLICATION OF SIGNIFICANT NONCOMPLIANCE ................... 43 6.8 ADMINISTRATIVE COMPLAINT ............................................... 44 6.9 JUDICIAL REMEDIES .............................................................. 44 6.10 MISDEMEANOR ..................................................................... 44 6.11 REMEDIES NOT EXCLUSIVE ................................................... 45 6.12 JUDICIAL REVIEW ................................................................. 45 -1- SECTION 1 GENERAL PROVISIONS AND DEFINITIONS 1.1 GENERAL PROVISIONS A. PURPOSE AND POLICY This Ordinance sets forth uniform requirements for Discharges into the Encina Sewerage System and enables the Encina Wastewater Authority ("EWA") to comply with all applicable State and federal laws, including the Clean Water Act, 33 U.S.C. Section 1251 et seq., as amended, and regulations promulgated thereunder. The primary objectives of this Ordinance are: 1. To prevent the introduction of Pollutants into the Encina Sewerage System which would interfere with the operation of the components of the Encina Sewerage System or treatment processes or contaminate the resulting Biosolids; 2. To prevent the introduction of Pollutants into the Encina Sewerage System which would pass-through into receiving waters or the atmosphere; 3. To protect and preserve the well-being of the community, and EWA and Member Agency personnel; 4. To promote and protect the ability to reuse, recycle and reclaim Wastewater, Biosolids and Wastewater byproducts; and 5. To provide for collection of the cost of the EWA Pretreatment Program incurred for the regulation of Users of the Encina Sewerage System. This Ordinance provides for the regulation of Discharge to the Encina Sewerage System through the issuance of Discharge Permits to certain non-Domestic Users and through enforcement of general requirements for other non-Domestic Users; authorizes monitoring and enforcement activities; requires User reporting; and provides for the setting of fees, fines, costs and deposits. This Ordinance shall apply to EWA, the Member Agencies and to Persons outside the Member Agencies who are, by contract or agreement with a Member Agency, Users of the Encina Sewerage System. B. AUTHORITY The Clean Water Act, EPA regulations and EWA’s NPDES Permit require the implementation of a Pretreatment Program, which may impose the following: limits, conditions and prohibitions on industrial Discharge to the Encina Sewerage System; compliance schedules for the installation of Pretreatment equipment which will enable Users to comply with their Discharge Permits; and/or actions necessary to enforce EWA’s authority. -2- Any such limits, conditions, or prohibitions apply to Users that are tributary to the Encina Sewerage System or within areas for which EWA has contracted to provide sewerage services. California Government Code Sections 54725 et seq. allow EWA to (1) require Users to implement Pretreatment of industrial waste in order for EWA to meet state and federal standards and to protect its treatment works or the proper and efficient operation thereof, or the health or safety of its employees or the environment; (2) prevent the entry of industrial waste into the Encina Sewerage System; and (3) collect excess costs to the Encina Sewerage System as a result of allowing Users to Discharge to the Encina Sewerage System. Under the authority of Government Code Section 6509, EWA has established that it shall exercise its powers subject to the restrictions upon the manner of exercising the powers of a county water district pursuant to the County Water District Law (Water Code Sections 30000 et seq.). Water Code Sections 31105-31106 authorize EWA to adopt and enforce ordinances and provide that violation of any ordinance may be a misdemeanor. C. SEVERABILITY If any provision of this Ordinance or the application to any Persons or circumstances is held invalid, the remainder of the Ordinance or the application of such provision to other Persons or other circumstances shall not be affected. D. GENERAL RULES OF INTERPRETATION 1. Any gender includes the other gender. 2. ‘‘Shall’’ is mandatory; ‘‘may’’ is permissive. 3. The singular number includes the plural and the plural the singular. 4. Words used in the present tense include the past and future tense, and vice versa. 5. Words and phrases used in this Ordinance and not specifically defined shall be construed according to the context and approved usage of the language. E. DATE RECEIVED 1. Any report, notice, invoice, order or other written communication which is sent via U.S. Postal Service is deemed received by the User on the third day following the postmark date, and is deemed received by EWA on the date indicated by the EWA date stamp. EWA shall stamp all mail received on the actual date received by EWA at its administrative offices. 2. Any report, notice, invoice, order or other written communication which is not sent via U.S. Postal Service is deemed received on the date actually received by EWA at its administrative offices or by the User at its business office. -3- 1.2 DEFINITIONS The following terms and phrases, as used in this Ordinance, shall have the meanings hereinafter designated: 1. Applicant. Any Person who requests from EWA a Discharge Permit as required by this Ordinance. 2. Authorized Representative. Any Person who is: (a) a principal executive officer of at least the level of vice-president; (b) a general partner or proprietor; or (c) a duly authorized representative of an individual designated above if such representative is responsible for the overall operation of the facilities from which the Discharge originates. 3. Baseline Monitoring Report (BMR). A report that documents a User’s compliance status with all applicable Pretreatment Standards. 4. Best Management Practice (BMP). Pollution prevention/waste reduction measures as set forth by EWA in Section 4.5 (B) of this Ordinance or in individual Wastewater Discharge Permits. 5. Best Professional Judgment (BPJ). A determination made after consideration of all reasonably available and pertinent data or information. 6. Biochemical Oxygen Demand (BOD). A measurement of the oxygen utilized during a five day incubation period for the biochemical degradation of organic and inorganic material. 7. Biosolids. The non-hazardous and recyclable organic matter resulting from the treatment of Wastewater. 8. Brine Line. A sewer line that is wholly or partially dedicated to the transport of Wastewater saturated with salts, but otherwise free of Pollutants, directly to the Encina Ocean Outfall. 9. Bypass. The intentional diversion of wastestreams from any portion of a User’s treatment facility. 10. Carbonaceous Biochemical Demand (CBOD). A measurement of the oxygen utilized during a five day incubation period for the biochemical degradation of organic material. 11. Categorical Standard. A standard specifying quantities or concentrations of Pollutant or Pollutant properties which may be Discharged to the Encina Sewerage System by Users in specific industrial subcategories, as set forth in Title 40, C.F.R., Chapter I, Subchapter N. -4- 12. Collection System. The combined pipes, conduits, manholes and other structures, usually underground, which convey Wastewater to the Encina Sewerage System. 13. Connection Permit. A permit issued to a User by a Member Agency authorizing the User to connect to the Encina Sewerage System. 14. Daily Maximum Limit. The maximum allowable Discharge limit of a Pollutant during a calendar day. Where Daily Maximum Limits are expressed in units of mass, the daily Discharge is the total mass discharged over the course of the day. Where Daily Maximum Limits are expressed in terms of a concentration, the daily Discharge is the arithmetic average measurement of the Pollutant concentration derived from all measurements taken that day. 15. Director. EWA’s Director, who is responsible for the administration, implementation and enforcement of this Ordinance. 16. Discharge. The introduction of Pollutants into the Encina Sewerage System from any non-Domestic source. 17. Discharge Permit. The permit issued by EWA stipulating the conditions under which a User may Discharge to the Encina Sewerage System. 18. Domestic Wastewater. The liquid and solid waterborne wastes derived from the ordinary living processes of humans of such character as to permit satisfactory disposal, without special Pretreatment, into the public sewer or by means of a private Wastewater disposal system. 19. Encina Service Area. All areas tributary to the Encina Sewerage System. 20. Encina Sewerage System. The sewerage system for the Encina Service Area, owned by the Member Agencies and operated by EWA and the EWA Member Agencies, which includes the Encina Water Pollution Control Facility (EWPCF), the Gafner Water Reclamation Plant (GWRP), the Meadowlark Water Reclamation Facility (MWRF), the Shadowridge Water Reclamation Plant (SWRP), the Carlsbad Water Reclamation Facility (CWRF), the Encina Ocean Outfall and any conveyances that convey Wastewater to the EWPCF, the GWRP, the MWRF, the SWRP, the CWRF and/or the Encina Ocean Outfall. For the purposes of this Ordinance, this definition also shall include any conveyances that convey Wastewater to the Encina Sewerage System by contract or agreement with a Member Agency. Such conveyances may be owned or operated by a Member Agency or by other public agencies. 21. Encina Water Pollution Control Facility (EWPCF) Service Area. All areas in the Encina Service Area that are not also within the Vallecitos Water District service area. -5- 22. Environmental Protection Agency (EPA). The federal agency charged by law with carrying out and obtaining compliance with the Clean Water Act and other federal environmental laws and promulgating, interpreting and enforcing regulations implementing such statutes. 23. General Manager. The Person designated by EWA to manage the EWPCF. 24. Groundwater. Water beneath the surface of the ground, whether or not flowing through known and definite channels. 25. Instantaneous Limit. The maximum concentration of a Pollutant allowed to be Discharged at any time, determined from the analysis of any discrete or composited sample collected, independent of the industrial flow rate and the duration of the sampling event. 26. Interference. A Discharge that, alone or in conjunction with a Discharge or Discharges from other sources, both: (a) inhibits or disrupts the Encina Sewerage System, its treatment processes or operations or its Biosolids processes, including either the use, reuse or disposal of Biosolids, Wastewater treatment byproducts or reclaimed water; and (b) therefore is a cause of a violation of any requirement of the NPDES Permit (including an increase in the magnitude or duration of a violation) or of the prevention of Biosolids use or disposal in compliance with the following statutory provisions and ordinance or permits issued hereunder (or more stringent State or local regulations): Section 405 of the Clean Water Act, the Solid Waste Disposal Act (SWDA) [including Title II, more commonly referred to as the Resource Conservation and Recovery Act (RCRA), and including State regulations contained in any state sludge management plan prepared pursuant to Subtitle D of the SWDA], the Clean Air Act, the Toxic Substances Control Act, and the Marine Protection, Research and Sanctuaries Act. 27. Local Discharge Limits. Those limitations developed by EWA to implement any general or specific prohibitions, set forth in 40 C.F.R. Section 403.5(a)-(b), or to satisfy any other discharge requirement imposed upon EWA by the EPA, the State or a local agency, as set forth in Section 2.12. 28. Mass Emission Rate. The weight of material Discharged to the Encina Sewerage System during a given time interval. Unless otherwise specified, the mass emission rate shall mean pounds per day of a particular constituent or combination of constituents. 29. Meadowlark Water Reclamation Facility (MWRF) Service Area. All areas in the Encina Service Area that are also within the Vallecitos Water District service area. -6- 30. Member Agency. Any of the local agencies that are members of EWA, including the Cities of Carlsbad, Vista and Encinitas, the Vallecitos Water District, the Leucadia Wastewater District and the Buena Sanitation District. 31. National Pollutant Discharge Elimination System (NPDES) Permit. The permits issued to or administered by EWA pursuant to Section 402 of the Clean Water Act (33 U.S.C. § 1342). 32. New Source. A source of Discharge to the Encina Sewerage System meeting the requirements set forth in 40 C.F.R. Section 403.3(m). 33. Non-Contact Cooling Water. Water used for cooling purposes that does not come into direct contact with any source of Pollutants. 34. Non-Significant Categorical Industrial User (NSCIU). Any User that: never Discharges more than 100 gallons per day of Wastewater subject to Categorical Standards; never Discharges untreated concentrated wastes; and has demonstrated that its Discharge complies with all applicable Pretreatment Standards and Pretreatment Requirements as determined by EWA. 35. Non-Significant Industrial User (NSIU). Any User not subject to Section 3.6 A, B, C, or D of this Ordinance that, with the application of appropriate BMPs, has no reasonable potential to adversely impact the Encina Sewerage System or to violate any Pretreatment Standards or Pretreatment Requirements as determined by EWA. 36. Non-Significant Wastewater Discharge (NSWD) Form. An authorization to Discharge issued in lieu of a permit to any User that is determined by EWA to be an NSIU. 37. Officer. A Person employed by EWA as the Source Control Manager and who reports to the Director. 38. Oil and Grease. Any material recovered when extracted as set forth in EPA Method Number 1664A or other comparable EPA approved methods found in 40 CFR Part 136. 39. Pass-through. A Discharge which exits any portion of the Encina Sewerage System in concentrations which, alone or in conjunction with a Discharge or Discharges from other sources, results in a violation of any requirement of a NPDES Permit or waste discharge requirement of the State, including an increase in the magnitude or duration of a violation. 40. Permittee. A Person who has a Discharge Permit. -7- 41. Person. An individual, partnership, copartnership, firm, company, corporation, association, joint stock company, trust, estate, any federal, State or local governmental entity or any other legal entity or their legal representatives or agents. 42. Pollutant. Any substance which causes an impairment (reduction) of water quality to a degree that may have an adverse effect on any beneficial use of the water including, but not limited to, a dredged spoil, solid waste, incinerator residue, sewage, garbage, munitions, chemical wastes, biological materials, radioactive materials, heat, wrecked or discarded equipment, rock, sand, cellar dirt, industrial, municipal and agricultural waste and certain characteristics of Wastewater (e.g., pH, temperature, TSS, turbidity, color, BOD, CBOD, toxicity or odor). 43. Pretreatment. The reduction of the amount of Pollutants, the elimination of Pollutants or the alteration of the nature of Pollutant properties in Wastewater prior to or in lieu of Discharging or otherwise introducing such Pollutants to the Encina Sewerage System. The reduction or alteration can be obtained by physical, chemical or biological processes, or process changes by other means except as prohibited by 40 C.F.R. Section 403.6(d). 44. Pretreatment Equipment. One or more treatment devices designed to remove Pollutants from Wastewater in order to allow a User to comply with this Ordinance or a Discharge Permit. 45. Pretreatment Requirements. Any substantive or procedural requirement, other than Pretreatment Standards, imposed upon a User by this Ordinance. 46. Pretreatment Standards. Prohibited Discharges, Local Discharge Limits, Categorical Standards, BMPs and other limitations and prohibitions set forth in Section 2 of this Ordinance. 47. Process Wastewater. Any Wastewater contaminated by human activities including, but not limited to, that originating from manufacturing, agriculture, processing, rinsing, washing or producing. 48. Septage. Any Domestic Wastewater from holding tanks such as vessels, chemical toilets, campers, trailers and septic tanks. 49. Significant Industrial User (SIU). Any User that has received or is required to obtain a Class I or II Discharge Permit. 50. Slug Discharge. Any Discharge, including, but not limited to, accidental and non-routine Discharges, performed in a manner or at a concentration that could cause a violation of any Pretreatment Standard. -8- 51. Surface Runoff. Stormwater, urban runoff and other forms of runoff. 52. Total Suspended Solids (TSS). The residue retained on a standard glass-fiber filter after drying to a constant weight at 103 to 105 degrees Centigrade, as set forth in Method Number 2540 D of the current approved edition of the Standard Methods for the Examination of Water and Wastewater or other comparable EPA approved methods found in 40 CFR Part 136. 53. Total Toxic Organics (TTO). The summation of all quantifiable values greater than 0.01 milligrams per liter for the organics regulated by the EPA for a specific industrial category or by EWA. 54. User. A source of indirect Discharge or a non-Domestic entity with a process onsite subject to Categorical Standards, whether or not such process generates a Discharge. 55. Waste Manifest. The receipt which is retained by a generator of hazardous wastes for wastes to be transported to a disposal site, in the form required by the State and/or the federal government pursuant to the Resource Conservation and Recovery Act or the California Hazardous Materials Act, or that receipt which is retained by the generator for recyclable wastes or liquid non-hazardous wastes as required by EWA. 56. Wastehauler. Any Person carrying on or engaging in vehicular transport of Septage as part of, or incidental to, any business for the purpose of Discharging the Septage into the Encina Sewerage System. 57. Wastewater. Any aqueous based waste generated by a Domestic, commercial and/or industrial facility. 58. Wastewater Constituents and Characteristics. The individual chemical, physical, bacteriological, radiological, volume, flow rate and such other parameters that serve to define, classify or measure the quality and quantity of Wastewater. -9- SECTION 2 REGULATIONS 2.1 PROHIBITED DISCHARGES A. No Person shall Discharge a quantity or quality of Wastewater to the Encina Sewerage System which causes, or is capable of causing, either alone or by interaction with other substances, Pass-through or Interference. B. No Person shall Discharge into the Encina Sewerage System any of the following: 1. Pollutants which create a hazard of fire or explosion in the Encina Sewerage System including, but not limited to, wastestreams with a closed cup flashpoint of less than 140 F (60 C) using the test methods specified in 40 C.F.R. Section 261.21; 2. Pollutants which will cause corrosive structural damage to any component of the Encina Sewerage System, but in no case Discharges with a pH lower than 5.5; 3. Solid or viscous Pollutants in amounts which will cause obstruction of the flow in the Encina Sewerage System resulting in Interference or damage to the Encina Sewerage System; 4. Wastewater having a temperature that will inhibit biological activity in the treatment process resulting in Interference, but in no case Wastewater that causes the temperature at any component of the Encina Sewerage System to exceed 40 C (104 F); 5. Pollutants which cause danger to life, health or safety of any Person, or cause damage to the environment; 6. Pollutants, including oxygen-demanding Pollutants such as BOD, released in a Discharge at a flow rate and/or concentration which, either singly or by interaction with other Pollutants, cause Interference or Pass-through; 7. Petroleum oil, nonbiodegradable cutting oil or products of mineral oil origin in amounts that will cause Interference or Pass-through; 8. Pollutants which result in the presence of toxic gases, vapors or fumes within the Encina Sewerage System in a quality or quantity that may cause health and safety problems; 9. Pollutants or Wastewater that would cause violation of any permit, statute, rule, regulation or ordinance of any public agency or regulatory agency having jurisdiction over the Discharge of Wastewater to or from the Encina Sewerage System; 10. Wastewater or any substance that is defined as a hazardous or radioactive waste by any regulatory agency; -10- 11. Pollutants delivered by vehicular transport, rail car or dedicated pipeline, except on a case-by-case basis, at discharge points designated by EWA and in accordance with a valid Special Use Discharge Permit; 12. Sludge generated by the Pretreatment of Wastewater; 13. Pollutants that cause Wastewater, Biosolids, or Wastewater byproducts to be unsuitable for beneficial reuse or reclamation; 14. Wastewater which imparts color which cannot be removed by the treatment process, such as, but not limited to, dye wastes and vegetable tanning solutions, which consequently imparts color to the treatment plant’s effluent, thereby violating EWA’s NPDES permit; and 15. Detergents, surface-active agents, or other substances which may cause excessive foaming. 2.2 PROHIBITION ON TRANSPORT WITHOUT EWA PERMISSION No Person shall transport waste from one location or facility to another for the purpose of treating or Discharging it directly or indirectly to a publicly owned sewer within the Encina Sewerage System without written permission from EWA. 2.3 PROHIBITION ON INCREASE OR CHANGE No User shall increase flow, Pollutants or change the Wastewater Constituents and Characteristics where such increase or change does not meet the Pretreatment Standards and Pretreatment Requirements or where such contribution would cause EWA to violate a NPDES Permit or any State discharge limitation or requirement. 2.4 PROHIBITION ON DILUTION No User shall increase the use of water or in any other manner attempt to dilute a Discharge as a partial or complete substitute for Pretreatment to achieve compliance with this Ordinance and/or the User’s Discharge Permit. 2.5 PROHIBITION ON STORAGE Pollutants, substances or Wastewater whose Discharge to the Encina Sewerage System is prohibited by this Ordinance shall not be processed or stored in such a manner that they could be accidentally Discharged to the Encina Sewerage System. 2.6 PROHIBITION OF BYPASS Bypass of Wastewater to the Encina Sewerage System is prohibited, unless: -11- A. Bypass is unavoidable to prevent loss of life, personal injury or severe property damage; B. There are no feasible alternatives to the Bypass, such as the use of auxiliary treatment facilities, retention of untreated wastes or maintenance during normal periods of equipment downtime. This condition is not satisfied if adequate backup equipment should have been installed in the exercise of reasonable engineering judgment to prevent a Bypass which occurred during normal periods of equipment downtime or preventive maintenance; and C. The User submitted notices as required by Section 5.15(B) of this Ordinance. 2.7 LIMITATIONS ON GROUNDWATER AND SURFACE RUNOFF Groundwater or Surface Runoff shall not be Discharged to the Encina Sewerage System except under the authority of a Special Use Discharge Permit, which is subject to Pretreatment Standards and Pretreatment Requirements. 2.8 LIMITATIONS ON NON-CONTACT COOLING WATER No Person shall Discharge greater than 1000 gallons per day of Non-Contact Cooling Water to the Encina Sewerage System. 2.9 LIMITATIONS ON WASTEHAULER DISCHARGE No Person shall Discharge Septage unless EWA has issued such Person a Special Use Discharge Permit which is subject to Pretreatment Standards and Pretreatment Requirements. 2.10 LIMITATIONS ON WASTEWATER DISCHARGE TO RECLAMATION FACILITIES No Person shall Discharge a quantity or quality of Wastewater that causes, or is capable of causing, either alone or by interaction with other substances: (1) a violation of the Waste Discharge Requirements of any reclamation facility within the Encina Sewerage System; or (2) any applicable water quality objective of the Comprehensive Water Quality Control Plan Report, San Diego Basin (9) (Basin Plan) to be exceeded, unless by separate agreement of that Person with the affected reclaiming Member Agency(s). 2.11 LIMITATIONS ON THE USE OF GRINDERS Waste from industrial or commercial grinders shall not be Discharged except as allowed in a User’s Discharge Permit. Such grinders must shred the waste to a particle size of 0.5 inches or less. -12- 2.12 LOCAL DISCHARGE LIMITS In addition to any other prohibition or limitation prescribed by this Ordinance, no Person shall Discharge Wastewater in excess of the Mass Emission Rates, concentration limits or other limits set forth in Table 1 below. -13- Table 1 LOCAL DISCHARGE LIMITS Daily Maximum Limits Constituent Limits for Users in MWRF Service Area Limits for Users in EWPCF Service Area Arsenic, Total 1.5 mg/L 1.5 mg/L Boron, Total 7.4 mg/L - Cadmium, Total 0.77 mg/L 0.77 mg/L Chromium, Total 3.5 mg/L 3.5 mg/L Copper, Total 11 mg/L 11 mg/L Iron, Total 67 mg/L - Lead, Total 5.1 mg/L 5.1 mg/L Mercury, Total 0.27 mg/L 0.27 mg/L Manganese, Total 1.7 mg/ L - Molybdenum, Total 4.1 mg/L 4.1 mg/L Nickel, Total 15 mg/L 15 mg/L Selenium, Total 2.5 mg/L 2.5 mg/L Silver, Total 4.2 mg/L 4.2 mg/L Zinc, Total 29 mg/L 29 mg/L Oil and Grease 400 mg/L 400 mg/L Total Toxic Organics (TTO) 2.00 mg/L 2.00 mg/L Biochemical Oxygen Demand (BOD) 250 mg/L* 500 lbs/day Total Suspended Solids (TSS) 250 mg/L 500 lbs/day Instantaneous Limits Constituent Limit Limit pH 5.5 --- 12.0 units 5.5 --- 12.0 units Temperature 140° Fahrenheit 140° Fahrenheit *Permittees in the MWRF Service Area as of February 22, 2012 are grandfathered in at their existing pollutant loading for BOD. 2.13 BEST MANAGEMENT PRACTICES EWA may develop BMPs by ordinance or in individual Wastewater Discharge Permits to implement Local Limits and the requirements of Section 2.1. -14- 2.14 CATEGORICAL STANDARDS A. In accordance with 40 C.F.R. Section 403.6(b), no Person shall Discharge any Wastewater violating any Categorical Standard. B. Upon the EPA’s promulgation or revision of a Categorical Standard for a particular industrial subcategory, the new or revised Categorical Standard, if more stringent than limitations imposed under this Ordinance or a Discharge Permit for sources in that subcategory, shall immediately supersede the limitations imposed under this Ordinance or a Discharge Permit. C. Where a Categorical Standard is expressed only in terms of either the mass or the concentration of a Pollutant in Wastewater, EWA may impose equivalent concentration or mass limits in accordance with 40 C.F.R. Section 403.6(c). D. Where a Categorical Standard is expressed only in terms of the mass of Pollutant per unit of production, EWA may convert the Categorical Standard limits to equivalent limitations expressed either as mass of Pollutant Discharged per day or effluent concentration for purposes of calculating effluent limitations applicable to individual Users. E. When Wastewater subject to a Categorical Standard is mixed with Wastewater not subject to the same standard, EWA shall impose an alternate limit in accordance with EPA guidance. 2.15 STATE REQUIREMENTS State requirements and limitations on Discharges shall apply in any case where they are more stringent than federal requirements and limitations or those in this Ordinance. 2.16 MASS EMISSION RATES A. EWA may establish a Mass Emission Rate for any Wastewater Constituent. Compliance with a Mass Emission Rate shall be determined by the User’s average daily Wastewater Discharge, the most recent representative concentration data, or other data acceptable to EWA, and shall be calculated according to the following formula: (concentration in mg/L) x (flow in MGD) x (Conversion Factor of 8.34) = Pounds per day. B. To verify a User’s operating data, EWA may require a User to submit an inventory of all Wastewater streams and/or records. -15- SECTION 3 DISCHARGE PERMITS, FEES AND DEPOSITS 3.1 PERMIT REQUIRED Any User proposing to Discharge into the Encina Sewerage System must apply for and obtain a Discharge Permit or NSWD Form from EWA, prior to Discharge. 3.2 VIOLATIONS SUBJECT TO ENFORCEMENT Any violation of the terms and/or conditions of a Discharge Permit or NSWD Form is a violation of this Ordinance and subjects the Permittee to the fines and/or actions set forth in Section 6 of this Ordinance. 3.3 NO VESTED RIGHTS No Discharge of Wastewater into the Encina Sewerage System, whether or not the Discharge is made pursuant to a Discharge Permit or NSWD Form, shall create a vested right to continue the Discharge. All Discharges are privileges, not rights. 3.4 PROHIBITION OF TRANSFERABILITY Any Discharge Permit or NSWD Form issued under this Ordinance is valid only for the specific User, for the specific operation at the specific location identified in the Discharge Permit or NSWD Form, and may not be transferred, sold or hypothecated, or applied or transferred to the Permittee’s operation at a different location. If the Permittee’s business is sold or transferred, the successor owner shall submit an application for a new Discharge Permit or NSWD Form prior to any Discharge. For purposes of this Ordinance, sale or transfer shall mean: the change of more than 25% of the ownership or equity interest in Permittee (whether in a single transaction or in a series of transactions); or the merger, reorganization or consolidation of Permittee with another entity with respect to which Permittee is not the surviving entity. 3.5 VALIDITY CONDITIONED ON VALID CONNECTION PERMIT No Class I, II or III Discharge Permit, or NSWD Form is valid for a User that does not hold a valid Connection Permit issued by a Member Agency. 3.6 TYPES OF CONTROL MECHANISMS A. CLASS I PERMIT Any User that is subject to any Categorical Standard(s) shall obtain a Class I Discharge Permit unless designated as a Non-Significant Categorical Industrial User (NSCIU) by EWA. -16- B. CLASS II PERMIT Any User that is not subject to paragraph A above, but meets one of the following conditions shall obtain a Class II Discharge Permit: 1. Any User that Discharges 25,000 gallons per day (gpd) or more of Process Wastewater to the Encina Sewerage System; 2. Any User that contributes more than 5% of the average dry weather flow to the Encina Sewerage System; or 3. Any User that Discharges Wastewater which may cause Pass-through or Interference, as determined by EWA. C. CLASS III PERMIT Any User that is not subject to paragraphs A or B above, but meets one of the following conditions shall obtain a Class III Discharge Permit: 1. Any User that may be subject to Categorical Standards, but either does not Discharge any regulated Wastewater or is a stand-alone research and development facility; 2. Any User designated as a NSCIU by EWA; or 3. Any User determined by EWA to have a reasonable potential to adversely impact the Encina Sewerage System or to violate any Pretreatment Standard or Requirement. D. SPECIAL USE PERMIT Any User that Discharges Groundwater, Surface Runoff, or Septage or Discharges to a Brine Line is required to obtain a Special Use Discharge Permit (SUP). 1. A SUP may be granted when no alternative method of disposal is reasonably available, and the Discharge is necessary to mitigate an environmental risk or health hazard or to protect the beneficial reuse of Wastewater byproducts. 2. A SUP may only be granted if EWA determines that the following conditions are met: (a) The Applicant and/or the Wastewater source are within the Encina Service Area and/or within the jurisdiction of an EWA Member Agency; (b) EWA and the Member Agency have adequate treatment capacity to accept the proposed flow; -17- (c) The technology and equipment used provide adequate assurance that there will be no adverse impacts on the Encina Sewerage System, its employees, its Users or reuse of Wastewater or Wastewater byproducts; and (d) The Applicant has adequate resources and/or insurance to fully indemnify the EWA and the Member Agencies from any and all claims and/or damages arising out of or in connection with the proposed Discharge. E. NSWD FORM Any User that is determined by EWA to be an NSIU, based on a review of the User’s Discharge Permit application, compliance data, and/or a facility inspection, shall be issued a NSWD Form. EWA may review a Permittee’s compliance data at any time or upon the Permittee’s written request in order to determine whether the Permittee is a NSIU. 3.7 COMPLIANCE WITH STANDARDS All Users holding Class I, II and III Discharge Permits, Special Use Discharge Permits and NSWD Forms shall comply with the Pretreatment Standards and Pretreatment Requirements and any other requirements of this Ordinance, including any fees, fines, costs, or deposits established by EWA. 3.8 DISCHARGE PERMIT APPLICATIONS A. Users seeking a Discharge Permit or renewal of such a Permit shall submit to EWA a completed application, along with all applicable fees and deposits prior to any Discharge. B. Permittees seeking a renewal of an existing Discharge Permit shall submit a completed application along with all applicable fees or deposits no later than 90 days prior to the expiration of the existing Discharge Permit. In the event a User fails to submit a completed application within the required timeframe, the Discharge Permit is subject to expiration. C. A completed application for a new or renewed Discharge Permit may include the following information: 1. Applicant’s name, business name and address, Discharge site or property address if different, telephone number, assessor's parcel number(s), SIC number(s), a detailed description of the manufacturing process or service activity; 2. Names, mailing addresses of any and all principals/owners/major shareholders of Applicant; the Applicant’s articles of incorporation; most recent report of the Secretary of State (if applicable); business license (whichever are applicable); 3. Volume of Wastewater to be Discharged, and/or the number of trucks or trailers, and license numbers and tank hauling capacity of each, if applicable; -18- 4. Name of any responsible individual who can be served with notices at the Discharge site, other than officers of the corporation; 5. Name and address of current and prior property owners, landlord, manager and/or User of the property and types of business located at that address; a copy of any cleanup and/or abatement order associated with the property; a copy of any liens against the property; 6. Water supplier(s) and water account numbers; 7. Source and amount of Wastewater Constituents and Characteristics as required by EWA including, but not limited to, those mentioned in Section 2.12, Local Discharge Limits, of this Ordinance. These Constituents and Characteristics shall be determined by a laboratory certified by the State of California under the authority of the Environmental Laboratory Accreditation Program. A new Applicant may use estimates in lieu of laboratory analysis, based upon the best available information; 8. Time and duration of Discharge; 9. Number of persons employed by Applicant and average hours of work per employee per day; 10. Waste minimization and water conservation practices; 11. Production records, if applicable; 12. Waste Manifests, if applicable; 13. Landscaped area in square feet, if applicable; 14. Tons of cooling tower capacity, if applicable; 15. EPA hazardous waste generator number, if applicable; 16. Complete description of hazardous chemical/waste storage; 17. Material safety data sheets for chemicals actually Discharged to the Encina Sewerage System and for those chemicals potentially Discharged to the Encina Sewerage System in amounts or concentrations that could negatively impact the Collection System or treatment processes; 18. Site plans, floor plans, mechanical and plumbing plans and details to show all incoming and outgoing plumbing connections (including incoming potable water), valves, sewers, spill containment, Pretreatment facilities, clarifiers and appurtenances by size, location and elevation, as required by EWA; -19- 19. Baseline Monitoring Report (BMR) if Applicant is subject to a Categorical Standard(s); 20. Name and address of leaseholder of the vehicles, trailers or Pretreatment Equipment to be used, if applicable; 21. A detailed description of the Pretreatment proposed or required by any other regulatory agency having jurisdiction over the Discharge; 22. For SUP Applicants, a detailed description of the alternatives investigated for disposal including reasons why all other Discharge alternatives were not chosen; 23. In the case of Groundwater or Brine Line Discharges, proof of general liability and environmental impairment liability insurance naming EWA and the Member Agencies as additional insureds and covering all liability for damages resulting from the Discharge in amounts deemed appropriate by the General Manager; and an indemnity agreement that holds the EWA and the Member Agencies harmless from any and all costs, claims, and/or damages arising out of or in connection with the Discharge of the treated Groundwater or from the Brine Line, including costs incurred by EWA in the investigation and/or defense of any claims; and 24. Any other information required by EWA in order to properly evaluate the Discharge Permit application. D. After evaluation of a completed application, EWA may issue a Discharge Permit, subject to the terms and conditions set forth in this Ordinance and any additional terms and conditions which EWA determines are necessary to protect the Encina Sewerage System. E. Any application which is not complete within 90 days following initial receipt by EWA shall be deemed denied. 3.9 DISCHARGE PERMIT/NSWD FORM TERMS AND CONDITIONS A. A Class I, II, III, Special Use Discharge Permit or NSWD Form may contain any of the following terms and conditions: 1. Limits on Pollutant concentration rate or Mass Emission Rates, which may be more stringent than those set forth in Section 2.12, Local Discharge Limits, of this Ordinance; 2. Limits on Discharge volume, flow rate and time period restrictions of Discharge, or requirements for flow equalization; 3. Requirements to notify EWA in writing prior to any expansion of facilities or wet processes, or increase in Discharge flows; -20- 4. Requirements to construct and maintain, at the Permittee’s expense, pH control, flow monitoring and/or sampling facilities; 5. Requirements for maintaining and submitting technical reports, production data, Discharge logs or reports, Waste Manifests, water bills and/or other records; 6. Requirements to self-monitor; 7. Requirements for maintaining a minimum of three years of plant records relating to Wastewater Discharge, BMP documentation and Waste Manifests; 8. Actual or estimated rates or values for Wastewater strength characteristics; 9. Requirements to install, maintain and/or inventory specified Pretreatment Equipment; 10. A slug control plan, as set forth in Section 5.7 of this Ordinance, or other specific actions to control Slug Discharges; 11. Requirements to notify EWA immediately of any facility changes that may affect the potential for a Slug Discharge; 12. Requirements to implement specific BMPs to minimize the Discharge of Pollutants; 13. A Toxic Organics Management Plan, as set forth in Section 5.8 of this Ordinance; 14. Requirements to deposit with EWA in accordance with Section 3.12 of this Ordinance, a specified amount based upon: (1) Permittee’s history of non-payment of fees, fines or costs; or (2) potential non-routine sampling and monitoring that may be required as determined by EWA; and 15. Additional or more stringent requirements as deemed necessary by EWA to ensure compliance with this Ordinance and/or to protect the Encina Sewerage System. B. For Wastehauler Discharge, the SUP shall also be subject to the following: 1. the Wastehauler shall have a valid permit from the San Diego County Health Department; 2. the Wastewater shall be Discharged according to the provisions of EWA’s Standard Operating Procedure No. 24 as amended from time to time, and only by certain authorized vehicles, as authorized in the User’s SUP; 3. the Wastehauler shall not Discharge Wastewater from any industrial or commercial source, or any hazardous waste. -21- C. Users with NSWD Forms are also subject to the following: 1. By accepting a NSWD Form, the User authorizes EWA staff to enter the premises and inspect without delay, and/or monitor the User’s Discharges in order to determine continued compliance with the terms and conditions of the form. 2. The User shall post the NSWD Form in the User’s place of business in recognition of the User’s contribution to the community for implementing pollution prevention and waste recycling measures. 3. The terms and conditions of each NSWD Form shall vary according to User. At a minimum, the User is required to implement and maintain agreed-upon BMPs and to meet all Pretreatment Standards and Pretreatment Requirements of this Ordinance. 4. The User’s failure to maintain these BMPs may result in the User’s reclassification, and EWA may issue a Class I, II or III Discharge Permit as appropriate. Failure to comply may also result in sanctions as allowed by this Ordinance. 3.10 DISCHARGE PERMIT DURATION AND RENEWAL, MODIFICATION AND REVOCATION A. DURATION AND RENEWAL Discharge Permits shall be issued for a limited period not to exceed a term of five years. At least 90 days prior to expiration of the Discharge Permit, the Permittee shall apply for renewal in accordance with the provisions of this Ordinance. A new Discharge Permit may contain additional and more stringent terms and conditions than a User's previous Discharge Permit. B. MODIFICATION 1. EWA may modify any Discharge Permit for good cause including, but not limited to, the following reasons: (a) To incorporate any new or revised federal, State or local Pretreatment Standards or Pretreatment Requirements; (b) To address significant alterations or additions to the User's operation, processes or Wastewater volume or character since the date the Wastewater Discharge Permit was issued; (c) To reflect any change in the Encina Sewerage System that requires either a temporary or permanent reduction or elimination of the authorized Discharge; (d) In response to information indicating that the permitted Discharge poses a threat to the Encina Sewerage System, its personnel, the receiving waters or reuse of Wastewater byproducts; -22- (e) Substantial evidence of a violation of any terms or conditions of the Discharge Permit; (f) A User's misrepresentation or failure to fully disclose all relevant facts in the Discharge Permit application or in any required report; (g) Revision of or a grant of variance from Categorical Standards; (h) To correct typographical or other errors in the Discharge Permit; or (i) To reflect a transfer of the facility ownership or operation to a new owner or operator as allowed by this Ordinance. 2. In the event EWA requires a Discharge Permit modification that is not requested by the Permittee, EWA shall inform the Permittee at least 45 days prior to the effective date of the modification, unless the Permittee has violated any terms or conditions of its Discharge Permit or this Ordinance in which case a modification may be effective immediately. 3. The Permittee shall request a Discharge Permit modification 90 days prior to increasing flow or changing Wastewater Constituents and Characteristics where such contribution or change will cause the Permittee to be in violation of its Discharge Permit or this Ordinance. The request shall be in writing stating the requested change and the reasons therefore. Within 45 days of receipt of a completed request, EWA may approve, deny or modify the request and make any necessary modification to the Discharge Permit. C. REVOCATION EWA may revoke a Discharge Permit or NSWD Form at any time in accordance with Section 6 of this Ordinance. 3.11 OUT-OF-AREA DISCHARGES A. After the effective date of this Ordinance, any agreement entered into by a Member Agency and an agency outside of the Member Agency’s legal boundary, allowing Discharge to the Encina Sewerage System, and any modifications to such agreement, shall be subject to approval by the EWA Board of Directors and to the procedures set forth in Section 3 of EWA’s Revised Basic Agreement. B. Such agreements shall provide protections to the Encina Sewage System equivalent to those set forth in this Ordinance, such as: compliance with Pretreatment Standards and Pretreatment Requirements; rights of inspection and sampling of the User's Discharge to determine compliance with such standards and requirements; and imposition of any fees, fines, costs, or deposits as necessary. C. The Member Agency shall submit to EWA a signed copy of the agreement after all required approvals are obtained. -23- 3.12 FEES AND DEPOSITS A. GENERAL Any fees or deposits prescribed in this Section 3.12 shall be due and payable to EWA at the time prescribed herein or as set forth in any resolution of the EWA Board of Directors establishing certain fees. An unpaid fee is delinquent if it has not been paid within 30 days after it is due. All delinquent payments will be assessed a penalty of 10% or $100 per month, whichever is greater. B. FEES 1. APPLICATION/RENEWAL FEES EWA’s Board of Directors may establish by resolution a fee for application for or renewal of a Discharge Permit or NSWD Form. The application/renewal fee shall be in an amount reasonably related to EWA’s costs of reviewing applications and may include an extra amount for expedited review of a renewal application. All permit fees shall be due and paid prior to issuance or renewal of a Discharge Permit or NSWD Form. Any delinquent payments to EWA must be paid in full prior to issuance or renewal of a Discharge Permit or NSWD Form. 2. ANNUAL FEE Each Permittee and NSIU shall pay to EWA an annual fee in an amount adopted by resolution of the EWA Board of Directors. The annual fee shall be in an amount reasonably calculated to cover actual or estimated costs of EWA’s routine compliance monitoring, inspections and reporting applicable to the Permittee or NSIU. The annual fee shall be due to EWA on an annual date as established by the EWA Board of Directors. 3. SPECIAL USE FEE In addition to the application/renewal fee and the annual fee, the EWA Board of Directors may establish by resolution a fee to cover any additional costs relating to Special Use Discharge Permits. C. DEPOSITS EWA may require a User to pay a deposit or replenish any deposited amount: (1) prior to issuing, modifying or renewing a Discharge Permit or NSWD Form; (2) for monitoring and/or treatment of a Special Use Discharge; (3) prior to scheduling an appeal or enforcement hearing in accordance with Section 6.4 of this Ordinance; or (4) as part of an enforcement action. The deposit shall be based upon the estimated costs associated with the particular action. EWA may charge the deposit for actual and reasonable costs incurred by EWA or a Member Agency for: (1) issuance, modification or renewal of a Discharge Permit or -24- NSWD Form; (2) monitoring and/or treatment of a Special Use Discharge; (3) preparation for and services at an appeal or enforcement hearing in accordance with Section 6.4 of this Ordinance; or (4) the enforcement of a User's compliance with its Discharge Permit or NSWD Form, or this Ordinance. The User will be required to pay any additional costs incurred by EWA in excess of the deposited amount. If a User’s appeal is sustained, the full deposit shall be returned. In all other cases, EWA shall return to the User any remaining deposited amount along with any interest earned upon: (1) the User’s surrender of its Discharge Permit or NSWD Form; (2) the cessation of the User’s Discharge; or (3) the conclusion of any enforcement action under this Ordinance, whichever is later. EWA shall provide the User an accounting of the deposited amount upon return of the remaining amount, and upon the User’s request. The User's deposit of any amount with EWA shall not constitute an admission of liability or noncompliance with any NSWD Form or Discharge Permit, or this Ordinance. -25- SECTION 4 FACILITIES REQUIREMENTS 4.1 PRETREATMENT FACILITIES A. All Users shall Discharge Wastewater acceptable to EWA in compliance with the Pretreatment Standards and Pretreatment Requirements set forth in this Ordinance. Users shall provide, maintain and pay for any facilities required to pretreat or transport Wastewater that meets the requirements of this Ordinance and the User’s Discharge Permit or NSWD Form. B. EWA may review and approve, based upon the Director’s BPJ, the User’s Pretreatment facilities. In no event shall any review or approval indicate compliance with this Ordinance, any Discharge Permit or NSWD Form. C. EWA may require any User to submit waste minimization plans, contingency plans and other necessary documentation to ensure proper operation of the Pretreatment facilities. D. EWA may require any User to install technology to meet Pretreatment Standards or Pretreatment Requirements in accordance with Section 6 of this Ordinance. 4.2 SPILL CONTAINMENT FACILITIES All Users shall provide, maintain and pay for spill containment facilities to protect against Discharge in violation of this Ordinance. Spill containment facilities shall be designed to secure 110% of the capacity of the largest single tank within the structure and prevent it from entering into the Encina Sewerage System, in accordance with reasonable engineering standards. 4.3 MONITORING/METERING FACILITIES A. EWA may require the User to construct and maintain in proper operating condition at the User’s sole expense flow monitoring, constituent monitoring and/or sampling facilities, in a manner that allows free and uninterrupted access by EWA. B. Any sample taken from a sampling location designated in the User’s Discharge Permit is considered representative of the quality and/or quantity of normal Process Wastewater generated during daily operations at the facility. C. Wastewater monitoring and flow measurement facilities shall be properly operated, kept clean, and maintained in good working order at all times. The failure of a User to keep its monitoring facility in good working order shall not be grounds for the User to claim that sample results are unrepresentative of its Discharge. D. Monitoring or metering facilities may include a locking security closure for EWA’s access only. If the locking device is owned by the User, the User shall provide EWA with key entry access to the monitoring or metering facility, permitting entry without delay during all hours of operation. -26- E. Location of the monitoring or metering facilities shall be determined by the User based upon the User’s processes and in-line Pretreatment Equipment, if applicable, and subject to approval by EWA. F. If a User has various operations producing different Wastewater Constituents and Characteristics, or subject to different Categorical Standards, EWA may require the User to install separate monitoring or metering facilities for each operation. G. All devices used to measure Wastewater flow or Wastewater Constituents and Characteristics shall be installed and calibrated by a qualified individual(s) according to manufacturer’s specifications, at a frequency determined by EWA and/or upon EWA’s request, to ensure their accuracy. 4.4 DRAWING SUBMITTAL REQUIREMENTS A. Users shall submit to EWA detailed drawings for review of existing or proposed construction of Pretreatment facilities, spill containment facilities and monitoring or metering facilities. Users shall not begin construction of the proposed facility without prior approval of EWA. EWA’s review or approval of the drawings shall in no way relieve the User of any future responsibility for modifying the facilities or procedures to meet the requirements of this Ordinance. B. All drawings shall include the following: (1) north arrow; (2) scale size; (3) User name and address; (4) drawing name and drawing number; (5) date drawn or revised; (6) name of draftsman and name of person approving drawing. C. EWA may require drawings to scale or schematic drawings depicting the manufacturing process (waste generating sources), spill containment, Pretreatment facilities, and/or monitoring and metering facilities. D. EWA may require the drawings be prepared by a California Registered Chemical, Mechanical or Civil Engineer. 4.5 BEST MANAGEMENT PRACTICES (BMPs) A. All Permittees, including NSIUs, shall implement any and all feasible BMPs to minimize Pollutant and Wastewater Discharge. B. BMPs include any action that causes a net reduction in the use or generation of Pollutants that are Discharged into Wastewater and include, but are not limited to, Pretreatment, maintenance procedures, and any of the following: 1. Input change: A change in raw materials used in a production process or operation so as to reduce, avoid or eliminate the generation of Pollutants Discharged in Wastewater. -27- 2. Operational improvement: Improved site management so as to reduce, avoid or eliminate the generation of Pollutants Discharged in Wastewater. 3. Production process change: A change in a process, method or technique that is used to produce a product or a desired result, including the return of materials or their components for reuse within the existing processes or operations, or recycling of water or Wastewater byproducts, so as to reduce, avoid or eliminate the generation of Pollutants Discharged in Wastewater. 4. Product reformulation: Changes in design, composition or specifications of end products, including product substitution, so as to reduce, avoid or eliminate the generation of Pollutants Discharged in Wastewater. C. Pollution prevention does not include actions that merely shift a Pollutant in Wastewater from one environmental medium to another environmental medium, unless clear environmental benefits of such an approach are identified to the satisfaction of EWA. 4.6 ADDITIONAL PRETREATMENT MEASURES A. TIME AND LOCATION OF DISCHARGE To protect the Encina Sewerage System or to assess the User’s compliance with the requirements of this Ordinance, EWA may require: (1) Users to restrict Discharge during peak flow periods; (2) that certain Wastewater be Discharged only into specific sewers; (3) Users to relocate and/or consolidate points of Discharge; (4) Users to separate Domestic Wastewater from Process Wastewater; and (5) such other conditions as may be necessary in the Director's BPJ. B. FLOW EQUALIZATION EWA may require any Person Discharging into the Encina Sewerage System to install and maintain on its property and at its expense, a storage and flow-control facility to ensure equalization of flow. C. INTERCEPTORS EWA may require Users to install Oil and Grease, or sand interceptors when, in the Director’s BPJ, such interceptors are necessary for the proper handling of Wastewater containing excessive amounts of Oil and Grease or solids, to reduce the amount of these pollutants entering the Encina Sewerage System. All interceptor units shall be of type and capacity approved by EWA and shall be so located to be easily accessible for cleaning and inspection. Such interceptors shall be inspected, cleaned and repaired regularly, as needed, by the User at the User’s expense. -28- D. GAS DETECTION METER EWA may require Users with the potential to Discharge flammable substances to install and maintain an approved combustible gas detection meter. -29- SECTION 5 MONITORING, REPORTING, INSPECTION & NOTIFICATION 5.1 SELF-MONITORING A. EWA may require any User to submit self-monitoring reports of Wastewater Constituents and Characteristics in order to determine compliance with the User's Discharge Permit or this Ordinance. When required, the self-monitoring requirement and frequency of reporting shall be set forth in the User's Discharge Permit. B. All sample analyses shall be performed by a laboratory certified by the State of California under the Environmental Laboratory Accreditation Program (ELAP) and follow the requirements set forth in 40 C.F.R. Part 136 and Section 5.2 below. C. The analyses of Wastewater Constituents and Characteristics and the preparation of the monitoring report shall be at the User’s sole expense. D. Users shall submit to EWA the results of all sample analyses obtained at the representative sample point and analyzed according to B. above, even if the User samples more frequently than is required by its Discharge Permit. E. If self-monitoring indicates a violation, the User shall notify EWA within 24 hours of becoming aware of the violation. The User shall repeat the sampling and analysis and submit the results of the repeat analysis to EWA within 30 days. F. In the event a User fails to perform any required self-monitoring and/or to submit self-monitoring reports, EWA may initiate all necessary tasks and analyses to determine the User’s Wastewater Constituents and Characteristics for any limitations and requirements specified in the User's Discharge Permit or in this Ordinance. The User shall be responsible for any and all expenses of EWA in undertaking such monitoring analyses and preparation of reports. 5.2 WASTEWATER SAMPLE COLLECTION A. Samples utilized by the User to satisfy reporting requirements must be collected during the period covered by the report. B. All samples and measurements taken as required herein shall be representative of the volume and nature of the Discharge. All samples shall be taken at the representative sample point specified in the User’s Discharge Permit and, unless otherwise specified, before the Discharge is diluted by any other wastestream, body of water or substance. C. Except as indicated in Sections D and E below, or unless otherwise authorized by EWA, the User must collect all Wastewater samples using 24-hour composite sampling techniques. -30- D. Samples for pH, temperature, cyanide, Oil and Grease, and Total Toxic Organics must be obtained using grab collection techniques. Using the protocols (including appropriate preservation) specified in 40 CFR Part 136 and EPA guidance, multiple grab samples collected during a 24-hour period may be composited prior to the analysis as follows: for cyanide, the samples may be composited in the laboratory or in the field; for Total Toxic Organics and Oil and Grease, the samples may be composited in the laboratory. Composite samples for other parameters unaffected by the compositing procedures as documented in approved EPA methodologies may be authorized by EWA as appropriate. E. For sampling required in support of baseline monitoring and 90-day compliance reports, a minimum of four grab samples must be used for pH, cyanide, Oil and Grease, and Total Toxic Organics for which historical sampling data do not exist. For facilities for which historical sampling data are available, EWA may authorize a lower minimum. For routine sampling, EWA shall require the number of grab samples necessary to assess and assure compliance with applicable Pretreatment Standards and Pretreatment Requirements. 5.3 BASELINE MONITORING REPORTS (BMRs) Any New Source and any User subject to a new or revised Categorical Standard shall submit a BMR prior to the issuance or renewal of its Discharge Permit. Each BMR shall contain the information set forth in 40 C.F.R. Section 403.12(b)(1)-(6) and shall be submitted within the prescribed timeframes. 5.4 REPORT ON COMPLIANCE WITH CATEGORICAL STANDARD Within 90 days following the date for final compliance with an applicable Categorical Standard or in the case of a New Source following the commencement of Discharge, any User subject to Pretreatment Standards and Pretreatment Requirements shall submit to EWA a report containing the information set forth in 40 C.F.R. Section 403.12(b)(4)-(6). For Users subject to equivalent mass or concentration limits, the report shall contain a reasonable measure of the User’s long-term production rate. For all other Users subject to Categorical Standards expressed in terms of allowable Pollutant Discharge unit of production (or other measure of operation), the report shall include the User’s actual production during the appropriate sampling period. 5.5 COMPLIANCE SCHEDULE PROGRESS REPORTS All Users subject to a compliance schedule issued pursuant to Section 6 or as required by a Discharge Permit shall submit a progress report within 14 days of each interim compliance date set forth in the compliance schedule. 5.6 SEMIANNUAL COMPLIANCE STATUS REPORTS All Class I, Class II, and Class III Permittees shall submit reports to EWA in accordance with 40 C.F.R. Section 403.12(e) and (h), respectively. These reports shall be -31- submitted twice each year for the periods July 1 through December 31, and January 1 through June 30, and shall be due on January 15 and July 15 of each year, respectively. 5.7 SLUG CONTROL PLANS EWA shall evaluate whether each Significant Industrial User needs a slug control plan to control Slug Discharges. EWA may require any User to develop, submit for approval and implement such a plan. A slug control plan shall address, at a minimum, the following; A. Description of routine and non-routine Discharge practices; B. Description of stored chemicals, the quantities used and disposal practices for each; C. Procedures for immediately notifying the EWA of any Slug Discharge, as required by Section 5.15(B) of this Ordinance; and D. Procedures to prevent adverse impact from any Slug Discharge. Such procedures include, but are not limited to: all pollution prevention measures that have been implemented by the User; regular inspection and maintenance of Pretreatment systems and storage areas; proper handling and transfer of materials; worker training; measures for containing Pollutants; measures for ensuring against the deliberate initiation of a Slug Discharge; and measures and equipment for emergency response. 5.8 TOXIC ORGANIC MANAGEMENT PLAN EWA may require any User to submit a Toxic Organic Management Plan (TOMP) to address the prevention of Discharge of toxic organics to the Encina Sewerage System or the environment. A TOMP shall contain, at a minimum, the toxic organic compounds used, the method(s) of disposal, and the procedures for assuring that toxic organics do not spill into the Wastewater being Discharged. EWA may allow a User to develop and implement a TOMP in lieu of required self-monitoring for Total Toxic Organics. 5.9 WASTEHAULER DISCHARGE REPORT Each Wastehauler shall complete a Septage Discharge report for each load Discharged. The report shall include the following information: (1) date and time of Discharge; (2) type of Septage Discharged; (3) volume of Discharge; (4) company name; (5) truck license number; (6) driver’s name; and (7) source of Septage (chemical toilet route number or name of client(s) and address). 5.10 FALSE STATEMENTS AND CERTIFICATION A. Persons submitting Permit applications and reports pursuant to this Ordinance are subject to the provisions of 18 U.S.C. Section 1001, Section 309 of the Clean Water Act, 40 C.F.R. Section 403.12 (b)(6) and any other provisions of law imposing civil and/or criminal penalties for making false statements. -32- B. All Discharge Permit applications and any reports submitted pursuant to this Ordinance shall be signed by an Authorized Representative of the User, indicate the city in which the statement was signed (or county, if signed in an unincorporated area) and contain the following certification statement: ‘‘I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations.’’ 5.11 CONFIDENTIAL INFORMATION Information and data about a User that is obtained by EWA from reports, surveys, Wastewater Discharge Permit applications, individual Wastewater Discharge Permits, monitoring programs, inspection and sampling activities, or any other information about a User on file with EWA shall be available to the public without restriction unless the User requests confidentiality for specific information and is able to demonstrate to the satisfaction of EWA that such information is entitled to protection as trade secrets under applicable law. Any such request must be asserted at the time the information or data is first submitted to or collected by EWA. When a User makes a timely request and EWA determines that information should be held confidential, the portions of any document which would disclose trade secrets shall not be made available for inspection by the public, but shall still be made available immediately upon request to governmental agencies for uses related to the NPDES Program or Pretreatment Program, or in enforcement proceedings. Wastewater Constituents and Characteristics and other effluent data as defined at 40 CFR 2.302 shall not be recognized as confidential information and shall be available to the public without restriction. 5.12 REPORTS FROM UNPERMITTED USERS All Users not required to obtain a Discharge Permit, such as Users that have been issued a NSWD Form, shall provide reports to EWA as requested. 5.13 EWA’S RIGHT TO INSPECT, SAMPLE, AND EWA’S RIGHT OF ENTRY A. Persons or occupants of premises where Wastewater is created or Discharged shall allow EWA, or its representatives, reasonable access to all parts of the Wastewater generating and disposal facilities as necessary for the purposes of inspection and sampling to determine compliance with a Discharge Permit or this Ordinance. EWA has the right to enter any User’s -33- facility without prior notice if the User is required to obtain a Discharge Permit or NSWD Form under this Ordinance. B. Any member of the EWA inspection or enforcement team may inspect and sample from the Wastewater generating and disposal facilities of any User to ascertain whether the intent of this Ordinance is being met and the User is complying with requirements. Each inspector carries an EWA-issued credential badge with the individual’s first and last name, photograph and title. If requested, EWA inspectors will present this credential for verification upon entry onto any User’s facility for the purpose of performing inspection or sampling responsibilities. Where a User has security measures in force that require additional identity verification, the User may make necessary arrangements with EWA in advance so that, upon presentation of an inspector’s photo identification credential, personnel from EWA will be permitted to enter without delay for the purpose of performing their specific responsibilities. In no event may a User require EWA inspectors to provide or present any other form of identification, or otherwise delay entry of any member of the EWA inspection or enforcement team for additional identity verification. C. EWA shall have the right to set up on the User's property or other locations as determined by EWA such devices as are necessary to conduct sampling or metering operations. D. A User shall remove promptly any temporary or permanent obstruction to safe and easy access to the facility to be inspected and/or sampled at the written or verbal request of EWA and such obstruction shall not be replaced. The User is responsible for the costs of removing such obstruction. E. Unreasonable delays or interference in allowing EWA access to the User's premises shall for the purposes of enforcement of this Ordinance be a violation of this Ordinance. 5.14 RECORDKEEPING In order for EWA to determine the Wastewater characteristics of the User for purposes of determining compliance with a Discharge Permit, a NSWD Form, or this Ordinance, all Users shall make available to EWA for inspection and/or copying at the User’s expense, the following records: all notices, self-monitoring reports and supporting records, BMP documentation, Waste Manifests and any other records relating to the Discharge required to be kept under State or federal law. Users shall retain all records a minimum of three years. 5.15 NOTIFICATIONS A. CHANGE TO DISCHARGE All Users are required to notify the EWA before increasing or decreasing flow or Wastewater Constituents or Characteristics by more than 10% from the amounts described in the applicable Discharge Permit or NSWD Form. -34- B. BYPASS/SLUG DISCHARGE 1. All Users are required to notify EWA immediately of any facility changes that may affect the potential for a Slug Discharge. 2. If a User anticipates the need for a Bypass or Slug Discharge, it shall submit prior notice to EWA, if possible, at least 10 days before the date of the Bypass or Slug Discharge. 3. EWA may approve an anticipated Bypass or Slug Discharge after considering its adverse effects, and in the case of a Bypass, only if EWA determines that it will meet the conditions set forth in Section 2.6 of this Ordinance. Approval of an anticipated Bypass or Slug Discharge does not relieve the User of any expense, loss, damage or other liability which may be incurred as a result of damage or loss to EWA and/or a Member Agency or any other damage or loss to person or property; nor shall such notification relieve the User of any fees or other liability which may be imposed by this Ordinance or other applicable law. 4. A User shall submit to EWA oral notice of an unanticipated Bypass or Slug Discharge that violates the User’s Discharge Permit or NSWD Form or this Ordinance within 24 hours after the User has knowledge of the Bypass or Slug Discharge. A User shall submit to EWA a written report within five working days after the User becomes aware of the Bypass or Slug Discharge. The report shall contain a description of the Bypass or Slug Discharge and its cause; the duration of the Bypass or Slug Discharge, including exact dates and times, and, if the Bypass or Slug Discharge has not been corrected, the anticipated time it is expected to continue; and steps taken or planned to reduce, eliminate and prevent recurrence of the Bypass or Slug Discharge. 5. Failure to submit oral notice and/or written report may be grounds for Discharge Permit suspension or revocation. Failure to provide timely notice is deemed a waiver of the Bypass defense for any violation. 6. Notification of Bypass shall not relieve the User of any expense, loss, damage or other liability which may be incurred as a result of damage or loss to EWA and/or a Member Agency or any other damage or loss to person or property; nor shall such notification relieve the User of any fees or other liability which may be imposed by this Ordinance or other applicable law. 7. Users shall post in a prominent place on the User's employee bulletin board or other notice board a notice advising employees whom to call in the event of a Bypass or Slug Discharge. Users shall ensure that all employees are advised of the emergency notification procedure. C. DISCHARGE OF HAZARDOUS WASTE -35- Users shall give notices of Discharge of hazardous waste, as defined in 40 C.F.R. Part 261, in accordance with 40 C.F.R. Section 403.12(p). -36- SECTION 6 ENFORCEMENT 6.1 PURPOSE AND SCOPE EWA finds that enforcement of this Ordinance throughout the Encina Service Area is vital to the protection of the public’s health and safety, the environment and the Encina Sewerage System. Any violation or continuing violation of a provision of this Ordinance, a Discharge Permit, a NSWD Form, an administrative order or applicable State or federal law may be grounds for enforcement action against a User. EWA shall conduct enforcement proceedings in accordance with its Enforcement Response Plan, as amended from time to time, to ensure consistent application of the provisions of this Ordinance. 6.2 FINDINGS OF VIOLATION EWA may make findings of violation of a Discharge Permit, a NSWD Form, this Ordinance or applicable law based upon the following: A. Review of information submitted by a User to EWA; B. EWA’s inspection of the User’s facility and/or sampling of the User’s Discharge; C. A User's failure to submit any required documentation, report or notice; D. A User's failure to pay any fees, fines, costs or deposits as required by this Ordinance; E. Any other information received by EWA. 6.3 ADMINISTRATIVE ENFORCEMENT ACTIONS EWA may impose any of the enforcement actions set forth herein against a User upon a finding that a violation has occurred. A. NOTICE OF VIOLATION (NOV) 1. Upon finding a violation of this Ordinance, a Discharge Permit, a NSWD Form, an administrative enforcement order or applicable law, EWA may issue the User a NOV. 2. For any violation of Sections 2.1(A), 2.1(B)(3), (4) and (6)-(8) of this Ordinance, EWA shall examine whether the User has an affirmative defense as set forth in 40 C.F.R. Section 403.5(2). If in the Director's BPJ the User has an affirmative defense, EWA shall not issue an NOV. 3. A NOV shall: -37- a. describe the violation and the basis for the violation; b. cite the provision of the Ordinance, Discharge Permit or law violated; c. require correction of the violation and/or a written explanation of the cause of the violation, within a specified timeframe; d. set forth any administrative enforcement action imposed by EWA; e. provide written instructions for obtaining a hearing and the deadlines for doing so, if applicable. 4. In the event that the notice of violation imposes any administrative enforcement action(s), EWA shall issue the NOV by at least one of the following methods: (1) via certified mail with return receipt requested; (2) personal delivery; or (3) posting the notice of violation conspicuously on or in front of the User’s premises. B. MONETARY FINES 1. In general, the fine shall be assessed at a level that recovers the economic benefit derived by the User from the acts constituting the violation. An Officer may impose monetary fines in an amount not to exceed $1,000 per violation per day. The Director may impose monetary fines in an amount not to exceed $5,000 per violation per day or $10 per gallon. 2. The fine shall be imposed in accordance with the recommendations found in EWA’s Enforcement Response Plan and Guide as amended from time to time, and maintained at the EWA administrative offices. 3. Payment Due Date. The fines prescribed in this Section shall be due and payable to EWA within 30 days from the date of receipt of the NOV or administrative enforcement order. Any unpaid fine will be assessed a penalty of 10% or $100 per month, whichever is greater. C. ENFORCEMENT AND OTHER COSTS EWA may require the User to pay any additional costs incurred which are reasonably related to the enforcement of a User’s Discharge Permit or NSWD Form or any requirements of this Ordinance. These costs may include: any inspections, monitoring, sampling or other investigations required by EWA on a non-routine basis; procurement of water records; additional treatment; reasonable attorney fees and other legal costs, whether or not civil enforcement is pursued in court; any expert analysis required on a non-routine basis; any damage to the Encina Sewerage System; costs required to resume normal operation of the Encina Sewerage System; and any other costs incurred by EWA or a Member Agency in its -38- enforcement efforts. These costs shall be based upon actual expenses, including staff time incurred for such enforcement activities. These costs are due and payable as directed in any notice and are not subject to appeal. EWA shall provide the User an accounting of these costs upon the User’s request. D. NON-COMPLIANCE SAMPLING In response to repeated violations, a User’s self-monitoring frequency may be increased to determine whether the corrective actions taken in response to a violation have returned the User to compliance. E. ENFORCEMENT SECURITY EWA may require a User to deposit cash or provide a letter of credit or other security in a form approved by EWA, sufficient to ensure the User’s compliance, to ensure payment of any fees, fines, or costs, or to ensure participation in any requested hearing, in accordance with Section 3.12 of this Ordinance. F. COMPLIANCE SCHEDULE EWA may impose a compliance schedule based upon his or her BPJ, setting forth the action(s) necessary to comply with this Ordinance or a Discharge Permit, and the deadlines for completing such action(s). G. COMPLIANCE MEETING EWA may require a User to attend a meeting when there is a pattern of noncompliance or a serious violation has occurred. At the meeting, the User shall be asked to provide an explanation for the violation(s) and describe the actions taken or planned to prevent recurrence. H. PUBLICATION OF VIOLATION EWA may require the User to notify the public and/or other Users in the Encina Sewerage System of the User’s violation, the User’s action taken to correct the violation and any enforcement actions imposed by EWA. I. CEASE AND DESIST ORDER EWA may issue a Cease and Desist Order when a User is found: Discharging without a Permit; Discharging unauthorized wastestreams; or Discharging Wastewater that could cause Interference or Pass-through or otherwise create an emergency situation. The Cease and Desist Order will become effective immediately upon receipt and will indicate the steps that must be taken for Discharge to resume. -39- J. SHOW CAUSE HEARING EWA may require the User to attend a formal meeting to explain its noncompliance, and show cause why severe enforcement actions (e.g. permit suspension, permit revocation or termination of service) should not be taken. A Show Cause Hearing does not preclude and is not a necessary prerequisite for taking other enforcement actions. K. SUSPENSION OR REVOCATION OF DISCHARGE PERMIT, TERMINATION OF SERVICE EWA may suspend or revoke a User’s Discharge Permit or physically terminate service whenever the User: 1. Fails to comply with the terms of a NOV or compliance schedule; 2. Fails to make timely payment of any amount due to EWA; 3. Fails to provide reports or other documents required by EWA to determine compliance with a Discharge Permit and this Ordinance; 4. Knowingly provides a false statement to EWA; 5. Falsifies, tampers with or knowingly renders inaccurate any monitoring device or sample collection equipment; 6. Fails to report a significant change in operations, as required by this Ordinance; 7. Refuses access to User’s facilities upon EWA’s demand without delay; 8. Discharges any Wastewater in violation of its Discharge Permit or this Ordinance. 6.4 ADMINISTRATIVE APPEAL A. RIGHT TO HEARING 1. A User may request a hearing regarding any monetary fine greater that $750 imposed by an Officer, by submitting to the Director, within seven days of the date of receipt of the NOV, a written request for a hearing, along with the hearing deposit allowed by Section 3.12 of this Ordinance. The Director shall be the Hearing Officer at such a hearing. 2. A User may request a hearing regarding any Discharge Permit, compliance schedule, monetary fine greater than $1000, suspension or revocation of Discharge Permit, or termination of service order imposed by the Director, by submitting to the General Manager a written request for a hearing within seven days from the User’s receipt, along with the hearing -40- deposit allowed by Section 3.12 of this Ordinance. The General Manager shall be the Hearing Officer at such a hearing. 3. A User may appeal to the Board of Directors any enforcement order suspending or revoking a Discharge Permit or terminating a User’s service by submitting to the General Manager a written request for a hearing within seven days from the User’s receipt of the enforcement order, along with the hearing deposit allowed by Section 3.12 of this Ordinance. The Board Chair shall be the Hearing Officer at such a hearing. 4. Failure to submit a timely petition for a hearing shall be deemed to be a waiver of the administrative appeal. 5. No other administrative appeal is provided under this Ordinance. B. REQUEST FOR HEARING 1. Hearing requests regarding enforcement actions shall set forth with specificity the reasons for the hearing, including whether the User challenges the factual basis of the decision, and if so, what facts in particular, or whether the User challenges the legal basis of the decision or the reasonableness of the sanctions imposed. 2. Hearing requests regarding Discharge Permit conditions must indicate the Wastewater Discharge Permit provisions objected to, the reasons for this objection, and the alternative condition(s), if any, the User seeks to place in the Wastewater Discharge Permit. The effectiveness of the Wastewater Discharge Permit shall not be stayed pending the appeal. C. TIME FOR HEARING 1. Hearings conducted by the Director or the General Manager shall be held within 15 days of EWA’s receipt of the written request. The hearing may be adjourned and reconvened for good cause at the discretion of the Hearing Officer. Notwithstanding the foregoing, the hearing shall be concluded within 30 days of EWA’s receipt of the written request unless otherwise agreed by EWA and the User. 2. Hearings conducted by the Board of Directors shall be held within 45 days of EWA’s receipt of the written request. D. RECORD ON REVIEW The Board of Directors’ review shall be limited to the hearing record as defined in Section 6.4(G) of this Ordinance, unless the User or the General Manager demonstrates to the Board that new information has been discovered which did not exist or could not be discovered at the time of the enforcement hearing held in accordance with Section 6.4 of this Ordinance. -41- E. DUTIES OF HEARING OFFICER 1. The Hearing Officer shall schedule a day, time and place for the hearing, and shall ensure that the User receives written notice of the day, time and place of the hearing at least five days prior to the date of the hearing. 2. The Hearing Officer shall act to ensure that the EWA and the User have a reasonable opportunity to be heard and to present all relevant oral and documentary evidence and that proper decorum is maintained, and shall not act as an advocate for EWA or for a User. 3. The Hearing Officer shall have the authority and discretion to decide when oral and documentary evidence may or may not be introduced, and to rule on questions which are raised during the hearing pertaining to matters of procedure. The Hearing Officer may admit evidence as long as responsible persons are accustomed to rely on such evidence in the conduct of serious affairs, regardless of the admissibility of such evidence in a court of law. 4. The Hearing Officer shall listen to and examine all evidence, direct questions to the User and the EWA as needed, and determine the credibility and weight of the evidence. 5. The Hearing Officer has the authority to uphold EWA’s enforcement action, rescind the action or implement any of the actions allowed under this Section 6. F. PROCEDURE AT HEARING 1. Enforcement hearings are intended to be informal in nature. Formal rules of evidence and discovery do not apply. The General Manager may, from time to time, establish hearing guidelines to guide the hearing procedure. 2. The EWA shall have the burden of proving by preponderance of the evidence the existence of a violation of this Ordinance, a Discharge Permit, an enforcement order or any applicable State or federal law. 3. Both the EWA and the User shall have the opportunity to present documentary evidence and to cross-examine witnesses in support of its position. G. RECORD OF THE HEARING 1. The Hearing Officer shall cause a recording of the hearing to be made either by tape recording or by providing a court reporter service. The User shall be entitled to receive a copy of a hearing transcript, if made, or the recording upon paying the reasonable cost for preparing the record, in accordance with applicable law. 2. The Record of the Hearing shall consist of the recording or transcript of the hearing, all notices, the Hearing Officer's written decision, all admitted exhibits, all rejected -42- exhibits in EWA's possession and any other written correspondence or evidence relating to the User's administrative hearing. H. FAILURE TO ATTEND THE HEARING In the event a User fails to attend a duly noticed hearing, the User shall be deemed to have waived the right to a hearing and the permit or Notice of Violation and any enforcement actions set forth therein shall become final and binding upon the User on the day following the day scheduled for the hearing. I. ADMINISTRATIVE ENFORCEMENT ORDER 1. After the conclusion of the hearing, the Hearing Officer shall issue a decision, as set forth in subparagraph 2 below, which may adopt, reject or modify, in whole or in part, the findings of fact, the enforcement actions or conditions included in the Notice of Violation or other actions addressed at the hearing. The decision may impose without further hearing or appeal, an enforcement action, such as revocation of a Discharge Permit or NSWD Form, or physical termination of service, in the event the Hearing Officer later determines that the User has violated any terms of the administrative enforcement order. 2. The Hearing Officer shall prepare a written enforcement order setting forth the decision, a brief statement of the facts found to be true, a determination of the issues presented and conclusions, articulating the connection between the evidence produced at the hearing and the decision. The written order shall be in sufficient detail to enable any reviewing body or court to determine the basis for the decision on each charge included in the Notice of Violation. The written order shall provide an explanation of the procedure for appealing the decision to the EWA Board of Directors, if applicable, and notify the User of the timeframe for seeking judicial review, as required by Section 1094.6 of the Code of Civil Procedure. 3. The Hearing Officer’s enforcement order shall be sent to the User at its business address, within 30 days after the conclusion of the hearing. 6.5 EMERGENCY SUSPENSION, REVOCATION OR TERMINATION OF SERVICE A. Notwithstanding any other provision of this Ordinance, EWA may take any action to suspend or revoke a User’s Discharge Permit or to physically terminate service in the event of an emergency. B. For purposes of this Ordinance, ‘‘emergency’’ means any event that poses an imminent and substantial danger to the public health and welfare or the environment. C. In the event of an emergency, EWA shall issue a Notice of Violation in accordance with Section 6.3(A) of this Ordinance, and shall specify when the suspension, revocation or termination shall be effective. -43- D. A User may request that a hearing be held within 48 hours after notice of the emergency suspension, revocation or termination, in accordance with Sections 6.4 of this Ordinance. 6.6 EFFECTIVE DATE OF DECISIONS Except for any emergency termination ordered pursuant to Section 6.5 of this Ordinance, all enforcement orders issued pursuant to a hearing shall be effective on the date received by the User in accordance with Section 1.1(E) of this Ordinance. In the event a User fails to request a hearing within the timeframe required, a Notice of Violation shall be deemed an enforcement order and shall be effective upon the expiration of the timeframe during which a hearing may be requested. Any decision of the Board of Directors issued pursuant to an administrative hearing shall be effective upon the date received by the User in accordance with Section 1.1(E) of this Ordinance. 6.7 PUBLICATION OF SIGNIFICANT NONCOMPLIANCE In accordance with 40 C.F.R. Section 403.8(f)(2)(viii), EWA shall publish at least annually a list of Users who within the previous 12 months were in significant noncompliance, as defined below: A. Chronic violations of Wastewater Discharge limits, defined as those in which 66% or more of all of the measurements taken for the same Pollutant parameter during two consecutive calendar quarters at a given sample point exceed (by any magnitude) a numeric Pretreatment Standard or Pretreatment Requirement, including Instantaneous Limits as defined by 40 CFR 403.3(l); B. Technical Review Criteria (TRC) violations, defined as those in which 33% or more of all the measurements taken for the same Pollutant parameter during two consecutive calendar quarters at a given sample point exceed the product of the numeric Pretreatment Standard or Pretreatment Requirement, including Instantaneous Limits as defined by 40 CFR 403.3(l), multiplied by the applicable TRC (TRC = 1.4 for BOD, TSS, and Oil and Grease, and 1.2 for all other Pollutants except pH); C. Any other violation of a Pretreatment Standard or Pretreatment Requirement as defined by 40 CFR 403.3(l) (Daily Maximum, long-term average, Instantaneous Limit, or narrative standard) that EWA determines has caused, alone or in combination with other Discharges, Interference or Pass-through (including endangering the health of sewage treatment personnel or the general public); D. Any discharge of a Pollutant that has caused imminent endangerment to human health, welfare or to the environment or has resulted in EWA’s exercise of emergency authority under 40 CFR 403.8(f)(1)(vi)(B), to halt or prevent such a Discharge; -44- E. Failure to meet, within ninety days after the schedule date, a compliance schedule milestone; F. Failure to provide within 45 days after the due date, required reports such as baseline monitoring reports, 90-day compliance reports, periodic self-monitoring reports, and reports on compliance with compliance schedules; G. Failure to accurately report noncompliance; H. Any other violation or group of violations, which may include a violation of Best Management Practices, that EWA determines will adversely affect the operation or implementation of the Pretreatment Program. 6.8 ADMINISTRATIVE COMPLAINT In accordance with Government Code Section 54740.5, EWA may issue an administrative complaint against any User that has violated any terms of this Ordinance. 6.9 JUDICIAL REMEDIES In addition to the administrative enforcement remedies provided by this Ordinance, EWA may take any other judicial action allowed by law, including: A. CIVIL PENALTIES In accordance with Government Code Section 54740(b), the General Manager, on behalf of EWA, may petition the superior court to impose, assess and recover from any Person sums not to exceed $25,000 a day for each violation of this Ordinance. All civil penalties imposed by the court for violations are payable to EWA. Civil penalties under this Section 6.9(A) are in addition to any and all other civil or criminal remedies other than administrative fines imposed under this Ordinance. B. INJUNCTION The General Manager, on behalf of EWA, may petition the Superior Court for a temporary restraining order, or temporary or permanent injunction. 6.10 MISDEMEANOR Any violation of this Ordinance is a misdemeanor, in accordance with Water Code Section 31106. -45- 6.11 REMEDIES NOT EXCLUSIVE The administrative enforcement actions, and any other remedies provided under this Ordinance are not exclusive, and are in addition to any other administrative, civil or criminal remedy established by law which may be pursued by EWA or other State or federal regulatory agencies to address violations of this Ordinance and federal and State law. 6.12 JUDICIAL REVIEW A. Judicial review of any EWA enforcement decision shall be made pursuant to Section 1094.5 of the Code of Civil Procedure only if the petition for writ of mandate is filed not later than the 90th day following the date on which the decision becomes final. If this Ordinance provides for no appeal of the decision, the decision becomes final the date the decision is effective. If this Ordinance provides for an appeal of the decision, the decision becomes final upon the expiration of the period during which the appeal can be sought. B. Aggrieved parties seeking judicial review of the final administrative Wastewater Discharge Permit decision must do so by filing a compliant with the Superior Court for San Diego County within 90 days. 1 of 5 CITY OF CARLSBAD AGUA HEDIONDA SEWER LIFT STATION, VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC11B-VC15 AND RECYCLED WATER LINE PROJECT Contract No. PWS13-40UTL Addendum No. 4 From: Terry Smith, Project Manager Phone: (760) 603-7354 Date: March 26, 2015 Bid Opening Date: April 8, 2015 at 2:00 pm REVISIONS TO BID DOCUMENTS: The following clarifications, deletions and additions shall be made a part of the contract documents. I. CONTRACTORS PROPOSAL: Replace page 19 through 24 with revised pages attached. II. GENERAL PROVISIONS: 1. Section 9-3.3 Delivered Materials Delete: “The cost of material and equipment delivered but not incorporated into the Work will not be included in the progress estimate.” Replace with: “As provided in Part 3 of Section 01025, and subject to the limitation and condition therein, the cost of material and equipment delivered but not incorporated into the work will be included in the progress estimate .” 2. Delete Entire Section 8-3.2 III. TECHNICAL SPECIFICATION SECTIONS: 1. Delete: Section 01025 Measurement and Payment Replace with: Section 01025 Measurement and Payment Addendum No. 4 version (Attached) 2. Section 02350 Sheeting, Shoring and Bracing Delete: Last sentence of Paragraph 3.01, “Trench sheeting below the top of a pipe shall be left in place.” 2 of 5 3. Section 13565 Packaged Bulk Media Biofilters Add: the last paragraph “f” following paragraph “e” of 1.01E.2: “The system shall be designed to be contained in the concrete structure indicated on the drawings. Modifications to the structure may be needed to meet the requirements of the proposed system. If a system using air header and laterals is used, manufacturer shall propose a system using the concrete structure indicated on the drawings, modifying it as needed for the alternative system. Any proposed modifications will need to maintain media drainage to the associated drain pumps along with maintenance access to the drain pumps. The cost of such modifications (design and construction) shall be borne by the Contractor.” IV. DRAWING REVISONS: 1. Drawing No. 467-7 (Schedule A) ADD NOTE to Sheet C-5 Under Construction Notes add the following note as Note No. 14: “14. Contractor shall remove and dispose of existing wood post and chain-link fencing located along the YMCA facility’s easterly limits at toe of slope. Replacement fence shall include approximately 215 lineal feet of 6-foot high chain link fence installed per San Diego Regional Standard Drawing M-6.” 2. Drawing No. 467-9 (Schedule C) DELETE NOTE NO. 1 on Sheets C-23 through C-25 “Contractor shall survey all existing medians and shall repair or replace in kind any that are impacted by construction operations, refer to As-Built Drawings as follows.” REPLACE WITH: “Contractor shall repair or replace in kind any existing medians south of STA 39+00 that are impacted by construction operations.” V. QUESTIONS & ANSWERS FOR CLARIFICATION: 1. Schedule B – Specification Section 13565, Para. 3.04 - Clarify if the header and lateral system is acceptable, and if used, how the trenches would be formed and connected at the plenum wall for drainage. Specification section 13565 Paragraph 2.03.C states, “If used, main air header pipe…” and 2.03.D states, “Laterals, if required…”. Likewise, section 3.03 states, “Where air distribution piping and headers are used…”. It is the intent of the specification to allow alternative biofilter designs to work within the indicated structure. The bidder is not required to use distribution piping and laterals if they intend to comply with the configuration indicated in the plans. If bidder wishes to deviate from the arrangement shown on the plans, the distribution piping, laterals, media, and other appurtenances shall comply with the specification sections for those respective items. An addendum for Paragraph 1.01.E will be provided to clarify this direction. 2. Schedule A - Is it the intent of the project for the bridge to have a Weathering Steel finish or painted finish?  All members of the truss and deck system shall be weathering steel, per Specification Section 05101. The “safety system” referenced in Paragraph 2.07 refers to the railing shown on Sheet B-2 and B-3 and shall be painted dark brown. 3. Schedule C - Why is dewatering and Ribs & Boards support not an option for shaft excavation when it is optioned for O/C adjacent to shafts? 3 of 5 Different support systems are required for microtunnel and open cut to control subsurface conditions during tunneling activities. Intent is for microtunneling to be performed without dewatering outside the access shaft and for the Contractor to construct the shaft using water-tight construction methods that fully support the hydrostatic load and limit water inflow to less than 5 gallons per minute from all sources once dewatering systems are turned off. Although dewatering can be used to construct the shaft, the dewatering system would have to be turned off after shaft construction. That being the case, a rib and lagging system will not satisfy this requirement unless there is full-time dewatering. Dewatering during microtunneling adds the risk of extracting drilling fluids through the dewatering system impacting MT and disposal of the extracted Shaft excavation and support for microtunneling activities shall be in accordance with Specification Sections 02345 and 02346. Shaft support should be designed to support the full hydrostatic load with dewatering activities within the shaft limited to the qualities provided in those sections. 4. Schedule C – How critical is the grade and maintaining a 0.61% slope on the bottom tangent section of the bore? Per Specification Section 02348, Paragraph 1.06, the HDD pilot hole has a tolerance of +/- 2 feet from the alignment shown. It is important to the operation of the pipeline to have a single low point. There are guidance systems with various levels of accuracy; therefore, the contractor should plan to use a guidance system with appropriate accuracy to achieve the contract requirements. 5. Schedule C – Can the entry and exit angels for the drill rigs be increased? Steeper entry and access angles are allowed as long as the contractor can: 1) achieve the invert elevations at the upstream and downstream connection points, 2) maintain the specified slope and tolerances for the rest of the pipeline, and 3) the HDD meets the remaining contract requirements. 6. Schedule B – The pump specification does not specifically mention flywheels, but does mention a moment of inertia. Are flywheels to be provided for the force main pumps? The moment of inertia needs to be provided by the pumping system. The design engineer expected that this requirement would be fulfilled by using flywheels. 7. Schedule B – Provide additional detail and/or the AutoCAD files for the topography and the proposed grades at the sewer lift station to aid in performing earthworks. The Bidder should refer to the Contract Documents, Sheet G-007 for existing site grades and C- 500 for proposed grades. For the Bidders’ convenience, a figure depicting the sites existing and proposed grades is provided (see attached). 8. Schedule B – Confirm the type of pipe penetration for the 54” at the Grinder Facility on Sheet M-100. The pipe penetration for the 54” pipe at the Grinder Facility (2 locations) shall be the same as at the lift station, as shown on Detail 4/M-003, where it is indicated as a “cast in place CCFRM FWC wall fitting, or equal”. 9. Schedule B – Confirm the requirement that the ductile pipe and fittings are to be Protectpo-401 lined? Lining material shall be in accordance with Section 09900 and suitable for the fluid conveyed by the piping. Protecto 401 is acceptable for sanitary sewer applications and shall be used in raw sewage (RS) applications per Note 8/M-202 and associated drawing callouts. Protecto 401 is not 4 of 5 for use as a reclaimed water or potable water lining. Lining for potable or reclaimed water shall be NSF compliant epoxy or cement mortar lining. 10. All Schedules - Section 15102, Paragraph 2.02 – Are resilient seated gate valves to have a stainless steel stem. Per Section 15102, Paragraph 2.02, gate valves are specified to have stainless steel stems. 11. All Schedules - Section 15129, Paragraph 2.02.D – Confirm that ball valves 16” and larger shall be provided with a bypass valve in accordance with AWWA C507. Bypass values or lines are not required on the ball valves on the flow meter. 12. All Schedules – Clarify requirements for joint gaskets (SDR35 pipe, PO gaskets, flange gaskets, etc.) Gasket materials shall be per Section 15050. 13. Schedule B – Can 30” DR 25 Fusible PVC® pipe be used in lieu of 36” DR11 IPS HDPE for the HDD segment of the 36” Sewer Force Main in Bid Item No. B-2? Can 30” DR 41 Fusible PVC® pipe be used in lieu of 36” DR21 IPS HDPE for the open cut segments of 36” Sewer Force Main in Bid Item No. B-2? On Schedule B, Fusible PVC has been requested to be a substitution for the open cut and HDD portions of the pump station discharge force main, in lieu of HDPE. The force main design is not a traditional force main, as it has several different scenarios including pressure and partial-gravity operation. The system shown on the contract documents, including open cut, HDD, and high- point transition structure, have been designed around HDPE pipe, its availability, and the available pipe sizes. In addition, the use of PVC material will have a significant change on the pressure transients of the force main and will require a re-analysis of those transients and the methods used to minimize them. This will likely result in changes to the pump selection. Therefore, Fusible PVC pipe will not be allowed on this project for the sewer force main. 14. Will the City be receptive to moving the location of manholes in order to avoid service utilities that cannot be relocated and are in conflict with excavation limits required to construct the new improvements? ( for example, support poles and guywires anchors for the overhead AT&T facilities) The City will entertain adjustments to manhole locations. However, any changes to the traffic control plans as a result must be revised by the Contractor and submitted for approval. Traffic flow within the area and access to the businesses must be maintained to the same level as developed on the current traffic control plans. 15. At pipeline Station 70+26.24, the profile drawing calls out a 2” forcemain fill station. This is not shown in the plan view, and no detail are provided for the appurtenance. Please clarify. Delete reference in the profile to the 2” forcemain fill station. 5 of 5 VI. SUPPLEMENTAL AND REFERENCE INFORMATION: Attachments: 1) Table of Contents “TOC” pg. 8, Addendum 4 Version 2) Contractor’s Proposal (Bid Sheets), Addendum 4 Version 3) Section 01025 Measurement and Payment, Addendum 4 Version 4) AHLS Site Grading Figure (Supplemental Information) End of Addendum Revised 1/30/13 Contract No. PWS13-40UTIL Page 8 of 170 Addendum 4 DIVISION 03 – CONCRETE 03100 Formwork 03121 Form Liners for Architectural Concrete 03200 Concrete Reinforcement 03290 Joints in Concrete Structure 03300 Cast-in-Place Concrete 03365 Concrete Stain 03400 Precast Concrete (Structures) 03460 Precast Concrete Manholes 03481 Precast Prestressed Concrete Piles 03600 Grout   DIVISION 04 – MASONRY 04232 Reinforced Concrete Block Masonry   DIVISION 05 – METALS 05100 Structure Metals 05101 Prefabricated Steel Truss Bridge 05405 Cold-Formed Metal Framing 05500 Metal Fabrications 05501 Anchor Bolts 05503 Access Hatches 05505 Miscellaneous Metalwork 05522 05520 Aluminum Pipe Railings Handrailing 05522 Aluminum Pipe Railings 05800 Expansion Joint Covers 05910 Hot-Dip Zinc Coating   DIVISION 06 – WOOD AND PLASTIC 06100 Rough Carpentry 06610 Fiberglass Reinforced Plastic Railings   DIVISION 07 – THERMAL AND MOISTURE PROTECTION 07100 Waterproofing and Moistureproofing 07131 Self-Adhering Sheet Waterproofing 07190 Water Repellents 07210 Thermal Insulation 07270 Self-Adhering Air and Vapor Barrier 07541 Polyvinyl-chloride (PVC) Roofing 07600 Flashing and Sheet Metal 07620 Sheet Metal Flashing and Trim 07720 Roof Accessories 07900 Sealants 07920 Architectural Joint Sealants 07950 Expansion Joint Systems   DIVISION 08 – DOORS AND WINDOWS 08113 Hollow Metal Doors and Frames 08220 Fiberglass-Reinforced Door Frames Systems 08332 Overhead Coiling Doors 08620 Unit Skylights 08710 Finish Hardware Revised 1/3/13 Contract No. PWS13‐40UTIL Page 19 of 170   (Addendum #4)  CITY OF CARLSBAD   AGUA HEDIONDA SEWER LIFT STATION, VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC11B-VC15, AND RECYCLED WATER LINE PROJECT CONTRACT NO. PWS13-40UTIL CONTRACTOR'S PROPOSAL  City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008   The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. PW S13-40UTIL in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit:   SCHEDULE “A” SEWER AND LAGOON BRIDGE REPLACEMENT      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            A‐1 Gravity Sewer Installation at LS $____________  $___________                       (Price in Words)                 A‐2 Lagoon Bridge Construction &  Trestle Demolition at LS $____________  $___________                       (Price in Words)                 A‐3 Sheeting, Shoring, and Bracing at LS $____________  $___________                       (Unit Price in Words)                  A‐4 Protection and Relocation of  YMCA Facilities at LS $____________  $___________                       (Price in Words)       Total amount of bid in words for Schedule “A”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “A”: $ _______________________________________ Revised 1/3/13 Contract No. PWS13‐40UTIL Page 20 of 170   (Addendum #4)  SCHEDULE “B” LIFT STATION AND FORCE MAIN      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            B‐1 Lift Station Improvements at LS $____________  $___________                         (Price in Words)                 B‐2 Sewer Force Main Installation at LS $____________  $___________                         (Price in Words)                 B‐3 Sewer Forcemain High Point  Assembly 1 EA $_____________  $____________                         (Unit Price in Words)                 B‐4 Sheeting, Shoring and Bracing at LS $____________  $___________                         (Unit Price in Words)        Total amount of bid in words for Schedule “B”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “B”: $ _______________________________________   SCHEDULE “C” INTERCEPTOR SEWER IN AVENIDA ENCINAS      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            C‐1 Open Cut Gravity Sewer at LS $____________  $___________                         (Price in Words)                 C‐2 Microtunneled Gravity Sewer at LS $____________  $___________                         (Price in Words)                  C‐3 Steel Water Pipeline  at LS $____________  $___________                         (Price in Words)      Revised 1/3/13 Contract No. PWS13‐40UTIL Page 21 of 170   (Addendum #4)    Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)  C‐4 Jacking Pits at LS $____________  $___________                         (Price in Words)                 C‐5 Receiving Pits at LS $____________  $___________                         (Price in Words)                 C‐6 Additive Bid Item; Tunneling  Stand‐by at 10 DAYS $____________  $___________                       (Unit Price in Words)                  C‐7 Sheeting and Shoring at LS $___________  $__________                       (Price in Words)                 C‐8 2” AC Grind and Overlay at LS $____________  $___________                       (Price in Words)                 C‐9 Pavement Striping and Markings  at LS $____________  $___________                         (Price in Words)                 C‐10 Traffic Control at LS $____________  $___________                         (Price in Words)                 C‐11 Additive Bid Item  Obstruction Removal Shaft  1 EA $____________  $___________                         (Unit Price in Words)        Total amount of bid in words for Schedule “C”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “C” _________________________________________ Revised 1/3/13 Contract No. PWS13‐40UTIL Page 22 of 170   (Addendum #4)  SCHEDULE “D” AVENIDA ENCINAS RECYLED WATER LINE      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            D‐1 Construct Recycled Water  Pipeline (North of Station 73+76)  at  LS $____________  $___________                         (Price in Words)                 D‐2 Construct Recycled Water  Pipeline (South of Station 73+76)  at  LS $_____________  $___________                         (Price in Words)                 D‐3 Sheeting, Shoring, and Bracing at LS $____________  $___________                         (Price in Words)       Total amount of bid in words for Schedule “D”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “D”: $ _______________________________________ SCHEDULE “E” GENERAL PROJECT BID ITEMS      Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            E‐1 Mobilization and Bonds at LS $____________  $___________                       (Price in Words)                 E‐2 Project Closeout and  Demobilization at LS $____________  $___________                       (Price in Words)                 E‐3 CPM Schedule Development at LS $____________  $___________                       (Price in Words)       Revised 1/3/13 Contract No. PWS13‐40UTIL Page 23 of 170   (Addendum #4)    Item  No.      Description  Approximate  Quantity  And Unit    Unit Price  (Figures)     Total Amount  (Figures)            E‐4 CPM Schedule Updates at $110,000 $110,000  $110,000   One hundred and ten thousand Stipulated      dollars Amount      (Price in Words)                 E‐5 Class “A” Field Offices at 2 EA $____________  $___________                       (Unit Price in Words)                  E‐6 Right of Entry Permits and  Insurance for SDG&E, NRG,  NCTD, EWA at  LS $____________  $___________                       (Price in Words)                 E‐7 SWPPP Certification and BMP  Establishment at LS $___________  $__________                       (Price in Words)                 E‐8 SWPPP Monthly BMP  Maintenance thru Close‐Out &  N.O.T.  $480,000  Stipulated  Amount  $480,000  $480,000   Four hundred and eighty            thousand dollars        (Price in Words)                 E‐9 Additive Bid Item   Treat and Process Potentially  Contaminated Groundwater  4 WEEKS $____________  $___________                       (Unit Price in Words)                  E‐10 Allowance for site security at  NRG PROPERTY  STIPULATED  ALLOWANCE $120,000  $120,000   One hundred and twenty         thousand dollars        (Price in Words)                 Revised 1/3/13 Contract No. PWS13‐40UTIL Page 24 of 170   (Addendum #4)  Total amount of bid in words for Schedule “E”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “E”: $ _______________________________________ Total amount of bid in words including Schedule “A”, Schedule “B”, Schedule “C”, Schedule “D” and Schedule “E”: ________________________________________________________________________________ ________________________________________________________________________________ Total amount of bid in numbers including Schedule “A”, Schedule “B”, Schedule “C”, Schedule “D” and Schedule “E”: $ _______________________________________________________________ The basis of award will be the sum of Schedule “A”, Schedule “B”, Schedule “C”, Schedule “D” and Schedule “E”. Price(s) given above are firm for 90 days after date of bid opening.   MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-1 Addendum #4 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 – GENERAL Bid items are not intended to be exclusive descriptions of work categories. The Contractor shall determine and include in its pricing all materials, labor, and equipment necessary to complete each Bid Item (work phase) as shown and specified. 1.01 INCIDENTAL WORK Work specified or shown on the Drawings for which the Bidding Form does not provide a separate lump sum or unit price, or which is incidental, is not separately paid. Costs for such work are compensated in the prices bid for other work items. 1.02 MEASUREMENT OF QUANTITIES Measure quantities in accordance with standard industry practice, and as specified herein. The Project Engineer will verify measurements. Except for time, measure quantities to the nearest whole number of units. Round down fractional units less than one-half; round up units one-half or greater. Measure time to the nearest tenth of an hour. A. MEASUREMENT BY WEIGHT: For packaged goods identifying the weight on the package, the printed weight may be used. Use theoretical handbook weights for steel. For bulk goods, and for package goods without printed weight, determine the weight using approved scales. Measurements shall be in accordance with U.S. Standard Measures. A pound is an avoirdupois pound. A ton is 2,000 pounds avoirdupois. B. LINEAR MEASUREMENT: Measure by the linear horizontal dimension for pipelines listed or indicated in the Bidding Form at the centerline of the item in place unless otherwise specified. C. TIME MEASUREMENT: Measure to the nearest 1/10 unit of an hour for bid items measured by time, unless otherwise specified. Time shall measure the elapsed duration of all work operations, except as otherwise specified, required to be performed. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-2 Addendum 4 D. LIQUID MEASUREMENT: The unit of liquid measure is the U.S. gallon, unless otherwise identified. E. NOT USED F. LUMP-SUM MEASUREMENT: Except as otherwise specified, measurement shall be for the entire item, unit of work, structure, or combination thereof, as listed on the Bidding Form. Payment for stipulated lump sum amounts shall be disbursed throughout the duration of the contract as shown in the Contractor’s schedule of values as approved by the city. The apportionment for each lump sum item shall show measurable quantities and unit prices allocated to the different features of the work and major subdivisions thereof. The summation of extensions of quantities and unit prices and related costs shall equal the amount of the lump sum bid for the item on the Bidding Form. G. ALLOWANCE MEASUREMENTS: Measurements of allowance-based items shall be on the basis of allowable documented costs, as specified herein, for labor, equipment, materials and services, and subcontracts as submitted by the Contractor in the form of time-cards, and invoices. 1.03 FIELD MEASUREMENTS Compute quantities for work performed for payment purposes and submit to the Project Manager for approval. Assist the Project Manager in the taking of measurements by providing equipment, workers, and survey crews as required to verify quantities in accordance with the provisions for measurement specified herein and elsewhere in the Contract. Unless otherwise specified, quantities shall be calculated using dimensions indicated on the Drawings with no allowance made for specified tolerances. 1.04 REJECTED, EXCESS, AND WASTED MATERIAL The following quantities will not be included for payment: 1. Quantities of material wasted or disposed of in a manner not called for under the Contract or as a consequence of the construction method used to perform the work. 2. Rejected loads of material, including material rejected after it has been placed by reasons of the failure of the Contractor to comply with the provisions of the Contract. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-3 Addendum #4 3. Material not unloaded from the transporting vehicle. 4. Material placed outside the lines indicated on the Drawings or established by the Engineer. 5. Material not incorporated into the final Work. 6. Material remaining on hand after completion of the Work. No payment will be made for loading, hauling, and disposing of rejected material. 1.05 MEASUREMENT AND PAYMENT The bid amounts for each Bid Item will be used for comparative bid analysis. The bid amounts will also form the basis of monthly progress payments. Each lump sum bid amount will undergo further breakdown as described later in this section. Bid Items A-3, B-3, C-8, and D-2 will also demonstrate the Contractor's compliance with the California Labor Code relating to the price for sheeting, shoring, and bracing of excavations. Bid items are not intended to be exclusive descriptions of work categories and the Contractor shall determine and include in its pricing all materials, labor, and equipment necessary to complete each Bid Item (work phase) as shown and specified. A. BID ITEM A-1, GRAVITY SEWER INSTALLATION: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to, coordination with agencies, coordination with So Cal Gas, 6” water line relocation and pipeline removal, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, sewer bypassing, gravity sewer, pressure sewer, storm drain, manholes, junction structures, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. B. BID ITEM A-2 LAGOON BRIDGE CONSTRUCTION AND TRESTLE DEMOLITION: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, NCTD flagmen, existing bridge demolition, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, sewer bypassing, piles, retaining walls, abutments, prefabricated steel truss bridge, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-4 Addendum 4 C. BID ITEM A-3 SHEETING, SHORING, AND BRACING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring, and bracing including all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. D. BID ITEM A-4 PROTECTION AND RELOCATION OF YMCA FACILITIES: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with YMCA and other agencies, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing YMCA facilities, dewatering, sewer bypassing, piles, retaining walls, abutments, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. E. BID ITEM B-1 LIFT STATION IMPROVEMENTS: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, noise barriers, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, demolition, grading, site work, yard piping, lift station, grinder facility, electrical building, odor control facilities, electrical and instrumentation, sewer bypass pumping, retaining walls, landscape, and irrigation and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. F. BID ITEM B-2 SEWER FORCE MAIN INSTALLATION: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, noise barriers, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, sewer force main pipeline, valves, air release valves, tie-ins to existing and new facilities, sewer bypass pumping, sewer junction structures, AC pavement and median restoration, testing, and all other Work as shown and as specified complete in place. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-5 Addendum #4 Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. G. BID ITEM B-3 SEWER FORCE MAIN HIGH POINT ASSEMBLY: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, for the force main high point assembly shown on Sheet C-602, Drawing No. 467-8. H. BID ITEM B-4 SHEETING, SHORING, AND BRACING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring, and bracing including all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. I. BID ITEM C-1 OPEN CUT GRAVITY SEWER: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, sewer bypassing, gravity sewer, pressure sewer, storm drain, manholes, junction structures, AC pavement, pavement striping, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. J. BID ITEM C-2 MICROTUNELED GRAVITY SEWER: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, microtunneled sewer, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing sewer, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-6 Addendum 4 K. BID ITEM C-3 STEEL WATER PIPELINE: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, steel water pipeline, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing water pipeline, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. L. BID ITEM C-4 JACKING PITS: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, jacking pits, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. M. BID ITEM C-5 RECEIVING PITS: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, tie-ins, NCTD flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, receiving pits, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and as specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. N. ADDITIVE BID ITEM C-6 MICRO-TUNNELING STAND-BY: For all impacts associated with Agency caused or unforeseen conditions that result in a suspension of microtunneling operations shall be based upon the daily rate proposed under Bid Item. The proposed standby rate shall furnish full and final compensation for all idled microtunneling and microtunneling support equipment per working day. Additive Bid Items MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-7 Addendum #4 shall not be subject to Sections 3-2.2.2, 3-2.2.3 or 3.2.5. The Agency reserves the right to vary the quantity of the Additive Bid Item from 0% to 1000% of the listed quantity. O. BID ITEM C-7 SHEETING, SHORING, AND BRACING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring, and bracing shall include completion of all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. P. BID ITEM C-8, 2-INCH AC GRIND AND OVERLAY: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited for 2” AC grind and 2” AC overlay per sheets C-26 and C-27 of City Drawing No. 467-9, the contract General Provisions ,Section 7-10 and Supplemental Provisions Sections 203 and 302. Protection, adjustment and replacement of existing utility surface appurtenances is part of this bid item, of which include: protection and adjustment of sewer manholes frame and covers; protection and adjustment of storm drain manhole frame and covers; replacement of water valve cans. Include also replacement of survey monuments per General Provisions Section 2-9 along with related traffic control, and temporary pavement markers per General Provisions 7-10 and Supplemental Provisions Section 214, and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. Q. BID ITEM C-9 STRIPING AND PAVEMENT MARKING: Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to pavement striping, marking and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. R. BID ITEM C-10 TRAFFIC CONTROL: Bid item shall include full compensation for all labor, equipment, and materials necessary to necessarily implement the traffic control plans included in Drawing No. 467-9 and General Provisions Section 7-10. Includes revising or creation of supplemental traffic control plans and the implementation of such plans as necessary to complete Work. S. ADDITIVE BID ITEM C-11, OBSTRUCTION REMOVAL SHAFT: MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-8 Addendum 4 The Unit Price Bid Item shall include full compensation for all labor, equipment and materials necessary to construct an obstruction removal shaft to clear the tunneled alignment of oversized cobble, core stones, boulders, or other obstructions. The Unit Price item shall include but shall not be limited, to all permits, engineering, mobilization, shoring, shaft construction, shaft demolition and removal, restoration of existing grades and site improvements, demobilization and associated work in accordance with the Contractor’s contingency plan and associated provisions of the Supplementary General Provisions, Standard Specifications, and as directed by the Engineer. Additive Bid Items shall not be subject to Sections 3-2.2.2, 3-2.2.3 or 3.2.5. The Agency reserves the right to vary the quantity of the Additive Bid Item from 0% to 1000% of the listed quantity. T. BID ITEM D-1 PVC RECYCLED WATER PIPELINE ( North of Station 73+76): Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, recycled water pipeline, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing recycled water pipeline, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. That Work being north of Station 73+76 on Drawing No. 474-5. U. BID ITEM D-2 PVC RECYCLED WATER PIPELINE ( South of Station 73+76): Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to coordination with agencies, flagmen, construction surveying, SWPPP, clearing and grubbing, excavation, fill, relocation and protection of existing facilities, dewatering, traffic control, recycled water pipeline, demolishing existing AC pavement, demolishing existing concrete median and landscaping, valves, air release valves, blow off valves, steel pipe casing, tie-ins to existing recycled water pipeline, AC pavement, pavement striping, median and stamped concrete restoration, testing, and all other Work as shown and specified complete in place. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. That Work being south of Station 73+76 on Drawing No. 474-5. V. BID ITEM D-3 SHEETING, SHORING, AND BRACING: MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-9 Addendum #4 Bid item shall include full compensation for all labor, equipment, and materials necessary to complete all Work as shown and as specified, including and not necessarily limited to trench sheeting, shoring and bracing including all planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety orders of the State of California, pursuant to the Provisions of Section 6707 of the California Labor Code, and the Contract Documents. Quantities and volume of material shown on drawing sheets shall be field verified and adjusted as necessary by the Bidder and included as part of the bid. W. BID ITEM E-1 MOBILIZATION AND BONDS: Bid item shall include full compensation for all labor, equipment, and materials necessary for mobilization as identified in Specification Section 01505 Mobilization, including work items not identified in a separate bid item. Satisfactory mobilization progress shall be complete once the Contractor has purchased bonds and insurance and mobilized equipment for the Work. X. BID ITEM E-2 PROJECT CLOSEOUT AND DEMOBILIZATION: Bid item shall include full compensation for all labor, equipment, and materials necessary for demobilization as identified in Specification Section 01505 Mobilization, including work items not identified in a separate bid item. Demobilization shall be complete once the Contractor has moved off of the job site, performed clean up, and after the project is completed and accepted by the Project Manager. Y. BID ITEM E-3 CPM SCHEDULE DEVELOPMENT: The stipulated lump sum price shall include full compensation for all labor, equipment and material required to complete all Work necessary to prepare the Baseline CPM Schedule in accordance with Section 6-1 of the General Provisions., associated and appurtenant provisions of the Contract. Z. BID ITEM E-4 CPM SCHEDULE UPDATES: The stipulated lump sum price shall include full compensation for all labor, equipment and material required to complete all Work necessary to update the CPM Schedule in accordance with Section 6-1 of the General Provisions, associated and appurtenant provisions of the Contract. AA. BID ITEM E-5 CLASS “A” FIELD OFFICES: Bid item shall include full compensation for all labor, equipment, and materials necessary for Class “A” Field Offices as specified in Specification Section 01505. BB. BID ITEM E-6 RIGHT OF ENTRY PERMITS AND INSURANCE FOR SDGE, NRG, NCTD, EWA AND OTHERS: MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-10 Addendum 4 Bid item shall include full compensation for all labor, equipment, and materials necessary for all right of entry permits, insurance, and other Work necessary for all agencies required for the duration of the contract. CC. BID ITEM E -7 SWPPP CERTIFICATION AND BMP ESTABLISHMENT: Bid item shall include full compensation for all labor, equipment, materials, and work to complete all Work as shown and as specified, including and not necessarily limited to completion of a project NOI, certify the project SWPPP, compile and submit project PRDs, appoint a project QSD and QSP, install and maintain all required construction phase BMPs, complete all required pre-construction, phase SWPPP documentation, and associated Work as required to ensure the project’s full compliance with State Water Resources Board’s General Construction Permit (Order No. 2009-0009-DWQ) and General Provisions Section 7-8.6. DD. BID ITEM E-8 MONTHLY BMP MAINTENANCE THRU CLOSE-OUT & N.O.T: Bid item shall include full compensation for all labor, equipment, and materials required to complete all Work necessary to maintain, repair and replace all temporary construction BMPs, provide project oversight by the QSD and QSP, monitor, document, and report project compliance, complete all SWPPP administration and associated work throughout the duration of the project. Work also includes final stabilization of the project site, removal, and disposal of all temporary BMPs, submittal of final projects NOT in full compliance with State Water Resources Board’s General Construction Permit (Order No. 2009-0009-DWQ), General Provisions Section 7-8.6 and sheets L-9 and L-10 of City Drawing No. 467-8. EE. ADDITIVE BID ITEM E-9 TREAT AND PROCESS POTENTIALLY CONTAMINATED GROUNDWATER: Refer to Section 7-8.6.4 of the General Provisions. Bid Item shall include full compensation for all labor, equipment and materials required to incorporate Granular Activated Carbon (GAC) filtration into dewatering system as necessary to remove petroleum hydrocarbon contamination prior to discharge into the wastewater collection system. GAC system shall be capable of reducing groundwater TPH levels from less than 10 ppm to less than 2 ppm upon discharge. GAC system shall be capable of accommodating discharge flow rates of up to 100 gpm. A minimum of two (2) GAC filters shall be furnished to allow the removal and replacement of spent GAC without disruption to the operation of the groundwater system. Bid Item shall include weekly water sampling and testing for TPH as required by the Encina Wastewater Authority. Work shall be performed in accordance with the General Provisions, Contract Specifications, and as directed by the Engineer. FF. BID ITEM E-10 ALLOWANCE FOR SITE SECURITY AT PROPERTY OWNED BY NRG ENERGY: MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-11 Addendum #4 Bid item shall include full compensation for all labor, equipment, and materials required to comply with the security requirements of NRG Energy to monitor and document vehicle and pedestrian ingress and egress across NRG’s property during the performance of the contractor’s Work. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION 3.01 MONTHLY REVIEWS/APPLICATION FOR PAYMENT A. Monthly review meetings between the Contractor and the Construction Manager will be held within 7 days prior to the payment application date designated by the Construction Manager. Prior to the monthly review meeting, the Contractor will submit the Master Record Documents as directed by the Construction Manager, an updated schedule and a signed application for payment showing a Summary of Earned Values for the reporting and payment period so that the Construction Manager can compare earned values to available status data. The Contractor shall make any adjustments to the Master Record Documents, updated schedule, and payment applications deemed necessary. Upon completion of the adjustments the Construction Manager will sign the payment upon request and forward it to the Owner. The Construction Manager will determine payment amounts if agreement with Contractor is not reached. 3.02 PAYMENT FOR PRODUCTS STORED ON SITE A. The Contractor may request payment for products (material and/or equipment) which will be incorporated in the work and which will be delivered and stored on-site. Payments for products stored at the site shall be based upon the cost of all acceptable materials and equipment not incorporated in the work but delivered and suitably stored at the site; provided each such individual item has a value of more than $5,000 and will become a permanent part of the work. The Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that the Contractor has received the materials and the equipment free and clear of all liens, charges, secured interests, and encumbrances and evidence that the materials and equipment are covered by appropriate property insurance as specified in the insurance provisions and other arrangements to protect the Owner's interest. 3.03 PARTIAL PAYMENT FOR MATERIALS STORED OFF SITE A. The Contractor may request partial payment for products (material and/or equipment) which will be incorporated into the Work and which are delivered and stored MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-12 Addendum 4 off site. Any payments approved pursuant to this sub-section shall not exceed sixty-five percent (65%) of the Product's invoiced value and shall be subject to retainage as set forth in the Contract Documents. The Owner reserves the right to refuse approval for payment for any Equipment or Materials suitably stored off-site at its sole discretion, regardless of whether all conditions have been met. B. Partial payment may be made for Products eligible for off-site delivery and storage only upon presentation by the Contractor of a Bill of Sale, an Invoice or an Affidavit certifying that the material is received by the Contractor free and clear of all liens, encumbrances and secured interests of any kind, and including, for off-site delivery, evidence acceptable to the Owner that "all-risks" property insurance in an amount sufficient to protect the interests of the Owner is in effect at the approved site, and that the Owner is a loss payee and an additional insured. C. Partial payment for Products eligible for off-site delivery and stored off-site shall be contingent upon the Contractor's compliance with the storage and protective maintenance requirements set forth in Section 01620 and all other requirements necessary to preserve equipment warranties for the benefit of the Owner. D. All costs associated with delivery to, and storage at, an off-site facility shall be assumed by the Contractor notwithstanding the Contractor's request for, and the obtaining from the Owner, approval to so deliver and store the materials. E. Contractor shall provide written evidence to the Owner of having made arrangements for unrestricted access by the Owner and its authorized representatives, to the materials wherever stored, including provision for the Owner to take control and possession of such materials at any time and without restriction. F. Contractor must provide the Owner, upon request and prior to any partial payment, documentation which transfers absolute legal title to such materials to the Owner conditional only upon receipt of final payment. Neither such transfer of title nor any partial payment shall constitute acceptance by the Owner of the materials, nor void the right to reject the materials subsequently found to be unsatisfactory, or in any way relieve the Contractor of any obligation arising under the Contract Documents. **END OF SECTION** MEASUREMENT AND PAYMENT March 2015 PWS CONTRACT NO. 13-40UTIL 01025-13 Addendum #4 THIS PAGE INTENTIONALLY LEFT BLANK LIFT STATION1" = 20'NONECIVILSITE GRADING FIGUREINITIALDATEDATE INITIALENGINEER OF WORKDATE INITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.NOTE: THIS FIGURE IS FOR ILLUSTRATIVE PURPOSES ONLYAND IS NOT A PART OF THE CONTRACT DOCUMENTS. REFERTO CONTRACT DOCUMENTS FOR COMPLETE GRADING PLAN 1 of 14 Addendum #5 CITY OF CARLSBAD AGUA HEDIONDA SEWER LIFT STATION, VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC11B-VC15 AND RECYCLED WATER LINE PROJECT Contract No. PWS13-40UTL Addendum No. 5 From: Terry Smith, Project Manager Phone: (760) 603-7354 Date: April 2, 2015 Bid Opening Date: NEW DATE (See Cover Sheet) REVISIONS TO BID DOCUMENTS: The following clarifications, deletions and additions shall be made a part of the contract documents. I. TECHNICAL SPECIFICATION SECTIONS: 1. Section 15041 Disinfection of Piping Delete: Part 1, paragraph 1.01 as shown: “This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connections.” Replace with: “This section describes requirements for disinfection by chlorination of potable water mains, services, pipe appurtenances and connections.” 2. Section 02223 Trenching, Excavation, Backfilling and Compaction Delete: Part 1, 1.05 Quality Assurance Geotechnical Testing, entire nine paragraphs. Replace With: “Geotechnical Testing shall be performed in accordance with Section 02200-1.02, B. Contractor shall pay the costs for all testing, and re-testing or additional testing of Work not conforming to the Specifications. Contractor shall bring Work into compliance before Work will be accepted by Construction Manager. 3. Section 15059 FRP Motar Pipe Delete: Section 15059 (Addendum 3 Version) in entirety. Replace With: Section 15059 (Addendum 5 Version) attached. 4. Section 05101 Pre-Fabricated Steel Truss Bridge Add the following to Section 05101, Part 1, 1.03A Preapproved Bridge Manufacturers: Stinger Bridge and Iron, (520) 723-5383 Pioneer Bridges, (866) 708-5778 Big R Bridge, (800) 234-0734 2 of 14 Addendum #5 5. Section 09900 Coating Systems Delete: Section 09900 in its entirety. Replace With: Section 09900 (Addendum 5 version). 6. Specification Section 03300, Cast in Place Concrete: Paragraph 2.18.A.2, REVISE the first item in the table to the following, with other items to remain unchanged. Min 28-Day Max Minimum Compressive Size Cement Max W/C Strength Aggregate per cu yd Ratio Type of Work (psi) (in) (lb) (by weight) Structural Concrete: Roof, floor slabs, columns, 5,000 1” 564 0.40 walls and all other concrete items not specified elsewhere Lift station second floor slab, Lift station roof slab 5,000 ¾” 564 0.40 II. DRAWING REVISONS: 7. Schedule D, Sheet C-10, DELETE the STA 70+26.24 call out for a 2” fill station in the profile view of C-10. The fill station was removed from the work to be completed. See Attached Revised Sheet. 8. Schedule B, Sheet A-002, Interior Finish Schedule: DELETE requirements for the following Rooms: 100 Lift Pumps 101 Wet Well 102 Force Main Pump 200 Generator 201 Electrical Room 204 Lift Pumps 205 Wet Well 206 Force Main Pump ADD the following notes: 1. For Rooms 100, 101, 102, 200, 201, 204, 205, and 206, refer to Coating System Schedule in Section 09900. 2. All concrete floors shall be sealed unless otherwise indicated. 3. Sealer (SL) shall be System S-2 per Section 09900 4. Paint Semi-Gloss (PS) shall be System L-1 per Section 09900. For Room 207 Vestibule, all reference to EP1 to be REVISED to “SL” sealer. 9. Schedule B, Sheet S-204, Note 3, REVISE the bubble callout from “5/S-005” to read “15/A-004”. 10. Schedule B, Sheet A-203, Note 3, REPLACE “stain” with “color”. 3 of 14 Addendum #5 11. Schedule B, Sheet S-200, REVISE the reference detail for the trench from “H/S- 011” to “8/S-005”. 12. Schedule B, Sheet M-007 - Detail 3, DELETE the callout describing the grating support, and replace the callout beginning “See Structural…” to “See Structural for trench detail and grating support.” 13. Schedule B, Sheets C-600 and C-602, REVISE call out for HDPE Thrust Anchor – “7/C-006” to “7/C-001” III. Revision to Appendix N CWSRF Requirements and Forms REPLACE the “DAVIS-BACON ACT WAGE DETERMINATIONS, U.S. DEPARTMENT OF LABOR” that follows page G9 with the following: a. General Decision Number: Heavy CA150001 03/27/2015 CA1 b. General Decision Number: Heavy CA150003 01/02/2015 CA3 c. General Decision Number: Heavy CA150006 01/02/2015 CA6 d. General Decision Number: Heavy CA150026 01/02/2015 CA26 e. General Decision Number: Building CA150001 03/27/2015 CA1 IV. QUESTIONS, ANSWERS & CLARIFICATIONS: 1. Under the Guide for Completing the “Designation of Subcontractors” Form, page 32 there is a statement requiring at least 50% of the Work except any items designates as “Specialty Items”. Please denote which items on the Bid Proposal Form which are identified as “Specialty Items”. There are no “Specialty Items” identified in this contract. 2. Please clarify what material type the existing exposed 42” sewer pipe that has to be demolished in Schedule A The existing 42” diameter gravity flow sewer pipeline material is Reinforced Concrete Pipe with a T-Lock liner. 3. Schedule C - Will the City be receptive to moving the location of manholes in order to avoid service utilities that cannot be relocated and are in conflict with excavation limits required to construct the new improvements? The Contractor may propose alternate locations for manholes and tunnel shafts in order to avoid service utilities that cannot be relocated. Relocations shall be reviewed on a case-by-case basis and Contractor will be required to provide a proposed layout prior to construction. Contractor’s proposed layout will be required to demonstrate that sewer laterals or connections can be completed in the new location and Contractor shall be responsible for locating, protecting, restoration, repair and/or maintenance of improvements and utilities in the proposed location. Furthermore, changes to traffic control plans to accommodate the new manhole location shall be prepared by the Contractor’s engineer and submitted to the Carlsbad Transportation Division for approval. The traffic flow concept and driveway access shown on the traffic control plans in the contract drawings shall be maintained on the revised traffic control plans. 4 of 14 Addendum #5 4. Specification Section 15050 – Section 3.07, Table A, Piping Services on page 13 of the reference specification includes Symbol “PD”/Pumped Drainage/System 12. Subsequent pages in this same specification section do not include information or reference to related specifications for System 12. Please provide a specification for System 12 pipe, valves, and fittings. System 12 is further subdivided into System 12A (Gravity) and 12B (Pressure). The information, reference, and specifications for pipe, valves, and fittings under those subsystems shall apply. 5. Schedule C - Several of the microtunnel Subs have stated that they cannot install 54” FRP jacking pipe. Are we allowed to use 57” FRP jacking pipe (60” OD) for the microtunnels and 54” FRP pipe for the open-cut? We have no objection to Contractor supplying a larger diameter FRP jacking pipe. Contractor would be responsible for any changes resulting from the larger OD and maintaining the continuous grades shown. 6. Schedule C – Does the microtunnel FRP jacking pipe and the open-cut FRP pipe need to be from the same manufacturer? The microtunnel FRP jacking pipe and open-cut FRP pipe can be from different manufactures. Each manufacturer shall provide their own fittings for use on their respective pipe. See attachments for revised Specification Section 15059. 7. Schedules B and C – Can native material screened to Type B gradations can be used in the trench zone? Yes. Per 02200-2.01B, last sentence, “select trench excavation” may be used assuming it meets the other requirements for Type B material. Processing excavated material to achieve this goal is acceptable. 8. Schedule C – Are we required to remove the concrete mud slabs and concrete thrust blocks from the microtunnel pits when work is complete? The Contractor may leave the mud slab and thrust block in place based on their accepted submittals for tunneling activities, shaft, thrust block and bottom construction, removal and backfill in accordance with the applicable contract documents and per Specification Section 02346, Paragraphs 3.07 and 3.10. 9. Specification Section 01400 – Regarding factory testing, clarify which test(s), if any, are anticipated. Any test that is identified as being “witnessed” are tests that have specifically been determined to be valuable for the Owner or representative to attend, and at this time the Owner anticipates doing so. As a minimum, these appear in Sections 11050 (pumps general), 11304 (custom pumps), 15059 (FRP Mortar pipe), and 16232 (Generator) but there may be others. On the other hand, Division 17 specs (instrumentation) identify the option for the Owner to observe factory testing (for example, Sections 17110 and 17030), and should be considered such in light of Section 01400. 5 of 14 Addendum #5 10. Schedule B – Sheet C-500, provide geotechnical report addendum dated October 14, 2014, per Note 29. See attached Addendum to Geotechnical Evaluation Report by Ninyo & Moore dated October 14, 2014. 11. Schedule B – Clarify the coating & waterproofing schedule for both the interior and exterior of the new structures. The reference on S-204 of Schedule B should be to Detail 15/A-004 and will be clarified in an addendum. Look for addendum information regarding coatings and finishes in general. 12. Schedule A – Detail 1 on C-16 of the Schedule A Drawings and Detail 1 on C-10 of the Schedule B Drawings state that the precast insert and stop logs are to be constructed per specifications, but there are no specification referring to the construction of the insert or stop logs. There also no Dimensions or Design for the Insert or stop logs. Specification Section 11104, Aluminum Stop Logs, provide the performance requirements of the stop logs. The drawings may be used to identify dimension requirements. The Contractor shall provide the details of the stop log product information (including the stop log, frame, and accessories) as well as installation procedures per Specification 11104 1.02 C. 13. Schedule A – Per Sheet C-6, is the intent to have collars or pipe encasements on the pipelines entering/exiting the junction structures? Concrete pipe collars / encasements are not required at the junction structure penetrations. Refer to Sheets C-13 and C-15 for junction structure details. 14. Schedule B – Sheet M-007, which detail will take precedence for the trench drain and the lower Lift Station floor - Detail 3 or the structural Detail 8 (on S-005)? The intent is to use Detail 8 on S-005 for the grating support in the pump room and Section E on S-011 for grating support at the Grinder Facility. 15. Schedule A – Is there a Schedule A drawing similar to Sheet B-4 or C-6 which depicts the finish grade for Abutment #2 for Abutment #1? Existing and finished grade contours (including finished grade spot elevations) for the North Bridge Abutment are shown on Sheet C-5. 16. Schedule B – Sheet A-201 and A-203, clarify whether exterior concrete is integrally colored or stained. The intent is to have integrally colored concrete with no stain. Sheet A-203 will be revised via addendum. 17. Schedule B – Sheet M-205, explain the operation of the 3” check valve identified by Key Note 4. Referencing Section A/M-206, the flow direction of the check valve is from left to right. The purpose is to let AIR IN but not allow WATER OUT. When the pump stops, 6 of 14 Addendum #5 this will hydraulically cause pressure to decrease in the main pipe, at which time the check valve should open to allow air to enter the main pipe. When the pump starts, the pressure will increase in the main pipe and cause the check valve to close. The intent is to have this happen mechanically without an electrical connection. 18. Schedule C – Is it acceptable to use 57” FRP jacking pipe (60” OD) for the microtunnels and 54” FRP pipe for the open-cut? We have no objection to the Contractor supplying a larger diameter FRP jacking pipe. Contractor would be responsible for any changes resulting from the larger OD. 19. When reading the 404 permit for the removal of the existing bridge it stated that the areas with the piling would have to be dewatered, is that to be interpreted as if the Contractor is to remove the pile sections through sheet piles/coffer dams around them? The use of divers and underwater demolition methods are acceptable as long as the other permit requirements are met. 20. Contractor Proposal, Page 23 of 170: Bid Items E-4 "CPM Schedule", show a "Stipulated Amount" of $110,000; Bid Item No. E-8 "SWPP Monthly BMP" show a "Stipulated Amount" of $480,000. Are these amount "Allowances" to be used by the Contractors as directed by the City on a "Cost Plus" basis? or are these amounts a maximum for payment purposes. Please clarify. Stipulated Amount is the amount to be paid for the described work and will be paid to the contractor as determined with the approved schedule of values through the duration of the contract. 21. Contractor Proposal Page 23 of 170, Bid Items E-10 “Allowance for site security and NRG Property”, shows a Stipulate Allowance of $120,000. Please confirm that this bid item will be used to compensate the Contractors for actual expenses when directed by the City on a “Cost Plus” basis. Allowance Measurements will be paid as stated in Section 01025, Part 1, Paragraph “G”. 22. Contractor Proposal, Page 37 of 170, "Bidder's Statement Re Debarment". This form is to be signed by the Bidder. Does this form have to be ALSO signed by ALL the selected Subcontractors? If so, we are respectfully requesting that this form be submitted 48 hours after the Bid Opening. Only the prime contractor submitted bid needs to sign and submit the Debarment Form with the bid. 23. Contractor Proposal, Page 38 and 39 of 170, "Bidder's Disclosure of Discipline Record". This form is to be signed by the Bidder. Does this form have to be ALSO signed by ALL the selected Subcontractors? If so, we are respectfully requesting that this form be submitted 48 Hours after the Bid Opening Only the prime contractor submitted the bid needs to sign and submit the Debarment Form with the bid. 7 of 14 Addendum #5 24. Are the Forms listed in (or attached to) Appendix N part of the Contractor Proposal? Please clarify. Yes, as clarified in Items No. 25 through 27 below. 25. Appendix N, "DBE Guidelines and Forms", under the heading "Six Good Faith Efforts (GFE)" it reads: The forms listed in the table below and attached to these guidelines; must be completed and submitted with the GFE: FORM NUMBER FORM NAME REQUIREMENT PROVIDED BY COMPLTED BY SUBMITTED TO EPA- 6100-2 DBE Sub-Contractor Participation Form As Needed to Report Issues Recipient Sub- Contractor EPA DBE Coordinator EPA 6100-3 DBE Sub-Contractor Performance Form Include with Bid or Proposal Package Prime Contractor Sub- Contractor SWRCB by Recipient EPA 6100-4 DBE Sub-Contractor Utilization Form Include with Bid or Proposal Package Recipient Prime Contractor SWRCB by Recipient The completed forms must be submitted with each Bid or Proposal. The recipient shall review the bidder’s documents closely to determine that the GFE was performed prior to bid or proposal opening date. Failure to complete the GFE and to substantiate completion of the GFE before the bid opening date could jeopardize CWSRF financing for the project. The following situations and circumstances require action as indicated: Requiring these three Forms to be submitted with the bid is unreasonable, because it puts a huge burden on the bidders for the following reasons:  It has been our experience, that it is very difficult to get ALL these forms from ALL the Subcontractors ahead of time.  The Bid Carrier leaves the office two to three hours prior to the bid time, at which time we do not have all the forms from all the Subcontractors.  Until the last minutes, on bid day, the selection of Subcontractors are changing.  As a result, the City of Carlsbad may not get the lowest price at the time of the bid.  This requirement along with all the documents below carries a huge risk of mistakes by the Bidders. We are therefore respectfully requesting that these forms (EPA 6100-2, EPA 6100-3, EPA 6100-4) be submitted 48 hours after the Bid Opening, as it is commonly done by the major Public Agencies in California. Answer: This is not possible. The EPA (a project funding source) requires these forms to be submitted with the bid at the time of bid submittal. This has been confirmed verbally and in writing with the CWSRF. EPA 6100-2 is not required with the bid and hopefully will not be completed and submitted. This form is intended to allow DBE sub-contractors to report issues to the recipient. 8 of 14 Addendum #5 26. A statement on the bottom of the following Forms reads "Failure to complete and submit this form with the bid will cause the bid to be rejected as non-responsive"  Form 1, "DBE, Good Faith Effort List of Subcontractors Solicited"  Form 2, DBE "Good Faith Effort Bids Received List"  Form 3 (Attachment A), "DBE Contractor Certification"  Form 4 (Attachment B), Prime Contractor/Recipient Selected Disadvantaged Business Enterprises (DBE)" We are respectfully requesting that the Good Faith Efforts documentations be turned in by the three low bidders, three days after the Bid Opening, as it is commonly done by the major Public Agencies in California. This is not possible. The EPA (a project funding source) requires these forms to be submitted with the bid at the time of bid submittal. This has been confirmed verbally and in writing with the CWSRF. However, EPA 6100-2 is not required with the bid and should not be completed and submitted as the form is intended to allow DBE sub- contractors to report issues to the recipient. 27. Are the following 3 documents to be completed, executed by the Bidders and turned in with the proposal? Please clarify.  "Certification of Non-Segregated Facilities"  "Drug-Free Workplace Certification"  "Non Discrimination Clause Form" These forms must be completed by the prime contractor and turned in with the bid proposal. 28. Looking at the alignment of the new gas line south of the lagoon, it appears to run underneath the existing sewer lift station. This will be an issue because the gas company is scheduled to install the new gas line well before the anticipated demolition of the existing sewer lift station. The Southern California Gas Company plans are included in Appendix “R”. 29. We have put together a preliminary project schedule based on assumed award dates and NTP and foresee that the date4 given (August 3, 2015) for when SoCal Gas is scheduled to remove the existing gas line may be an issue. Will the August 3, 2015 date be adjusted based on when the City will issue the award and NTP? The August 3rd start date for the SoCal Gas work will be moved out if the City does not Award the Contract prior to May 19th. 30. Schedule A - Is there a Schedule A drawing similar to Sheet B-4 or C-6 which depicts the finish grade for Abutment #2 for Abutment #1? Existing and finished grade contours (including finished grade spot elevations) for the North Bridge Abutment are shown on Sheet C-5. 31. Schedule B, on the 36” force main station 4+10 +/- there is a call out for a “HDPE thrust anchor 7/C-006”. There is no Detail 7 on drawing C-006. Please clarify. The correct reference is Schedule B Detail 7, C-001, the sheet is revised as stated under “Drawing Revisions” in Addendum No. 5. 9 of 14 Addendum #5 32. Schedule B, in regards to the Steel Pipe used in the pump stations, are the diameters shown (30”, 24”, 18” 16” & 14”) to be considered as the Nominal OD? The size called out for piping is the nominal size. Material and dimensions should meet the requirements of the specifications. The OD of the pipe will vary depending on the piping material. In this case, the larger piping within the lift station is specified as steel per Service 12B in Section 15050, which for the pipe sizes indicated has the OD of the pipe equal to the nominal size. 33. Specification Section 10431, Architectural Signage – Regarding “Plaques, Dimensional Characters & Building Identification Numbers”. Please provide a list or drawings of the specified items, including sizes and quantities, as nothing is shown or indicated on the drawings. The detail for architectural signs is shown on Sheet A-002 with sign locations and types shown by triangles on the architectural floor plans. 34. Specification Section 01662, Paragraph 2.3, advise on what is required as a “whole system” performance and operational test, Specification Section 01680 references systems as comprised of two or more pieces of equipment but never references the requirements of testing the system as a whole all complete. Will a system loop of clean water be required of the lift stations as a system performance and operational test, if so what is the duration that is required? Per Specification Section 01680, Functional Testing, General, Paragraph 1.10A, “individual items of equipment and systems may be started and operated under simulated operating conditions” and “Potable or reclaimed water shall be employed as the test medium.” The duration of such testing is not set and will be as needed “to determine as nearly as possible whether the equipment and systems meet the requirements of these specifications.” It is intended that the Contractor prepare a Checkout Plan (01680-1.07) and Field Test Procedures (01680-1.09G) in which specific systems are identified, and subsequently reviewed and approved by the Construction Manager. 35. Schedule B, please provide clarification on the exterior wall colors of the lift station and electrical/generator room. The designer’s intent is to have the lift station and electrical/generator room to be integrally colored concrete, while the bridge abutment to be stained concrete. The colors may be different from each other, which will be clarified during construction. 36. Schedule A, regarding the bridge abutment/retaining walls, confirm if walls are to be stained or integrally colored. The intent is to have the bridge abutment be stained, smooth concrete with a one-inch wide, cast-in-place, notch between the two colors. Contractor shall provide submittal for approval. See reply to question 35 regarding colors. 37. Schedule B, the Elevation Drawing Entitled “Southwest & East Elevations” regarding form liner for indicates the exterior walls of the Electrical/Generator Rooms is to receive a horizontal form liner; however, the Architectural drawings – sheet A-203 indicate the form liner to be vertical. Confirm which is correct. The exterior of the electrical/generator room shall have a vertical pattern. 10 of 14 Addendum #5 38. General, has there been any additional geotechnical reports commissioned for this project? If so, will the Owner provide them to potential bidders? See Question and Answer No. 10 above. 39. Schedule C – Is there a microtunneling / trenchless consultant that has been, or will be working on the project? If so, who is it? McMillen Jacobs Associates (formerly Jacobs Associates) was contracted under the design phase of the project. 40. On drawing C-1 station 2+50 overhead telephone lines are called out. This continues until drawing C-2 station 16+80. It is the same line but seems to be marked as overhead electric. Please clarify what type of line is running parallel with much of the microtunneling alignment. The line is overhead telephone on C-01 and C-02. 41. Please identify the grout port spacing and location for the direct jack fiberglass reinforced polymer mortar pipe. Grout port spacing and location should at a minimum be provided no more than 30 feet apart, alternate 10, 12 and 2 o’clock position. Section 02345, 1.05.H.4 requires contractor to submit the lub port size, location and spacing. 42. Schedule C, it is typical for Owners to specify reputable slurry microtunnel boring machine companies they will accept for a project. Will the Owner specify acceptable manufactures of slurry microtunnel boring machines for this project? No pre-selected acceptable manufacturers are specified in Specification Section 02345. 43. Were any Miller abrasivity tests performed as part of the geotechnical investigation along the microtunneling alignment? Refer to the Ninyo and Moore Geotechnical Evaluation report for testing information. To the best of our knowledge tests were not performed to assess Slurry Abrasivity. The provided Geotechnical report contains geotechnical information performed. 44. It appears that Schedule D includes a waterline installed via open cut method that will be placed generally in the same alignment as the microtunnel. Base on this information settlement monitoring in locations where the water line is laid above the microtunnel may be an unnecessary cost. Will the Owner revise the specifications for settlement monitoring? Per Specification Section 02347, Paragraph 3.02.2, the Contractor is required to monitor for at least 2 months following the completion of tunnel sections. 11 of 14 Addendum #5 45. Specification 02345, Paragraph 1.04.32, Microtunneling – the definition of Hydrostatic (“…of or relating to fluids at rest or to the pressures they exert or transmit…”) infers that a slurry microtunneling will be the only allowable method. Confirm. Slurry microtunnel will be required to excavate in the ground conditions described in the Geotechnical Evaluation report. 46. Specification 02345, Paragraph 1.07, Quality Assurance, states the contractor performing the microtunneling work shall have successfully completed: Two microtunneling projects installing jacking pipe between 36 inches ID and 72 inches OD. Please confirm that the Owner will enforce the Contractor requirements based on slurry microtunneling. The owner shall enforce the Contractor requirements based on slurry microtunneling. 47. Schedule A, Sheet B-5, confirm that the City does indeed want the contractor to chip and remove over 3’ of concrete from the anchored end of a prestressed concrete pile. The contractor should NOT cut or remove the precast/prestressed pile. The intent is for the top 3'-2” of the pile to NOT be prestressed but to be a built up cap for driving the pile. 48. Schedule A, Sheets B-8 through B-10, the lengths derived from the beginning and end stations of the walls do not equal the linear dimensions given. Please confirm that the linear dimensions are to be used. The stationing should be correct, however all dimensions should be contractor verified. 49. Schedule A, Sheet C-3 and C-5, Station 10 shows the new sewer crossing the existing sewer line at roughly the exact same elevation. Please advise on how the contractor is to install the new line will a pump around be required? The Contractor is required to maintain flow and service during construction. The Contract should anticipate bypass pumping at this location. 50. Schedule A – Sheet C-16, Junction Structure No. 2 is a temporary structure. Details B and D refer to PVC lining requirements that are consistent with a permanent structure. Confirm the interior lining components shown for this structure are required. The PVC liner for Junction Structure 2 is required, as shown on the plans. 51. Schedule A – Sheet C-16, the height is listed as 168’-0”. Provide the correct height of Junction Structure 2 or confirm that the height of Junction Structure 1 is to be used. Final height of Junction Structure No. 2 may vary with final grading. Use Junction Structure No. 1 height dimension of “9’-0” Max” for Junction Structure No. 2. 12 of 14 Addendum #5 52. Specification Section 03481, Precase, Prestressed Concrete Piles: Paragraph 1.07, confirm that the City will furnish the pile dynamic analyzer instrumentation for the indicator pile installation program. Specification Section 03481, Precast, Prestressed Concrete Piles: Paragraph 1.07 is directing the Contractor to furnish the pile dynamic analyzer instrumentation for the indicator pile installation program. 53. General – Based on the field review of the YMCA facility yesterday it appears that there is extensive pre-existing termite damage and there is a high potential for the building to be damaged regardless of the precautionary measures instituted. Should the existing YMCA building be damaged while it is being moved due to no fault of the contractor would this be treated as extra work? See Section 01024, Measurement and Payment, Part 1, 1.05 A, Bid Item A-4 Protection and Relocation of YMCA Facilities. 54. In order to avoid costly delays and/or remobilization of the microtunnel operation we will require a minimum of five shafts to be opened at one time. Will this be allowed by the City of Carlsbad? The Contractor’s schedule and sequence of work in Avenida Encinas shall comply with the contract documents, which include approved traffic control plans. At a minimum, the Contractor’s means and methods shall take into consideration the protection of existing utilities, the transfer of sewage from the existing sewer to the new sewer, the ability to provide 24/7 access to businesses and to maintain the traffic flow concept as shown on the approved traffic control plans. The Contractor may submit revised traffic control plans to the Carlsbad Transportation Division to accommodate his means and methods as long as the same traffic control concept is maintained and businesses are not additionally impacted. It is the intent of the traffic control plans to allow only one open-cut heading for pipeline work at any given time in Avenida Encinas. 55. In addition to the work described in the question above, will we be allowed to perform work on an additional heading in order to meet schedule? See answer to Question No. 54 above. 56. During the YMCA walk yesterday the interior of the trailer was not able to be looked at since there was someone living there. When this trailer is to be moved it will have to be broken into two pieces, please advise on whether an allowance will be allotted to make interior fixes (wall/floor patching) for when it has to go back together See response to Question No. 53 above. 57. Shaft Location: To what extent can the shafts be re-located for utilities and safety? What are the restrictions? See response to Questions No. 3 and 54 above. 58. Tunneling: Will it be allowed to mine past/through MN shafts to have longer runs? If it is an option, is post tunnel shaft excavation acceptable? The City will consider this option. Also, see response to question 57. 13 of 14 Addendum #5 59. Utility Conflicts: Have the utility companies been notified of the project? Will there be an allowance for utility relocation that conflict with excavation and support of the shafts? What are the Restrictions? Is the 90 day utility notification for scheduling only or inclusive of completing the relocations? Yes, the utility companies have been notified. There will be no additional allowance provided for utility relocations. The 90 day utility notification requirement to SDG&E where noted on the plans includes the physical relocation of the utility. 60. Environmentally Sensitive Area: What is the impact of the area? What and where are the actual limits? What “marks” this area in the field? What are the encroachment limitations? The City’s consultant biologist will place orange environmental fence as delineated by the heavy dash line shown on the plans adjacent to Avenida Encinas. The Contractor is not allowed to encroach into the Environmentally Sensitive Area. 61. On Schedule C sheet C-9, 10, 11, 12, note 8 describes Contractor to notify SDG&E 90 days prior to work to schedule and perform line relocation in this area. Who is responsible for the cost of relocations? Owner or Contractor? SDG&E is responsible for the cost of the gas line relocation around the shaft. Refer to response to Question 59 for further information. 62. On Sheet B-1 (25 of 37) in the Schedule A plans, the Live Loads in the Prefabricated Bridge Notes section calls out a 20,000 lbs. Vehicle Load. However, in the specifications on page 05105-5 in section 3.05 Superstructure Loading it states that “In addition to dead load, pedestrian load, and wind load as specified by AASHTO, the bridge shall be designed to accommodate the following loads: 1. Point Load = 1000 lbs. plus impact, applied at a single point 2. Vehicle Load = AASHTO H5 vehicle Can you please provide direction on what the required vehicle loading needs to be? The bridge shall be designed for a 20,000 lb. vehicle load as noted on Sheet B-1 of the Schedule A drawings. 14 of 14 Addendum #5 Attachments: 1) Schedule D, Sheet C-10 (Addendum No. 5) 2) Schedule B – Sheets C-600 and C-602 (Addendum No. 5) 3) Specification Section 09900 – (Addendum No. 5) 4) Specification Section 15059 - (Addendum No. 5) 5) Additional Guidance for Mud Slab and Thrust Block Removal 6) Geotechnical Report Addendum, dated October 14, 2014 7) “Davis-Bacon Act Wage Determinations, U.S Department of Labor: a. General Decision Number: Heavy CA150001 03/27/2015 CA1 b. General Decision Number: Heavy CA150003 01/02/2015 CA3 c. General Decision Number: Heavy CA150006 01/02/2015 CA6 d. General Decision Number: Heavy CA150026 01/02/2015 CA26 e. General Decision Number: Building CA150001 03/27/2015 CA1 End of Addendum EXISTING ACPAVEMENT OVERPIPELINEAVENIDA ENCINASEX 2" GAS EL UNKN INITIALDATEDATEINITIALENGINEER OF WORKDATEINITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:PROJECT NO.UTILITIES DEPARTMENTAVENIDA ENCINAS RECYCLED WATER LINEDRAWING NO.502732474-5SHEET NAMEMATCH LINE - SEE SHEET C-9 FOR CONTINUATIONMATCH LINE - SEE SHEET C-9 FOR CONTINUATIONCAUTION!EX 2" HP GAS18" RW303540455055606530354066+0067+0068+0069+0070+004550556065EX ELECTRIC EL UNKN EX ELECTRIC EL UNKN EX ELECTRIC EL UNKN EX TELEPHONE EL UNKN 36" HDPE FORCE MAIN ,( “ SEE NOTE 4 B-13 B-14PLANSCALE: 1" = 40'PROFILEHORIZ: 1" = 40'VERT: 1" =4'501025CANNON ROAD B-14B-13STA 69+26.21START OF HORIZ CURVEIE = 38.92 STA 71+80.84 END OF HORIZ CURVE IE = 37.91 STA 73+49.50 ƒ%(1' IE = 36.69 STA 73+76.18 CONNECT TO EX 24" GV IE = 36.19 EX ELECTRIC EL UNKN EX ELECTRIC EL UNKN EX 30" SD ,( “ROAD CLCAUTION!EX 2" GASSTA 73+50.00BO, PERCMWD W-11AR/WEX 6" WATEREX 30" RCP SDSEE NOTE 4EX 8" WATERR/WEX 8" WATER723 “STA 67+58.08END CURVE2571+0072+0073+0074+00STA 67+58.08END OF HORIZ CURVEIE = 39.58 STA 71+80.84END CURVESEE DETAILEX TELEPHONEEL UNKNEX ELECTRICEL UNKNEX ELECTRICEL UNKNEX 6" FH WATER723 “EX 2" WATER SERVICEEL UNKN 70' R/W EX UG TELEPHONE23'70' R/W23'12'12'5051STA 68+00.00GRADE BREAKIE = 39.42 STA 73+47.22 ƒ%(1' IE = 38.97 EX 30" SD ,( “C-15BEX UG TELEPHONEEX CURBEX CURBEX UG ELECTRICEX UG ELECTRICEX UG TELEPHONE20212250504990EXISTINGDRIVEWAY EXISTINGDRIVEWAY 17RMKVCHGCS18, 12-INCH RECYCLED WATER PIPELINE1" = 40'1" = 4'CIVIL PLAN AND PROFILESTA 66+00 TO STA 75+00CONSTRUCT 732.22 L.F. OF 18" PVC C-905, DR-18 (235 PSI)B-12GROUND WATER= 17.5' BGS24NEW 54" TRUNK SEWER,SEE SCHEDULE CEXISTINGDRIVEWAY 1.EXISTING UTILITY LOCATIONS AND ELEVATIONS SHOWN AREAPPROXIMATE AND BASED ON AVAILABLE RECORD INFORMATIONUNLESS NOTED OTHERWISE. CONTRACTOR SHALL FIELD VERIFYINFORMATION SHOWN AND FIELD LOCATE EXISTING UTILITIES.2.CONTRACTOR SHALL VERIFY EXISTING INVERT ELEVATION(S)PRIOR TO START OF CONSTRUCTION.3.CONTRACTOR SHALL PROTECT-IN-PLACE ACTIVE SEWER PIPESAND MAINTAIN ACCESS TO ALL EXISTING ACTIVE MANHOLESDURING CONSTRUCTION.4.FOR PAVEMENT REPLACEMENT REQUIREMENTS SEESPECIFICATION SECTIONS 02350 AND 02345 AND DETAIL A, SHEETC-16. FROM CANNON ROAD AND SOUTH, SEE SCHEDULE C SHEETSC-22 THROUGH C-25.5.CONTRACTOR SHALL SURVEY ALL EXISTING MEDIANS AND SHALLREPAIR OR REPLACE IN KIND ANY THAT ARE IMPACTED BYCONSTRUCTION OPERATIONS. SEE SCHEDULE C SHEETS C-22THROUGH C-25 FOR RECORD DRAWING INFORMATION.GENERAL NOTES:1.PROVIDE A MINIMUM COVER OVER RECYCLED WATER PIPELINESOF 4.5 FEET UNLESS NOTED OTHERWISE ON PIPELINE PROFILE.2.PROVIDE A MINIMUM VERTICAL CLEARANCE OF 1 FT BETWEENRECYCLED WATER PIPELINES AND CROSSING UTILITIES EXCEPTWHERE NOTED OTHERWISE ON PIPELINE PROFILE.3.A 10-FT HORIZONTAL SEPARATION BETWEEN POTABLE WATER ANDRECLAIMED WATER LINES MUST BE MAINTAINED AT ALL TIMESUNLESS OTHERWISE SHOWN ON PLAN.4.EXISTING UTILITY LOCATIONS AND ELEVATIONS SHOWN AREAPPROXIMATE AND BASED ON AVAILABLE RECORD DRAWINGINFORMATION UNLESS NOTED OTHERWISE.5.PROVIDE RESTRAINED PIPE JOINTS AS SPECIFIED WHERE SHOWN.PROVIDE THRUST BLOCKS PER CMWD STD DWG W-15 FOR 12-INCHDIAMETER PIPE AND LESS AND PER SHEET C-16 FOR PIPEGREATER THAN 12-INCH DIAMETER.6.ABANDON EXISTING GRAVITY SEWER PER SECTION 02050. REMOVESEGMENTS OF EXISTING 42" SEWER PIPE WHERE ALIGNMENTSCONFLICT PRIOR TO CONSTRUCTION OF 18" RECYCLED WATERPIPELINE PER SCHEDULE C, DETAIL C, SHEET C-21.7.RECYCLED WATER SERVICE SHALL BE INSTALLED PER CMWD STDDWG W-3 OR W-4. SEE NEW RECYCLED SERVICE SCHEDULE ONSHEET G-5.8.PROVIDE RESTRAINED COUPLING AT PVC/STEEL TRANSITIONS PERSPECIFICATION SECTION 15085. COUPLINGS SHALL BE RATED TOTHE HYDROSTATIC TEST AND OPERATIONAL PRESSUREREQUIREMENT OF THE ADJACENT PIPING.CONSTRUCTION NOTES:CONSTRUCT 43.96 L.F. OF 18" WELDED STEEL PIPEW/ THRUST WALL PER CMWD STD. DWG. W-34CONNECT TO EX. RWPIPELINE PER CMWDSTD. DWG. NO. W-412" MIN.SEE NOTE 7SEE NOTE 7SEE NOTE 7SEE NOTE 7STA 72+00.00 GRADE BREAK IE = 37.84 STA 72+75.00 GRADE BREAK IE = 39.12STA 72+00.00BO, PERCMWD W-6STA 72+75.00AVA, PERCMWD W-7STA 73+74.18 18"x24" REDUCER IE = 36.69STA 73+74.1818"x24" REDUCERRECYCLED WATER SERVICE SCHEDULENo.STDDWG.STREETNo.STREETACCOUNTNo.COMMENTS225010500851065576093215050500830065576109205051NEWNEWSTATION66+6666+7169+86244990NEWN/A2"2"1"2"N/ACMWD W3CMWD W4CMWD W4CMWD W4EX UG CATVEX TELEPHONEEL UNKN C-1036" HDPE FORCE MAIN,SEE SCHEDULE BRESTRAIN JOINTS (SEE NOTE 5) STA 69+26 TO STA 73+32.22STA 73+42CT, SEESHT C-18EX UG ELECTRICSTA 70+26.24 2" FORCE MAIN FILL STATION IE = 39.19 75+00STA 73+85.6312" TEECONSTRUCT 90.05 L.F. OF 12"WELDED STEEL PIPE W/ THRUSTWALL PER CMWD STD. DWG. W-34STA 74+53.87 START OF HORIZ CURVE IE = 33.60 STA 73+85.63 12" TEE IE = 36.69 STA 73+86.96 ƒ%(1' IE = 33.75 EX 18" SD ,(“ EX TELEPHONE (/“ EX 20" HP GAS 723“ EX 3" HP GAS 723“ EX 24" SEWER ,(“ ABANDONED (;6(:(5,(“ EX 12" WATER 723“ B-1212" RWSTA 74+53.87BEGIN CURVE54" DESALINATION WATER ,( “54"DESALINATIONWATERCAUTION!EX 20" GASCAUTION!EX 3" GASEX 18" SDEX 24" SEWERSTA 69+26.21BEGIN CURVESTA 74+73.68CT, SEESHT C-18MATCH LINE - SEE SHEET C-11 FOR CONTINUATIONCONSTRUCT 24.32 L.F. OF 12"PVC C-900, DR 14 (305 PSI)W/ RESTRAINED JOINTSEX 24" STL RW MATCH LINE - SEE C-601 FOR CONTINUATION BEGIN CONSTRUCTIONSTA 1+00.0019.18 MATCH LINE - SEE C-601 FOR CONTINUATION 1520251520251+002+003+004+005+006+007+008+009+0011+003035404550303540455010+00EX GRADE964.00' OPEN CUT 36" OD HDPE DR-21 RS FMFINISHED GRADEPIPE CLSEE SHEET C-501 FORLIFT STATION SITE PLAN~LIFTSTATIONEX 12" HP GASA.T. & S.F. RAILROAD 100' RIGHT-OF-WAY INITIALDATEDATEINITIALENGINEER OF WORKDATEINITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.B-6B-5B-7B-8STA 5+01.73 ECSTA 4+45.31 BCL1STA 1+49.94 PI'()/ƒ /7L2C1L3BEGIN CONSTRUCTIONSTA 1+00.00N 1997360.56E 6229275.84B-7 B-8 CHAIN LINK FENCE12" RCP SDIE 33.7742" GRAVITYSEWERIE 38.6018" FM DRAIN 19.2236.00'30" DI30" RESTRAINEDSLEEVE COUPLINGSTA 1+35.0019.2330" DIP TO 36" DR 11FLANGEVERT ANGLE PTSTA 1+09.3319.1818" FM DRAIN303492C-600RMKVCHJJE36-INCH SEWER FORCE MAIN PLAN AND PROFILE1" = 40'1" = 4'CIVIL171467-8STA 1+00 TO STA 11+003C-006ȭ CONCRETE PIPE PROTECTION PADSTA 03+90 TO STA 20+9524'CITY EASEMENTCITY EASEMENTEX 42" SEWEREX SEWER MH IE=38.29 (S)EX 42" SEWER TOBE REMOVED.CAUTION!ȭȭ 12" RW IE 42.76 (SEE SCHEDULE D) ȭ 12" RW - SEE SCHEDULE D1.EXISTING UTILITY LOCATIONS AND ELEVATIONSSHOWN ARE APPROXIMATE AND BASED ON AVAILABLERECORD INFORMATION UNLESS NOTED OTHERWISE.CONTRACTOR SHALL FIELD VERIFY INFORMATIONSHOWN AND FIELD LOCATE EXISTING UTILITIES.2.CONTRACTOR SHALL VERIFY EXISTING INVERTELEVATION(S) PRIOR TO START OF CONSTRUCTION.3.CONTRACTOR SHALL PROTECT IN PLACE EXISTINGUTILITIES AND MAINTAIN ACCESS TO ALL EXISTINGACTIVE MANHOLES DURING CONSTRUCTION.4.62,/%25,1*,1)250$7,21)281',1³*(27(&+1,&$/EVALUATION, AGUA HEDIONDA LIFT STATION AND)25&(0$,1´'$7('$8*86735(3$5('%<NINYO AND MOORE.5.CONTRACTOR SHALL REPAIR OR REPLACE IN KIND ANYMEDIANS THAT ARE IMPACTED BY CONSTRUCTIONOPERATIONS. REFER TO AS-BUILT DRAWING 390-1,SHTS 2,3, AND 6 IN SPECIFICATIONS APPENDIX B.GENERAL NOTES:1.CONSTRUCT 36-INCH AND 48-INCH HDPE FORCE MAINPER SECTION 15065 AND SECTION 02348. SEE SHEETG-009.2.FINAL SLOPE OF FORCE MAIN INSTALLED BY OPEN CUTTO ALLOW GRAVITY DRAINAGE TO LIFT STATION.3.APPROXIMATE LOCATION 6-INCH FORCE MAIN.4.CONSTRUCT CONCRETE CAP OVER HDPE FORCE MAINWHERE DEPTH OF COVER IS LESS THAN 5 FEET.5.REMOVE HDPE END CAP INSTALLED BY HDDCONTRACTOR AND CONNECT HDPE REDUCER.6.CONTRACTOR SHALL REMOVE CONDUCTOR CASINGAND DRILLING FLUID LEFT IN PLACE DURING HDDINSTALLATION. BACKFILL VOIDS WITH BEDDING ANDBACKFILL MATERIAL TO SUPPORT EXISTING UTILITIESAND HDPE FM PER SECTION 02200.NOTES:BC-001EMERGENCYBYPASSCONNECTION7C-006HDPE THRUSTANCHOREMERGENCY BYPASS CONNECTIONSTA 1+18.43 3C-19SEE SCHEDULE DFOR SECTIONC-001 MATCH LINE - SEE C-601 FOR CONTINUATION MATCH LINE - SEE C-603 FOR CONTINUATIONMATCH LINE - SEE C-603 F O R C O N T I N U A T I O N MATCH LINE - SEE C-601 FOR CONTINUATION EX GRADEPIPE CLCAUTION!EX 12" HP GASCAUTION!MULTIPLEOVERHEADELECTRICCAUTION!MULTIPLEOVERHEADELECTRICA.T. & S.F. RAILROAD RIGHT-OF-WAY INITIALDATEDATEINITIALENGINEER OF WORKDATEINITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.EX SEWER MH IE=35.98 (S)15202515202521+0022+0023+0024+0025+00 26+0027+0028+0029+0031+003035404550303540455030+00B-24B-11STA 30+12.78 BCL5C2B-24 B-11 323492C-602RMKVCHJJE36-INCH SEWER FORCE MAIN PLAN AND PROFILE1" = 40'1" = 4'CIVIL171467-8STA 21+00 TO STA 31+00SDG&E ELECT.SUBSTATIONCITY EASEMENTCITY EASEMENT54" DESALINATIONPIPE54" DESALINATION PIPE W/ (2) 12" WATERLINES IN 85" STEEL CASING ,(“EX 42" SEWEREX SEWER MH IE 36.35 (S) 8" SEWER ,(“ 12" RW IE 42.02 (SEE SCHEDULE D)12" RW - SEE SCHEDULE DL4CUT AND REMOVE HDPE PIPE TAIL,CONDUCTOR CASING AND HDDDRILLING FLUID, SEE NOTE 6DETAILC-6021SCALE: 1" = 5'FORCE MAIN HIGH POINT ENLARGED PLAN AC-00148" SEWERFORCE MAINEX MANHOLE25+50EX 42" GRAVITY SEWER10" STEEL1.EXISTING UTILITY LOCATIONS AND ELEVATIONSSHOWN ARE APPROXIMATE AND BASED ON AVAILABLERECORD INFORMATION UNLESS NOTED OTHERWISE.CONTRACTOR SHALL FIELD VERIFY INFORMATIONSHOWN AND FIELD LOCATE EXISTING UTILITIES.2.CONTRACTOR SHALL VERIFY EXISTING INVERTELEVATION(S) PRIOR TO START OF CONSTRUCTION.3.CONTRACTOR SHALL PROTECT IN PLACE EXISTINGUTILITIES AND MAINTAIN ACCESS TO ALL EXISTINGACTIVE MANHOLES DURING CONSTRUCTION.4.62,/%25,1*,1)250$7,21)281',1³*(27(&+1,&$/EVALUATION, AGUA HEDIONDA LIFT STATION AND)25&(0$,1´'$7('$8*86735(3$5('%<NINYO AND MOORE.5.CONTRACTOR SHALL REPAIR OR REPLACE IN KIND ANYMEDIANS THAT ARE IMPACTED BY CONSTRUCTIONOPERATIONS. REFER TO AS-BUILT DRAWING 390-1,SHTS 2,3, AND 6 IN SPECIFICATIONS APPENDIX B.GENERAL NOTES:1.CONSTRUCT 36-INCH AND 48-INCH HDPE FORCE MAINPER SECTION 15065 AND SECTION 02348. SEE SHEETG-009.2.FINAL SLOPE OF FORCE MAIN INSTALLED BY OPEN CUTTO ALLOW GRAVITY DRAINAGE TO LIFT STATION.3.APPROXIMATE LOCATION 6-INCH FORCE MAIN.4.CONSTRUCT CONCRETE CAP OVER HDPE FORCE MAINWHERE DEPTH OF COVER IS LESS THAN 5 FEET.5.REMOVE HDPE END CAP INSTALLED BY HDDCONTRACTOR AND CONNECT HDPE REDUCER.6.CONTRACTOR SHALL REMOVE CONDUCTOR CASINGAND DRILLING FLUID LEFT IN PLACE DURING HDDINSTALLATION. BACKFILL VOIDS WITH BEDDING ANDBACKFILL MATERIAL TO SUPPORT EXISTING UTILITIESAND HDPE FM PER SECTION 02200.NOTES:5C-006CONCRETECAP PER1C-602FORCE MAINHIGH POINTBOLLARD (TYP)PER SDRSD M-16COLD BEND HDPE PIPEPER SECTION 15065 TOPROVIDE 14.50% SLOPE7C-006HDPE THRUSTANCHORPRESSURE &VACUUMVALVE1C-192C-19SEE SCHEDULE DFOR SECTIONSEE SCHEDULE DFOR SECTIONC-001 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-1 ADDENDUM #5 SECTION 09900 COATING SYSTEMS PART 1 -- GENERAL 1.01 DESCRIPTION A. SCOPE: This Section 09900 specifies coating systems, surface preparations, and application requirements for coating systems. The Contractor shall furnish all labor, materials, safety equipment, protective clothing, and equipment required for satisfactory completion of all items contained herein. The Contractor shall be responsible for proper instruction and supervision of the work related to this specification. B. DEFINITIONS: Specific coating terminology used in this Section 09900 is in accordance with definitions contained in ASTM D16, ASTM D3960, and the following definitions: 1. COATING SYSTEM APPLICATOR (CSA): A generic reference to the specialty subcontractor or subcontractors retained by the Contractor to install the coating systems specified in this Section 09900. 2. COATING SYSTEM MANUFACTURER (CSM): Refers to the acceptable coating system manufacturer, abbreviated as the CSM. 3. COATING SYSTEM MANUFACTURER’S TECHNICAL REPRESENTATIVE(s) (CTR): Refers to the technical representative(s) of the acceptable Coating System Manufacturer and is abbreviated as CTR. 4. DRY FILM THICKNESS (DFT): The primer or coating film’s thickness following curing and drying. Dry film thickness is measured in mils or thousandths of an inch (0.001 inch) and is abbreviated DFT. 5. FIELD COAT: The application or the completion of application of the coating system after installation of the surface at the site of the work. 6. HOLD POINT: A defined point, specified in this Section 09900, at which work shall be halted for inspection. 7. SHOP COAT: One or more coats applied in a shop or plant prior to shipment to the site of the work, where the field or finishing coat is applied. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-2 ADDENDUM #5 8. TIE COAT: An intermediate coat used to bond different types of paint coats. Coatings used to improve the adhesion of a succeeding coat. 9. TOUCH-UP PAINTING: The application of paint on areas of painted surfaces to repair marks, scratches, and areas where the coating has deteriorated to restore the coating film to an unbroken condition. 10. VOLATILE ORGANIC COMPOUND (VOC) CONTENT: The portion of the coating that is a compound of carbon, is photochemically reactive, and evaporates during drying or curing, expressed in grams per liter (g/l) or pounds per gallon (lb/gal). 11. WET FILM THICKNESS (WFT): The primer or coating film’s thickness immediately following application. Wet film thickness is measured in mils or thousandths of an inch (0.001 inch) and is abbreviated WFT. 1.02 QUALITY ASSURANCE A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued, or replaced. Reference Title ANSI/NSF 61 Drinking Water System Components Health Effects ANSI B74.18 Grading of Certain Abrasive Grain on Coated Abrasive Material ASTM D16 Standard Terminology for Paint, Related Coatings, Materials, and Applications ASTM D2200 (SSPC-V1) Pictorial Surface Preparation Standards for Painting Steel Surfaces ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-3 ADDENDUM #5 Reference Title ASTM D5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates ASTM E337 Standard Test Method for Measuring Humidity With a Psychrometer ASTM D3359 A Standard Test Methods for Measuring Adhesion by Tape Test ASTM D3960 Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings ASTM D4262 Standard Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces ASTM D4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method ASTM D4414 Standard Practice for Measurement of Wet Film Thickness by Notch Gages ASTM D4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM D4541 Standard Test Methods for Pull-Off Strength of Coatings Using Portable Adhesion Testers ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride FS 595b Federal Standard Colors ICRI 03732 Guideline for Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings in Exposed Locations Receiving Special External Coatings and/or Special Internal Linings NAPF 500-03-04 Abrasive Blast Cleaning for Ductile Iron Pipe NAPF 500-03-05 Abrasive Blast Cleaning for Cast Ductile Iron Fittings SSPC Paint Application Specification No. 1. SSPC-PA Guide 3 A Guide to Safety in Paint Application SSPC SP1 Solvent Cleaning SSPC SP2 Hand Tool Cleaning SSPC SP3 Power Tool Cleaning SSPC SP5 White Metal Blast Cleaning SSPC SP6 Commercial Blast Cleaning SSPC SP7 Brush-Off Blast Cleaning COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-4 ADDENDUM #5 Reference Title SSPC SP10 Near-White Blast Cleaning SSPC SP11 Power Tool Cleaning to Bare Metal SSPC SP12 Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating SSPC SP13 Surface Preparation of Concrete SSPC-PA-2 Measurement of Dry Coating Thickness with Magnetic Gages SSPC-TR2/ NACE 6G198 Wet Abrasive Blast Cleaning SSPC-TU-3 Overcoating SSPC-TU-4 Field Methods for Retrieval and Analysis of Soluble Salts on Substrates. SSPC V2 Systems and Specifications: Steel Structures Painting Manual, Volume 2 SSPC-Guide 11 Guide for Coating Concrete B. STANDARDIZATION: Materials and supplies provided shall be the standard products of CSMs. Materials in each coating system shall be the products of a single CSM. The standard products of CSMs other than those specified may be acceptable when it is demonstrated to the Construction Manager that they are equal in composition, durability, usefulness, and convenience for the purpose intended. Requests for consideration of CSMs other than those specified in this Section 09900 will be considered, provided the following minimum conditions are met. Such requests are not a substitution for submittals after the alternative CSMs have been considered and accepted. 1. The proposed coating system shall use an equal or greater number of separate coats to achieve the required total dry film thickness. 2. The proposed coating system shall use coatings of the same generic type as that specified including curing agent type. 3. Requests for consideration of products from CSMs other than those specified in this Section 09900 shall include information listed in paragraph 09900-1.04, Items 1, 2, and 3, demonstrating that the proposed CSM’s product is equal to the specified coating system. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-5 ADDENDUM #5 4. The Contractor and the proposed alternative CSM shall provide a list of references for the proposed product where the coating of the same generic type has been applied. The reference list shall include the project name, city, state, owner, phone number of owner; coating system reference and number from this Section 09900; type of facility in which it was used, generic type, and year coating was applied. C. QUALITY CONTROL REQUIREMENTS: The Contractor is responsible for the workmanship and quality of the coating system installation. Inspections by the Construction Manager will not relieve or limit the Contractor’s responsibilities. The Contractor’s methods shall conform to requirements of this specification and the standards referenced in this Section 09900. Changes in the coating system installation requirements will be allowed only with the written acceptance of the Construction Manager before work commences. Only personnel who are trained by the CTR specifically for this contract or who are approved by the CSM specifically for this contract shall be allowed to perform the coating system installation specified in this Section 09900. Contaminated, outdated, diluted materials, and/or materials from previously opened containers shall not be used. For repairs, the Contractor shall provide the same products, or products recommended by the CSM, as used for the original coating. The Contractor shall identify the points of access for inspection by the Owner or the Construction Manager. The Contractor shall provide ventilation, ingress and egress, and other means necessary for the Construction Manager’s personnel to safely access the work areas. The Contractor shall conduct the work so that the coating system is installed as specified and shall inspect the work continually to ensure that the coating system is installed as specified. Coating system work that does not conform to the specifications or is otherwise not acceptable shall be corrected as specified. The Contractor shall complete the Coating System Inspection Checklist, Form 09900-A, included at the end of this Section 09900, for coating system installations. Follow the sequential steps required for proper coating system installation as specified and as listed in the Coating System Inspection Checklist. For each portion of the work, install the coating system and complete sign-offs as specified prior to proceeding with the next step. After completing each step as indicated on the Coating System Inspection Checklist, the Contractor shall sign the checklist indicating that the work has been installed and inspected as specified. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-6 ADDENDUM #5 The Contractor shall provide written daily reports that present, in summary form, test data, work progress, surfaces covered, ambient conditions, quality control inspection test findings, and other information pertinent to the coating system installation. The Contractor shall provide all the necessary environmental controls to complete the work and maintain the required environmental conditions, including, but not limited to, shelters, enclosures, dehumidification equipment, fans, heating equipment, and fuels at no additional cost to the Owner. D. INSPECTION AT HOLD POINTS: The Contractor shall conduct inspections at Hold Points during the coating system installation and record the results from those inspections on Form 09900-A. The Contractor shall coordinate such Hold Points with the Construction Manager such that the Construction Manager may observe Contractor’s inspections on a scheduled basis. The Contractor shall provide the Construction Manager a minimum of two (2) hours of notice prior to conducting Hold Point Inspections. The Hold Points shall be as follows: 1. ENVIRONMENT AND SITE CONDITIONS: Prior to commencing an activity associated with coating system installation, the Contractor shall measure, record, and confirm acceptability of ambient air temperature and humidity as well as other conditions such as proper protective measures for surfaces not to be coated and safety requirements for personnel. The acceptability of the weather and/or environmental conditions within the structure shall be determined by the requirements specified by the CSM of the coating system being used. 2. CONDITIONS PRIOR TO SURFACE PREPARATION: Prior to commencing surface preparation, the Contractor shall observe, record, and confirm that oil, grease, and/or soluble salts have been eliminated from the surface. 3. MONITORING OF SURFACE PREPARATION: Spot checking of degree of cleanliness, surface profile, and surface pH testing, where applicable. In addition, the compressed air shall be checked to confirm it is free from oil and moisture. 4. POST SURFACE PREPARATION: Upon completion of the surface preparation, the Contractor shall measure and inspect for proper degree of cleanliness and surface profile as specified in this Section 09900 and in the CSM’s written instructions. 5. MONITORING OF COATINGS APPLICATION: The Contractor shall inspect, measure, and record the wet film thickness and general film quality (visual inspection) for lack of runs, sags, pinholes, holidays, etc. as the application work proceeds. 6. POST APPLICATION INSPECTION: The Contractor shall identify defects in application work including pinholes, holidays, excessive runs or sags, inadequate or excessive film thickness and other problems as may be observed. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-7 ADDENDUM #5 7. POST CURE EVALUATION: The Contractor shall measure and inspect the overall dry film thickness. The Contractor shall conduct a DFT survey, as well as perform adhesion testing, holiday detection, or cure testing as required based on the type of project and the specific requirements in this Section 09900 and/or in the CSM’s written instructions. 8. FOLLOW-UP TO CORRECTIVE ACTIONS AND FINAL INSPECTION: The Contractor shall measure and reinspect corrective coating work performed to repair defects identified at prior Hold Points. This activity also includes final visual inspection along with follow-up tests such as holiday detection, adhesion tests, and DFT surveys. 1.03 DELIVERY AND STORAGE Materials shall be delivered to the job site in their original, unopened containers. Each container shall be properly labeled. Materials shall be handled and stored to prevent damage to or loss of label. Labels on material containers shall show the following information: 1. Name or title of product. 2. CSM's batch number. 3. CSM's name. 4. Generic type of material. 5. Application and mixing instructions. 6. Hazardous material identification label. 7. Shelf life expiration date. Materials shall be stored in enclosed structures and shall be protected from weather and excessive heat or cold in accordance with the CSM’s recommendations. Flammable materials shall be stored in accordance with state and local requirements. Containers shall be clearly marked indicating personnel safety hazards associated with the use of or exposure to the materials. Material Safety Data Sheets (MSDS) for each material shall be provided to the Construction Manager. The Contractor shall store and dispose of hazardous waste according to federal, state and local requirements. This requirement specifically addresses waste solvents and coatings. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-8 ADDENDUM #5 1.04 SUBMITTALS: Provide in accordance with the requirements of the General Provisions with Section 01300: 1. A copy of this specification section, with addendum updates included, and referenced and applicable sections, with addendum updates included, with each paragraph check-marked () to indicate specification compliance or marked to indicate requested deviations from specification requirements or those parts which are to be provided by the Contractor or others. Check marks shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The Construction Manager shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined shall signify compliance on the part of the Contractor with the specifications. Failure to include a copy of the marked-up specification sections, along with justification(s) for requested deviations to the specification requirements shall be cause for rejection of the entire submittal and no further submittal material will be reviewed. 2. CSM’s current printed recommendations and product data sheets for coating systems including: a. Volatile organic compound (VOC) data b. Surface preparation recommendations. c. Primer type, where required. Submit a statement verifying that the selected prime coat is recommended by the manufacturer for use with the selected intermediate and finish coats. d. Maximum dry and wet mil thickness per coat. e. Minimum and maximum curing time between coats, including atmospheric conditions for each. f. Curing instructions, requirements, and time before submergence in liquid. g. Thinner to be used with each paint. h. Ventilation requirements. i. Minimum atmospheric conditions during which the paint shall be applied. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-9 ADDENDUM #5 j. Allowable application methods. k. Maximum allowable moisture content. l. Maximum shelf life. m. Percent solids by volume. n. Application instructions including recommended application, equipment, humidity, and temperature limitations. 3. Affidavits signed and sealed by an officer of the CSM’s corporation, attesting to full compliance of each coating system component with current and promulgated federal, state, and local air pollution control regulations and requirements. 4. Material Safety Data Sheets (MSDS) for materials to be delivered to the job site, including coating system materials, solvents, and abrasive blast media. 5. List of cleaning and thinner solutions allowed by the CSMs. 6. Storage requirements including temperature, humidity, and ventilation for Coating System Materials as recommended by the CSMs. 7. CSM's detailed, written instructions for coating system treatment and graphic details for coating system terminations in the structures to be coated including pipe penetrations, metal embedment’s, gate frames, and other terminations to be determined from the contract drawings. This information shall also include detail treatment for coating system at joints in concrete. 8. The Contractor and CSA shall provide a minimum of five project references each including contact name, address, and telephone number where similar coating work has been performed by their companies in the past five years. 9. Submit certification that all coatings conform to applicable local Air Quality Management City rules and regulations for products and application. 10. Submit a chart of the manufacturer's available colors for color selection well in advance of painting operation. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-10 ADDENDUM #5 1.05 RESPONSIBILITIES OF THE CTR The Contractor shall retain or obtain the services of the CTR to be on site to perform the Contractor and/or CSA application training and to periodically inspect and verify that the application personnel have successfully performed surface preparation, filler/surface application, coating system application, and Quality Control Inspection in accordance with this Section 09900. This inspection is in addition to the inspection performed by the Contractor in accordance with this Section 09900. A. COATING SYSTEM INSTALLATION TRAINING: Provide a minimum of 8 hours of classroom and off site training for application and supervisory personnel (both the Contractor's and CSA’s). Provide training to a minimum of two supervisory personnel from the CSA and one supervisor from the Contractor. Alternatively, the CTR shall provide a written letter from the CSM stating that the application personnel (listed by name) who shall perform coating work are approved by the CSM without further or additional training. One CTR can provide training for up to fourteen application personnel and three supervisory personnel at one time. The training shall include the following as a minimum: 1. A detailed explanation of mixing, application, curing, and termination details. 2. Hands-on demonstration of how to mix and apply the coating systems. 3. A detailed explanation of the ambient condition requirements (temperature and humidity) and surface preparation requirements for application of the coating system as well as a detailed explanation of re-coat times, cure times, and related ambient condition requirements. 4. When training is performed, the CTR shall provide a written letter stating that training was satisfactorily completed by the personnel listed by name in the letter. B. COATING SYSTEM INSPECTION: While on site to periodically inspect and verify, the CTR shall perform the following activities as and when they are applicable at the time of the CTR’s site visits to confirm acceptability and conformance with the specifications: 1. Inspect ambient conditions during various coating system installation at hold points for conformance with the specified requirements. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-11 ADDENDUM #5 2 Inspect the surface preparation of the substrates where the coating system will terminate or will be applied for conformance to the specified application criteria. 3. Inspect preparation and application of coating detail treatment (for example, terminations at joints, metal embedments in concrete, etc.). 4. Inspect application of the filler/surface materials for concrete and masonry substrates. 5. Inspect application of the primers and finish coats. 6. Inspect coating systems for cure. 7. Review adhesion testing of the cured coating systems for conformance to specified criteria. 8. Review coating system continuity testing for conformance to specified criteria. 9. Inspect and record representative localized repairs made to discontinuities identified via continuity testing. 10. Conduct a final review of completed coating system installation for conformance to the specifications. 11. Prepare and submit a site visit report following each site visit. C. FINAL REPORT: Upon completion of coating work for the project, the CTR shall prepare a final report. That report shall summarize daily test data, observations, drawings, and photographs in a report to be submitted in accordance with paragraph 09900-2.02. Include substrate conditions, ambient conditions, and application procedures, observed during the CTR's site visits. Include a statement that the completed work was performed in accordance with the requirements of this Section 09900. PART 2 – PRODUCTS 2.01 MATERIALS All materials shall be those of current manufacture and shall meet all applicable regulations for the application and intended service. All coats of any particular coating system shall be of the same manufacturer and shall be approved by the manufacturer for the intended service. In the event that a product specified herein is no longer manufactured or does not meet COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-12 ADDENDUM #5 current regulations, the Contractor shall provide a substitute, currently manufactured product of at least equal performance which meets all applicable regulations subject to Engineer's approval, at no additional cost. Notwithstanding the listing of product names in this Section 09900, the Contractor shall provide affidavits, signed and sealed by an officer of the CSM’s corporation, attesting to full compliance of each coating system component with current and promulgated federal, state, and local air pollution control regulations and requirements. No coatings shall be applied to a surface until such time as the specified affidavits have been submitted and have been reviewed and accepted. Failure to comply with this requirement shall be cause for rejection and removal of such materials from the site. The following list specifies the material requirements for coating systems. Coating systems are categorized by generic name followed by an identifying abbreviation. If an abbreviation has a suffix number, it is for the purpose of identifying subgroups within the coating system. Coating Systems E-5 and E-6 shall be NSF 61 certified. Coating System Manufacturer First Coat(s) Finish Coat(s) Epoxy Coatings E-1 PPG PMC Amerlock 2/400 Series Amerlock 2/400 Series Carboline Carboguard 890 Carboguard 890 International Paint/ICI Devran 224 HS Devran 224 HS Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 E-1-G PPG PMC Amerlock 2/400 Series Amerlock 2/400 Series Carboline Carboguard 890 Carboguard 890 International Paint/ICI Devran 224 HS Devran 224 HS Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 E-2 PPG PMC Amerlock 2/400 Series Amerlock 2/400 Series Carboline Carboguard 890 Carboguard 890 International Paint/ICI Bar-Rust 236 Bar-Rust 236 Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-13 ADDENDUM #5 Coating System Manufacturer First Coat(s) Finish Coat(s) E-3 PPG PMC Amerlock 2/400 Series Amerlock 2/400 Series Carboline Carboguard 890 Carboguard 890 International Paint/ICI Bar-Rust 236 Bar-Rust 236 Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 E-4 PPG PMC Amerlock 2/400 Series Amerlock 2/400 Series Carboline Carboguard 890 Carboguard 890 International Paint/ICI Bar-Rust 236 Bar-Rust 236 Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 E-5 PPG PMC Amercoat 395FD Amercoat 395FD Carboline Carboguard 691 Carboguard 691 International Paint/ICI Bar-Rust 233H Bar-Rust 233H Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 E-6 PPG PMC Amercoat 395FD Amercoat 395FD Carboline Carboguard 691 Carboguard 691 International Paint/ICI Bar-Rust 233H Bar-Rust 233H Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 E-7 PPG PMC Amerlock 400 Amerlock 400 Carboline Sanitile 120 Sanitile 120 International Paint/ICI Bar-Rust 236 Bar-Rust 236 Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-14 ADDENDUM #5 Coating System Manufacturer First Coat(s) Finish Coat(s) E-8 PPG PMC Amerlock 400 Amerlock 400 Carboline Carboguard 1340 Carboguard 1340 International Paint/ICI UH Gripper 3210 Tru-Glaze 4408 Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series 201 Series 201 E-9 PPG PMC Amercoat 253 Amercoat 253 Carboline Carboguard 890 Carboguard 890 International Paint/ICI Bar-Rust 231 Bar-Rust 231 Sherwin Williams CorCote HCR-FF CorCote HCR-FF Tnemec Series 104 Series 104 E-9-C PPG PMC Amercoat 253 Amercoat 253 Carboline Carboguard 890 Carboguard 890 International Paint/ICI Bar-Rust 231 Bar-Rust 231 Sherwin Williams CorCote HCR-FF CorCote HCR-FF Tnemec Series 104 Series 104 E-10 PPG PMC Amerlock 400 Amerlock 400 Carboline Carboguard 890 Carboguard 890 International Paint/ICI Bar-Rust 236 Bar-Rust 236 Sherwin Williams Macropoxy 646 CA Macropoxy 646 CA Tnemec Series V69 Series V69 Specialty Epoxy Linings EA-1 Carboline Plasite 4550S Plasite 4550S Sauereisen Sewergard 210S Sewergard 210S Tnemec Series 435 Series 435 EA-2 Carboline Semstone 501 optional Filler Surfacer – Carboguard 510 Sauereisen Sewergard 210S Filler Surfacer - 209 HB Tnemec Series 435 Filler Surfacer – Series 218 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-15 ADDENDUM #5 Coating System Manufacturer First Coat(s) Finish Coat(s) EA-3 Carboline Semstone 501 optional Filler Surfacer – Carboguard 510 Sauereisen Sewergard 210T Filler Surfacer - 209 HB Tnemec Series 435 Filler Surfacer – Series 218 Elastomeric Coatings EC-1 Carboline Carboguard 954 Polyclad 708 Sherwin Williams Corobond 100 Envirolastic 170 Tnemec Series V69 Series 406 (2 coats) EC-2 Carboline Carboguard 954 Polyclad 708/Polibrand 705 Sherwin Williams Corobond 100 Envirolastic 520 PW Tnemec Series V69 Series 264 Epoxy Polyurethane First Coat(s) Intermediate Coat(s) EU-1 Ameron N/A Amerlock 400 Amershield VOC Carboline N/A Carboguard 890 Carbothane 134 VOC Sherwin Williams N/A Macropoxy 646 100 Hi Solids Polyurethane 100 Tnemec N/A Series V69 Series 1075 EU-1-FRP Ameron Amercoat 400 Amershield VOC Carboline Carboguard 890 Carbothane 134 Sherwin Williams Macropoxy 646-100 VOC Hi Solids Tnemec Series V69 Polyurethane 100 Series 1075 Grease G Texaco N/A Rust Inhibitive Grease Chevron N/A E.P. Roller Grease COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-16 ADDENDUM #5 Coating System Manufacturer First Coat(s) Finish Coat(s) High Heat HH-1 High Temperature Coatings, Inc. Hi Temp 1027 1000 VS (any color) HH-2 High Temperature Coatings, Inc. Hi Temp 1027 1000 VS (black or aluminum) Latex Acrylic L-1 PPG PMC Amercoat 148 Amercoat 220 Carboline Sanitile 120 Carbocrylic 3359 DTM International Paint/ICI Prep and Prime Gripper Ultrahide 250- 1406 Sherwin Williams Loxon Acrylic Primer Sher Cryl Tnemec Series 1028 or 1029 Series 1028 or 1029 L-2 PPG PMC Amercoat 220 Amercoat 220 Carboline Sanitile 120 Carbocrylic 3359 DTM International Paint/ICI UH Gripper 3210 Dulux Pro 4206 Sherwin Williams Sher Cryl Sher Cryl Tnemec Series 1028 or 1029 Series 1028 or 1029 L-3 PPG PMC Amercoat 148 Amercoat 220 Carboline Carbocrylic 3359 DTM Carbocrylic 3359 DTM International Paint/ICI Devflex 4020 PF Dulux Pro 1406 Sherwin Williams Procryl Primer Sher Cryl Tnemec Series 1028 or 1029 Series 1028 or 1029 L-4 PPG PMC Amercoat 148 Amercoat 220 Carboline Carbocrylic 3359 DTM Carbocrylic 3359 DTM International Paint/ICI Prep and Prime Gripper Ultrahide 250-146 Sherwin Williams Prep Rite ProBlock Sher Cryl Tnemec Series 1028 or 1029 Series 1028 or 1029 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-17 ADDENDUM #5 Coating System Manufacturer First Coat(s) Finish Coat(s) Miscellaneous M-1 Carboline Carbowrap Tape Paste Carbowrap Petrolatum Tape Denso Denso Paste Densyl Tape Trenton Waxtape Primer #1 Wax Tape M-2 PPG PMC Amerlock 400 Amerlock 400 Carboline Carbomastic 615 HS Carbomastic 615 HS International Paint/ICI Bar-Rust 231 Bar-Rust 231 Sherwin Williams Macroproxy 646-100 Macropoxy 646- 100 Tnemec Series 135 Series 135 Penetrating Stain S-1 Tnemec Series 617 Series 617 2.02 PRODUCT DATA Prior to application of coatings, submit letter(s) from the CTR(s) identifying the application personnel who have satisfactorily completed training as specified in paragraph 09900-1.05 or a letter from the CSM stating that personnel who shall perform the work are approved by the CSM without need for further or additional training. Submit reports specified in paragraph 09900-1.02 C.9 and 09900-1.05 B.11 when the work is underway. Submit the Coating System Inspection Checklists, using Form 09900-A, included in Section 01999, for the coating work. CTR final report in accordance with paragraph 09900-1.05 C. 2.03 SPARE SUPPLIES The Contractor shall provide one unbroken gallon container of each color and type of paint and each type of solvent and thinner required by the specification. These spare paint supplies shall be stored as required in paragraph 09900-1.03 until delivery is requested by the Construction Manager. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-18 ADDENDUM #5 PART 3 -- EXECUTION 3.01 COATINGS A. GENERAL: Coating products shall not be used until the Construction Manager has accepted the affidavits specified in paragraph 09900-1.04 and 2.01, the Construction Manager has inspected the materials, and the CTR has trained the Contractor and CSA in the surface preparation, mixing and application of each coating system. The Contractor shall arrange with the Owner's Representative so that all surface preparation may be inspected and approved prior to the application of any coatings. The Contractor is hereby notified that the Engineer will inspect the Work prior to the expiration of the warranty period and all defects in workmanship and material shall be repaired by the Contractor, at his own expense. B. SHOP AND FIELD COATS: 1. SHOP APPLIED PRIME COAT: Except as otherwise specified, prime coats may be shop-applied or field-applied. Shop-applied primer shall be compatible with the specified coating system and shall be applied at the minimum dry film thickness recommended by the CSM. Data sheets identifying the shop primer used shall be provided to the on-site coating application personnel. Adhesion tests shall be performed on the shop primer as specified in paragraph 09900-3.01B.3. Damaged, deteriorated and poorly applied shop coatings that do not meet the requirements of this Section 09900 shall be removed and the surfaces recoated. If the shop primer coat meets the requirements of this Section 09900, the field coating may consist of touching up the shop prime coat and then applying the finish coats to achieve the specified film thickness and continuity. 2. FIELD COATS: Field coats shall consist of one or more prime coats and one or more finish coats to build up the coating to the specified dry film thickness. Unless otherwise specified, finish coats shall not be applied until other work in the area is complete and until previous coats have been inspected. 3. ADHESION CONFIRMATION: The Contractor shall perform an adhesion test after proper cure in accordance with ASTM D3359 to demonstrate that (1) the shop applied prime coat adheres to the substrate; and (2) the specified field coatings adhere to the shop coat. Test results showing an adhesion rating of 5A on immersed surfaces and 4A or better on other surfaces shall be considered acceptable for coatings 5 mils or more in thickness (Method A). Test results showing an adhesion rating of 5B on immersed surfaces and 4B or better on other surfaces shall be considered acceptable for coating thicknesses less than 5 mils. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-19 ADDENDUM #5 C. APPLICATION LOCATION REQUIREMENTS: 1. EQUIPMENT, NONIMMERSED: Items of equipment, or parts of equipment which are not immersed in service, shall be shop primed and then finish coated in the field after installation with the specified or acceptable color. If the shop primer requires topcoating within a specified period of time, the equipment shall be finish coated in the shop and then touch-up painted after installation. 2. EQUIPMENT, IMMERSED: Items of equipment, or parts and surfaces of equipment which are immersed when in service, with the exception of pumps and valves, shall have surface preparation and coating work performed in the field. Coating systems applied to immersed equipment shall be pinhole free. 3. CONCRETE STRUCTURES: Exterior concrete surfaces indicated in the Contract Drawings that are above finished grade shall have all surface preparation and concrete staining performed in the field, after proper concrete-curing time. Paint listed in the system refers to products of the following manufacturers and distributors: 1. Ameron Corrosion Control Division, Brea, CA 2. I.C. Devoe, Louisville, KY 3. Engard Coating Corporation, Long Beach, CA 4. Dupont de Nemours & Company, Los Angeles, CA 5. Tnemec Company, Inc., Kansas City, MO 64141 Surface preparation, prime coatings, and finish coats for the various systems are specified herein. Unless otherwise noted, all intermediate and finish coats shall be of contrasting colors. It is the intent that the coating alternates specified herein serve as a general guide for the type of coating desired. 3.02 VALVES A. EXTERIOR COATING: Coat metal valves located above ground, in vaults or in structures the same as the adjacent piping. If the adjacent piping is not coated, then coat valves per this specification section unless otherwise noted. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in the field. Finish coat shall match the color of the adjacent piping. Coat handwheels and floor stands the same as the valves. Coat the exterior of buried metal valves at the place of manufacture per this specification. B. COATING (DEVOE ALTERNATE): Prime coat shall be barrust 231 or devran 200 applied at 2 to 3 mils dry-film thickness. Intermediate coat shall be devran 224h epoxy applied at 2 to 4 mils dry-film thickness. Finish coat shall be 379 urethane applied at 2 to 3 mils dry-film thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-20 ADDENDUM #5 C. INTERIOR LINING: Valves 4-inches and larger shall be coated on their interior metal surfaces excluding seating areas and bronze and stainless-steel pieces. Sandblast surfaces in accordance with sspc-sp-10 (near white blast cleaning). Remove all protuberances which may produce pinholes in the lining. Round all sharp edges to be coated. Remove any contaminants which may prevent bonding of the lining. Coat the interior ferrous surfaces using one of the following methods: 1. Apply powdered thermosetting epoxy per the manufacturer's application recommendations to a thickness of 10 to 12 mils. 2. Apply two coats of polyamide epoxy to a dry-film thickness of 10 to 12 mils total. Follow the manufacturer's application recommendations including minimum and maximum drying time between the required coats. 3. Apply two coats of tnemec series 140 (for potable water) or series 69 (for non-potable water), or equal, to a dry film thickness of 10 to 12 mils total. Follow manufacturer's application recommendations including minimum and maximum drying time between required coats. 4. Apply two coats of devoe bar-rust 233h epoxy applied to a dry-film thickness of 6 to 8 mils, each. Total dry-film thickness shall be 10 to 12 mils minimum. All epoxy lining shall be applied at the factory by the manufacturer of the valve, and shall meet current volatile organic compound (VOC) content regulations. Epoxy lining for potable water valves shall also be listed by national sanitation foundation (NSF) for contact with potable water. Test the valve interior linings at the factory with a low-voltage holiday detector. The lining shall be holiday free. 3.03 METAL, INTERIOR AND EXTERIOR, NORMAL EXPOSURE A. GENERAL: The contractor shall paint all exposed steelwork, non-galvanized handrails, exposed pipework, fittings, all mechanical equipment, pumps, motors, doors, door frames and window sash with this coating system. All metalwork previously given a shop prime coat approved by the owner's representative shall be touched up as required in the field with tnemec series 4 versare primer or equal. B. SURFACE PREPARATION: All exterior metal surfaces which are to be painted shall be commercial blast cleaned per specification sp-6 (commercial blast cleaning) except as otherwise specified, in locations where COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-21 ADDENDUM #5 sandblasting would damage previously coated surfaces and installed equipment, and in locations where dry sandblasting is prohibited. The above locations in which sp-6 commercial sandblasting is not possible shall be given a sp-3 power tool cleaning. This sandblasting shall be done not more than 8 hours ahead of the painting, subject to humidity and weather conditions between the time of sandblasting and painting operations. If any rusting or discoloration of sandblasted surfaces occurs before painting, such rusting or discoloration shall be removed by additional sandblasting. Sandblasted surfaces shall not be left overnight before painting. C. COATING (TNEMEC ALTERNATE): Prime coat or spot prime coat as required shall be tnemec series 4 versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of tnemec series 2h tneme- gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness of the complete system shall be 7 mils, minimum. D. COATING (DEVOE ALTERNATE): Prime coat or spot prime as required shall be 4140 q.d. alkyd primer. Two or more finish coats of devshield 4328 alkyd applied to a dry-film thickness of 1.5 to 2 mils, each. Total dry- film thickness of the complete system shall be 5 mils, minimum. 3.04 METAL, SUBMERGED OR INTERMITTENTLY SUBMERGED A. GENERAL: All submerged metalwork, gates, equipment, valves, exposed pipework and all other metalwork within areas which will be submerged, except as noted hereinafter, shall be painted with this coating system. B. SURFACE PREPARATION: All metal surfaces shall be field sandblasted according to sspc-sp-10 (near white blast cleaning). C. COATING (TNEMEC ALTERNATE): Prime coat shall be tnemec series 69 epoxoline ii applied to a dry-film thickness of 4 to 6 mils. Two finish coats of tnemec series 69 epoxoline ii shall be applied to a dry-film thickness of 4 to 6 mils each coat. Total try-film thickness of the complete system shall be a minimum of 12 mils. D. COATING (DEVOE ALTERNATE): Apply two coats of bar-rust 233h epoxy applied to a dry-film thickness of 6 to 8 mils each coat. Total dry-film thickness of the complete system shall be a minimum of 12 mils. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-22 ADDENDUM #5 3.05 METAL, SEVERE EXPOSURE TO MOISTURE OR CHEMICAL FUMES A. SURFACE PREPARATION: All metal surfaces shall be field sandblasted according to sspc-sp-10 (near white blast cleaning). B. COATING (TNEMEC ALTERNATE): Prime coat shall be tnemec series 104 h.s. epoxy to a dry-film thickness of 6 to 10 mils. One or more finish coats of tnemec series 104 h.s. epoxy topcoat shall be applied. Total dry-film thickness shall be a minimum of 12 mils. C. COATING (DEVOE ALTERNATE): Prime coat shall be catha-coat 304v zinc, 2 to 3 mils dry-film thickness. Intermediate coat shall be devran 224h epoxy applied at 4 to 6 mils dry-film thickness. Finish coat shall be devthane 379 urethane applied at 2 to 3 mils dry-film thickness. Total dry-film thickness shall be 8 mils minimum. 3.06 METAL, HIGH-TEMPERATURE EXPOSURE A. GENERAL: Engine mufflers, exhaust systems and other metal surfaces subjected to high temperatures shall be coated with this system. B. SURFACE PREPARATION: Surface shall be field sandblasted in accordance with sspc-sp-10 (near white blast cleaning). C. COATING (TNEMEC ALTERNATE): One coat of tnemec series 90-96 tneme-zinc to a minimum total dry-film thickness of 2 to 3.5 mils. D. COATING (DEVOE ALTERNATE): One coat of catha-coat 304v zinc to a dry-film thickness of 2 to 4 mils. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-23 ADDENDUM #5 3.07 GALVANIZED METAL, ALUMINUM, COPPER, OR BRASS A. SURFACE PREPARATION: Surfaces shall be solvent cleaned in accordance with sspc-sp-1 (solvent cleaning) and sspc-sp-2 (hand tool cleaning). B. COATING: Pre-treatment prime coat shall be tnemec series 32-1215 tneme-grip or sinclair 7113 wash primer applied at 10 mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. C. COATING (DEVOE ALTERNATE): Pre-treatment prime coat shall be devoe barrust 231 primer applied at 3 mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. 3.08 METAL, BURIED A. GENERAL: The contractor shall coat all buried metal which includes valves, bolts, nuts, structural steel and fittings. It does not include steel storage reservoirs. B. SURFACE PREPARATION: Sandblast to sspc-sp-6 (commercial blast cleaning) C. COATING (TNEMEC ALTERNATE): Prime none. Finish with two coats of tnemec series 46-465 h.b. tnemecol or equal at 10 to 12 mils dry-film thickness, each. Total dry-film thickness shall be 20 mils minimum. D. COATING (DEVOE ALTERNATE): Prime with devtar 221 (5a) epoxy applied at 8 mil dry-film thickness. Two coats of devtar (5a) epoxy applied at 8 mils dry-film thickness, each. Total dry-film thickness shall be 24 mils, minimum. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-24 ADDENDUM #5 3.09 PREPARATION A. GENERAL: Surface preparations for each type of surface shall be in accordance with the specific requirements of each coating specification sheet (COATSPEC) and the following. In the event of a conflict the COATSPEC sheets shall take precedence. Surfaces to be coated shall be clean and dry. Before applying coating or surface treatments, oil, grease, dirt, rust, loose mill scale, old weathered coatings, and other foreign substances shall be removed. Oil and grease shall be removed before mechanical cleaning is started. Where mechanical cleaning is accomplished by blast cleaning, the abrasive used shall be washed, graded and free of contaminants which might interfere with the adhesion of the coatings. The air used for blast cleaning shall be sufficiently free of oil and moisture to not cause detrimental contamination of the surfaces to be coated. Where deemed necessary, a NACE International certified coatings inspector, provided by the Owner, will inspect and approve surfaces to be coated before application of a coating. Surface defects identified by the inspector shall be corrected by the Contractor. Cleaning and painting shall be scheduled so that dust and spray from the cleaning process shall not fall on wet, newly painted surfaces. Hardware, hardware accessories, nameplates, data tags, machined surfaces, sprinkler heads, electrical fixtures, and similar uncoated items which are in contact with coated surfaces shall be removed or masked prior to surface preparation and painting operations. Following completion of coating, removed items shall be reinstalled. Equipment adjacent to walls shall be disconnected and moved to permit cleaning and painting of equipment and walls and, following painting, shall be replaced and reconnected. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. All sharp edges, burrs, and weld spatter shall be removed. All concrete and masonry surfaces shall cure 30 days prior to coating or painting B. BLAST CLEANING: When blast cleaning is required to achieve the specified surface preparation the following requirements for blast cleaning materials and equipment shall be met: 1. Used or spent blast abrasive shall not be reused on this project. 2. The compressed air used for blast cleaning shall be filtered and shall contain no condensed water and no oil. Moisture traps shall be cleaned at least once every four hours or more frequently as required to prevent moisture from entering the supply air to the abrasive blasting equipment. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-25 ADDENDUM #5 3. Oil separators shall be installed just downstream of compressor discharge valves and at the discharge of the blast pot discharges. These shall be checked on the same frequency as the moisture traps as defined in item 3 above. 4. Regulators, gauges, filters, and separators shall be in use on compressor air lines to blasting nozzles times during this work. 5. An air dryer or desiccant filter drying unit shall be installed which dries the compressed air prior to blast pot connections. This dryer shall be used and maintained for the duration of surface preparation work. 6. The abrasive blast nozzles used shall be of the venturi or other high velocity type supplied with a minimum of 100 psig air pressure and sufficient volume to obtain the blast cleaning production rates and cleanliness/specified. 7. The Contractor shall provide ventilation for airborne particulate evacuation (meeting pertinent safety standards) to optimize visibility for both blast cleaning and inspection for the substrate during surface preparation work. 8. If, between final surface preparation work and coating system application, contamination of prepared and cleaned metallic substrates occurs, or if the prepared substrates' appearance darkens or changes color, recleaning by water blasting, reblasting and abrasive blast cleaning shall be required until the specified degree of cleanliness is reclaimed. 9. The Contractor is responsible for dust control and for protection of mechanical, electrical, and other equipment adjacent to and surrounding the work area. C. SOLVENT CLEANING: Any solvent wash, solvent wipe, or cleaner used, including but not limited to those used for surface preparation in accordance with referenced Society for Protective Coatings (SSPC) specifications, shall be of the emulsifying type which emits no more than 340 grams/liter (g/l) VOCs for AIM regions, 250 g/l for CARB regions and 100 g/l for SCAQMD regions , contains no phosphates, is biodegradable, removes no zinc, and is compatible with the specified primer. Clean cloths and clean fluids shall be used in solvent cleaning. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-26 ADDENDUM #5 D. METALLIC SURFACES: Metallic surfaces shall be prepared in accordance with applicable portions of surface preparation specifications of the Society for Protective Coatings (SSPC) specified in each coating system. The profile depth of the surface to be coated shall be 20 to 25 percent of the coating dry film thickness as measured by Method C of ASTM D4417. Blast particle size shall be selected by the Contractor to produce the specified surface profile. The solvent in solvent cleaning operations shall be as recommended by the CSM. Preparation of metallic surfaces shall be based upon comparison with SSPC-VIS1-89 (ASTM D2200), and as described. If dry abrasive blast cleaning is selected and to facilitate inspection, the Contractor shall, on the first day of cleaning operations, abrasive blast metal panels to the standards specified. Plates shall measure a minimum of 8-1/2 inches by 11 inches. Panels meeting the requirements of the specifications shall be initialed by the Contractor and the Construction Manager and coated with a clear non-yellowing finish. One of these panels shall be prepared for each type of abrasive blasting and shall be used as the comparison standard throughout the project. Blast cleaning requirements for steel, ductile iron, and stainless steel substrates are as follows: 1. Steel piping shall be prepared in accordance with SSPC SP-6 (Commercial Blast Cleaning) and primed before installation. Ductile iron piping surfaces including fittings shall be prepared in accordance with NAPF 500-03, NAPF 500-03-04, and NAPF 500-03-05. 2. Stainless steel surfaces shall be abrasive blast cleaned to leave a clean uniform appearance with a minimum surface profile of 1.5 to 2.5 mils which is uniform. 3. Remove traces of grit, dust, dirt, rust scale, friable material, loose corrosion products or embedded abrasive from substrate by vacuum cleaning prior to coating application. 4. Care must be taken to prevent contamination of the surface after blasting from worker’s fingerprints, deleterious substances on workers’ clothing, or from atmospheric conditions. 5. Ambient environmental conditions in the enclosure must be constantly monitored and maintained to ensure the degree of cleanliness is held and no “rust back” occurs. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-27 ADDENDUM #5 6. Cleaning of soluble salt compounds shall be as follows: a. Cleaning for decontamination shall utilize a steam generator (“Jenny”) capable of producing steam/hot water temperature of 150oF minimum to 200oF maximum. Hot water pressure washing at 150oF can also be utilized using clean, fresh, potable water only. The steam/hot water shall be applied using a lance with a nozzle providing a fan shaped spray pattern. The recommended discharge temperature is 150oF for safety reasons. b. Steam/hot water shall be applied in a minimum of two passes over surfaces cleaned. Horizontal members on substrates shall be cleaned from end to end continuously and from top to bottom as this horizontal progression continues. Vertical pipes or substrates shall be cleaned around the circumference from top to bottom (crown to invert) to ensure complete solubility and rinsing of contaminants from top to bottom. As this cleaning proceeds, the surfaces of the steel shall be scrubbed using stiff bristle brushes. c. Once completed, this cleaning shall be followed by repeated thorough rinsing. Rinsing can be accomplished using pressure water washing using unheated potable water. Once decontamination cleaning has been performed over a representative (small) area, the cleaned substrate shall be tested for soluble salt concentrations to ensure that the pattern and extent of cleaning shall be adequate. Testing shall be performed as defined in paragraph 3.07.B.15. E. CONCRETE SURFACES: Inspection of concrete surfaces prior to surface preparation and surface preparation of concrete surfaces other than concrete floors shall be performed in accordance with SSPC-SP13 (also called NACE 6). The surface profile for prepared concrete surfaces to be coated shall be evaluated by comparing the profile of the prepared concrete with the profile of graded abrasive paper, as described in ANSI B74.18 or by comparing the profile with the ICRI 03732 (surface profile chips). Surface profile requirements shall be in accordance with the CSM’s recommendations. Surface cleanliness of prepared concrete substrates shall be inspected after cleaning, preparation, and/or drying, but prior to making repairs or applying a coat in the coating system. If concrete surfaces are repaired, they shall be reinspected for surface cleanliness prior to application of the coating system. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-28 ADDENDUM #5 Surface preparation of concrete substrates shall be accomplished using methods such as dry abrasive blast cleaning, high, or ultra-high pressure water blast cleaning in accordance with SSPC-SP-13. The selected cleaning method shall produce the requirements set forth below. 1. A clean substrate that is free of calcium sulfate, loose coarse or fine aggregate, laitance, loose hydrated cement paste, and otherwise deleterious substances shall be achieved. Blast cleaning and other means necessary shall be used to open up air voids or “bugholes” to expose their complete perimeter. Leaving shelled over, hidden air voids beneath the exposed concrete surface is not acceptable. Concrete substrate must be dry prior to the application of filler/surface or coating system materials. 2. Acceptable surface preparation must produce a concrete surface pH of 8.0 to 11.0 to be confirmed by surface pH testing. If after surface preparation, the surface pH remains below 8.0, perform additional water blasting, cleaning, or abrasive blast cleaning until additional pH testing indicates an acceptable pH level. See Section 03300, Paragraph 3.07.B for patching of holes in concrete surfaces specified or shown to receive coatings systems specified in Section 03300. 3. Following inspection by the Contractor of the concrete surface preparation, thoroughly vacuum clean concrete surfaces to be coated to remove loose dirt, and spent abrasive (if dry blast cleaning is used) leaving a dust free, sound concrete substrate. Debris produced by blast cleaning shall be removed from the structures to be coated and disposed of legally off site by the Contractor. Should abrasive blast cleaning or high or ultrahigh pressure water blasting not remove degraded concrete, chipping or other abrading tools shall be used to remove the deteriorated concrete until a sound, clean substrate is achieved which is free of calcium sulfate, loose coarse or fine aggregate, laitance, loose hydrated cement paste, and otherwise deleterious substances. Concrete substrates must be dry prior to the application of filler/surfacers or coating system materials. Surface cleanliness of prepared concrete substrates shall be inspected after cleaning, preparation, and/or drying, but prior to application of coating materials. If concrete surfaces are repaired, they shall be reinspected for surface cleanliness prior to application of the coating system. Moisture content of concrete to be coated shall be tested in accordance with ASTM D4263, Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method and ASTM F 1869, Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride. The ASTM D4263 plastic sheet test shall be conducted at least once for every 500 sq. ft. of surface area to be coated. For concrete surfaces to be coated which are on the negative or back side of concrete walls or structures exposed to soils (back filled) or immersed and waterproofed in accordance with Section 07100, COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-29 ADDENDUM #5 perform calcium chloride tests in accordance with ASTM F-1869 once for each 500 sq. ft. of surface area to be coated. F. MASONRY SURFACES: Prepare masonry surfaces such as Concrete Masonry Units (CMU) to remove chalk, loose dirt, dried mortar splatter, dust, peeling or loose existing coatings, or otherwise deleterious substances to leave a clean, sound substrate. Be certain masonry surfaces are dry prior to coating application. If pressure washing or low pressure water blast cleaning is used for preparation, allow the masonry to dry for at least 5 days under dry weather conditions or when the minimum ambient temperature is 70oF prior to coating application work. G. FIBERGLASS REINFORCED PLASTIC (FRP) SURFACES: Prepare FRP surfaces by sanding to establish uniform surface roughness and to remove gloss from the resin in the FRP. Next, vacuum clean to remove loose FRP dust, dirt, and other materials. Next, solvent clean using clean white rags and allow solvent to completely evaporate before application of coating materials. Add applicable sections from BC Spec if there’re existing facilities that will need to be protected or recoated. 3.10 APPLICATION A. WORKMANSHIP: Coated surfaces shall be free from runs, drips, ridges, waves, laps, and brush marks. Coats shall be applied to produce an even film of uniform thickness completely coating corners and crevices. The Contractor's equipment shall be designed for application of the materials specified. Compressors shall have suitable traps and filters to remove water and oils from the air. A paper blotter test shall be performed by the Contractor when requested by the Construction Manager to determine if the air is sufficiently free of oil and moisture to not produce deteriorating effects on the coating system. The amount of oil and moisture in spray air shall be less than the amount recommended by the CSM. Spray equipment shall be equipped with mechanical agitators, pressure gages, and pressure regulators, and spray nozzles of the proper sizes. Each coat of paint shall be applied evenly and sharply cut to line. Care shall be exercised to avoid overspraying or spattering paint on surfaces not to be coated. Glass, hardware, floors, roofs, and other adjacent areas and installations shall be protected by taping, drop cloths, or other suitable measures. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-30 ADDENDUM #5 Coating applications method shall be conventional or airless spray, brush or roller, or trowel as recommended by CSM. Allow each coat to cure or dry thoroughly, according to CSM’s printed instructions, prior to recoating. Vary color for each successive coat for coating systems when possible. When coating complex steel shapes, prior to overall coating system application, stripe coat welds, edges of structural steel shapes, metal cut-outs, pits in steel surfaces, or rough surfaces with the primer coat. This involves applying a separate coat using brushes or rollers to ensure proper coverage. Stripe coat via spray application is not permitted. Spray painting shall be conducted under controlled conditions and the Contractor shall be fully responsible for any damage occurring from spray painting. B. COATING PROPERTIES, MIXING AND THINNING: Coatings, when applied, shall provide a satisfactory film and smooth even surface. Glossy undercoats shall be lightly sanded to provide a surface suitable for the proper application and adhesion of subsequent coats. Coating materials shall be thoroughly stirred, strained, and kept at a uniform consistency during application. Coatings consisting of two or more components shall be mixed in accordance with the CSM’s instructions. Where necessary to suit the conditions of the surface, temperature, weather and method of application, the coating may be thinned as recommended by the CSM immediately prior to use. The volatile organic content (VOC) of the coating as applied shall comply with prevailing air pollution control regulations. Unless otherwise specified, coatings shall not be reduced more than necessary to obtain the proper application characteristics. Thinner shall be as recommended by the CSM. C. ATMOSPHERIC CONDITIONS: Coatings shall be applied only to surfaces that are dry, and only under conditions of evaporation rather than condensation. Coatings systems shall not be applied during rainy, misty weather, or to surfaces upon which there is frost or moisture condensation. During damp weather, when the temperature of the surface to be coated is within 10oF of the dew point, forced dehumidification equipment may be used to maintain a temperature of minimum 40oF and 10oF above the dew point for the surfaces to be coated, the coated surface, and the atmosphere in contact with the surface. These conditions shall be maintained for a period of at least 8 hours or as recommended by the CSM. Where conditions causing condensation are severe, the Contractor shall provide, at no additional cost to the owner, all necessary environmental control to maintain the required environment conditions for proper coating application and cure, including, but not limited to, shelters, enclosures, dehumidification equipment, fans, and/or heaters. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-31 ADDENDUM #5 D. CONCRETE SUBSTRATE TEMPERATURES: When the surface temperatures of the concrete substrates to be coated are rising or when these substrates are in direct sunlight, outgassing of air from the concrete may result in bubbling, pinhole formations, and/or blistering in the coating system. The application of the filler/surface and the coating system shall only be allowed during periods of falling temperature. This will require that application of the filler/surface and coating system shall only occur during the cooler evening hours. Contractor shall include any cost for working outside of normal hours in the bid. Should bubbles, pinholes, or discontinuities form in the applied coating system material, they shall be repaired as recommended by the CSM. Should pinholes develop in the filler/surfacer material or in the first coat of the coating material, the pinholes shall be repaired in accordance with the CSM’s recommendations prior to application of the next coat of material. Whenever pinholes occur, the air void behind or beneath the pinhole shall be opened up completely and then completely filled with the specified filler/surfacer material. Next, the coated area around the pinhole repair shall be abraded and the coating reapplied over that area. Perform application detail work per CSM’s current written recommendations and/or drawings. E. PROTECTION OF COATED SURFACES: Items which have been coated shall not be handled, worked on, or otherwise disturbed, until the coating is completely dry and hard. After delivery at the site, and upon permanent erection or installation, shop-coated metalwork shall be recoated or retouched with specified coating when it is necessary to maintain the integrity of the film. F. METHOD OF COATING APPLICATION: Where two or more coats are required, alternate coats shall contain sufficient compatible color additive to act as indicator of coverage, or the alternate coats shall be of contrasting colors. Color additives shall not contain lead, or lead compounds, which may be destroyed or affected by hydrogen sulfide or other corrosive gas, and/or chromium. Mechanical equipment, on which the equipment manufacturer's coating is acceptable, shall be touch-up primed and coated with two coats of the specified coating system to match the color scheduled. Electrical and instrumentation equipment specified in Divisions 16 and 17 shall be coated as specified in paragraph 09900-3.03 I. Coatings shall not be applied to a surface until it has been prepared as specified. The primer or first coat shall be applied by brush to ferrous surfaces that are not blast-cleaned. Coats for blast-cleaned ferrous surfaces and subsequent coats for nonblast-cleaned ferrous surfaces may be either brush or spray applied. After the prime coat is dry, pinholes and holidays shall be marked, repaired in accordance with CSM's recommendations and retested before succeeding coats are applied. Unless otherwise specified, coats for concrete and masonry shall be brushed or rolled. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-32 ADDENDUM #5 The recommendations of the coating manufacturer shall be followed, including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. G. FILM THICKNESS AND CONTINUITY: WFT of the first coat of the coating system and subsequent coats shall be verified by the Contractor, following application of each coat. The surface area covered per gallon of coating for various types of surfaces shall not exceed those recommended by the CSM. The first coat, referred to as the prime coat, on metal surfaces refers to the first full paint coat and not to solvent wash, grease emulsifiers or other pretreatment applications. Coatings shall be applied to the thickness specified, and in accordance with these specifications. Unless otherwise specified, the average total thickness (dry) of a completed protective coating system on exposed metal surfaces shall be not less than 1.25 mils per coat. The minimum thickness at any point shall not deviate more than 25 percent from the required average. Unless otherwise specified, no less than two coats shall be applied. In testing for continuity of coating about welds, projections (such as bolts and nuts), and crevices, the Construction Manager shall determine the minimum conductivity for smooth areas of like coating where the dry mil thickness has been accepted. This conductivity shall be the minimum required for these rough or irregular areas. Pinholes and holidays shall be recoated to the required coverage. The ability to obtain specified film thickness is generally compromised when brush or roller application methods are used and, therefore, more coats are needed to be applied to achieve the specified dry film thickness. For concrete substrates, the Contractor shall apply a complete skim coat of the specified filler/surfacer material over the entire substrate prior to application of the coating system. This material shall be applied such that all open air voids and bugholes in the concrete substrate are completely filled prior to coating application. H. SPECIAL REQUIREMENTS: Before erection, the Contractor shall apply all but the final finish coat to interior surfaces of roof plates, roof rafters and supports, pipe hangers, piping in contact with hangers, and contact surfaces which are inaccessible after assembly. The final coat shall be applied after erection. Structural friction connections and high tensile bolts and nuts shall be coated after erection. Areas damaged during erection shall be hand-cleaned or power-tool cleaned and recoated with primer coat prior to the application of subsequent coats. Touch-up of surfaces shall be performed after installation. Surfaces to be coated shall be clean and dry at the time of application. Except for those to be filled with grout, the underside of equipment bases and supports that have not been galvanized shall be coated with at least two coats of primer specified for system E-2 prior to setting the equipment in place. Provide coating system terminations at COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-33 ADDENDUM #5 leading edges and transitions to other substrates in accordance with the CSM’s recommendations or detail drawings. I. ELECTRICAL AND INSTRUMENTATION EQUIPMENT AND MATERIALS: Electrical and instrumentation equipment and materials shall be coated by the equipment manufacturer as specified below. 1. FINISH: Electrical equipment shall be treated with zinc phosphate, bonderized or otherwise given a rust-preventive treatment. Equipment shall be primed, coated with enamel, and baked. Minimum dry film thickness shall be 3 mils. Unless otherwise specified, instrumentation panels shall be coated with system E- 1 for indoor mounting and system EU-1 for outdoor mounting. Before final acceptance, the Contractor shall touch up scratches on equipment with identical color coating. Finish shall be smooth, free of runs, and match existing finish. Prior to touching up scratches, Contractor shall fill them with an appropriate filler material approved by the CSM. 2. COLOR: Exterior color of electrical equipment shall be FS 26463 (ANSI/NSF 61) light gray. Interior shall be painted FS 27880 white. Nonmetallic electrical enclosures and equipment shall be the equipment manufacturer's standard grey color. Exterior color of instrumentation panels and cabinets mounted indoors shall be FS 26463 light gray; unless otherwise specified, exterior color for cabinets mounted outdoors shall be FS 27722, white. Cabinet interiors shall be FS 27880, white. J. SOLUBLE SALT CONTAMINATION OF METALLIC SUBSTRATES: Contractor shall assume that exterior metallic substrates to be coated will be exposed to sea water or coastal air or to industrial fallout of particulate or other sources of soluble chlorides (such as waste water exposure with test in accordance with SSPC-TU-4). The Contractor shall clean and prepare these surfaces in accordance with the requirements of this specification and SSPC. K. DRY-FILM THICKNESS TESTING AND REPAIR 1. SPECIAL INSTRUCTIONS TO THE CONTRACTOR: The Contractor shall furnish to the Owner at no charge for use during execution of the Work, necessary dry-film thickness gauge and electrical flaw detection equipment. The Contractor shall perform the holiday (pinholes) inspection in the presence of the Owner's Representative, and the Contractor shall monitor wet film measurements throughout the application of each coat of coating. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-34 ADDENDUM #5 2. COATING THICKNESS TESTING: Coating thickness specified for steel surfaces shall be measured with a magnetic-type dry-film thickness gauge. Dry-film thickness gauge shall be provided as manufactured by Mikrotest or Elcometer. Each coat shall be checked for the correct dry-film thickness. Measurement shall not be made until a minimum of eight hours after application of the coating. Non-magnetic surfaces shall be checked for coating thickness by micrometer measurement of cut and removed coupons. Contractor shall repair coating at all locations where coupons are removed. 3. HOLIDAY TESTING: The finish coat (except zinc primer and galvanizing) shall be tested by the Contractor in the presence of the Engineer for holidays and discontinuities with an electrical holiday detector of the low-voltage, wet-sponge type. Detector shall be provided as manufactured by Tinker, Rasor, K-D Bird Dog, or approved equal 4. REPAIR: If the item has an improper finish, color, insufficient film thickness, or holidays, the surface shall be cleaned and top-coated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the Specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections 3.11 CLEANUP Upon completion of coating, the Contractor shall remove surplus materials, protective coverings, and accumulated rubbish, and thoroughly clean surfaces and repair overspray or other coating-related damage. 3.12 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating systems for different types of surfaces and general service conditions for which these systems are normally applied are specified on the following COATSPEC sheets. Surfaces shall be coated in accordance with the COATSPEC to the system thickness specified. Coating systems shall be as specified in paragraph 09900-3.06, Coating System Schedule. In case of conflict between the schedule and the COATSPECS, the requirements of the schedule shall prevail. Coating Specification Sheets included in Table 09900A are included in this paragraph 09900-3.05. Table 09900A Coating Specification Sheets Coating System ID Coating Material Surface Service Condition E-1 Epoxy Metal Interior; exterior, covered, not exposed to direct sunlight, non-corrosive exposure. E-1-G Epoxy Galvanized Steel Interior; exterior, covered non-corrosive exposure. Do not use in immersion service. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-35 ADDENDUM #5 Table 09900A Coating Specification Sheets Coating System ID Coating Material Surface Service Condition E-2 Epoxy Metal Immersed, nonpotable; non-immersed, moderately corrosive environment, color required. E-3 Epoxy Concrete or Masonry Immersed, nonpotable; non-immersed, corrosive environment, color required. E-4 Epoxy Concrete, masonry, plaster, gypsum board Interior E-5 (NSF 61 certified) Epoxy Metal Interior potable water tanks and reservoirs and other metal components in contact with water being treated and stored for potable use. E-6 (NSF 61 certified) Epoxy Concrete Interior potable water tanks and reservoirs and other metal components in contact with water being treated or stored. E-7 Epoxy Plastic Interior; exterior covered, not exposed to direct sunlight. E-8 Clear epoxy Wood Interior E-9 Epoxy Metal Immersed, nonpotable; non-immersed, corrosive environment, color required. (Not for Biogenic Sulfide Corrosion areas.) E-9-C Epoxy Concrete or masonry Immersed, nonpotable; non-immersed, moderately corrosive environment, color required. (Not for Biogenic Sulfide Corrosion areas.) E-10 Polyamidoamine epoxy Metal or concrete Below grade (buried). EA-1 Blended Amine Cured Epoxy Metal Immersed, nonpotable; non-immersed, corrosive environment, color not required especially for headspace environments that are corrosive due to biogenic sulfide corrosion. EA-2 Blended Amine Cured Epoxy Concrete or masonry Immersed, nonpotable; non-immersed, corrosive environment, color not required, new construction especially for headspace environments that are corrosive due to biogenic sulfide corrosion. EA-3 Blended Amine Cured Epoxy Concrete or Masonry Immersed, nonpotable; non-immersed, corrosive environment, color not required, new or existing construction, especially for headspace environments that are corrosive due to biogenic sulfide corrosion. G Grease Metal Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-1 (Solvent Cleaning.) HH-1 Proprietary Primer Plus Silicone Topcoat Metal Temperature to 750 degrees F. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-36 ADDENDUM #5 Table 09900A Coating Specification Sheets Coating System ID Coating Material Surface Service Condition HH-2 Proprietary Primer Plus Silicone Topcoat (black or aluminum only) Metal Temperature to 1200 degrees F. L-1 Latex Concrete, masonry, plaster, gypsum board Interior L-2 Latex PVC and CPVC pipe Exterior, direct sunlight exposure. L-3 Latex-Direct to Metal Ferrous Metal Interior or Exterior L-4 Latex Wood Interior M-1 Petrolatum based mastic or wax based wrapping tapes Metal Below grade (buried) or where little to no surface preparation can be performed on piping or structural steel. M-2 Epoxy mastic or equal Ferrous Metal Interior, corrosive environment, confined enclosures, where minimal surface preparation is possible. EU-1 Zinc-epoxy- polyurethane system Ferrous Metal Exterior, exposed to direct sunlight, moderately corrosive non-immersed. EU-1-FRP Specialty Primer plus Polyurethane Finish Coat Exterior of FRP pipe and tanks, etc. Exterior, exposed to direct sunlight, non- immersed. EC-1 Hybrid Polyurethane Concrete or dense masonry where existing crack or joint movement is suspected of propagating through rigid cured epoxy coatings Service Condition: Interior or exterior, exposed to direct sunlight or not, corrosive (immersion pH 4.0 or lower and/or headspace pH 4.0 or lower and/or gaseous H2S concentrations between 10 and 150 ppm typically.) EC-2 (NSF-61) Modified Polyurethane Concrete or dense masonry where existing crack or joint movement is suspected due to thermal conditions and would propagate through rigid epoxy coating systems and/or where NSF-61 certification is required Interior or exterior, submerged or non- submerged indirect sunlight – moderately corrosive. S-1 Penetrating acrylic stain, color required Concrete Non-immersed, exposure to moisture and sunlight. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-37 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-1 Coating Material: Epoxy Surface: Metal Service Condition: Interior; exterior, covered, not exposed to direct sunlight, non-corrosive exposure. Surface Preparation: General: Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Cleaning). Damaged shop coated areas shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) and spot primed with the primer specified. Shop epoxy primed surfaces shall require light abrasive blasting prior to receiving finish coats. Ferrous Metal: Bare ferrous metal surfaces shall be prepared in accordance with SSPC SP-6 (Commercial Blast Cleaning). Ferrous metal with rust bleeding shall be cleaned in accordance with SSPC SP-1 (Solvent Cleaning). Areas of rust penetration shall be spot blasted to SSPC SP-10 (Near White Blast) and spot primed with the specified primer. For ductile iron surfaces, refer to the requirements in paragraph 09900-3.02 D. Nonferrous and Galvanized Metal: Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-7 (Brush-off Blast Cleaning). COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-38 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-1 (continued) Application: Field General: Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Ferrous Metal: Prime coats shall be an epoxy primer compatible with the specified finish coats and applied in accordance with the written instructions of the CSM. Nonferrous and Galvanized Metal: Nonferrous and galvanized metal shall be cleaned prior to the application of the prime coat in accordance with SSPC SP-1 (Solvent Cleaning). System Thickness: 10 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-39 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-1-G Coating Material: Epoxy Surface: Galvanized Steel Service Condition: Interior; exterior, covered, non-corrosive exposure. Do not use in immersion service. Surface Preparation: General: Damaged galvanized steel areas with exposed ferrous metal and/or rusted shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) or Power Tool Cleaned to Bare Metal in accordance with SSPC-SP-11 and spot primed with the primer specified. Galvanized Metal: Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-16 (Brush-off Blast Cleaning of Non-Ferrous Metals) impart a 1 to 2 mil profile to the galvanized steel surfaces. Where this cannot be performed, prepare by abrading in accordance with SSPC-SP-3, Power Tool Cleaning to impart a 1 to 2 mil profile uniformly to the galvanized steel surfaces. Application: Field General: Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Galvanized Metal: Nonferrous and galvanized metal shall be cleaned prior to the application of the prime coat in accordance with SSPC SP-1 (Solvent Cleaning). System Thickness: 5 to 8 mils dry film. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-40 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-1-G (continued) Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. If the coated galvanized steel is to be exposed to ultraviolet light, apply one polyurethane top coat from coating system EU-1 over the second coat of the two epoxy coats specified. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-41 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-2 Coating Material: Epoxy Surface: Metal Service Condition: Immersed, nonpotable; non-immersed, moderately corrosive environment, color required. Surface Preparation: Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-5 (White Metal Blast Cleaning). Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Cleaning) or SSPC-SP-3 (Power Tool Cleaning). Damaged shop coating shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) and spot primed with the primer specified. Shop epoxy primed surfaces shall require light abrasive blasting prior to receiving finish coats if the maximum recoat time for the primer has been exceeded. For ductile iron surfaces, refer to the requirements in paragraph 09900-3.02 D. Nonferrous and Galvanized Metal: Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-7 (Brush-off Blast Cleaning). Galvanized steel with this E-2 coating system shall not be used in immersion service in wastewater. Application: Field General: Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Ferrous Metal: Prime coat shall be an epoxy primer compatible with the specified finish coats. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-42 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-2 (continued) Nonferrous and Galvanized Metal: Nonferrous and galvanized metal, non-immersed, shall be coated prior to the application of the prime coat with a grease emulsifying agent in accordance with the CSM's written instructions. Nonferrous metal to be immersed shall not be painted. Galvanized metal shall not be immersed even if it is painted. System Thickness: 16 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-43 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-3 Coating Material: Epoxy Surface: Concrete or masonry Service Condition: Immersed, nonpotable; non-immersed, corrosive environment, color required. Surface Preparation: Concrete: Concrete surfaces shall be allowed to cure for at least 28 days and allowed to dry to the moisture content recommended by the CSM before coating work proceeds. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified primer and finish coats. Masonry: Masonry surfaces shall be allowed to cure for at least 28 days after being constructed and be allowed to dry to the moisture content recommended by the CSM. Holes or other joint defects shall be filled with a material compatible with the primers and finish coats or shall be filled with masonry mortar that shall cure for at least 28 days. Loose or splattered mortar shall be removed by scraping and chipping. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be sealed or filled with a sealer or block filler compatible with the specified primer. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-44 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-3 (continued) Application: Field Apply filler/surfacer as recommended by CSM to fill “bugholes” and air voids or block texture, etc. leaving a uniformly filled surface that does not produce blowholes or outgassing causing pinholing of the coating system. Filler/surfacers shall dry a minimum of 48 hours prior to application of prime coat or as required by the CSM. Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Drying time between coats shall be as recommended by CSM. System Thickness: 15 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-45 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-4 Coating Material: Epoxy Surfaces: Concrete, masonry, plaster, gypsum board. Service Condition: Interior Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Loose concrete, form oils, surface hardeners, curing compounds and laitance shall be removed from surfaces, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified primer and finish coats. Masonry: Masonry surfaces shall be allowed to age for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scrapping and chipping. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. Muriatic acid shall not be used. After cleaning, exterior masonry surfaces shall be sealed or filled with a sealer or block filler compatible with the specified primer. Plaster: Plaster surfaces shall be dry and clean and free from grit, loose plaster, and surface irregularities. Cracks and holes shall be repaired with acceptable patching materials, keyed to existing surfaces, and sandpapered smooth. Surfaces shall be cleaned with clean water by washing and scrubbing to remove foreign and deleterious substances. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-46 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-4 (continued) Application: Field Block Filler shall be a multiple component epoxy block filler or an acrylic based or waterborne epoxy based block filler and shall dry a minimum of 48 hours prior to primer application or as required by the CSM. Prime coat shall be thinned and applied as recommended by CSM, provided the coating as applied complies with prevailing air pollution control regulations. Drying time between coats shall be as recommended by CSM. System Thickness: 10 mils dry film, excluding block filler and sealer. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-47 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-5 (NSF 61 certified) Coating Material: Epoxy Surface: Metal Service Condition: Interior potable water tanks and reservoirs and other metal components in contact with water being treated and stored for potable use. Surface Preparation: Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-5 (White Metal Blast Cleaning). Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Cleaning) or SSPC-SP-3 (Power Tool Cleaning). Damaged shop coating shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) and spot primed with the primer specified. Shop epoxy primed surfaces shall require light abrasive blasting prior to receiving finish coats if the maximum recoat limit has been exceeded for the primer. Nonferrous and Galvanized Metal: Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-7 (Brush-off Blast Cleaning). Application: Field General: Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Ferrous Metal: Prime coat shall be an epoxy primer compatible with the specified finish coats. Nonferrous and Galvanized Metal: Nonferrous and galvanized metal above the high water elevation shall be cleaned prior to the application of the prime coat in accordance with SSPC SP-1 (Solvent Cleaning). COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-48 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-5 (NSF 61 certified) (continued) System Thickness: 10 mils dry film. Coatings: Primer: One coat at the CSM's recommended dry film thickness. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-49 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-6 (NSF 61 certified) Coating Material: Epoxy Surface: Concrete Service Condition: Interior potable water tanks and reservoirs and other metal components in contact with water being treated or stored. Surface Preparation: Concrete: Concrete surfaces shall be allowed to cure for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified primer and finish coats. Masonry: Masonry surfaces shall be allowed to cure for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed and allowed to cure for 28 days or shall be filled with materials compatible with the primer and finish coats. Loose or splattered mortar shall be removed by scraping and chipping. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be sealed or filled with a sealer or block filler compatible with the specified primer. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-50 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-6 (NSF 61 certified) (continued) Application: Field Surfacer or block filler shall dry a minimum of 48 hours prior to application of prime coat or as recommended by the CSM. Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Drying time between prime coat and finish coat shall be as recommended by CSM. System Thickness: 15 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-51 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-7 Coating Material: Epoxy Surface: Plastic Service Condition: Interior; exterior covered, not exposed to direct sunlight. Surface Preparation: Plastic shall be prepared in accordance with SSPC SP-1 (Solvent Cleaning) and light sanding to produce a uniform surface roughness on the plastic. Application: Field System Thickness: 5 mils dry film. Coatings: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-52 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-8 Coating Material: Clear epoxy Surface: Wood Service Condition: Interior Surface Preparation: Wood surfaces shall be cleaned of dirt, oil or other foreign substances with mineral spirits, scrapers, sandpaper or wire brush. Finished surfaces exposed to view shall be smoothed by planing or sandpapering. Millwork shall be sandpapered and given a coat of the specified exterior primer on sides before installation. Built-in surfaces of window sills shall be double primed. Glazing rabbets and beads in exterior sash and doors shall be double primed. Small, dry, seasoned knots shall be surfaced scraped, sandpapered, and thoroughly cleaned and shall be given a thin coat of a clear knot sealer before application of the priming coat. Large, open, unseasoned knots, and beads or streaks of pitch shall be scraped off; however, if the pitch is still soft, it shall be removed with mineral spirits or turpentine, and the resinous area shall be coated with knot sealer prior to priming. After priming, holes and imperfections shall be filled with putty or plastic wood, colored to match the finish coat, allowed to dry and sandpapered smooth. Application: Field Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. System Thickness: 4 mils Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-53 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-9 Coating Material: Epoxy Surface: Metal Service Condition: Immersed, nonpotable; non-immersed, corrosive environment, color required. (Not for Biogenic Sulfide Corrosion areas.) Surface Preparation: Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-5 (White Metal Blast Cleaning). Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Cleaning) or SSPC-SP-3 (Power Tool Cleaning). Damaged shop coating shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) and spot primed with the primer specified. Shop epoxy primed surfaces shall require light abrasive blasting prior to receiving finish coats if the maximum recoat time for the primer has been exceeded. For ductile iron surfaces, refer to the requirements in paragraph 09900-3.02 D.. Nonferrous and Galvanized Metal: Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-7 (Brush-off Blast Cleaning). Galvanized steel with this E-2 coating system shall not be used in immersion service in wastewater. Application: Field General: Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Ferrous Metal: Prime coat shall be an epoxy primer compatible with the specified finish coats. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-54 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-9 (continued) Nonferrous and Galvanized Metal: Nonferrous and galvanized metal, non-immersed, shall be coated prior to the application of the prime coat with a grease emulsifying agent in accordance with the CSM's written instructions. Non-ferrous metal to be immersed shall not be painted. Galvanized metal shall not be immersed even if it is painted with this coating system. System Thickness: 15 to 20 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-55 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-9-C Coating Material: Epoxy Surface: Concrete or masonry Service Condition: Immersed, nonpotable; non-immersed, moderately corrosive environment, color required. (Not for Biogenic Sulfide Corrosion areas.) Surface Preparation: Concrete: Concrete surfaces shall be allowed to cure for at least 28 days following initial concrete placement and allowed to dry to the moisture content recommended by the CSM before coating work proceeds. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified primer and finish coats. Masonry: Masonry surfaces shall be allowed to cure for at least 28 days after being constructed and be allowed to dry to the moisture content recommended by the CSM. Holes or other joint defects shall be filled with a material compatible with the primers and finish coats or shall be filled with masonry mortar that shall cure for at least 28 days. Loose or splattered mortar shall be removed by scraping and chipping. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be sealed or filled with a sealer or block filler compatible with the specified primer. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-56 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-9-C (continued) Application: Field Apply filler/surfacer as recommended by CSM to fill “bugholes” and air voids or block texture, etc. leaving a uniformly filled surface that does not produce blow holes or outgassing causing pinholing of the coating system. Filler/Surfacers shall dry a minimum of 48 hours prior to application of prime coat or as required by the CSM. Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Drying time between coats shall be as recommended by CSM. System Thickness: 16 to 20 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-57 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: E-10 Coating Material: Polyamidoamine epoxy Surface: Metal or concrete Service Condition: Below grade (buried) Surface Preparation: Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-5 (White Metal Blast Cleaning). Nonferrous Metal: Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-7 (Brush-off Blast Cleaning). Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. Application: Field System Thickness: 16 mils Coating: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-58 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EA-1 Coating Material: Blended Amine Cured Epoxy Surface: Metal Service Condition: Immersed, nonpotable; non-immersed, corrosive environment, color not required especially for headspace environments that are corrosive due to biogenic sulfide corrosion. Surface Preparation: Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-5 (White Metal Blast Cleaning). Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-11 (Hand Tool Cleaning). Damaged shop coated areas shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) and spot primed with the primer specified. Shop epoxy primed surfaces shall require light abrasive blasting and blow down cleaning prior to receiving finish coats. Cast iron surfaces to be coated shall be abrasive blast cleaned to a clean, gray uniform metal appearance free of variations in color and loose materials. Ductile iron surfaces shall be prepared in accordance with paragraph 09900-3.02 D. Nonferrous and Galvanized Metal: Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-7 (Brush-off Blast Cleaning). Galvanized metal should generally not be used in these environments. Application: Field General: Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-59 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EA-1 (continued) Drying time between coats shall be as specified by the CSM for the site conditions. If the maximum recoat time is exceeded, surface preparation shall require solvent washing, light abrasive blasting, or other procedures per CSM's instructions. Ferrous Metal: If shop priming is required or field priming is necessary, the prime coat shall be an epoxy primer compatible with the specified coating system. Generally, the EA-1 coating system is self-priming and does not require a primer unless there is a special reason to prime the steel to hold the blast cleaning from rusting back. System Thickness: 25-30 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness only if required by special circumstances. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-60 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EA-2 Coating Material: Blended Amine Cured Epoxy Surface: Concrete or masonry Service Condition1: Immersed, nonpotable; non-immersed, corrosive environment, color not required, new construction especially for headspace environments that are corrosive due to biogenic sulfide corrosion. . Surface Preparation: Concrete: Concrete surfaces shall be allowed to cure for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified primer and finish coats. Concrete shall be abraded to achieve a concrete surface profile of CSP-3 in accordance with ICRI 03732. Masonry: Masonry surfaces shall be allowed to cure for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed and allowed to cure for 28 days or shall be filled with a repair material compatible with the coating system that does not require hydration cure time. Loose or splattered mortar shall be removed by scrapping and chipping. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be skim coated with a surfacer or block filler compatible with the specified coating system. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-61 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EA-2 (continued) Application: Field Surfacer or filler shall be applied per CSM’s recommendations prior to application of coating system to fill bugholes and voids and create a coatable surface. Drying time between coats shall be as specified by the CSM for the site conditions. If the maximum recoat time is exceeded, surface preparation shall require solvent washing, light abrasive blasting, or other procedures per CSM's instructions. System Thickness: 25-30 mils dry film. Coatings: Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. 1 Service condition for concrete typically includes waterproofing as specified in Section 07100 for the exterior of the concrete exposed to soil(s). Be certain that the exterior of concrete structures to be buried to receive the EA-2 system have been waterproofed in accordance with Section 07100 prior to application of the EA-2 system. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-62 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EA-3 Coating Material: Blended Amine Cured Epoxy Surface: Concrete or masonry Service Condition1: Immersed, nonpotable; non-immersed, corrosive environment, color not required, new or existing construction, especially for headspace environments that are corrosive due to biogenic sulfide corrosion. Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified coating system. Concrete shall be abraded to also achieve a concrete surface profile of CSP 5 minimum. For existing concrete that has been degraded, apply a skim coat of a surfacer or filler material to restore the substrate to a coatable condition. Be certain the filler surfacer material is compatible with the coating system. Masonry: Masonry surfaces shall be allowed to age for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scrapping and chipping. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-63 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EA-3 (continued) Muriatic acid shall not be used. After cleaning, masonry surfaces shall be sealed or filled with sealer or block filler compatible with the specified coating system. Application: Field Surfacer or filler shall dry per CSM’s recommendations prior to application of coating system. Drying time between filler/surfacer and coating system shall be as specified by the CSM for the site conditions. If the maximum recoat time is exceeded, surface preparation shall require solvent washing, light abrasive blasting, or other procedures per CSM's instructions. System Thickness: 125 mils dry film (or 1/8 inch). Coatings: Primer: Self-priming. Finish: One coat at CSM's recommended dry film thickness – trowel applied. 1 Service condition for concrete typically includes waterproofing as specified in Section 07100 for the exterior of the concrete exposed to soil(s). Be certain that the exterior of concrete structures to be buried to receive the EA-3 system have been waterproofed in accordance with Section 07100 prior to application of the EA-3 system. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-64 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EC-1 Coating Material: Hybrid Polyurethane Surface: Concrete or dense masonry where existing crack or joint movement is suspected of propagating through rigid cured epoxy coatings. Service Condition 1: Interior or exterior, exposed to direct sunlight or not, corrosive (immersion pH 4.0 or lower and/or headspace pH 4.0 or lower and/or gaseous H2S concentrations between 10 and 150 ppm typically). Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified primer and finish coats. Concrete shall be abraded to also achieve a concrete surface profile of CSP3 minimum in accordance with ICRI 03732. Application: Field Surfacers or filler materials shall be applied per CSM’s recommendations prior to application of prime coat to fill bugholes and voids. These materials must be compatible with the primers and finish coats. Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-65 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EC-1 (continued) System Thickness: 35-50 mils dry film. Coatings: Primer: One coat at 2-3 mils dry film thickness Finish: One or more coats at CSM’s recommended dry film thickness per coat to the specified system thickness. 1 Service condition for concrete typically includes waterproofing as specified in Section 07100 for the exterior of the concrete exposed to soil(s). The exterior of concrete structures to be buried and to receive the EC-1 system shall be waterproofed in accordance with Section 07100 prior to application of the EC-1 system. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-66 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EC-2 (NSF-61) Coating Material: Modified Polyurethane Surface: Concrete or Dense Masonry where existing crack or joint movement is suspected due to thermal conditions and would propagate through rigid epoxy coating systems and/or where NSF-61 certification is required. Service Condition1: Interior or exterior, submerged or non-submerged indirect sunlight – moderately corrosive. Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. After cleaning, air voids or bugholes in the concrete shall be filled with a surfacer or block filler compatible with the specified primer and finish coats. Concrete shall be abraded to also achieve a concrete surface profile of CSP4 minimum. Application: Field Surfacer or filler shall be applied per CSM’s recommendations prior to application of prime coat to fill bugholes and voids. These materials must be compatible with the primers and finish coats. Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-67 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EC-2 (NSF-61) (continued) System Thickness: 50-75 mils dry film. Coatings: Primer: One coat at 3-5 mils dry film thickness Finish: One or more coats at CSM’s recommended dry film thickness per coat to the specified system thickness. 1 Service condition for concrete typically includes waterproofing as specified in Section 07100 for the exterior of the concrete exposed to soil(s). The exterior of concrete structures to be buried and to receive the EC-2 system shall be waterproofed in accordance with Section 07100 prior to application of the EC-2 system. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-68 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EU-1 Coating Material: Zinc-Epoxy-Polyurethane System Surface: Ferrous Metal Service Condition: Exterior, exposed to direct sunlight, moderately corrosive, non-immersed. Surface Preparation: General: Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Cleaning). Damaged shop coated areas shall be cleaned in accordance with SSPC SP-3 (Power Tool Cleaning) and recoated with the primer specified. Ferrous Metal: Bare ferrous metal surfaces shall be prepared in accordance with SSPC SP-6 (Commercial Blast Cleaning). Ductile iron surfaces to be coated shall be abrasive blast cleaned in accordance with paragraph 09900-3.02 D. Ferrous metal with rust bleeding shall be cleaned in accordance with SSPC-SP-11 (Power Tool Cleaning to Bare Metal). Areas of rust penetration shall be spot blasted to SSPC SP-10 (Near White Blast) and spot primed with the specified primer. Application: Field General: Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. Ferrous Metal: Prime coats shall be a zinc rich epoxy or polyurethane primer compatible for use with urethane finish coats and applied in accordance with written instructions of the CSM. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-69 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EU-1 (continued) System Thickness: 3 to 4 mils of zinc rich primer, one intermediate epoxy coat at 5 to 6 mils and one finish coat of polyurethane at 2 to 3 mils DFT. Coatings: Primer: One coat at CSM's recommended dry film thickness. Intermediate: One coat at CSM’s recommended dry film thickness. Finish: One coat at CSM's recommended dry film thickness per coat to meet the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-70 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: EU-1-FRP Coating Material: Specialty Primer plus Polyurethane Finish Coat Surface: Exterior of FRP Pipe and Tanks, etc. Service Condition: Exterior, exposed to direct sunlight, non-immersed. Surface Preparation: General: Clean to remove loose dirt, dust, or other contaminants. Prepare surfaces by sanding to produce a uniform surface roughness. Solvent clean thoroughly using solvent as recommended by the CSM. Thoroughly clean to remove loose debris by vacuum cleaning. Application: Field General: Apply primer coat and thin as recommended by the CSM provided the coating applied complies with prevailing air pollution control regulations. Apply finish coat as recommended by the CSM. Coating System Identification: EU-1-FRP (continued) System Thickness: Primer to 2 to 4 mils and finish coat is 2 to 3 mils DFT. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: One coat at CSM's recommended dry film thickness per coat to meet the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-71 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: G Coating Material: Grease Surface: Metal Surface Preparation: Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-1 (Solvent Cleaning). Application: Field Coating shall be applied with stiff brush, hand swab, or airless spray gun. System Thickness: 50 square feet per gallon Coating: One coat of grease coating COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-72 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: HH-1 Coating Material: Proprietary Primer plus Silicone Topcoat Surface: Metal Service Condition: Temperature to 750 degrees F. Surface Preparation: Metal surfaces shall be prepared in accordance with SSPC SP-10 (Near White Metal Blast Cleaning). Application: Field Curing as required by CSM. System Thickness: 6.5 to 8.0 mils dry film Coating: Primer at 5 to 6 mils DFT plus one topcoat at 1.5 to 2.0 mils DFT. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-73 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: HH-2 Coating Material: Proprietary Primer plus Silicone Topcoat (available in black or aluminum only) Surface: Metal Service Condition: Temperature to 1200 degrees F. Surface Preparation: Metal surfaces shall be prepared in accordance with SSPC SP-10 (Near White Metal Blast Cleaning). Application: Field Curing as required by CSM. System Thickness: 6.5 to 8.0 mils dry film Coating: Primer at 5 to 6 mils DFT plus one topcoat at 1.5 to 2.0 mils DFT. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-74 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: L-1 Coating Material: Latex Surfaces: Concrete, masonry, plaster, gypsum board. Service Condition: Interior Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Loose concrete and laitance shall be removed from surfaces, and voids and cracks shall be repaired as specified in Section 03300. Masonry: Masonry surfaces shall be allowed to age for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scraping and chipping. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be filled with block filler compatible with the specified primer. Plaster: Plaster surfaces shall be dry and clean and free from grit, loose plaster, and surface irregularities. Cracks and holes shall be repaired with acceptable patching materials, keyed to existing surfaces, and sandpapered smooth. Surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. After cleaning, surfaces shall be sealed with a compatible sealer. Gypsum Wallboard: Tape joints and spackled nail heads shall be sanded smooth and dusted. Seal with PVA sealer. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-75 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: L-1 (continued) Application: Field Sealer or filler shall dry a minimum of 48 hours prior to primer application. Drying time between coats shall be as recommended by CSM. System Thickness: 4 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-76 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: L-2 Coating Material: Latex Surface: PVC and CPVC pipe. Service Condition: Exterior, direct sunlight exposure. Surface Preparation: Plastic pipe shall be cleaned with solvent compatible with the specified primer and sanded to uniformly roughen surfaces. Application: Field System Thickness: 3 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-77 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: L-3 Coating Material: Latex – Direct to Metal Surface: Ferrous Metal Service Condition: Interior or Exterior Surface Preparation: Ferrous Metals: Bare ferrous metal surfaces shall be prepared in accordance with SSPC SP-6 (Commercial Blast Cleaning) unless specified otherwise. Impart a 1.5 to 2.0 mil profile to substrate. Ferrous metal with rust bleeding shall be cleaned in accordance with SSPC SP-1 (Solvent Cleaning). Areas of rust penetration shall be spot blasted to SSPC SP-10 (Near White Blast) and spot primed with the specified primer. Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Cleaning) or SSPC-SP-3 (Power Tool Cleaning). Nonferrous and Galvanized Metal: Galvanized or nonferrous surfaces shall be prepared in accordance with SSPC SP-1 (Solvent Cleaning) after Brush Blast Cleaning in accordance with SSPC-SP-7. Application: Field System Thickness: 6 to 8 mils dry film excluding sealer Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-78 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: L-4 Coating Material: Latex Surface: Wood Service Condition: Interior Surface Preparation: Wood surfaces shall be cleaned of dirt, oil or other foreign substances with mineral spirits, scrapers, sandpaper or wire brush. Finished surfaces exposed to view shall be smoothed by planing or sandpapering. Millwork shall be sandpapered and given a coat of the specified primer on all sides before installation. Built-in surfaces of window sills shall be double primed. Glazing rabbets and beads in exterior sash and doors shall be double primed. Small, dry, seasoned knots shall be surfaced scraped, sandpapered, and thoroughly cleaned and shall be given a thin coat of an acceptable knot sealer before application of the priming coat. Large, open, unseasoned knots, and beads or streaks of pitch shall be scraped off; however, if the pitch is still soft, it shall be removed with mineral spirits or turpentine, and the resinous area shall be coated with knot sealer prior to priming. After priming, holes and imperfections shall be filled with putty or plastic wood, colored to match the finish coat, allowed to dry and sandpapered smooth. Application: Field System Thickness: 4.0 mils dry film. Coatings: Primer: One coat at CSM's recommended dry film thickness. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-79 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: M-1 Coating Material: Petrolatum based mastic or wax based wrapping tapes. Surfaces: Exposed metal surfaces of buried pipe, flanges, couplings and other pipeline appurtenances (including bolts, nuts, etc.), unless another corrosion protection system (other than a factory-installed paint coating) is specified or indicated. Service Condition: Exposed surfaces, below grade (buried) or where little to no surface preparation can be performed on piping or structural steel. Surface Preparation: Remove loose scale, rust, dirt, excessive moisture, or frost from the surface in accordance with SSPC SP-2 (Hand Tool Cleaning). Application: All surfaces shall be hand rubbed or brushed with a priming paste recommended by the CSM. Sharp projections such as threads, irregular contours, or badly pitted areas shall receive a liberal amount of priming paste to ensure maximum protection of metal throughout. On irregular shaped surfaces, i.e., nuts, bolts, flanges, valves, etc., the Contractor shall use either of the following systems recommended by the CSM. A. Apply recommended mastic by hand in sufficient quantity to build an even contour over entire surface. The Contractor shall pay particular attention to ensure that folds and air pockets within the mastic layer are thoroughly pressed out prior to subsequent application of tape. OR: B. An extra layer of tape shall be cut and carefully molded around sharp projections, nuts, bolts, etc., before final application of tape, in order to meet specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-80 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: M-1 (Continued) Tape shall be spirally wrapped with a 55 percent overlap and sufficient tension and pressure to provide continuous adhesion without stretching the tape. Edges of tape must be continuously smoothed and sealed by hand during wrapping. On vertical application, contractor shall begin at bottom and proceed upward creating a weather board overlap. System Thickness: Smooth contours shall have a minimum thickness of 50 mils while nuts, bolts, and sharp projections shall be 100 mils. Tape: Number and types of tape wraps shall be in accordance with the CSM's written instructions. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-81 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: M-2 Coating Material: Epoxy mastic or equal Surface: Ferrous Metal Service Condition: Interior, corrosive environment, confined enclosures, where minimal surface preparation is possible. Surface Preparation: Ferrous Metal: All uncoated ferrous metal surfaces shall be prepared in accordance with SSPC SP-3 (Power Tool Cleaning), or SSPC-SP-11 (Power to Cleaning to Bare Metal) prior to assembly. Shop primed ferrous metal surfaces and fabricated assemblies shall be clean and dry prior to the application of field coats. Following assembly, the Contractor shall smooth welds and prominences using power tools prior to the application of the field applied coatings. Application: Field General: Prior to the application of field applied coatings, welds, back-to-back angles, sharp or rough edges and weld splatter shall be brushed with the specified prime coat and allowed to cure overnight. System Thickness: 15 mils dry film. Coatings: Prime: One coat of the CSM's recommended dry film thickness. Finish: One or more coats of CSM's recommended dry film thickness per coat to the specified system thickness. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-82 ADDENDUM #5 3.13 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) Coating System Identification: S-1 Coating Material: Penetrating acrylic stain, color required. Surface: Concrete Service Condition: Non-immersed, exposure to moisture and sunlight. Surface Preparation: Brush-off blast or industry standard acid etch or other preparation as approved by the CSM. Application: General: Drying time between coats shall be as specified by the CSM for the site conditions. Coatings: Minimum of two coats overall (coat as many times as required to achieve desired color). System Thickness: 200 square feet per gallon maximum or as recommended by the CSM. Color Selection: As approved by the Construction Manager consistent with neighborhood selection. The Contractor to price materials based on custom color. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-83 ADDENDUM #5 3.14 COATING SYSTEMS SCHEDULE (FINISH SCHEDULE) Specific coating systems, colors, and finishes for rooms, galleries, piping, equipment, and other items which are coated or have other architectural finishes are specified in the following coating system schedule. Unless otherwise specified in the coating system schedule, the word "interior" shall mean the inside of a building or structure, and the word "exterior" shall mean outside exposure to weather elements. Location Description Surface Coating System Identification Color General: All surfaces not specified by area or structure 1. Concrete Structures a. Interior surfaces b. Exterior surfaces c. Below grade surfaces E-4 S-1 In accordance with section 07100 2. Conduit, Piping and Ductwork a. Ferrous, non ferrous and galvanized piping, and appurtenant hangers and supports, non immersed, unless otherwise specified. 1) Indoors – noncorrosive E-1 FS 25051 Blue 2) Outdoors – noncorrosive EU-1 FS 20040 Brown 3) Indoors – in corrosive environment EA-1 To be determined 4) Buried piping M-1 or M-2 Not required b. Ferrous piping, appurtenant and supports, immersed E-2 To be determined c. Conduit, outlet and junction boxes, lighting transformers, lighting, communication and small power panels, control stations, piping, lagged ductwork, appurtenant hangers, clamps, and supports on coated surfaces, unless otherwise specified. 1) Indoors E-1 Match background color 2) Outdoors EU-1 Match background color d. Conduit, outlets and junction boxes, lighting transformers, lighting, communication and small power panels, control stations, piping, lagged ductwork, appurtenant hangers, clamps and supports on uncoated surfaces, unless otherwise specified 1) Indoors E-1 FS 25051 Blue 2) Outdoors EU-1 FS 20040 Brown COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-84 ADDENDUM #5 Location Description Surface Coating System Identification Color e. Existing conduit, outlet and junction boxes, lighting transformers, lighting communication and small power panels, control stations, piping, lagged ductwork, appurtenant hangers, clamps, and supports 1) Not damaged nor modified by work in this contract Uncoated -- 2) Damaged or modified by work in this contract a) Indoors E-1 (see paragraph 09900-3.02 F) Match existing color b) Outdoors EU-1 without primer (see paragraph 09900-3.02 F) Match existing color f. Racked conduits and cable trays Uncoated -- g. Insulated pipe jacketing Uncoated -- h. Plastic, fiberglass and flexible conduit and piping 1) Unless otherwise specified Uncoated -- 2) CCFRPM Pipe 3) PVC and CPVC Piping L-2 FS 25051 Blue a) Exposed to direct sunlight L-2 FS 25051 Blue b) Not exposed to direct sunlight E-7 FS 25051 Blue i. High temperature piping operable at 1) 200 to 750 degrees F HH-1 FS 26306 Grey 2) Above 750 degrees F to 1,200 degrees F HH-2 Aluminum or Black j. Exposed ductwork, unless otherwise specified Uncoated -- 4. Door and Door Frames a. Doors unless otherwise specified 1) Ferrous metal a) Indoors E-1 FS 20040 Brown b) Outdoors EU-1 FS 25051 Blue 2) Aluminum Uncoated -- 3) Other Plastic laminate Formica 947 Brown 4) Existing a) Not damaged by work in this contract Uncoated -- b) Damaged by work in this contract COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-85 ADDENDUM #5 Location Description Surface Coating System Identification Color (1) Indoors E-1 (see paragraph 09900-3.02 F) Match existing color (2) Outdoors EU-1 (see paragraph 09900-3.02 F) Match existing color b. Door frames unless otherwise specified 1) Adjacent wall coated a) Indoors E-1 Match wall color b) Outdoors EU-1 Match wall color 2) Adjacent wall uncoated a) Indoors E-1 FS 20040 Brown b) Outdoors EU-1 FS 25051 Blue 3) Aluminum Uncoated -- 4) Existing a) Not damaged by work in this contract Uncoated -- b) Damaged by work in this contract (1) Indoors E-1 (see paragraph 09900-3.02 F) Match existing color (2) Outdoors EU-1 without primer (see paragraph 09900-3.02 F) Match existing color 5. Handrails, Gratings, Floor Plates, Manhole Covers, and Hatches, unless otherwise specified Uncoated -- 6. Metal Stairs, Ladders, Platforms, and Supports Except Tread and Grating a. Indoors E-1 FS 25051 Blue b. Outdoors EU-1 FS 20040 Brown 7. Aluminum Flashing, Light Standards, Supports, and Louvers Indoors and outdoors, unless otherwise specified Uncoated -- 8. Precast Concrete Metalwork Fasteners, anchors, supports, etc. EU-1 Match wall 9. Other a. Fire hydrants EU-1 FS 21302 Red b. Flap gates EA-1 Beige c. Aluminum slide gates Uncoated -- d. Sluice gates 1) Gate -- -- 2) Stem, except potable G -- COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-86 ADDENDUM #5 Location Description Surface Coating System Identification Color 3) Operator a) Indoors E-2 FS 25051 Blue b) Outdoors EU-1 FS 20040 Brown e. Tanks 1) Steel tanks unless otherwise specified a) Inside of wash water or similar tanks E-2 -- b) Inside of sludge (open top) tanks E-9 -- c) Outside of tank (1) Indoors E-1 FS 25051 Blue (2) Outdoors EU-1 FS 25051 Blue 2) Potable steel water storage tanks a) Inside of tank E-5 See Note 1 b) Outside of tank EU-1 FS 25051 Blue 3) Fiberglass tank Uncoated -- f. Pipe, ductwork, equipment and appurtenances made from fiberglass, plastic, rubber, including flexible hose, conduit, and plastic coated tubing, in areas not exposed to view (indoors) (metal hangers and supports are coated with E-1) Uncoated -- g. Buried, sleeve-type and flanged pipe, couplings, valves, mechanical and electrical penetrations M-1 or M-2 Manufacturer’s color 10. Bridge (See Sch. A – B DWGs) a. Bridge Structure b. All other metal c. Concrete Abutments (Weathering Steel) EU-1 See Bridge DWGs To be determined 11. Forcemain Sewer Cleanout (see C-5) 12. Exposed 6-inch C-900 PVC Potable Water L-2 To be determined 13. Sewer Junction Structures Raven 405, Sewergard 210 per Spec Section 02605. PVC lining per 09881 where shown To be determined 14. Rehab Manholes (sheet C-28 of Schedule C) Raven 405, Sewergard 210, per Spec Section 02605 To be determined Wet Well 1. Concrete below El. 32.0 EA-2 -- 2. Concrete above El. 32.0 EA-2 -- 3. Ductile Iron Pipe interior Protecto 401 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-87 ADDENDUM #5 Location Description Surface Coating System Identification Color 4. Steel interior and exterior Fusion bonded epoxy per Section 09961 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-88 ADDENDUM #5 Location Description Surface Coating System Identification Color Pump Room and Motor Room 1. Concrete walls, floor and ceiling EA-2 -- 2. Metal Piping (DIP and SS) M-2 To be determined 3. Equipment E-2 To be determined Grinder Facility 1. Concrete walls 2. Concrete Channels 3. Grinder Equipment EA-2 EA-2 E-2 To be determined To be determined To be determined Yard Piping 1. Buried Metal Piping a. Buried DIP Piping exterior b. Buried DIP Piping interior M-1 M-1, Polyethylene encasement per ANSI/AWWA A21.5/C105 Protecto 401 interior Manufacturer’s Color -- To be determined 2. Exposed Metal Piping EU-1 To be determined 3. Buried FRP ductwork Uncoated -- 4. Exposed FRP ductwork EU-1-FRP To be determined Notes: 1. Owner will select color from coating manufacturer’s list of EPA approved colors for potable water. 2. Supporting beams shall be coated to match ceiling. 3.15 INSPECTION AND TESTING BY OWNER Inspection by the Owner or others does not limit the Contractor’s or CSA’s responsibilities for quality workmanship or quality control as specified or as required by the CSM’s instructions. Inspection by the Owner is in addition to any inspection required to be performed by the Contractor. The Owner may perform, or contract with an inspection agency to perform, quality control inspection and testing of the coating work covered by this Section 09900. These inspections may include the following: 1. Inspect materials upon receipt to ensure that are supplied by the CSM. 2. Inspect to verify that specified storage conditions for the coating system materials, solvents and abrasives are provided. 3. Inspect and record findings for the degree of cleanliness of substrates. 4. Inspect and record the pH of concrete and metal substrates. 5. Inspect and record substrate profile (anchor pattern). COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-89 ADDENDUM #5 6. Measure and record ambient air and substrate temperature. 7. Measure and record relative humidity. 8. Check for the presence of substrate moisture in the concrete. 9. Inspect to verify that correct mixing of coating system materials is performed in accordance with CSM’s instructions. 10. Inspect, confirm, and record that the "pot life" of coating system materials is not exceeded during installation. Inspect to verify that recoat limitations for coating materials are not exceeded. 11. Perform adhesion testing. 12. Measure and record the thickness of the coating system. 13. Inspect to verify proper curing of the coating system in accordance with the CSM's instructions. 14. Perform holiday or continuity testing for immersed coatings or coatings exposed to aggressively corrosive conditions. 15. Once acceptable abrasive blast cleaning has been achieved, measure cleaned metal surfaces for detrimental levels of sulfates or chlorides (soluble salts) using the methods described below: a. Initial Testing–Perform soluble salt testing for chlorides, sulfates (compared to ferrous Ions). Carefully locate test locations with dimensions such that retesting can be performed at the same locations. b. The Soluble Salt Sampling Procedure to be used is as follows: 1) A 6" x 6" square area will be measured on the metal surface to be tested. (15 cm x 15 cm) 2) Using a graduated cylinder, measure out 22.5 ml of deionized water into a small plastic beaker. 3) Dampen one cotton ball in the beaker of water and thoroughly swab the measured area. After swabbing, swirl the cotton ball in the water and squeeze it against the side of the beaker each time. Repeat this procedure at least four times, then place the cotton ball in the beaker of water. Use a fresh cotton ball to dry off the test area, and place it in the beaker as well. COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-90 ADDENDUM #5 4) Stir or swirl the contents of the beaker containing the water and cotton balls for at least two minutes to ensure thorough mixing. 5) For Quantab strips, the chloride level can be determined by placing the lower end of the Quantab test strips in the water in the beaker. 6) Allow the water to wick up and saturate the test strip. Saturation is achieved two minutes after the yellow strip across the top of the column begins to turn dark blue. The top of the column should turn blue in about 20 minutes. 7) The presence of chlorides is indicated by a color change of the tan scale to white. Note the scale number at the top edge of the white and compare it to the calibration chart enclosed with each Quantab bottle to obtain the concentration of chlorides. 8) Ferrous ions can be determined from this same extract by using ferrous ion test strips. Simply moisten a test strip in the extract and compare the color change to the colorcoded chart on the container label. c. Acceptable Test Methods: 1) Chlorides. d. The following methods are acceptable (immerse the test strip or tube in the solution): 1) Quantab Strips by Miles Laboratories Quantab Titrators Environmental Test Systems, Inc. P.O. Box 4659 Elkhart, IN 46514 Sulfates (As Ferrous Ion - Comparison) 2) Merckoquant Iron Test Strips E.M. Quant - Iron (Fe2+) Test EM Science A Division of EM Laboratories, Inc. Gibbstown, NJ 08027 COATING SYSTEMS PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-91 ADDENDUM #5 e. Reported Test Values 1) Calculations: Since we are using a 15 cm x 15 cm square area and 22.5 ml of water, the concentration determined in ppm is equal to milligrams/meter2. Now, convert milligrams/meter2 to µg/cm2. If a different area or volume of water was used, perform the following calculations: Reading from Titrator strip (A): (A) x milliliters of water Calculate area swabbed in cm2 (cm2 = in.2 x 2.542) Microgram CL x (10) = milligrams chloride/meter2 Area swabbed f. Significance of Detected Levels: (These values are based upon experience and reported research.) 1) Chlorides: 50 ppm or greater chloride will be considered detrimental. 2) Sulfates as Comparison to Soluble Ferrous Ions: 50 ppm or greater will be considered detrimental. If soluble salt testing indicates detrimental levels the metal surfaces to be coated shall be recleaned using steam cleaning as required in this section in paragraph 3.02 B. 4. Soluble salt contamination testing shall then be repeated until below detrimental (soluble salt) values are obtained. Next, the metal surfaces shall be recleaned via abrasive blast cleaning as required by this section. g. This testing shall be performed once for every 250 sq. ft. of metallic surface area to be coated. 3.16 FINAL INSPECTION Contractor shall conduct a final inspection to determine whether coating system work meets the requirements of the specifications. The Construction Manager will subsequently conduct a final inspection with the Contractor to determine the work is in conformance with requirements of the contract documents. Any rework required shall be marked. Such areas shall be recleaned and repaired as specified at no additional cost to the Owner. COATING SYSTEMS 09900-92 PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 09900-A Coating System Inspection Checklist Project Name: Owner Coating System Manufacturer(CSM) General Contractor (GC) Coating System Applicator(CSA) Area or Structure Location within Structure Coating System (e.g. E-1) Coating Type (e.g. Epoxy, etc.) Step Description Name Signature Date 1 Completion of cleaning and substrate decontamination prior to abrasive blast cleaning. GC QC CSM QC CSA QC 2 Installation of protective enclosure of structure or area and protection of adjacent surfaces or structures that are not to be coated. GC QC CSM QC CSA QC 3 Completion of ambient condition control in structure or building area and acceptance of ventilation methods in structure or Area. GC QC CSM QC CSA QC 4 Completion of Surface Preparation for Substrates to Be Coated. GC QC CSM QC CSA QC COATING SYSTEMS DECEMBER 2014 – Revised 03/26/15 PWS CONTRACT NO. 13-40UTIL 09900-93 Step Description Name Signature Date 5 Completion of Primer Application. GC QC CSM QC CSA QC 6 Completion of Concrete Repairs If Required and Related Surface Preparation Rework Prior to Coating System Application. GC QC CSM QC CSA QC 7 Completion of Concrete Filler/ Surface Application to Concrete. GC QC CSM QC CSA QC 8 Completion of First Finish Coat Application and of Detail Treatment at Transitions or Terminations. GC QC CSM QC CSA QC 9 Completion of Second Finish Coat Application and of Detail Treatment at Transitions and Terminations. GC QC CSM QC CSA QC 10 Completion of Full and Proper Cure of Coating System. GC QC CSM QC CSA QC 11 Completion of Testing of Cured Coating System including Adhesion, Holiday (Continuity) Testing and Dry Film Thickness. GC QC CSM QC CSA QC COATING SYSTEMS 09900-94 PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 Step Description Name Signature Date 12 Completion of Localized Repairs to Coating System Following Testing. GC QC CSM QC CSA QC 13 Final Acceptance of Coating System Installation Including Final Clean-Up Complying with Specification Requirements and the CSM's Quality Requirements. GC QC CSM QC CSA QC ** END OF SECTION ** COATING SYSTEMS DECEMBER 2014 – Revised 03/26/15 PWS CONTRACT NO. 13-40UTIL 09900-95 THIS PAGE INTENTIONALLY LEFT BLANK FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-1 ADDENDUM #5 DECEMBER 2014 SECTION 15059 FIBERGLASS REINFORCED POLYMER MORTAR PIPE PART 1 -- GENERAL 1.01 DESCRIPTION A. SCOPE: Perform the work specified to provide fiberglass reinforced polymer mortar pipe complete and in place including miscellaneous fittings and specials required for proper completion of the Work. At the Contractor’s preference, fiberglass pipe may be centrifugally cast or filament wound as specified herein. At the contractor’s preference, alternate pipe materials may be provided where not otherwise specified. Alternate materials may include steel reinforced polymer concrete pipe (polymer) per Section 15072 for open cut and micro-tunneling installations or PVC lined concrete reinforced pipe per Section 15056 for open cut installations. The Contractor shall be responsible for the design the provided pipe per the design requirements and criteria listed herein. Contractor shall submit design calculation prepared, signed and sealed by a Professional Engineer registered in the State of California and verified by the manufacturer. B. REQUIREMENT: 1. The furnished pipe shall have a minimum internal diameter of 52.5-inch for nominal 54-inch diameter pipe. Minimum diameter shall apply to all open-cut, jacking pipe and intermediate jacking station pipes. 2. Fiberglass pipe shall be provided by open cut (direct buried or cut and cover), above ground (bridge), and microtunnel installation. Pipe shall be provided in accordance with the performance, quality control and quality assurance requirements of SSPWC (Greenbook), latest edition, Section 207-20 and Section 207-22 as modified herein and as specified herein. 3. Design Responsibility: The design and layout of pipe, manholes and fittings shall meet the service conditions and the criteria specified in this Section and as shown on the Plans are the responsibility of the Contractor. The Contractor shall submit design calculations for wall thickness and pipe stiffness class demonstrating that the pipe is capable of sustaining the maximum stresses to be imposed during installation and service. a. The calculations shall take into account ground loads, live loads, jacking forces, estimated pipe string compression, eccentric forces FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-2 Addendum #5 due to steering (0.5 degree joint deflection), external loads such as traffic and railroad, and any other loads which may be reasonably anticipated. b. The factor of safety and allowable jacking capacities shall be shown and described. The allowable safe jacking capacity of the pipe shall be 3.0 times greater than the maximum jacking forces which may be imposed on the pipe by the microtunneling process of installation as identified by theoretical calculations. Maximum jacking loads applied to the pipe cylinder shall be determined at the minimum wall thickness where the cross section has been reduced. c. Separate submittals shall be provided for microtunnel, above ground (bridge), and open cut installation methods. Pipe shall be designed and calculations provided in accordance with the minimum parameters and requirements specified herein. d. The calculations shall include trench details and materials proposed for bedding and backfill in accordance with Section 02223 and Section 02200 for review and approval by the Construction Manager. e. The calculations shall include pipe expansion and contraction resulting from varying atmospheric temperatures, as well as lateral / vertical bridge displacements. The calculations shall include expansion joint design to accommodate thermal and bridge / pipe displacements. f. Exposed pipe provided for the Schedule A, Bridge crossing shall be provided with a dark brown exterior to match the color of the finished bridge structure. Coloration of the exterior shall be achieved by introducing color into the exterior coat resin. Gel coats applied to the exterior of the pipe shall not be used. The Contractor shall be responsible to coordinate exterior color of pipe and bridge and submit color samples for review. C. DEFINITIONS: 1. CCFRPM: Centrifugally cast fiberglass reinforced polymer mortar pipe 2. FRPM: Filament Wound fiberglass reinforced polymer mortar pipe. 3. PIPE JOINT: The area at centerline of the visible gap between pipe lengths that are coupled together with a fiberglass sleeve coupling. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-3 ADDENDUM #5 DECEMBER 2014 4. PIPE LENGTH: The pipe between two joints; part of a pipe section. 5. PIPE SECTION: The reach of pipeline between two successive manholes. 1.02 QUALITY ASSURANCE A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ASTM D 2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. ASTM D 3262 Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. ASTM D3567 Standard practice for Determining Dimensions of “Fiberglass” (Glass-Fiber-Reinforced Thermosetting Resin) Pipe and Fittings ASTM D3681 Test Method for Chemical Resistance of “Fiberglass” (Glass-Fiber- Reinforced Thermosetting Resin) Pipe in a Deflected Condition ASTM D3839 Standard Guide for Underground Installation of “Fiberglass” (Glass Fiber Reinforced Thermosetting-Resin) Pipe ASTM D 4161 Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. ASTM F 447 Standard Specifications for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. ISO 9001 Total Quality Control Management System SSPWC Standard Specification for Public Works Construction “Greenbook”. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-4 Addendum #5 B. MANUFACTURER REQUIREMENTS Manufacturer shall maintain a continuous Quality Control Program and shall provide the Construction Manager with certified test reports. Manufacturer shall provide third party ISO 9001 certificate and calibration certificates for each device used in the manufacture of pipe as required by ISO 9001. Equipment such as scales, measuring devices, and calibration tools used in the manufacturing of the pipe shall have been calibrated within the last 12 months. The manufacturer of pipe and fittings shall provide a list of five projects with a minimum of 5,000 linear feet each, where 48-inch or larger diameter pipe was supplied within the United States. Each reference shall contain the names of the OWNER, ENGINEER and CONTRACTOR. The manufacturer shall also demonstrate supplying a minimum of 50,000 LF in the past 20 years of 48-inch diameter or larger pipe. The manufacturer of pipe for jacking/microtunneling shall provide a list of five trenchless projects with a minimum of 5,000 linear feet of jacked/microtunnel pipe, where 48-inch or larger diameter pipe was supplied within the United States. Each reference shall contain the names of the OWNER, ENGINEER and CONTRACTOR. Jacking and/or microtunnel pipe and associated fittings shall be the product of one manufacturer unless otherwise shown. Open-cut, embankment and bridge pipe shall be the product of one manufacturer unless otherwise shown. Contractor shall not mix pipe or fittings by different manufacturers and the Contractor shall be responsible to provide a watertight fitting at transition points between manufacturers. Transitions shall be submitted for review and acceptance by the Construction Manager prior to purchase of the pipe. All pipe shall be manufactured specifically for this project. No pipe shall be furnished from stock unless approved by the Construction Manager. C. QUALIFICATION TESTING Contractor shall submit a manufacturer’s affidavit that all provided materials have been tested and meet or exceed the performance requirements of ASTM D2412, ASTM D3262, ASTM D4161 and ASTM D3681 when tested using 1N sulfuric acid and SSPWC Section 207- 20.5. The Contractor, at their expense, shall furnish certified test data as required by the Owner to demonstrate compliance with specified performance requirements including but not limited to quality control, quality assurance, strength, chemical and abrasion resistance, dimensional tolerance, and suitability such that furnished pipe fulfill its specified function. Tests and testing methods shall be subject to review and acceptance by the Owner. The Owner or their designated representative shall be entitled to inspect pipes or witness pipe fabrication and material testing at the manufacturer’s facilities at no additional cost to the Owner. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. The FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-5 ADDENDUM #5 DECEMBER 2014 Contractor shall provide the Owner’s Representative with four (4) weeks’ notice of the start of fabrication of pipe to be furnished. The Contractor shall include in their Bid, the cost for two (2) Owner or their designated representatives to visit and inspect the pipe manufacturer’s facilities. 1.03 SUBMITTALS The Contractor shall submit the following in compliance with the General Conditions and Section 01300. A. SHOP DRAWINGS: Submit the following: 1. Detailed drawings of the pipe, gaskets, joints, expansion joints, pipe special sections and connections. Detailed drawings shall provide dimensions of pipes including inside diameter and wall thicknesses and details of pipe joints and gaskets with manufacturer’s product data and certified test reports on the properties of the gasket material. 2. Pipe-laying diagrams showing the location, length, strength designation, and number or marking designation of each pipe section, manhole, and fitting to be furnished. The station and elevation of the pipe invert at all changes in grade and all data on curves and bends for both horizontal and vertical alignment shall also be shown. Include the following information: a. Quantities and laying lengths of each piece. b. Invert stations with respect to the Project baseline. c. Invert grade with respect to horizontal between each change of grade. d. Invert elevations referenced to Project vertical datum at each change in horizontal geometry and vertical grade. e. Maximum allowable joint deflections for each type of joint to nearest 1/8 inch; top or bottom, left or right. B. MARKING SCHEDULE: Marks to be used on the finished products to identify pipes, specials and accessories shown on shop drawings and laying schedules. Coordinate identification of each piece with shop drawings, product data, and marking schedule. Design Calculations for wall thickness, pipe class and stiffness and product data as necessary to fully describe all materials, components, and finished products and to show conformance with the Contract Documents. C. Pipe joint test procedures describing method of joint testing. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-6 Addendum #5 D. Manufacturer’s certificate of compliance with the requirements per Paragraph 1.02.B of this Section, references and current ISO 9001 certificatation References will be checked and verified for compliance. E. Manufacturers Certificate of Compliance stating pipe and fittings provided are in accordance with the requirements of this Section and referenced Standards for each size of pipe and fittings used. Provide certified test results per 1.02 C. F. Provide an affidavit of compliance for the provided gasket that it is suitable for use in sanitary sewer systems, manufactured in accordance with ASTM D4161 and meets the minimum requirements of ASTM F477. G. Manufacturer instructions on storage, handling, transportation, and installation. H. Design calculations and manufacturer’s statement verifying calculations. I. Color samples for bridge and exposed pipe demonstrating compliance with paragraph 1.01-B.1.g. 1.04 DESIGN REQUIREMENTS The Contractor shall design and prepare lay drawings of the pipe to meet the service conditions of the installation such as imposed jacking forces/microtunneling, and criteria as specified. A. DESIGN CRITERIA: Minimum criteria for design of piping systems shall include the following: 1. Service Conditions: a. Liquid Service: Sewage. b. Flow Conditions: Low Head Pressure Flow. 2. External loads imposed on pipelines include earth load, live load, and forces imposed on the pipe by the Contractor’s means and methods. Minimum values shall be as follows: a. Depth of cover shall be as shown. b. Minimum earth load for design of pipe shall be a unit weight of soil of 130 pounds per cubic foot. c. Native soil conditions as provided by Geotechnical Investigations. d. Under Roadways: AASHTO H20 truck loading with earth cover. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-7 ADDENDUM #5 DECEMBER 2014 e. Under Railroads and within Railroad Right-of-Way: Cooper E80 live loading with earth cover. f. Hydrostatic loading shall assume groundwater to existing grade. 3. Long term creep properties. 4. Pipe expansion, including thermal, and as resulting from pipe / bridge connection. 5. Installation methods shall be as shown on the Drawings. The design shall take into account, jacking forces, estimated pipe string compression, eccentric forces due to steering (0.5 degree joint deflection), and any other installation forces or loads which may be reasonably anticipated 6. NOT USED 7. Intertior surface liner shall not be used in structural calculations. 1.05 MATERIALS TRANSPORTATION, HANDLING AND STORAGE Handle all pipe, fittings, and appurtenances carefully with proper handling devices: web slings, padded slings and clean, padded forks in accordance with manufacturer’s recommendations. Store pipe, fittings and appurtenances on heavy wood blocking or platforms so they are not in contact with the ground. Materials cracked, gouged, chipped, dented or otherwise damaged will not be accepted. Minor defects in the pipe or coatings may be repaired at the site by a method approved by the manufacturer and the Engineer. Damaged pipe, fittings and appurtenances shall be repaired or replaced at Contractor’s expense. 1.06 PIPE SCHEDULE A. SCHEDULE A: SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C2 1+03.00 1+10.00 54 7.00 CCFRPM or FRPM Open Cut/Embankment C2 1+10.00 4+09.13 54 299.13 CCFRPM orFRPM Open Cut/Embankment C2 4+09.13 6+15.99 54 206.86 CCFRPM orFRPM Open Cut/Embankment C2 6+15.99 8+06.06 54 190.07 CCFRPM orFRPM Open Cut/Embankment C2/C3 8+06.06 9+57.10 54 151.04 CCFRPM orFRPM Open Cut/Embankment C3 9+57.10 11+02.78 54 145.69 CCFRPM orFRPM Above Grade (Bridge)*** FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-8 Addendum #5 SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION ONLY C3 11+02.78 13+28.03 54 225.25 CCFRPM orFRPM ONLY Open Cut/Embankment C3 13+28.03 13+43.03 54 15.00 CCFRPM orFRPM Open Cut/Embankment C3 13+28.03 RT 0.00 13+28.03 RT 50.92 42 51.24 CCFRPM orFRPM OR RCP Open Cut/Embankment Schedule A pipe shall be provided by a single manufacturer. Alternate materials shall not be allowed between STA 9+57.10 to STA 13+28.03. 54-inch Trunk Sewer shall be CCFRPM orFRPM only. B. SCHEDULE B: SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-504 1+00.00 2+02.00 54 102.00 CCFRPM orFRPM Embankment C-504 2+37.00 2+74.98 54 37.98 CCFRPM orFRPM Embankment C-504 2+74.98 3+38.61 54 108.63 CCFRPM orFRPM Embankment C-504 1+00.00 2+70.00 42 170.00 CCFRPM orFRPM Embankment C-504 2+70.00 3+94.17 42 116.44 CCFRPM orFRPM Embankment Schedule B pipe shall be provided by a single manufacturer. C. SCHEDULE C: SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-1 01+02.22 01+04.51 60/48 - CCFRPM orFRPM OPEN CUT C-1 01+04.51 01+59.13 54 54.62 CCFRPM orFRPM OPEN CUT C-1 01+59.13 07+11.95 54 552.81 CCFRPM orFRPM MICROTUNNEL C-1/C-2 07+11.95 09+11.94 54 200.00 CCFRPM orFRPM ONLY MICROTUNNEL C-2 09+11.94 13+87.54 54 475.60 CCFRPM orFRPM MICROTUNNEL C-2 13+87.54 16+14.67 54 227.13 CCFRPM orFRPM MICROTUNNEL C-2 16+14.67 16+63.00 54 48.33 CCFRPM orFRPM MICROTUNNEL C-2/C-3 16+63.00 21+43.00 54 480.00 CCFRPM orFRPM MICROTUNNEL C-3/C-4 21+43.00 27+23.00 54 580.00 CCFRPM orFRPM MICROTUNNEL FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-9 ADDENDUM #5 DECEMBER 2014 SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-4 27+23.00 33+13.00 54 590.00 CCFRPM orFRPM MICROTUNNEL C-4/C-5 33+13.00 38+33.00 54 520.00 CCFRPM orFRPM MICROTUNNEL C-5/C6 38+33.00 45+80.00 54 747.00 CCFRPM orFRPM OPEN CUT OR MICROTUNNEL C-6 45+80.00 53+08.43 54 728.43 CCFRPM orFRPM OPEN CUT OR MICROTUNNEL C-6/C-7 53+08.43 57+28.32 54 419.89 CCFRPM orFRPM OPEN CUT C-7 57+28.32 61+82.87 54 454.55 CCFRPM orFRPM OPEN CUT C-7/C-8 61+82.87 68+97.00 54 714.13 CCFRPM orFRPM OPEN CUT Schedule C pipe shall be provided by a single manufacturer for jacked or tunnel pipe from the beginning of construction STA 01+00 +/- to STA 38+00 +/-, including Manhole No 11, in it’s entirety and from Manhole No. 11 to and including Manhole 13 in it’s entirety, if installed by mircotunneling. Schedule C pipe shall be provided by a single manufacturer for open cut (direct bury) pipe from Manhole No 13, STA 53+08 +/- to STA Junction Structure No. 2 in it’s entirety and between the end of Jacking pipe at Manhole No 11 to Manhole No. 13 in it’s entirety, if installed by open-cut. D. SCHEDULE D: (NOT USED) PART 2 – PRODUCTS 2.01 MATERIALS A. RESIN SYSTEMS: The manufacturer shall use polyester resin systems with a proven history of performance in sanitary sewer applications. Resins made in United States, Canada, European Union, Australia and Japan may be used based on market and availability. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. Polyester wall resin shall be an isophthalic, orthophththalic or other approved resin with a minimum tensile elongation of 2 percent. A vinyl ester liner shall be provided to meet chemical resistance requirements. B. GLASS REINFORCEMENTS: The reinforcing glass fibers used to manufacture the components shall be commercial grade E-type glass fibers with a size and finish compatible with the resin provided. C. AGGREGATE: Silica sand shall be minimum 98% silica with a maximum moisture content of 0.2%. Sand shall conform to ASTM C33, excluding gradation requirements. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-10 Addendum #5 D. ADDITIVES: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally effect the performance of the product. E. ELASTOMERIC GASKETS: Gaskets shall be EPDM elastomeric sealing gaskets in accordance with ASTM F477 supplied by approved gasket manufacturers. Gaskets shall meet the performance requirements ASTM D4161 and the chemical composition of the gasket shall be compatible with the type of environment to which it will be subjected. Certified test reports demonstrating gaskets meet performance requirements per 1.03 A. 1 2.02 MANUFACTURE A. PIPE: Pipe shall be centrifugally cast fiberglass-reinforced mortar pipe (CCFRPM) per ASTM D3262, Cell Class Type 1, Liner 2, Grade 3 or filament wound (FRPM) per ASTM D3262 Cell Class Type 1, Liner 1, Grade 1. Pipe Stiffness Class shall be D or higher as required for installation and service conditions. Pipe for trenchless construction shall also conform with manufacturing and testing requirements of ASTM D2412. The resins, reinforcements, colorants, and other materials, when combined as a composite structure shall produce a pipe that meets the performance requirements for ASTM D3262 and a dense, non-porous, corrosion-resistant, consistent composite structure. 1. Dimensions: a. The actual outside diameters and minimum wall thicknesses provided shall be in accordance with ASTM D3262, SSPWC 2015 Edition, Sections 207-20, Table 207-20.3.2 and 207.22 Table 207- 22.3. Inside diameter shall in no case be less than the diameter per 1.01 B.1. In the event of conflict between these requirements, the wall thickness shall be as approved by the CONSTRUCTION MANAGER. 2. Lengths: a. Pipe shall be supplied in nominal lengths. At least 90% of the total footage of each size and class of pipe, excluding special order length sections. Nominal lengths shall be as follows: i. Direct Bury: Minimum 20 feet except as otherwise specified or required for bends or special joints, with the minimum length of 5 feet. ii. Microtunnel: 6, 10, or 20 feet. Actual laying length shall be nominal +/- ½ inch. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-11 ADDENDUM #5 DECEMBER 2014 iii. Above Ground (Bridge): 10 feet except as otherwise or required for expansion joints, with the minimum length of 5 feet. 3. Pipe shall be provided with the minimum pipe stiffness in accordance with ASTM D2412 per the following table: Nominal Dia & Installation Stiffness (psi) Minimum 54” Direct Buried Class D - SN 72 psi 60” Direct Buried Class D - SN 72 psi 54” Microtunneling Pipe SN 140 psi 54” Above Ground (Bridge) Class D - SN 72 psi The minimum pipe stiffness and wall thickness of pipes shall be increased based on installation requirements and Section 1.01 B. The minimum wall thickness shall be measured at the bottom of the spigot gasket groove where the wall cross- section has been reduced. 4. Tolerances: Microtunnel pipe shall meet minimum tolerances for straightness, roundness and end squareness in accordance with SSPWC Section 207-22.3.3. 5. A minimum compressive strength of 10,000 psi per ASTM D695. 6. For centrifugal cast and filament wound pipe, the interior surface liner shall provide chemical crack and abrasion resistance and shall consist of a nominal 40 mil thick layer. For centrifugal casting, nonreinforced thermosetting polyester resin shall have a minimum elongation of 50% when tested per ASTM D 638. For filament wound, reinforced thermosetting polyester resin. a. If fiberglass C, E, or ECR-veil or equal reinforcements are placed, then the liner shall be minimum 40 mil measured from the inner glass-fiber reinforcement transition layer. The thickness of the liner,defined as the final inner layer, shall not be used in structural calculations of the buried pipe loads. The liner shall be color separated from the structural wall for QA/QC purposes by adding white, green, or gray die to the core of the pipe. Color shall be approved by OWNER prior to pipe manufacturing. 7. For centrifugally cast pipe, the exterior surface shall be at least 10 mils of silica sand resin mixture over any fiber reinforcement The surface layer shall contain sufficient UV inhibitor to protect the underlying resin from UV degradation. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-12 Addendum #5 8. For filament wound pipe, the exterior surface shall be at least 10 mil of glass reinforced resin surface (sand exterior) to allow a smooth finish and provide a long term UV protection layer if pipe is stored. B. JOINTS: Unless otherwise indicated, joints shall be axially unrestrained bell-and-spigot/flush bell and spigot gasket joints including couplings using flexible elastomeric seals to obtain soundness and shall conform to ASTM D4161. The joint may be bell-and-spigot or coupling joint with the gasket placed in the bell in circumferential compression or the gasket may be placed on the spigot in circumferential tension. When the joint is assembled, the gasket shall be compressed to substantially fill the groove and affect a watertight seal.FRPM sliplining and Jacking joints/couplings shall be flush with roundness tolerances are specified in 2.02.A.4 Type Joint 54” Direct Buried Bell and Spigot or FWC Coupling or equal 60” Direct Buried Bell and Spigot or FWC Coupling or equal 54” Microtunneling Pipe Flush Bell and Spigot Jacking joints/couplings 54” Above Grade (Bridge) FWC Coupling or equal Joint assemblies shall be so formed and accurately manufactured that when the pipes are drawn together; the pipe shall form a continuous watertight conduit with smooth and uniform interior surface, and shall provide for slight movements of any pipe in the pipeline due to expansion, contraction, settlement, or lateral displacement. Shape and dimensions of the joint shall be such that it will be self-centering upon closure, and so designed that the gasket will not be required to support the weight of the pipe. Rubber gasket shall be the sole element of the joint depended upon to provide water-tightness. Ends of the pipe shall be in planes at right angles to the longitudinal centerline of the pipe. Ends of the pipe units shall be finished to regular smooth surfaces. Gasket material shall be EPDM and meet the performance requirements of ASTM D4161 and the chemical composition of the gasket shall be compatible for sanitary sewer service. C. FITTINGS: Fittings shall be manufactured from mitered sections of fiberglass pipe.. D. PIPE MARKINGS: Pipe markings shall be in accordance with SSPWC Sections 207-20.6 unless specified otherwise. Plainly mark the exterior of each length of straight pipe and each fitting to identify the pipe diameter, the design pressure class, the pipe stiffness, ASTM designation, the date of manufacture, and the name and location of the pipe manufacturer. THE MAXIMUM FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-13 ADDENDUM #5 DECEMBER 2014 ALLOWABLE JACKING LOAD SHALL ALSO BE INDICATED FOR MICROTUNNEL PIPE. E. ACCEPTABLE MANUFACTURERS: Provide one of the following: 1. CCFRPM - Hobas Pipe USA, Inc. 2. FRPM - Thompson Pipe Group, Flowtite, 3. Or approved equal 2.03 CHEMICAL TESTING AND PHYSICAL TESTING A. CHEMICAL TESTING: Pipe shall meet SSPWC Section 211-2 and ASTM D3262, Table 4 testing requirements. B. PHYSICAL TESTING: Pipes shall be manufactured and tested in accordance with ASTM D3262. The manufacturing process shall result in a dense, non-porous, corrosion-resistant, consistent composite structure. 2.04 APPURTENANCES A. FITTINGS: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. 2.05 TRUNK SEWER MANHOLES Fiberglass tee base and one piece fiberglass riser manholes equal to the provided fiberglass cylinder pipe shall be provided as specified. The tee base connections to the trunk sewer pipe and riser section shall be push-on, gasket-sealed FWC couplings or equal as recommended by the manufacturer for the installation and service conditions. Fully concrete encase the tee base as specified. The concrete encasement shall be designed to support riser loads and traffic loading and extend past the first coupling/joint. 2.06 PIPE CONNECTIONS TO CAST-IN-PLACE AND PRECAST STRUCTURES A. Connections shall be Kor-n-Seal, Press-Seal, or approved equal: 1. Watertight, flexible expandable boot per ASTM C-923, 2. Watertight non-metalic, nonshrink Type V grout and hydrophilic Nitrile waterstop gasket in accordance with ASTM C-923 FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-14 Addendum #5 B. Hardware shall be 300 series stainless steel. Gaskets shall be natural or synthetic rubber. No plastic components shall be permitted. C. Pipe manufacturer’s wall fitting at the Bridge wall abutment (Schedule A) and Lift Station and the Grinding Facility (Schedule B) shall be cast into wall. Wall fittings shall be FWC coupling wall fitting or approved equal. PART 3 – EXECUTION 3.01 GENERAL A. INSPECTION: Inspect each pipe prior to installation. The pipe shall be free of cracks, crazing, holes, delamination, foreign inclusions, air bubbles, blisters, or other deleterious defects. Field repair of pipe or linings damaged by unloading or installation procedures will be permitted, subject to review of the proposed repair procedures by the OWNER. Alternatively, replace the defective pipe or fitting or field cut to remove the damaged portion of pipe. Pipe intended for tunneling shall not be field cut, except to connect to direct-burial pipe. B. INSTALLATION: The installation of pipe and fittings shall be in accordance with ASTM D3839, Section 02223, the manufacturer's recommendations, and as specified. 1. When installing piping in trenches, do not deviate more than 1 inch from line or ¼ inch from grade. Measure for grade at the pipe invert. 2. Do not deflect rubber gasket joints more than the manufacturer's recommended maximum joint deflection angle. 3. Carefully clean pipe end and gasket prior to insertion into the coupling. Apply soap solution approved by the pipe manufacturer immediately prior to joining the pipes. Check completed joint with feeler gauge to make sure the gasket is completely seated around the circumference of the pipe. 4. Protect pipe integrity for all installation methods and phases of construction. This includes, but is not limited to safe handling, utilization of Manufacturer approved installation procedures, and proper protection and installation methods during trenchless installation, as required by specification section 02345, including but not limited to, use of packer rings at the joints to distribute jacking loads. C. PIPE HANDLING: FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL Revised 033115 5059-15 ADDENDUM #5 DECEMBER 2014 Use textile slings, other suitable materials or a forklift. Use of chains or cables shall not be permitted. D. JOINING: Clean ends of pipe and joint components. Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. Use suitable equipment and end protection to push the pipes together. Do not exceed forces recommended by the manufacturer for jointing or pushing pipe. 3.02 PIPELINE ACCEPTANCE AND TESTS A. DEFLECTION TESTING: Pipe deflection shall be tested after backfill is complete. Pipe initial vertical cross-section deflection shall not exceed 3% of the original pipe diameter. Provide inspection data to Construction Manager. B. AIR PRESSURE TEST: The air test shall comply with SSPWC Subsection 306-7.8.2. Joints may be air tested individually with the use of specialized equipment provided the joint testing procedure is submitted for the Construction Manager’s review prior to testing (see 3.2C). Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The maximum allowable pressure drop shall be 1.0 psi over a 30-second test period. Not more than one (1 ) joint shall be air tested at any one time. C. JOINT PRESSURE TESTING: Pressure test each pipe joint using portable pipe joint tester prior to backfilling or grouting. Repair joint leaks which do not meet the leakage criteria. Pipe Joint tester shall meet the following criteria: 1. Pressure cylinder which fits inside pipe, straddles pipe joint and isolates and pressurizes a section of pipe. 2. Elastomeric sealing elements encircle the joint tester body so that when inflated or deformed they affect a seal between the joint tester body and the interior surface of the pipe. Sealing elements shall be designed to resist test pressure at an inflation pressure that does not exceed capacity of pipe. 3. Data plate: References pipe diameter, rated test pressure, inflation pressure and any torque requirements for threaded fasteners. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-16 Addendum #5 Acceptable manufacturer: 1. Mechanical Research & Design, Inc. 2. Lansas Products. 3. Approved equal. ** END OF SECTION ** Questions and Clarifications No. 5 – Microtunneling Mud Slab and Thrust Block Removal Guidance Removal of Shaft Slab Removal of the shaft slab will depend on how the slab is incorporated into the shaft design. If the slab is designed as a bottom plug to counteract groundwater pressure (no dewatering below shaft) the slab should not be removed as this will compromise bottom stability. Also, the slab may be used as a horizontal compression element to keep the toe of the shaft shoring system from displacing inward. If the slab is removed, it could compromise the shaft structural integrity. Our recommendation is to leave the slab in-place and to construct the manhole and base directly on top of the slab. The concern over creating an impermeable membrane can be easily handled by small ‘sump hole’ cut-outs through the slab before the shaft is backfilled in order to re-establish hydrostatic equilibrium inside and outside the shaft. Thrust Block Removal The jacking shafts will be used to drive in two directions and each end wall will be used as a reaction wall (except for those shafts where the alignment doglegs). In any case, the contractor is likely to incorporate the eye seal into the thrust block so that he only has to construct these elements once for each direction. In other words, design a thrust block with a cut out and a thrust block with entry seal for one direction, and when the operation is flipped just install an entry seal in the block out of thrust wall and block out around the constructed pipe to utilize seal block as the reaction wall. Once the pipe is constructed through the seal, the thrust blocks cannot be removed as this will compromise the seal system that prevents external groundwater from entering the shaft. Our recommendation is to not remove the thrust blocks which will be the support elements for the seals. Removal of Shaft Shoring System Quite often, it is not practical to remove the shaft shoring system as this has the potential of creating ground movement and damage to adjacent utilities. However, the upper 6 feet of shaft is to be removed per 02346 3.07 and 3.10 so that the shaft does not become an impediment for future construction. There should be no need to remove the shaft support system to construct the sewer pipeline as it is constructed through the shaft walls. October 14, 2014 Project No. 106044002 Mr. Victor Occiano Brown and Caldwell 9665 Chesapeake Drive, Suite 201 San Diego, California 92123 Subject: Addendum to Geotechnical Evaluation Report Agua Hedionda Lift Station and Force Main Carlsbad, California Reference: Ninyo & Moore, 2009, Geotechnical Evaluation, Agua Hedionda Lift Station and Force Main, Carlsbad, California: dated August 3. Dear Mr. Occiano: In accordance with Mr. Eric Fontaine’s request, we have prepared this update letter to the refer- enced geotechnical report for the Agua Hedionda Lift Station project to address City of Vista Review Comment Number 316 regarding the presence of a cut/fill transition beneath the MCC building. In general, the conclusions and recommendations presented in the referenced report are considered valid. Since the MCC building will be underlain by a cut/fill transition, remedial grading should be per- formed. In order to mitigate the potential for differential settlement, we recommend that where a cut/fill transition line extends beneath a proposed structure location, the cut portion of the pad should be undercut. The undercut should be performed to a depth of 2 feet below proposed foun- dations or to a depth one-third or more of the deepest fill depth (including remedial grading depths) beneath the structure, whichever is greater,. The resulting undercut should be filled with compacted fill. The undercut should be extended outward a distance of 5 feet beyond the lateral limits of the structure, where practical. We appreciate the opportunity to be of service on this project. Sincerely, NINYO & MOORE Francis O. Moreland, PG, CEG Senior Geologist Emil Rudolph, PE, GE Principal Engineer FOM/ER/gg Distribution: (1) Addressee General Decision Number: CA150001 03/27/2015 CA1 Superseded General Decision Number: CA20140001 State: California Construction Types: Building, Heavy (Heavy and Dredging), Highway and Residential County: San Diego County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS; RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 02/13/2015 3 03/27/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 35.44 19.36 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)...........................$ 24.34 16.09 ---------------------------------------------------------------- ASBE0005-004 06/24/2013 Rates Fringes Page 1 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)....$ 16.95 10.23 ---------------------------------------------------------------- BOIL0092-003 10/01/2012 Rates Fringes BOILERMAKER......................$ 41.17 28.27 ---------------------------------------------------------------- BRCA0004-008 11/01/2014 Rates Fringes BRICKLAYER; MARBLE SETTER........$ 34.12 15.65 ---------------------------------------------------------------- BRCA0018-004 06/01/2014 Rates Fringes MARBLE FINISHER..................$ 28.45 11.38 TILE FINISHER....................$ 23.78 9.84 TILE LAYER.......................$ 35.14 14.33 ---------------------------------------------------------------- BRCA0018-010 09/01/2013 Rates Fringes TERRAZZO FINISHER................$ 26.59 10.34 TERRAZZO WORKER/SETTER...........$ 33.63 11.13 ---------------------------------------------------------------- CARP0409-002 07/01/2008 Rates Fringes Diver (1) Wet.....................$ 663.68 9.82 (2) Standby.................$ 331.84 9.82 (3) Tender..................$ 323.84 9.82 (4) Assistant Tender........$ 299.84 9.82 Amounts in "Rates' column are per day ---------------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer......$ 17.00 7.41 ---------------------------------------------------------------- CARP0547-001 07/01/2009 Rates Fringes Page 2 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 CARPENTER (1) Bridge.................$ 37.28 10.58 (2) Commercial Building....$ 32.30 10.58 (3) Heavy & Highway........$ 37.15 10.58 (4) Residential Carpenter..$ 25.84 10.58 (5) Residential Insulation Installer........$ 18.00 8.16 MILLWRIGHT.......................$ 37.65 10.58 PILEDRIVERMAN....................$ 37.28 10.58 ---------------------------------------------------------------- CARP0547-002 07/01/2009 Rates Fringes Drywall (1) Work on wood framed construction of single family residences, apartments or condominiums under four stories Drywall Installer/Lather...$ 21.00 8.58 Drywall Stocker/Scrapper...$ 11.00 6.67 (2) All other work Drywall Installer/Lather...$ 27.35 9.58 Drywall Stocker/Scrapper...$ 11.00 6.67 ---------------------------------------------------------------- ELEC0569-001 12/01/2014 Rates Fringes Electricians (Tunnel Work) Cable Splicer...............$ 45.75 13.25 Electrician.................$ 45.00 13.22 Electricians: (All Other Work, Including 4 Stories Residential) Cable Splicer...............$ 40.75 13.10 Electrician.................$ 40.00 13.07 ---------------------------------------------------------------- ELEC0569-005 09/01/2014 Rates Fringes Sound & Communications Sound Technician............$ 28.82 3%+10.81 Soundman....................$ 23.06 3%+ 9.17 SOUND TECHNICIAN: Terminating, operating and performing final check-out SOUNDMAN: Wire-pulling, splicing, assembling and installing devices SCOPE OF WORK Assembly, installation, operation, service and maintenance of components or systems as used in closed circuit television, amplified master television distribution, CATV on private property, intercommunication, burglar alarm, fire alarm, life support and all security alarms, private and public telephone and related telephone interconnect, public address, paging, audio, language, Page 3 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 electronic, background music system less than line voltage or any system acceptable for class two wiring for private, commercial, or industrial use furnished by leased wire, frequency modulation or other recording devices, electrical apparatus by means of which electricity is applied to the amplification, transmission, transference, recording or reproduction of voice, music, sound, impulses and video. Excluded from this Scope of Work - transmission, service and maintenance of background music. All of the above shall include the installation and transmission over fiber optics. ---------------------------------------------------------------- ELEC0569-006 10/06/2014 Work on street lighting; traffic signals; and underground systems and/or established easements outside of buildings Rates Fringes Traffic signal, street light and underground work Utility Technician #1.......$ 28.75 3%+7.42 Utility Technician #2.......$ 23.90 3%+7.42 STREET LIGHT & TRAFFIC SIGNAL WORK: UTILITY TECHNICIAN #1: Installation of street lights and traffic signals, including electrical circuitry, programmable controller, pedestal-mounted electrical meter enclosures and laying of pre-assembled cable in ducts. The layout of electrical systems and communication installation including proper position of trench depths, and radius at duct banks, location for manholes, street lights and traffic signals. UTILITY TECHNICIAN #2: Distribution of material at jobsite, installation of underground ducts for electrical, telephone, cable TV land communication systems. The setting, leveling, grounding and racking of precast manholes, handholes and transformer pads. ---------------------------------------------------------------- ELEC0569-008 06/03/2013 Rates Fringes ELECTRICIAN (Residential, 1-3 Stories).........................$ 22.37 3%+3.30 ---------------------------------------------------------------- ELEC1245-001 06/01/2013 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 50.30 15.00 (2) Equipment specialist (operates crawler tractors, commercial motor Page 4 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 40.17 14.56 (3) Groundman...............$ 30.73 13.48 (4) Powderman...............$ 44.91 13.48 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- * ELEV0018-001 01/01/2015 Rates Fringes ELEVATOR MECHANIC................$ 49.90 28.38 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0012-003 07/07/2014 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 39.05 22.25 GROUP 2....................$ 39.83 22.25 GROUP 3....................$ 40.12 22.25 GROUP 4....................$ 41.61 22.25 GROUP 5....................$ 41.86 22.25 GROUP 6....................$ 41.83 22.25 GROUP 8....................$ 41.94 22.25 GROUP 9....................$ 42.19 22.25 GROUP 10....................$ 42.06 22.25 GROUP 11....................$ 42.31 22.25 GROUP 12....................$ 42.23 22.25 GROUP 13....................$ 42.33 22.25 GROUP 14....................$ 42.36 22.25 GROUP 15....................$ 42.44 22.25 GROUP 16....................$ 42.56 22.25 GROUP 17....................$ 42.73 22.25 GROUP 18....................$ 42.83 22.25 GROUP 19....................$ 42.94 22.25 GROUP 20....................$ 43.06 22.25 GROUP 21....................$ 43.23 22.25 GROUP 22....................$ 43.33 22.25 GROUP 23....................$ 43.44 22.25 GROUP 24....................$ 43.56 22.25 GROUP 25....................$ 43.73 22.25 OPERATOR: Power Equipment (Cranes, Piledriving & Page 5 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Hoisting) GROUP 1....................$ 40.40 22.25 GROUP 2....................$ 41.18 22.25 GROUP 3....................$ 41.47 22.25 GROUP 4....................$ 41.61 22.25 GROUP 5....................$ 41.83 22.25 GROUP 6....................$ 41.94 22.25 GROUP 7....................$ 42.06 22.25 GROUP 8....................$ 42.23 22.25 GROUP 9....................$ 42.40 22.25 GROUP 10....................$ 43.40 22.25 GROUP 11....................$ 44.40 22.25 GROUP 12....................$ 45.40 22.25 GROUP 13....................$ 46.40 22.25 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 40.90 22.25 GROUP 2....................$ 41.68 22.25 GROUP 3....................$ 41.97 22.25 GROUP 4....................$ 42.11 22.25 GROUP 5....................$ 42.33 22.25 GROUP 6....................$ 42.44 22.25 GROUP 7....................$ 42.56 22.25 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson Page 6 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld Page 7 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Page 8 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, Page 9 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar Page 10 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) Page 11 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Page 12 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along Page 13 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGI0012-004 08/01/2014 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 48.60 22.40 (2) Dredge dozer............$ 42.63 22.40 (3) Deckmate................$ 42.52 22.40 (4) Winch operator (stern winch on dredge)............$ 41.97 22.40 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 41.43 22.40 (6) Barge Mate..............$ 42.04 22.40 ---------------------------------------------------------------- IRON0377-002 01/01/2015 Rates Fringes Ironworkers: Fence Erector...............$ 27.08 18.24 Ornamental, Reinforcing and Structural..............$ 33.50 28.20 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock Page 14 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 ---------------------------------------------------------------- LABO0089-001 07/01/2013 Rates Fringes LABORER (BUILDING and all other Residential Construction) Group 1.....................$ 26.98 15.42 Group 2.....................$ 27.66 15.42 Group 3.....................$ 28.37 15.42 Group 4.....................$ 29.17 15.42 Group 5.....................$ 31.10 15.42 LABORER (RESIDENTIAL CONSTRUCTION - See definition below) (1) Laborer.................$ 24.88 13.75 (2) Cleanup, Landscape, Fencing (Chain Link & Wood).$ 23.59 13.75 RESIDENTIAL DEFINITION: Wood or metal frame construction of single family residences, apartments and condominums - excluding (a) projects that exceed three stories over a garage level, (b) any utility work such as telephone, gas, water, sewer and other utilities and (c) any fine grading work, utility work or paving work in the future street and public right-of-way; but including all rough grading work at the job site behind the existing right of way LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete Screeding for Rought Strike-off; Concrete, water curing; Demolition laborer; Flagman; Gas, oil and/or water pipeline laborer; General Laborer; General clean-up laborer; Landscape laborer; Jetting laborer; Temporary water and air lines laborer; Material hoseman (walls, slabs, floors and decks); Plugging, filling of Shee-bolt holes; Dry packing of concrete; Railroad maintenance, Repair Trackman and road beds, Streetcar and railroad construction trac laborers; Slip form raisers; Slurry seal crews (mixer operator, applicator operator, squeegee man, Shuttle man, top man), filling of cracks by any method on any surface; Tarman and mortar man; Tool crib or tool house laborer; Window cleaner; Wire Mesh puling-all concrete pouring operations GROUP 2: Asphalt Shoveler; Cement Dumper (on 1 yard or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute man, pouring concrete, the handling of the cute from ready mix trucks, such as walls, slabs, decks, floors, foundations, footings, curbs, gutters and sidewalks; Concrete curer-impervious membrane and form oiler; Cutting torch operator (demoliton); Guinea chaser; Headboard man-asphlt; Laborer, packing rod steel and pans; membrane vapor barrier installer; Power broom sweepers (small); Riiprap, stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Tank sealer and cleaner; Tree climber, faller, chain saw Page 15 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 operator, Pittsburgh Chipper and similar type brush shredders; Underground laborers, including caisson bellower GROUP 3: Buggymobile; Concrete cutting torch; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2 1/2 feet drill steel or longer; Dri Pak-it machine; High sealer (including drilling of same); Hydro seeder and similar type; Impact wrench, mult-plate; Kettlemen, potmen and mean applying asphalt, lay-kold, creosote, line caustic and similar type materials (applying means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operators of pneumatic, gas, electric tools, vibratring machines, pavement breakers, air blasting, come-along, and similar mechanical tools not separately classified herein; Pipelayers back up man coating, grouting, making of joints, sealing, caulking, diapering and inclduing rubber gasket joints, pointing and any and all other services; Rotary Scarifier or multiple head concrete chipping scaarifier; Steel header board man and guideline setter; Tampers, Barko, Wacker and similar type; Trenching machine, handpropelled GROUP 4: Asphalt raker, luterman, ironer, apshalt dumpman and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), Grinder or sander; Concrete saw man; cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Laser beam in connection with laborer's work; Oversize concrete vibrator operator 70 pounds and over; Pipelayer performing all services in the laying, installation and all forms of connection of pipe from the point of receiving pipe in the ditch until completion of oepration, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit, and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid, gas, air or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzleman), Porta shot-blast, water blasting GROUP 5: Blasters Powderman-All work of loading holes, placing and blasting of all pwder and explosives of whatever type, regardless of method used for such loading and placing; Driller-all power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power. ---------------------------------------------------------------- LABO0089-002 11/01/2012 Rates Fringes LABORER (MASON TENDER)...........$ 27.98 13.39 ---------------------------------------------------------------- LABO0089-004 07/01/2013 Page 16 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 HEAVY AND HIGHWAY CONSTRUCTION Rates Fringes Laborers: Group 1.....................$ 26.98 15.42 Group 2.....................$ 27.66 15.42 Group 3.....................$ 28.37 15.42 Group 4.....................$ 29.17 15.42 Group 5.....................$ 31.10 15.42 LABORER CLASSIFICATIONS GROUP 1: Laborer: General or Construction Laborer, Landscape Laborer. Asphalt Rubber Material Loader. Boring Machine Tender (outside), Carpenter Laborer (cleaning, handling, oiling & blowing of panel forms and lumber), Concrete Laborer, Concrete Screeding for rough strike-off, Concrete water curing. Concrete Curb & Gutter laborer, Certified Confined Space Laborer, Demolition laborer & Cleaning of Brick and lumber,Expansion Joint Caulking; Environmental Remediation, Monitoring Well, Toxic waste and Geotechnical Drill tender, Fine Grader, Fire Watcher, Limbers, Brush Loader, Pilers and Debris Handlers. flagman. Gas Oil and Water Pipeline Laborer. Material Hoseman (slabs, walls, floors, decks); Plugging, filling of shee bolt holes; Dry packing of concrete and patching; Post Holer Digger (manual); Railroad maintenance, repair trackman, road beds; Rigging & signaling; Scaler, Slip-Form Raisers, Filling cracks on any surface, tool Crib or Tool House Laborer, Traffic control (signs, barriers, barricades, delineator, cones etc.), Window Cleaner GROUP 2: Asphalt abatement; Buggymobile; Cement dumper (on 1 yd. or larger mixers and handling bulk cement); Concrete curer, impervious membrane and form oiler; Chute man, pouring concrete; Concrete cutting torch; Concrete pile cutter; driller/Jackhammer, with drill steel 2 1/'2 feet or longer; Dry pak-it machine; Fence erector; Pipeline wrapper, gas, oil, water, pot tender & form man; Grout man; Installation of all asphalt overlay fabric and materials used for reinforcing asphalt; Irrigation laborer; Kettleman-Potman hot mop, includes applying asphalt, lay-klold, creosote, lime caustic and similar tyhpes of materials (dipping, brushing, handling) and waterproofing; Membrane vapor barrier installer; Pipelayer backup man (coating, grouting, making of joints, sealing caulkiing, diapering including rubber basket joints, pointing); Rotary scarifier, multiple head concrete chipper; Rock slinger; Roto scraper & tiller; Sandblaster pot tender; Septic tank digger/installer; Tamper/wacker operator; Tank scaler & cleaner; Tar man & mortar man; Tree climber/faller, chainb saw operator, Pittsburgh chipper & similar type brush shredders. GROUP 3: Asphalt, installation of all frabrics; Buggy Mobile Man, Bushing hammer; Compactor (all types), Concrete Curer - Impervious membrane, Form Oiler, Concrete Cutting Torch, Concrete Pile Cutter,Driller/Jackhammer with drill steel 2 1/2 ft or longer, Dry Pak-it machine, Fence erector Page 17 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 including manual post hole digging, Gas oil or water Pipeline Wrapper - 6 ft pipe and over, Guradrail erector, Hydro seeder, Impact Wrench man (multi plate), kettleman-Potman Hot Mop includes applying Asphalt, Lay-Kold, Creosote, lime caustic and similar types of materials (dipping, brushing or handling) and waterproofing. Laser Beam in connection with Laborer work. High Scaler, Operators of Pneumatic Gas or Electric Tools, Vibrating Machines, Pavement Breakers, Air Blasting, Come-Alongs and similar mechanical tools, Remote-Controlled Robotic Tools in connection with Laborers work. Pipelayer Backup Man (Coating, grouting,m makeing of joints, sealing, caulking, diapering including rubber gasket joints, pointing and other services). Power Post Hole Digger, Rotary Scarifier (multiple head concrete chipper scarifier), Rock Slinger, Shot Blast equipment (8 to 48 inches), Steel Headerboard Man and Guideline Setter, Tamper/Wacker operator and similar types, Trenching Machine hand propelled. GROUP 4: Any worker exposed to raw sewage. Asphalt Raker, Luteman, Asphalt Dumpman, Asphalt Spreader Boxes, Concrete Core Cutter, Concrete Saw Man, Cribber, Shorer, Head Rock Slinger. Installation of subsurface instrumentation, monitoring wells or points, remediation system installer; Laborer, asphalt-rubber distributor bootman; Oversize concrete vibrator operators, 70 pounds or over. Pipelayer, Prfefabricated Manhole Installer, Sandblast Nozzleman (Water Balsting-Porta Shot Blast), Traffic Lane Closure. GROUP 5: Blasters Powderman-All work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Horizontal directional driller, Boring system, Electronic traking, Driller: all power drills excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and all other types of mechanical drills without regard to form of motive power. Environmental remediation, Monitoring well, Toxic waste and Geotechnical driller, Toxic waste removal. Welding in connection with Laborer's work. ---------------------------------------------------------------- LABO0300-005 01/01/2014 Rates Fringes Asbestos Removal Laborer.........$ 28.00 15.25 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO1184-001 07/01/2014 Page 18 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 31.65 13.33 (2) Vehicle Operator/Hauler.$ 31.82 13.33 (3) Horizontal Directional Drill Operator..............$ 33.67 13.33 (4) Electronic Tracking Locator.....................$ 35.67 13.33 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 32.56 16.28 GROUP 2.....................$ 33.86 16.28 GROUP 3.....................$ 35.87 16.28 GROUP 4.....................$ 37.61 16.28 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- LABO1414-003 08/07/2013 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 27.45 16.36 PLASTER TENDER..............$ 30.00 16.36 Page 19 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Work on a swing stage scaffold: $1.00 per hour additional. Work at Military Bases - $3.00 additional per hour: Coronado Naval Amphibious Base, Fort Irwin, Marine Corps Air Station-29 Palms, Imperial Beach Naval Air Station, Marine Corps Logistics Supply Base, Marine Corps Pickle Meadows, Mountain Warfare Training Center, Naval Air Facility-Seeley, North Island Naval Air Station, Vandenberg AFB. ---------------------------------------------------------------- PAIN0036-001 07/01/2014 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County)...............$ 26.89 12.28 (2) All Other Work..........$ 30.27 12.28 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------- PAIN0036-010 10/01/2014 Rates Fringes DRYWALL FINISHER/TAPER (1) Building & Heavy Construction................$ 26.84 14.29 (2) Residential Construction (Wood frame apartments, single family homes and multi-duplexes up to and including four stories)....................$ 21.00 13.91 ---------------------------------------------------------------- PAIN0036-012 12/01/2014 Rates Fringes GLAZIER..........................$ 39.80 17.33 ---------------------------------------------------------------- PAIN0036-019 07/01/2014 Rates Fringes SOFT FLOOR LAYER.................$ 26.77 12.75 ---------------------------------------------------------------- PLAS0200-005 08/06/2014 Rates Fringes PLASTERER........................$ 37.43 13.28 Page 20 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 NORTH ISLAND NAVAL AIR STATION, COLORADO NAVAL AMPHIBIOUS BASE, IMPERIAL BEACH NAVAL AIR STATION: $3.00 additional per hour. ---------------------------------------------------------------- PLAS0500-001 07/01/2014 Rates Fringes CEMENT MASON/CONCRETE FINISHER GROUP 1.....................$ 22.29 17.10 GROUP 2.....................$ 23.94 17.10 GROUP 3.....................$ 26.57 17.25 CEMENT MASONS - work inside the building line, meeting the following criteria: GROUP 1: Residential wood frame project of any size; work classified as Type III, IV or Type V construction; interior tenant improvement work regardless the size of the project; any wood frame project of four stories or less. GROUP 2: Work classified as type I and II construction GROUP 3: All other work ---------------------------------------------------------------- PLUM0016-006 07/01/2014 Rates Fringes PLUMBER, PIPEFITTER, STEAMFITTER Camp Pendleton..............$ 49.21 20.36 Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work.......................$ 44.71 20.36 Work ONLY on new additions and remodeling of commercial buildings, bars, restaurants, and stores not to exceed 5,000 sq. ft. of floor space......$ 43.33 19.38 Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 34.59 17.71 ---------------------------------------------------------------- PLUM0016-011 07/01/2014 Rates Fringes Page 21 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 PLUMBER/PIPEFITTER Residential.................$ 36.15 16.28 ---------------------------------------------------------------- PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work....$ 33.24 17.13 ---------------------------------------------------------------- ROOF0045-001 07/01/2012 Rates Fringes ROOFER...........................$ 25.08 7.28 ---------------------------------------------------------------- SFCA0669-001 07/01/2013 Rates Fringes SPRINKLER FITTER.................$ 34.86 18.66 ---------------------------------------------------------------- SHEE0206-001 01/01/2012 Rates Fringes SHEET METAL WORKER Camp Pendleton..............$ 35.05 19.23 Except Camp Pendleton.......$ 33.05 19.23 Sheet Metal Technician......$ 25.22 6.69 SHEET METAL TECHNICIAN - SCOPE: a. Existing residential buildings, both single and multi-family, where each unit is heated and/or cooled by a separate system b. New single family residential buildings including tracts. c. New multi-family residential buildings, not exceeding five stories of living space in height, provided each unit is heated or cooled by a separate system. Hotels and motels are excluded. d. LIGHT COMMERCIAL WORK: Any sheet metal, heating and air conditioning work performed on a project where the total construction cost, excluding land, is under $1,000,000 e. TENANT IMPROVEMENT WORK: Any work necessary to finish interior spaces to conform to the occupants of commercial buildings, after completion of the building shell ---------------------------------------------------------------- TEAM0036-001 07/01/2012 Rates Fringes Truck drivers: GROUP 1.....................$ 15.40 20.50 GROUP 2.....................$ 24.99 20.50 GROUP 3.....................$ 25.19 20.50 GROUP 4.....................$ 25.39 20.50 GROUP 5.....................$ 25.59 20.50 GROUP 6.....................$ 26.09 20.50 Page 22 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 GROUP 7.....................$ 27.59 20.50 FOOTNOTE: HAZMAT PAY: Work on a hazmat job, where hazmat certification is required, shall be paid, in addition to the classification working in, as follows: Levels A, B and C - +$1.00 per hour. Workers shall be paid hazmat pay in increments of four (4) and eight (8) hours. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Fuel Man, Swamper GROUP 2: 2-axle Dump Truck, 2-axle Flat Bed,Concrete Pumping Truck, Industrial Lift Truck, Motorized Traffic Control, Pickup Truck on Jobsite GROUP 3: 2-axle Water Truck, 3-axle Dump Truck, 3-axle Flat Bed, Erosion Control Nozzleman, Dump Crete Truck under 6.5 yd, Forklift 15,000 lbs and over, Prell Truck, Pipeline Work Truck Driver, Road Oil Spreader, Cement Distributor or Slurry Driver, Bootman, Ross Carrier GROUP 4: Off-road Dump Truck under 35 tons 4-axles but less than 7-axles, Low-Bed Truck & Trailer, Transit Mix Trucks under 8 yd, 3-axle Water Truck, Erosion Control Driver, Grout Mixer Truck, Dump Crete 6.5yd and over, Dumpster Trucks, DW 10, DW 20 and over, Fuel Truck and Dynamite, Truck Greaser, Truck Mounted Mobile Sweeper 2-axle Winch Truck GROUP 5: Off-road Dump Truck 35 tons and over, 7-axles or more, Transit Mix Trucks 8 yd and over, A-Frame Truck, Swedish Cranes GROUP 6: Off-Road Special Equipment (including but not limited to Water Pull Tankers, Athey Wagons, DJB, B70 Wuclids or like Equipment) GROUP 7: Repairman ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the Page 23 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of Page 24 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Page 25 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 26 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 General Decision Number: CA150003 01/02/2015 CA3 Superseded General Decision Number: CA20140003 State: California Construction Type: Heavy Water Well Drilling Counties: California Statewide. WATER WELL DRILLING Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 SUCA1989-001 01/01/1989 Rates Fringes PUMPS Installer Alameda....................$ 7.50 Alpine.....................$ 8.00 Amador.....................$ 8.00 Colusa.....................$ 10.57 2.03 Contra Costa...............$ 7.50 El Dorado..................$ 8.00 Fresno.....................$ 7.25 1.04 Imperial...................$ 8.50 Kern.......................$ 7.25 .43 Lake.......................$ 10.57 2.03 Los Angeles................$ 9.76 .57 Madera.....................$ 7.50 .72 Marin......................$ 10.57 2.03 Mariposa...................$ 7.50 .72 Mendocino..................$ 10.57 2.03 Monterey...................$ 12.50 Napa.......................$ 13.00 .81 Placer.....................$ 8.00 Plumas.....................$ 10.36 1.65 Riverside..................$ 7.25 .34 Sacramento.................$ 9.43 .83 San Benito.................$ 8.39 2.65 San Bernardino.............$ 10.30 .77 San Diego..................$ 7.85 San Joaquin................$ 11.39 3.82 Page 1 of 5 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA3.dvb?v=0 San Luis Obispo............$ 7.25 San Mateo..................$ 10.36 1.65 Santa Barbara..............$ 7.57 Santa Clara................$ 8.39 2.65 Santa Cruz.................$ 8.39 2.65 Shasta.....................$ 9.63 1.36 Sonoma.....................$ 10.57 2.03 Tehama.....................$ 10.36 1.65 Trinity....................$ 9.63 1.36 Tuolumne...................$ 7.50 .72 Ventura....................$ 11.00 1.48 Water Well Driller Alameda.....................$ 10.00 .36 Alpine......................$ 9.60 Amador......................$ 9.60 Butte.......................$ 7.25 Calaveras...................$ 7.50 Colusa......................$ 11.07 2.03 Contra Costa................$ 9.50 Del Norte...................$ 8.00 .31 El Dorado...................$ 9.60 Fresno......................$ 13.37 1.45 Glenn.......................$ 7.25 Humboldt....................$ 8.00 .31 Imperial....................$ 8.70 .36 Inyo........................$ 7.29 1.13 Kern........................$ 7.25 .06 Kings.......................$ 7.25 1.21 Lake........................$ 11.07 2.03 Lassen......................$ 7.25 .43 Los Angeles.................$ 9.65 Madera......................$ 7.50 .72 Marin.......................$ 11.07 2.03 Mariposa....................$ 7.50 .72 Mendocino...................$ 11.07 2.03 Merced......................$ 7.25 .13 Modoc.......................$ 10.50 Mono........................$ 10.00 Monterey....................$ 12.50 Napa........................$ 8.00 .81 Nevada......................$ 7.25 .13 Orange......................$ 11.00 1.48 Placer......................$ 9.60 Plumas......................$ 10.00 Riverside...................$ 7.25 .36 Sacramento..................$ 10.00 San Benito..................$ 8.39 2.65 San Bernardino..............$ 10.20 .37 San Diego...................$ 8.18 San Francisco...............$ 10.00 San Joaquin.................$ 7.25 .13 San Luis Obispo.............$ 7.25 1.02 San Mateo...................$ 10.00 .81 Santa Barbara...............$ 7.98 Santa Clara.................$ 8.39 2.65 Santa Cruz..................$ 8.39 2.65 Shasta......................$ 7.25 Sierra......................$ 7.25 .13 Siskiyou....................$ 8.00 .31 Page 2 of 5 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA3.dvb?v=0 Solano......................$ 9.15 Sonoma......................$ 10.07 1.70 Stanislaus..................$ 7.25 .13 Sutter......................$ 7.25 Tehama......................$ 10.00 Trinity.....................$ 7.25 Tulare......................$ 7.29 1.13 Tuolumne....................$ 7.50 .72 Ventura.....................$ 11.00 1.48 Yolo........................$ 10.36 1.65 Yuba........................$ 7.25 .13 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that Page 3 of 5 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA3.dvb?v=0 no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Page 4 of 5 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA3.dvb?v=0 Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 5 of 5 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA3.dvb?v=0 General Decision Number: CA150006 01/02/2015 CA6 Superseded General Decision Number: CA20140006 State: California Construction Type: Heavy Hopper Dredge Work Counties: California Statewide. HOPPER DREDGE CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 SUCA1985-002 01/01/1985 Rates Fringes Self-Propelled Hopper Dredge Drag tender.................$ 8.78 4.23 FOOTNOTE: Nine paid holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Paul Hall's Birthday (Aug. 20th), Veterans Day, Thanksgiving Day and Christmas Day. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the Page 1 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA6.dvb?v=0 cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of Page 2 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA6.dvb?v=0 each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Page 3 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA6.dvb?v=0 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 4 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA6.dvb?v=0 General Decision Number: CA150026 01/02/2015 CA26 Superseded General Decision Number: CA20140026 State: California Construction Type: Heavy Shipbuilding Counties: California Statewide. SHIP-BUILDING/SHIP REPAIR (includes construction work on the drydock) Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 SUCA1999-001 08/01/1999 Rates Fringes Boilermaker....................$ 17.00 3.88 Carpenter......................$ 17.00 3.88 Electrician....................$ 17.00 3.88 Laborer........................$ 17.00 3.88 Machinist......................$ 17.00 3.88 Painter........................$ 17.00 3.88 Plumber........................$ 17.00 3.88 Power Equipment Operator.......$ 17.00 3.88 Sheet metal worker.............$ 17.00 3.88 Truck Driver...................$ 17.00 3.88 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- Page 1 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA26.dvb?v=0 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date Page 2 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA26.dvb?v=0 for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board Page 3 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA26.dvb?v=0 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 4 of 4 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA26.dvb?v=0 General Decision Number: CA150001 03/27/2015 CA1 Superseded General Decision Number: CA20140001 State: California Construction Types: Building, Heavy (Heavy and Dredging), Highway and Residential County: San Diego County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS; RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 02/13/2015 3 03/27/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 35.44 19.36 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)...........................$ 24.34 16.09 ---------------------------------------------------------------- ASBE0005-004 06/24/2013 Rates Fringes Page 1 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)....$ 16.95 10.23 ---------------------------------------------------------------- BOIL0092-003 10/01/2012 Rates Fringes BOILERMAKER......................$ 41.17 28.27 ---------------------------------------------------------------- BRCA0004-008 11/01/2014 Rates Fringes BRICKLAYER; MARBLE SETTER........$ 34.12 15.65 ---------------------------------------------------------------- BRCA0018-004 06/01/2014 Rates Fringes MARBLE FINISHER..................$ 28.45 11.38 TILE FINISHER....................$ 23.78 9.84 TILE LAYER.......................$ 35.14 14.33 ---------------------------------------------------------------- BRCA0018-010 09/01/2013 Rates Fringes TERRAZZO FINISHER................$ 26.59 10.34 TERRAZZO WORKER/SETTER...........$ 33.63 11.13 ---------------------------------------------------------------- CARP0409-002 07/01/2008 Rates Fringes Diver (1) Wet.....................$ 663.68 9.82 (2) Standby.................$ 331.84 9.82 (3) Tender..................$ 323.84 9.82 (4) Assistant Tender........$ 299.84 9.82 Amounts in "Rates' column are per day ---------------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer......$ 17.00 7.41 ---------------------------------------------------------------- CARP0547-001 07/01/2009 Rates Fringes Page 2 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 CARPENTER (1) Bridge.................$ 37.28 10.58 (2) Commercial Building....$ 32.30 10.58 (3) Heavy & Highway........$ 37.15 10.58 (4) Residential Carpenter..$ 25.84 10.58 (5) Residential Insulation Installer........$ 18.00 8.16 MILLWRIGHT.......................$ 37.65 10.58 PILEDRIVERMAN....................$ 37.28 10.58 ---------------------------------------------------------------- CARP0547-002 07/01/2009 Rates Fringes Drywall (1) Work on wood framed construction of single family residences, apartments or condominiums under four stories Drywall Installer/Lather...$ 21.00 8.58 Drywall Stocker/Scrapper...$ 11.00 6.67 (2) All other work Drywall Installer/Lather...$ 27.35 9.58 Drywall Stocker/Scrapper...$ 11.00 6.67 ---------------------------------------------------------------- ELEC0569-001 12/01/2014 Rates Fringes Electricians (Tunnel Work) Cable Splicer...............$ 45.75 13.25 Electrician.................$ 45.00 13.22 Electricians: (All Other Work, Including 4 Stories Residential) Cable Splicer...............$ 40.75 13.10 Electrician.................$ 40.00 13.07 ---------------------------------------------------------------- ELEC0569-005 09/01/2014 Rates Fringes Sound & Communications Sound Technician............$ 28.82 3%+10.81 Soundman....................$ 23.06 3%+ 9.17 SOUND TECHNICIAN: Terminating, operating and performing final check-out SOUNDMAN: Wire-pulling, splicing, assembling and installing devices SCOPE OF WORK Assembly, installation, operation, service and maintenance of components or systems as used in closed circuit television, amplified master television distribution, CATV on private property, intercommunication, burglar alarm, fire alarm, life support and all security alarms, private and public telephone and related telephone interconnect, public address, paging, audio, language, Page 3 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 electronic, background music system less than line voltage or any system acceptable for class two wiring for private, commercial, or industrial use furnished by leased wire, frequency modulation or other recording devices, electrical apparatus by means of which electricity is applied to the amplification, transmission, transference, recording or reproduction of voice, music, sound, impulses and video. Excluded from this Scope of Work - transmission, service and maintenance of background music. All of the above shall include the installation and transmission over fiber optics. ---------------------------------------------------------------- ELEC0569-006 10/06/2014 Work on street lighting; traffic signals; and underground systems and/or established easements outside of buildings Rates Fringes Traffic signal, street light and underground work Utility Technician #1.......$ 28.75 3%+7.42 Utility Technician #2.......$ 23.90 3%+7.42 STREET LIGHT & TRAFFIC SIGNAL WORK: UTILITY TECHNICIAN #1: Installation of street lights and traffic signals, including electrical circuitry, programmable controller, pedestal-mounted electrical meter enclosures and laying of pre-assembled cable in ducts. The layout of electrical systems and communication installation including proper position of trench depths, and radius at duct banks, location for manholes, street lights and traffic signals. UTILITY TECHNICIAN #2: Distribution of material at jobsite, installation of underground ducts for electrical, telephone, cable TV land communication systems. The setting, leveling, grounding and racking of precast manholes, handholes and transformer pads. ---------------------------------------------------------------- ELEC0569-008 06/03/2013 Rates Fringes ELECTRICIAN (Residential, 1-3 Stories).........................$ 22.37 3%+3.30 ---------------------------------------------------------------- ELEC1245-001 06/01/2013 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 50.30 15.00 (2) Equipment specialist (operates crawler tractors, commercial motor Page 4 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 40.17 14.56 (3) Groundman...............$ 30.73 13.48 (4) Powderman...............$ 44.91 13.48 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- * ELEV0018-001 01/01/2015 Rates Fringes ELEVATOR MECHANIC................$ 49.90 28.38 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0012-003 07/07/2014 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 39.05 22.25 GROUP 2....................$ 39.83 22.25 GROUP 3....................$ 40.12 22.25 GROUP 4....................$ 41.61 22.25 GROUP 5....................$ 41.86 22.25 GROUP 6....................$ 41.83 22.25 GROUP 8....................$ 41.94 22.25 GROUP 9....................$ 42.19 22.25 GROUP 10....................$ 42.06 22.25 GROUP 11....................$ 42.31 22.25 GROUP 12....................$ 42.23 22.25 GROUP 13....................$ 42.33 22.25 GROUP 14....................$ 42.36 22.25 GROUP 15....................$ 42.44 22.25 GROUP 16....................$ 42.56 22.25 GROUP 17....................$ 42.73 22.25 GROUP 18....................$ 42.83 22.25 GROUP 19....................$ 42.94 22.25 GROUP 20....................$ 43.06 22.25 GROUP 21....................$ 43.23 22.25 GROUP 22....................$ 43.33 22.25 GROUP 23....................$ 43.44 22.25 GROUP 24....................$ 43.56 22.25 GROUP 25....................$ 43.73 22.25 OPERATOR: Power Equipment (Cranes, Piledriving & Page 5 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Hoisting) GROUP 1....................$ 40.40 22.25 GROUP 2....................$ 41.18 22.25 GROUP 3....................$ 41.47 22.25 GROUP 4....................$ 41.61 22.25 GROUP 5....................$ 41.83 22.25 GROUP 6....................$ 41.94 22.25 GROUP 7....................$ 42.06 22.25 GROUP 8....................$ 42.23 22.25 GROUP 9....................$ 42.40 22.25 GROUP 10....................$ 43.40 22.25 GROUP 11....................$ 44.40 22.25 GROUP 12....................$ 45.40 22.25 GROUP 13....................$ 46.40 22.25 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 40.90 22.25 GROUP 2....................$ 41.68 22.25 GROUP 3....................$ 41.97 22.25 GROUP 4....................$ 42.11 22.25 GROUP 5....................$ 42.33 22.25 GROUP 6....................$ 42.44 22.25 GROUP 7....................$ 42.56 22.25 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson Page 6 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld Page 7 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Page 8 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, Page 9 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar Page 10 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) Page 11 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Page 12 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along Page 13 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGI0012-004 08/01/2014 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 48.60 22.40 (2) Dredge dozer............$ 42.63 22.40 (3) Deckmate................$ 42.52 22.40 (4) Winch operator (stern winch on dredge)............$ 41.97 22.40 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 41.43 22.40 (6) Barge Mate..............$ 42.04 22.40 ---------------------------------------------------------------- IRON0377-002 01/01/2015 Rates Fringes Ironworkers: Fence Erector...............$ 27.08 18.24 Ornamental, Reinforcing and Structural..............$ 33.50 28.20 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock Page 14 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 ---------------------------------------------------------------- LABO0089-001 07/01/2013 Rates Fringes LABORER (BUILDING and all other Residential Construction) Group 1.....................$ 26.98 15.42 Group 2.....................$ 27.66 15.42 Group 3.....................$ 28.37 15.42 Group 4.....................$ 29.17 15.42 Group 5.....................$ 31.10 15.42 LABORER (RESIDENTIAL CONSTRUCTION - See definition below) (1) Laborer.................$ 24.88 13.75 (2) Cleanup, Landscape, Fencing (Chain Link & Wood).$ 23.59 13.75 RESIDENTIAL DEFINITION: Wood or metal frame construction of single family residences, apartments and condominums - excluding (a) projects that exceed three stories over a garage level, (b) any utility work such as telephone, gas, water, sewer and other utilities and (c) any fine grading work, utility work or paving work in the future street and public right-of-way; but including all rough grading work at the job site behind the existing right of way LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete Screeding for Rought Strike-off; Concrete, water curing; Demolition laborer; Flagman; Gas, oil and/or water pipeline laborer; General Laborer; General clean-up laborer; Landscape laborer; Jetting laborer; Temporary water and air lines laborer; Material hoseman (walls, slabs, floors and decks); Plugging, filling of Shee-bolt holes; Dry packing of concrete; Railroad maintenance, Repair Trackman and road beds, Streetcar and railroad construction trac laborers; Slip form raisers; Slurry seal crews (mixer operator, applicator operator, squeegee man, Shuttle man, top man), filling of cracks by any method on any surface; Tarman and mortar man; Tool crib or tool house laborer; Window cleaner; Wire Mesh puling-all concrete pouring operations GROUP 2: Asphalt Shoveler; Cement Dumper (on 1 yard or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute man, pouring concrete, the handling of the cute from ready mix trucks, such as walls, slabs, decks, floors, foundations, footings, curbs, gutters and sidewalks; Concrete curer-impervious membrane and form oiler; Cutting torch operator (demoliton); Guinea chaser; Headboard man-asphlt; Laborer, packing rod steel and pans; membrane vapor barrier installer; Power broom sweepers (small); Riiprap, stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Tank sealer and cleaner; Tree climber, faller, chain saw Page 15 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 operator, Pittsburgh Chipper and similar type brush shredders; Underground laborers, including caisson bellower GROUP 3: Buggymobile; Concrete cutting torch; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2 1/2 feet drill steel or longer; Dri Pak-it machine; High sealer (including drilling of same); Hydro seeder and similar type; Impact wrench, mult-plate; Kettlemen, potmen and mean applying asphalt, lay-kold, creosote, line caustic and similar type materials (applying means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operators of pneumatic, gas, electric tools, vibratring machines, pavement breakers, air blasting, come-along, and similar mechanical tools not separately classified herein; Pipelayers back up man coating, grouting, making of joints, sealing, caulking, diapering and inclduing rubber gasket joints, pointing and any and all other services; Rotary Scarifier or multiple head concrete chipping scaarifier; Steel header board man and guideline setter; Tampers, Barko, Wacker and similar type; Trenching machine, handpropelled GROUP 4: Asphalt raker, luterman, ironer, apshalt dumpman and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), Grinder or sander; Concrete saw man; cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Laser beam in connection with laborer's work; Oversize concrete vibrator operator 70 pounds and over; Pipelayer performing all services in the laying, installation and all forms of connection of pipe from the point of receiving pipe in the ditch until completion of oepration, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit, and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid, gas, air or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzleman), Porta shot-blast, water blasting GROUP 5: Blasters Powderman-All work of loading holes, placing and blasting of all pwder and explosives of whatever type, regardless of method used for such loading and placing; Driller-all power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power. ---------------------------------------------------------------- LABO0089-002 11/01/2012 Rates Fringes LABORER (MASON TENDER)...........$ 27.98 13.39 ---------------------------------------------------------------- LABO0089-004 07/01/2013 Page 16 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 HEAVY AND HIGHWAY CONSTRUCTION Rates Fringes Laborers: Group 1.....................$ 26.98 15.42 Group 2.....................$ 27.66 15.42 Group 3.....................$ 28.37 15.42 Group 4.....................$ 29.17 15.42 Group 5.....................$ 31.10 15.42 LABORER CLASSIFICATIONS GROUP 1: Laborer: General or Construction Laborer, Landscape Laborer. Asphalt Rubber Material Loader. Boring Machine Tender (outside), Carpenter Laborer (cleaning, handling, oiling & blowing of panel forms and lumber), Concrete Laborer, Concrete Screeding for rough strike-off, Concrete water curing. Concrete Curb & Gutter laborer, Certified Confined Space Laborer, Demolition laborer & Cleaning of Brick and lumber,Expansion Joint Caulking; Environmental Remediation, Monitoring Well, Toxic waste and Geotechnical Drill tender, Fine Grader, Fire Watcher, Limbers, Brush Loader, Pilers and Debris Handlers. flagman. Gas Oil and Water Pipeline Laborer. Material Hoseman (slabs, walls, floors, decks); Plugging, filling of shee bolt holes; Dry packing of concrete and patching; Post Holer Digger (manual); Railroad maintenance, repair trackman, road beds; Rigging & signaling; Scaler, Slip-Form Raisers, Filling cracks on any surface, tool Crib or Tool House Laborer, Traffic control (signs, barriers, barricades, delineator, cones etc.), Window Cleaner GROUP 2: Asphalt abatement; Buggymobile; Cement dumper (on 1 yd. or larger mixers and handling bulk cement); Concrete curer, impervious membrane and form oiler; Chute man, pouring concrete; Concrete cutting torch; Concrete pile cutter; driller/Jackhammer, with drill steel 2 1/'2 feet or longer; Dry pak-it machine; Fence erector; Pipeline wrapper, gas, oil, water, pot tender & form man; Grout man; Installation of all asphalt overlay fabric and materials used for reinforcing asphalt; Irrigation laborer; Kettleman-Potman hot mop, includes applying asphalt, lay-klold, creosote, lime caustic and similar tyhpes of materials (dipping, brushing, handling) and waterproofing; Membrane vapor barrier installer; Pipelayer backup man (coating, grouting, making of joints, sealing caulkiing, diapering including rubber basket joints, pointing); Rotary scarifier, multiple head concrete chipper; Rock slinger; Roto scraper & tiller; Sandblaster pot tender; Septic tank digger/installer; Tamper/wacker operator; Tank scaler & cleaner; Tar man & mortar man; Tree climber/faller, chainb saw operator, Pittsburgh chipper & similar type brush shredders. GROUP 3: Asphalt, installation of all frabrics; Buggy Mobile Man, Bushing hammer; Compactor (all types), Concrete Curer - Impervious membrane, Form Oiler, Concrete Cutting Torch, Concrete Pile Cutter,Driller/Jackhammer with drill steel 2 1/2 ft or longer, Dry Pak-it machine, Fence erector Page 17 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 including manual post hole digging, Gas oil or water Pipeline Wrapper - 6 ft pipe and over, Guradrail erector, Hydro seeder, Impact Wrench man (multi plate), kettleman-Potman Hot Mop includes applying Asphalt, Lay-Kold, Creosote, lime caustic and similar types of materials (dipping, brushing or handling) and waterproofing. Laser Beam in connection with Laborer work. High Scaler, Operators of Pneumatic Gas or Electric Tools, Vibrating Machines, Pavement Breakers, Air Blasting, Come-Alongs and similar mechanical tools, Remote-Controlled Robotic Tools in connection with Laborers work. Pipelayer Backup Man (Coating, grouting,m makeing of joints, sealing, caulking, diapering including rubber gasket joints, pointing and other services). Power Post Hole Digger, Rotary Scarifier (multiple head concrete chipper scarifier), Rock Slinger, Shot Blast equipment (8 to 48 inches), Steel Headerboard Man and Guideline Setter, Tamper/Wacker operator and similar types, Trenching Machine hand propelled. GROUP 4: Any worker exposed to raw sewage. Asphalt Raker, Luteman, Asphalt Dumpman, Asphalt Spreader Boxes, Concrete Core Cutter, Concrete Saw Man, Cribber, Shorer, Head Rock Slinger. Installation of subsurface instrumentation, monitoring wells or points, remediation system installer; Laborer, asphalt-rubber distributor bootman; Oversize concrete vibrator operators, 70 pounds or over. Pipelayer, Prfefabricated Manhole Installer, Sandblast Nozzleman (Water Balsting-Porta Shot Blast), Traffic Lane Closure. GROUP 5: Blasters Powderman-All work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Horizontal directional driller, Boring system, Electronic traking, Driller: all power drills excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and all other types of mechanical drills without regard to form of motive power. Environmental remediation, Monitoring well, Toxic waste and Geotechnical driller, Toxic waste removal. Welding in connection with Laborer's work. ---------------------------------------------------------------- LABO0300-005 01/01/2014 Rates Fringes Asbestos Removal Laborer.........$ 28.00 15.25 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO1184-001 07/01/2014 Page 18 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 31.65 13.33 (2) Vehicle Operator/Hauler.$ 31.82 13.33 (3) Horizontal Directional Drill Operator..............$ 33.67 13.33 (4) Electronic Tracking Locator.....................$ 35.67 13.33 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 32.56 16.28 GROUP 2.....................$ 33.86 16.28 GROUP 3.....................$ 35.87 16.28 GROUP 4.....................$ 37.61 16.28 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- LABO1414-003 08/07/2013 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 27.45 16.36 PLASTER TENDER..............$ 30.00 16.36 Page 19 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 Work on a swing stage scaffold: $1.00 per hour additional. Work at Military Bases - $3.00 additional per hour: Coronado Naval Amphibious Base, Fort Irwin, Marine Corps Air Station-29 Palms, Imperial Beach Naval Air Station, Marine Corps Logistics Supply Base, Marine Corps Pickle Meadows, Mountain Warfare Training Center, Naval Air Facility-Seeley, North Island Naval Air Station, Vandenberg AFB. ---------------------------------------------------------------- PAIN0036-001 07/01/2014 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County)...............$ 26.89 12.28 (2) All Other Work..........$ 30.27 12.28 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------- PAIN0036-010 10/01/2014 Rates Fringes DRYWALL FINISHER/TAPER (1) Building & Heavy Construction................$ 26.84 14.29 (2) Residential Construction (Wood frame apartments, single family homes and multi-duplexes up to and including four stories)....................$ 21.00 13.91 ---------------------------------------------------------------- PAIN0036-012 12/01/2014 Rates Fringes GLAZIER..........................$ 39.80 17.33 ---------------------------------------------------------------- PAIN0036-019 07/01/2014 Rates Fringes SOFT FLOOR LAYER.................$ 26.77 12.75 ---------------------------------------------------------------- PLAS0200-005 08/06/2014 Rates Fringes PLASTERER........................$ 37.43 13.28 Page 20 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 NORTH ISLAND NAVAL AIR STATION, COLORADO NAVAL AMPHIBIOUS BASE, IMPERIAL BEACH NAVAL AIR STATION: $3.00 additional per hour. ---------------------------------------------------------------- PLAS0500-001 07/01/2014 Rates Fringes CEMENT MASON/CONCRETE FINISHER GROUP 1.....................$ 22.29 17.10 GROUP 2.....................$ 23.94 17.10 GROUP 3.....................$ 26.57 17.25 CEMENT MASONS - work inside the building line, meeting the following criteria: GROUP 1: Residential wood frame project of any size; work classified as Type III, IV or Type V construction; interior tenant improvement work regardless the size of the project; any wood frame project of four stories or less. GROUP 2: Work classified as type I and II construction GROUP 3: All other work ---------------------------------------------------------------- PLUM0016-006 07/01/2014 Rates Fringes PLUMBER, PIPEFITTER, STEAMFITTER Camp Pendleton..............$ 49.21 20.36 Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work.......................$ 44.71 20.36 Work ONLY on new additions and remodeling of commercial buildings, bars, restaurants, and stores not to exceed 5,000 sq. ft. of floor space......$ 43.33 19.38 Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 34.59 17.71 ---------------------------------------------------------------- PLUM0016-011 07/01/2014 Rates Fringes Page 21 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 PLUMBER/PIPEFITTER Residential.................$ 36.15 16.28 ---------------------------------------------------------------- PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work....$ 33.24 17.13 ---------------------------------------------------------------- ROOF0045-001 07/01/2012 Rates Fringes ROOFER...........................$ 25.08 7.28 ---------------------------------------------------------------- SFCA0669-001 07/01/2013 Rates Fringes SPRINKLER FITTER.................$ 34.86 18.66 ---------------------------------------------------------------- SHEE0206-001 01/01/2012 Rates Fringes SHEET METAL WORKER Camp Pendleton..............$ 35.05 19.23 Except Camp Pendleton.......$ 33.05 19.23 Sheet Metal Technician......$ 25.22 6.69 SHEET METAL TECHNICIAN - SCOPE: a. Existing residential buildings, both single and multi-family, where each unit is heated and/or cooled by a separate system b. New single family residential buildings including tracts. c. New multi-family residential buildings, not exceeding five stories of living space in height, provided each unit is heated or cooled by a separate system. Hotels and motels are excluded. d. LIGHT COMMERCIAL WORK: Any sheet metal, heating and air conditioning work performed on a project where the total construction cost, excluding land, is under $1,000,000 e. TENANT IMPROVEMENT WORK: Any work necessary to finish interior spaces to conform to the occupants of commercial buildings, after completion of the building shell ---------------------------------------------------------------- TEAM0036-001 07/01/2012 Rates Fringes Truck drivers: GROUP 1.....................$ 15.40 20.50 GROUP 2.....................$ 24.99 20.50 GROUP 3.....................$ 25.19 20.50 GROUP 4.....................$ 25.39 20.50 GROUP 5.....................$ 25.59 20.50 GROUP 6.....................$ 26.09 20.50 Page 22 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 GROUP 7.....................$ 27.59 20.50 FOOTNOTE: HAZMAT PAY: Work on a hazmat job, where hazmat certification is required, shall be paid, in addition to the classification working in, as follows: Levels A, B and C - +$1.00 per hour. Workers shall be paid hazmat pay in increments of four (4) and eight (8) hours. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Fuel Man, Swamper GROUP 2: 2-axle Dump Truck, 2-axle Flat Bed,Concrete Pumping Truck, Industrial Lift Truck, Motorized Traffic Control, Pickup Truck on Jobsite GROUP 3: 2-axle Water Truck, 3-axle Dump Truck, 3-axle Flat Bed, Erosion Control Nozzleman, Dump Crete Truck under 6.5 yd, Forklift 15,000 lbs and over, Prell Truck, Pipeline Work Truck Driver, Road Oil Spreader, Cement Distributor or Slurry Driver, Bootman, Ross Carrier GROUP 4: Off-road Dump Truck under 35 tons 4-axles but less than 7-axles, Low-Bed Truck & Trailer, Transit Mix Trucks under 8 yd, 3-axle Water Truck, Erosion Control Driver, Grout Mixer Truck, Dump Crete 6.5yd and over, Dumpster Trucks, DW 10, DW 20 and over, Fuel Truck and Dynamite, Truck Greaser, Truck Mounted Mobile Sweeper 2-axle Winch Truck GROUP 5: Off-road Dump Truck 35 tons and over, 7-axles or more, Transit Mix Trucks 8 yd and over, A-Frame Truck, Swedish Cranes GROUP 6: Off-Road Special Equipment (including but not limited to Water Pull Tankers, Athey Wagons, DJB, B70 Wuclids or like Equipment) GROUP 7: Repairman ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the Page 23 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of Page 24 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Page 25 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 26 of 26 3/31/2015http://www.wdol.gov/wdol/scafiles/davisbacon/CA1.dvb?v=3 1 of 2 Addendum #6 CITY OF CARLSBAD AGUA HEDIONDA SEWER LIFT STATION, VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC11B-VC15 AND RECYCLED WATER LINE PROJECT Contract No. PWS13-40UTL Addendum No. 6 From: Terry Smith, Project Manager Phone: (760) 603-7354 Date: April 9, 2015 Bid Opening Date: April 14, 2015 at 2:00 p.m. REVISIONS TO BID DOCUMENTS: The following clarifications, deletions and additions shall be made a part of the contract documents. I. “DESIGNATION OF SUBCONTRACTORS” FORM (With Instructions): REPLACE pages 32 through 34 with attached sheets. II. DRAWING REVISIONS: 1. Drawing No. 467-7 (Schedule A) REVISE Note 2 on Sheet G-6, See Attached Revised Sheet. 2. Drawing No. 467-8 (Schedule B) REVISE Material Note 1 on Sheet G-009, See Attached Revised Sheet. 3. Drawing No. 467-9 (Schedule C) REVISE Note 1 on Sheet G-7, See Attached Revised Sheet. III. TECHNICAL SPECIFICATION SECTIONS: 1. DELETE: Section 15056 Reinforced Concrete Pipe REPLACE with: Section 15056 Reinforced Concrete Pipe Addendum No. 6 version (Attached) 2. DELETE: Section 15059 Fiberglass Reinforced Polymer Mortar Pipe REPLACE with: Section 15059 Fiberglass Reinforced Polymer Mortar Pipe, Addendum No. 6 version (Attached) 2 of 2 Addendum #6 3. DELETE: Section 15072 Steel Reinforced Polymer Concrete Pipe REPLACE with: Section 15072 Polymer Concrete Pipe, Addendum No. 6 version (Attached) 4. REVISE: Section 05101, Prefabricated Steel Truss Bridge, Paragraph 3.05, Item 2, as follows: “Vehicle Load = AASHTO H10 Vehicle.” 5. DELETE: Technical Specifications Table of Contents REPLACE: Technical Specifications Table of Contents (Addendum 6) - Attached IV. SUPPLEMENTAL AND REFERENCE INFORMATION: ADD Reference Document: Schedule A, DWG 467-7, Sheet D-1: Note 3 references a report prepared by Moffat and Nichol dated May 2014 titled, “Agua Hedionda Lagoon Sewer Trestle Inspection”. The report is attached for information only. Attachments: 1) Designation of Subcontractors Form (with instructions) 2) DWG 467-7 - Schedule A – Sheet G-6 – Revised Notes 3) DWG 467-8 - Schedule B – Sheet G-009 – Revised Notes 4) DWG 467-9 - Schedule C – Sheet G-7 – Revised Notes 5) Specification Section 15056 – Replacement 6) Specification Section 15059 – Replacement 7) Specification Section 15072- Replacement 8) Technical Specifications Table of Contents – Revised 9) Agua Hedionda Lagoon Sewer Trestle Inspection report dated May 2014 End of Addendum Revised 1/30/13 Contract No. PWS13-40UTIL Page 32 of 170 Addendum 6   GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM        REFERENCES Prior to preparation of the following “Subcontractor Disclosure Form” Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Own Organization”, “Subcontractor”, “Work” and “Portion of Work”. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions.   CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder.   INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer.   The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive.   Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item.   When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space.   Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Revised 1/30/13 Contract No. PWS13-40UTIL Page 33 of 170 Addendum 6   Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 1/30/13 Contract No. PWS13-40UTIL Page 34 of 170 Addendum 6   DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal)   AGUA HEDIONDA SEWER LIFT STATION, VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC11B-VC15, AND RECYCLED WATER LINE PROJECT CONTRACT NO. PWS13-40UTIL The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.   SUBCONTRACTOR’S BID ITEMS   Portion of Work  Subcontractor Name and Location of Business Subcontractor’s License No. and Classification Amount of Work by Subcontractor in Dollars*                                                                                                    Page _________of pages of this Subcontractor Designation form       * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.”  6 3886 G-6 RMK VCH JAG HORIZONTAL CONTROL 1" = 50' NONE 467-7 AND KEY MAP SCALE : 1" = 50' KEY MAP PROJECT C-2 C-3 YMCA AQUATIC CENTER NCTD RAILROAD TRACKS AGUA HEDIONDA LAGOON EX 12" HP GAS RELOCATION (BY SOCAL GAS) SEE SHT C-8A CONSTRUCT UTILITY BRIDGE EX SEWER BRIDGE (TO BE REMOVED) EX NCTD BRIDGE INITIALDATEDATEINITIAL ENGINEER OF WORK DATE INITIAL CITY APPROVALREVISION DESCRIPTION EXP.P.E. REVIEWED BY: DATEINSPECTOR DATE "AS BUILT" SUBMITTED: APPROVED: APPROVED: BROWN AND CALDWELL PROJECT MANAGER DATE: DATE: DATE: HORIZONTAL VERTICAL SCALE WARNING 1/2 0 1 IF THIS BAR DOES NOT MEASURE 1'' THEN DRAWING IS NOT TO SCALE. RVWD BY: SHEET SHEETS DWN BY: CHKD BY: UTILITIES DEPARTMENT PROJECT NO. SHEET NAME DRAWING NO. 37 B-1 B-2 B-3 B-4 RAILROAD EASTERLY R/W END SCHEDULE A CONSTRUCTION STA 13+43.03 CONSTRUCT 30" SDR AND HEADWALL CONSTRUCT 6" C900 PVC WATER SEE NOTE 3 MH No. 2 STA 9+51.10 MH No. L1 JUNCTION STRUCTURE No. 1 STA 13+43.03 TEMP JUNCTION STRUCTURE No. 2 STA 13+28.03 RT 50.92 SEE NOTE 8 CONSTRUCT 42" TEMP FLOW DIVERSION CONSTRUCT WATER METER AND SERVICE CONNECTION TO EX YMCA SERVICE CONSTRUCT SEWER FM LATERAL CONNECTION SEE NOTE 4 STA 6+15.99 PI STA 11+02.78 PI NOTES: 1.CONTRACTOR SHALL SUBMIT A DETAILED SEQUENCING PLAN FOR CONSTRUCTION OF 54" TRUNK SEWER. FLOW DIVERSION, BRIDGE CROSSING , 12" GAS RELOCATION AND ABANDONMENT AND DEMOLITION OF EXISTING FACILITIES IN ACCORDANCE WITH SPECIFICATION SECTION 01014. 2.CONSTRUCT 54" NOMINAL DIAMETER TRUNK SEWER AND MANHOLES AS FOLLOWS: x PIPE AND MANHOLES INSTALLED BY MICROTUNNEL SHALL BE: O CCFRPM PIPE AND MANHOLE PER SPECIFICATION SECTION 15059, O OR STEEL REINFORCED POLYMER CONCRETE PIPE AND MANHOLES PER SPECIFICATION SECTION 15072. x PIPE AND MANHOLES INSTALLED BY OPEN CUT SHALL BE: O CCFRPM PIPE AND MANHOLE PER SPECIFICATION SECTION 15059, O OR STEEL REINFORCED POLYMER CONCRETE PIPE AND MANHOLES PER SPECIFICATION SECTION 15072, OR O PVC LINED REINFORCED CONCRETE PRESSURE PIPE PER SPECIFICATION SECTION 15073 WITH PVC LINED PRECAST CONCRETE MANHOLES PER SPECIFICATION SECTION 03460. x INSTALLED PIPE AND MANHOLES SHALL A SINGLE MATERIAL FOR EACH INSTALLATION AND SHALL BE FURNISHED BY A SINGLE MANUFACTURE. x CONTRACTOR SHALL INDICATE THE MATERIAL AND MANUFACTURER AS PART OF THE BID SUBMITTAL, AND CONTRACTOR SHALL BE RESPONSIBLE TO SUBMIT FULL DESIGNS FOR MATERIAL PROVIDED PER DESIGN CRITERIA LISTED IN SPECIFICATION SECTION 15059 AND EXISTING SITE CONDITIONS. 3.CONSTRUCT 1,408 LF 6" C900 PVC POTABLE WATER PRESSURE PIPE IN ACCORDANCE WITH SAN DIEGO REGIONAL STANDARD DRAWINGS AND SPECIFICATIONS (SDRSD) AS MODIFIED BY CITY OF CARLSBAD ENGINEERING STANDARDS (CCES). ALL PIPE JOINTS SHALL BE RESTRAINED WITH COC APPROVED RESTRAINTS. 4.CONSTRUCT 125' SEWER FORCE MAIN LATERAL PER SDRSD AS MODIFIED BY CCES. 5.EXISTING 42" SANITARY SEWER AND MANHOLES SHALL BE REMOVED PER SPECIFICATION SECTION 02050 WITHIN RAILROAD RIGHT-OF-WAY. 6.WORK INCLUDED IN SCHEDULE A IS LOCATED WITHIN THE NCTD RIGHT-OF-WAY, AND IS SUBJECT TO ADDITIONAL RESTRICTIONS. SEE NCTD (RAILROAD NOTES) ON SHEET G-2 FOR ADDITIONAL INFORMATION. 7.DIMENSIONS SHOWN ON KEY MAP ARE APPROXIMATE AND NOT BASED ON SURVEY INFORMATION OR CALCULATIONS. USE FOR GENERAL REFERENCE ONLY. 8.THE 42" TEMP FLOW DIVERSION AND JUNCTION STRUCTURE NO. 2 ARE TEMPORARY FACILITIES AND SHALL BE REMOVED WITH THE EXISTING LIFT STATION PER THE SPECIFICATIONS. SEE SCHEDULE B FOR ADDITIONAL DETAILS. REMOVE & REPLACE EX. 30" SDR, SEE SHEET C-6 CONSTRUCT 6" C900 PVC WTR SEE NOTE 3REMOVE 1,225 LF OF EX. 36" AND 42" SEWER SEE NOTE 5 EX SWR MH 21A-4 (REMOVE) SCHEDULE B, AGUA HEDIONDA SEWER LIFT STATION & FORCE MAIN (REACH VC12 AND VC13) PROJECT NO 3492 CONSTRUCT 54" SEWER HOT TAP TO EX. 10" ACP WITH 6" GV AND THRUST BLOCK (CITY OF CARLSBAD, DWG 174-6B) GENERAL UTILITY EASEMENT COUNTY DOC #85-292976 DATED 8-14-85 BEGIN CONSTRUCTION STA 1+03.00 128.5' NOTE 7 48.6' NOTE 7 STA 1+10.00 PI AQUATIC CENTER ACCESS ROAD EX. 36" SEWER EX JUNCTION STRUCTURE 11.2' NOTE 7 EX. SWR MH 16C-87 (REMOVE)81.2' NOTE 779.5' NOTE 7155.2' NOTE 7NEW SEWER EASEMENT MH No. 1 STA 4+09.13 PI EX SWR MH 16C-89 (REMOVE) 56.6' NOTE 7 79.8' NOTE 7167.9' NOTE 7NEW SEWER EASEMENT STA 8+06.06 PI10.3' NOTE 7 68.7' NOTE 7NEW SEWER EASEMENT RAILROAD WESTERLY R/W ABANDONED WATER LINE 122.7' NOTE 7 41.2' NOTE 7 TRANSFORMER GENERAL SCALE : 1" = 60'KEY MAPPROJECT36" O.D. DR 11 HDPE(SEWER FORCE MAIN)END CONSTRUCTIONSCHEDULE BCABRILLO POWERMATCH LINE - SEE BELOW FOR CONTINUATION MATCH LINE - SEE ABOVE FOR CONTINUATION AVENIDA ENCINASCANNON ROAD C-600C-601C-602C-603GRAVITY SEWER(SEE SCHEDULE C)INITIALDATEDATEINITIALENGINEER OF WORKDATEINITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.EX NCTD TRACKS (2)(EASTERN TRACK NOT SHOWN)36" O.D. DR 11 HDPE(SEWER FORCE MAIN)93492G-009RMKVCHJJE171467-81" = 60'NONE36-INCH FORCE MAIN KEY MAPGENERALAND HORIZONTAL CONTROLEX NCTD TRACKS (2)(EASTERN TRACK NOT SHOWN)1.CONSTRUCT 54" NOMINAL DIAMETER TRUNK SEWER AND MANHOLES AS FOLLOWS:xPIPE AND MANHOLES INSTALLED BY MICROTUNNEL SHALL BE:żCCFRPM PIPE AND MANHOLE PER SPECIFICATION SECTION 15059, ORżSTEEL REINFORCED POLYMER CONCRETE PIPE AND MANHOLES PER SPECIFICATION SECTION 15072.xPIPE AND MANHOLES INSTALLED BY OPEN CUT SHALL BE:żCCFRPM PIPE AND MANHOLE PER SPECIFICATION SECTION 15059, ORżSTEEL REINFORCED POLYMER CONCRETE PIPE AND MANHOLES PER SPECIFICATION SECTION 15072, ORżPVC LINED REINFORCED CONCRETE PRESSURE PIPE PER SPECIFICATION SECTION 15073 WITH PVC LINED PRECAST CONCRETE MANHOLES PERSPECIFICATION SECTION 03460.xINSTALLED PIPE AND MANHOLES SHALL A SINGLE MATERIAL FOR EACH INSTALLATION AND SHALL BE FURNISHED BY A SINGLE MANUFACTURER.xCONTRACTOR SHALL INDICATE THE MATERIAL AND MANUFACTURER AS PART OF THE BID SUBMITTAL, AND CONTRACTOR SHALL BE RESPONSIBLE TOSUBMIT FULL DESIGNS FOR MATERIAL PROVIDED PER DESIGN CRITERIA LISTED IN SPECIFICATION SECTION 15059 AND EXISTING SITE CONDITIONS.MATERIAL NOTES: 73949G-7RMKVCHJJEHORIZONTAL CONTROLNONENONE1.CONSTRUCT 54" NOMINAL DIAMETER TRUNK SEWER AND MANHOLES ASFOLLOWS:xPIPE AND MANHOLES INSTALLED BY MICROTUNNEL SHALL BE:O CCFRPM PIPE AND MANHOLE PER SPECIFICATION SECTION 15059,O OR STEEL REINFORCED POLYMER CONCRETE PIPE AND MANHOLES PER SPECIFICATION SECTION 15072.xPIPE AND MANHOLES INSTALLED BY OPEN CUT SHALL BE:O CCFRPM PIPE AND MANHOLE PER SPECIFICATION SECTION 15059,O OR STEEL REINFORCED POLYMER CONCRETE PIPE AND MANHOLES PER SPECIFICATION SECTION 15072, ORO PVC LINED REINFORCED CONCRETE PRESSURE PIPE PER SPECIFICATION SECTION 15073 WITH PVC LINED PRECAST CONCRETE MANHOLES PER SPECIFICATION SECTION 03460.xINSTALLED PIPE AND MANHOLES SHALL A SINGLE MATERIAL FOR EACHINSTALLATION AND SHALL BE FURNISHED BY A SINGLE MANUFACTURE.xCONTRACTOR SHALL INDICATE THE MATERIAL AND MANUFACTURER ASPART OF THE BID SUBMITTAL, AND CONTRACTOR SHALL BE RESPONSIBLETO SUBMIT FULL DESIGNS FOR MATERIAL PROVIDED PER DESIGNCRITERIA LISTED IN SPECIFICATION SECTION 15059 AND EXISTING SITECONDITIONS.2.NOMINAL 54" DIAMETER TRUNK SEWER INSTALLED BY MICROTUNNELINGSHALL BE CCFRPM OR STEEL REINFORCED POLYMER CONCRETE PIPEONLY. MINIMUM PIPE STIFFNESS SHALL BE 140 PSI, OR AS REQUIRED, FORCONTRACTOR'S MEANS AND METHODS.3.NOMINAL 54" DIAMETER TRUNK SEWER INSTALLED BY OPEN CUT SHALL BEA MINIMUM PIPE STIFFNESS OF 72 PSI, OR AS REQUIRED BY INSTALLATIONCONDITIONS.4.AFTER TESTING AND FINAL ACCEPTANCE BY THE CITY OF THE NEW54-INCH SEWER, EXISTING 42" SANITARY SEWER AND MANHOLES TO BEDEMOLISHED OR ABANDONED IN PLACE PER SPECIFICATION SECTION02050.NOTES:INITIALDATEDATEINITIALENGINEER OF WORKDATEINITIALCITY APPROVALREVISION DESCRIPTIONEXP.P.E.REVIEWED BY:DATEINSPECTORDATE"AS BUILT"RVWD BY:SHEETSHEETSDWN BY:CHKD BY:UTILITIES DEPARTMENTPROJECT NO.SHEET NAMEDRAWING NO.52SUBMITTED:APPROVED:APPROVED:BROWN AND CALDWELLPROJECT MANAGERDATE:DATE:DATE:HORIZONTALVERTICALSCALEWARNING 1/2 01IF THIS BAR DOESNOT MEASURE 1''THEN DRAWING ISNOT TO SCALE.467-9 DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-1 SECTION 15056 REINFORCED CONCRETE PIPE PART 1--GENERAL 1.01 DESCRIPTION A. SCOPE: This section specifies reinforced concrete pipe (RCP), gaskets, and accessories for open cut installation of storm drains and gravity sewer as specified. This section also contains specifications for manhole tees/elbows and other specialized pipe sections together with fittings and appurtenances. Perform the work specified to provide reinforced concrete pipe (RCP) complete and in place including miscellaneous fittings and specials required for proper completion of the Work. RCP for sanitary sewer applications shall be provided with PVC liners for protection against corrosion. Liners shall be locked into the concrete by means of tee-shaped extensions with joint overlaps welded, providing a continuous protective barrier against corrosion. Joint overlaps shall extend a minimum of ½” from the near joint edge and be sealed with a 1” weld strip. Comply with applicable Supplemental Provisions, CMWD Standard Specifications, and SSPWC except as otherwise shown and specified. Alternate pipe material designs shall be subject to approval by the Construction Manager prior to procurement of the pipe to be provided by the Contractor. B. REQUIREMENTS: Design Responsibility: The design and layout of pipe shall meet the service conditions and the criteria specified in this Section and as shown on the Plans and are the responsibility of the Contractor. The Contractor shall submit design calculations prepared, signed and sealed by a Professional Engineer registered in the State of California and verified by the manufacturer for pipe reinforcing and wall thickness, class or D-Load demonstrating that the pipe is capable of sustaining the maximum stresses imposed during installation and service. The furnished pipe shall have a minimum internal diameter of 52.5-inch for nominal 54-inch diameter pipe. The calculations shall take into account dead loads, live loads such as traffic (HS- 20) and railroad (E-80), and any other loads which may be reasonably anticipated. REINFORCED CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15056-2 ADDENDUM #6 The calculations shall include trench details and materials proposed for bedding and backfill in accordance with Section 02223 and Section 02200 for review and approval by the Construction Manager. C. DEFINITIONS: Per Section 15059. 1.02 QUALITY ASSURANCE A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ACI 318 Building Code Requirements for Structural Concrete ASTM C14 Standard Specification for Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C33 Standard Specification for Concrete Aggregate ASTM C76 Reinforced Concrete Culvert, Storm Drain and Sewer Pipe ASTM C114 Test Methods for Chemical Analysis of Hydraulic Cement ASTM C139 Concrete Masonry Units for Construction of Catch Basins and Manholes ASTM C150 Standard Specification for Portland Cement ASTM C289 Test Methods for Potential Alkali-Silica Reactivity of Aggregates (Chemical Method) ASTM C 361 Standard Specification for Reinforced Concrete Low-Head Pressure Pipe DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-3 Reference Title ASTM C443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C478 Precast Reinforced Concrete Manhole Sections ASTM C497 Testing Concrete Pipe, Sections, or Tile ASTM C 506 (AASHTO M 206) Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C655 Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C 1433 Standard Specification for Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers ASTM D412 Test Method for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers - Tension ASTM D471 Test Method for Rubber Property – Effects of Liquid ASTM D573 Test Method for Rubber – Deterioration in an Air Oven ASTM D1149 Test Method for Rubber Deterioration - Surface Ozone Cracking in a Chamber ASTM D1171 Test Method for Rubber Deterioration - Surface Ozone Cracking Outdoors or Chamber (Triangular Specimens) ASTM D2240 Test Method for Rubber Property – Durometer Hardness AWWA C302 Reinforced Concrete Pressure Pipe Non-Cylinder Type for Water and Other Liquids SSPWC Standard Specification for Public Works Construction “Greenbook”, latest edition. B. MANUFACTURER REQUIREMENTS Manufacturer shall maintain a continuous Quality Control Program and laboratory facilities capable of performing the inspections and testing required by the Contract Documents. All material testing, inspection procedures and process of manufacture shall be subject to inspection by the Construction Manager. Pipe shall be provided from a single manufacturer. REINFORCED CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15056-4 ADDENDUM #6 C. QUALIFICATION TESTING: One percent of the total number of pipes, with a minimum of three pipe lengths, of each class, size and wall type shall be tested unless otherwise specified. Materials used in the manufacture of the pipe shall be tested in accordance with the requirements of the applicable referenced standards. The Contractor shall perform said material tests at no additional cost to the Owner. The Construction Manager will witness all testing conducted by the Contractor; provided, that the Contractor's schedule is not delayed for the convenience of the Construction Manager. In addition to those tests specifically required, the Construction Manager may request additional samples of any material for testing by the Owner. The additional samples shall be furnished at no additional cost to the Owner. The Construction Manager shall be notified of the place and time of testing 1 week prior to the commencement of testing. If any tested pipe should fail, two additional pipes shall be tested. Failure of any of the additional pipe so tested shall be cause for the rejection of that lot of manufactured pipe. 1. CONCRETE COMPRESSION TESTS: Compression tests shall be as specified in ASTM C76, Section 11.4.1. 2. D-LOAD TESTS: All pipe shall be subject to a D-Load test at the manufacturer's plant. Pipe shall be tested in accordance with ASTM C76, Section 11.3 and ASTM C497. Loads used for testing shall be the load to produce the 0.01-inch crack or the design test load, whichever is less. 3. HYDROSTATIC TEST: Pipes shall be subjected to a hydrostatic test made by applying suitable bulkheads at each end of the pipe and filling the pipe with water. At the Contractor's option, the pipe may be soaked under reduced pressure prior to application of the test pressure. The presoaking period shall not exceed 48 hours. Acceptance hydrostatic tests shall be made at 15 psi internal pressure. The pipe shall withstand the test pressure prescribed above for at least 20 minutes without cracking and with no leakage appearing on the exterior surface. Moisture appearing on the surface of the pipe in the form of damp spots or beads adhering to the surface will not be considered as leakage. Slow forming beads of water that result in minor dripping which seal and dry up upon retesting of the individual pipe unit under the prescribed test pressure will be considered acceptable. Joints shall be subjected to hydrostatic test of the rubber gasket joints in accordance with ASTM C 361 except that test pressure shall be a minimum of 5 psi. 4. PVC LINER PULL TEST: PVC liner shall be subject to a pull test performed on a minimum of one lined pipe section for each 500 feet of pipe produced for the project. The pull test of the liner shall be performed on a 1 inch to 3 inch length of liner. Unless otherwise directed by the Construction Manager, the location of the tests shall be within two feet of the end of the pipe which is up during manufacturing, except that a minimum distance DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-5 between the test location and the end of the sheet shall be 6 inches. In the event that one pipe fails to withstand the required test, the manufacturer shall have the right to perform the test on the liner in two other sections of pipe selected by the Construction Manager from the same run as the original test pipe. If these two pipe sections successfully pass the test, the remainder of the pipe on that run will be accepted. If tests on either of these pipes fail, the remainder in that run will not be accepted until a pull test of the liner in each of the pipe sections has satisfactorily passed the test. Locations of the additional pull tests shall be determined by the Construction Manager. The liner in the test pipe which passes the pull test may be repaired by heat fusion welding and shipped to the project site. The Construction Manager may require additional pull tests at no additional cost to Owner if visual inspection reveals bumps or imperfections that may indicate improper embedment of the liner. The Contractor, at their expense, shall furnish certified test data as required by the Owner to demonstrate compliance with specified performance requirements including but not limited to quality control, quality assurance, strength, chemical and abrasion resistance, dimensional tolerance, and suitability such that furnished pipe fulfill its specified function. Tests and testing methods shall be subject to review and acceptance by the Owner. The Owner or their designated representative shall be entitled to inspect pipes or witness pipe fabrication and material testing at the manufacturer’s facilities at no additional cost to the Owner. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. The Contractor shall provide the Owner’s Representative with four (4) weeks’ notice of the start of fabrication of pipe to be furnished. The Contractor shall include in their Bid, the cost for two (2) Owner or their designated representatives to visit and inspect the pipe manufacturer’s facilities. 1.03 SUBMITTALS The Contractor shall submit the following in compliance with the General Conditions and Section 01300. A. Submit Manufacturer's fabrication / design drawings. Drawings shall illustrate details of wall thickness, pipe joint, joint gasket, and reinforcement. Reinforcement details shall include the type of cage, the location of the cages in the pipe wall, the size and spacing of circumferential and longitudinal reinforcing steel, and the cross-sectional area of reinforcing steel in each cage per lineal foot of pipe. The gasket details shall include the diameter of the cross section and the circumferential length. Submittals shall also include the design pipe size, D-load, cement type, concrete strength and steel areas, and types and placement of reinforcement. REINFORCED CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15056-6 ADDENDUM #6 B. Layout drawings shall illustrate placement of each pipe length including fittings. Pipe lengths and joints shall be identified with a numbering system. C. A certified affidavit of compliance for all pipe and other products or materials furnished under this Section, as specified in the reference standards and per Paragraph 1.02. B. D. The Contractor shall provide certified copies of laboratory reports from the gasket supplier indicating conformance with the specified requirements of Section 15075 and this specification for each shipment of gaskets. E. Design Calculations for wall thickness, pipe class and stiffness and product data as necessary to fully describe all materials, components, and finished products and to show conformance with the Contract Documents. F. Submit PVC liner field joints shop drawings, installation procedures and testing procedures for spark testing and joint weld testing including PVC liner manufacturer’s product data. G. Submit recommended repair methods and procedures for defects and damage to PVC liner for RCP, structures and lined manholes including PVC liner manufacturer’s product data. PART 2--PRODUCTS 2.01 CONCRETE MIXES Concrete shall conform to the requirements of ASTM C 76 with the exceptions, amendments and additions herein: A. Cement shall be ASTM C150, Type II, and shall not contain more than 0.6 percent total alkali, or the sum of the sodium oxide (NaO,), and potassium oxide (KO), calculated as sodium oxide (NaO + 0.658KO), determined in accordance with ASTM C114. B. Aggregates shall be nonreactive when tested in accordance with ASTM C289 and evaluated in accordance with Appendix A-1 of ASTM C 33. Aggregates found to be potentially reactive shall not be allowed unless approved in writing by the Construction Manager. C. Admixtures shall not be used unless specified or approved by the Construction Manager. D. Minimum 564 pounds of cement per cubic yard of concrete. Provide maximum 4 inch slump. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-7 2.02 FABRICATION A. PIPE: Pipe sections shall be made in normal lengths of at least 8 feet except where shorter lengths are required to meet special conditions. Shorter lengths shall be used only where shown on the Plans. To accommodate changes in alignment or curved alignments of the pipeline, pipe ends may be beveled. Pipe ends shall not be beveled more than 5 degrees. Pipe shall be vertically cast be in accordance with ASTM C 361 using a wet cast process utilizing inner and outer forms, vibrated, and steam- or water-cured. Pipe manufactured by the dry cast method is unacceptable. Form oils or release agents shall not contain any material or substances as would penetrate or otherwise retard concrete set at the formed surface. Concrete with a minimum slump of 2-1/2 inches shall be used for manufacture of the pipe using the vertical cast process. In no case shall pipe be less than that specified under ASTM C 76 provisions for Class III, Walls "B", or "C." Wall". B. REINFORCEMENT: Minimum protective cover of concrete over the inner reinforcement cage shall be 1¼ inches. Circumferential reinforcement shall have a minimum cover of 1¼ inch from the inside surface and shall have a minimum cover of 1 ¼ inch from the outside surface of the pipe except where additional cover is specified. Conditions permitting less cover shall not apply to the above case. Reinforcing steel for each length of pipe shall be held in place throughout the casting operation. Lift holes are not acceptable. C. JOINTS AND GASKETS: Joint Design shall include provision for two (Dual) rubber gaskets for all PVC lined pipe and all pipe greater than or equal to 42-inches. Include two threaded test ports, with threaded PVC plugs, one at the top of the pipe and one near the bottom of the pipe, for testing the annular space between the two rubber gaskets. Gaskets shall be synthetic rubber containing not less than 50 percent neoprene and shall comply with the requirements of SSPWC Section 208-3 and ASTM C361. D. FITTINGS: Fittings may be fabricated from steel plate cement mortar-lined and coated, or from mitered end concrete-pipe provided the maximum angle of any miter cut is 15 degrees and the maximum deflection for a mitered bend shall be 30-degrees. Steel plate fittings shall confirm to the dimensional requirements of AWWA C208 Table 2. Steel plate shall conform to AWWA REINFORCED CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15056-8 ADDENDUM #6 C301. Minimum plate thickness shall be 1/4 inch and shall be designed to limit deflection under full external design load to one percent of the diameter. Mortar lining thickness shall be a least 1- 1/4 inch and coating thicknesses shall be at least 3/4 inch except outlets less than 10 inches shall have 3/8 inch thick lining. Cement mortar coating shall be reinforced with 2 by 4 by 13 gauge galvanized welded wire mesh of the sulfuring type. For noncentrifugally applied coating, the wire mesh shall be stud-welded to the cylinder. Bell adapters shall be fabricated from steel plate and shall be accurately dimensioned for a rubber gasket joint. Cement and aggregates for fittings shall be the same as specified for pipe. The reinforcing steel for mitered end concrete pipe joints shall be equal or greater than the reinforcing steel for the mitered end concrete pipe. 2.03 PIPE MARKING A. Each pipe section shall be identified by indicating the following: 1. Name of manufacturer. 2. Date of manufacture. 3. Inside diameter of pipe, in inches. 4. Length of pipe, in feet. 5. Class of pipe or D-load in pounds/ft./ft. 6. Top of pipe if elliptical reinforcing or partial circumference PVC lining is used. 7. Sequential numbering of each piece of pipe. 2.04 POLYVINYL CHLORIDE LINING The PVC liner shall extend around 360 degrees around the inside circumference of the pipe, and shall have the characteristics specified in SECTION 09881. The lining color shall be white. Joint and welding strips shall have the same corrosion resistance as the sheet lining material. The joint and welding strips shall be applied by thermal welding methods in the field after pipe joint assembly and testing. The lining shall be supplied as pipe-size sheets, fabricated to specified dimensions by shop welding extruded sheets together at the lining manufacturer's plant. For pipe installations placed below ground water levels, an unobstructed weep channel, transverse to the locking extensions, shall be provided by removing the locking extensions not less than one inch or more than four inches. Weep channels shall generally be located mid-point on each pipe length or on eight foot or sixteen foot centers. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-9 Once cast into the concrete of the pipe, the lining shall be permanently and physically attached to the concrete by the T-Lock mechanism and shall not rely on an adhesive bond unless otherwise specified at a specific location. The lining shall withstand a 15 pound per square inch back hydrostatic pressure applied to the under surface of the lining without losing anchorage or without rupture or leakage. 2.05 PIPE ACCEPTANCE AND REPAIRS Provided pipe shall be subject to inspection and approval by the Construction Manager. Pipe shall be substantially free of fractures and surface roughness. Permissible variations for internal diameter, wall thickness, length of two opposite sides, length of pipe, position of reinforcement shall be within the limits given in SECTION 12 of ASTM C76. In addition, the pipe shall be subject to rejection due to the following: A. Any shattering or flaking of concrete or other conditions indicating an improper concrete mix or molding. B. Any exposed reinforcing steel or voids around the reinforcing steel. C. Defects (voids, rock pockets, honeycombing, bug holes, etc.) in the pipe wall, bell, or spigot that cannot be corrected by patching with approved method and materials. D. Bell or spigot dimensional irregularities that cannot be corrected by grinding and/or patching with epoxy mortar. Field grinding or patching shall not be acceptable. E. PVC lining that is not securely embedded into the concrete. F. Improperly cured pipe. Pipe may be repaired if made necessary due to occasional imperfections in manufacture or damage during handling. All defect identified during manufacture shall be repaired at the manufacturing facility. It will be considered acceptable if, in the opinion of the Construction Manager, the repairs are sound and properly finished and cured, and the repaired pipe conforms to the requirements of the Specifications. Repairs shall provide an interior pipe surface free from honeycombing or roughness and presents a finished, smooth, uniform, continuous surface." Any breaks or defects in the gasket bearing area of either the bell or spigot shall not extend over more than 24 inches or 10 percent, whichever is smaller, of the circumference of the pipe. If the accumulated damage exceeds this requirement and, in the opinion of the Construction Manager, the damage is detrimental to the use of the pipe, it will be rejected." 2.06 PIPE SYSTEM TESTING MATERIALS REINFORCED CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15056-10 ADDENDUM #6 Pressure testing equipment materials shall be provided by the Contractor subject to the Construction Manager's review. No materials shall be used which would be injurious to the public, personnel, adjacent improvements, nor the pipeline structure and future function. Pressure test gages shall be laboratory-calibrated test gages and shall be recalibrated by a certified laboratory at the Contractor's expense prior to the leakage test. PART 3--EXECUTION 3.01 DELIVERY, STORAGE AND HANDLING Deliver RCP with manufacturer information clearly stenciled on each pipe segment. Provide safe storage location for the RCP that supports the pipe barrel and prevents any loading of the pipe bell. Protect the RCP spigot and bell from impacts during movement and storage. All RCP shall be handled with a pipe sling or strap that makes contact at two locations on a pipe segment. 3.02 PIPE INSTALLATION A. GENERAL Reinforced concrete pipe shall be installed in accordance with the Manufacturer's recommendations and in accordance with the requirements of SSPWC Subsection 306-1.2 and Section 02223. The interior of the pipeline shall be cleaned as the work progresses. Excavation: Bell holes shall be excavated at each joint to provide full length barrel support of the pipe and to prevent point loading at the bells or couplings. Pipe bedding or trench subgrade beneath the pipe shall be compacted and graded to provide a uniform and continuous support beneath the pipe at all points between the bell holes or pipe joints. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. Pipes installed in straight lines or grades shall have a uniform end gap all around the pipe joint. Contractor shall lay the pipe with the bell end of the pipe facing upstream. Pipe laying shall proceed in the upstream direction. For standard and beveled pipe lengths where it is necessary to deflect the pipe joint to achieve the required line or grade, the amount of joint "pull" shall not exceed 50 percent of the pipe manufacturer's recommendation. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-11 3.03 LINE AND GRADE The line and grade of any one pipe shall not deviate more than that specified in the following table. The allowable deviation is not cumulative. Pipe length, feet Maximum deviation per pipe length, feet 8 0.06 10 0.09 12 0.11 16 0.14 Check the vertical and horizontal alignment of each pipe segment during installation. This checking shall be performed by Contractor's senior field personnel other than the installation crewmembers. 3.04. JOINTING: A. GENERAL: Care shall be taken to avoid dragging the spigot on the ground or allowing it to be damaged by contact with gravel, crushed stone, or other hard objects. Assembled pipe joints shall be kept in compression until the placement of the initial backfill is complete. B. MATING SURFACES: Joint mating surfaces shall be cleaned immediately prior to jointing. C. NEOPRENE GASKET PIPE JOINTS: After the subgrade has been prepared as specified, the rubber gaskets shall be placed in the grooves on the spigot, and the spigot end of the pipe then entered into the bell of the adjoining pipe and pushed into position. Care shall be taken to avoid twisting or cutting the gaskets when jointing the pipe. The inside surface of the bell, the gasket grooves and the gaskets shall be lubricated immediately prior to jointing with a compound recommended by the Manufacturer which will facilitate the telescoping of the joint. D. CHECKING OF PIPE JOINTS: For pipe 42-inches inside diameter and larger, each pipe joint shall be inspected by Contractor from the inside of the installed piece of pipe before the next piece of pipe is connected. The inspection shall include the checking of proper joint gaps and gasket placement, and damaged or chipped joints. The Contractor shall verify the vertical and horizontal alignment REINFORCED CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15056-12 ADDENDUM #6 of the pipeline during installation by comparing the width of gaps at the top, springline and bottom of each joint. Gaps exceeding manufacturer's maximum allowable limits and/or with potentially rolled or pinched gaskets and/or with top and bottom gaps of different widths shall be corrected before the next piece of pipe is installed. Presence of misplaced gaskets shall be checked by use of a feeler gage inserted into the pipe joint. If a pipe section which has been previously installed is moved or dislodged in the process of installing the next pipe section, those pipe joints which have been previously checked and which may have been affected by the moving or dislodging shall be rechecked. In addition, at the completion of each pipe installation day, the Contractor shall again inspect the inside of the pipeline installed that day for potential problems that may have developed since the individual joint inspections. All excessive gaps and potential problems that may affect the passing of the leakage test shall be corrected by Contractor before any more pipes are installed. 3.05 PVC LINING Polyvinyl Chloride Lining System shall be provided in accordance with the requirements of SECTION 09881, Plastic Lining for Structures. PVC liner shall be applied at field joints after pipe joint assembly and testing. 3.06 FIELD TESTING AND INSPECTION A. GENERAL: Leakage tests shall be completed after pipelines have been cleaned of obstructions and inspected by the Construction Manager. Leakage testing for PVC-lined pipe shall be performed prior to installation of PVC strips at each pipe joint. All pipes shall be tested both prior to and after backfilling. All leakage tests shall be completed and approved prior to placing of backfill and/or permanent resurfacing. All testing operations shall be performed in the presence of the Construction Manager. When leakage exceeds the amount allowed by the Specifications, the Contractor, at no additional cost to the Owner, shall locate the leaks, submit a repair procedure(s) for the Construction Manager's review and approval, and make the necessary repairs or replacements to reduce the leakage to the specified limits. All proposed repair procedures shall be accompanied by a letter from the pipe manufacturer confirming that the procedure is acceptable to them. Any individually detectable leaks shall be repaired, regardless of the results of the tests. Pipe joint leakage repair solely with cement grout shall not be permitted. Pipes and joints shall be tested and retested at no additional cost to the Owner until accepted by the Construction Manager. The Contractor shall furnish all labor, materials, tools and equipment necessary to conduct the tests and repairs and to perform any and all work incidental thereto. The pressure gages supplied by the Contractor shall be of a type, calibration, and accuracy acceptable to the Construction Manager. The Construction Manager may request a certification of the gages by a reliable testing firm, as necessary, and may compare these gages with an Owner-owned gage at any time. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-13 If water is used for cleaning or testing, release of water after testing has been completed shall be performed in accordance with applicable permits. Contractor will be responsible for proper treatment and disposal of water released. B. SECTION LEAKAGE TEST: The Contractor shall submit a section testing procedure and equipment for the Construction Manager’s review and approval prior to testing. Each section of pipeline shall be tested by closing the lower end of the pipe to be tested and the inlet pipe of the upper manhole with stoppers and then filling the pipe and manhole with water to a level 5 feet above the crown of the open pipe in the upper manhole or, if groundwater is present, 6 feet above the section's average adjacent groundwater level. The line shall be filled at least 1 hour prior to testing and shall be tested for 6 hours minimum, maintaining the specified head by measured additions of water. The sum of these additions shall be the measured leakage for the test period. The allowable leakage shall not exceed 0.05 gallon per hour per inch of diameter per 100 feet of pipe being tested. C. JOINT LEAKAGE TEST: The air test shall comply with SSPWC Subsection 306-7.8.2. Joints shall be air tested individually with the use of specialized equipment. Not more than one (1) joint shall be air tested at any one time. Air pressure testing shall not be performed between successive manholes.The Contractor shall submit the joint testing procedure for the Construction Manager’s review and acceptance prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. Joint test pressure shall be 3-psi higher than the groundwater pressure, if any, outside the pipe. Groundwater pressure may be determined by positioning the testing device on a visibly infiltrating joint and measuring the resulting VOID pressure with the VOID pressure monitoring equipment. In the absence of groundwater pressure data, the test pressure shall be equal to 0.5 psi per vertical foot of pipe depth or 3 psi, whichever is greater. The maximum allowable pressure drop shall be 1.0 psi over a 30-second test period. Visually inspect, mark, repair and retest any leaks indicated by escaping gas bubbles or water. Pressure test each pipe joint using portable pipe joint tester prior to backfilling or grouting. Visually inspect, mark, repair and retest any joints failing the test. Pipe Joint tester shall meet the following criteria: 1. Pressure cylinder which fits inside pipe, straddles pipe joint and isolates and pressurizes a section of pipe. 2. Elastomeric sealing elements encircle the joint tester body so that when inflated or deformed they affect a seal between the joint tester body and the REINFORCED CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15056-14 ADDENDUM #6 interior surface of the pipe. Sealing elements shall be designed to resist test pressure at an inflation pressure that does not exceed capacity of pipe. 3. Data plate: References pipe diameter, rated test pressure, inflation pressure and any torque requirements for threaded fasteners. 4. Testing shall be performed in the presence of the Construction Manager. D. VISUAL INSPECTION: The Construction Manager and/or his authorized representative will perform a visual inspection of the pipe and liner upon substantial completion of the work. The Contractor shall coordinate with the Construction Manager to arrange for a compatible time to conduct the inspection. Defects discovered by the inspection shall be corrected at no additional cost to the Owner. The pipeline shall then be reinspected to confirm satisfactory correction of all defects previously identified. E. PVC LINING INSPECTION: After the lining has been installed and welded, all surfaces covered with lining, including welds, shall be spark tested in accordance with Section 09881 with an approved electrical hole detector (Tinker & Rasor Model No. AP-W with power pack) with the instrument set at 20,000 volts minimum. All joint welds shall be physically tested as specified herein and in accordance with the manufacturer’s recommendations as reviewed and accepted by the Construction Manager. Holes in the liner revealed by the electrical hole detector and/or defective joint welds shall be repaired in accordance with the manufacturer’s recommendations as reviewed and accepted by the Construction Manager. 3.05 PIPELINE ACCEPTANCE A. PIPE INSTALLATION QUALITY CONTROL: 1. CONTRACTOR RESPONSIBILITY: The Construction Manager may participate in any or all of the alignment checks or interior pipe inspections. The Construction Manager’s inspection, if implemented, will be for general compliance only and will not relieve the Contractor from being fully responsible for the overall installation quality including the proper alignment, grades, and the passing of the specified leakage test. Contractor shall provide all necessary access and safety equipment to the Construction Manager to facilitate said inspections. The Contractor shall provide adequate allowance in its schedule for the inspections and quality controls specified above in addition to those as may be specified elsewhere or required by the Contractor’s standard procedures and/or recommended by the pipe manufacturer. The Contractor shall also provide adequate allowance in its schedule for the possible removal DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL REINFORCED CONCRETE PIPE ADDENDUM #6 15056-15 and reinstallation of pipes in order to meet the specified requirements, all at no additional cost/time to the Owner. The Construction Manager reserves the right to reject the repairing of pipe joints needed to pass the specified leakage test. Such repairs may be allowed only at the Construction Manager’s discretion, and may require the installation of exterior concrete collars designed for leakage and settlement in addition to interior repairs, or other approved equivalent repair methods to ensure the integrity of the pipeline for the full design life, at no additional cost to the Owner. Repair of chipped joints, if approved by Construction Manager, shall be made after the passing of the specified leakage test, as approved by Construction Manager. All proposed repair procedures shall be accompanied by a letter from the pipe manufacturer confirming that the procedure is also acceptable to them. **END OF SECTION** DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-1 SECTION 15059 FIBERGLASS REINFORCED POLYMER MORTAR PIPE PART 1 -- GENERAL 1.01 DESCRIPTION A. SCOPE: Perform the work specified to provide fiberglass reinforced polymer mortar pipe complete and in place including ancillary fittings and specials required for proper completion of the Work and for the intended use. B. REQUIREMENT: At the Contractor’s preference, fiberglass pipe may be centrifugally cast (CCFRPM) or filament wound (FRPM) as specified herein. At the Contractor’s preference, alternate pipe materials may be provided where not otherwise specified. Alternate materials may include polymer concrete pipe (polymer) per Section 15072 for open cut and microtunneling installations or PVC lined reinforced concrete pipe per Section 15056 for open cut installations. The Contractor shall be responsible for the design of the provided pipe per the design requirements and criteria listed herein and as specified in the sections for the alternate pipe materials as applicable. Contractor shall submit design calculation prepared, signed and sealed by a Professional Engineer registered in the State of California and verified by the manufacturer. 1. The furnished pipe shall have a minimum internal diameter of 52.5-inch for nominal 54-inch diameter pipe. Minimum diameter shall apply to all open-cut, jacking pipe and intermediate jacking station pipes. 2. Fiberglass pipe shall be provided by open cut (direct buried or cut and cover), above ground (bridge), and microtunnel installation. Pipe shall be provided in accordance with the performance, quality control and quality assurance requirements of SSPWC (Greenbook), latest edition, Section 207-20 and Section 207-22 as modified herein and as specified herein. 3. Design Responsibility: The design and layout of pipe, manholes and fittings shall meet the service conditions and the criteria specified in this Section and as shown on the Plans and are the responsibility of the Contractor. The Contractor shall submit design calculations for wall thickness and pipe stiffness class demonstrating that the pipe is capable of sustaining the maximum stresses to be imposed during installation and service. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-2 ADDENDUM #6 a. The calculations shall take into account ground loads, live loads, jacking forces, estimated pipe string compression, eccentric forces due to steering (0.5 degree joint deflection), external loads such as traffic and railroad, and any other loads which may be reasonably anticipated. b. All loads, the factor of safety and allowable jacking capacities shall be shown and described. The allowable safe jacking capacity of the pipe shall be 3.0 times greater than the maximum jacking forces which may be imposed on the pipe by the microtunneling installation process as identified by theoretical calculations. Maximum jacking loads applied to the pipe cylinder shall be determined at the minimum wall thickness where the cross section has been reduced. c. Separate submittals shall be provided for microtunnel, above ground (bridge), and open cut installation methods. Pipe shall be designed and calculations provided in accordance with the minimum parameters and requirements specified herein. d. The calculations shall include trench details and materials proposed for bedding and backfill in accordance with Section 02223 and Section 02200 for review and approval by the Construction Manager. e. The calculations shall include pipe expansion and contraction resulting from varying atmospheric temperatures, as well as lateral / vertical bridge displacements. The calculations shall include expansion joint design to accommodate thermal and bridge / pipe displacements. g. Exposed pipe provided for the Schedule A, Bridge crossing shall be provided with a dark brown exterior to match the color of the finished bridge structure. Coloration of the exterior shall be achieved by introducing color into the exterior coat resin. Gel coats applied to the exterior of the pipe shall not be used. The Contractor shall be responsible to coordinate exterior color of pipe and bridge and submit color samples for review. C. DEFINITIONS: 1. CCFRPM: Centrifugally cast fiberglass reinforced polymer mortar pipe 2. FRPM: Filament Wound fiberglass reinforced polymer mortar pipe. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-3 3. PIPE JOINT: The area at centerline of the visible gap between pipe lengths that are coupled together with a fiberglass sleeve coupling. 4. PIPE LENGTH: The pipe between two joints; part of a pipe section. 5. PIPE SECTION: The reach of pipeline between two successive manholes. 1.02 QUALITY ASSURANCE A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ASTM D 2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. ASTM D 3262 Standard Specification for “Fiberglass” (Glass-Fiber- Reinforced Thermosetting-Resin) Sewer Pipe. ASTM D3567 Standard practice for Determining Dimensions of “Fiberglass” (Glass-Fiber-Reinforced Thermosetting Resin) Pipe and Fittings ASTM D3681 Test Method for Chemical Resistance of “Fiberglass” (Glass- Fiber-Reinforced Thermosetting Resin) Pipe in a Deflected Condition ASTM D3839 Standard Guide for Underground Installation of “Fiberglass” (Glass Fiber Reinforced Thermosetting-Resin) Pipe ASTM D 4161 Standard Specification for “Fiberglass” (Glass-Fiber- Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-4 ADDENDUM #6 Reference Title ASTM F 447 Standard Specifications for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. ISO 9001 Total Quality Control Management System SSPWC Standard Specification for Public Works Construction “Greenbook”. B. MANUFACTURER REQUIREMENTS Manufacturer shall maintain a continuous Quality Control Program and shall provide the Construction Manager with certified test reports. Manufacturer shall provide third party ISO 9001 certificate and calibration certificates for each device used in the manufacture of pipe as required by ISO 9001. Equipment such as scales, measuring devices, and calibration tools used in the manufacturing of the pipe shall have been calibrated within the last 12 months. The manufacturer of pipe and fittings for open cut installation shall provide a list of five projects with a minimum combined total of 5,000 linear feet, where 42-inch or larger diameter pipe was supplied and installed by open cut within the United States. Each reference shall contain the names of the Owner, Engineer and Contractor. The manufacturer of pipe for jacking/microtunneling shall provide a list of five trenchless projects with a minimum combined total of 5,000 linear feet of jacked/microtunnel pipe, where 42-inch or larger diameter pipe was supplied and installed by jacking/microtunnel within the United States. Each reference shall contain the names of the Owner, Engineer and Contractor. Jacking and/or microtunnel pipe and associated fittings shall be the product of one manufacturer unless otherwise shown. Open-cut, embankment and bridge pipe shall be the product of one manufacturer unless otherwise shown. Contractor shall not mix pipe or fittings by different manufacturers and the Contractor shall be responsible to provide a watertight fitting at transition points between manufacturers. Transitions shall be submitted for review and acceptance by the Construction Manager prior to purchase of the pipe. All pipe shall be manufactured specifically for this project. No pipe shall be furnished from stock unless approved by the Construction Manager. C. QUALIFICATION TESTING Contractor shall submit a manufacturer’s affidavit that all provided materials have been tested and meet or exceed the performance requirements of ASTM D2412, ASTM D3262, ASTM D4161 and ASTM D3681 when tested using 1N sulfuric acid and SSPWC Section 207- 20.5. The Contractor, at their expense, shall furnish certified test data as required by the Owner to demonstrate compliance with specified performance requirements including but not limited to DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-5 quality control, quality assurance, strength, chemical and abrasion resistance, dimensional tolerance, and suitability such that furnished pipe fulfill its specified function. Tests and testing methods shall be subject to review and acceptance by the Owner. The Owner or their designated representative shall be entitled to inspect pipes or witness pipe fabrication and material testing at the manufacturer’s facilities at no additional cost to the Owner. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. The Contractor shall provide the Owner’s Representative with four (4) weeks’ notice of the start of fabrication of pipe to be furnished. The Contractor shall include in their Bid, the cost for two (2) Owner or their designated representatives to visit and inspect the pipe manufacturer’s facilities. 1.03 SUBMITTALS The Contractor shall submit the following in compliance with the General Conditions and Section 01300. A. SHOP DRAWINGS: Submit the following: 1. Detailed drawings of the pipe, gaskets, joints, expansion joints, pipe special sections and connections. Detailed drawings shall provide dimensions of pipes including inside diameter and wall thicknesses and details of pipe joints and gaskets with manufacturer’s product data and certified test reports on the properties of the gasket material. 2. Pipe-laying diagrams showing the location, length, strength designation, and number or marking designation of each pipe section, manhole, and fitting to be furnished. The station and elevation of the pipe invert at all changes in grade and all data on curves and bends for both horizontal and vertical alignment shall also be shown. Include the following information: a. Quantities and laying lengths of each piece. b. Stations and invert with respect to the Project baseline. c. Invert grade with respect to horizontal between each change of grade. d. Invert elevations referenced to Project vertical datum at each change in horizontal geometry and vertical grade. e. Maximum allowable joint deflections for each type of joint to nearest 1/8 inch; top or bottom, left or right. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-6 ADDENDUM #6 f. Details of pipe closures. g. Detail of specials and fittings. B. MARKING SCHEDULE: Marks to be used on the finished products to identify pipes, specials and accessories shown on shop drawings and laying schedules. Coordinate identification of each piece with shop drawings, product data, and marking schedule. Design Calculations for wall thickness, pipe class and stiffness and product data as necessary to fully describe all materials, components, and finished products and to show conformance with the Contract Documents. C. Pipe joint test procedures describing method of joint testing. D. Manufacturer’s certificate of compliance with the requirements per Paragraph 1.02.B of this Section, references and current ISO 9001 certification References will be checked and verified for compliance. E. Manufacturers Certificate of Compliance stating pipe and fittings provided are in accordance with the requirements of this Section and referenced Standards for each size of pipe and fittings used. Provide certified test results per 1.02 C. F. Provide an affidavit of compliance for the provided gasket that it is suitable for use in sanitary sewer systems, manufactured in accordance with ASTM D4161 and meets the minimum requirements of ASTM F477. G. Manufacturer instructions on storage, handling, transportation, and installation. H. Design calculations and manufacturer’s statement verifying calculations. I. Color samples for bridge and exposed pipe demonstrating compliance with paragraph 1.01-B.1.g. 1.04 DESIGN REQUIREMENTS The Contractor shall design and prepare lay drawings of the pipe to meet the service conditions of the installation such as imposed jacking forces/microtunneling, and criteria as specified. A. DESIGN CRITERIA: Minimum criteria for design of piping systems shall include the following: 1. Service Conditions: a. Liquid Service: Sewage. b. Flow Conditions: Non Pressure – Gravity flow. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-7 2. External loads imposed on pipelines include earth load, live load, and forces imposed on the pipe by the Contractor’s means and methods. Minimum values shall be as follows: a. Depth of cover shall be as shown. b. Minimum earth load for design of pipe shall be a unit weight of soil of 130 pounds per cubic foot. c. Native soil conditions as provided by Geotechnical Investigations. d. Under Roadways: AASHTO HS20 truck loading with earth cover. e. Under Railroads and within Railroad Right-of-Way: Cooper E80 live loading with earth cover. f. Hydrostatic loading shall assume groundwater to existing grade at deepest locations. 3. Long term creep properties. 4. Pipe expansion, including thermal, and as resulting from pipe / bridge connection. 5. Installation methods shall be as shown on the Drawings. The design shall take into account, jacking forces, estimated pipe string compression, eccentric forces due to steering (0.5 degree joint deflection), and any other installation forces or loads which may be reasonably anticipated 6. Interior surface liner, where provided, shall not be used in structural calculations. 1.05 MATERIALS TRANSPORTATION, HANDLING AND STORAGE Handle all pipe, fittings, and appurtenances carefully with proper handling devices: web slings, padded slings and clean, padded forks in accordance with manufacturer’s recommendations. Store pipe, fittings and appurtenances on heavy wood blocking or platforms so they are not in contact with the ground. Materials cracked, gouged, chipped, dented or otherwise damaged will not be accepted. Minor defects in the pipe or coatings may be repaired at the site by a method approved by the manufacturer and the Engineer. Damaged pipe, fittings and appurtenances shall be repaired or replaced at Contractor’s expense. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-8 ADDENDUM #6 1.06 PIPE SCHEDULE A. SCHEDULE A: SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C2 1+03.00 1+10.00 54 7.00 CCFRPM or FRPM Open Cut/Embankment C2 1+10.00 4+09.13 54 299.13 CCFRPM or FRPM Open Cut/Embankment C2 4+09.13 6+15.99 54 206.86 CCFRPM or FRPM Open Cut/Embankment C2 6+15.99 8+06.06 54 190.07 CCFRPM or FRPM Open Cut/Embankment C2/C3 8+06.06 9+57.10 54 151.04 CCFRPM or FRPM Open Cut/Embankment C3 9+57.10 11+02.78 54 145.69 CCFRPM or FRPM ONLY Above Grade (Bridge)*** C3 11+02.78 13+28.03 54 225.25 CCFRPM or FRPM ONLY Open Cut/Embankment C3 13+28.03 13+43.03 54 15.00 CCFRPM or FRPM Open Cut/Embankment C3 13+28.03 RT 0.00 13+28.03 RT 50.92 42 51.24 CCFRPM or FRPM OR RCP Open Cut/Embankment Schedule A pipe shall be provided by a single manufacturer. Alternate materials shall not be allowed between STA 9+57.10 to STA 13+28.03. 54-inch Trunk Sewer shall be CCFRPM or FRPM only. B. SCHEDULE B: SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-504 1+00.00 2+02.00 54 102.00 CCFRPM or FRPM Embankment C-504 2+37.00 2+74.98 54 37.98 CCFRPM or FRPM Embankment C-504 2+74.98 3+38.61 54 108.63 CCFRPM or FRPM Embankment C-504 1+00.00 2+70.00 42 170.00 CCFRPM or FRPM Embankment C-504 2+70.00 3+94.17 42 116.44 CCFRPM or FRPM Embankment Schedule B pipe shall be provided by a single manufacturer. C. SCHEDULE C: DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-9 SHEET FROM STATION TO STATION PIPE DIA (IN) HORIZ LENGTH (FT) PIPE MATERIAL INSTALLATION C-1 01+02.22 01+04.51 60/48 - CCFRPM or FRPM OPEN CUT C-1 01+04.51 01+59.13 54 54.62 CCFRPM or FRPM OPEN CUT C-1 01+59.13 07+11.95 54 552.81 CCFRPM or FRPM MICROTUNNEL C-1/C-2 07+11.95 09+11.94 54 200.00 CCFRPM or FRPM ONLY MICROTUNNEL C-2 09+11.94 13+87.54 54 475.60 CCFRPM or FRPM MICROTUNNEL C-2 13+87.54 16+14.67 54 227.13 CCFRPM or FRPM MICROTUNNEL C-2 16+14.67 16+63.00 54 48.33 CCFRPM or FRPM MICROTUNNEL C-2/C-3 16+63.00 21+43.00 54 480.00 CCFRPM or FRPM MICROTUNNEL C-3/C-4 21+43.00 27+23.00 54 580.00 CCFRPM or FRPM MICROTUNNEL C-4 27+23.00 33+13.00 54 590.00 CCFRPM or FRPM MICROTUNNEL C-4/C-5 33+13.00 38+33.00 54 520.00 CCFRPM or FRPM MICROTUNNEL C-5/C6 38+33.00 45+80.00 54 747.00 CCFRPM or FRPM OPEN CUT OR MICROTUNNEL C-6 45+80.00 53+08.43 54 728.43 CCFRPM or FRPM OPEN CUT OR MICROTUNNEL C-6/C-7 53+08.43 57+28.32 54 419.89 CCFRPM or FRPM OPEN CUT C-7 57+28.32 61+82.87 54 454.55 CCFRPM or FRPM OPEN CUT C-7/C-8 61+82.87 68+97.00 54 714.13 CCFRPM or FRPM OPEN CUT Schedule C pipe shall be provided by a single manufacturer for jacked or tunnel pipe from the beginning of construction STA 01+00 +/- to STA 38+00 +/-, including Manhole No 11, in it’s entirety and from Manhole No. 11 to and including Manhole 13 in it’s entirety, if installed by microtunneling. Schedule C pipe shall be provided by a single manufacturer for open cut (direct bury) pipe from Manhole No 13, STA 53+08 +/- to STA Junction Structure No. 2 in it’s entirety and between the end of Jacking pipe at Manhole No 11 to Manhole No. 13 in it’s entirety, if installed by open-cut. D. SCHEDULE D: (NOT USED) PART 2 – PRODUCTS 2.01 MATERIALS A. RESIN SYSTEMS: The manufacturer shall use polyester resin systems with a proven history of performance in sanitary sewer applications. Resins made in United States, Canada, European Union, Australia and Japan may be used based on market and availability. The historical data shall have FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-10 ADDENDUM #6 been acquired from a composite material of similar construction and composition as the proposed product. Polyester wall resin shall be an isophthalic, orthophththalic or other approved resin with a minimum tensile elongation of 2 percent. A vinyl ester liner shall be provided to meet chemical resistance requirements. B. GLASS REINFORCEMENTS: The reinforcing glass fibers used to manufacture the components shall be commercial grade E-type glass fibers with a size and finish compatible with the resin provided. C. AGGREGATE: Silica sand shall be minimum 98% silica with a maximum moisture content of 0.2%. Sand shall conform to ASTM C33, excluding gradation requirements. D. ADDITIVES: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally effect the performance of the product. E. ELASTOMERIC GASKETS: Gaskets shall be EPDM elastomeric sealing gaskets in accordance with ASTM F477 supplied by approved gasket manufacturers. Gaskets shall meet the performance requirements ASTM D4161 and the chemical composition of the gasket shall be compatible with the type of environment to which it will be subjected. Certified test reports demonstrating gaskets meet performance requirements per 1.03 A. 1 2.02 MANUFACTURE A. PIPE: Pipe shall be centrifugally cast fiberglass-reinforced mortar pipe (CCFRPM) per ASTM D3262, Cell Class Type 1, Liner 2, Grade 3 or filament wound (FRPM) per ASTM D3262 Cell Class Type 1, Liner 1, Grade 1. Pipe Stiffness Class shall be D or higher as required for installation and service conditions. Pipe for trenchless construction shall also conform with manufacturing and testing requirements of ASTM D2412. The resins, reinforcements, colorants, and other materials, when combined as a composite structure shall produce a pipe that meets the performance requirements for ASTM D3262 and a dense, non-porous, corrosion-resistant, consistent composite structure. 1. Dimensions: a. The actual outside diameters and minimum wall thicknesses provided shall be in accordance with ASTM D3262, SSPWC 2015 DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-11 Edition, Sections 207-20, Table 207-20.3.2 and 207.22 Table 207- 22.3. Inside diameter shall in no case be less than the diameter per 1.01 B.1. In the event of conflict between these requirements, the wall thickness shall be as approved by the Construction Manager. 2. Lengths: a. Pipe shall be supplied in nominal lengths. At least 90% of the total footage of each size and class of pipe, excluding special order length sections. Nominal lengths shall be as follows: i. Direct Bury: Minimum 20 feet except as otherwise specified or required for bends or special joints, with the minimum length of 5 feet. ii. Microtunnel: 6, 10, or 20 feet. Actual laying length shall be nominal +/- ½ inch. iii. Above Ground (Bridge): 10 feet except as otherwise or required for expansion joints, with the minimum length of 5 feet. 3. Pipe shall be provided with the minimum pipe stiffness in accordance with ASTM D2412 per the following table: Nominal Dia & Installation Stiffness (psi) Minimum 54” Direct Buried Class D - SN 72 psi 60” Direct Buried Class D - SN 72 psi 54” Microtunneling Pipe SN 140 psi 54” Above Ground (Bridge) Class D - SN 72 psi The minimum pipe stiffness and wall thickness of pipes shall be increased based on installation requirements and Section 1.01 B. The minimum wall thickness shall be measured at the bottom of the spigot gasket groove where the wall cross- section has been reduced. 4. Tolerances: Microtunnel pipe shall meet minimum tolerances for straightness, roundness and end squareness in accordance with SSPWC Section 207-22.3.3. 5. A minimum compressive strength of 10,000 psi per ASTM D695. FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-12 ADDENDUM #6 6. For centrifugal cast and filament wound pipe, the interior surface liner shall provide chemical crack and abrasion resistance and shall consist of a nominal 40 mil thick layer. For centrifugal casting, nonreinforced thermosetting polyester resin shall have a minimum elongation of 50% when tested per ASTM D 638. For filament wound, reinforced thermosetting polyester resin. a. If fiberglass C, E, or ECR-veil or equal reinforcements are placed, then the liner shall be minimum 40 mil measured from the inner glass-fiber reinforcement transition layer. The thickness of the liner, defined as the final inner layer, shall not be used in structural calculations of the buried pipe loads. The liner shall be color separated from the structural wall for QA/QC purposes by adding white, green, or gray die to the core of the pipe. Color shall be approved by Owner prior to pipe manufacturing. 7. For centrifugally cast pipe, the exterior surface shall be at least 10 mils of silica sand resin mixture over any fiber reinforcement The surface layer shall contain sufficient UV inhibitor to protect the underlying resin from UV degradation. 8. For filament wound pipe, the exterior surface shall be at least 10 mil of glass reinforced resin surface (sand exterior) to allow a smooth finish and provide a long term UV protection layer if pipe is stored. B. JOINTS: Unless otherwise indicated, joints shall be axially unrestrained bell-and-spigot/flush bell and spigot gasket joints including couplings using flexible elastomeric seals to obtain soundness and shall conform to ASTM D4161. The joint may be bell-and-spigot or coupling joint with the gasket placed in the bell in circumferential compression or the gasket may be placed on the spigot in circumferential tension. When the joint is assembled, the gasket shall be compressed to substantially fill the groove and affect a watertight seal. FRPM sliplining and Jacking joints/couplings shall be flush with roundness tolerances are specified in 2.02.A.4 Type Joint 54” Direct Buried Bell and Spigot or FWC Coupling or equal 60” Direct Buried Bell and Spigot or FWC Coupling or equal 54” Microtunneling Pipe Flush Bell and Spigot Jacking joints/couplings 54” Above Grade (Bridge) FWC Coupling or equal Joint assemblies shall be so formed and accurately manufactured that when the pipes are drawn together; the pipe shall form a continuous watertight conduit with smooth and uniform DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-13 interior surface, and shall provide for slight movements of any pipe in the pipeline due to expansion, contraction, settlement, or lateral displacement. Shape and dimensions of the joint shall be such that it will be self-centering upon closure, and so designed that the gasket will not be required to support the weight of the pipe. Rubber gasket shall be the sole element of the joint depended upon to provide water-tightness. Ends of the pipe shall be in planes at right angles to the longitudinal centerline of the pipe. Ends of the pipe units shall be finished to regular smooth surfaces. Gasket material shall be EPDM and meet the performance requirements of ASTM D4161 and the chemical composition of the gasket shall be compatible for sanitary sewer service. C. FITTINGS: Fittings shall be manufactured from mitered sections of fiberglass pipe. D. PIPE MARKINGS: Pipe markings shall be in accordance with SSPWC Sections 207-20.6 unless specified otherwise. Plainly mark the exterior of each length of straight pipe and each fitting to identify the pipe diameter, the design pressure class, the pipe stiffness, ASTM designation, the date of manufacture, and the name and location of the pipe manufacturer. THE MAXIMUM ALLOWABLE JACKING LOAD SHALL ALSO BE INDICATED FOR MICROTUNNEL PIPE. 2.03 CHEMICAL TESTING AND PHYSICAL TESTING A. CHEMICAL TESTING: Pipe shall meet SSPWC Section 211-2 and ASTM D3262, Table 4 testing requirements. B. PHYSICAL TESTING: Pipes shall be manufactured and tested in accordance with ASTM D3262. The manufacturing process shall result in a dense, non-porous, corrosion-resistant, consistent composite structure. 2.04 APPURTENANCES A. FITTINGS: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. 2.05 TRUNK SEWER MANHOLES Fiberglass tee base and one piece fiberglass riser manholes equal to the provided fiberglass cylinder pipe shall be provided as specified. . FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-14 ADDENDUM #6 The tee base connections to the trunk sewer pipe and riser section shall be push-on, gasket-sealed FWC couplings or equal as recommended by the manufacturer for the installation and service conditions. Fully concrete encase the tee base as specified. The concrete encasement shall be designed to support riser loads and traffic loading and extend past the first coupling/joint. 2.06 PIPE CONNECTIONS TO CAST-IN-PLACE AND PRECAST STRUCTURES Connections shall be Kor-n-Seal, Press-Seal, or approved equal: 1. Watertight, flexible expandable boot per ASTM C-923, 2. Watertight non-metallic, nonshrink Type V grout and hydrophilic Nitrile waterstop gasket in accordance with ASTM C-923 B. Hardware shall be 300 series stainless steel. Gaskets shall be natural or synthetic rubber. No plastic components shall be permitted. C. Pipe manufacturer’s wall fitting at the Bridge wall abutment (Schedule A) and Lift Station and the Grinding Facility (Schedule B) shall be cast into wall. Wall fittings shall be FWC coupling wall fitting or approved equal. PART 3 – EXECUTION 3.01 GENERAL A. INSPECTION: Inspect each pipe prior to installation. The pipe shall be free of cracks, crazing, holes, delamination, foreign inclusions, air bubbles, blisters, or other deleterious defects. Field repair of pipe or linings damaged by unloading or installation procedures will be permitted, subject to review of the proposed repair procedures by the Owner. Alternatively, replace the defective pipe or fitting or field cut to remove the damaged portion of pipe. Pipe intended for tunneling shall not be field cut, except to connect to direct-burial pipe. B. INSTALLATION: The installation of pipe and fittings shall be in accordance with ASTM D3839, Section 02223, the manufacturer's recommendations, and as specified. 1. When installing piping in trenches, do not deviate more than 1 inch from line or ¼ inch from grade. Measure for grade at the pipe invert. 2. Do not deflect rubber gasket joints more than the manufacturer's recommended maximum joint deflection angle. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL FRP MORTAR PIPE ADDENDUM #6 15059-15 3. Carefully clean pipe end and gasket prior to insertion into the coupling. Apply soap solution approved by the pipe manufacturer immediately prior to joining the pipes. Check completed joint with feeler gauge to make sure the gasket is completely seated around the circumference of the pipe. 4. Protect pipe integrity for all installation methods and phases of construction. This includes, but is not limited to safe handling, utilization of Manufacturer approved installation procedures, and proper protection and installation methods during trenchless installation, as required by specification section 02345, including but not limited to, use of packer rings at the joints to distribute jacking loads. C. PIPE HANDLING: Use textile slings, other suitable materials or a forklift. Use of chains or cables shall not be permitted. D. JOINING: Clean ends of pipe and joint components. Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. Use suitable equipment and end protection to push the pipes together. Do not exceed forces recommended by the manufacturer for jointing or pushing pipe. 3.02 PIPELINE ACCEPTANCE AND TESTS A. DEFLECTION TESTING: Pipe deflection shall be tested after backfill is complete. Pipe initial vertical cross-section deflection shall not exceed 3% of the original pipe diameter. Provide inspection data to Construction Manager. B. AIR PRESSURE/JOINT PRESSURE TESTING: The air test shall comply with SSPWC Subsection 306-7.8.2. Joints shall be air tested individually with the use of specialized equipment. Not more than one (1 ) joint shall be air tested at any one time. Air pressure testing shall not be performed between successive manholes.The Contractor shall submit the joint testing procedure for the Construction Manager’s review and acceptance prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. Joint test pressure shall be 3-psi higher than the groundwater pressure, if any, outside the pipe. Groundwater pressure may be determined by positioning the testing device on a visibly infiltrating joint and measuring FRP MORTAR PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15059-16 ADDENDUM #6 the resulting VOID pressure with the VOID pressure monitoring equipment. In the absence of groundwater pressure data, the test pressure shall be equal to 0.5 psi per vertical foot of pipe depth or 3 psi, whichever is greater. The maximum allowable pressure drop shall be 1.0 psi over a 30-second test period. Visually inspect, mark, repair and retest any leaks indicated by escaping gas bubbles or water. Pressure test each pipe joint using portable pipe joint tester prior to backfilling or grouting. Visually inspect, mark, repair and retest any joints failing the test. Pipe Joint tester shall meet the following criteria: 1. Pressure cylinder which fits inside pipe, straddles pipe joint and isolates and pressurizes a section of pipe. 2. Elastomeric sealing elements encircle the joint tester body so that when inflated or deformed they affect a seal between the joint tester body and the interior surface of the pipe. Sealing elements shall be designed to resist test pressure at an inflation pressure that does not exceed capacity of pipe. 3. Data plate: References pipe diameter, rated test pressure, inflation pressure and any torque requirements for threaded fasteners. 4. Testing shall be performed in the presence of the Construction Manager. ** END OF SECTION ** DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL POLYMER CONCRETE PIPE ADDENDUM #6 15072-1 SECTION 15072 POLYMER CONCRETE PIPE PART 1 -- GENERAL 1.01 DESCRIPTION A. SCOPE: Perform the work as specified and required to provide all Polymer Concrete (Polymer) pipe complete and in place including ancillary fittings and specials required for proper completion of the Work and for the intended use. B. REQUIREMENT At the Contractor’s option, Polymer Concrete (Polymer) Pipe may be provided as an alternate material for microtunnel and open cut as follows; where provided as an alternative material for pipe jacking/microtunnel installation, polymer pipe provided shall be unreinforced, where provided as an alternative material for open cut installation, polymer pipe may be unreinforced or steel reinforced at the Contractor’s option. Alternate pipe material designs shall be subject to approval by the Construction Manager prior to procurement of the pipe to be provided by the Contractor. Contractor shall submit design calculation prepared, signed and sealed by a Professional Engineer registered in the State of California and verified by the manufacturer. 1. The furnished pipe shall have a minimum internal diameter of 52.5-inch for nominal 54-inch diameter pipe. Minimum diameter shall apply to all open-cut, jacking pipe and intermediate jacking station pipes. 2. Design Responsibility: The design and layout of pipe, manholes and fittings shall meet the service conditions and the criteria specified in this Section and as shown on the Plans and are the responsibility of the Contractor. The Contractor shall submit design calculations for wall thickness and pipe stiffness class demonstrating that the pipe is capable of sustaining the maximum stresses to be imposed during installation and service. The Contractor shall submit design calculations for polymer pipe, manholes and fittings with wall thickness and strength class demonstrating that the pipe is capable of sustaining the maximum stresses to be imposed during installation and service. a. The calculations shall take into account ground loads, live loads, jacking forces, estimated pipe string compression, eccentric forces due to steering (0.5 degree joint deflection), external loads such as POLYMER CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15072-2 ADDENDUM #6 traffic and railroad, and any other loads which may be reasonably anticipated. b. All loads, the factor of safety and allowable jacking capacities shall be shown and described. The allowable safe jacking capacity of the pipe shall be 3.0 times greater than the maximum jacking forces which may be imposed on the pipe by the microtunneling installation process as identified by theoretical calculations Maximum jacking loads applied to the pipe cylinder shall be determined at the minimum wall thickness where the cross section has been reduced. c. Separate submittals shall be provided for microtunnel and open cut installation methods. Pipe shall be designed and calculations provided in accordance with the minimum parameters and requirements specified. d. The calculations shall include trench details and materials proposed for bedding and backfill in accordance with Section 02223 and Section 02200 for review and approval by the Construction Manager. e. The calculations shall include pipe expansion and contraction resulting from varying atmospheric temperatures, as well as lateral / vertical bridge displacements. The calculations shall include expansion joint design to accommodate thermal and bridge / pipe displacements. f. The calculations shall include design and placement of reinforcing steel if so used. C. DEFINITIONS: Per Section 15059. 1.02 QUALITY ASSURANCE A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL POLYMER CONCRETE PIPE ADDENDUM #6 15072-3 Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ASTM A276 Standard for Stainless and Heat-Resisting Steel Bars and Shapes. ASTM C33 Standard Specification for Concrete Aggregates. ASTM C-76 Standard Specification for Reinforced Concrete Sewer Pipe. ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes Using Rubber Gaskets. ASTM C-497 Standard Test Methods for Concrete Pipe, Manhole Sections, and Tile. ASTM C579 Standard Test Method for Compressive Strength of Chemical Resistant Mortars, Grouts, Monolithic Surfacing and Polymer Concretes. ASTM D4161 Standard Specification for “Fiberglass” (Glass-Fiber- Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. ASTM D6783 Standard Specification for Polymer Concrete Pipe. ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. B. MANUFACTURER REQUIREMENTS: Manufacturer shall maintain a continuous Quality Control Program and laboratory facilities capable of performing the inspections and testing required by the Contract Documents. All material testing, inspection procedures and process of manufacture shall be subject to inspection by the Construction Manager. The manufacturer of pipe and fittings for open cut installation shall provide a list of five projects with a minimum combined total of 5,000 linear feet, where 42-inch or larger diameter pipe was supplied and installed by open cut within the United States. Each reference shall contain the names of the Owner, Engineer and Contractor. References may include direct bury and carrier pipe with host installations. POLYMER CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15072-4 ADDENDUM #6 The manufacturer of pipe for jacking/microtunneling shall provide a list of five trenchless projects with a minimum combined total of 5,000 linear feet of jacked/microtunnel pipe, where 42-inch or larger diameter pipe was supplied and installed by jacking/microtunnel within the United States. Each reference shall contain the names of the Owner, Engineer and Contractor. Jacking and/or microtunnel pipe and associated fittings shall be the product of one manufacturer unless otherwise shown. Open-cut, embankment shall be the product of one manufacturer unless otherwise shown. Contractor shall not mix pipe or fittings by different manufacturers and the Contractor shall be responsible to provide a watertight fitting at transition points between manufacturers. Transitions shall be submitted for review and acceptance by the Construction Manager prior to purchase of the pipe. All pipe shall be manufactured specifically for this project. No pipe shall be furnished from stock unless approved by the Construction Manager. C. QUALIFICATION TESTING Manufacturer shall perform all tests and inspections required by ASTM D6783 and the Contractor shall submit a manufacturer’s affidavit that all provided materials have been tested and meet the performance requirements of ASTM D6783. The Contractor, at their expense, shall furnish certified test data as required by the Owner to demonstrate compliance with specified performance requirements including but not limited to quality control, quality assurance, strength, chemical and abrasion resistance, dimensional tolerance, and suitability such that furnished pipe fulfill its specified function. Tests and testing methods shall be subject to review and acceptance by the Owner. The Owner or their designated representative shall be entitled to inspect pipes or witness pipe fabrication and material testing at the manufacturer’s facilities at no additional cost to the Owner. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. The Contractor shall provide the Owner’s Representative with four (4) weeks’ notice of the start of fabrication of pipe to be furnished. The Contractor shall include in their Bid, the cost for two (2) Owner or their designated representatives to visit and inspect the pipe manufacturer’s facilities. 1.03 SUBMITTALS The Contractor shall submit the following in accordance with the General Conditions and Section 01300: A. SHOP DRAWINGS: Submit the following: 1. Detailed drawings of the pipe, gaskets, joints, pipe special sections, and connections. Detailed drawings shall provide dimensions of pipes DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL POLYMER CONCRETE PIPE ADDENDUM #6 15072-5 including inside diameter and wall thicknesses and details of pipe reinforcement where provided, pipe joints and gaskets. 2. Pipe-laying diagrams showing the location, length, strength designation, and number or marking designation of each pipe section, manhole, and fitting to be furnished. The station and elevation of the pipe invert at all changes in grade and all data on curves and bends for both horizontal and vertical alignment shall also be shown. Include the following information: a. Quantities and laying lengths of each piece. b. Stations and invert with respect to the Project baseline. c. Invert grade with respect to horizontal between each change of grade. d. Invert elevations referenced to Project vertical datum at each change in horizontal geometry and vertical grade. e. Maximum allowable joint deflections for each type of joint to nearest 1/8 inch; top or bottom, left or right. f. Details of pipe closures. g. Detail of specials and fittings. B. Marking Schedule: Marks to be used on the finished products to identify pipes, specials and accessories shown on shop drawings and laying schedules. Coordinate identification of each piece with shop drawings, product data, and marking schedule. C. Pipe joint test procedures describing method of joint testing and repair procedures in accordance to the manufacturer’s recommendations. D. Manufacturer’s certificate of compliance with the requirements per Paragraph 1.02.B of this Section. E. Manufacturers Certificate of Compliance stating pipe and fittings provided are in accordance with the requirements of this Section and referenced Standards for each size of pipe and fittings used. Provide certified test results upon request. F. Provide an affidavit of compliance stating Polymer pipe provided meets chemical resistance and physical properties in accordance with ASTM D3681. Provide certified test results upon request. G. Provide an affidavit of compliance for the provided gasket that it is suitable for use in sanitary sewer systems, manufactured in accordance with ASTM D4161 POLYMER CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15072-6 ADDENDUM #6 and meets the minimum requirements of ASTM F477. Provide with test reports on the properties of the gasket material. Certified test results upon request per Section 15075. H. Manufacturer instructions on storage, handling, transportation, and installation. I. Design calculations and manufacturer’s statement verifying calculations. 1.04 SERVICE CONDITIONS The Contractor shall design and prepare lay drawings of the pipe to meet the service conditions of installation as specified. A. DESIGN CRITERIA: Minimum criteria for design of piping systems shall include the following: 1. Service Conditions: a. Liquid Service: Sewage. b. Flow Conditions: Non Pressure – Gravity flow. 2. External loads imposed on pipelines include earth load, live load, and forces imposed on the pipe by the Contractor’s means and methods. Minimum values shall be as follows: a. Depth of cover shall be as shown. b. Minimum earth load for design of pipe shall be a unit weight of soil of 130 pounds per cubic foot. c. Native soil conditions as provided by Geotechnical Investigations. d. Under Roadways: AASHTO HS20 truck loading with earth cover. e. Under Railroads and within Railroad Right-of-Way: Cooper E80 live loading with earth cover. f. Hydrostatic loading shall assume groundwater to grade at deepest location. 3. Long term creep properties. 4. Pipe expansion, including thermal, and as resulting from pipe / bridge connection. 5. Installation methods shall be as shown on the Drawings. The design shall take into account, jacking forces, estimated pipe string compression, eccentric forces DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL POLYMER CONCRETE PIPE ADDENDUM #6 15072-7 due to steering (0.5 degree joint deflection), and any other installation forces or loads which may be reasonably anticipated 6. Interior surface liner shall not be used in structural calculations.. 1.05 MATERIALS TRANSPORTATION, HANDLING AND STORAGE Handle all pipe, fittings, and appurtenances carefully with proper handling devices: web slings, padded slings and clean, padded forks in accordance with manufacturer’s recommendations. Store pipe, fittings and appurtenances on heavy wood blocking or platforms so they are not in contact with the ground. Materials cracked, gouged, chipped, dented or otherwise damaged will not be accepted. Minor defects in the pipe or coatings may be repaired at the site by a method approved by the manufacturer and the Engineer. Damaged pipe, fittings and appurtenances shall be repaired or replaced at Contractor’s expense. 1.06 SCHEDULE Per Section 15059. PART 2 -- PRODUCTS 2.01 MATERIALS A. RESIN SYSTEM: The resin shall have a minimum deflection temperature of 158°F when tested at 264 psi. Pipe shall not contain Portland cement or other corrodible elements other than steel reinforcement. Pipe shall sustain without failure for 50 years a minimum load of 50% of the initial three-edge bearing strength when exposed to the following: 1. Chemical Solution – 1.0 N Sulfuric Acid – Water and Sodium Hydroxide (pH of 10.0) B. FILLER: Aggregate shall conform to a maximum grain size of 5/8 inch. The sand shall have a maximum grain size of 16 mesh. The filler shall be in inert powder. The aggregate, sand, and inert powder shall be cleaned, washed, and dried. All aggregate, sand and powder shall meet the requirements of ASTM C33. C. ADDITIVES: Resin additives, such as curing agents, pigments, dyes, filers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. POLYMER CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15072-8 ADDENDUM #6 D. ELASTOMERIC GASKETS: Gaskets shall meet ASTM F477 and be supplied by approved gasket manufacturers and be suitable for the service intended. Gaskets shall be EPDM and suitable for the service intended. Gaskets shall be either affixed to the pipe by means of a suitable adhesive or shall be installed in such a manner so as to prevent the gasket from rolling out of the pipes’ pre-cut grooves. E. STAINLESS STEEL COUPLINGS: Stainless steel joint sleeves and couplings shall meet the requirements of ASTM A276. 2.02 MANUFACTURE A. PIPE: The manufacturer shall use only polyester or vinyl ester resin systems with a proven history of performance in this particular application. Manufacture pipe by the vibratory vertical casting process resulting in a dense, non-porous, corrosion-resistant, homogeneous, composite structure, homogeneous. The pipe wall shall consist of a thermosetting resin and aggregate and shall meet the performance requirements of ASTM D6783. 1. DIAMETER: The actual diameter of the pipes shall be in accordance with ASTM C-76 with strength class and D-load per ASTM D6783. 2. LENGTHS: Pipe shall be supplied in nominal lengths of 10 feet. Actual laying length shall be nominal +1 inch. At least 90 percent of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. Special short lengths may be used where surface geography or installation conditions require shorter lengths. 3. STRENGTH CLASS: Pipe shall be Class III, IV, and V. Quality of materials, process of manufacture, and finished pipe shall be subject to inspection and approval by Engineer. The minimum wall thickness, measured at the narrowest point along the pipe. 4. TOLERANCES: Pipe shall meet minimum tolerances for straightness and end squareness: a. END SQUARENESS: Pipe ends shall be square to the pipe axis with a maximum tolerance of ¼-inch. b. STRAIGHTNESS: Pipes shall be straight to within ¼-inch per linear foot. A minimum compressive strength of 10,000 psi per ASTM C579. B. JOINTS: DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL POLYMER CONCRETE PIPE ADDENDUM #6 15072-9 Unless otherwise specified, the pipe shall be connected with a 304 stainless steel coupling utilizing an elastomeric sealing gasket as the sole means to maintain joint water-tightness. Fiberglass couplings shall not be provided. The joint shall meet the performance requirements of ASTM C443 and ASTM D4161 as applicable. The joint shall have an outside diameter equal to or slightly lesser than the outside diameter of the pipe. When pipe is assembled, the joints shall be essentially flush with the outside diameter of the pipe. Joints at tie-ins may use couplings that extend beyond the outside diameter of the pipe. 1. FITTINGS: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. Fittings shall be manufactured from mitered sections of pipe and jointed by epoxy bonding or fiberglass overlay. 2. MARKING: Each pipe section shall be marked at both ends inside and on the outside to identify the manufacturer, manufacturer number (identified factory location and date of manufacture), nominal diameter, pipe strength class. 2.03 CHEMICAL TESTING AND PHYSICAL TESTING A. CHEMICAL AND PHYSICAL TESTING: Pipes shall be manufactured and tested in accordance with ASTM D6783. The manufacturing process shall result in a dense, non-porous, corrosion-resistant, consistent composite structure. 2.04 TRUNK SEWER MANHOLES AND TRANSITIONS Manholes shall be constructed of the same material as the pipe. Contractor shall submit shop drawings PART 3 -- EXECUTION 3.01 GENERAL A. INSPECTION: Inspect each pipe prior to installation. The pipe shall be free of cracks, holes, delaminations, foreign inclusions, blisters, or other defects that result in a variation of inside diameter or more than 1/8-inch from that obtained on adjacent unaffected portions of the surface or defects that would, due to their nature, degree, or extent, have a deleterious effect on the pipe performance as determined by the Engineer. Prior to installation, damaged pipe shall be either repaired or field cut to remove the damaged portion as approved by a Manufacturer’s Representative. Retest within 60 days prior to installation of all pipe that is more than 180 days old from the date of manufacture to ensure compliance with the requirements of this Section. Do not install pipe that is more than 2 years old from the date of manufacture. POLYMER CONCRETE PIPE PWS CONTRACT NO. 13-40UTIL DECEMBER 2014 15072-10 ADDENDUM #6 Should the Construction Manager elect not to inspect the manufacturing or testing of finished pipes, it in no way implies approval of products or tests. 3.02 INSTALLATION Trench excavation, bracing methods, foundation preparation, pipe bedding, trench backfill and related operations shall be in accordance with the requirements of Section 15051, Buried Piping Installation. The manufacturer shall furnish a suitable qualified field service representative to be present during the installation of pipe for the first two manhole to manhole segments of each size pipe installed. 3.03 PIPE TO MANHOLE CONNECTIONS All interceptor sewer pipes connecting to fiberglass reinforced pipe or manholes tees shall be as made with transition adaptors per Section 2.04. Adaptors shall be manufactured to match the polymer pipe joint. Connections to polymer manholes shall be approved resilient watertight connectors in accordance with ASTM C923. Connections shall consist of a chemically resistant neoprene EPDM flexible boot, locking ring, and pipe clamp(s). The locking ring shall be stainless steel and shall lock the boot into the preformed opening in the manhole. The pipe clamp shall be stainless steel. Adaptors and manhole connections shall meet the performance requirements of the polymer joint. 3.04 PIPELINE ACCEPTANCE AND TESTS A. DEFLECTION TESTING: Following placement and compaction of backfill and prior to placing permanent pavement, ball and mandrel the pipe to measure for obstructions (excessive deflections, joint offsets, and lateral pipe intrusions) in accordance with Section 15044. Pipe initial vertical cross- section deflection shall not exceed 3% of the original pipe diameter. Provide inspection data to Construction Manager. B. AIR PRESSURE/JOINT PRESSURE TESTING: Joints shall be air tested individually with the use of specialized equipment. Not more than one (1 ) joint shall be air tested at any one time. Air pressure testing shall not be performed between successive manholes.The Contractor shall submit the joint testing procedure for the Construction Manager’s review and acceptance prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. Joint test pressure shall be 3-psi higher than the groundwater pressure, if any, outside the pipe. Groundwater pressure may be determined by positioning the testing device on a visibly infiltrating joint and measuring the resulting VOID pressure with the VOID pressure monitoring equipment. In the absence of groundwater pressure data, the test pressure shall be equal to 0.5 psi per vertical foot of pipe depth or 3 psi, whichever is greater. DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL POLYMER CONCRETE PIPE ADDENDUM #6 15072-11 The maximum allowable pressure drop shall be 1.0 psi over a 30-second test period. Visually inspect, mark, repair and retest any leaks indicated by escaping gas bubbles or water. Pressure test each pipe joint using portable pipe joint tester prior to backfilling or grouting. Visually inspect, mark, repair and retest any joints failing the test. Pipe Joint tester shall meet the following criteria: 1. Pipe Joint tester shall meet the following criteria: a. Pressure cylinder which fits inside pipe, straddles pipe joint and isolates and pressurizes a section of pipe. b. Elastomeric sealing elements encircle the joint tester body so that when inflated or deformed they affect a seal between the joint tester body and the interior surface of the pipe. Sealing elements shall be designed to resist test pressure at an inflation pressure that does not exceed capacity of pipe. c. Data plate: References pipe diameter, rated test pressure, inflation pressure and any torque requirements for threaded fasteners. d. Testing shall be performed in the presence of the Construction Manager. ** END OF SECTION ** TABLE OF CONTENTS DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL. PAGE i GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS DIVISION 01 – GENERAL REQUIREMENTS 01010 Summary of Work 01011 Contract Time 01014 Work Sequence 01015 Contractor’s Use of Premises 01025 Measurement and Payment 01050 Survey Information 01060 Safety and Health 01071 Standard References 01200 Project Meetings 01300 Submittals 01310 Construction Schedule 01380 Photographs 01400 Quality Control 01500 Contractor’s Utilities 01505 Mobilization 01530 Protection of Existing Facilities and Properties 01550 Site Access and Storage 01560 Environmental Controls 01600 Products, Materials, Equipment and Substitutions 01605 Shipment, Protection and Storage 01662 Commissioning 01664 Training 01680 Testing and Physical Checkout 01700 Project Closeout 01720 Record Drawings 01730 Operating and Maintenance Information 01800 Environmental Conditions 01900 Seismic Anchorage and Bracing 01999 Reference Forms DIVISION 02 – SITE WORK 02050 Demolition and Savage 02080 Asbestos Cement Pipe Removal 02100 Site Preparation 02140 Dewatering 02145 Temporary Bypass Pumping 02146 Hot Tapping/Line Stopping 02200 Earthwork 02202 Flowable Fill 02223 Trenching, Excavation, Backfilling, and Compacting 02270 Erosion, Sedimentation, and Dust Control 02342 Contact Grouting 02345 Microtunneling 02346 Shaft Excavation TABLE OF CONTENTS PAGE ii PWS CONTRACT NO. 13-40UTIL. DECEMBER 2014 DIVISION 02 – SITE WORK (CONTINUED) 02347 Instrumentation and Monitoring 02348 Horizontal Directional Drilling 02350 Sheeting, Shoring, and Bracing 02603 Rehabilitation of Sanitary Sewer Manholes 02605 Sanitary Sewer Manhole Coating Systems 02760 Sewer Pipe and Structure Cleaning DIVISION 03 – CONCRETE 03100 Formwork 03121 Form Liners for Architectural Concrete 03200 Concrete Reinforcement 03290 Joints in Concrete Structure 03300 Cast-in-Place Concrete 03365 Concrete Stain 03400 Precast Concrete Structures 03460 Precast Concrete Manholes 03481 Precast, Prestressed Concrete Piles 03600 Grout DIVISION 04 – MASONRY 04232 Reinforced Concrete Block Masonry DIVISION 05 – METALS 05100 Structure Metals 05101 Prefabricated Steel Truss Bridge 05405 Cold-Formed Metal Framing 05500 Metal Fabrications 05501 Anchor Bolts 05503 Access Hatches 05505 Miscellaneous Metalwork 05520 Handrailing 05800 Expansion Joint Covers 05910 Hot-Dip Zinc Coating DIVISION 06 – WOOD AND PLASTIC 06100 Rough Carpentry 06610 Fiberglass Reinforced Plastic Railings TABLE OF CONTENTS DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL. PAGE iii DIVISION 07 – THERMAL AND MOISTURE PROTECTION 07100 Waterproofing and Moistureproofing 07131 Self-Adhering Sheet Waterproofing 07190 Water Repellents 07210 Thermal Insulation 07270 Self-Adhering Air and Vapor Barrier 07541 Polyvinyl-chloride (PVC) Roofing 07600 Flashing and Sheet Metal 07620 Sheet Metal Flashing and Trim 07720 Roof Accessories 07900 Sealants 07920 Architectural Joint Sealants 07950 Expansion Joint Systems DIVISION 08 – DOORS AND WINDOWS 08113 Hollow Metal Doors and Frames 08220 Fiberglass-Reinforced Door Frames Systems 08332 Overhead Coiling Doors 08620 Unit Skylights 08710 Finish Hardware DIVISION 09 – FINISHES 09200 Gypsum Board 09221 Non-Structural Metal Framing 09651 Resilient Base and Accessories 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines 09881 Polyvinyl Chloride Liner for Concrete 09900 Coating Systems 09911 Painting 09955 Fiberglass Reinforced Panels 09960 High Performance Coatings 09961 Fusion Bonded Epoxy Linings and Coatings DIVISION 10 – SPECIALTIES 10431 Architectural Signage 10441 Warning Signs 10801 Toilet Accessories TABLE OF CONTENTS PAGE iv PWS CONTRACT NO. 13-40UTIL. DECEMBER 2014 DIVISION 11 – EQUIPMENT 11000 General Requirements for Equipment 11002 Rigid Equipment Mounts 11005 Machine Alignment 11010 Equipment Controls 11021 Vibration Isolation Systems 11050 General Requirements for Centrifugal and Axial Flow Pumping Equipment 11060 Electric Motors 11069 Adjustable Frequency Drives 11104 Aluminum Stop Logs 11109 Fabricated Stainless Steel Slide Gates 11116 In-Channel Grinders 11142 Vacuum Eductors 11304 Custom Engineered Vertical Variable Speed Non-Clog Centrifugal Pumps 11346 Submersible Sump Pumps 11347 Submersible Wastewater Pumps for Constant Speed Applications DIVISION 13 – SPECIAL CONSTRUCTION 13230 Fiberglass Reinforced Plastic Fabrications 13234 Fiberglass Reinforced Plastic Ductwork 13237 RTP Grating 13565 Packaged Bulk Media Biofilter 13900 Modification to Existing Structures, Piping, and Equipment DIVISION 14 – CONVEYING SYSTEMS 14611 Monorail Hoist and Trolley 14630 Bridge Cranes and Hoists DIVISION 15 – MECHANICAL 15041 Disinfection of Piping 15043 Testing of Gravity Sewer Pipelines 15044 Hydrostatic Testing of Pressure Pipelines 15050 Piping Systems 15056 Reinforced Concrete Pipe 15057 Copper Tubing, Brass, and Bronze Pipe Fittings 15059 Fiberglass Reinforced Polymer Mortar Pipe 15061 Steel Pipe 15062 Ductile Iron Pipe 15063 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 15064 Polyvinyl Chloride (PVC) Pressure Pipe TABLE OF CONTENTS DECEMBER 2014 PWS CONTRACT NO. 13-40UTIL. PAGE v DIVISION 15 – MECHANICAL (CONTINUED) 15065 High Density Polyethylene (HDPE) Pipe 15067 Stainless Steel Piping 15072 Polymer Concrete Pipe 15073 Double Containment Plastic Pipe 15074 Blow off Assemblies 15075 Joint Gaskets 15085 Piping Connections 15090 Expansion Joints and Flexible Metal Hose 15095 Piping Appurtenances 15096 Pipe Hangers and Supports 15100 Valves, General 15101 Metal Seated Gate Valves 15102 Resilient-Seated Gate Valves 15103 Butterfly Valves 15110 Eccentric Plug Valves 15112 Reduced Pressure Backflow Preventers 15118 Spring-Loaded Swing Check Valves 15125 Jacked Pipe Casing 15129 Full-Port Ball Valves 15147 Solenoid Valves 15151 Air Release and Vacuum Relief Valves 15180 Power Actuated Valve and Gate Schedule 15184 Manual Valve and Gate Operators and Operators Appurtenances 15185 Power Valve and Gate Actuators and Appurtenances 15250 Insulation for Exposed Piping and Equipment 15400 Plumbing 15782 Packaged Rooftop Air Conditioning Unit 15828 Centrifugal Fiberglass Reinforced Plastic Foul Air Fans 15844 Gravity Ventilators 15858 Centrifugal Roof Supply Fans 15863 Propeller Wall Fans 15873 Centrifugal Roof Exhaust Fans 15887 Disposable Air Filters 15891 Sheet Metal Ductwork 15944 Louvers 15990 HVAC Conditioning Systems Testing, Adjusting, and Balancing TABLE OF CONTENTS PAGE vi PWS CONTRACT NO. 13-40UTIL. DECEMBER 2014 DIVISION 16 – ELECTRICAL 16000 General Requirements for Electrical Work 16030 Electrical Acceptance Testing 16069 Active Harmonic Filter 16110 Raceways Boxes and Supports 16120 600 Volt Conductors, Wire and Cable 16140 Wiring Devices 16175 Miscellaneous Electrical Devices 16232 Indoor Standby Diesel Generator 16265 Service Entrance Section Automatic Transfer Switches 16311 Low Voltage Switchboards 16400 Entrance and Security System 16431 Arc Flash, Short Circuit Study, and Protective Device Coordination Report 16445 Transient Voltage Surge Suppression 16450 Grounding System 16460 Dry Type Transformers 16470 Lighting and Power Distribution Panelboards 16500 Luminaries 16640 Cathodic Protection by Sacrificial Anodes 16920 600 Volt Motor Control Centers DIVISION 17 – INSTRUMENTATION AND CONTROL 17000 General Requirements for Instrumentation and Control 17030 Process Instrumentation and Control System Testing 17110 Instrumentation and Control Panels 17130 Power Supply and Conditioning Equipment 17200 Instrument Index 17211 Process Taps and Primary Elements 17212 Transmitters 17216 Process Switches 17310 Programmable Logic Controller 17316 Operator Interface System 17510 Ambient Air Pollution Monitoring Systems 17715 Security Surveillance System 17900 Control Specifications