#349 Mendoza FM Rehab Bid Documents - FinalCOSTA MESA SANITARY DISTRICT
ORANGE COUNTY, CALIFORNIA
CONTRACT DOCUMENTS
FOR
MENDOZA FORCE MAIN REDUNDANCY & IMPROVEMENTS
Project No. 349
Bid Date: Wednesday January 7, 2026
Contract Time: 75 Working Days
Mark Esquer
District Engineer
Costa Mesa Sanitary District
MENDOZA FORCE MAIN REDUNDANCY & IMPROVEMENTS
Project No. 349
TABLE OF CONTENTS
NOTICE INVITING SEALED PROPOSALS (BIDS)
BID PROPOSAL
STANDARD SPECIFICATIONS
ATTACHMENTS
A. SPECIAL PROVISIONS
B. COSTA MESA SANITARY DISTRICT CONSTRUCTION AGREEMENT
C. COSTA MESA SANITARY DISTRICT REQUEST FOR CHANGE ORDER FORM
D. CMSD CIP INSURANCE REQUIREMENTS
E. CMSD BOND FORMS
F. CMSD CLOSEOUT AGREEMENT SAMPLE
CMSD Project No. 349 Notice Inviting Bids – 1 of 2
COSTA MESA SANITARY DISTRICT
ORANGE COUNTY, CALIFORNIA
NOTICE INVITING SEALED PROPOSALS (BIDS)
NOTICE IS HEREBY GIVEN that the Board of Directors of the Costa Mesa Sanitary District invites and will receive
sealed proposals (bids) for furnishing all labor, materials, equipment, transportation, permits, and other items
necessary for the construction of the following project:
MENDOZA FORCE MAIN REDUNDANCY & IMPROVEMENTS
Project No. 349
The project includes constructing new sewer gravity main, a new manhole, and some work at the Mendoza Pump
Station, located on the west side of Mendoza Drive, in Costa Mesa California. The construction will be located in the
Alley near the intersection of Mendoza Drive and the flood control channel south of Baker Street, and in the Mendoza
Pump Station yard which is at the southwest end of the Alley. The contractor will be required to apply for and obtain
a Public Works Encroachment Permit from the City of Costa Mesa for the work in the Alley. The contractor will have
to make their own arrangements for temporary equipment and material storage for the project. The city will not allow
overnight storage of construction equipment and materials in the public right-of-way.
The Engineer’s Estimate for this project is: $454,108.
Bids will be received by the Costa Mesa Sanitary District office at 290 Paularino Avenue, Costa Mesa, California
until the hour of 10:00 a.m. on the Wednesday January 7, 2026, at which time they will be opened publicly and
read aloud in the Board Conference Room. Sealed proposals shall bear the title of the project and the name of the
bidder. Any bid received after the scheduled bid opening time shown above will not be accepted and returned to the
bidder unopened. It shall be the sole responsibility of the bidder to seal and deliver the bid proposal to the District
office at or before the time specified in this notice provided. A set of the approved contract documents including plans
and specifications may be obtained from the Costa Mesa Sanitary District Website:
https://www.cmsdca.gov/news___publications/bid_opportunities.php
There is a mandatory pre-bid meeting at 11:00 a.m. on Wednesday December 3, 2025. The pre-bid
meeting will be held at the Mendoza Pump Station, at 2901 Mendoza Drive in Costa Mesa, CA.
All questions regarding the project must be submitted by 5:00 PM on Friday December 12, 2025. Questions
must be submitted by email to both:
DSaidi@RobHamers.com and ncervantes@cmsdca.gov
The Contractor shall comply with the provisions of the California Labor Code, the prevailing rate and scale of wages
determined by the Director of the Department of Industrial Relations, State of California. Prevailing rates shall be
paid to all workers employed in the performance of the contract. Such rates of wages are on file with Department of
Industrial Relations and in the district’s office and are available to any interested party upon request. The contractor
is responsible for all penalties prescribed for noncompliance to these provisions.
Each bid shall be submitted on the Bid Proposal Form furnished as part of the contract documents, and shall be
accompanied by a certified check, a cashier's check or a bidder's bond in an amount not less than 10-percent of the
amount of the bid, made payable to the Costa Mesa Sanitary District. The check or bond shall be given as guarantee
that the bidder will enter into a contract with the district and furnish the required payment and performance bonds and
certificates of insurance and endorsements if awarded the work. The check or bond will be declared forfeited if the
successful bidder does not enter into the contract or furnish the required bonds and insurance forms under the time
frame specified in the construction agreement.
CMSD Project No. 349 Notice Inviting Bids – 2 of 2
It is imperative that the bidders carefully review this notice and the district’s standard construction agreement and
insurance forms. The successful bidder will be required to comply with all requirements in the standard
construction agreement and insurance forms. In the event of failure or inability to meet these requirements after the
award of contract, the district shall have the right to reject the bid and/or declare a forfeiture of the bid bond.
Pursuant to California Contract Code Section 22300, the contractor will be entitled to post approved securities with
the district or an approved financial institution in order to have the district release funds retained by the district to
ensure performance of the contract.
No bidder or subcontractor shall be listed in a bid proposal unless registered with the Director of Industrial
Relations pursuant to Labor Code Section 1725.5.
The time limit to complete the work is 75 WORKING DAYS from the Notice to Proceed. Liquidated damages in
the sum of $250 per day shall be imposed for each unexcused day beyond the contract completion date.
The Board of Directors of the District reserves the right to select the schedule(s) under which the bids are to be
compared, and contract(s) awarded, to reject any and all bids, and to waive any and all irregularities in any bid.
Dated: November 7, 2025 BY ORDER OF THE BOARD OF DIRECTORS
OF THE COSTA MESA SANITARY DISTRICT
CMSD Project No. 349 Bid Proposal Form – 1 of 9
COSTA MESA SANITARY DISTRICT
ORANGE COUNTY, CALIFORNIA
BID PROPOSAL FORM
MENDOZA FORCE MAIN REDUNDANCY & IMPROVEMENTS
Project No. 349
Name of Bidder:
Address:
Phone No.:
TO THE BOARD OF DIRECTORS
COSTA MESA SANITARY DISTRICT:
Pursuant to and in compliance with the Notice Inviting Sealed Proposals (Bids) and the other documents relating
thereto, the undersigned bidder has carefully examined and is completely familiar with the plans, specifications,
and contract documents including the local conditions affecting the performance of the contract, the character,
quality, quantities, and scope of the work, and the materials to be furnished as to the requirements of the
specifications and the contract.
If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within the time stipulated
in the contract, including all of its component parts and everything required to be performed, and to furnish any
and all of the labor, material, tools, equipment, transportation, services, permits, utilities, and all other items
necessary to perform the contract and complete in a workmanlike manner, all of the work required in connection
with the construction of said work all in strict conformity with the plans and specifications and other contract
documents, including addenda Nos.: , , , , and , on file in the District office for the prices
hereinafter set forth.
The undersigned as bidder, declares that the only persons or parties interested in this proposal as principals are
those named herein; that this proposal is made without collusion with any person, firm, or corporation; and he
proposes and agrees, if the proposal is accepted, that he will execute a contract with the District in the form set
forth in the contract documents and that he will accept in full payment thereof the following prices, to wit:
CMSD Project No. 349 Bid Proposal Form – 2 of 9
CMSD SEWER PROJECT NO. 349
SCHEDULE OF WORK ITEMS
MENDOZA PUMP STATION REHAB & IMPROVEMENTS
BID
ITEM
APPROX.
QUANTITY DESCRIPTION UNIT
PRICE
TOTAL
AMOUNT
1 Lump Sum
Bonds, Insurance, and Permits: Work under this item
includes any costs incurred for securing bonds,
insurance permits and financing for construction work.
$__________ $
2
Lump Sum
Mobilization, Demobilization and Cleanup:
AMOUNT BID FOR MOBILIZATION /
DEMOBILIZATION SHALL NOT EXCEED 4.0%
OF CONTRACTORS BID TOTAL.
Work under this item shall include preparatory and
cleanup operations including, but not limited to, those
necessary for the movement of personnel, equipment,
materials, and incidentals to and from the project site,
securing a temporary construction yard, securing all
necessary permits from the City of Costa Mesa, securing
the work site during all work activities, and maintaining
the project site in a safe and orderly manner during
construction. District shall pay 50 % of this item for
mobilization activities, and 50 % for demobilization
activities at the end of the project.
$__________ $
3 77 L.F.
Remove existing force main and construct new 18” PVC
gravity sewer main per construction plan. CMSD will
furnish 84 L.F. of 18” PVC SDR-26 Sewer Pipe.
Contractor to furnish all other materials, and all labor
and equipment necessary for construction.
$__________
per Foot $
4 38 LF
Construct new 15” PVC gravity sewer main per
construction plan. CMSD will furnish 42 L.F. of 15” PVC
SDR-26 Sewer Pipe. Contractor to furnish all other
materials, and all labor and equipment necessary for
construction.
$__________
per Foot $
5 1 EACH
Construct standard 60” I.D. manholes per construction
plan. CMSD will furnish contractor with 36" composite
manhole lid and frame. Contractor to furnish all other
materials, and all labor and equipment necessary for
construction.
$___________
Each $
6 Lump Sum
Remove existing pipes, valves, and miscellaneous
equipment, and convert valve vault to discharge manhole
per plan. Furnish all labor, materials, and equipment
necessary for construction.
$__________ $
CMSD Project No. 349 Bid Proposal Form – 3 of 9
CMSD SEWER PROJECT NO. 349
SCHEDULE OF WORK ITEMS
MENDOZA PUMP STATION REHAB & IMPROVEMENTS
BID
ITEM
APPROX.
QUANTITY DESCRIPTION UNIT
PRICE
TOTAL
AMOUNT
7 Lump Sum
Remove existing vault lid. Replace with precast concrete
lid with 36" diameter composite manhole opening.
Contractor to measure existing vault and make
adjustments as necessary. CMSD will furnish contractor
with 36" composite manhole lid and frame. Contractor
to furnish all other materials, and all labor and
equipment necessary for construction.
$__________ $
8 1 EACH
Core-Drill and join 15" sewer to existing manhole per
plan. Furnish all labor, materials, and equipment
necessary for construction.
$___________
Each $
9 1260 S.F.
Trench Repair and backfill. Remove and replace concrete
pavement in alley per City Standards. Furnish all labor,
materials, and equipment necessary for construction.
$___________
Per Square
Foot
$
10 1 EACH
Construct 6” Force Main By-Pass Connection per plan.
Furnish all labor, materials, and equipment necessary
for construction.
$___________
Each $
11 568 S.F.
Rehabilitate the interior surface of the Valve Vault and
the 3 manholes indicated on plans; apply Polyurethane
lining per plan. Furnish all labor, materials, and
equipment necessary for construction.
$___________
Per Square
Foot
$
12 22 LF
Construct 8” PVC C-900 Class 200 Force Main Tie-In to
60” Manhole per construction plan. Furnish all labor,
materials, and equipment necessary for construction.
$__________
per Foot $
13 Lump Sum
Construct 12"x12" in ground junction box & four 1" non-
metallic electrical conduits connected to valve vault and
manhole for future use per plan. $__________ $
14 Lump Sum
Construct 8" PVC electrical conduit per plan. Furnish all
labor, materials, and equipment necessary for
construction. $__________ $
15 Lump Sum
Construct Drop Bowl on sewer pipe inlet in Pump Sation
wet well per plan. Furnish all labor, materials, and
equipment necessary for construction. $__________ $
16 Lump Sum
Install and maintain Traffic Control devices, signs,
barricades, etc., for construction site. Includes alley
closure and assisting trash and chemical delivery trucks
access to the alley. Furnish all labor, materials, and
equipment necessary.
$__________ $
TOTAL AMOUNT OF ITEMS 1 THROUGH 13
$____________________
CMSD Project No. 349 Bid Proposal Form – 4 of 9
CMSD SEWER PROJECT NO. 349
SCHEDULE OF WORK ITEMS
MENDOZA PUMP STATION REHAB & IMPROVEMENTS
BID
ITEM
APPROX.
QUANTITY DESCRIPTION UNIT
PRICE
TOTAL
AMOUNT
WRITE TOTAL AMOUNT OF BID IN WORDS BELOW
Note: In case of a discrepancy between the words and figures, the words shall prevail.
______________________________________________________________________________________
Bidders Initials________
The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown
in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of
profits because of a difference between the quantities of the various classes of work as estimated and the work
actually done. If any error, omission or mis-statements shall be discovered in the estimated quantities, it shall
not invalidate this contract or release the Contractor from the execution and completion of the whole or
part of the work herein specified, in accordance with the specifications and the plans herein mentioned and the
prices herein agreed upon and fixed therefor, or excuse him from any of the obligations or liabilities
hereunder, or entitle him to any damages or compensation otherwise than as provided for in this contract.
Bidders Initials________
The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid
item or portion of the work or to omit portions of the work as may be deemed necessary or expedient, and
that the payment for incidental items of work, not separately provided in the proposal shall be considered
included in the price bid for other various items of work.
Bidders Initials________
CMSD Project No. 349 Bid Proposal Form – 5 of 9
Accompanying this proposal is ____________________________________________
_______________________________ ($________________).
NOTICE: Insert the words "Cash", "Certified Check", or "Bidder`s Bond", as the case may be in an amount
equal to at least 10% of the total bid price, payable to the Costa Mesa Sanitary District.
The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be
forfeited to the Costa Mesa Sanitary District as liquidated damages in case this proposal is accepted by the
District and the undersigned shall fail to execute a contract for doing said work and to furnish good and
sufficient bonds in the form set forth in the specifications and contract documents of the District with surety
satisfactory to the District within 10 Days after the bidder has received written notice of the award of the
contract; otherwise, said security shall be returned to the undersigned.
Respectfully submitted,
_________________________________ _________________________________
Contractor's Business Name Contractor Title
_________________________________ _________________________________
Business Address: Street By: Title
_________________________________ _________________________________
City State Zip Contractor's License, Expiration
Date & Classification
__________________________________
Business Phone Number
__________________________________
Name Title
__________________________________
Residence Phone Number
__________________________________
Bidder’s Residence: Street
__________________________________
City State Zip
I declare under penalty of perjury under the laws of the State of California that the forgoing is true and
correct.
Dated at ____________________, this________ day of________________ 201 ____.
________________________________
(Signed)
The full names and residences of all persons and parties interested in the foregoing proposal, as principals, are
as follows:
CMSD Project No. 349 Bid Proposal Form – 6 of 9
NOTICE: Give first and last names in full; in case of corporation, give names of President, Secretary, Treasurer
and Manager, and affix corporate seal; in all cases of partnerships and joint ventures give names of all the
individual members.
CONSTRUCTION PROJECT REFERENCES
In order to more fully evaluate your background and experience for the project herein proposed, it is
requested that you submit a list of Public Works and/or similar construction projects completed, or in
progress, within the last 24 months. Your cooperation in this matter is greatly appreciated.
DATE PROJECT AGENCY'S CONTRACT
AWARDED AWARDING AGENCY ADMINISTRATOR
CMSD Project No. 349 Bid Proposal Form – 7 of 9
PROJECT ADDENDA
Bidder shall signify receipt of all Addenda here, if any:
ADDENDUM NO. DATE RECEIVED BIDDER’S SIGNATURE
DESIGNATION OF SUBCONTRACTORS
In compliance with the "Subletting and Subcontracting Fair Practices Act" being Sections 4100-4113 of the
Government Code of the State of California, and any amendments thereto, each bidder shall set forth below the
name and location of the place of business of each Subcontractor who will perform work or labor or render
service to the prime Contractor in or about the construction of the work or improvement in an amount in
excess of 1/2 of 1% of the prime Contractor's total bid and shall further set forth the portion of the work
which will be done by each such Subcontractor. Only one Subcontractor for each such portion shall be
listed.
If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the
contract, he shall be deemed to have agreed to perform such work himself, and he shall not be permitted to
subcontract that portion of the work except under the conditions hereinafter set forth.
Subletting or subcontracting of any portion of the work to which no Subcontractor was designated in the
original bid, shall only be permitted in cases of public emergency or necessity, and then only after a finding
reduced to writing as a public record of the Legislative Body of the owner.
Portion State License
Of Work Subcontractor's Name and Address Number Class
CMSD Project No. 349 Bid Proposal Form – 8 of 9
10% BIDDER'S BOND TO ACCOMPANY PROPOSAL
(Required if the bidder desires to submit bond instead of a certified or cashier's check).
KNOW ALL PEOPLE BY THESE PRESENTS:
That we, _____________________________________________as principals, and
_________________________________________as surety, are held and firmly bound unto the Costa Mesa
Sanitary District, a special district, organized under the laws of the State of California and situated in Orange
County in the sum of _______________________________________________
($_____________________) to be paid to the District, its successors and assigns, for which payment well
and truly to be made, we bind ourselves, our heirs, executors, and administrators, successors or assigns, joint
and severally firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH,
That if the certain proposal of the above bounden
________________________________________________________, is accepted by the Costa Mesa
Sanitary District, and if the above bounden, _________________________ __________________ his heirs,
executors, administrators, successors and assigns, shall duly enter into and execute a contract for such
construction, and shall execute and deliver the LABOR AND MATERIAL and the FAITHFUL
PERFORMANCE BONDS described within 10 days (not including Sunday) from the date of the mailing
of a notice of the above bounden, __________________, by and from District, that said contract is ready
for execution, then this obligation shall become null and void; otherwise it shall be and remain in full force
and virtue.
IN WITNESS WHEREOF:
We hereunto set our hands and seals this ______________________ day
of ____________________, 20__.
__________________________________
__________________________________
__________________________________
CMSD Project No. 349 Bid Proposal Form – 9 of 9
NON-COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly
sworn on their oaths say, that neither they nor any of them have in any way, directly or indirectly, entered
into any arrangement or agreement with any other bidder, or with any public officer of Costa Mesa Sanitary
District whereby such affiant or affiants or either of them has paid or is to pay to such bidder or public officer
any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever,
or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or
agreement with any other bidder or bidder, which tends to or does lessen or destroy free competition in the
letting of the contract sought for on the attached bids; that no bid has been accepted from any Subcontractor
or supplier through any bid depository, the By-Laws, Rules, or Regulation of which prohibit or prevent the
Contractor from considering any bid from any Subcontractor or supplier which is not processed through said
bid depository, or which prevent any Subcontractor or supplier from bidding to any Contractor who does not
use the facilities of or accept bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered
to any person of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with
any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the
proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by:
_____________________________________
This _______ day of ___________ 20__.
My Commission expires:
_____________________________________
Notary Public
CMSD Project No. 349 Standard Specification
STANDARD SPECIFICATIONS
Except as hereinafter provided, the provisions of the latest edition of the "Standard Specifications for
Public Works Construction" (Green Book) and all amendments thereto, adopted by the Joint Cooperative
Committee of Southern California Chapter, American Public Works Association; hereinafter referred to as Standard Specifications, are adopted as the "Standard Specifications" of the Costa Mesa Sanitary District and
shall be considered as a part of these specifications. Also, a part of these specifications are the Costa Mesa Sanitary District's Standard Plans and Specifications for the Construction of Sanitary Sewers.
The following additions are made to the "Standard Specifications". If there is a conflict between the
Standard Specifications and these additions, these additions shall have first precedence.
1-2 DEFINITIONS
(a) AGENCY The Costa Mesa Sanitary District, also hereinafter called "District".
(b) BOARD The Board of Directors of the Costa Mesa Sanitary District.
(c) CONTRACT Documents including but not limited to the Proposal, Standard Specifications,
General Provisions, Special Provisions, Plans, Bonds, Insurance, Contract
Agreement and all Addenda setting forth any modifications of the document.
(d) ENGINEER District Engineer of the Costa Mesa Sanitary District.
(e) BIDDER Any individual, co-partnership, association or corporation submitting a proposal for
the work contemplated acting directly or through a duly authorized representative.
(f) LEGAL ADDRESS The legal address of the Contractor shall be the address of contractor given on the Contractor's bid and is hereby designated as the place to which all notices, letters or
other communications to the Contractor shall be mailed or delivered.
(g) LABORATORY An established laboratory approved and authorized by the Engineer for testing
materials and work involved in the contract.
(h) STATE Chapter 3, Part 5, Division 3, Title 2 of the CONTRACT Government Code. The
provisions of this ACT and other applicable laws form and constitute a part
of the provisions of this contract to the same extent as if set forth herein, in full.
2-1 AWARD AND EXECUTION OF CONTRACT
The award of contract, if awarded, will be to the lowest responsible bidder whose proposal complies
with all the requirements of the notice inviting bids. The District, however, reserves the right to reject any or all bids, and to waive any informality in the bids received. The award, if made, will be made within 30
days after the opening of the bids.
PROCEDURE FOR PROPOSAL SUBMITTAL
Proposal shall be made and submitted on the Proposal Forms in accordance with the Notice Inviting Bids.
No person, firm, or corporation shall be allowed to make, file, or be interested in, more than one
bid for the same work; unless alternate bids are called for. A person, firm, or corporation, who has submitted a sub-proposal to a bidder, or who has quoted prices on materials to a bidder, is not hereby
disqualified from submitting a sub-proposal or quoting prices to other bidders. If, on the opening of bids,
more than one bid appears in which the same person, firm, or corporation, is interested as a principal, all such bids shall be rejected.
CMSD Project No. 349 Standard Specification
Proposals with interlineations, alterations, or erasures, shall be initialed by the bidder's authorized agent.
Alternative proposals, special conditions, or other limitations or provisions affecting the bid, except as such
called for by the contract documents, will render the bid informal and may cause its rejection. All proposals must give the prices bid for the various items of work and must be signed by the bidder, who shall give his
address. Each bid shall have thereon the affidavit of the bidder that such bid is genuine and not sham or collusive or made in the interest or behalf of any other person not therein named and that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a sham bid, or any person, firm or corporation to refrain
from bidding and that the bidder has not in any manner sought by collusion to secure himself an advantage over any other bidder.
REQUEST FOR INTERPRETATION
If any person contemplating submitting a bid is in doubt as to the true meaning of any part of the plans, specifications, or other proposed contract documents, or finds discrepancies in, or omissions from the drawings
or specifications, he may request the Engineer, in writing, for an interpretation or correction thereof. The person
submitting such a request shall be responsible for its prompt delivery. All such interpretations of the contract documents will be made only by Addenda duly issued and a copy of each such Addendum will be mailed or
delivered to each person receiving a set of contract documents at his last address of record. The District will not be responsible for any other explanations or interpretations of the contract documents.
RETURN OF BID SECURITY
Any bidder may withdraw his bid, either personally, or by telegraphic or written request, at any time
prior to the scheduled closing time for the receipt of bids. It is the sole responsibility of the bidder to see that any such telegraphic or written request is delivered to the District Clerk prior to said closing time. Bid security
of such bidders will be returned promptly to the bidder.
The bid security of the three lowest bidders will be retained until the contract is awarded, entered into and executed with the bidder of accepted bid, after which those will be returned to the respective bidders with
whose proposal they accompanied. The bid security of all other bidders will be returned after the canvass of
bids.
The bid security of the bidder of accepted bid will be held by the District until the contract has been entered into, and the bonds accompanying the same are approved and filed, whereupon the said bid security
will be returned to the bidder. If the bidder fails or refuses to enter into contract to do the work, the bid security shall be forfeited to
the District and shall be collected and paid to the General Fund of the District.
LICENSE REQUIRED
Contractor shall have a Class A or C34 license to perform this work.
"OR EQUAL" PROVISION
When otherwise specified, any product called for on these Specifications may be substituted using the process described in Public Contract Code Section 3400.
EXECUTION OF CONTRACT
The contract shall be signed by the successful bidder and returned to the District, together with the
contract bonds as specified in Section 2-4 of the Standard Specifications and as amended below and any changes or additions made thereto in these specifications within 10 days after receipt of written notice of award of
contract. The form of contract agreement to be executed by the Contractor will be supplied by the Counsel for the District. No proposal shall be considered binding upon the District until the execution of the contract by the
District.
ASSIGNMENT OF CLAYTON ACT AND CARTWRIGHT ACT CLAIMS
CMSD Project No. 349 Standard Specification
In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant
to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C.
Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of
the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the
public works contract or the subcontract. This assignment shall be made and become effective at the time the
awarding body tenders final payment to the contractor, without further acknowledgement by the parties.
MINED CONSTRUCTION MATERIAL
CONTRACTOR warrants that it will not purchase mined construction material for PROJECT except
from a mining operation that is currently identified in the list published pursuant to subdivision (b) of Section
2717 of the Public Resources Code.
2-3.1 SUBCONTRACTS: GENERAL
The Engineer, as duly authorized officer may consent to Subcontractor substitution requested by the
Contractor subject to the limitations and notices prescribed in Section 4107 of the Public Contract Code.
2-4 CONTRACT BONDS
The "Faithful Performance Bond" and the "Labor and Material Bond" shall both be one hundred percent
(100%) of the contract price and shall be furnished on the District's standard forms. The Faithful Performance
Bond shall be held for one year from the date the Notice of Completion is recorded.
Sureties providing performance bonds for Contractors must be licensed or agree to employ a licensed
Contractor, with a Class A or other applicable specialty contractor's license from the State of California.
2-5 PLANS AND SPECIFICATIONS
The District will provide the Contractor, free of charge, PDF copies of plans and specifications that are
reasonably necessary for the execution of work.
Contractor shall, at his own expense, obtain copies of Standard Specifications and Standard Plans and
Specifications of the State of California, for his general use.
If after award of contract, should it appear that the work to be done, or any matter relative thereto, is not
sufficiently detailed or explained in the specifications and plans, the Contractor shall apply to the Engineer for
such further explanations as may be necessary and shall conform to such explanation or interpretation as part
of the contract.
All scaled dimensions are approximate. Before proceeding with any work, the Contractor shall carefully
check and verify all dimensions and quantities and shall immediately inform the Engineer or his representative
of any discrepancies.
CMSD Project No. 349 Standard Specification
2-9.1 PERMANENT SURVEY MARKERS
Unless otherwise provided in the Special Provisions, the Contractor shall be responsible for protecting
all existing horizontal and vertical survey controls, monument, ties and benchmarks located within the limits of
the work. If any of the above require removal, relocating or resetting, the Contractor shall, prior to any construction work and under the supervision of a California-licensed Land Surveyor or Civil Engineer, establish
sufficient temporary ties and benchmarks to enable the points to be reset after completion of construction.
Any ties, monuments and benchmarks disturbed during construction shall be reset per local agency standards after construction and the tie notes submitted to the appropriate governing agency on 8-1/2" X 11"
loose leaf paper. The Contractor and his sureties shall be liable for, at his own expense, any resurvey required
due to his negligence in protecting existing ties, monuments, benchmarks or any such horizontal and vertical controls.
Unless a separate bid item is provided, full compensation for conforming to the requirements of this
sub-section shall be considered as included in the contract bid price paid for various other items of work and no additional compensation will be allowed.
2-11 INSPECTION
The Contractor shall give at least 48 hours advance notice of time when he or his Subcontractor will start or resume the various units of operations of the work as per the contract, or resume the said units or
operations when they have been suspended as per the contract.
The above notice is to be given during working hours, exclusive of Saturday, Sunday or holidays for the purpose of permitting the Engineer to make necessary assignments of his representative or inspector on the
work.
Any work performed in conflict with said notice without the presence or approval of the inspector, or work covered up without notice, approval or consent may be rejected or ordered to be uncovered for
examination at Contractor's expense, and shall be removed at Contractor's expense, if so ordered by the Engineer
or inspector on the work. Any unauthorized or defective work, defective material or workmanship or any unfaithful or imperfect work that may be discovered before the final payment or final acceptance of work or
exoneration of bonds shall be corrected immediately without extra charge even though it may have been overlooked in previous inspections and estimates or may have been caused due to failure to inspect the work.
All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made on any plan or drawing after the same has been approved by the
Engineer, except by direction of the Engineer in writing. Deviations from the approved plans, as may be required by the exigencies of constructions will be determined in all cases by the Engineer and authorized in
writing.
All instructions, rulings and decisions of the Engineer shall be in writing and shall be final and binding
on all parties unless formal protest is made in writing, as provided in the following paragraph, and as provided in Section 1670 of the Civil Code.
If the Contractor considers any work demanded of him to be outside the requirements of the contract,
or if he considers any instruction, ruling or decision of the Inspector or Engineer to be unfair, he shall within 10 days after any such demand is made, or instruction, ruling or decision is given, file a written protest with the
Engineer stating clearly and in detail his objections and reasons therefore. Except for such protests and
objections as are made of record, in the manner and within the time above stated, the Contractor shall be deemed to have waived and does hereby waive all claims for extra work, damages and extensions of time on account of
demands, instructions, rulings and decisions of the Engineer.
Upon receipt of any such protest from the Contractor, the Engineer shall review the demand, instruction, ruling or decision objected to and shall promptly advise the Contractor, in writing, of his final decision, which
shall be binding on all parties, unless with the 10 days thereafter the Contractor shall file with the Board of
CMSD Project No. 349 Standard Specification
Directors a formal protest against said decision of the Engineer. The Board of Directors shall consider and render a final decision on any such protest within 30 days of receipt of same.
3-1.1 CHANGES REQUESTED BY THE CONTRACTOR: GENERAL
Engineer shall be the duly authorized officer to grant the changes prescribed in this section.
3-3.1 EXTRA WORK: GENERAL
The extra work as defined in this section of Standard Specifications and any work done beyond the lines and grades shown on the plans shall only be performed when ordered in writing by the Engineer. In
absence of such written order any such work shall be considered unauthorized and will not be paid for. Work so done may be ordered removed at the Contractor's expense.
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Prior to the commencement of construction, arrangements will be made for a meeting between the
Contractor and the Engineer. The purpose of this meeting is to coordinate the activities of the Contractor within the limits of this contract, review scheduling, discuss construction methods and clarify inspection procedures.
The Contractor will be required to submit for approval by the Engineer, a complete schedule showing the
number of working days required to complete the project.
6-6.2 EXTENSIONS OF TIME
In the event the work called for under the contract is not finished and completed in all parts and
requirements within the time specified, the Board of Directors shall have the right to increase the number of working days for completion or not, as may seem best to serve the interest of the District.
Except for the delays beyond Contractor's control as described in Sections 5-5 and 6-6.1, the District shall have the right to charge the Contractor, his heirs, assigns, or sureties and to deduct from the final payment
for the work, all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendent and other overhead expenses which are directly chargeable to the Contractor and which accrued during the
period of such extensions except that the cost of the final services and preparation of the final estimates shall
not be included in such charges.
In addition to the above charges, Contractor shall pay to the District liquidated damages as specified in
Section 6-9 for such delays.
No extension of time for the completion of the work called for under the contract shall be allowed unless
at least 20 days prior the the time fixed for the completion thereof, or the time fixed by the Board of Directors or its designee for such completion as extended, Contractor shall have filed application for extension thereof,
in writing, with the Engineer addressed to the Board of Directors or its designee. In this connection it is understood that the Engineer shall not transmit any such request to the Board or its designee if not filed within
the time herein prescribed.
7-2 LABOR
The Contractor shall comply with the provisions of Section 1770 to 1780, inclusive, of the California
Labor Code, the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations, State of California, which are filed with the Assistant Secretary of said District, and shall forfeit
penalties prescribed therefore for noncompliance of said Code. Travel and subsistence payments shall be paid in accordance with Labor Code 1773.8 as defined in applicable collective
bargaining agreements.
In order to verify the compliance of said code, Contractor may be required by the District, from time
to time, to furnish weekly, for the duration of the contract period, copies of his payroll statements showing wages paid each employee during the preceding week and the employee work classification to the Engineer
CMSD Project No. 349 Standard Specification
for checking. Using Form DH-H-347, Payroll Statement of Compliance is an acceptable method of fulfilling the above requirement.
APPRENTICES
Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code concerning the
employment of apprentices by the Contractor or any Subcontractor under him. The Contractor and any Subcon-
tractors under him shall comply with the requirements of said sections in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other requirements may be
obtained from the Director of Industrial Relations, Ex-Officio the Administrator of Apprenticeship, San
Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.
7-3 LIABILITY INSURANCE
The Contractor shall not commence work under his contract until he has obtained all insurance required under this heading in a company acceptable to the District, nor shall the Contractor allow any Subcontractor to
commence work on his sub-contract until all insurance required of the Subcontractor has been obtained. The
Contractor shall take out and maintain at all times during the life of the contract the following policies of insurance.
a. Workman's compensation insurance to cover his employees as required by the Labor Code of the State
of California, and the Contractor shall require all subcontractors similarly to provide such compensation insurance for all of the latter's employees.
b. Public liability and property damage insurance on account of bodily injuries, including death resulting
therefrom in the sum of $5,000,000. combined, single limit for any one accident which may arise from the operations of the Contractor in performing the work provided for herein.
Each of the policies of insurance provided for shall contain a clause substantially in the following words:
It is hereby understood and agreed that this policy may not be cancelled, nor the amount of coverage
thereof be reduced until ten days after receipt by the Engineer of a written notice of such cancellation or reduction in coverage, as evidenced by receipt of a registered letter.
The insurance required to be provided herein shall be provided by a domestic carrier authorized to, and doing business in, the State of California and rated A+ XI by Best Key Rating Guides--Property-Casualty and
admitted for coverage in the State of California Insurance Guarantee Fund.
The Contractor shall, at the time of the execution of the contract, present the original policies of insurance required herein, or present a certificate of insurance showing the issuance of such insurance.
Contractor shall also provide an endorsement naming the District as an additional insured.
7-5 PERMITS
Except as otherwise specified in the Special Provisions, the Contractor shall procure all permits and licenses, pay all charges, and fees, and give all notices necessary and incident to the due and lawful prosecution
of the work. These permits and licenses shall be obtained in sufficient time to prevent delays to the work.
In the event that the agency has obtained permits, licenses or other authorization, applicable to the work, the Contractor shall comply with the provisions of said permits, licenses and other authorizations. In the case
the agency does procure any permits, it is understood that the agency is acting as an authorized agent for the
contractor, and that the Contractor shall be solely responsible for all work performed under the permit.
CMSD Project No. 349 Standard Specification
7-6 THE CONTRACTOR'S REPRESENTATIVE
Contractor shall also file with the Engineer the addresses and telephone numbers where he or his
designated representative may be reached during hours when the work is not in progress.
instructions and information given by the Engineer to the Contractor's authorized representative or at
the address or telephone numbers filed in accordance with this section shall be considered as having been given to the Contractor.
7-8.1 CLEANUP AND DUST CONTROL
All surplus materials shall be removed from the site of the work daily after completion of the work causing the surplus materials.
Unless the construction dictates otherwise, and unless otherwise approved by the Engineer, Contractor
shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day to
keep paved areas acceptably clean whenever construction, including restoration, is incomplete. Failure of the Contractor to comply with the Engineer's dust control orders may result in an order to
suspend work until the condition is corrected; and after filing notice to the Contractor, the Engineer may order this accomplished by others. All costs thus incurred shall be deducted from the amount to be paid to the Contrac-
tor. No additional compensation will be allowed as a result of such suspension.
No separate payment will be made for any work performed, of material used, to control dust resulting from the Contractor's performance on the work, or by public traffic, either inside or outside the right of way.
Full compensations for such dust control will be considered as included in the prices paid for the various items or work involved.
7-8.5 TEMPORARY LIGHT, POWER AND WATER
The Contractor shall provide for his employees and adequate supply of clean potable drinking water,
which shall be dispensed through approved sanitary facilities.
7-10 PUBLIC CONVENIENCE AND SAFETY
The Contractor shall abide by the following publications which are hereby made a part of these
specifications:
a. The Work Area Traffic Control Handbook (WATCH).
b. The Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways.
c. State Labor Code Sections 6704, 6706 and 6707.
d. The Construction Safety Orders (CAL/OSHA).
e. The General Industry Safety Orders (CAL/OSHA).
f. Standard Specifications for Public Works Construction (The Green Book)
7-13 LAWS TO BE OBSERVED
The Contractor shall protect and indemnify the District, the Board of Directors, the Engineer, and all of its or their officers, agents and servants against any claim or liability arising from or based on the violation of
any existing or future State, Federal and Local laws, ordinances, regulations, orders or decrees, whether by himself or his employees. If any discrepancy or inconsistency is discovered in the plans, drawings,
specifications or contract for the work in relation to any such law, ordinance, regulation, order or decree, the
Contractor shall forthwith report the same to the Engineer in writing.
CMSD Project No. 349 Standard Specification
9-3.1 PAYMENT: GENERAL
Contractor is reminded that the unit and lump sum prices shown in the proposal shall be full
compensation for the items of work described in the proposal including all incidental, appurtenant, or related work and materials, whether or not mentioned or specified, required to deliver the final product shown on the
plans. Contractor shall have examined the contract documents and site and shall include in his bid furnishing all materials, labor, equipment, tools, incidental, appurtenant, or related work to complete the job in order that
no separate work or compensation is needed to complete the work.
9-3.2 PARTIAL AND FINAL PAYMENT
The lead time for processing invoices for the monthly progress payment approved by the Engineer for inclusion on the warrant list of the District is governed by the rules and regulations established by the Board of
Directors. Invoices for monthly payments shall be submitted to the Engineer no later than the 25th of each
month.
After completion of the contract, the Board shall, upon recommendation of the Engineer, accept the
work as complete and authorize the final payment.
The amount retained and deducted by the District shall be 5% of the progress estimates for all progress
payments. The final payment of the retention amount to the Contractor shall be made 35 days from the date of the recording of the Notice of Completion of the work after it is accepted by the Board of Directors and shall
be made on duly certified voucher therefore.
It is mutually agreed among the parties to the contract that no certificate given or payment made under
the contract, except the final certificate of final payment, shall be conclusive evidence of full or substantial performance of this contract; and no payment shall be construed to be an acceptance of any defective work or
improper material.
The acceptance of final payment by the Contractor shall release the District, the Board of Directors and the Engineer from any and all claims or liabilities on account of work performed by the Contractor under the
contract or any alterations thereof.
9-3.3 DELIVERED MATERIALS
Materials delivered, but not in place, will not be classified as work done, except as otherwise provided in these specifications.
CMSD Table of Contents
Project No. 349 1 of 1
Attachment A
SPECIAL PROVISIONS
FOR
MENDOZA FORCE MAIN REDUNDANCY & IMPROVEMENTS
Project No. 349
CMSD Table of Contents
Project No. 349 1 of 1
COSTA MESA SANITARY DISTRICT
ORANGE COUNTY, CALIFORNIA
SPECIAL PROVISIONS
MENDOZA FORCE MAIN REDUNDANCY & IMPROVEMENTS
Project No. 349
DIVISION 1 - GENERAL REQUIREMENTS
01011 General Requirements
01039 Coordination and Meetings
01300 Submittal Procedure
01410 Testing and Inspection
01505 Mobilization
01540 Security
01560 Temporary Environmental Controls
01620 Protection of Materials and Equipment
01700 Project Closeout
01710 Final Cleanup
01720 Record Drawings
DIVISION 2 - SITEWORK
02050 Demolition and Salvage
02140 Dewatering
02221 Trenching, Backfilling & Compaction
02350 Sheeting, Shoring, Bracing and Safety
02831 Temporary Chain Link Fences and Gates
DIVISION 9 - FINISHES
09900 Coating Systems
09902 Petrolatum Wax Tape Coating
DIVISION 15 - MECHANICAL
15062 Ductile Iron Pipe and Fittings
15064 Polyvinyl Chloride (PVC) Pipe
15115 Resilient Seated Eccentric Plug Valves
15120 High Density Polyethylene (HDPE) Pipe
CMSD General Requirements
Project No. 349 01011 - 1
SECTION 01011 GENERAL REQUIREMENTS
PART 1 - GENERAL
1.01 RELATED REQUIREMENTS
A. The Contractor's attention is directed to other portions of these Contract Documents which may
contain other special requirements that are pertinent to this project.
1.02 GENERAL
A. Project Description:
The project includes extending a new sewer gravity main in the Alley, constructing a new manhole,
converting the valve vault to a manhole at the Mendoza Pump Station and installation of a new
sewer by-pass connection.. The construction will be located in the Alley near the intersection of
Mendoza Drive and the flood control channel south of Baker Street, and in the Mendoza Pump
Station yard. A Public Works Encroachment Permit from the City of Costa Mesa will be required.
B. Protection of Existing Utilities:
1. The Contractor shall assume responsibility for protection of all existing utilities and
facilities which are not intended for removal, and shall repair damaged or temporarily
relocated utilities and facilities to equal or better condition than the utilities and facilities
were in prior to damage or relocation.
2. Construction of the sewer main and related improvements will involve excavations,
trenching, shoring/bracing, and dewatering activities. There may be existing water, sewer,
storm drains, electric, telephone or other utilities in the vicinity of those excavations, as
indicated on the Plans. It is the Contractor's responsibility to implement this work in such
a manner as to avoid damage to those existing facilities and to continuously maintain them
in operation unless the contract documents explicitly permit their disturbance. Contractor
shall dewater the site, shore the excavation, or employ other remedial construction
techniques as necessary throughout construction to control the excavation and avoid
damage to existing facilities, at no additional cost to the District.
3. Existing Sewage Pumping Station and Associated Facilities. The Contractor shall
construct all work items in a manner as to keep all existing gravity sewer mains, sewage
pumping station facilities, and sewer force main in full operation at all times during
construction. Only after the new sewer main is tested and accepted for its intended use,
shall existing facilities identified on the plans for abandonment be abandoned.
C. Scheduling:
Prior to starting the construction, the Contractor shall submit a fully detailed schedule of work by
which he will satisfy the contract construction schedule.
D. Dewatering of Excavations:
CMSD General Requirements
Project No. 349 01011 - 2
1. The Contractor shall at all times during construction provide and maintain ample means
and devices with which to promptly remove and properly dispose of all water entering the
excavations or other parts of the work and shall keep said excavations dry until the
pipelines or structures to be built therein are completed. Detailed requirements are
provided in Section 02140.
2. The Contractor shall not cause a violation of any applicable water quality standards for
receiving waters or discharge specifications adopted by the Regional Water Quality
Control Board or the State Water Resources Control Board, or requirements by the Clean
Water Act and regulations adopted hereunder.
3. The Contractor shall dispose of the dewatering discharge water so as not to cause injury to
public or private property, or to cause a nuisance or menace to the public. No water shall
be drained into the work built or under construction.
E. Storm-Water Management:
1. The Contractor shall set up, operate, and maintain storm-water management operations
to:
a. Prevent water from entering excavations.
b. Provide erosion control in conformance with Federal, State, and local regulations.
2. Water pumped out of excavations shall be disposed of in accordance with local, state and
federal regulations. The Contractor shall obtain at his own expense, whatever permits are
required for this work.
F. NOT USED
G. Warranties: The term "DISTRICT" as it pertains to warranties, shall refer to the Costa Mesa
Sanitary District (CMSD). All equipment, materials, and workmanship warranties shall apply
directly to the Costa Mesa Sanitary District (CMSD).
1.03 SITE CONDITIONS
B. Site Investigation and Representation:
1. The Contractor acknowledges that he has satisfied himself as to the character, quality, and
quantity of surface and subsurface materials to be encountered from his inspection of the
site and from reviewing any available records of exploratory work furnished by the District
or included in these Documents. Failure by the Contractor to acquaint himself with the
physical conditions of the site and all the available information will not relieve him from
responsibility for properly estimating the difficulty or cost of successfully performing the
work.
2. The Contractor warrants that as a result of his examination and investigation of all the
aforesaid data that he can perform the work in a good and workmanlike manner and to the
satisfaction of the District. The District assumes no responsibility for any representations
made by any of its officers or agents during or prior to the execution of this Contract, unless
(1) such representations are expressly stated in the Contract, and (2) the Contract expressly
provides that the responsibility therefore is assumed by the District.
CMSD General Requirements
Project No. 349 01011 - 3
C. Information on Site Conditions And Existing Facilities: Any information obtained by the
Engineer regarding site conditions, subsurface information, ground-water elevations, existing
construction of site facilities as applicable, and similar data will be available for inspection at
District's office upon request. Such information is offered as supplementary information only and
is not to be considered as part of the Contract Documents. Neither the Engineer nor the District
assumes any responsibility for the completeness or interpretation of such supplementary
information. Sources of information concerning existing structure and equipment may contain
errors, discrepancies, or omissions. It is the Contractor's responsibility to verify existing
conditions as required.
D. Contractor's Responsibility for Utility Properties and Service:
1. Under no circumstances expose any utility without first obtaining permission from the
appropriate agency. Once permission has been granted, locate, expose, and provide
temporary support for all existing underground utilities.
2. The Contractor shall be solely and directly responsible to the District and operators of
telephone, power, water, gas or sewer system for any damage, injury, expense, loss,
inconvenience, delay, suits, actions, or claims of any character brought because of any
injuries or damage which may result from the construction operations under this Contract.
3. Neither the District or its officers or agents shall be responsible to the Contractor for
damages as a result of the Contractor's failure to protect utilities encountered in the work.
4. In the event of interruption to domestic water, sewer, storm drain, or other utility services
as a result of accidental breakage due to construction operations, promptly notify the proper
authority. Cooperate with said authority in restoration of service as promptly as possible
and bear all costs of repair. In no case shall interruption of any water or utility service be
allowed to exist outside working hours unless prior approval is granted.
5. The Contractor shall replace, at his own expense, any and all other existing utilities or
structures removed or damaged during construction, unless otherwise provided for in these
Contract Documents or ordered by the Engineer.
E. Interfering Structures:
1. Contractor shall take necessary precautions to prevent damage to existing structures
whether on the surface, aboveground, or underground. An attempt has been made to show
major structures on the Drawings. While the information has been compiled from the best
available sources, its completeness and accuracy cannot be guaranteed, and it is presented
simply as a guide to avoid known possible difficulties.
2. Protect underground and aboveground existing structures from damage, whether or not
they lie within the work limits and easements. Where such existing fences, gates, buildings,
or any other structure must be removed in order to properly carry out the construction, or
are damaged during construction, restore to their original condition to the satisfaction of
the property owner involved at the Contractor's own expense. Notify the Engineer of any
damaged underground structure, and make repairs or replacements before backfilling.
CMSD General Requirements
Project No. 349 01011 - 4
3. Without additional compensation, the Contractor may remove and replace in a condition
as good as or better than original, such small miscellaneous structures as fences, mailboxes,
and sign posts that interfere with the Contractor's operations.
F. NOT USED
G. NOT USED
1.04 TEMPORARY CONSTRUCTION UTILITIES AND FACILITIES
A. Construction Water Supply:
1. Construction meters will be available to provide water for the construction of this project.
It is the Contractor's responsibility to coordinate with Mesa Water District for meter
installation. Contractor shall pay deposit if required by City, for installation of a
construction water meter.
2. Full compensation for all required construction water and associated work shall be
considered to be included in the lump sum and unit prices of those bid items requiring
water for construction, and no additional compensation will be allowed therefore.
B. Temporary Electric Power: Electric power for the Contractor's construction use may or may not
be available at or near the site. In either case, the Contractor shall determine the type and amount
of electric power available and make arrangements for obtaining a separate electric power service
and pay all costs for the electric power used during the Contract period, except as specifically
provided for utilities used by the District on portions of the work designated in writing by the
Engineer as "Substantially Complete". Electric power for performance and acceptance tests will be
provided by the Contractor.
C. Safety Requirements for Temporary Electric Power: Temporary electric power installation shall
meet construction safety requirements of OSHA, State, and other governing agencies.
D. Storage of Materials: Materials shall be so stored as to ensure the preservation of their quality and
fitness for the work. When considered necessary, they shall be placed on wooden platforms or
other hard, clean surfaces, and not on the ground. Delicate instruments and materials subject to
vandalism shall be placed under locked cover and, if necessary, provided with temperature control
as recommended by the manufacturer. Stored materials shall be located so as to facilitate prompt
inspection. Private property shall not be used for storage purposes without the written permission
of the District or lessee. The Contractor shall not be paid for materials stored on-site as "Materials
On-Hand" until they have been stored and protected in a satisfactory manner.
E. Safe Access By Federal, State and Local Government Officials: Authorized representatives of the
District and other government officials shall at all times have safe access to the work wherever it
is in preparation or progress, and the Contractor shall provide proper facilities for such access and
inspection.
F. Traffic Maintenance and Safety:
1. General Requirements:
a. This special provision supplements Section 7-10 of the Standard Specifications for
Public Works Construction, and as amended in these specifications.
CMSD General Requirements
Project No. 349 01011 - 5
b. It shall be the responsibility of the DISTRICT to install and maintain all devices
necessary so as to provide safe passage for the traveling public through and around
work area at all times.
c. Comply with traffic control plans prepared by DISTRICT and all rules and
regulations of the City, State, and County authorities regarding closing or
restricting the use of public streets or highways. No public or private road shall be
closed, except by express permission of the District. Conduct the work so as to
assure the least possible obstruction to traffic and normal commercial pursuits.
Protect all obstructions within traveled roadways by installing approved signs,
barricades, and lights where necessary for the safety of the public. The
convenience of the general public and residents adjacent to the project, and the
protection of persons and property are of prime importance and shall be provided
for in an adequate and satisfactory manner.
d. Where traffic will pass over trenches after they are backfilled and before they are
paved, the top of the trench shall be maintained in a condition that will allow
normal vehicular traffic to pass over. Temporary access driveways must be
provided where required. Cleanup operations shall follow immediately behind
backfilling and the work site shall be kept in an orderly condition at all times.
e. When flagmen and guards are required by regulation or when deemed necessary
for safety, they shall be furnished with approved orange wearing apparel and other
regulation traffic-control devices.
f. Contractor must comply to construction work hours per governing agency
encroachment permit.
2. Detailed Requirements:
a. The Contractor shall so conduct his operations as to cause the least possible
obstructions and inconvenience to public traffic. Unless other existing streets are
stipulated in the specifications to be used as detours, all traffic shall be permitted
to pass through the work.
b. All safety orders, rules and recommendations of the Division of Industrial Safety
of the Department of Industrial Relations of the State of California applicable to
the work to be done under this contract, shall be obeyed and enforced by the
Contractor. The Contractor shall comply with all applicable regulations of the
District.
c. The provisions of this Section may be modified or altered if, in the opinion of the
Engineer, public traffic will be better served and work expedited. Any proposed
modification shall be approved in writing by the Engineer.
G. Protection of Property: All materials which are subject to corrosion shall be protected by covering
during wet weather periods. Even though materials will be sandblasted or otherwise cleaned prior
to painting, do not allow such materials to become rusted by weathering exposure.
H. Fire Prevention and Protection: The Contractor shall perform all work in a fire-safe manner. He
shall supply and maintain on the site adequate fire-fighting equipment capable of extinguishing
incipient fires. The Contractor shall comply with applicable Federal, local, and State fire
CMSD General Requirements
Project No. 349 01011 - 6
prevention regulations. Where these regulations do not apply, applicable parts of the National Fire
Prevention Standard for Safeguarding Building Construction Operations (NFPA No. 241) shall be
followed.
I Access for Police and Fire:
1. Notify the Fire Department and Police Department before closing any street or portion
thereof.
2. No closing shall be made without the District's approval. Notify said departments when
the streets are again passable for emergency vehicles. Conduct operations with the least
interference to fire equipment access, and at no time prevent such access.
3. The Contractor shall leave his night emergency telephone number or numbers with the
Police Department, so that contact may be made easily at all times in case of barricade and
flare trouble or other emergencies.
1.05 PRESERVATION, RESTORATION AND CLEANUP
A. Site Restoration and Cleanup:
1. At all times during the work, keep the premises clean and orderly, and upon completion of
the work, repair all damage caused by equipment and leave the project free of rubbish of
excess materials of any kind.
2. Upon completion of the work, all materials, equipment, and appurtenances not required as
a part of or appurtenant to the completed structure or facility shall be completely removed
from the District's property. All damage caused by contractor activities shall be repaired
per Section 7-9 of the Greenbook, and these specifications.
B. Dust Prevention: Give all unpaved streets, roads, detours, or haul roads used in the construction
area an approved dust-preventive treatment or periodically water to prevent dust. Applicable
environmental regulations for dust prevention shall be strictly enforced.
C. NOT USED
1.07 QUALITY CONTROL
A. All dimensions and conditions shall be verified by the Contractor in the field and Contractor shall
be responsible for any inaccuracies in the work. Any conditions which prevent proper completion
of the work shall be reported in writing to the Engineer and Contractor shall assume responsibility
for the removal, repair, or replacement at his own expense.
1.08 NOT USED
1.09 RIGHT OF REJECTION
A. Materials or equipment, which in any respect fail to meet the requirements of these
Specifications, regardless of whether the defects in such articles or materials are detected at the
point of manufacture or after completion of the work at the site, shall be subject to rejection by the
District at all times and places. If materials or equipment which are defective or not in accordance
with the Specifications have been accepted due to an oversight or otherwise by District or the
CMSD General Requirements
Project No. 349 01011 - 7
District's representative, they may, no matter in what condition or stage of manufacture or erection,
be rejected by the District.
B. All rejected materials or equipment shall be removed from the construction site promptly, and all
costs of removal and replacement of said materials or equipment shall be borne by the Contractor.
1.10 OPERATION AND MAINTENANCE RESPONSIBILITIES OF THE DISTRICT
A. The District shall be responsible for the operation and maintenance of existing facilities throughout
the period of construction. This responsibility extends to all existing equipment regardless of
whether it is included within the scope of the Contractor's activities as part of this work.
1.11 OPERATION AND MAINTENANCE RESPONSIBILITIES OF THE CONTRACTOR
A. The Contractor shall not, at any time, take any action which would affect the District's operation of
the existing system, except as specifically required by the Drawings and Specifications and after
approval is granted by the District. Request approval 5 working days in advance of the time that
interruption of the existing system is required.
B. The Contractor shall maintain safe access to these facilities as required to permit the District to
fulfill its operation and maintenance responsibilities on a 24-hour basis. At night, the Contractor
shall install approved signs, barricades, and lights as necessary for the safety of the District's
operators. Temporary access across ditches or around other obstructions shall be provided as
necessary to enable the District to gain safe access to these facilities during the day or at night.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
CMSD Coordination and Meetings
Project No. 349 01039 - 1
SECTION 01039 COORDINATION AND MEETINGS
PART 1 - GENERAL
1.01 GENERAL
A. In addition to coordination requirements, this section includes information on the preconstruction
meeting, the site mobilization meeting and progress meetings.
1.02 COORDINATION
A. Coordinate scheduling, submittals, and work of the various sections of the Specifications to assure
an efficient and orderly sequence of installation of interdependent construction elements.
B. Verify utility requirements and characteristics of operating equipment are compatible with building
utilities. Coordinate work of various sections having interdependent responsibilities for installing,
connecting to, and placing in service, such equipment.
C. Coordinate space requirements and installation of mechanical and electrical work which are
indicated diagrammatically on drawings. Follow routing shown for pipes, ducts, and conduit, as
closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to
maximize accessibility for other installations, for maintenance, and for repairs.
D. Coordinate completion and clean up of work of separate sections in preparation for Substantial
Completion and for portions of work designated for District's partial utilization.
E. After District occupancy of premises, coordinate access to site for correction of defective work and
work not in accordance with Contract Documents, to minimize disruption of District's activities.
F. Coordinate with other contractors working onsite to avoid impacting their operations, and to insure
that facility interfaces are properly joined.
1.03 PRECONSTRUCTION MEETING
A. Prior to the commencement of work at the site, a preconstruction conference will be held at a
mutually agreed time and place. The Contractor's Project Manager, its superintendent, and
subcontractors as the Contractor deems appropriate shall attend the preconstruction conference.
Other attendees will be:
1. District Engineer.
2. Governmental representatives as appropriate.
3. Design Consultants
4. Others as requested by the Contractor, or District.
B. Unless previously submitted to the District Engineer, the Contractor shall bring to the conference
information requested with the notification of the time and place of the preconstruction conference.
C. The purpose of the conference is to designate responsible personnel and establish a working
relationship. Matters requiring coordination will be discussed and procedures for handling such
CMSD Coordination and Meetings
Project No. 349 01039 - 2
matters established. The complete agenda will be furnished to the Contractor prior to the meeting
date. However, the Contractor should be prepared to discuss all of the items listed below.
1. Status of Contractor's insurance and bonds.
2. Contractor's tentative schedules.
3. Transmittal, review, and distribution of Contractor's submittals.
4. Processing applications for payment.
5. Maintaining record documents.
6. Critical work sequencing.
7. Field decisions and Change Orders.
8. Use of project site, office and storage areas, security, housekeeping, and District's needs.
9. Major equipment deliveries and priorities.
10. Contractor's assignments for safety and first aid.
D. The District Engineer will preside at the preconstruction conference and will arrange for recording
and distributing the minutes in written form to all persons in attendance.
1.04 SITE MOBILIZATION MEETING
A. The District Engineer will schedule a meeting at the Project site prior to Contractor occupancy.
B. Attendance Required: District Engineer, Contractor, Superintendent, and major Subcontractors.
C. Agenda:
1. Use of premises by District and Contractor.
2. District's requirements and partial occupancy if applicable.
3. Construction facilities and controls provided by District.
4. Temporary utilities provided by District.
5. Survey and building layout.
6. Security and housekeeping procedures.
7. Schedules.
8. Procedures for testing.
9. Procedures for maintaining record documents.
10. Requirements for start-up of equipment.
11. Inspection and acceptance of equipment put into service during construction period.
D. The District Engineer will record minutes and distribute copies to all participants.
1.05 PROGRESS MEETINGS
A. The District Engineer shall schedule and hold regular on-site progress meetings at least weekly and
at other times as required by progress of the Work. The Contractor shall attend, and may also bring
representatives of its suppliers, manufacturers, and subcontractors.
B. The District Engineer shall preside at the meetings and will arrange for keeping and distributing
the minutes. The purpose of the meetings will be to review the progress of the Work, maintain
coordination of efforts, discuss changes in scheduling, and resolve other problems which may
develop. During each meeting, the Contractor is required to present any issues which may impact
his work, with a view to resolve these issues expeditiously.
CMSD Coordination and Meetings
Project No. 349 01039 - 3
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
CMSD Submittal Procedure
Project No. 349 01300 - 1
SECTION 01300 SUBMITTAL PROCEDURE
PART 1 - GENERAL
1.01 GENERAL
A. Contractor shall submit descriptive information which will enable the Engineer to advise the
District whether the Contractor's proposed materials, equipment or methods of work are in general
conformance with the design concept and are in compliance with the drawings and specifications.
The information to be submitted shall consist of drawings, specifications, descriptive data,
certificates, samples, test results and other such information, all as specifically required in the
specifications. Contractor shall comply with SSPWC (Greenbook) Section 2-5.3 except as
modified by the requirements described herein.
B. Submittals shall be provided as indicated above in Paragraph 1.01A whether or not submittal
requirements are specifically addressed by a particular specification section.
C. All submittals shall be provided, even if done so only at District’s specific request, at no additional
cost to District.
1.02 CONTRACTOR'S RESPONSIBILITIES
A. The Contractor shall be responsible for the accuracy and completeness of the information
contained in each submittal and shall assure that the materials, equipment or method of work shall
be as described in the submittal. Submittals shall contain all required information, including
satisfactory identification of items, units and assemblies in relation to the contract drawings and
specifications. The Contractor shall verify that the material and equipment described in each
submittal conforms to the requirements of the specifications and drawings. Unless otherwise
approved by the Resident Engineer, submittals shall be made only by the Contractor, who shall
indicate by a signed stamp on the submittals that the Contractor has checked the submittals and
that the work shown conforms to contract requirements and has been checked for dimensions and
relationship with work of all other trades involved. If the information shows deviations from the
specifications or drawings, the Contractor, by statement in writing accompanying the information,
shall identify the deviations and state the reason(s) therefore. The Contractor shall insure that
there is no conflict with other submittals and shall notify the Engineer in each case where the
Contractor’s submittal may affect the work of another contractor or the District. The Contractor
shall insure coordination of submittals among the related crafts and subcontractors.
B. The Contractor may authorize a material or equipment supplier to deal directly with the Engineer
or with the District with regard to a submittal. The Contractor, however, shall be responsible for
the accuracy and completeness of information contained in all submittals.
1.03 TRANSMITTAL PROCEDURE
A. General: Submittals regarding material and equipment shall be accompanied by a transmittal
form from the Contractor in accordance with this section. A separate form shall be used for each
CMSD Submittal Procedure
Project No. 349 01300 - 2
specific item, class of material, equipment, and items specified in separate, discrete sections for
which a submittal is required. However, submittals for various items shall be made
with a single form only when the items taken together constitute a manufacturer's package or are
so functionally related that expediency indicates checking or review of the group or package as a
whole.
Each set of submittals or samples shall be attached to the submittal transmittal form. The
submittal number shall be made up of two parts: XXX-ZZ. The XXX shall be sequential number
001 for the first item submitted, 002 for the second, etc. The ZZ shall be the sequential number
of a specific submittal or resubmittal (01 for the first submittal, 02 for the first resubmittal, etc.).
All submittals shall show the contract title, shall indicate the name of the vendor, and shall
indicate when the equipment and/or material will be required by the construction schedule. The
submittal must be adequate to permit a comprehensive review without further reference to the
Contractor. The documents submitted must be separately identifiable on the Contractor's
submittal transmittal form.
B. Deviation from Contract: If the Contractor proposes to provide material or equipment which does
not conform to the specifications and drawings, he shall indicate so under "deviations" on the
submittal transmittal form accompanying the submittal copies.
C. Submittal Completeness: Submittals which do not have all the information required to be
submitted, including deviations, shall be considered as not complying with the intent of the
contract and are not acceptable and will be returned without review.
D. Review of Second and Subsequent Resubmittals: Costs associated with the review of the second
resubmittal and any subsequent resubmittals shall be borne by the Contractor. The Contractor
will be billed for these costs by the District. Costs due may be deducted from progress payments
due the Contractor by the District.
1.04 REVIEW PROCEDURE
A. When the contract requires a submittal, the Contractor shall submit the specified information to
the Resident Engineer for review as follows:
1. Emailed pdf copies of all the submitted information.
2. Only three (3) sets of sample materials need to be submitted.
B. Within 30 calendar days after receipt of the submittal by the Resident Engineer, the submittal
shall be reviewed and returned. On complex drawings and equipment, the Resident Engineer
shall acknowledge receipt within 30 days and advise the Contractor when the submittal will be
returned. The returned submittals shall indicate one of the following actions.
1. If the review indicates that the material, equipment, or work method is in general
conformance with the design concept and complies with the Drawings and Specifications,
submittal copies will be marked "NO EXCEPTIONS TAKEN". In this event, the
Contractor may begin to implement the work method or incorporate the material or
equipment covered by the submittal.
2. If the review indicates limited corrections are required, copies will be marked "MAKE
CORRECTIONS NOTED". The Contractor may begin implementing the work method
or incorporating the material and equipment covered by the submittal in accordance with
CMSD Submittal Procedure
Project No. 349 01300 - 3
the noted corrections. Where submittal information will be incorporated in Operation
and Maintenance Data, a corrected copy shall be provided.
3. If the review reveals that the submittal is insufficient or contains incorrect data, copies
will be marked "AMEND AND RESUBMIT". Except at his own risk, the Contractor
shall not undertake work covered by this submittal until the submittal has been revised,
resubmitted and returned marked either 'NO EXCEPTIONS TAKEN" or "MAKE
CORRECTIONS NOTED".
4. If the review indicates that the material, equipment or work method is not in general
conformance with the design concept or in compliance with the Drawings and
Specifications, copies of the submittal will be marked "REJECTED - SEE REMARKS".
Submittals with deviations which have not been identified clearly may be rejected.
Except at his own risk, the Contractor shall not undertake work covered by such submittal
until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN"
or "MAKE CORRECTIONS NOTED".
C. Resubmittals shall include the entire submittal package. No changes shall be made by the
Contractor on resubmittals other than those changes indicated on the reviewed submittal, unless
such changes are clearly described in a letter accompanying the resubmittal.
D. All submittal review costs incurred by the Engineer for review of third and subsequent shop
drawing submittals shall be borne by the Contractor.
1.05 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTAL
A. Review of drawings, methods of work, or information regarding materials or equipment the
Contractor proposes to provide, shall not relieve the Contractor of his responsibility for errors
therein and shall not be regarded as an assumption of risks or liability by the Resident Engineer,
the Engineer or the District, or by any officer, employee or subcontractor thereof, and the
Contractor shall have no claim under the contract on account of the failure or partial failure, of
the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS
TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the District has no objection to
the Contractor, upon his own responsibility, using the plan or method of work proposed, or
providing the materials or equipment proposed.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
CMSD Testing and Inspection
Project No. 349 01410 - 1
SECTION 01410 TESTING AND INSPECTION
PART 1 - GENERAL
1.01 SCOPE
A. This section addresses testing laboratory services and inspections required during the course of
construction, as specified.
1.02 TESTING LABORATORY
A. Selection of Laboratory: Testing and inspections will be performed by the Contractor using an
independent testing laboratory, subject to approval by the District.
B. Testing Requirements: Testing and inspection services which are performed will be in accordance
with requirements of the Standard Specifications for Public Works Construction (Greenbook) and
the Uniform Building Code, and as specified herein.
1.03 PAYMENTS
A. Tests Showing Compliance: Costs of initial testing and inspection, as specified, will be paid by the
Contractor per the specific bid item, providing such testing and inspection indicates compliance
with Contract Documents. Initial tests and inspections are defined as the first test and inspections
as specified herein.
B. Tests Showing Failure: In the event a test or inspection indicates failure of a material or procedure
to meet requirements of Contract Documents, costs for retesting and re-inspection will be borne by
the Contractor.
C. Additional Tests at District's Request: Additional tests and inspections not specified herein but
requested by the District, will be paid for by the District, unless result of such tests and inspections
are found to be not in compliance with Contract Documents, in which case the District will pay all
costs for initial testing as well as retesting and re-inspection and back charge the Contractor.
D. Correction of Deficiencies: Costs for construction activities which are required to correct
deficiencies shall be borne by the Contractor.
1.04 AVAILABILITY OF SAMPLES
A. Acquisition of Samples: Contractor shall make materials required for testing available and assist
in acquiring these materials as directed by Engineer. The samples shall be taken under the
immediate direction and supervision of the Engineer.
B. Uncovering Construction: If construction which is required to be tested or inspected is covered up
without prior notice or approval, such construction may be uncovered at the discretion of the
Engineer.
CMSD Testing and Inspection
Project No. 349 01410 - 2
C. Advance Notice for Inspections: Unless otherwise specified, Contractor shall notify the Engineer
a minimum of 10 working days in advance of required inspections. Extra construction activities
resulting from a failure to notify the Laboratory shall be paid for by the Contractor.
D. Cancellation of Tests or Inspection: Contractor shall give sufficient advance notice to the Engineer
in the event of cancellation or time extension of a scheduled test or inspection. Charges due to
insufficient advance notice of cancellations or time extension shall be paid for by the Contractor.
1.05 REMOVAL OF MATERIALS
A. Unless otherwise directed, materials not conforming to the requirements of Contract Documents
shall be promptly removed from the Project site.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.01 EARTHWORK
A. Engineer's Role: The Engineer will provide continuous inspection of fill and will field test fill and
earth backfill as placed and compacted, and inspect excavations and subgrade before concrete is
placed and provide periodic inspection of open excavations, embankments, and other cuts or
vertical surfaces of earth. The Engineer will submit a report indicating that he has observed and
tested fills and that in his opinion the fills were placed in accordance with the Project Specifications.
B. Removal of Unsatisfactory Material: Contractor shall remove unsatisfactory material, reroll, adjust
moisture, place new material, or in the case of excavations, provide proper protective measures,
perform other operation necessary, as directed by the Engineer whose decisions and directions will
be considered final.
C. Test and Inspection Procedure:
1. General: Allow sufficient time for testing and evaluation of results before material is
needed. The Engineer will be sole and final judge of suitability of all materials.
2. Tests: Laboratory compaction tests to be used will be in accordance with ASTM D1557.
3. Field Density Tests: Field density tests will be made in accordance with ASTM D1556 or
ASTM D2922.
4. Number of Tests: The number of tests will be determined by Engineer.
5. Use of Tested Materials: Materials in question may not be used pending test results.
6. Excavation and Embankment Inspection Procedure: Excavation and embankment
inspection procedure: Engineer will visually or otherwise examine such areas for bearing
values.
CMSD Testing and Inspection
Project No. 349 01410 - 3
3.02 TESTING OF CONCRETE
A. General: Notify Engineer of brand and type of cement and sources of aggregates in time for review,
sampling and testing, if required.
B. Number of Tests: At least three cylinders for each 100 cubic yards or each separate mix design of
concrete of required strength in excess of 2000 psi, or fraction thereof being placed each day will
be taken.
C. Sampling Procedures: Cylinders will be taken so as to represent as nearly as possible the batch of
concrete from which they are taken. Sampling procedures shall conform to ASTM C 172.
D. Test Cylinders: Test cylinders shall be made and cured in compliance with ASTM C 31, except as
modified herein.
E. Test Procedures: Test cylinders from respective batches, one at age of 7 days, and one at age of 28
days. The third shall be tested as directed if concrete strength is under that specified. Cylinder
testing procedures shall conform to ASTM C39 for strength.
F. Slump Tests: Slump tests shall be taken as required by Testing Laboratory to certify compliance
with Contract Documents. Slump shall be tested in accordance with ASTM C143.
G. Compressive Strength: Minimum compressive strength of test cylinders, in pounds per square inch,
shall not be less than the specified required design strength.
H. Test Cores: If minimum strengths of test cylinders fall below those specified, Engineer may require
test cores from hardened concrete to be taken and tested. Each core test, if taken, shall consist of
3 cores. Costs of such cores and tests shall be borne by the Contractor. Cores shall be taken in
accordance with ASTM C42, from locations selected by Engineer. Contractor shall repair core
holes with dry-pack or a nonshrinking mortar.
1. Test Core Strength: Concrete tested by coring shall be considered acceptable if the average
strength of three cores is equal to at least 85 percent of the minimum specified 28 day
strength and if no single core strength is less the 75 percent of the minimum 28 day
strength.
3.03 CONCRETE INSPECTIONS
A. An authorized inspector of the District will be present at all times during placing of structural,
reinforced cast-in-place concrete. Before placing concrete he will inspect and approve (if
satisfactory) accuracy of all formwork and quantity and placement of all reinforcing steel. Concrete
construction activities shall not proceed until inspections are complete and the inspected
construction is approved.
3.04 CONCRETE MIX DESIGNS
A. General: Refer to requirements specified in Section 03300.
CMSD Testing and Inspection
Project No. 349 01410 - 4
B. Revised Mix Designs: In addition to original mix designs, provide new mix designs if change in
brand or type of cement or change in source or gradation of aggregate is permitted, or if defective
concrete occurs.
C. Cost of Mix Designs: Contractor shall pay all costs for mix designs.
3.05 CONCRETE PLANT INSPECTION
A. Certificates: The manufacturer of structural concrete shall deliver to the Inspector a certificate with
each mixer truck in accordance with ASTM C94, Section 16.1 and all items of 16.2 with the
addition of type and brand of cement and admixtures, source and identification of aggregates.
Certificates shall be from a public weightmaster. Inspector will not accept concrete which is not
accompanied by and identified by the above certificate.
B. Periodic Inspection: Periodic inspection of quality of materials used may be made by Testing
Laboratory, as directed by Engineer.
3.06 REINFORCING STEEL
A. Certificates: Provide mill test certificates identifying chemical and physical analysis of each load
of reinforcing steel delivered.
3.07 STRUCTURAL STEEL
A. Certificates: Mill certificates or affidavits and manufacturers' certification shall be supplied to the
Inspector for verification of steel materials. Engineer shall be notified at least two working days
in advance of fabrication and supplied with the reports so that he can make a shop inspection of the
steel.
B. Tests of Steel Materials: Refer to Section 05500 for tests required for local stock or unidentified
steel. Such testing shall be paid for by the Contractor.
C. General Inspection:
1. Inspection at Fabricator's Plant: The Engineer will visit the fabricator's plant to verify that
materials used check with the mill tests, affidavits of test reports, and that fabrication and
welding procedures meet specifications.
2. Inspection at Job Site: The Engineer will visually check fabricated steel delivered to the
Project against the working and reviewed shop drawings for compliance and he will make
physical tests, measurements, as required to meet the Specifications. Shop fillet welds will
be visually checked.
3. Inspection of Steel Welding: Inspection of steel welding shall be made to insure that seam
welds and puddle welds are made in accordance with the Drawings and Specifications.
Inspection shall insure that proper electrodes, current, travel and speed are used and that
no cracks, serious undercutting, overlap, surface holes or slag inclusions occur.
END OF SECTION
CMSD Mobilization
Project No. 349 01505 - 1
SECTION 01505 MOBILIZATION
PART 1 - GENERAL
1.01 GENERAL
A. Mobilization shall include the acquisition of all permits; moving onto the site of all plant and equipment;
furnishing and erecting plants, temporary buildings, and other construction facilities; and
implementing security requirements; all as required for the proper performance and completion of
the work. Mobilization shall include but not be limited to the following principal items, and shall
not exceed 5% of the total contract:
1. Moving on to the site of all Contractor's plant and equipment required for construction
operations.
2. Installing temporary construction power, wiring, and lighting facilities.
3. Establishing fire protection system.
4. Developing construction water supply as required.
5. Providing field office trailer for the Contractor (at Contractor's option).
6. Providing all on-site communication facilities, including telephones and radios for
Contractor personnel.
7. Providing on-site sanitary facilities and potable water facilities for Contractor personnel.
8. Arranging for, and establishment of, Contractor's storage yard as required. (Contractor is
solely responsible for obtaining property owner agreements to use private property for
storage or laydown areas per the contract documents.)
9. Constructing and implementing security features and requirements in compliance with the
Contract Documents.
10. Obtaining all required permits, including CalTrans Double Permit (if needed).
11. Having all OSHA required notices and establishment of safety programs.
12. Submitting initial submittals.
1.02 CONSTRUCTION FACILITIES PLAN
A. Prior to commencement of any field work, the Contractor shall submit a Construction Facilities Plan
to District Engineer for approval. Said plan shall show the layout, equipment, materials and
procedures that Contractor proposes for construction of temporary electrical, telephone, lighting,
heating, water, sanitation, field offices and sheds, and other similar site facilities.
CMSD Mobilization
Project No. 349 01505 - 1
B. The Contractor's site office and other construction facilities shall be of a temporary nature. The
Contractor shall be wholly responsible for the security of his site office and laydown area, and for
all its plant, materials, equipment and tools at all times.
1.03 MEASUREMENT AND PAYMENT
A. The contractor shall be compensated 50% of this item once mobilization activities are complete,
and 50% at project completion and completion of demobilization activities.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
CMSD Security
Project No. 349 01540 - 1
SECTION 01540 SECURITY
PART 1 - GENERAL
1.01 GENERAL
A. The Contractor shall safely guard all work, materials, equipment and property from loss, theft,
damage and vandalism. Contractors’ duty to safely guard property from injury or loss in connection
with the performance of the Work shall include the District’s property and other private property.
B. The Contractor shall employ watchmen as needed to provide the required security and prevent
unauthorized entry.
C. The Contractor may make no claim against the District for damage resulting from trespass.
D. The party responsible for security shall make good all damage to property of District and others
arising from failure to provide adequate security.
E. If existing fencing or barriers are breached or removed for purposes of construction, the Contractor
shall provide and maintain temporary security fencing equal to the existing in a manner satisfactory
to the Resident Engineer.
F. Security measures taken by the Contractor shall be at least equal to those usually provided by the
District to protect the existing facilities during normal operation.
G. A security program shall be maintained throughout construction until final acceptance and
occupancy precludes need for Contractors’ security program.
PART 2 - MATERIALS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
CMSD Temporary Environmental Controls
Project No. 349 01560 - 1
SECTION 01560 TEMPORARY ENVIRONMENTAL CONTROLS
PART 1 - GENERAL
1.01 EXPLOSIVES AND BLASTING
A. The use of explosives on the work will not be permitted.
1.02 AIR QUALITY
A. General: The Contractor shall not create significant direct air quality impacts during the
performance of the work. The Contractor shall take corrective measures, as required by the District
Engineer, to prevent significant air quality impacts during the work period.
B. Dust Control: The Contractor shall furnish all labor, equipment, and means required and shall carry
out effective measures wherever and as often as necessary to prevent its operation from producing
dust in amounts damaging to property, cultivated vegetation, or domestic animals, or causing a
nuisance to persons living in or occupying buildings in the vicinity. The Contractor shall be
responsible for damage resulting from any dust originating from its operations. The Contractor
shall provide adequate watering or other dust control measures to control dust on the work site.
Dust control shall prevent fugitive dust from leaving the work area. Dust control or ground cover
on graded areas left exposed for more than 90 days shall be provided by the Contractor. If
necessary, the Contractor shall wash or sweep the adjacent access roads on the construction site to
keep adjoining public roads clean.
C. Equipment Control: All motorized construction vehicles operating onsite for more than 90 days
shall have a low NOx emission engine tune-up. Documented proof of tune-ups shall be made
available to the District Engineer when requested.
D. Management: The Contractor shall encourage ride sharing among Contractor personnel and shall
develop a voluntary ride share program.
1.03 WATER POLLUTION CONTROL
A. The Contractor shall abide by the conditions and requirements of the State Water Resources Control
Board, Construction Activities Storm Water General Permit as well as regional board (RWQCB)
requirements for discharge of non-stormwater into receiving waters.
B. The Contractor shall be responsible for developing and implementing a Storm Water Pollution
Prevention Plan (SWPPP) in the event the construction project disturbs one (1) acre or more of soil.
The SWPPP shall be prepared prior to commencement of construction activities. Contractors on
projects that require the preparation of a SWPPP shall apply for a Waste Discharge Identification
Number (WDID) by filing a Notice of Intent (NOI) with accompanying fees, with the State Water
Resources Control Board. If the Contractor wishes to utilize on-site detention for dewatering and/or
stormwater storage, a registered civil engineer must provide the design specifications.
C. The Contractor shall prepare an amendment to the SWPPP when there is a change in construction
activities or operations which may affect the discharge of pollutants to surface waters, ground
CMSD Temporary Environmental Controls
Project No. 349 01560 - 2
waters, municipal storm drain systems, or when the Contractor's activities or operations violate a
condition of the Permits, or when directed by the Engineer. Amendments shall identify additional
water pollution control practices or revised operations, including those areas or operations not
identified in the initially approved SWPPP. Amendments to the SWPPP shall be prepared and
submitted for review and approval within a time approved by the Engineer, but in no case longer
than the time specified for the initial submittal and review of the SWPPP. At a minimum, the
SWPPP shall be amended annually and submitted to the Engineer 25 days prior to the defined rainy
season.
D. The Contractor shall keep one copy of the approved SWPPP and approved amendments at the
project site. The SWPPP shall be made available upon request by a representative of the Regional
Water Quality Control Board, State Water Resources Control Board, United States Environmental
Protection Agency, or the local storm water management agency. Requests by the public shall be
directed to the Engineer.
E. Dewatering shall not be allowed to percolate back into the ground or be discharged downstream
without obtaining a permit from the Regional Water Quality Control Board at the Contractor’s
expense. Alternatively, dewatering water can be discharged into the sanitary sewer system in
conjunction with required permits from the Costa Mesa Sanitary District (CMSD). All dewatering
activities, with the exception of groundwater extraction, are covered under the Construction Permit,
and shall also comply with Specification Section 02140.
F. At the option of the Contractor, dewatering discharges may be used for dust control and
compaction. Dewatering discharges used for dust control and compaction may be stored until
needed. Storage shall consist of tanks, or other methods approved by the Engineer, that prevents
dewatering discharges from discharging downstream or percolating into the ground.
1.04 RUBBISH CONTROL
A. During the progress of the work, the Contractor shall keep the site of the work and other areas used by
it in a neat and clean condition, and free from any accumulation of rubbish. The Contractor shall
provide sufficient dumpsters and trash containers for collection of rubbish. The Contractor shall
dispose of all rubbish and waste materials of any nature occurring at the work site, and shall
establish regular intervals, at least weekly, for collection and disposal of such materials and waste.
The Contractor shall also keep all roads free from dirt, rubbish, and unnecessary obstructions
resulting from its operations. Disposal of all rubbish and surplus materials shall be off the site of
construction in accordance with local codes and ordinances governing locations and methods of
disposal, and in conformance with all applicable safety laws, and to the particular requirements of
Part 1926 of the OSHA Safety and Health Standards for Construction. The Contractor shall not
dispose of rubbish or debris into storm drains or stream channels.
1.05 SANITATION
A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use
of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of
the OSHA Standards for Construction.
B. Sanitary and Other Organic Wastes: The Contractor shall establish a regular daily collection of all
sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the
Contractor or organic material wastes from any other source related to the Contractor's operations
CMSD Temporary Environmental Controls
Project No. 349 01560 - 3
shall be disposed of away from the site in a manner satisfactory to the District Engineer and in
accordance with all laws and regulations pertaining thereto.
1.06 CHEMICALS
A. All chemicals used during project construction or furnished for project operation, whether
defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant or of other
classification, shall be stored in accordance with the manufacturer's instructions. The Contractor
shall maintain copies of Material Safety Data Sheets for all chemicals used or furnished by the
Contractor. Use of all such chemicals and disposal of residues shall be in strict accordance with
the printed instructions of the manufacturer.
B. All chemicals used during the project construction or furnished for project operation, whether
defoliant, soil sterilant, herbicide, pesticide, fertilizer, disinfectants, polymers, reactants, fuel, oil,
hydraulic fluid, detergent, paint, solvent, glue, or any other classification, shall be stored within a
containment area that minimizes contact of the chemicals and the storage containers with
precipitation and surface water flows due to precipitation or flows from adjacent areas. If
precipitation or surface water flows contact the chemicals or the storage containers, the Contractor
shall immediately notify the District Engineer to determine if the surface water has been
contaminated or may be allowed to be discharged to the storm drains or stream channels. If the
surface water flows have become contaminated due to contact with the chemicals or the storage
containers, the Contractor shall provide for removal and/or treatment of the surface water flows at
no additional costs to the District. If spills occur in the containment area, the Contractor shall
immediately notify the District Engineer and shall contain and cleanup the spill to prevent spilled
material from entering storm drains, stream channels, or groundwater or from being absorbed by
the underlying pavement or soil.
C. All chemicals shall be stored, handled, and used in compliance with the appropriate regulatory
agency requirements.
1.07 HAZARDOUS MATERIALS
A. The Contractor shall collect waste oil, used oil filters, other waste petroleum materials, and any
other Contractor generated hazardous materials. Remove and legally dispose of all waste
petroleum products and any other Contractor generated hazardous materials at suitable disposal
facilities off of the job site at the Contractor's expense.
B. On site temporary fuel storage facilities shall be constructed to comply with current regulations.
Such facilities shall be diked to contain any fuel spills. Fuel tanks shall be properly grounded.
C. The Contractor shall park construction vehicles in locations designated by the District Engineer.
The Contractor shall provide oil drip pans to contain any oil leakage from construction vehicles.
D. Contractor shall provide a suitable concrete washdown area to contain the residue of his concrete
pouring operations. This area shall be lined and shall be designed with berms or other containment
features to prevent this contaminated water from being discharged via surface flow to unprotected
areas.
1.08 EROSION AND SEDIMENT CONTROL
CMSD Temporary Environmental Controls
Project No. 349 01560 - 4
A. The Contractor shall provide and maintain all necessary erosion and sediment control measures
throughout the construction period as required to minimize stormwater pollution from the
Contractor's work area. Erosion and sediment control measures may include common Best
Management Practices (BMP) such as straw bale dikes, straw wattles, sandbag dikes, silt fences,
drainage swales, pipe drains, sediment traps, protective sheets, jute matting, hydro-seeding, and
appropriate surface contouring.
Contractor shall comply with BMP’s for this type of construction.
B. The Contractor shall secure erosion control devices at the end of each work shift during the period
from December 1 to March 31, or when rain is forecast prior to the next work day, and after each
rain event.
C. Grading activities shall be prohibited during the period when rain is falling at a rate in excess of
0.1 inches per hour. The Contractor shall immediately secure the site for erosion control and storm
water runoff.
D. The Contractor shall be responsible for inspecting and maintaining erosion and sediment control
measures in the Contractor's work area before, during, and after storm events. The Contractor shall
notify the District Engineer if erosion and sediment control measures do not operate properly, and
shall take all necessary corrective action.
1.09 CULTURAL RESOURCES
A. The Contractor's attention is directed to the National Historic Preservation Act of 1966 (16 U.S.C.
470) and 36 CFR 800 which provides for the preservation of potential historical architectural,
archaeological, or cultural resources (hereinafter called "cultural resources").
B. The Contractor shall conform to the applicable requirements of the National Historic Preservation
Act of 1966 as it relates to the preservation of cultural resources.
C. In the event potential cultural resources are discovered during subsurface excavations at the site of
construction, the following procedures shall be instituted:
1. The District Engineer will issue a Stop Work Order directing the Contractor to cease all
construction operations at the location of such potential cultural resources find.
2. Such Stop Work Order shall be effective until such time as a qualified archaeologist can be
called to assess the value of these potential cultural resources.
1.10 WORK HOURS AND TRAFFIC CONTROL
A. Construction work hours and traffic control shall comply with governing agency encroachment permit,
and Section 6-2 of the Greenbook.
1.11 PROGRESS CLEANING
A. The Contractor shall maintain areas free of waste materials, debris, and rubbish. The site shall be
maintained in a clean and orderly condition. Broom all concrete or other finished work areas when
CMSD Temporary Environmental Controls
Project No. 349 01560 - 5
rain is forecast prior to the next working day, and at least once per month, prior to each progress
payment request. Where material or debris has washed or flowed into or has been placed in existing
watercourses, ditches, shoreline areas or elsewhere, remove such material or debris and legally
dispose of it during the progress of the work.
B. Remove debris and rubbish from channels, wet wells, structures, pipe chases, plenums, attics, crawl
spaces, and other closed or remote spaces, prior to enclosing the space.
C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to
eliminate dust.
1.12 SITE MAINTENANCE
A. The Contractor is responsible for site maintenance in the Contractor's work area, laydown area, and
in all areas impacted by the Contractor's work activities. Such site maintenance activities include
but are not limited to dust control, rubbish control, fence repair, maintenance of construction access
roads and parking lots, and maintenance of erosion and sediment control facilities.
B. The District Engineer may direct the Contractor to perform site maintenance activities in other
areas of the project site. The cost of such site maintenance activities in areas other than those
identified in Paragraph 1.11A will be reimbursed to the Contractor in accordance with the contract
documents.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION
CMSD Protection of Materials and Equipment
Project No. 349 01620 - 1
SECTION 01620 PROTECTION OF MATERIALS AND EQUIPMENT
PART 1 - GENERAL
1.01 GENERAL
A. Materials and equipment shall be shipped, handled, stored, and installed by methods which will prevent
damage to the items. Damaged items will not be permitted as part of the work except in cases of
minor damage that have been satisfactorily repaired and are acceptable to the Resident Engineer.
1.02 PIPE
A. Pipe and appurtenances shall be handled, stored, and installed as recommended by the manufacturer.
Pipes with soft coatings, such as coal tar enamel or the like, or pipes of materials which are subject
to deterioration by sunlight or heat, such as PVC pipe, shall be stored to protect the coating or pipe
from physical damage or other deterioration and shall only be handled with padded, wide slings.
Pipes shipped with interior bracing shall have the bracing removed only when recommended by
the pipe manufacturer.
1.04 DELIVERY OF MATERIAL OR EQUIPMENT
A. The District's personnel or representatives of the District will not accept materials or equipment
deliveries for the Contractor.
PART 2 - MATERIALS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
CMSD Project Closeout
Project No. 349 01700 - 1
SECTION 01700 PROJECT CLOSEOUT
PART 1 - GENERAL
1.01 DESCRIPTION
A. Contract closeout is the process that commences as the Work nears Substantial Completion. It
continues through Substantial Completion, and Final Acceptance of the Work.
B. This specification section defines the overall change over process from construction (by the
Contractor) to plant operations (by the District). The section defines the terms in this process, and
outlines the responsibilities of the Contractor, the District Engineer, and the District.
1.02 CONTRACT CLOSEOUT SEQUENCE OF EVENTS
A. The sequence of events and their description listed below represent the suggested order of activities
as the Contract proceeds from construction, through checkout, testing, Substantial Completion, and
the Notice of Completion. Not all work will proceed in this exact order. Adjustments may be
made, after approval by the District Engineer, for the mutual benefit of the Contractor and the
District, if the situation so warrants. Any adjustments made in the sequence of events, to
accommodate the Contractor, shall be at no additional cost to the District.
B. Closeout Sequence of Events and Description:
1. Contract Closeout Deliverables: The Contractor shall provide the following:
a. Final Record Drawings, in accordance with Section 01720.
b. Written guarantees, where required.
c. Certificates of inspection and acceptance by local governing agencies having
jurisdiction.
2. Pre-Final Inspection And Discrepancy List: The District Engineer will conduct a pre-final
inspection of the Work prior to substantial completion. The District Engineer will prepare
a discrepancy list (punchlist). The discrepancy list includes items of work which do not
conform to the Contract Documents, plus any additional items found to be missing,
incomplete, damaged, incorrect, or constructed in an un-workmanlike manner. The
Contractor shall correct all items on the discrepancy list.
3. Substantial Completion: Following correction of items on the discrepancy list, and
successful completion of the operation demonstration, the Contractor shall notify the
District Engineer that the Work is substantially complete. Refer to the contract documents
for other requirements for Substantial Completion.
4. Final Inspection: Following written notice from the Contractor that the entire Work is
complete, the District Engineer, the District, the Contractor, and the Design Consultant will
CMSD Project Closeout
Project No. 349 01700 - 2
conduct a final inspection to verify that the Work is complete. The District Engineer will
prepare a final punchlist of all outstanding items.
5. Final Payment: After the Contractor has completed all final punchlist items, and completed
all other requirements, the Contractor shall submit a final application for payment to the
District Engineer. The final payment application will include all necessary documentation,
in addition to waivers or releases of all liens filed in connection with the Work. The
Contractor shall specifically release the District from any claims not specifically renewed
on the final application for payment. After acceptance by the District Engineer and the
District, the District will make final payment to the Contractor after deducting all amounts
to be retained under the provisions of the Contract Documents.
6. Notice of Completion: The District will file a Notice of Completion with the County
Recorder to begin the 30-day stop notice filing period.
7. Release of Retention: Not more than 35 days after filing the Notice of Completion, the
District will release to the Contractor all retainage, less any deductions to cover pending
third party claims against the District.
1.03 SUBSTANTIAL COMPLETION
A. Substantial Completion includes compliance with the following requirements:
1. The Contractor has substantially completed the construction and erection of the Work in
conformance with the Contract Documents.
2. The Contractor has installed, adjusted, and successfully tested products, equipment, and
systems. The facilities are constructed as indicated by the erection, installation, and
operations and maintenance instruction of the suppliers.
3. The Contractor has provided and completed the following items as approved by the District
Engineer.
a. Contract Closeout Deliverables.
b. Special Manufacturer’s or Supplier's Warranties.
1.04 PRE-FINAL AND FINAL INSPECTIONS
A. Pre-final and final inspections are surveys of the Contractor's work by the District Engineer, the
District, and the Design Consultant in order to create the list of incomplete or unsatisfactory items
of work.
B. Prior to the pre-final and final inspections, the Contractor must complete the following:
1. Clean equipment and fixtures by removing temporary labels, stains, dirt, and other foreign
substances.
2. Clean debris from galleries, pipes, roofs, gutters, basins, pump wet wells, down spouts,
tanks, drainage systems, and HVAC ducting.
3. Clean site; sweep paved areas, rake clean unpaved surfaces.
CMSD Project Closeout
Project No. 349 01700 - 3
4. Remove waste and surplus materials, rubbish, fencing, equipment, temporary utilities, and
construction facilities from the site.
C. The discrepancy list(s) and punchlist will include all items of work found to be unsatisfactory,
missing, incomplete, damaged, incorrect, or improperly installed or constructed. Prior to Final
Acceptance the Contractor shall correct the punchlist items by re-work, modification, or
replacement, at the option of the District Engineer and at no additional cost to the District. The
District Engineer will re-inspect punchlist items upon notice by the Contractor that they are
complete.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 CLEANUP
A. The Contractor shall promptly remove from the vicinity of the completed work, all rubbish, unused
materials, concrete forms, construction equipment, and temporary structures and facilities used
during construction. Final acceptance of the Work by the District will be withheld until the
Contractor has satisfactorily complied with the forgoing requirements for final cleanup of the
project site.
3.02 MAINTENANCE AND GUARANTEE
A. The Contractor shall comply with the maintenance and guarantee requirements contained in the
contract documents.
B. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall
be considered as a part of such required repair work, and any repair or resurfacing which becomes
necessary by reason of such settlement shall likewise be considered as a part of such required repair
work unless the Contractor shall have obtained a statement in writing from the affected private
owner or public agency releasing the District from further responsibility in connection with such
repair of resurfacing.
C. The Contractor shall make all repairs and replacements promptly upon receipt of written order from
the District. If the Contractor fails to make such repairs or replacements promptly, the District
reserves the right to do the work and the Contractor and his surety shall be liable to the District for
the cost thereof.
3.04 BOND
A. The Contractor shall provide a bond to guarantee performance of the provisions contained in Paragraph
"Maintenance and Guarantee" above, and in the Contract Documents.
END OF SECTION
CMSD Final Cleanup
Project No. 349 01710 – 1
SECTION 01710 FINAL CLEANUP
PART 1 - GENERAL
1.01 REQUIREMENTS
A. As a condition precedent to final acceptance or release of a structure, space or process unit for use
by the District, the Contractor shall thoroughly clean all floors and walls to leave same in firstclass
condition.
B. All pits and sumps shall be cleared of silt, sand, debris and construction materials. Ductwork, air
intakes and exhaust grilles shall be inspected and cleared of extraneous material, and all grounds
shall be cleared of all debris.
C. At the completion of the project, the Contractor shall perform the following:
1. Remove and dispose of all excess or waste materials, debris, rubbish, and temporary
facilities from the site, structures and all facilities.
2. Repair pavement, roads, sod, and all other areas affected by construction operations and
restore them to original condition or to minimum condition specified.
3. Remove spatter, grease, stains, fingerprints, dust, labels, tags, packing materials and other
foreign items or substances from interior and exterior surfaces, equipment, signs and
lettering.
4. Repair, patch and touch up chipped, scratched, dented or otherwise marred surfaces to
match specified finish.
5. Remove paint, clean and restore all equipment and material nameplates, labels and other
identification markings.
6. Wash and shine glazing and polished surfaces.
7. Clean all floors, slabs, pavements, and ground surfaces.
8. Maintain cleaning until acceptance and occupation by the District.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
CMSD Record Drawings
Project No. 349 01720 – 1
SECTION 01720 RECORD DRAWINGS
PART 1 - GENERAL
1.01 REQUIREMENTS
A. The Contractor shall provide the Resident Engineer neatly and legibly marked contract drawings
showing the final location of piping, equipment, electrical conduits, outlet boxes and cables, and
other components of the work. Marking of the drawings shall be kept current and shall be done at
the time the material and equipment are installed. These drawings shall be available to the Resident
Engineer. Final payment shall not be made until the marked up record drawings are delivered to
and approved by the Resident Engineer.
1.02 MAINTENANCE OF DOCUMENTS
A. A set of Mylar sepias of the Contract Drawings will be furnished to the Contractor by the District.
These sepias shall be updated with record information and a blueline copy of the updated record
drawings shall be submitted to the Resident Engineer every month. The blue line copy shall be up-
to-date and its completeness shall be a pre-condition of the next month’s partial payment request
approval.
B. The following shall be maintained in the Contractor’s field office in clean, dry, legible condition:
Contract Drawings, Specifications, Addenda, approved Shop Drawings, Samples, photographs,
Change Orders, other Modifications of Contract, test records, survey data, Field Orders, and all
other documents pertinent to Contractor’s Work.
C. Documents shall be available at all times for inspection by the Resident Engineer and the District.
D. Record documents shall not be used for any other purpose and shall not be removed from the office
without Resident Engineer’s approval.
E. The Contractor may submit additional 24 x 36 sheets detailing record work as approved by the
Resident Engineer.
F. The Contractor shall not conceal any work until the required record drawing information has been
recorded. The Resident Engineer may direct the Contractor to expose concealed work if work was
not recorded on the Record Drawings.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
CMSD Demolition and Salvage
Project No. 349 02050-1
SECTION 02050
DEMOLITION AND SALVAGE
PART 1 - GENERAL
1.01 WORK OF THIS SECTION
A. The Contractor shall furnish all materials, equipment and labor necessary to perform complete
demolition and salvage operations as shown on the contract drawings and as specified by this
section. Materials to be demolished or salvaged are indicated on Demolition Plan.
B. The Contractor shall cut back flush and remove exposed piping, conduits, fixtures, junction boxes,
light fixtures, water fixtures, and supports per demolition plan and/or as interfering with new
construction. Concealed or buried piping or conduits shall be removed or capped and abandoned
as necessary to facilitate new construction.
1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. The work of this Section shall comply with the current edition of the Uniform Building Code.
B. Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted
edition of the Standard Specifications for Public Works Construction, 2006 Edition, (SSPWC).
1.03 CONTRACTOR SUBMITTALS
A. The Contractor shall submit a demolition schedule in compliance with Section 01300 - Submittals.
The demolition schedule shall provide a complete coordination schedule for demolition work
including shut-off and continuation of utility operations before the start of the demolition. The
schedule shall indicate proposed methods and operations of facility demolition, and provide a
detailed sequence of demolition, salvage, and removal work.
B. Before completion of the Work, the Contractor shall submit an Affidavit of Legal Disposal attesting
to the lawful disposal of all demolished materials.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 GENERAL REQUIREMENTS
A. Structures shall be demolished and removed in compliance with SSPWC subsection 306-5 as well
as with the requirements and exceptions indicated herein.
3.02 POLLUTION CONTROL
CMSD Demolition and Salvage
Project No. 349 02050-2
A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used for dust
suppression in compliance with SSPWC Section 7.
B. Water shall not be used when it creates hazardous or objectionable conditions such as flooding,
erosion, sedimentation, or pollution.
3.03 PROTECTION
A. Safe passage of persons around the area of demolition shall be provided. Operations shall be
conducted to prevent injury to people and damage to adjacent buildings, structures, and other
facilities in compliance with SSPWC Section 7.
B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement,
settlement or collapse of structures to be demolished.
C. Existing landscaping materials, structures, and appurtenances which are not to be demolished shall
be protected and maintained as necessary and in accordance with SSPWC Section 7.
D. Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the proximity
of the facilities to be removed. Shut off or disconnect utilities affecting demolition work. Schedule
shutdowns with the District; notify the District seven days in advance of any shutdowns that are
required to perform the work. The District will open/close valves on piping, slide and sluice gates
in channels, and electrical disconnects required for the shutdowns.
E. The Contractor shall protect nearby existing equipment from dust caused by demolition activities
by covering, drop-curtains and other similar methods.
3.04 REMOVAL AND ABANDONMENT
A. Any existing buried valve to be removed shall be removed entirely, together with the valve box and
cover. Any buried valve to be abandoned shall be abandoned in place by removing the box cover,
filling the valve box with sand, and patching the pavement.
B. Any existing fire hydrant which is served by a main to be abandoned shall also be abandoned,
together with its services, unless otherwise shown on the Drawings. Fire hydrant services to be
abandoned shall be cut and plugged at least 12 inches below finished grade or below the top of
curb, whichever is lower.
C. In general, existing water mains shall be removed if the alignment of the existing main is within
the trench excavation of the new water main or is not more than 1 foot outside of the trench for the
new main. Where portions of the old water main and/or services are abandoned and left in place,
the exposed ends of the abandoned main and services shall be tightly plugged with a 3 foot concrete
plug.
D. All salvaged material from abandoned water mains and appurtenances, except fire hydrant bodies,
shall become the property of the Contractor upon removal from the trench unless otherwise shown
on the drawings. Such material shall not be allowed to accumulate along the line of Work, but shall
be removed from the area at the earliest practical time. Fire hydrant bodies shall be left at the job
site and will be picked up by the District.
CMSD Demolition and Salvage
Project No. 349 02050-3
E. Payment for removing and/or abandonment of existing water or sewer facilities shall be included
in the Bid amount and no separate payment will be allowed.
3.05 REMOVAL OR RELOCATION OF ELECTRICAL MATERIALS AND EQUIPMENT
A. Unless otherwise noted, remove existing electrical materials and equipment from areas indicated for
demolition or where equipment is relocated. Remove materials no longer used, such as studs,
straps, and conduits. Remove or cut off concealed or embedded conduit, boxes, or other materials
and equipment to a point at least 3/4-inch below the final finished surface. Remove existing unused
wires.
3.06 TRANSFORMERS AND OTHER ELECTRICAL APPARATUS
A. The pad-mounted electrical transformer at the existing pump station is owned by San Diego Gas &
Electric (SDG&E). SDG&E is responsible to remove and dispose of their transformers should that
be required. If their transformer(s) is/are discovered to have caused PCB contamination, SDG&E
will be responsible to plan, execute and pay for a remediation program.
B. District is unaware of any electrical apparatus at the existing pump station that contains PCB's. If
Contractor discovers PCB-containing electrical equipment that he is to salvage or demolish per this
contract are present, he shall so inform the District Engineer so that appropriate action can be taken
for handling, disposal and remediation in conformance with local, State and Federal regulations.
Costs that Contractor incurs as a result of encountering and dealing with PCBcontaining electrical
equipment shall be subject to reimbursement per Change Order procedures.
3.07 DISPOSAL OF NON-FRIABLE ASBESTOS
A. If non-friable asbestos cement pipe (ACP) is identified, the Contractor shall employ adequate care
to maintain the pipe in a non-friable condition. Removal of ACP shall be in whole sections where
possible. Cutting or breaking of ACP to facilitate removal shall be in compliance with California
Regulations, Title 8, Section 5208. At a minimum, the Contractor shall follow the following
requirements for ACP that is to be cut or broken:
1. The Contractor shall evacuate the area of unauthorized and untrained personnel, post
warning signs, and provide a demarcation zone and adequate barriers to keep unauthorized
personnel out of the area.
2. The Contractor shall provide personal protective equipment consisting at least of a
respirator and disposable clothing to asbestos accredited workers performing the cutting or
breaking of ACP. Respiratory protection shall be in accordance with requirements of
California Regulations, Title 8, Section 5414.
3. The area to be cut or broken shall be adequately wetted to reduce fiber emission. The
method employed by the Contractor shall minimize fiber release. Power saw cutting will
not be allowed. All related debris from the cutting or breaking of ACP shall be considered
friable. The Contractor shall dispose of friable material in accordance with California
Regulations, Title 22.
CMSD Demolition and Salvage
Project No. 349 02050-4
4. All waste generated and ACP shall be wrapped in 6 mil polyethylene sheeting or bags and
shall be properly transported and disposed of.
B. The Contractor is responsible for all ACP removal and associated contamination. For disposal of
non-friable ACP, the Contractor shall comply with the City of San Diego Miramar Landfill
“Acceptance Criteria for the Disposal of Non-Friable Asbestos Waste” requirements. A copy of
the requirements can be obtained by calling (858) 573-1415.
C. Payment for disposal of non-friable asbestos-containing materials shall be subject to reimbursement
per Change Order procedures.
3.08 DISPOSAL OF FRIABLE ASBESTOS
A. Friable asbestos containing material is defined as material that can be crumbled, pulverized, or
reduced to powder by hand pressure. All friable asbestos-containing materials shall be considered
as hazardous waste and shall be transported by a licensed hazardous waste hauler. Procedures for
handling friable asbestos-containing material shall conform to the requirements of Section 01120 -
Hazardous Waste Management and Disposal. Friable asbestos containing materials shall be
disposed of at an approved hazardous waste landfill.
B. Upon discovery of friable asbestos, the Contractor shall immediately notify the District Engineer.
C. Payment for the disposal of friable asbestos-containing materials shall be in accordance with the
SSPWC Subsection 3-2.2.3.
3.09 DEMOLITION
A. Existing buildings, structures, boxes, pipes, pavements, curbs, and other items are to be removed,
altered, salvaged, and disposed of as specified herein or indicated on the drawings. Remove and
dispose of all portions of these items which interfere with project construction.
B. Small structures may be removed intact when approved by the utility or authorities having
jurisdiction.
C. Remove and dispose offsite, facilities to be demolished in their entirety including all below ground
footings, foundations, and other associated appurtenances, as shown on the drawings or as specified
herein. Backfill and compact all site areas disturbed by demolition work with earth backfill material
in accordance with Section 02200.
D. Perform the work in a manner that will not damage parts of the structure not intended to be removed
or to be salvaged for the District. If, in the opinion of the District's Representative, the method of
demolition used may endanger or damage parts of the structure or affect the satisfactory operation
of the facilities, promptly change the method when so notified by the District's Representative. No
blasting will be permitted.
E. Concrete and masonry shall be demolished into small sections. The Contractor shall use bracing
and shoring to prevent collapse of structures.
CMSD Demolition and Salvage
Project No. 349 02050-5
F. Demolition equipment shall be dispersed throughout the structure and demolished materials shall
be removed to prevent excessive loads on supporting walls, floors or framing.
G. All equipment, material, and piping, except as specified to be salvaged for the District, or removed
by others, within the limits of the demolition, excavations, and backfills, will become the property
of the Contractor and shall be removed from the project site. The salvage value of this equipment,
materials, and piping shall be reflected in the contract price of the demolition work.
H. Below-grade areas and voids resulting from demolition of structures shall be completely filled to a
minimum compaction of 95%.
I. All fill and compaction shall be in accordance with Section 02200 - Site Preparation and Earthwork.
J. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow
to surface drainage structures, or as indicated.
3.10 REMOVAL OF ABANDONED PIPELINES AND RELATED STRUCTURES
A. Remove designated abandoned pipelines that interfere with new construction, as indicated on the
drawings.
B. Plug cut ends with concrete a minimum of 2 feet beyond the cut ends.
C. Remove and dispose of temporary desilting basins or other temporary inlet structures including all
associated piping and associated concrete structures.
3.11 DISPOSAL OF DEMOLISHED MATERIALS
A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads,
streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed
without permission from the District. Alternate routes shall be provided around closed or
obstructed traffic ways.
B. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and
disposed of in compliance with all laws and regulations. Burning of removed materials from
demolished structures will not be permitted.
3.12 PATCHING AND REPAIRING
A. The Contractor shall provide patching, repaving, and refinishing of damaged areas involved in
demolition as necessary to match the existing adjacent surfaces and in compliance with Section
02600 - Asphalt Paving.
B. The Contractor shall repair all damages caused to adjacent facilities by demolition at no additional
cost to the District.
C. After patching and repairing has been completed, the Contractor shall carefully remove mortar
splatters from adjoining work (plumbing fixtures, trim, tile, and finished metal surfaces) and repair
any damage caused by such cleaning operations.
CMSD Demolition and Salvage
Project No. 349 02050-6
3.13 CLEANING
A. During and upon completion of Work, the Contractor shall promptly remove unused tools and
equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by the Work
in a clean condition in accordance with Section 01710 - Final Cleanup.
B. The Contractor shall clean adjacent structures and their facilities of dust, dirt, and debris caused by
demolition and return adjacent areas to condition existing prior to start of Work.
C. The Contractor shall clean and sweep the affected portions of roads, streets, sidewalks and
passageways daily.
3.14 DELIVERY OF SALVAGED MATERIALS
A. All salvaged materials shall be delivered by Contractor to the Costa Mesa Sanitary District (CMSD)
yard, which is currently located at the Orange County Fairgrounds.
END OF SECTION
CMSD Dewatering
Project No. 349 02140 - 1
SECTION 02140 DEWATERING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: The work of this Section includes pump station site dewatering necessary to lower and
control groundwater levels and hydrostatic pressures to permit excavation and construction to be
performed properly under dry conditions.
B. Contractor’s Responsibility: Dewatering operations shall be adequate to assure the integrity of the
finished project. The responsibility for conducting the dewatering operation in a manner which
will protect adjacent structures and facilities rests solely with the Contractor. The cost of repairing
any damage to adjacent structures and restoration of facilities shall be the responsibility of the
Contractor.
1.02 RELATED SECTIONS
A. The work of the following sections applies to the work of this section. Other sections, not referenced
below, shall also apply to the extent required for proper performance of this work.
Section 02200 Earthwork
1.03 STANDARD SPECIFICATIONS
A. Except as otherwise indicated in this Section, the Contractor shall comply with the Standard
Specifications for Public Works Construction, 2006 Edition, (SSPWC).
1.04 PERMITS AND AGENCY APPROVALS
A. Contractor shall comply with California Regional Water Quality Control Board (CRWQCB)
General Waste Discharge Requirements for Ground Water Remediation and Dewatering Waste
Discharges, Order Numbers 2000-90 and 2001-96. Copies of the Waste Discharge Requirements
may be obtained from the CRWQCB.
B. A State General Permit will be required for construction activities (including dewatering) for the
project. The application fee is required to be submitted to the State Water Resources Control Board.
A Notice of Intent must be submitted to the State Water Resources Control Board to apply for a
permit. A Storm Water Pollution Prevention Plan (that includes a discussion of construction
dewatering, BMP’s and containment) and a Site Map will also be required as part of the permit
application. The original signed NOI, Site Map and application fee must be sent to:
1. (via regular mail) State Water Resources Control Board, Division of Water Quality,
Attention: Storm Water Section, P.O. Box 1977, Sacramento, CA 95812-1977
2. (via FedEx or overnight mail) State Water Resources Control Board, Attention: Storm
Water Section, 1001 I Street, Sacramento, CA 95814.
CMSD Dewatering
Project No. 349 02140 - 2
1.05 SUBMITTALS
The following shall be submitted in compliance with Section 01300:
A. Prior to commencement of excavation, a detailed plan and schedule, with description, for
dewatering of excavations.
B. Demonstration of proposed system and verification that adequate personnel, materials and
equipment are readily available.
C. Shop Drawings shall, at a minimum, indicate the proposed type of dewatering system; the
arrangement, location and depths of system components; a complete description of equipment and
instrumentation to be used, with installation, operation and maintenance procedures; and disposal
methods for pumped water.
D. Well installation and destruction permits.
1.06 CONTROL AND OBSERVATION
A. Adequate control shall be maintained to ensure that the stability of excavated and constructed
slopes are not adversely affected by water, that erosion is controlled and that flooding of excavation
or damage to structures do not occur.
B. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering,
Contractor shall install reference points and monitor them at frequent intervals to detect any
settlement which may develop, at no additional cost to District.
C. A daily report shall be maintained by the Contractor. The following shall be recorded:
1. Elevation of ground water and piezometric water levels in observation wells (if any).
2. Change in elevation of reference points established by Contractor and approved by District,
to monitor subsidence at other locations within the project area (per Paragraph “B” above).
1.07 GENERAL REQUIREMENTS
A. The Contractor shall provide and maintain ample means and devices and shall promptly remove
and properly dispose of all water from any source entering the excavation or other parts of the work.
Methods of dewatering may include sump pumping, single or multiple stage well point systems,
eductor and ejector type systems, deep wells, piezometers, suitable rock or gravel placed below
the required bedding for drainage and pumping purposes, temporary pipelines, and other means
that will not be detrimental to the proposed construction.
B. Locate dewatering facilities where they shall not interfere with utilities and construction work to
be performed by others.
C. Modify dewatering procedures which cause, or threaten to cause, damage to new or existing
facilities, so as to prevent further damage. Install settlement gauges, as necessary, to monitor
CMSD Dewatering
Project No. 349 02140 - 3
settlement of critical structures or facilities adjacent to areas of dewatering. Control the rate of
dewatering to avoid all objectionable settlement and subsidence.
D. Comply with State Water Resources Control Board requirements as defined in paragraph 1.04
above. Obtain authorization, as required, prior to discharge of groundwater, and comply with the
sampling, testing, monitoring and reporting requirements specified therein. The Contractor is
responsible for obtaining all water discharge permits that are required.
E. Contractor shall be responsible to furnish the labor, materials and operating costs if regulatory
agencies require pretreatment of groundwater prior to discharge for disposal.
PART 2 - PRODUCTS
2.01 EQUIPMENT
A. Furnish and maintain all materials, tools, equipment, facilities and services as required for
providing the necessary dewatering work and facilities.
B. Provide piezometers for monitoring groundwater levels and other instruments and measuring
devices as required.
C. Dewatering shall include well points, sump pumps, temporary pipelines for water disposal, rock or
gravel placement, and other means including standby pumping equipment maintained on the job
site continuously.
PART 3 - EXECUTION
3.01 GENERAL REQUIREMENTS
A. Contractor shall obtain a permit per the requirements of the Regional Water Quality Control Board,
before beginning Dewatering Operations.
B. Perform dewatering in accordance with approved Shop Drawings. Keep the Engineer advised of
any changes made to accommodate field conditions and, on completion of the dewatering system
installation, revise and resubmit Shop Drawings as necessary to indicate the installed configuration.
No water shall be drained into work built or under construction without prior consent of the
Engineer.
C. Organize dewatering operations to lower the groundwater level in excavations as required for
prosecution of the work, and to provide a stable, dry subgrade for the prosecution of construction
operations. Dewatering shall not effect groundwater levels in areas through which microtunneling
is to occur.
D. Maintain water level at lower elevations, so that no danger to structures can occur because of
buildup of excessive hydrostatic pressure, and provide for maintaining the water level a minimum
of 5 feet below the subgrade, unless otherwise permitted by the Engineer.
E. Maintain groundwater level a minimum of 5 feet below the prevailing level of backfill being placed.
CMSD Dewatering
Project No. 349 02140 - 4
F. Dispose of water in such a manner as to cause no injury or nuisance to public or private property,
or be a menace to the public health. Dispose of the water in accordance with applicable regulatory
agency requirements. Do not drain trench water through the pipeline under construction.
G. The dewatering operation will be continuous, so that the excavated areas shall be kept free from
water during construction, while concrete is setting and achieves full strength, and until backfill
has been placed to a sufficient height to anchor the work against possible flotation.
H. Prevent disposal of sediments from the soils to adjacent lands or waterways by employing
necessary methods, including settling basins, locate settling basins away from watercourses to
prevent silt-bearing water from reaching the watercourse during surface flow runoff conditions.
Settling basins shall be provided in accordance with regulatory agency requirements.
I. Where excavations may obstruct the natural flow of a watercourse, implement measures to control
and dispose of the surface water that will not adversely affect water quality or beneficial uses of
the watercourse. Divert watercourse flows around excavation areas by constructing barriers,
temporary culverts, new channels or other appropriate means.
J. Do not allow water containing mud, silt or other pollutants from aggregate washing or other
construction activities to enter a watercourse or be placed in locations that may be subjected to high
storm flows.
3.02 DETAILED REQUIREMENTS
A. Dewatering shall be performed in compliance with Subsection 306-3.3 of SSPWC and as specified
herein.
B. An adequate system shall be maintained to lower and control the groundwater to permit excavation,
construction of structures, placement of piping, and placement of fill materials to be performed
under dry conditions.
C. Sufficient dewatering equipment shall be installed to predrain the water-bearing strata below the
bottom of foundations, drains, sewers, pipelines and other excavations.
D. The hydrostatic head in water-bearing strata below foundations, drains, sewers, pipelines and other
excavations shall be reduced to ensure that the water level and piezometric water levels are below
the excavation surface at all times.
1. The piezometric water level shall be maintained a minimum of 3-feet below the excavation
surface.
E. The system shall be placed into operation prior to excavation below ground water level to lower
the ground water level and shall be operated continuously 24 hours a day, 7 days a week until
drains, sewers, pipelines and structures have been constructed and leak tested and fill materials
have been placed and dewatering is no longer required.
F. Surface runoff shall be diverted from excavations. Water entering the excavation from surface
runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to
sumps, and be pumped or drained by gravity away from the excavation.
CMSD Dewatering
Project No. 349 02140 - 5
G. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing
capacity of the subgrade soils at proposed bottom of excavation.
H. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled
flow of water, the affected areas shall be excavated and replaced with drain rock at no additional
cost to the District.
I. Flotation of structures and facilities shall be prevented by maintaining a positive and continuous
removal of water.
J. If well points or wells are used, they shall be adequately spaced to provide the necessary
dewatering.
K. Water and debris shall be disposed of in a suitable manner in compliance with Subsection 306-3.3
of SSPWC and without damage to adjacent property. No water shall be drained into work built or
under construction. Water shall be filtered to remove sand and fine-sized soil particles and further
treated if required by regulatory agencies before disposal into any drainage system. Necessary
permits from regulatory agencies, if applicable, shall be obtained by the Contractor for disposal of
water.
L. The release of groundwater to its original level shall be performed in such manner to prevent
disturbance of natural foundation soils, prevent disturbance of compacted backfill and prevent
flotation or movement of structures, pipelines, and sewers.
M. Contractor is responsible to obtain an NPDES permit including payment of the application fee. No
discharge fees will be charged.
3.03 RECORDS
A. Provide a daily record of the average dewatering flow rate. Provide water quality testing as required
by the State Water Resources Control Board.
B. Observe and record the elevation of the groundwater during the period that the dewatering system
is in operation.
END OF SECTION
CMSD Trenching, Backfilling and Compaction
Project No. 349 02221 - 1
SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION
PART 1 - GENERAL
1.01 DESCRIPTION
A. The work of this Section includes all labor, machinery, construction equipment, and appliances to perform
in a good workmanlike manner all trench excavation and backfill work shown on the Drawings and
herein specified.
1.02 GENERAL REQUIREMENTS
A. Requirements of the Standard Specifications for Public Works Construction, 2006 Edition (SSPWC) apply
to this Section.
1.03 SAFETY
A. The Contractor shall familiarize himself with, and shall at all times conform to, all applicable regulations
of the "General Construction Safety Orders" and "Trench Construction Safety Orders" of the State
of California, Department of Industrial Relations, Division of Occupational Health and Safety.
1.04 INSPECTION AND CONTROL
A. A representative will be engaged by the District, who shall act as the direct representative of the District
in soils work, to perform inspection of the removal and replacement of unsuitable materials, and the
placement and compaction of all fills and backfills within the limits of earthwork on this project. All
work shall be done in accordance with these Specifications and as directed and approved by the
Resident Engineer. Costs of all such inspections will be paid by the District. However, all such
testing shall be conducted by the Contractor-retained Approved Testing Laboratory, as directed by
the Resident Engineer. The cost of all such tests shall be paid for by the Contractor, including initial
and any retesting required due to failed tests.
1.05 REQUIREMENTS
A. General:
1. The work performed under this Specification shall be constructed to the lines, grades,
elevations, slopes and cross sections indicated on the Drawings, specified herein, and/or
directed by the Resident Engineer in writing. Slopes, graded surfaces, and drainage features
shall present a neat, uniform appearance upon completion of the Work.
2. It shall be the Contractor's responsibility (1) to maintain adequate safety measures and
working conditions; and (2) to take all measures necessary during the performance of the
Work to protect the entire project area and adjacent properties which would be affected by
this work from storm damage, flood hazard, caving of trenches and embankments, and
sloughing of material, until final acceptance by the District. It shall be the Contractor's
CMSD Trenching, Backfilling and Compaction
Project No. 349 02221 - 2
responsibility to maintain completed areas until the entire project area is in satisfactory
compliance with the Contract Documents.
3. Contractor shall be responsible for the excavation and disposition of unsuitable or surplus
material by approved means of conveyance away from the working area. Conform with
applicable requirements for disposition as specified in the SSPWC.
B. Utility Protection: Utility lines and structures indicated on the Drawings which are to remain in
service shall be protected by the Contractor from any damage as a result of his operations. Where
utility lines or structures not shown on the Drawings are encountered, the Contractor shall report
them to the Resident Engineer before proceeding with the Work. The Contractor shall bear the cost
of repair or replacement of any utility lines or structures which are broken or damaged by his
operations.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Backfill Soils in the Pipe Backfill Zone shown on the Drawings, shall be in accordance with the
Standard Specifications for Public Works Construction Section 306-1.3.1, except as herein noted.
Backfill shall not contain rocks greater than 4-inches in maximum dimension. In streets, rocks
greater than 2-1/2 inches in maximum dimension shall not be allowed within 12-inches of pavement
subgrade.
B. Rock Backfill for Bedding: As determined by the Resident Engineer, in areas where subgrade is
unsuitable for placement of pipe due to loose, soft, or deleterious materials exposed at pipeline invert
elevation during excavation, those materials shall be removed by the Contractor to their full depth,
or to two feet below the pipe invert, whichever is less. The overexcavation shall be filled with rock
having the gradation listed below which meets requirements for Size No. 57 listed in AASHTO
Specification M43 (ASTM D448). Crushed rock, 3/4 inch maximum size, or a gradation and quality
approved by the Resident Engineer may be allowed as an alternate. Costs of any rock that is rejected
by the Resident Engineer for noncompliance with this Section and removal from the site shall be
borne by the Contractor. The rock shall be enveloped in a filter fabric of a non-woven geotextile:
Mirafi 180N, or approved equal. The filter fabric edges shall be overlapped for a minimum of 2 feet.
Sieve Size
Percent
Passing Minimum
Percent
Passing Maximum
1 inch 100 100
3/4 inch 90 100
½ inch 30 60
3/8 inch 0 20
#4 0 5
#8 0 0
ASTM C-131 Test Grading B B
C. Material in Pipe Bedding Zone: For bedding in the Pipe Bedding Zone as shown on the Drawings,
the Contractor shall use 3/4" crushed aggregate base, or other material approved by the Resident
Engineer in advance of import or placement. Cost of any sand equivalent tests will be borne by the
CMSD Trenching, Backfilling and Compaction
Project No. 349 02221 - 3
Contractor and will be conducted by the Approved Testing Laboratory. Cost for retesting due to the
noncompliance with this Section shall be borne by the Contractor.
PART 3 - EXECUTION
3.01 TRENCH EXCAVATION
A. Excavation for Trenches shall include the removal of all material of any nature for the installation of
the pipe or facility and shall include the construction of trench shoring and stabilization measures,
timbering and all necessary installations for dewatering.
B. Width of Trench: The minimum width of the pipe zone shall not be less than 12-inches greater than
the exterior diameter of the pipe, exclusive of bells and shall not be greater than 16-inches greater
than the exterior diameter of the pipe, exclusive of bells, special structures, or connections. The
minimum width shall be exclusive of all trench supports. The maximum width shall be inclusive of
all trench support. If the maximum trench width is exceeded, the Contractor shall provide additional
bedding, another type of bedding, or a higher strength of pipe, as approved by the Resident Engineer,
at no additional cost to the District.
C. Maximum Length of Open Trench: Except by special permission by the Resident Engineer, only
that amount of pipe construction will be permitted, including excavation, construction of pipeline,
and backfill in any one location, which can be completed in one day; however, maximum length of
open trench shall never exceed 500 feet. This length includes open excavation, pipe laying and
appurtenant construction, and backfill which has not been temporarily resurfaced.
D. Trench Side Slopes:
1. Temporary trench excavations shall at all times conform to the safety requirements
hereinbefore specified in Paragraph 1.03 entitled "Safety".
2. Loose cobbles or boulders shall be removed from the sides of the trenches before allowing
workmen into the excavation, or the trench slopes must be protected with screening or other
methods. Trench side slopes shall be kept moist during construction to prevent local
sloughing and raveling.
3. The Contractor shall submit, in accordance with Section 01300, copies of a Shoring Plan
prepared and signed by a Civil Engineer duly registered in the State of California before
commencing excavation.
E. Excess Trench Excavation: If any trench, through the neglect of the Contractor, be excavated below
the bottom grade required, it shall be refilled to the bottom grade, at the Contractor's expense for all
labor and material, with specified crushed rock compacted to a firm stable foundation.
3.02 BRACING TRENCHES
A. The sides of the trenches shall be supported with plank sheeting and bracing in such a manner as to
prevent caving of the sides of the trench. Space left by withdrawal of sheeting or shoring shall be
filled completely with dry granular material blown or rammed in place. All trenches deeper than 5-
CMSD Trenching, Backfilling and Compaction
Project No. 349 02221 - 4
feet shall be shored in accordance with the approved Shoring Plan, unless cut to the angle of repose
of the excavated soils.
B. Shoring shall be designed to resist active earth pressure with the affects of surcharge loads
superimposed.
3.03 PIPE BEDDING
A. The Contractor shall excavate below the bells or couplings, as shown on the Drawings for the full
width of the trench and shall place sand bedding upon which the pipe is to be laid. If trench material
is suitable for use, as determined by the Resident Engineer, the trench may be excavated above the
pipe invert and hand shaped so that the pipe is firmly supported on undisturbed material. Approved
pipe bedding material shall be placed and compacted throughout the Pipe Bedding Zone as shown
on the Drawings.
B. At pipe subgrade, if foundation soil in trench is soft, wet, spongy, unstable or does not afford solid
foundation for pipe, the Contractor shall excavate as directed by Resident Engineer, to a minimum
of 6 inches, and provide a stable rock backfill for bedding for placement of pipe bedding as specified
herein in Paragraph 2.01 B. Such unsuitable material shall be disposed of at the Contractor's expense.
C. Should rock be encountered in the trench, the Contractor shall excavate to a minimum of 6 inches
below pipe bells or as directed by the Resident Engineer, and shall construct a base by placing 6
inches of rock backfill for bedding upon which a subgrade can be prepared. All bedding shall be
wrapped in filter fabric; Mirafi 180N or approved equal.
D. Before any pipe is lowered in place, the trench bottom shall be prepared so that each pipe will have
a firm and uniform bearing over the entire length of the barrel and a width equal to one-half the
outside diameter of the pipe. All adjustments in line and grade shall be made by scraping away or
filling and tamping in under the barrel of the pipe. Wedging or blocking are not permitted.
3.04 BACKFILLING PIPE TRENCHES
A. Pipe Backfill and Bedding Zones: Selected backfill material for the pipe zone shall consist of
hereinbefore specified material. Place material in the trench simultaneously on each side of the pipe
for the full width of the trench and over the Pipe Backfill Zone, as shown on the Drawings, in layers
not greater than 8-inches in loose depth. Each layer shall be thoroughly compacted by tamping.
Jetting or ponding for compaction is not allowed. In all cases, backfilling of the pipe zone must be
done by hand. Bedding shall be brought up uniformly on both sides of the pipe.
Particular attention shall be given to underside of the pipe and fittings to provide a firm support along
the full length of the pipe. The Pipe Zone shall be considered to extend to 12-inches above the top
of the pipe, and shall be compacted in the trench such that there will be obtained a relative compaction
of not less than 90 percent of maximum dry density at within 2 percent of optimum moisture content
as hereinafter specified.
Use of Materials other than those specified shall be approved by Engineer prior to use. The
Contractor shall bear all cost of removal of rejected material, its hauling to an authorized disposal
site, and cost of providing required material to complete the bedding and backfilling.
CMSD Trenching, Backfilling and Compaction
Project No. 349 02221 - 5
B. Backfilling Pipe Trench: After the pipe has been laid in the trench and has been inspected and
approved, and backfilling in the pipe zone is complete and compacted, the remainder of the trench
may be backfilled. The backfill material shall be suitable material and shall be class B or C material.
Whenever imported borrow for backfill is required, the Contractor shall furnish this borrow material
and dispose of the excess trench excavation and shall include the expense of this work in his bid.
C. Compaction Testing: The maximum dry density and optimum moisture content of each soil type
used in the controlled compacted fill will be determined by ASTM D1557-96 compaction method,
and field density tests will be performed in accordance with ASTM D3017. The Resident Engineer
will determine the number and frequency of tasks to be performed.
D. Placement and Compaction of Trench Backfill: The placement and compaction of all trench backfill
shall conform to the following method subject to the qualifications specified therein. Water
densification of backfill is not allowed.
With approval of the Resident Engineer, backfill shall be mechanically compacted by means of
tamping rollers, sheepsfoot rollers, pneumatic tire rollers, vibrating rollers, or other mechanical
tampers to 90 percent relative compaction except that the upper 1 foot below all pavement subgrade
shall be compacted to 95% relative compaction. All such equipment shall be of size and type
approved by the Engineer. Impact-type pavement breakers (stompers) will not be permitted over any
pipe. Permission to use specific compaction equipment shall not be construed as guaranteeing or
implying that the use of such equipment will not result in damage to adjacent ground, existing
improvements, or improvements installed under the Contract. The Contractor shall make his own
determination in this regard. Mechanically compacted backfill shall be placed in horizontal layers
not exceeding eight inches in thickness. Each layer shall be evenly spread, the moisture content
brought to within two percentage points of optimum moisture content, and then tamped or rolled
until the specific relative compaction has been attained.
E. Filter Fabric: Bedding material shall be wrapped in filter fabric; Mirafi 180N or approved equal.
3.05 GENERAL PIPELINE INSTALLATION REQUIREMENTS
A. Depth of Pipe: Pipelines shall be installed at the depths (elevations) shown on the Drawings. If
elevations are not shown, piping shall be only installed with cover adequate to resist construction
loads, but in no instance shall cover be less than thirty (36) inches.
B. Changes in Line and Grade: In the event obstructions not shown on the Drawings are encountered
during the progress of the Work which will require alterations to the Drawings, the Resident Engineer
shall have the authority to change the Drawings and order the necessary deviation from the line or
grade. The Contractor shall not make any deviation from the specified line and grade without
approval by the Resident Engineer. Should any deviations in line and grade be permitted by the
Resident Engineer in order to reduce the amount of rock excavation or for other similar convenience
to the Contractor, any additional costs for thrust blocks, valves, extra pipe footage, concrete, or other
additional costs shall be per unit prices listed in the District-approved cost-loaded schedule.
C. Installing Pipe: After excavating the trench and preparing the proper bedding for the pipe, Contractor
shall furnish all necessary facilities for properly lowering and placing sections of the pipe in the
trench without damage and shall properly install the pipe. The sections of pipe shall be fitted together
correctly and shall be laid true to line and grade in accordance with field stakes per Section 01050.
CMSD Trenching, Backfilling and Compaction
Project No. 349 02221 - 6
The full length of the barrel of the pipe shall have a uniform bearing upon the bedding material, but
if the pipe has a projecting bell, suitable excavation shall be made to receive the bell which shall not
bear on the subgrade. The requirement for closely fitting the bottom of the pipe to the bedding
material for the width stated in this section will be strictly enforced.
1. Pipe shall be laid up grade. Any pipe which is not in true alignment, both vertical and
horizontal, or shows any undue settlement after laying shall be replaced when so ordered
by the Resident Engineer. No pipe shall be laid which is damaged, cracked, checked or
spalled or has any other defect deemed by the Resident Engineer to make it unacceptable,
and all such sections shall be permanently removed from the Work.
2. At all times when the work of installing pipe is not in progress, all openings into the ends of
the pipelines shall be kept tightly closed with suitable plywood or sheet metal bulkheads to
prevent the entrance of animals and foreign materials and to prevent water from entering the
pipe.
3. Keep the pipe trench free from water at all times and take all necessary precautions to prevent
the pipe from floating due to water entering the trench from any source. Any damage is the
Contractor's full responsibility. Restore and replace the pipe to its specified condition and
grade if it is displaced due to floating.
4. All pipeline adjoining concrete structures shall have a joint (flexible) within 18-inches from
the face of such concrete structures.
3.06 CLEANUP
A. Immediately upon completion of work of this Section, all rubbish and debris shall be removed from the
job site. All construction equipment and implements of service shall be removed and the entire area
involved shall be left in a neat, clean and acceptable condition.
END OF SECTION
CMSD Sheeting, Shoring, Bracing and Safety
Project No. 349 02350 - 1
SECTION 02350 SHEETING, SHORING, BRACING AND SAFETY
PART 1 - GENERAL
1.01 SCOPE
A. This section provides specifications for sheeting, shoring, bracing, or other excavation supports.
1.02 REFERENCES
A. This section references the following documents. They are part of this section as specified and modified.
In case of conflict between the requirements of this section and those of the listed documents, the
most stringent requirement shall prevail.
Reference Title
OSHA Occupation Safety and Health Act, US Department of Health
CAL OSHA State of California Construction Safety Orders - California State Labor Code
1.03 QUALITY ASSURANCE
A. Design Requirements:
1. Protection and Trench Safety: Pursuant to Section 6705 of the State Labor Code, all open
excavations greater than 5 feet in depth shall be constructed with bracing, sheeting, shoring,
or other equivalent method designed for the protection of life and limb. The trench
excavation and support system shall comply in all respects with the requirements of Article
6, of the Construction Safety Orders of the Division of Industrial Safety. The Contractor's
attention is directed to the provisions of Subarticle 1540 (4), Article 6 of the California
Construction Safety Orders for alternative shoring and sloping system. It shall be the
Contractor's responsibility to provide the additional strength required to support the sides
of the excavation against loads which may exceed those employed to derive the criteria set
forth in the Industrial Safety Orders. The Contractor shall submit to the Resident Engineer
a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be
made for worker protection from the hazard of caving ground during the excavation of such
trench or trenches. If such plan varies from the shoring system standards, the plan shall be
prepared by a registered civil or structural engineer.
It shall be understood that the above stipulated requirements are to be considered to be the
minimum to be provided. The Contractor shall be solely responsible for any and all
liabilities which may arise from his failure to provide adequate shoring, bracing or sheeting
as necessary to support the excavation under any or all of the conditions of loading which
may exist, or which may arise during the construction of the project.
2. Excavation for Structures: All excavations shall be properly shored, sheeted and braced or
cut back to the proper slope to furnish safe working conditions, to prevent shifting of
CMSD Sheeting, Shoring, Bracing and Safety
Project No. 349 02350 - 2
material, to prevent damage to structures or other work, and to avoid delay to the work, all
in accordance with applicable safety and health regulations. Before starting excavation for
structures, the Contractor shall submit for record purposes complete design calculations
and working drawings of proposed sheeting and bracing arrangements which have been
prepared, signed and sealed by a registered civil or structural engineer. Bracing shall be
arranged so as not to place any strain on portions of completed work until the general
construction has proceeded far enough to provide ample strength. If the Resident Engineer
is of the opinion that, at any point, the sheeting or supports are inadequate or unsuited for
the purpose, he may order the Contractor to resubmit design calculations and working
drawings for that point, taking into consideration the observed field conditions. If the new
calculations show the need for additional sheeting and bracing, the Contractor shall
immediately install it. The sole responsibility for the design, methods of installation, and
adequacy of the sheeting and supports shall be and shall remain that of the Contractor. The
working drawings for shoring, sheeting and bracing will not be checked by the Resident
Engineer.
3. Sequencing: The Contractor shall not start excavation until the trench support drawing has
been returned to the Contractor. When the construction sequence of structures requires the
transfer of bracing to the completed portions of any structure, the Contractor shall secure
the written acceptance of the Engineer prior to the installation of such bracing.
B. Submittals:
1. Trench Support Drawings: In accordance with the requirements of Section 6705 of the
Labor Code of the State of California, the Contractor shall submit detailed drawings to the
Resident Engineer before excavation, showing the design of shoring, bracing, sloping or
other provisions to be made for worker protection from the hazard of caving ground during
the excavation of any trench or trenches 5 feet or more in depth. The design shall be signed
by a registered engineer. The drawings will not be checked by the Resident Engineer.
2. Certification: The minimum required protection will be that described in the Construction
Safety Orders of the Division of Industrial Safety. If the Contractor presents excavation
plans which vary from the shoring system standards established by the Construction Safety
Orders, the Plans shall be prepared and signed by a registered civil engineer.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 GENERAL
A. The design, planning, installation and removal of all lagging sheeting, shoring, sheet piling, and
bracing shall be accomplished in such a manner as to maintain the undisturbed state of the soils
adjacent to the trench and at and below the excavation bottom.
B. The use of horizontal strutting below the barrel of a pipe or the use of a pipe as a support will not
be permitted.
CMSD Sheeting, Shoring, Bracing and Safety
Project No. 349 02350 - 3
C. Sheet piling and timbers in trench excavations shall be withdrawn in a manner so as to prevent
subsequent settlement of the pipe or additional backfill loading which might overload the pipe.
Trench sheeting below the top of the pipe shall be left in place.
END OF SECTION
CMSD Temporary Chain Link Fences and Gates
Project No. 349 02831 - 1
SECTION 02831 TEMPORARY CHAIN LINK FENCES AND GATES
PART 1 - GENERAL
1.01 WORK OF THIS SECTION
A. The Contractor shall provide temporary chain link fencing, gates and appurtenances, complete and
operable, in accordance with the Contract Documents. Temporary fencing required for site security
and public safety, which is not shown on the Plans, shall be provided at no additional cost to the
District.
B. Temporary fencing must completely enclose and restrict entry to the area of work at the pump
station. Fence lines shall be as indicated on the plan or as otherwise specified by the District’s
representative. The Contractor shall establish and stake the exact line of these fences. The
Contractor shall provide offset stakes as required for his use during construction.
C. Shop and installation drawings for the fences and gates shall be submitted in accordance with
Section 01300 - Submittal Procedures.
D. All ferrous materials shall be galvanized as hereinafter specified. Defective galvanized material or
material upon which abrasion of the galvanizing has occurred shall not be used.
E. The Contractor shall furnish padlocks for the gates, per District’s requirements for standardized
lock manufacturer and keying.
F. All earth, trees, brush, and other obstructions which interfere with the proper construction of fences
shall be removed and disposed of, unless the District’s Representative orders certain trees and brush
to remain in place.
1.02 RELATED SECTIONS
A. The Work of the following Section applies to the Work of this Section. Other Sections, not referenced
below, shall also apply to the extent required for proper performance of this Work.
1. Section 03300 Cast-in-Place Concrete
1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. The Work of this Section shall comply with the current edition of the Uniform Building Code as
adopted by the District.
B. Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted
edition of the Standard Specifications for Public Works Construction (SSPWC) together with the
latest adopted editions of the Regional and applicable Supplemental Amendments.
C. Except as otherwise indicated, the current editions of the following apply to the Work of this
Section:
CMSD Temporary Chain Link Fences and Gates
Project No. 349 02831 - 2
ASTM A 90 Test Method for Weight of Coating on Zinc-Coated (Galvanized) Iron or
Steel Articles
ASTM A 392 Specification for Zinc-Coated Steel Chain-Link Fence Fabric
1.04 CONTRACTOR SUBMITTALS
A. The following shall be submitted in compliance with Section 01300 - Submittal Procedure before
fabrication and construction:
1. Manufacturer's product information including catalog cuts indicating materials.
2. The layout of the chain link fence and gates indicating fence height, post sizes, bracing
configurations, corner construction, and accessories.
PART 2 - PRODUCTS
2.01 GENERAL
A. General: Materials for chain link fencing, gates and appurtenances shall conform to the requirements of
SSPWC Subsection 206-6 and as indicated herein.
2.02 POSTS, RAILS AND BRACES
A. Materials for posts, rails and braces shall be Class 1A complying with SSPWC
Subsection 206-6.2.
2.03 WIRE FABRIC
A. Chain link fabric shall be galvanized fabric conforming to SSPWC Subsection 206-6.3.1. Fabric wire
shall be 9 gauge.
2.04 VINYL SLATS
A. Vinyl slats shall be installed in the wire fabric of fencing and gates. The slat material shall be suitable
for the desert environment and outdoor exposure, as approved by District. Slat color shall be
selected by District during the submittal review process.
2.05 FOOTINGS
A. Concrete for post footings shall conform to SSPWC Subsection 201-1, Class 520-C-2500 concrete.
PART 3 - EXECUTION
3.01 INSTALLATION OF FENCING
CMSD Temporary Chain Link Fences and Gates
Project No. 349 02831 - 3
A. Installation of chain link fencing shall conform with SSPWC Subsection 304-3, and as indicated
below:
1. All earth, brush, or other obstructions which interfere with the proper alignment of
construction of fences shall be removed.
2. Line posts shall be spaced at not more than 10-foot intervals, measured from center to
center of the posts and generally parallel to the ground slope. Posts shall be set plumb and
shall be centered in concrete foundation.
3. Gate post shall be provided with concrete foundation.
4. Changes in the fence lines, where the horizontal angle is 15 degrees or more, shall be
considered as corners and corner posts shall be installed.
5. Corner, end, and gate posts shall be braced to the nearest line post. Corner and end posts
shall be diagonally braced. Bracing for gate posts shall be horizontal braces with truss
rods. Line posts shall be braced horizontally and trussed in both directions with truss rods
at 1000 feet maximum intervals.
6. Top rails shall be provided and fitted with couplings for connecting lengths into continuous
runs. Couplings shall be not less than 6 inches long and allow for expansion and
contraction of the rail.
7. Chain link fabric shall be taut and shall be attached to posts, stretcher bars, and wires with
galvanized fabric bands or tie wires at a maximum spacing of 12 inches on posts and 18
inches on the tension wires. Tension wires shall be provided in accordance with SSPWC
subsection 206-6.4. The tension wires shall be stretched tight with turnbuckles at the end
and corner posts. The bottom tension wire shall be installed on a straight grade between
posts.
8. The fabric shall be fastened to the end, corner, and gate posts with stretcher bars and
stretcher bar bands spaced at approximately 12 inches.
3.02 GATES
A. Installation of gates shall conform with SSPWC Subsection 304-3.3 and other requirements
specified herein.
B. Gate frames shall be fabricated with welded joints or rigid connectors.
C. The fabric shall be the same as that used for the fence and shall be rigidly attached to the frames.
D. Frames shall be suitably braced and trussed.
E. Gates shall be equipped with suitable offset hinges to permit a 180 degree swing and a drop bar
locking device with provision for padlocking. A stop to hold the gate open and a center rest with
catch shall be provided.
3.03 CONCRETE FOOTINGS
CMSD Temporary Chain Link Fences and Gates
Project No. 349 02831 - 4
A. Encasement concrete for footings shall be placed in accordance with Greenbook Table 201-1.1.2 or
Class 500-C-2500 Concrete. Concrete for footings may be placed without forms, providing the
ground is firm enough to permit excavation to neat line dimensions. Before placing the concrete,
the earth around the hole shall be thoroughly moistened. The concrete shall completely fill the hole
and top surfaces of the concrete encasement shall be sloped outward to shed water and shall have
a neat appearance. Fence fabric shall not be fastened to the post until a minimum period of 7 days
has elapsed after the placement of concrete footing.
END OF SECTION
CMSD Coating Systems
Project No. 349 09900 - 1
SECTION 09900 COATING SYSTEMS
PART 1 - GENERAL 1.01
DESCRIPTION A.
Scope:
1. The Contractor shall furnish all labor, materials, equipment and incidentals required to provide
painting specified.
2. The extent of painting work is shown on the Drawings and schedules, and as herein specified.
3. The work includes the painting and finishing of all interior and exterior items and surfaces
throughout the Project except as otherwise shown or specified. Surface preparation, priming
and coats of paint specified are in addition to shop priming and surface treatment specified
under other sections of the work.
4. The term "paint" as used herein means all coating systems materials, which includes
pretreatments, primers, emulsions, enamels, sealers and fillers, and other applied materials
whether used as prime, intermediate or finish coats.
5. The Contractor shall paint all exposed surfaces whether or not colors are designated in any
schedule. The term "exposed" as used herein means all items not covered with concrete,
plaster, fireproofing or similar material. Ducts, conduits and other materials with corrosion
resistant surfaces which are in chases, above finished ceiling, or other inaccessible areas shall
not require field painting unless specified to receive painting because of location in corrosive
areas. Where items or surfaces are not specifically mentioned, the Contractor shall paint these
the same as adjacent similar materials or areas.
6. Structural and miscellaneous metals covered with concrete, plaster, or similar material shall
only receive a primer compatible with the covering material.
7. Shop drawings and samples shall be submitted for review within 90 days from the Notice to
Proceed. B. Coordination:
1. The Contractor shall review installation procedures under other Sections and coordinate the
installation of items that must be field painted in this Section.
2. The Contractor shall coordinate the painting of areas to be painted that will be inaccessible
once equipment has been installed.
3. The Contractor shall provide finish coats which are compatible with the prime paints used.
He shall review other Sections of these Specifications in which prime paints are to be provided
to ensure compatibility of the total coating systems for the various substrates. Contractor shall
be responsible for the compatibility of all shop primed and field painted
items in this Contract. He shall furnish information on the characteristics of the proposed
finish materials to ensure that compatible prime coats are used. Barrier coats shall be provided
over incompatible primers, or primers shall be removed and reprimed as required. The
Resident Engineer shall be notified in writing of anticipated problems using the coating
CMSD Coating Systems
Project No. 349 09900 - 2
systems as specified with substrates primed by others. Such notification shall be included with
the equipment submittals.
C. Painting Not Included: The following categories of work are not included as part of the field-applied
finish work, or are included in other Sections of these Specifications.
1. Shop Priming: Unless otherwise specified, shop priming of structural metal, miscellaneous
metal fabrications, other metal items and such fabricated components as shop-fabricated or
factory-built heating and ventilating, and electrical equipment or accessories shall conform to
applicable requirements of Section 09900 but is included under the appropriate Sections of
this Specification.
2. Pre-Finished Items: Unless otherwise shown or specified, painting shall not be included when
factory finishing such as baked-on enamel, porcelain, polyvinylidene fluoride or other similar
finish is specified for such items as, but not limited to, acoustic materials, finished mechanical
and electrical equipment such as light fixtures and distribution cabinets. Contractor shall be
required to touch up factory finished items with paint supplied by the item manufacturer.
Contractor shall field paint damaged prefinished items as directed by the Resident Engineer.
Where a factory finished coating is applied to an item which is not specified to receive a
factory finish coat, acceptance of the factory finish coat shall be at the discretion of the
Resident Engineer. The color shall be noted with the equipment submittals.
3. Concealed Surfaces:
a. Unless otherwise shown or specified, painting is not required on nonmetallic wall or
ceiling surfaces in concealed from view areas and generally inaccessible areas, such
as furred areas, pipe spaces, and duct shafts.
b. All piping, equipment, and other such items within these area, that do not have a
galvanized or other corrosion resistant finish as specified shall be painted.
4. Concrete surfaces more than 12 inches below finish floor elevation, unless otherwise shown
or specified.
5. Concrete floors covered with tile or similar products and exposed concrete floors and exterior
walkways/slabs.
6. Finished Metal Surfaces: Metal surfaces of anodized aluminum, stainless steel, chromium
plate, and similar finished materials will not require finish painting, unless otherwise shown
or specified.
7. Operating Parts And Labels:
a. Moving parts of operating units, mechanical and electrical parts, such as valve
operators, linkages, sensing devices, motor and fan shafts do not require finish
painting unless otherwise specified.
b. The Contractor shall not paint over any code-required labels, such as UL and Factory
Mutual, or any equipment identification, performance rating, name, or nomenclature
plates.
c. All paint, coating or splatter inadvertently placed on these surfaces shall be removed.
CMSD Coating Systems
Project No. 349 09900 - 3
1.02 QUALITY ASSURANCE
A. Specified products are those manufactured by Tnemec Company, Inc., North Kansas City, Missouri
and are specified as the standard of quality. Local contact Denis Amyot (858) 538-9502 or (310) 637-
2363.
B. Equivalent materials of other manufacturers may be substituted on approval of the District's
Representative. Request for substitution shall include manufacturer's literature for each product giving
name, generic type, descriptive information, performance and test data, and evidence of satisfactory
past performance. No request for substitution shall be considered that would decrease film thickness
and/or number of coats or offer a change in the generic type of coating specified.
C. No substitution will be considered unless request for approval has been submitted by the bidder and
has been received by the Engineer at least ten days prior to the date of bids. The burden of proof of
the merit of the proposed substitute is upon the proposer. The District's Representative's decision of
approval or disapproval of the proposed substitution shall be final. D. Applicator Qualifications:
1. The name and experience record of the painting applicator shall be supplied. A list of utility
or industrial installations painted, responsible officials, architects, or engineers concerned with
the project and the approximate contract price shall be included.
2. Painting applicators whose submissions indicate that they have not had the experience required
to perform the Work will not be approved.
E. Job Mockup: On actual wall surfaces and other exterior and interior building components as selected
by the Resident Engineer, the Contractor shall duplicate painted finishes of the selected samples. On
at least 20 square feet required sheen, color, and texture shall be obtained; finished lighting conditions
shall be simulated for review of in-place work. After finishes are accepted these surfaces and
components will be used for comparison in evaluation of other painting and finishing of a similar
nature.
F. All paint products shall be supplied by the same manufacturer unless otherwise approved.
G. Reference Standards: Applicable provisions and recommendations of the following shall be complied
with, except where otherwise shown or specified:
1. ANSI A13.1: Scheme for the Identification of Piping Systems.
2. Great Lakes: Upper Mississippi River Board of State Sanitary Engineers (Ten States
Standards), Recommended Standards for Waste Treatment Works - Latest Edition,
Recommended Color Scheme for Piping.
3. OSHA 1910.144: Safety Color Code for Marking Physical Hazards.
4. SSPC Volume 2, Systems and Specification, Surface Preparation Guide and Paint
Application Specifications.
5. AWWA C550, Protective Interior Coatings for Valves and Hydrants.
1.03 SUBMITTALS
A. Samples: The following shall be submitted for approval:
CMSD Coating Systems
Project No. 349 09900 - 4
1. Paint samples for the Resident Engineer's review of color and texture only. Compliance with all
other requirements is the exclusive responsibility of the Contractor. A listing of the material
and application for each coat of each finish sample shall be supplied.
a. On 12-inch by 12-inch hardboard, samples of each color and material shall be provided,
with texture to simulate actual conditions. Each sample shall be resubmitted as requested until acceptable
sheen, color, and texture is achieved. B. Shop Drawings: The following shall be submitted for approval:
1. Copies of manufacturer's technical information, including paint label analysis and application
instructions for each material proposed for use.
2. Each material shall be listed and cross-referenced to the specific paint and finish system and
application, and shall be identified by manufacturer's catalog number and general
classification.
3. Copies of manufacturer's complete color charts for each coating system.
4. Certifications from manufacturers shall be provided, verifying that the factory applied prime
coats are compatible with specified finish coatings.
5. Maintenance Manual: Upon completion of the Work, copies of a detailed maintenance manual
including the following information shall be furnished: a. Product name and number.
b. Name, address and telephone number of manufacturer and local distributor.
c. Detailed procedures for routine maintenance and cleaning.
d. Detailed procedures for light repairs such as dents, scratches and staining.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery of Materials: All materials shall be delivered to the job site in original, new and unopened
packages and containers bearing manufacturer's name and label, and the following information.
1. Name or title of material.
2. Manufacturer's stock number and date of manufacture.
3. Manufacturer's name.
4. Contents by volume, for major pigment and vehicle constituents.
5. Thinning instructions where recommended.
6. Application instructions.
7. Color name and number.
B. Storage of Materials:
1. Only acceptable project materials shall be stored on project site.
2. The Contractor shall store in a suitable location approved by the Resident Engineer. This area
shall be kept clean and accessible.
3. Storage shall be restricted to paint materials and related equipment.
4. Health and fire regulations shall be complied with, including the Occupational Safety and
Health Act of 1970.
CMSD Coating Systems
Project No. 349 09900 - 5
1.05 JOB CONDITIONS A.
Existing Conditions:
1. Before painting is started in any area, it shall be broom cleaned and excessive dust shall
be removed.
2. After painting operations begin in a given area, broom cleaning will not be allowed;
cleaning shall then be done only with commercial vacuum cleaning equipment. B.
Environmental Requirements:
1. Enamel paints shall be applied only when the temperature of the surfaces to be painted and the
surrounding air temperatures are between 65 F and 95 F, unless otherwise permitted by the
paint manufacturer's printed instructions.
2. Paint shall not be applied in rain, fog, or mist; or when the relative humidity exceeds 85
percent; or to damp or wet surfaces.
3. Painting may be continued during inclement weather only if the areas and surfaces to be
painted are enclosed and heated within the temperature limits specified by the paint
manufacturer during application and drying periods, and there is no danger of condensation
on the surfaces being painted.
4. Adequate illumination and ventilation shall be provided in all areas where painting operations
are in progress.
C. Protection: Finished Work of other trades and surfaces not being painted concurrently or not to be
painted shall be covered or otherwise protected.
PART 2 - PRODUCTS
2.01 MATERIAL QUALITY
A. The best grade of the various types of coating suitable for use in waste water treatment plants, water
treatment plants, pumping stations and resource recovery plants as regularly manufactured by
acceptable paint material manufacturers shall be provided. Material not displaying the manufacturer's
identification as a standard, best-grade product will not be acceptable.
B. Primers produced by the same manufacturer as the finish coats shall be provided. Use only thinners
recommended by the paint manufacturer, and use only to recommended limits. The Resident
Engineer's approval shall be obtained prior to thinning any material.
C. Paints of durable and washable quality shall be provided. Materials which will withstand normal
washing as required to remove grease, oil, chemicals, etc., without showing discoloration, loss of gloss,
staining, or other damage shall be used.
2.02 SUBSTITUTIONS
A. No substitutions shall be considered that decrease the film thickness, the number of coats, the surface
preparation or the generic type of coating specified. Approved manufacturers must furnish the same
color selection as the manufacturers specified, including accent color in all coating systems.
CMSD Coating Systems
Project No. 349 09900 - 6
2.03 COLORS AND FINISHES
A. Surface treatments, and finishes are shown under "Painting Systems" below. All substrates scheduled
under "Painting Systems" shall be painted whether or not shown on the Drawings, or in Schedules,
unless an item is specifically scheduled as not requiring the painting system scheduled below.
B. Color Selection:
1. A maximum of 5 different colors shall be selected for the project, in addition to color coding
of all piping and ducts.
2. The Resident Engineer reserves the right to select non-standard colors for all paint systems
specified within the ability of the manufacturer to produce such non-standard colors. Selection
of non-standard colors shall not be cause for the Contractor rejecting Resident Engineer's color
selections and the Contractor shall supply such colors at no additional expense to the District.
C. The Contractor shall submit to the Resident Engineer an itemized schedule of the surfaces to be
painted. After approval of submittals and prior to beginning work, Resident Engineer will note on the
schedule the color to be furnished. District's selected colors shall be provided by Contractor at no
additional cost to District, regardless of color or whether those colors are standard for the proposed
paint product.
D. Color Coding: In general, all color coding of piping, ducts and equipment shall comply with applicable
standards of ANSI A13.1 and OSHA 1910.144.
E. Piping Color Code: To be selected by the Resident Engineer.
F. Representative color shall be used when preparing samples for Resident Engineer's review. Final
acceptance of colors will be from samples applied on the job.
G. Color Pigments: Pure, non-fading, applicable types to suit the substrates and service indicated.
1. Lead: Lead content shall not exceed amount permitted by federal, state and local government
laws and regulations.
2. Paints specified for application on submerged concrete or metal in contact with potable water
shall be approved by the NSF (Ref. NSF61).
H. All painting systems specified are based on brush application unless otherwise indicated. Other
mechanical techniques shall be submitted to the Resident Engineer for approval before these
application techniques may be reflected in any paint schedules submitted by the Contractor. Submit
proof of acceptability, of technique proposed, by the paint manufacturer selected.
2.04 PAINTING SYSTEMS
A. Definition of Exposure:
1. Interior exposure is intended to refer to materials or equipment located inside a structure which
provides protection from sunlight and weather.
CMSD Coating Systems
Project No. 349 09900 - 7
2. Exterior exposure is intended to refer to materials or equipment located outside a structure,
subjecting those items to sunlight and weather. B. Ferrous Metals, Non-submerged and Non-
buried:
1. Shop Surface Preparation: SSPC-SP 6 Commercial Blast as specified in Section 3.02.B, or as
otherwise recommended by the paint manufacturer. If proper installation of the coating system
requires a more stringent surface preparation than is specified above, comply with
manufacturer's requirements at no additional cost to District.
2. Field Surface Preparation: Sandblasting of field welds and other imperfections. Resident
Engineer may require all areas to be blasted at his discretion, SSPC-SP 6, commercial blast as
specified in Section 3.02.B.
3. Products And Manufacturer: One of the following shall be provided:
Tnemec:
(1) Primer: Series L69 Epoxoline II -- 1 coat, 3.0 - 5.0 dry mils per coat.
(2) Intermediate: Series L69 Epoxoline II -- 1 coat, 4.0-6.0 dry mils.
(3) Finish: Series 1080 Endura Shield WB-- 1 coat, 2.0 - 3.0 dry mils.
Or Equal.
C. Ferrous Metals, Buried: Contractor shall comply with the requirements stated in Special Provisions 207-
9.2.7 which requires one of the following types of coating systems:
1. 24 mils of an approved liquid epoxy coating system conforming to AWWA C210..
2. A heat-shrink tape system conforming to AWWA C216.
3. A cold-applied petrolatum wax tape system conforming to AWWA C217.
All field cuts and damages to the coating shall be repaired with 24 mils (MDFT) of an approved coal
tar epoxy. All foreign matter shall be removed by wire brush or sandpaper prior to the epoxy
application.
PART 3 - EXECUTION
3.01 INSPECTION
A. The Contractor and his applicator shall examine the areas and conditions under which painting work
is to be performed and notify the Resident Engineer in writing of conditions detrimental to the proper
and timely completion of the Work. The Contractor shall not proceed with the work until
unsatisfactory conditions have been corrected in a manner acceptable to the Resident Engineer.
B. The Contractor shall not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions
otherwise detrimental to the formation of a durable paint film.
3.02 SURFACE PREPARATION A.
General:
1. All preparation and cleaning procedures shall be performed as specified herein and in strict
accordance with the paint manufacturer's instructions for each particular substrate and
atmospheric condition.
CMSD Coating Systems
Project No. 349 09900 - 8
2. All hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar
items in place and not to be finish painted shall be removed or provided surface applied
protection prior to surface preparation and painting operations. The Contractor shall remove,
if necessary, for the complete painting of the items and adjacent surfaces. Following
completion of painting of each space or area, the removed items shall be reinstalled by
workmen skilled in the trades involved.
3. Surfaces to be painted shall be cleaned before applying paint or surface treatments. Oil and
grease shall be removed with clean cloths and cleaning solvents prior to mechanical cleaning.
The cleaning and painting shall be programmed so that dust and other contaminants from the
cleaning process will not fall in wet, newly painted surfaces.
4. All surfaces which were not shop painted or which were improperly shop painted, and all
abraded or rusted shop painted surfaces, which are to be painted, as determined by the Resident
Engineer, shall be prepared as specified below. B. Ferrous Metals:
1. Non-submerged ferrous surfaces, including structural steel and miscellaneous metal to be shop
primed, shall be cleaned of all oil, grease, dirt, mill scale and other foreign matter by
commercial blast cleaning complying with SSPC-SP 6.
2. Submerged ferrous surfaces, including structural steel and miscellaneous metal to be shop
primed, shall be cleaned of all oil, grease, dirt, mill scale and other foreign matter by nearwhite
blasting complying with SSPC-SP 10.
3. Non-submerged, ferrous surfaces that have not been shop-coated shall be cleaned of all oil,
grease, dirt, loose mill scale and other foreign substances by commercial blasting, complying
with SSPC-SP 6.
4. Submerged ferrous surfaces that have not been shop-coated or that, in the opinion of the
Resident Engineer, have been improperly shop-coated, shall be cleaned of all oil, grease, dirt,
mill scale and other foreign matter by near-white blasting complying with SSPC-SP 10.
5. Bare and blasted or pickled clean metal shall be treated with metal treatment wash coat, prior
to priming only if recommended by the paint manufacturer.
6. Shop applied prime coats which have been damaged or bare areas shall be touched-up with
primer recommended by the coating manufacturer after commercial blasting complying with
SSPC-SP 6.
C. Non-Ferrous Metal Surfaces: Non-ferrous metal surfaces shall be cleaned in accordance with the
coating system manufacturer's instructions for the type of service, metal substrate, and application
required.
D. Galvanized Surfaces:
1. The Contractor shall clean galvanized surfaces to be free of oil and surface contaminants with
solvent or other methods recommended by the coating manufacturer, complying with SSPC-
SP 1.
2. Submerged or intermittently submerged galvanized ferrous metal, interior and exterior, shall
be cleaned of all oil, grease, dirt, mill scale and other foreign matter by a brush-off blast
cleaning complying with SSPC-SP 7 with one mil profile minimum.
CMSD Coating Systems
Project No. 349 09900 - 9
3.03 MATERIALS PREPARATION A.
General:
1. Painting materials shall be mixed and prepared in strict accordance with the manufacturer's
directions.
2. Coating materials produced by different manufacturers shall not be mixed, unless otherwise
permitted by the manufacturer's instructions.
3. Materials not in actual use shall be stored in tightly covered containers. Containers used in
storage, mixing, and application of paint shall be maintained in a clean condition, free of
foreign materials and residue.
4. All materials shall be stirred before application to produce a mixture of uniform density, and
as required during the application of the materials. Any film which may form on the surface
shall not be stirred into the material. The film shall be removed and, if necessary, the material
shall be strained before using.
B. Tinting: Each undercoat shall be tinted a lighter shade to facilitate identification of each coat where
multiple coats of the same material are to be applied. Undercoats shall be tinted to match the color
of the finish coat, but provide sufficient difference in shade of undercoats to distinguish each
separate coat. A code number shall be provided to identify material tinted by the manufacturer.
C. Mixing:
1. The Contractor shall mix only in mixing pails placed in a suitably sized non-ferrous or oxide
resistant metal pan to protect concrete floor from splashes or spills which could stain exposed
concrete or react with subsequent finish floor material.
2. Paint shall be mixed and applied only in containers bearing accurate product name of material
being mixed or applied.
3.04 APPLICATION A.
General:
1. Paint shall be applied by brush or other mechanical application techniques such as roller, air
spray, or airless spray in accordance with the manufacturer's directions and recommendations
of Paint Application Specifications No. 1 in SSPC Vol. 2, where applicable, as approved by
the Resident Engineer. Brushes best suited for the type of material being applied shall be used.
Where approved by the Resident Engineer, rollers of carpet, velvet back, or high pile sheep's
wool shall be used, as recommended by the paint manufacturer for material and texture
required.
2. The number of coats and paint film thickness required is the same regardless of the application
method. Succeeding coats shall not be applied until the previous coat has completely dried.
3. Additional coats shall be applied when undercoats or other conditions show through the final
coat of paint, until the paint film is of uniform finish, color and appearance. This is of
particular importance regarding intense primary accent colors. The Contractor shall insure
that all surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a
film thickness equivalent to that of flat surfaces.
CMSD Coating Systems
Project No. 349 09900 - 10
4. Surfaces not exposed to view do not require color coding but require the same coating systems
specified for exposed surfaces. "Exposed to view surfaces" is defined as those areas visible
when permanent or built-in fixture, convector covers, covers for finned tube radiation, grilles,
etc., are in place in areas scheduled to be painted.
5. The backs of access panels and removable or hinged covers shall be painted to match the
exposed surfaces.
6. Exterior doors on tops, bottoms, and side edges shall be finished the same as the exterior faces.
7. Aluminum parts in contact with dissimilar materials shall be painted as specified with
appropriate finish.
B. Heating, Ventilating, Air Conditioning and Electrical Work:
1. Heating, ventilating, and air conditioning items to be painted include, but are not limited to,
the following:
a. Piping, pipe hangers, and supports.
b. Ductwork and insulation.
c. Motors, mechanical equipment, and supports.
d. Accessory items
2. Electrical items to be painted include, but are not limited to, the following:
a. Conduit and fittings.
b. Switchgear, panels, junction boxes, motor control centers, motors and accessories.
C. Minimum Coating Thickness: The Contractor shall apply each material at not less than the
manufacturer's recommended spreading rate, and provide total dry film thickness as specified. Extra coats
shall be applied if required to obtain specified total dry film thickness. D. Scheduling Painting:
1. The first-coat material shall be applied to surfaces that have been cleaned, pretreated or
otherwise prepared for painting as soon as practicable after preparation and before subsequent
surface deterioration.
2. Sufficient time between successive coating shall be allowed to permit proper drying. The
Contractor shall not recoat until paint has dried to where it feels firm, does not deform or feel
sticky under moderate thumb pressure, and the application of another coat of paint does not
cause lifting of loss of adhesion of the undercoat.
E. Prime Coats: Primed and sealed walls and ceilings shall be recoated where there is evidence of suction
spots or unsealed areas in first coat, to assure a finish coat with no burn-through or other defects caused
by insufficient sealing.
F. Pigmented (Opaque) Finished: The Contractor shall completely cover to provide an opaque, smooth
surface of uniform finish, color, appearance, and coverage. G. Brush Application:
1. All brush coats shall be brushed-out and worked onto the surfaces in an even film. Cloudiness,
spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will
not be acceptable. All glass and color break lines shall be neatly drawn.
CMSD Coating Systems
Project No. 349 09900 - 11
2. All primer or first coats shall be brush applied, unless otherwise permitted to use mechanical
applicators.
H. Mechanical Applicators:
1. Mechanical methods shall be used for paint application when permitted by governing
ordinances, paint manufacturer, and approved by Resident Engineer. If permitted, it shall be
limited to only those surfaces impracticable for brush applications.
2. Roller applications, if approved by the Resident Engineer, shall be limited to interior wall and
ceiling finishes for second and third coats. Each roller coat shall be applied to provide the
equivalent hiding as brush-applied coats.
3. Spray application shall be confined to metal framework, siding, and similar surfaces where
hand brush work would be inferior and to other surfaces specifically recommended by paint
manufacturer.
4. Wherever spray application is used, each coat shall be applied to provide the equivalent hiding
of brush-applied coats. Do not double back with spray equipment for the purpose of building
up film thickness of 2 coats in one pass.
I. Completed Work: The Contractor shall match approved samples for color, texture and coverage.
Work not in compliance with specified requirements shall be removed, refinished or repainted, as
required by the Resident Engineer.
3.05 FIELD QUALITY CONTROL
A. The right is reserved by the Resident Engineer to invoke the following material testing procedure at
any time, and any number of times during the period of field painting:
1. Engage the service of an independent testing laboratory to sample any of the paint being used.
Samples of materials delivered to the project site will be taken, identified and sealed, and
certified in the presence of the Contractor.
2. The testing laboratory will perform appropriate tests for any or all of the following
characteristics: Abrasion resistance, apparent reflectivity, flexibility, washability, absorption,
accelerated weathering, dry opacity, accelerated yellowness, recoating, skinning, color
retention, alkali resistance and quantative material analysis.
3. If the test results show that the material being used does not comply with the specified
requirements, the Contractor may be directed to stop the painting Work, and remove the non-
complying paint; pay for testing; repaint surfaces coated with the rejected paint; remove
rejected paint from previously painted surfaces if, upon repainting with the specified paint, the
two coatings are non-compatible.
B. Prior to initial coat and after completion of each successive coat of paint, the Contractor shall notify
the Resident Engineer. After inspection, checking of film thickness and approval by the Resident
Engineer, proceed with the succeeding coat. Contractor shall supply the Resident Engineer for his use
a Gardner dry-film thickness gauge.
3.06 PROTECTION
CMSD Coating Systems
Project No. 349 09900 - 12
A. Work of other trades shall be protected, whether to be painted or not, against damage by the painting
and finishing work. All such work shall be left undamaged. All damage shall be corrected by cleaning,
repairing or replacing, and repainting, as acceptable to the Resident Engineer.
B. "Wet Paint" signs shall be provided as required to protect newly painted finishes. All temporary
protective wrapping provided for protection of this Contract shall be removed after completion of
painting operations.
3.07 CLEAN-UP
A. During the progress of the Work, all discarded paint materials, rubbish, cans and rags shall be removed
from the site at the end of each work day.
B. Upon completion of painting work, all paint-spattered surfaces shall be cleaned. Spattered paint shall
be removed by proper methods of washing and scraping, using care not to scratch or otherwise damage
finished surfaces.
C. At the completion of work of other trades, all damaged or defaced painted surfaces shall be touchedup
and restored, as determined by the Resident Engineer.
END OF SECTION
CMSD Petrolatum Wax Tape Coating
Project No. 349 09902 - 1
SECTION 09902 PETROLATUM WAX TAPE COATING
PART 1 - GENERAL
1.01 SCOPE
A. This section covers the work necessary to furnish and install petrolatum wax tape coating on certain
buried features as specified herein.
B. The following buried features shall be wax tape coated:
1. Ferrous items (other than buried ductile iron piping) that are not otherwise corrosion
protected (exclusive of a minimal factory coating); e.g. buried valves.
2. The EBAA-Iron MegaLug thrust restraint devices for buried mechanical joint ductile iron
pipe and fittings.
3. Buried ductile iron pipe flanges and bolting.
4. Buried steel pipe, steel flanges, bolting and appurtenances.
1.02 SUBMITTALS DURING CONSTRUCTION
A. Submit manufacturer’s technical product data, details, installation instructions and general product
recommendations in accordance with the requirements of Section 01300.
1.03 PRODUCT IDENTIFICATION
A. The use of a manufacturer’s name and model or catalog number is for the purpose of establishing the
standard of quality and general configuration desired only. Products of other manufacturers will
be considered in accordance with the Contract Documents.
PART 2 - MATERIALS
2.01 GENERAL
A. Wrap all exposed surfaces of items designated in Paragraph 1.01B above, with petrolatum wax
tape.
2.02 PRIMER
A. Exposed surfaces shall be prime coated with a blend of petrolatum, plasticizer, and corrosion
inhibitor having a paste-like consistency. The material shall have the following properties:
Pour Point 400-100° F
Flash Point 350° F minimum
CMSD Petrolatum Wax Tape Coating
Project No. 349 09902 - 2
Approximate Coverage 1 gal/100 square feet
Color Brown
B. The primer shall be Trenton Wax-Tape Primer or equivalent.
2.03 WAX TAPE
A. Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried
installations and another type for above-ground installations.
1. BURIED INSTALLATIONS: The covering material shall be a plastic-fiber felt tape, saturated
with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over
irregular surfaces. The tape shall have the following properties:
Color: Brown
Saturant Pour Point 115° - 125°F
Thickness 70-90 mils
Dielectric Strength 170 volts/mil
Tape Width 6 inches
Wax tape shall be Wax-Tape #1 as manufactured by The Trenton Corporation (Ann Arbor,
Michigan), or approved equal.
2. ABOVE-GROUND INSTALLATIONS: The covering material shall be a plastic-fiber
felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is
easily formable over irregular surfaces. The tape shall have the following properties:
#2 Wax-Tape #2A Wax-Tape
Color: Brown Aluminum
Saturant Pour Point 125° - 135°F 125° - 135°F
Thickness 70-90 mils 70-90 mils
Dielectric Strength 100 volts/mil 100 volts/mil
Tape Width 6 inches 6 inches
Wax tape shall be Wax-Tape #2 as manufactured by The Trenton Corporation (Ann Arbor,
Michigan) or approved equal.
2.04 OUTER COVERING
A. The primed and wax-tape wrapped surface shall be wrapped with a plastic tape covering consisting
of three (3) layers of 50 gauge, clear, polyvinylidene chloride, high cling membranes wound
together as a single sheet. The material shall have the following properties:
Width 6 inches
Thickness 1.5 mils
Dielectric Strength 2000 volts/mil
Water Absorption Negligible
Color Clear
B. The outer covering shall be Trenton Poly-Ply or approved equal.
CMSD Petrolatum Wax Tape Coating
Project No. 349 09902 - 3
2.05 OTHER PETROLATUM WAX TAPE SYSTEM COMPONENTS
A. Any components not listed above, but required for a complete petrolatum wax tape coating system as
recommended for this application by the manufacturer shall be provided at no additional cost to
District.
PART 3 - EXECUTION
3.01 GENERAL
A. The petrolatum wax tape system shall be installed in conformance with the manufacturer’s
recommendations and as shown or specified by these Contract Documents.
END OF SECTION
CMSD Ductile Iron Pipe & Fittings
Project No. 349 15062 - 1
SECTION 15062 DUCTILE IRON PIPE AND FITTINGS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope. This section specifies ductile iron pipe, ductile or gray iron fittings and gaskets. This section
applies to all pipe of this type shown above grade or buried, and piping inside pump station or vaults, and
as shown on the drawings.
B. Pipe Joint Selection: Pipe joint selection shall be as indicated below:
1. New buried ductile iron pipe and fittings shall be restrained mechanical joint unless otherwise
indicated to be connected to a flanged valve or flanged appurtenance. Use minimum standard
pressure class for each pipe size.
2. New exposed ductile iron pipe and fittings shall be flanged; minimum Wall Thickness Class
53.
C. Thrust Restraint: Joint restraint for buried mechanical joint pipe shall be Ebaa-Iron MegaLug or approved
equal.
1.02 REFERENCES
A. This section references the following documents. They are a part of this section as specified and modified. In
case of conflict between the requirements of this section and those of the listed documents, the
requirements of this section shall prevail.
ANSI B2.1 Pipe Threads (Except Dryseal)
ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings ANSI B18.2.1
Square and Hex Bolts and Screws
ANSI B31.1 Power Piping
ASTM A716 Pipe Spec. for Ductile Iron Culvert AWWA C110
Standard for Gray Iron and Ductile Iron
(ANSI A21.10) Fittings, 3 Inch Through 48 Inch, for Water and other Liquids AWWA C111
Standard for Rubber Gasket Joints for
(ANSI C21.11) Ductile Iron Pressure Pipe and Fittings AWWA C105
Standard for Polyethylene Encasement for
(ANSI A21.5) Ductile Iron Piping for Water and Other Liquid AWWA C115
Standard for Ductile Iron Pipe with
(ANSI A21.15) Threaded Flanges
AWWA C151 Standard for Ductile Iron Pipe,
CMSD Ductile Iron Pipe & Fittings
Project No. 349 15062 - 2
(ANSI 21.51) Centrifugally Cast, in Metal Molds or Sand Lined Molds for Water or Other Liquids
1.03 SUBMITTALS
A. Submittals during construction shall be made in accordance with Section 01300.
B. Submit manufacturer’s catalog cuts showing class, end details and interior coating for pipe and fittings.
PART 2 - PRODUCTS
2.01 GENERAL
A. Pipe design, materials and manufacture shall comply with the following documents:
Item Document
Thickness design AWWA C150, Wall Thickness Class 53 minimum (for flanged
spools); or minimum Standard Pressure Class for push-on or
mechanical joint pipe
Manufacturing requirements
Water or other liquid AWWA C151
Gas ANSI 21.52
Rubber gasket AWWA C111 Threaded flange AWWA C115
Fittings AWWA C153
Polyethylene encasement AWWA C105
2.02 GASKETS
A. Gasket stock shall be a synthetic rubber compound in which the elastomer is neoprene. The compound shall
contain not less than 50 percent by volume neoprene and shall be free from defects, reclaimed rubber and
other deleterious substances.
2.03 FLANGE ASSEMBLIES
A. Flange assemblies shall be provided as specified herein and as shown on the Drawings. All flanges shall
be ductile iron; cast iron flanges for piping will not be accepted.
B. Corrosion-resistant bolts and nuts for use with ductile iron joints are an acceptable substitute for alloyed
bolts and nuts. Galvanized or cadmium steel bolts are not acceptable substitutes for stainless steel. Bolts
used for buried applications shall be Type 316 stainless steel with coal tar epoxy applied after installation.
2.04 JOINTS
A. Mechanical Joint and Mechanical Joints: The plain ends of push-on pipe and mechanical joint pipe shall
be marked with paint to show the required depth of penetration for making the joint. Push-on and
mechanical joints shall conform to applicable dimensions and weights of AWWA C111.
B. Flanged Joints: Bolts, nuts, and gaskets as recommended by appendix to AWWA C115/A21.5.
CMSD Ductile Iron Pipe & Fittings
Project No. 349 15062 - 3
2.05 FITTINGS
A. Ends shall be flanged, mechanical joint, or push-on to suit the conditions specified or shown. Ductile iron
fittings conforming to the requirements of AWWA C-153 shall be used.
2.06 POLYETHYLENE TUBE
A. Polyethylene encasement shall be used on all buried ductile iron pipe and fittings. Installation of
polyethylene shall be as specified in ANSI A21.5, Section 5-4.2.1 and these specifications. Pipe, fittings,
valves and couplings shall be double-wrapped.
B. The polyethylene tube seams and overlaps shall be wrapped and held in place by means of a 2-inch wide
plastic backed adhesive tape. The tape shall be Polyken No. 900 (polyethylene), Scotchwrap No. 50
(polyvinyl), or equal. The tape shall be such that the adhesive shall bond securely to both metal surfaces
and polyethylene film.
2.07 LINING
A. Unless otherwise shown or specified, lining for ductile iron pipe and fittings shall be Protecto 401 ceramic
epoxy lining as manufactured by Induron [Birmingham, Alabama (205) 324-9524] with a nominal 40 mil
dry film thickness, or approved equal.
2.08 COATING
A. Exposed ductile iron piping shall be coated per Section 09900. However, temporary exposed piping that
will be removed by Contractor as part of subsequent construction phases, does not require exterior
painting.
B. All buried thrust restraint devices (EBAA-Iron MegaLug, or approved equal) shall be wax-tape coated
per Section 09902, in addition to being polyethylene wrapped per Paragraph 2.06 above.
PART 3 - EXECUTION
3.01 GENERAL
A. Piping runs shown on the drawings shall be followed as closely as possible. Proposed deviations shall be
submitted in accordance with Section 01300.
B. Pipe shall be installed in accordance with AWWA C600.
3.02 INSULATING SECTIONS
A. Where a metallic nonferrous pipe or appurtenance is connected to ferrous pipe or appurtenance, an insulating
bushing or a section of rubber or plastic pipe shall be provided. Each insulating section shall have a length
of 2 to 4 inches and shall have a pressure rating equal to or exceeding the connecting pipes.
3.03 PIPE SUPPORTS
CMSD Ductile Iron Pipe & Fittings
Project No. 349 15062 - 4
A. Install pipe supports as recommended by the support manufacturer.
3.04 ACCEPTANCE TESTING
A. Hydrostatic pressure tests shall be conducted and acceptability determined in accordance with AWWA
C600.
END OF SECTION
CMSD Polyvinyl Chloride (PVC) Pipe
Project No. 349 15064 - 1
SECTION 15064 POLYVINYL CHLORIDE (PVC) PIPE
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: This section provides specifications for polyvinyl chloride (PVC) pressure pipe, and PVC pipe
accessories, including fittings, deflection couplings, and other miscellaneous accessories are
included in this section. See Section 15062 for ductile iron fittings specifications.
A. Type: PVC pressure pipe 4" diameter or larger shall comply fully with AWWA C900 or AWWA
C905, and PVC pressure pipe smaller than 4" diameter shall be Schedule 80 with solvent welded
joints per ASTM D1785. AWWA C900 of C905 PVC pressure pipe shall have bell and spigot
ends, unless pipe is thrust restrained joint as manufactured by Certain-Teed.
B. Manufacturers: PVC pressure pipe shall be the product of one of the following manufacturers:
1. J-M Pipe
2. Vinyltech
3. Ipex
1.02 QUALITY ASSURANCE
A. PVC pressure pipe shall conform to the requirements of AWWA C900, AWWA C905 or ASTM D1785,
as applicable. All requirements, tests and inspections called for therein shall apply, together with
additional requirements specified herein. The Resident Engineer reserves the right to witness all
factory tests.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 01300. Submittals shall include, as a minimum, the
following information:
1. Pipe material indicating manufacturer, pressure rating and compliance with AWWA C900,
AWWA C905, or ASTM D1785.
2. Information on fittings, including dimensions, compliance with standards and pressure
rating.
3. Information on pipe accessories, including but not limited to service clamps, locating
material and deflection couplings.
B. The PVC pressure pipe manufacturer shall furnish an affidavit of compliance that all delivered
materials comply with the requirements of AWWA C900, AWWA C905, or ASTM D1785 and
these specifications
PART 2 - MATERIALS
CMSD Polyvinyl Chloride (PVC) Pipe
Project No. 349 15064 - 2
2.01 PVC PIPE 4" DIAMETER OR LARGER
A. Pipe. Materials used to produce the PVC pressure pipe shall be made from Class 12454-A or B
rigid polyvinyl chloride compounds in accordance with AWWA C900 or C905, Section 2.1 (Basic
Materials), with an established Hydrostatic Design Basis equal to or greater than 4,000 psi for water
at 73.4 degrees F. Elastomeric gaskets shall comply with the requirements of AWWA C900 or
C905, Sections 2.1.5 and 2.1.5.1 (Gaskets and Lubricants), and with the requirements of ASTM
477. Gaskets shall be suitable for the intended service (water or sewage) as indicated by the
contract documents.
Each pipe length shall be marked showing the nominal pipe size, outside diameter, AWWA
pressure class and AWWA specification designation, all in accordance with AWWA C900 or C905.
Minimum pipe class shall be Class 200 for C900 pipe and DR18 (235 psi) for C905 pipe. All joints
shall be either an integral bell manufactured on the pipe or a separate coupling. Both the bell and
coupling shall employ a rubber ring joint. The bell shall be at least the thickness of the pipe barrel.
The sealing rim groove shall be of the same design as the groove in cast iron fittings and valves
available from local water works supply distributors.
B. Fittings: Fittings for PVC pressure pipe shall be cast or ductile iron, conforming to the requirements
of AWWA C110 or AWWA C153, with minimum working pressure of 250 psi. Buried fittings
shall be coated per the requirements of Section 15062-2.08. Lining shall be nominal 40 mil dry
film thickness, Protecto 401 as manufactured by Induron (Birmingham, Alabama 205.324.9584)
Fittings shall have push-on, mechanical joint or flanged ends, as shown on the Drawings. Pushon
joints may be substituted for mechanical joints at all locations where mechanical joints are shown.
Push-on joints shall be the Tyton Joint, as manufactured by U.S. Pipe, or equivalent. Flanges shall
conform to the requirements of AWWA C115 and shall be at least the pressure rating of the
adjoining pipe. Joints installed within a casing shall be restrained to prevent separation.
C. Deflection Couplings: Deflection couplings shall be specially extruded from heavy wall PVC and
furnished with gaskets at each end. Deflection couplings shall be rated for a minimum operating
pressure of 200 psi and shall meet the requirements of AWWA C900. Gasket grooves and pipe
end stops shall be precision machined to minimize shrinkage and out-of-roundness. Deflection
couplings shall be “HD” Couplings, as manufactured by Certainteed, or equivalent. Maximum
deflection at each joint of the deflection couplings shall be two degrees each side (four degrees
total).
D. PVC Pressure Pipe Locating Material: PVC pressure pipe shall be provided with locating material.
The material shall be metallic locating tape as specified in Section 15152.
E. Polyethylene Encasement: Polyethylene encasement for ductile iron fittings and gate valves shall
conform to AWWA C105 and Section 15062-2.06.
2.02 PVC PIPE SMALLER THAN 4" DIAMETER
A. Pipe: PVC pipe smaller than 4" shall be Schedule 80 with solvent welded joints.
PART 3 - EXECUTION
CMSD Polyvinyl Chloride (PVC) Pipe
Project No. 349 15064 - 3
3.01 GENERAL
A. PVC pressure pipe shall be shipped, stored and installed in strict accordance with the manufacturer's
instructions, as modified herein. PVC pressure pipe six inch-diameter and larger shall be deflected
within the manufacturer's tolerance, and in no case greater than two degrees per joint.
3.02 SHIPPING AND STORAGE
A. PVC pressure pipe shall be shipped and stored by supporting the pipe uniformly. Surface scratches
shall be avoided. Pipe shall not be stacked higher than four feet, nor stacked with the weight on
the bells. Pipe shall be covered to protect it from sunlight, while permitting adequate air circulation
above and around the pipe. Pipe that is scratched or gouged, forming a clear depression will be
rejected by the Resident Engineer.
B. Pipe shall be stored in the unit packages provided by the manufacturer. Gaskets shall be stored in
a cool, dark place out of direct sunlight and in their original cartons.
3.03 INSTALLATION OF PVC PRESSURE PIPE
A. PVC pipe and fittings shall be installed per AWWA Manual M23 (PVC Pipe Design and
Installation), as modified herein. Proper care shall be used to prevent damage when laying the pipe.
The pipe shall be hoisted with a fork lift or other handling equipment in a manner that prevents
major damage. A cloth belt sling or continuous fiber rope shall be used to lift the pipe to prevent
scratching.
B. Pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected by the
Resident Engineer.
C. Prior to laying PVC pipe, the bottom of the trench shall be graded and prepared to provide uniform
bearing throughout the entire length of each joint of pipe. Bell holes of ample size shall be dug in
the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have
a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid.
D. PVC pipe shall be accurately placed in the trench to the lines and grades shown on the Drawings.
Fittings shall be supported independently of the pipe.
E. Trenches shall be kept free of water until joints have been properly made. Open ends of the pipe
shall be closed temporarily with wood blocks or bulkheads at the end of each day's work, at the
noon hour and at all other times when work is not in progress. PVC pipe shall not be laid when
trench or weather conditions are unsuitable.
F. Pipe shall be furnished in standard, 20 feet long sections. Short lengths with deflection couplings
may be used to make the curves. PVC pipe shall be cut by means of saws, power driven abrasive
wheels or pipe cutters, which shall produce a square cut. Wedge type roller cutters will not be
permitted. After cutting the pipe, the cut ends shall be beveled with a beveling tool, portable type
sander or abrasive disc.
3.04 INSTALLATION OF LOCATING TAPE
CMSD Polyvinyl Chloride (PVC) Pipe
Project No. 349 15064 - 4
A. Locating tape (see Paragraph 2.01D) shall be installed 8-inches above and along the centerline of buried
PVC pressure pipe.
3.05 PRESSURE TESTING AND FLUSHING OF PVC PIPE
A. General: All PVC pipe and appurtenances shall be pressure flushed and pressure tested. Flushing
shall be accomplished with potable water. Flushing water shall be disposed of in a manner
acceptable to the local Regional Water Quality Control Board and/or other appropriate regulatory
agencies.
B. Testing Medium: Potable water shall be utilized for pressure testing of pipelines. The Contractor
shall coordinate with the local potable water agency to obtain water for pressure testing. The
Contractor shall bear all costs for obtaining potable water for testing, including but not limited to
meters and backflow prevention devices.
C. Pressure And Duration of Test: Test pressure shall be applied with a positive displacement pump.
A pressure snubber or dampener shall be provided between the pump and the pipeline.
The maximum rate of filling the pipe with the test fluid shall not cause water velocity in the pipe
to exceed one foot per second. The test pressure shall be minimum 75 psi for force mains, or 20
psi along gravity mains. Potable water lines shall be tested to minimum 150 psi.
Pipeline test pressure shall be maintained for two hours and restored to original test pressure
whenever pressure drop exceeds 10 psi. A calibrated pressure recorder shall be used for the test,
and a copy of pressure records shall be furnished to the Resident Engineer.
D. Allowable Leakage: Test fluid shall be drawn from containers in which the volume of water can
be readily measured or through a positive displacement meter. The method of measurement shall
be subject to the approval of the Resident Engineer. Leakage shall be considered as the total amount
of water pumped into the pipeline during the final one hour period. Leakage shall not exceed the
rate of 0.10 gallon per inch of nominal inside diameter per 1,000 feet of pipe per one hour.
E. Repetition of Test: If the actual leakage exceeds the allowable leakage, the Contractor shall locate
the faulty work, repair it and repeat the test until the leakage is within allowable limits specified
herein. No visible leakage will be allowed.
END OF SECTION
CMSD Resilient Seated Eccentric Plug Valves
Project No. 349 15115 - 1
SECTION 15115 RESILIENT SEATED ECCENTRIC PLUG VALVES
PART 1 - GENERAL
1.01 DESCRIPTION
A. General: This section provides specifications for plug valves for wastewater service.
B. Type: Valves shall be of the non-lubricated eccentric type with resilient faced plugs and shall be
furnished with end connections as shown on the plans.
1.02 QUALITY ASSURANCE
A. General: Valves furnished under this specification shall be suitable for continuous duty service
under the conditions outlined in the following paragraphs.
B. Wastewater Service: Valves installed in wastewater or wastewater-related services shall be suitable
for exposure to fluids containing grit, petroleum products, industrial solvents, organic solids and
animal greases and fats.
1.03 SUBMITTALS
A. Submit manufacturer’s standard catalog cuts, indicating all components, dimensions and ends as
described in Section 01300.
1.04 RELATED SECTIONS
A. The work of the following sections applies to the work of this section. Other sections of the
specifications, not referenced below, shall also apply to the extent required for proper performance
of this work:
Section 09900: Coating Systems
PART 2 - PRODUCTS
2.01 MATERIALS
A. General: Flanged valves shall be faced and drilled to the ANSI 125/150 pound standard.
Mechanical joint ends shall comply with AWWA C111; grooved ends shall comply with AWWA
C-606. Screwed ends shall be to the NPT Standard.
B. Materials of construction shall be as follows:
Component Material
1. Bodies Cast iron, ASTM A126, Class B
CMSD Resilient Seated Eccentric Plug Valves
Project No. 349 15115 - 2
2. Plug Cast iron, ASTM A126, Class B
3. Bolts Type 316 stainless steel
C. Valves shall be rated for the following C.W.P non-shock working pressure: 175 psi for 0.5” to 12”
valves; and 150 psi for 14” to 36” valves.
D.
2.02 DESIGN
A. Bodies in 4" and larger valves shall be furnished with a 1/8" welded overlay seat of not less than
90% pure nickel. Seat area shall be raised, with raised surface completely covered with weld to
insure that the plug face contacts only nickel. Screwed-in seats shall not be acceptable.
B. The plug shall have a cylindrical seating surface eccentrically offset from the center of the plug
shaft. The interference between the plug face and body seat, with the plug in the closed position,
shall be externally adjustable in the field with the valve in the line under pressure. Plug shall be
resilient faced with neoprene, suitable for use with sewage.
C. Valves shall have sleeve type metal bearings and shall be of sintered, oil impregnated permanently
lubricated type 316 ASTM A743 Grade CF-8M or AISI Type 317L stainless steel in 1/2"-36" sizes.
In valves larger than 36", the upper and lower plug journals shall be fitted with ASTM A-240 type
316 stainless sleeves with bearings of ASTM B30, Alloy C95400 aluminum bronze. Non-metallic
bearings shall not be acceptable.
D. Valve shaft seals shall be of the multiple V-ring type and shall be externally adjustable and
repackable without removing the bonnet or actuator from the valve under pressure. Valves utilizing
O-rings seals or non-adjustable packing shall not be acceptable.
E. Each valve shall be given a hydrostatic and seat test with test results being certified.
F. Manual valves shall have lever or gear actuators and tee wrenches, extension stems, floorstands,
etc. as indicated on the Plans. All valves 6" and larger shall be equipped with gear actuators. All
gearing shall be enclosed in a semi-steel housing and be suitable for running in a lubricant with
seals provided on all shafts to prevent entry of dirt and water into the actuator. The actuator shaft
and the quadrant shall be supported on permanently lubricated bronze bearings. Actuators shall
clearly indicate valve position and an adjustable stop shall be provided to set closing torque and to
provide seat adjustment to compensate for change in pressure differential or flow direction change.
G. The maximum anticipated steady-state working pressure for the plug valves to be installed on the
pump suction and discharge piping located inside the pump station is 15 psi for suction piping and
75 psi for discharge piping.
H. Valves and gear actuators for buried or submerged service shall have seals on all shafts and gaskets
on the valve and actuator covers to prevent the entry of water. Actuator mounting brackets for
buried or submerged service shall be totally enclosed and shall have gasket seals.
I. Valves that are indicated or specified to be power actuated shall be furnished with either cylinder
or electric motor actuators as specified herein or indicated on the Plans.
Valve Body shall be epoxy lined suitable for sewage immersion (Tnemec Potapox Series 20, or
approved equal), and coated per manufacturer standard coating system.
CMSD Resilient Seated Eccentric Plug Valves
Project No. 349 15115 - 3
J. Cylinder actuators shall be rack and gear type and shall be enclosed in a semi-steel housing.
Actuators shall be sealed and shall be suitable for running in a lubricant. The actuator shall clearly
indicate valve position and an adjustable stop shall be provided to set closing torque.
Cylinder controls shall include 4-way solenoid valve, speed control valves or pneumatic positioner
mounted on the valve.
K. Actuators shall be equipped with an operating nut to allow manual valve operation in case of power
supply failure.
2.03 MANUFACTURER
A. Plug valves and actuators shall be as manufactured by DeZurik Series 100, Figure 118 Eccentric Plug
Valve with RS16 (for 0.5” to 6” valves) or RS17 (for 8” and larger valves) Plug Facing, and Type
6 packing, or approved equal.
PART 3 - EXECUTION
3.0 GENERAL
A. Valves shall be installed in accordance with the manufacturer’s written recommendations.
END OF SECTION
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 1
SECTION 15120 HIGH-DENSITY POLYETHYLENE (HDPE) PIPE
PART 1 - GENERAL
1.1 Work Included
A. Materials, testing, and installation of high density polyethylene (HDPE) solid wall pipe.
1.2 Related Work
A. Section 01 33 00: Submittal Procedures
B. Section 01 40 00: Quality Requirements
C. Section 01 61 00: Common Product Requirements
D. Section 01 65 00: Product Delivery Requirements
E. Section 01 66 00: Product Storage and Handling Requirements
F. Section 31 05 50: Protecting Existing Utilities
G. Section 31 23 00: Excavation and Fill
H. Section 33 05 26: Utility Identification
I. Section 33 05 31: Pipeline Joint Materials
J. Section 33 08 11: Pressure Testing and Flushing of Water Utilities
1.3 System Description
A. Furnish and install HDPE pipe to limits shown on Plans including appurtenant connections in
conformance with Manufacturer’s installation requirements and compliance with applicable
building codes, plumbing codes, construction safety codes, and standards.
1.4 Quality Assurance
A. Manufacturer of pipe and fittings shall employ manufacturing methods and material
formulations in use for at least 5 years.
B. Fusing of pipe and fittings shall be performed by personnel certified as fusion technicians by
Manufacturer of HDPE pipe and/or fusing equipment.
C. At time of manufacture, each lot of pipe and fittings shall be inspected for defects and tested
for Elevated Temperature Sustain Pressure in accordance with ASTM F714.
D. Manufacturer’s production facilities shall be open for inspection by District or District’s
Representative.
E. In event District questions validity of Manufacturer’s certifications, District may request
retesting by Manufacturer or have retests performed by outside testing service. All failed
retesting shall be paid for by Manufacturer.
F. Factory testing shall include:
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 2
ITEM TEST FOR
TEST
STANDARD
(ASTM OR
OTHER
TEST
STANDARD) FREQUENCY
FIRST
TEST
PAID
FOR
BY
RETESTS
PAID
FOR
BY
HDPE
Material
or Pipe
Melt Index 0.15 maximum per
ASTM D1238
condition E
One test
each batch
or production
lot
Contractor Contractor
Density 0.941-0.959 per
ASTM D1505
HDPE
Pipe
% Carbon 2% minimum per
ASTM D1603
One test each
production lot
Contractor Contractor
Additives and
Fillers Including,
but not Limited to
Stabilizers,
Antioxidants,
Lubricants, and
Colorants
Less than 5
parts by weight
per 100 of PE
resin in
compound
Dimensions ASTM D3350, F 714
or AWWA C906
Flexural Modulus 120,000 psi
minimum per ASTM
D790
Ring Tensile
Strength
3200 psi minimum
per ASTM D638
Elongation at Break 800% per ASTM
D638
Impact Strength 3.5 ft-lb/inch per
ASTM D256
Method A
Brittleness
Temperature
-180°F maximum
per ASTM D746
Environmental
Stress Crack
Resistance
192 hours with no
failure per ASTM
D1693 test
condition “C”
Hydrostatic Design
Basis
1600 psi at 73°F
per ASTM
D2837
Elevated
Temperature
Sustained Pressure
ASTM F714
Weight Change
after 112 Days
Exposure
±1.5% maximum
unconditioned,
±1.0%
maximum
conditioned
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 3
per ASTM
D543
HDPE
Fittings
Materials properties ASTM D3261 One test each
production lot
Contractor Contractor
X-Ray Inspection
for voids
Certify no voids
were found
One sample
each
production
lot
Contractor Contractor
G. Persons making heat fusion joints shall have received training in Manufacturer’s
recommended procedure for butt fusion joints not more than 12 months before start of
construction.
H. Contractor’s bid shall include allowances for providing training in Manufacturer’s
recommended procedures for butt fusion and saddle fusion to Contractor’s personnel.
District’s inspectors and District’s Operation and Maintenance personnel.
I. District or District’s Representative shall be entitled to inspect pipes and witness
manufacturing process.
1.5 References
A. ASTM A536 Ductile Iron Castings
B. ASTM D256 Izod Pendulum Impact Resistance of Plastics
C. ASTM D638 Tensile Properties of Plastics
D. ASTM D746 Brittleness Temperature of Plastics and Elastomers by Impact
E. ASTM D790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical
Insulating Materials
F. ASTM D1238 Melt Flow Rates of Thermoplastics by Extrusion Plastometer
G. ASTM D1248 Polyethylene Plastics Extrusion Materials For Wire and Cable H. ASTM D1505
Density of Plastics by Density-Gradient Technique
I. ASTM D1603 Test Method for Carbon Black in Olefin Plastics
J. ASTM D1693 Environmental Stress-Cracking of Ethylene Plastics
K. ASTM D2321 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity
Flow Applications
L. ASTM D2657 Heat Fusion Joining of Polyolefin Pipe and Fittings
M. ASTM D2683 Socket-Type PE Fittings for Outside Diameter Controlled PE Pipe and Tubing
N. ASTM D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or
Pressure Design Basis for Thermoplastic Pipe Products
O. ASTM D3261 Butt Heat Fusion Polyethylene (PE) Plastic Fittings for PE Plastic Pipe and
Tubing
P. ASTM D3350 Polyethylene Plastics Pipe and Fittings Materials
Q. ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter
R. ASTM F905 Qualification of Polyethylene Saddle-Fused Joints
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 4
S. ASTM F1055 Electrofusion-Type Polyethylene Fittings for Outside-Diameter-Controlled
Polyethylene Pipe and Tubing
T. ASTM F1290 Standard Practice for Electrofusion Joining Polyolefin Pipe and Fittings
U. ASTM F2206 Fabricated Fittings of Butt-Fused Polyethylene (PE) Plastic Pipe, Fittings,
Sheet Stock, Plate Stock, or Block Stock
V. AWWA C901 Polyethylene (PE) Pressure Pipe and Tubing, ½”-3” for Water Service
W. AWWA C906 Polyethylene (PE) Pressure Pipe and Fittings 4”-63” for Water Distribution
X. AWWA M55 PE Pipe, Design and Installation
Y. PPI Plastic Pipe Institute Handbook of PE Pipe
Z. PPI TR-3 Developing Recommended Hydrostatic Design Stresses for thermoplastic Pipe
Materials
AA. PPI TR4 Listing of Hydrostatic Design Basis (HDB) Strength Design Basis (SDB), Pressure
Design Basis (PDB) and Minimum Required Strength (MRS) Ratings for Thermoplastic
Piping Materials or Pipe
BB. PPI TR33 Generic Butt Fusion Joining Procedure for Polyethylene Gas Pipe
CC. PPI TR41 Generic Saddle Fusion Joining Procedure for Polyethylene Gas Piping
1.6 Submittals
A. Furnish the following submittals.
SUBMITTAL DESCRIPTION
Shop Drawings Required for pipe layout (all sizes) and required for fittings 16 in
and larger. Submit per piping shop drawing requirements.
.
Catalog Data Required prior to shop drawing submittal per catalog data
requirements. Include list of typical material properties.
Required for pipe, couplings, fittings, and installation procedure
Installation Instructions Required per installation instruction requirements.
Certificate of
Compliance
Submit certification of materials and x-ray inspection per
certificate of compliance requirements.
Test Record
Transcripts
Submit for required factory quality control tests per Test Record
Transcript requirements.
SUBMITTAL DESCRIPTION
Butt Welder
Qualification
Certificates
Certify operators of butt welding equipment have received
training in Manufacturer’s recommended procedures no more
than 12 months before start of construction.
Warranty Furnish one-year warranty from date of final acceptance
B. Refer to Section 01 33 00 for definition of requirements for shop drawings, catalog data,
installation instructions, certificates of compliance and test record transcripts.
1.7 Delivery, Storage and Handling
A. Refer to Sections 01 65 00 and 01 66 00 for delivery, storage, and handling requirements.
B. Transportation shall be by competent haulers and accomplished in a manner that will avoid
damage to pipe.
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 5
C. Deliver, store and handle high density polyethylene pipe and fittings in accordance with
requirements of AWWA M55 Chapter 7, AWWA C906 for PE 3408 and in accordance with
applicable requirements of ASTM D2321.
D. Manufacturer’s instruction and warranty requirements for delivery, storage and handling of
pipe materials shall be strictly followed.
E. When lifting, moving or lowering pipe with slings, use only wide fabric choker slings capable
of safely carrying load. Do not use wire rope or chain. Slings shall be of sufficient capacity
for load and shall be inspected before use by Contractor. Do not use worn or damaged slings
or equipment.
F. In using skids, pipes must be prevented from striking other pipe. No dropping of pipe from
trucks will be allowed.
1.8 Unit Prices
A. Payment for Work in this section shall be included as part of lump-sum or unit-price bid amount
for which such Work is appurtenant.
B. Where bid items are provided for payment per linear foot of each diameter and class of pipe
material, measurement shall be made horizontally over pipe centerline. Laying lengths of
valves or in-line appurtenances will not be deducted from pipe length.
PART 2 - PRODUCTS
2.1 Acceptable Manufacturers
A. Acceptable manufacturers include:
ITEM MANUFACTURER MANUFACTURER
LOCATION
High Density
Polyethylene Pipe
and
Fittings
Industrial Pipe Fittings (IPF) Division Plasson
“Spirolite”
Houston, TX
JM Eagle Kingman, AZ
Performance Pipe Driscoplex 4000 Plano, TX
Poly Pipe Inc. Gainesville, TX
Accepted equal
PE Pipe
Mechanical Joint
Restraints
EBAA Iron Megalug Series 2000PV Eastland, TX
ISCO Industries San Bernardino, CA
Accepted equal
PE Pipe Restraint EBAA Iron Megalug Series 15PF00 Eastland, TX
ITEM MANUFACTURER MANUFACTURER
LOCATION
Harness @ DIP
Fittings
ISCO Industries San Bernardino, CA
Accepted equal
Ductile Iron Independent Pipe Products Grand Prairie, TX
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 6
Mechanical Joint
Anchoring Kits
Accepted equal
Buried Pipe
Identification Tape
Calpico, Inc. South San Francisco, CA
Terra Tape Division Reef Industries Houston, TX
Accepted equal
2.2 Materials
A. Refer to Section 01 61 00 for basic requirements for products and materials.
B. HDPE solid wall pipe and fittings shall be homogeneous throughout, uniform in color and
opacity and free of cracks, holes, blisters, voids, foreign inclusions or deleterious faults.
Pipe shall conform to the following materials and manufacturing requirements:
MATERIAL/
COMPONENT
STANDARDS/
CHARACTERISTICS SPECIFICATION/REQUIREMENT
Pipe Manufacturing Standards AWWA C901 for pipe ½”-3”
AWWA C906 and ASTM F714 for pipe 4”-63”
Pipe shall be marked as complying
Cell Class ASTM D3350 445574C or higher
Resins: ASTM D1248 Type II Class C Category 5
Grade P34
Pass requirements listed above under Quality
Assurance
Design Standards AWWA M55
Material ASTM D3350 PE 4710
Conform to AWWA C901 Section 4.2 or AWWA
C906 Section 4.2 as appropriate.
Hydrostatic Design Basis
(HDB)
≥ 1.600 psi for water at 73.4ºF (23ºC)
Marking Conform to AWWA C901 or C906 Section 6.1
Mark applicable AWWA standard
Show nominal pipe diameter
Show Standard Material Code
Designation Show AWWA pressure class
or DR
Show Manufacturer and manufacturing date code
Size 1¼”-63” diameter as shown on Plans.
Ductile Iron Pipe Size (DIPS) outside diameter for
pipe 4” through 48” unless otherwise shown.
Wall Thickness WORKING
PRESSURE CLASS
MINIMUM
DIMENSION
RATIO (DR )
200 psi DR 11
Color Black or Grey
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 7
MATERIAL/
COMPONENT
STANDARDS/
CHARACTERISTICS SPECIFICATION/REQUIREMENT
Joints Style Thermal butt fusion for joining pipe in accordance
with manufacturer’s recommendations.
Flanged for connections to appurtenances and
other pipe materials in accordance with
manufacturer’s recommendations.
Flange Back-up Ring Type 316 SS or fusion bonded epoxy coated
ductile iron
Pressure rating for back-up ring shall meet or
exceed service pressure of pipe.
Working Pressure Match working pressure rating of pipe shown on
Plans.
Fusion Fittings Standards ASTM D2683 socket-type, ASTM D3261 butt-
type, or ASTM F1055 electrofusion (Fittings shall
be marked as complying
Material HDPE conforming to pipe specifications.
Working Pressure Match working pressure rating of pipe shown on
Plans
Safety Factor 2:1 minimum
Quick Burst Strength Not less than pipe connected to fitting.
Adaptor Fittings
(For Connections
to
Flanged Fittings)
Internal Stiffener Ring Required
Backup Ring Stainless Steel
Pressure rating for back-up ring shall meet or
exceed service pressure of pipe.
Thrust Restraint Per anchoring kit per Manufacturer’s
requirements
Flange Alignment Horizontal Pipelines Boltholes shall straddle horizontal centerlines of
pipe run to which flanges are attached.
Vertical Pipelines Boltholes shall straddle plant North-South and
plant East-
West centerlines of pipe run to which flanges are
attached.
Flange Bolts, Nuts,
and Washers
Various Steels See Section 33 05 31.
Flange Gaskets See Section 33 05 31.
Material shall be as recommended for use with
polyethylene pipe flanges.
C. Fittings and custom fabrications shall be manufactured by pipe Manufacturer. Do not
interchange pipe and fittings from different manufacturers. Manufacture butt-fusion outlets to
same outside diameter, wall thickness, full service pressure rating and tolerances as mating
pipe. All fittings and custom fabrications shall be rated for same internal pressure as mating
pipe. Do not use pressure derated fittings. Fabricate fittings by heat fusion joining of specially
machined shapes cut from pipe, polyethylene sheet stock or molded fittings.
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 8
D. Flange adaptors shall be made with sufficient through-bore length to be clamped in a butt
fusion joining machine without use of stub-end holder. Machine sealing surface of flange
adaptor with series of small v-shaped grooves to provide gasketless sealing or to restrain
gasket against blow-out. Fit flange adaptors with back-up rings pressure rated equal to or
greater than mating pipe. Chamfer or radius back-up ring bore to provide clearance to flange
adapter radius.
E. Provide identification for buried HDPE solid wall pipe in the following manner:
PIPE
CONTENTS
IDENTIFICATION/
WARNING/
LOCATING TYPE MATERIALS/METHOD
Reclaimed
(Recycled,
NonPotable)
Water
Pipe Warning and
Locating
Warning and
Locator
Tape
2”-high letters reading “CAUTION:
RECYCLED
WATERLINE BURIED BELOW – DO NOT
DRINK”
Color = purple with black letters
Installed in pipe trench 18” above pipe
Specification – See Section 33 05 26
Metallic strip that can be registered by
magnetic field locating device
Locating
Wire
In lieu of installing metallic warning tape;
non-metallic warning tape and 10-gauge
copper wire attached to top of pipe may be
used.
PART 3 - EXECUTION
3.1 Preparation
A. Make field measurements needed to install pipe and fittings before submitting shop drawings
or ordering. Make minor changes in dimensions and alignments as needed to avoid utilities
or structural conflicts.
B. Prior to installing pipe, grade and prepare trench bottom to provide uniform bearing
throughout entire length of each pipe. Form flat or semi-circular trench bottom conforming to
grade to which pipe is to be installed.
C. Dewater trench so trench bottom and bedding material are dry.
3.2 Installation
A. Refer to Sections 01 73 00 and 01 73 33 for basic execution and installation requirements.
B. Refer to Section 31 23 00 for open trench requirements.
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 9
C. Furnish and install pipe and fittings at locations shown on Plans and Submittals.
D. The following installation standards shall be followed:
1. Manufacturer’s installation and warranty requirements
2. Applicable OSHA and Cal OSHA regulations
3. Applicable building, fire, plumbing and mechanical code requirements
4. Plastics Pipe Institute (PPI) Handbook of PE Pipe
5. AWWA M55 PE Pipe, Design and Installation
E. Refer variances between above documents and Contract Documents to District’s
Representative.
F. Install HDPE solid wall pipe in accordance with the following requirements:
CATEGORY OF
WORK ITEM OF WORK REQUIREMENT
Earthwork Excavation and Backfill See Section 31 23 00
Pipe Bedding ⅜” Crushed rock per Section 306.1.2.13 of
SSPWC
95% relative density compaction, unless
otherwise specified
Thickness = 4” minimum
Placed over full width of trench
Backfill Within Pipe Zone Crushed rock per Section 306.1.2.13 of
SSPWC
95% relative density compaction, unless
otherwise specified
Thickness = from bottom of pipe to 12” above
pipe.
HDPE Pipe and
Fittings
Installation In accordance with references above and
requirements of AWWA C906 for PE 3408
B. Assemble joints as follows:
1. Join pipe sections into continuous water-tight leak-proof lengths on jobsite above
ground. Join pipe sections in true alignment using equipment and methods in strict
conformance with Manufacturer’s recommendations.
2. Plain end pipes may be joined using either butt fusion or saddle fusion, and with
either heat fusion or electrofusion.
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 10
3. Butt fusion shall be accomplished in accordance with requirements shown in ASTM
D2657, PPI TR33 and AWWA M55.
4. Electrofusion shall be accomplished in accordance with requirements shown in
ASTM F1290 and AWWA M55.
5. Saddle fusion shall be accomplished in accordance with requirements shown in
ASTM D2657, ASTM F905, PPI TR41 and AWWA M55.
6. Hot fusion joining of HDPE end sections, service, taps, and fittings may be performed
in excavations.
7. Join plain end pipes and fittings by butt fusion in accordance with ASTM D2657.
8. Make branch connections to main with saddle fittings or tees. Join main and saddle
branch fittings using saddle fusion procedures meeting ASTM F905.
9. Fusions of unlike wall thicknesses are acceptable as long as difference is limited to
one SDR difference. Transitions between unlike wall thicknesses greater than one
SDR shall be made with transition nipple (short length of heavier-wall pipe with one
end machined to the lighter-wall) or by mechanical means.
10. Allow adequate cooling time at joint before removal of pressure.
11. Rollback beads will result from use of proper temperatures and pressures. Do not
remove external and internal beads from butt welding.
12. Joints shall be equal in tensile strength to that of adjacent pipe.
13. Polyethylene pipe and fittings may be joined together or joined to other materials
using electro-fusion, flanged connections, or restrained mechanical couplings
designed for joining polyethylene pipe to mating material only when heat-fusion
joining is not practical in opinion of District’s Representative. When joining pipe by
any of the above methods, follow installation instructions of joining device
Manufacturer.
14. Flange faces shall be centered and aligned to each other before assembling and
tightening bolts. Do not use flange bolts to draw flanges into alignment. Lubricate
bolt threads and fit flat washers under flange nuts. Tighten bolts evenly according to
tightening pattern and torque step recommendations of pipe Manufacturer. At least
1 hour after initial assembly, re-tighten flange connections following Manufacturer’s
tightening pattern and torque step recommendations. Final tightening torque shall be
100 ft-lbs or as recommended by Manufacturer. If gaskets are used, tighten bolts to
torque value recommended by gasket manufacturer. For 12” and smaller flange
adapters, a second retightening after 4 hours is recommended. For flange adapters
greater than 12”, the second retightening is recommended after an additional 12 to
24 hours.
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 11
15. Couplings and mechanical joints using OD compression mechanical couplings shall
be installed with stiffener in bore of polyethylene pipe.
16. Plain ends of 16” IPS and larger fabricated fittings shall be butt-fused to end of pipe
length. Flanged directional outlet connections to fitting shall be made up in trench.
Assemble and tighten flanged connections in accordance with flange adapter
Manufacturer’s instructions. Do not connect more than one pipe length to a 16” IPS
or larger directional fitting before placing fitting in trench.
17. Threaded or solvent-cement joints and connections are not allowed.
18. Allowable pipe deflections shall not exceed the following or the pipe manufacturer’s
recommendations, whichever is most conservative:
NOMINAL
PIPE OD
MINIMUM
COLD
BENDING
RADIUS AND
MAXIMUM
DEFLECTION
PER FOOT
OF
PIPE LENGTH
(DR≤9)
MINIMUM
COLD
BENDING
RADIUS AND
MAXIMUM
DEFLECTION
PER FOOT
OF
PIPE LENGTH
(DR>9-13.5)
MINIMUM
COLD
BENDING
RADIUS AND
MAXIMUM
DEFLECTION
PER FOOT
OF PIPE
LENGTH
(DR>13.5-
21)
MINIMUM
COLD
BENDING
RADIUS AND
MAXIMUM
DEFLECTION
PER FOOT
OF
PIPE LENGTH
(DR>21)
MINIMUM
COLD
BENDING
RADIUS
AND
MAXIMUM
DEFLECTION
PER
FOOT OF
PIPE
LENGTH
ADJACENT
TO FITTING
OR FLANGE
<3” 6.3’ – 9.2°/LF 7.8’ – 7.3°/LF 8.4’ – 6.8°/LF 9.4’ – 6.1°/LF 31.3’ –
1.83°/LF
3” 6.3’ – 9.2°/ LF 7.8’ – 7.3°/LF 8.4’ – 6.8°/LF 9.4’ – 6.1°/LF 31.3’ –
1.83°/LF
4” 8.3’ – 6.9°/ LF 10.4’ – 5.5°/
LF
11.3’ – 5.1°/
LF
12.5’ – 4.6°/
LF
41.7’ – 1.38°/
LF
6” 12.5’ – 4.6°/
LF
15.6’ – 3.7°/
LF
16.9’ – 3.4°/
LF
18.8’ – 3.1°/
LF
62.5’ – 0.92°/
LF
8” 16.7’ – 3.4°/LF 20.8’ – 2.8°/LF 22.5’ – 2.6°/LF 25.0’ – 2.3°/LF 83.3’ –
0.70°/LF
10” 20.8’ – 2.8°/LF 26.0’ – 2.2°/LF 28.1’ –
2.04°/LF
31.3’ –
1.83°/LF
104.2’ –
0.60°/LF
12” 25.0’ – 2.3°/LF 31.3’ –
1.83°/LF
33.8’ –
1.70°/LF
37.5’ –
1.53°/LF
125.0’ –
0.46°/LF
14” 29.2’ –
1.96°/LF
36.5’ –
1.57°/LF
39.4’ –
1.46°/LF
43.8’ –
1.31°/LF
145.8’ –
0.39°/LF
16” 33.3’ –
1.72°/LF
41.7’ –
1.38°/LF
45.0’ –
1.27°/LF
50.0’ –
1.15°/LF
166.7’ –
0.34°/LF
18” 37.5’ –
1.53°/LF
46.9’ –
1.22°/LF
50.6’ –
1.13°/LF
56.3’ –
1.02°/LF
187.5’ –
0.31°/LF
20” 41.7’ –
1.38°/LF
52.1’ –
1.10°/LF
56.3’ –
1.02°/LF
62.5’ –
0.92°/LF
208.3’ –
0.28°/LF
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 12
22” 45.8’ –
1.25°/LF
57.3’ –
1.00°/LF
61.9’ –
0.93°/LF
68.8’ –
0.83°/LF
229.2’ –
0.25°/LF
24” 50.0’ –
1.15°/LF
62.5’ –
0.92°/LF
67.5’ –
0.85°/LF
75.0’ –
0.76°/LF
250.0’ –
0.23°/LF
19. Values shown above are based on 125% of that recommended by AWWA M55
Table 8-2.
3.3 Field Quality Control
A. Field testing of pressure pipe shall include:
ITEM
TEST
FOR
TEST STANDARD
(ASTM OR OTHER
TEST
STANDARD)
FREQUENCY
FIRST
TEST
PAID
FOR
BY
RETESTS
PAID
FOR
BY
HDPE
Pipe
Butt-Fusion
or
Saddle-
Fusion
Integrity
After fully cooling first trial fusion, cut fusion test
straps ≥12” and ≥30 wall
thicknesses long and
≥1” and ≥1.5 wall
thicknesses wide. Fusion
shall be in center of
length. Bend test strap
until ends of strap touch.
If fusion fails at joint, a
new trial fusion shall be
made, cooled and tested.
Do not begin butt fusion
of pipe to be installed until
trial fusion has passed
bent strap test.
Bend back
testing is
required at
startup and
every 50
fusions
thereafter.
Contractor Contractor
Visual inspection of
rollback beads resulting
from use of proper
welding temperature and
pressure
All butt-fused
joints
District District
Anchorage
and
Support of
Exposed
Pipe
Visual inspection of
finished installation.
Support per UPC
Table 3-1 and 3-2
1 inspection District District
Hydrostatic
Test
Section 33 08 11 and
applicable provisions of
AWWA C600.
Allowable leakage is zero.
All new HDPE
pipe
Contractor Contractor
CMSD HDPE Butt-Fusion Solid Wall Pipe Resilient
Project No. 349 15120 - 13
B. Do not backfill any joint until it has been inspected by District’s Representative. Provide
sufficient open trench space in vicinity of each joint to permit visual observation around entire
joint periphery.
C. All flange connections shall be left exposed until leak testing is completed.
D. Cut out all defective joints and replace at no additional cost to District.
3.4 Protection
A. Close open pipe end with tight-fitting cap or plug to prevent entrance of foreign matter into pipe
at all times when pipe installation is not in progress. These provisions shall apply during noon
hour as well as overnight. Do not use pipeline as a drain for removing water that has infiltrated
into trench. Maintain inside of pipe free from foreign materials and in a clean and sanitary
condition until acceptance by District.
END OF SECTION
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-1 Agreement 2024
AGREEMENT
This Agreement (hereinafter referred to as “AGREEMENT”) is made and entered into this
day of __________, 2025, by and between the COSTA MESA SANITARY DISTRICT,
hereinafter referred to as “DISTRICT,” and ____________, hereinafter referred to as
“CONTRACTOR.”
WITNESSETH
That for and in consideration of the promises and agreements hereinafter made and
exchanged, DISTRICT and CONTRACTOR mutually agree as follows:
SCOPE OF THE WORK AND CONTRACT SUM
Scope of the Work. CONTRACTOR shall perform all the work and shall provide and
furnish all labor, materials, tools, expendable equipment, and utility and transportation services
required to construct the _________________________ (hereinafter referred to as “PROJECT”).
This project has been registered with the Department of Industrial Relations using form PWC-100
pursuant to Labor Code section 1773.3.
1. Labor and Materials. All of said work to be performed and materials to be
furnished shall be in strict accordance with the plans and specifications entitled
_____________________, and CONTRACTOR agrees to do everything required by this
AGREEMENT, the plans and specifications, and the CONTRACT DOCUMENTS.
All labor, materials, tools, equipment, and services shall be performed under the direction
and administration of, and subject to the approval of, DISTRICT or its authorized representatives.
2. Contract Sum. DISTRICT agrees to pay, and CONTRACTOR agrees to accept
in full payment for the work above agreed to be done, the sum of __________________________
Dollars ($ ____________).
NOTICE TO PROCEED AND TIMING
3. Notice to Proceed. No work, services, material, or equipment shall be performed
or furnished under this AGREEMENT unless and until a “Notice to Proceed” has been given to
CONTRACTOR by DISTRICT and all bonds and certificates of insurance required pursuant
hereto have been furnished to and approved by DISTRICT.
4. Time of Completion. CONTRACTOR agrees to commence the work to be
performed under this AGREEMENT on the start of the construction date specified in the “Notice
To Proceed” and to diligently prosecute the work to completion by the completion date specified
in the Notice to Proceed, which the parties agree is _________ (____) WORKING DAYS.
5. Time of the Essence. Time is of the essence of this AGREEMENT.
6. Liquidated Damages/Additional Actual Damages. It is agreed by the parties
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-2 Agreement 2024
hereto that, in case the total work called for hereunder in all parts and requirements is not finished
or completed within the number of working days as set forth herein, damage will be sustained by
the DISTRICT and that it is and will be impractical and extremely difficult to ascertain and
determine the actual damage which the DISTRICT will sustain in the event of and by reason of
such delay. It is therefore agreed the CONTRACTOR will pay to the DISTRICT the sum of
________________Dollars ($ _________) per calendar day for each and every day of delay in
finishing the work in excess of the number of days prescribed in Section 4, and the
CONTRACTOR agrees to pay said liquidated damages herein provided for and further agrees
that the DISTRICT may deduct the amount thereof from any monies due or that may become due
the CONTRACTOR hereunder. Liquidated damages shall be a measurement of the sum to
compensate the public for inconvenience from not having the work completed on time and the
cost of DISTRICT staff to monitor the job beyond the completion date. DISTRICT shall further be
entitled to recover its additional actual damages incurred which shall be supplemental to the
liquidated damages.
Provided strict compliance with Section 21 below is effected, the CONTRACTOR will be
granted an extension of time and will not be assessed with liquidated damages for any portion of
the delay in completion of the work beyond the time named herein due to unforeseeable causes
beyond the control and without the fault or negligence of the CONTRACTOR, including, but not
restricted to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions,
strike, and unsuitable weather, or delays of subcontractors due to such causes.
JOB PROGRESS AND COOPERATION
7. Job Progress. CONTRACTOR agrees to maintain a realistic critical path analysis
throughout the project. CONTRACTOR agrees to meet with DISTRICT’s PROJECT MANAGER
or designee on a weekly or other periodic basis, or as requested by DISTRICT to review job
progress. “PROJECT MANAGER” for purposes of this AGREEMENT shall be the District
Engineer or such designee as has been given the authority for this PROJECT in a written
designation. CONTRACTOR agrees to provide DISTRICT with critical path analysis
documentation whenever job progress is impacted so that the completion date may be affected
or whenever delays or other impacts may give rise to CONTRACTOR’s claim for additional days
or additional damages. Delay and other claims of damages based on CONTRACTOR’s planned
early completion are prohibited.
8. Cooperation. CONTRACTOR agrees to cooperate with DISTRICT’s PROJECT
MANAGER or designee and to provide submittals and participate in meetings in a good faith effort
to complete the PROJECT. If disagreements arise, CONTRACTOR agrees to document the
disagreement in accordance with these AGREEMENT provisions and provide DISTRICT with
early notice of the same for later resolution but shall continue to cooperate and prosecute the
work to completion in a diligent manner. Nothing herein shall excuse CONTRACTOR’s strict
compliance with Section 21 if additional time or money is sought.
9. CONTRACTOR’s Independent Investigation.
(a) No plea of ignorance of conditions that exist or that may hereafter exist, or of
conditions or difficulties that may be encountered in the execution of the work under this
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-3 Agreement 2024
AGREEMENT, as a result of failure to make the necessary independent examinations and
investigations and no plea of reliance on initial investigations or reports prepared by DISTRICT
for purposes of letting this AGREEMENT out to bid will be accepted as an excuse for any failure
or omission on the part of the CONTRACTOR to fulfill in every detail all requirements of said
AGREEMENT, specifications, and plans, nor will such reasons be accepted as a basis for any
claims whatsoever for extra compensation or for an extension of time except as provided in
Section 21 of this AGREEMENT.
(b) Except as specifically provided in the CONTRACT DOCUMENTS, information
provided for purposes of bidding do not represent “conditions indicated” as being in existence and
are provided for the convenience of the CONTRACTOR in making its own investigation.
LABOR, WAGE, AND HOURS LAWS
10. Public Work. Notice is provided pursuant to Labor Code Section 1781 that this is
a “public work” as defined in Chapter 1, Part 7, Division 2 of the Labor Code, to which Section
1771 applies. CONTRACTOR shall pay prevailing wages, unless exempt.
11. Contractor/Subcontractors Registered. Contractor and all subcontractors are
registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5
and paid its annual fee.
12. Prevailing Wage Rates. Pursuant to Labor Code Section 1773.2, copies of the
prevailing rate of per diem wages can be found at http://www.dir.ca.gov/OPRL/PWD/index.htm
and are on file at the DISTRICT, which shall be made available to any interested party upon
request. CONTRACTOR shall post a copy of the determination of the director of the prevailing
rate of per diem wages at each job site. Said per diem wages are deemed to include employer
payments for health and welfare, pension, vacation and travel time, and subsistence pay, all in
accordance with Section 1773.1 of the Labor Code.
13. Payroll Records/ Electronic Records.
(a) The provisions of Section 1776 of the Labor Code regarding the preparation,
maintenance, and filing of payroll records are applicable to this AGREEMENT. Each contractor
and subcontractor shall keep accurate payroll records showing the name, address, social security
number, work classification, straight time and overtime hours worked each day and week, and
the actual per diem wages paid to each journeyman, apprentice, worker, or other employee
employed by him or her in connection with the public work. Certified payroll records shall be on
forms provided by the Division of Labor Standards Enforcement or contain the same information.
THE CONTRACTOR’S AND SUBCONTRACTOR’S PAYROLL RECORDS SHALL BE
SUBMITTED TO DISTRICT ON A WEEKLY BASIS. THE CONTRACTOR SHALL BE
RESPONSIBLE FOR SUBMITTAL OF SUBCONTRACTOR’S PAYROLL RECORDS.
Additionally, CONTRACTOR or subcontractor has 10 days in which to comply subsequent to
receipt of a written notice requesting the records enumerated in Section 1776, subdivision (a), of
the Labor Code. In the event that CONTRACTOR or subcontractor fails to comply within the 10-
day period, he or she shall, as a penalty to DISTRICT, forfeit One Hundred Dollars ($100.00) for
each calendar day, or portion thereof, for each worker, until strict compliance is effectuated.
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-4 Agreement 2024
DISTRICT may deduct this penalty from any monies due or that may become due CONTRACTOR
under this AGREEMENT.
(b) Contractor shall submit electronic payment records to the Department of Industrial
Relations.
14. Penalty. CONTRACTOR and any subcontractor under CONTRACTOR shall, as
a penalty to DISTRICT, forfeit not more than Two Hundred Dollars ($200.00) for each calendar
day, or portion thereof, for each worker paid (either by CONTRACTOR or any subcontractor under
CONTRACTOR) less than the prevailing rate set forth herein on the work provided for in this
AGREEMENT. DISTRICT may deduct the penalty from any monies due or that may become due
CONTRACTOR under this AGREEMENT. The difference between the prevailing wage rates and
the amount paid to each worker for each calendar day, or portion thereof, for which each worker
was paid less than the prevailing wage rate shall also be paid to each worker by CONTRACTOR
or subcontractor, in accordance with Section 1775 of the Labor Code of the State of California.
15. Apprentices. If applicable, the provisions of Labor Code Section 1777.5 requiring
the use of apprentices in certain ratios to journeymen on the PROJECT are hereby imposed upon
CONTRACTOR.
16. Legal Day’s Work. In the performance of this AGREEMENT, not more than eight
(8) hours shall constitute a day’s work, and the CONTRACTOR shall not require more than eight
(8) hours of labor in a day from any person employed by him hereunder except as provided in
Labor Code Section 1815. CONTRACTOR shall conform to Article 3, Chapter 1, Part 7 (Sections
1810 et seq.), of the Labor Code of the State of California, and it is agreed that the CONTRACTOR
shall forfeit to the DISTRICT as a penalty the sum of Twenty-Five Dollars ($25.00) for each worker
employed in the execution of this AGREEMENT by the CONTRACTOR or any subcontractor for
each calendar day during which any worker is required or permitted to labor more than eight (8)
hours in any one (1) calendar day and forty (40) hours in any one (1) week in violation of said
article. DISTRICT may deduct this penalty from any sums owed pursuant to this AGREEMENT.
PROGRESS PAYMENTS AND RETENTION
18. Progress Payments. Pursuant to Public Contract Code Section 7201, prior to the
fifteenth (15th) day of the month next following the commencement of the work, there shall be
paid to CONTRACTOR a sum equal to ninety-five percent (95%) of the value of the work
completed since the commencement of the work as determined by DISTRICT and thereafter prior
to the fifteenth (15th) day of each successive month as the work progresses. CONTRACTOR
shall be paid such sum as will bring the payments up each month to ninety-five percent (95%) of
the value of the work completed since the commencement of the work as determined by
DISTRICT, less all previous payments and authorized deductions, provided that CONTRACTOR
submits his request for payment prior to the last Wednesday of each preceding month. Pursuant
to Public Contract Code 7107, DISTRICT shall make the final payment, if unencumbered, or any
part thereof unencumbered, within sixty (60) days after the date of completion. Notwithstanding
the foregoing, CONTRACTOR shall provide DISTRICT with all documentation required by this
AGREEMENT, including the Final Closeout Agreement and Release of All Claims, as well as any
other documents required by the CONTRACT DOCUMENTS such as as-builts, red-line plans,
manufacturers and specific guarantees, and owner’s manuals prior to receiving final payment.
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-5 Agreement 2024
Payments shall be made on demands drawn in the manner required by law, accompanied by a
certificate signed by the Project Manager, stating that the work for which payment is
demanded has been performed in accordance with the terms of the AGREEMENT, and that the
amount stated in the certificate is due under the terms of the AGREEMENT. Partial payments on
the AGREEMENT price shall not be considered as an acceptance of any part of the work. Nothing
herein shall limit DISTRICT’s right to withhold one hundred fifty percent (150%) of disputed
amounts in the event of a good faith dispute.
19. Prompt Payments. DISTRICT agrees to promptly make progress payments on
undisputed and properly submitted payment requests within thirty (30) days and to comply with
the provisions of Public Contract Code Section 20104.50.
20. Retention Securities. Pursuant to California Public Contract Code Section
22300, CONTRACTOR will be entitled to post approved securities with the DISTRICT or an
approved financial institution in order to have the DISTRICT release funds retained by the
DISTRICT to insure performance of the AGREEMENT.
CHANGE ORDERS / EXTRA TIME / EXTRA WORK
21. Request for Extra Time or Additional Compensation. The following provisions
must be strictly complied with to obtain additional time to complete the job or to obtain additional
compensation:
(a) Request for Change Order – Additional Time. The CONTRACTOR shall promptly
notify the DISTRICT of any delay and shall, within ten (10) days from the beginning of any such
delay, notify the DISTRICT in writing of the cause of the delay, and the DISTRICT shall extend
the time for completing the work if in its judgment the cause so merits. The DISTRICT’s
determination on this matter shall be final and conclusive on the parties hereto. CONTRACTOR
shall be required to submit a Request for Change Order, as set forth in this AGREEMENT, to the
DISTRICT’S PROJECT MANAGER within ten (10) days of the beginning of such a delay. No
adjustment shall be allowed for such delay unless there is strict compliance with this contractual
provision. CONTRACTOR’s remedy shall be limited to the extra days granted and to any
damages that it may be entitled to using the formula agreed to by the parties for all damages as
provided in Section 22.
(b) Request for Change Order – Additional Compensation Sought.
(i) Should CONTRACTOR claim that the DISTRICT is demanding extra work
from it or consider any work demanded of it to be outside the requirements of this
AGREEMENT or if it considers any instruction, ruling, or decision of the PROJECT
MANAGER to be unfair, he shall within ten (10) days after any such demand is made, or
instruction, ruling, or decision is given, file a written protest with the PROJECT MANAGER
stating clearly and in detail his objections and the reasons therefor. Except for such
protests and objections as are made of record, in the manner and within the time above
stated, the CONTRACTOR shall be deemed to have waived, and does hereby waive, all
claims for extra work, damages, and extensions of time on account of demands,
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-6 Agreement 2024
instructions, rulings, and decisions of the District Engineer.
(ii) Should CONTRACTOR claim that additional compensation is due it
because of an unforeseen condition, CONTRACTOR shall bring that to DISTRICT’s
attention promptly and within ten (10) days and shall submit a written request for change
order within ten (10) days to DISTRICT.
(c) Request for Change Order – DISTRICT Form to Be Used. DISTRICT’s Request
for Change Order form, which is attached hereto as part of this AGREEMENT, shall be the form
that must be submitted in a timely fashion for a request for either additional time or additional
compensation. By initialing, the CONTRACTOR specifically agrees to use said form for those
purposes and understands that, if he does not submit that form in a timely manner, he waives the
right to request additional time or compensation. No oral modifications or other forms of
communication shall be accepted as compliance with this provision. The written request for
change order requirement cannot be waived.
Contractor’s Initials ________
(d) Change Order. Should DISTRICT agree that a change order is warranted for
either additional time or compensation, a written change order shall be executed. If DISTRICT
does not agree to the change order, and CONTRACTOR has provided timely notices and
submitted its written request for change order in a timely manner and on the proper form,
CONTRACTOR will have preserved the issue for later resolution in compliance with other
procedures set forth in this AGREEMENT or as the law may otherwise allow.
(e) Change Order Authority. The following authority is given to approve Change
Orders:
(i) Change Orders for Extra Time. The General Manager shall have the
authority to grant extra days without limit.
(ii) Change Orders for Extra Compensation. The General Manager shall have
the authority to make change orders up to an aggregate amount of Ten Percent (10%) of
the original contract amount or Fifteen Thousand Dollars ($15,000), whichever is greater.
22. Damages / Extra Work Compensation. The parties have agreed to modify the
formula for damages set forth in the Standard Specifications for Public Works Construction. The
parties agree that the following damage formula shall be used to measure all of CONTRACTOR’s
damages or extra work required by this PROJECT. CONTRACTOR shall be limited to the
following:
Direct costs Mark-up
Labor 20%
Materials 15%
Equipment Rental 15%
Other Items 15%
Subcontracted work 10% (first $5,000)
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-7 Agreement 2024
Subcontracted work 5% (work in excess of first $5,000)
Specialty Subcontracting
(required by extra work) 5% (Provided at least three (3)
competitive bids are obtained
and CONTRACTOR selected
the lowest bidder)
Excluded from recovery shall be so-called “Eichleay damages,” including, but not limited
to, home office overhead, insurance and bonding costs, lost bonding capacity, lost profits, and
lost interest.
CONTRACTOR acknowledges that his recovery for damages or extra work is limited as
provided in this Section.
Contractor’s Initials ________
SUBCONTRACTING
23. Subcontracting. CONTRACTOR acknowledges that he or she is aware of the
provisions of the “Subletting and Subcontracting Fair Practices Act” (Public Contract Code
Sections 4100 et seq.) and agrees to comply with all applicable provisions thereof. If any part of
the work to be done under this AGREEMENT is subcontracted, the subcontract shall be in writing
and shall provide that all work to be performed thereunder shall be performed in accordance with
this AGREEMENT. Upon request, certified copies of any or all subcontracts shall be furnished to
DISTRICT. The subcontracting of any or all of the work to be done will in no way relieve
CONTRACTOR of any part of his responsibility under the AGREEMENT. Pursuant to Public
Contract Code Section 4110, CONTRACTOR’s violation of any of the provisions of the Subletting
and Subcontracting Fair Practices Act violates this AGREEMENT, and DISTRICT may cancel this
AGREEMENT or assess CONTRACTOR a penalty of not more than 10 percent (10%) of the
subcontract involved. DISTRICT may deduct this penalty from any monies due or that may
become due to CONTRACTOR for work performed under this AGREEMENT.
All persons engaged in the work, including subcontractors, will be considered as
employees of CONTRACTOR. CONTRACTOR will be held responsible for their work. DISTRICT
will deal directly with and make all payments to CONTRACTOR.
STOP NOTICES
24. Additional Costs. Pursuant to Civil Code Section 9358, upon receipt of a stop
notice, DISTRICT shall withhold from payment to CONTRACTOR sufficient funds due, or to
become due, to pay the claim stated in the stop notice and provide for DISTRICT’s reasonable
costs of litigation. One hundred twenty-five percent (125%) of the amount of the claim stated in
the stop notice shall be a reasonable amount to withhold. In addition to the remedies authorized
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-8 Agreement 2024
by law, CONTRACTOR shall reimburse DISTRICT for administrative expenses incurred in
processing Notices to Withhold, Stop Notices, or similar legal documents arising out of a failure
of CONTRACTOR to pay for labor or materials. Said obligation shall be provided for in
CONTRACTOR’s payment bond. DISTRICT shall have the right to deduct any such expenses
from amounts due or to become due to CONTRACTOR under this AGREEMENT.
COMPLETION
25. CONTRACTOR’S Waiver. CONTRACTOR agrees to execute a Final Close Out
Agreement and Release of All Claims on DISTRICT’s form (attached). The execution by
CONTRACTOR of the Final Close Out Agreement and Release of All Claims shall constitute a
waiver of all claims against DISTRICT under or arising out of this AGREEMENT unless otherwise
stated in said document.
26. Guarantees. CONTRACTOR shall, and hereby does, guarantee all work for a
period of one (1) year after the date of acceptance of the work by the DISTRICT and shall repair
and replace any and all such work, together with any other work which may be displaced in so
doing, that may prove defective in workmanship and/or materials within the one (1) year period
from date of acceptance, without expense whatsoever to the DISTRICT, ordinary wear and tear
and usual abuse or neglect excepted. In the event of failure to comply with the aforementioned
conditions within five (5) days after being notified in writing, the DISTRICT is hereby authorized
to proceed to have the defects repaired and made good at the expense of the CONTRACTOR,
who shall pay the cost and charges therefor immediately on demand. This guarantee shall be in
addition to any manufacturer or specific guarantees that may be required. CONTRACTOR shall
provide those manufacturer and specific guarantees before CONTRACTOR may claim
entitlement to final payment.
INDEMNIFICATION
27. Indemnity. CONTRACTOR shall indemnify, defend with legal counsel approved
by DISTRICT, and hold harmless DISTRICT, and its officers, officials, employees, and volunteers,
from and against all liability, loss, damage, expense, and cost (including without limitation
reasonable legal counsel fees, expert fees, and all other costs and fees of litigation) of every
nature arising out of or in connection with CONTRACTOR’s negligence, recklessness or willful
misconduct in the performance of work hereunder, or its failure to comply with any of its
obligations contained in this AGREEMENT, except such loss or damage which is caused by the
sole or active negligence or willful misconduct of the DISTRICT. Should conflict of interest
principles preclude a single legal counsel from representing both DISTRICT and CONTRACTOR,
or should DISTRICT otherwise find CONTRACTOR’s legal counsel unacceptable, then
CONTRACTOR shall reimburse the DISTRICT its costs of defense, including without limitation
reasonable legal counsel fees, expert fees, and all other costs and fees of litigation. The
CONTRACTOR shall promptly pay any final judgment rendered against the DISTRICT and its
officers, officials, employees, and volunteers with respect to claims determined by a trier of fact
to have been the result of the CONTRACTOR’s negligent, reckless or wrongful performance. It
is expressly understood and agreed that the foregoing provisions are intended to be as broad and
inclusive as is permitted by the law of the State of California and will survive termination of this
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-9 Agreement 2024
AGREEMENT.
CONTRACTOR’s obligations under this Section apply regardless of whether or not such
claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However,
without affecting the rights of DISTRICT under any provision of this AGREEMENT,
CONTRACTOR shall not be required to indemnify and hold harmless DISTRICT for liability
attributable to the active negligence of DISTRICT, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
instances where DISTRICT is shown to have been actively negligent and where DISTRICT’s
active negligence accounts for only a percentage of the liability involved, the obligation of
CONTRACTOR will be for that entire portion or percentage of liability not attributable to the active
negligence of DISTRICT.
Notwithstanding any limits provided for indemnification, CONTRACTOR’s duty to defend
is broader. CONTRACTOR agrees to provide DISTRICT with a defense, with counsel reasonably
acceptable to DISTRICT, or pay DISTRICT’s costs of defense upon service of any complaint,
petition or other pleading that requires DISTRICT to defend itself in any proceeding arising out of
the work described in this AGREEMENT. Said obligation shall not extend to disputes between
CONTRACTOR and DISTRICT.
INSURANCE
28. Insurance. Without limiting CONTRACTOR’s indemnification of DISTRICT, and
prior to commencement of work, CONTRACTOR shall obtain, provide, and maintain at its own
expense during the term of this AGREEMENT policies of insurance of the types and amounts
described below and in a form satisfactory to DISTRICT.
General liability insurance. CONTRACTOR shall maintain commercial general liability
insurance with coverage at least as broad as Insurance Services Office Form CG 00 01, in an
amount not less than $1,000,000.00 per occurrence, $2,000,000.00 general aggregate, for bodily
injury, personal injury, and property damage, including, without limitation, blanket contractual
liability, and a $2,000,000.00 completed operations aggregate.
Automobile liability insurance. CONTRACTOR shall maintain automobile insurance at
least as broad as Insurance Services Office Form CA 00 01 covering bodily injury and property
damage for all activities of the CONTRACTOR arising out of or in connection with work to be
performed under this AGREEMENT, including coverage for any owned, hired, non-owned, or
rented vehicles, in an amount not less than $1,000,000.00 combined single limit for each accident.
Umbrella or excess liability insurance. CONTRACTOR shall obtain and maintain an
umbrella or excess liability insurance policy with limits of not less than $4,000,000.00 that will
provide bodily injury, personal injury, and property damage liability coverage at least as broad as
the primary coverages set forth above, including commercial general liability and employer’s
liability. Such policy or policies shall include the following terms and conditions:
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-10 Agreement 2024
A drop down feature requiring the policy to respond in the event that any primary insurance
that would otherwise have applied proves to be uncollectable in whole or in part for any
reason;
Pay on behalf of wording as opposed to reimbursement;
Concurrency of effective dates with primary policies; and
Policies shall “follow form” to the underlying primary policies.
Insureds under primary policies shall also be insureds under the umbrella or excess
policies.
Workers’ compensation insurance. CONTRACTOR shall maintain Workers’
Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at
least $1,000,000.00) for CONTRACTOR’s employees in accordance with the laws of the State of
California, Section 3700 of the Labor Code. In addition, CONTRACTOR shall require each
subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability
Insurance in accordance with the laws of the State of California, Section 3700 of the Labor Code,
for all of the subcontractor’s employees.
CONTRACTOR shall submit to DISTRICT, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of DISTRICT and its officers, agents, employees,
and volunteers.
Pollution liability insurance. Environmental Impairment Liability Insurance shall be
written on a Contractor’s Pollution Liability form or other form acceptable to DISTRICT providing
coverage for liability arising out of sudden, accidental, and gradual pollution and remediation. The
policy limit shall be no less than $1,000,000.00 per claim and in the aggregate. All activities
contemplated in this AGREEMENT shall be specifically scheduled on the policy as “covered
operations.” The policy shall provide coverage for the hauling of waste from the PROJECT site
to the final disposal location, including non-owned disposal sites.
Products/completed operations coverage shall extend a minimum of three years after
PROJECT completion. Coverage shall be included on behalf of the insured for covered claims
arising out of the actions of independent contractors. If the insured is using subcontractors, the
policy must include work performed “by or on behalf” of the insured. Policy shall contain no
language that would invalidate or remove the insurer’s duty to defend or indemnify for claims or
suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on
the part of the insurer. The DISTRICT, and its officials, officers, agents, and employees, shall be
included as insureds under the policy.
Proof of insurance. CONTRACTOR shall provide certificates of insurance to DISTRICT
as evidence of the insurance coverage required herein, along with a waiver of subrogation
endorsement for workers’ compensation. Insurance certificates and endorsement must be
approved by DISTRICT’s risk manager prior to commencement of performance. Current
certification of insurance shall be kept on file with DISTRICT at all times during the term of this
AGREEMENT. DISTRICT reserves the right to require complete, certified copies of all required
insurance policies at any time.
Duration of coverage. CONTRACTOR shall procure and maintain for the duration of the
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-11 Agreement 2024
AGREEMENT insurance against claims for injuries to persons or damages to property, which may
arise from or in connection with the performance of the work hereunder by CONTRACTOR or his
agents, representatives, employees, or subcontractors. CONTRACTOR must maintain general
liability and umbrella or excess liability insurance for as long as there is a statutory exposure to
completed operations claims. DISTRICT and its officers, officials, employees, and agents shall
continue as additional insureds under such policies.
DISTRICT’s rights of enforcement. In the event any policy of insurance required under
this AGREEMENT does not comply with these requirements or is canceled and not replaced,
DISTRICT has the right but not the duty to obtain the insurance it deems necessary, and any
premium paid by DISTRICT will be promptly reimbursed by CONTRACTOR or DISTRICT will
withhold amounts sufficient to pay premium from CONTRACTOR payments. In the alternative,
DISTRICT may cancel this AGREEMENT.
Acceptable insurers. All insurance policies shall be issued by an insurance company
currently authorized by the Insurance Commissioner to transact business of insurance in the State
of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category
Class VII (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless
otherwise approved by the DISTRICT’s Counsel.
Waiver of subrogation. All insurance coverage maintained or procured pursuant to this
AGREEMENT shall be endorsed to waive subrogation against DISTRICT and its elected or
appointed officers, agents, officials, employees, and volunteers or shall specifically allow
CONTRACTOR or others providing insurance evidence in compliance with these specifications
to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of
recovery against DISTRICT and shall require similar written express waivers and insurance
clauses from each of its subconsultants.
Enforcement of AGREEMENT provisions (non estoppel). CONTRACTOR
acknowledges and agrees that any actual or alleged failure on the part of the DISTRICT to inform
CONTRACTOR of non-compliance with any requirement imposes no additional obligations on the
DISTRICT, nor does it waive any rights hereunder.
Requirements not limiting. Requirements of specific coverage features or limits
contained in this Section are not intended as a limitation on coverage, limits or other requirements,
or a waiver of any coverage normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a
waiver of any type.
Notice of cancellation. CONTRACTOR agrees to oblige its insurance agent or broker
and insurers to provide DISTRICT with a thirty (30) day notice of cancellation (except for
nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each
required coverage.
Description of Operations. The following wording must be added to the policy: “all
operations: Costa Mesa Sanitary District, their elected and appointed officials, agents, officers,
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-12 Agreement 2024
volunteers, and employees listed as Additional Insured – Pursuant to attached endorsement.”
Changes in Coverages. The following wording must be added to the policy by
endorsement: “Said policy shall not terminate, nor shall it be canceled nor the coverage reduced,
until thirty (30) days after the written notice is given to the District.”
Excess (or Primary) and Non-contributing. The following wording must be added to the
policy by endorsement: “Any other insurance maintained by the Costa Mesa Sanitary District shall
be excess and non-contributing with the insurance provided by this policy.
Additional insured status. General liability policies shall provide or be endorsed to
provide that DISTRICT and its officers, officials, employees, and agents shall be additional
insureds under such policies. This provision shall also apply to any excess liability policies.
DISTRICT’s right to revise requirements. The DISTRICT reserves the right, at any time
during the term of the AGREEMENT, to change the amounts and types of insurance required by
giving the CONTRACTOR a ninety (90)-day advance written notice of such change. If such
change results in substantial additional cost to the CONTRACTOR, the DISTRICT and
CONTRACTOR may renegotiate CONTRACTOR’s compensation.
Self-insured retentions. Any self-insured retentions must be declared to and approved
by DISTRICT. DISTRICT reserves the right to require that self-insured retentions be eliminated,
lowered or replaced by a deductible. Self-insurance will not be considered to comply with these
specifications unless approved by DISTRICT.
Timely notice of claims. CONTRACTOR shall give DISTRICT prompt and timely notice
of claims made or suits instituted that arise out of or result from CONTRACTOR’s performance
under this AGREEMENT, and that involve or may involve coverage under any of the required
liability policies.
Additional insurance. CONTRACTOR shall also procure and maintain, at its own cost
and expense, any additional kinds of insurance which in his/her/its own judgment may be
necessary for its proper protection and prosecution of the work.
29. Workers’ Compensation.
A. CONTRACTOR shall carry Workers’ Compensation Insurance, and require all
subcontractors to carry Workers’ Compensation Insurance, as required by the Labor Code of the
State of California. CONTRACTOR, by executing this AGREEMENT, hereby certifies:
“I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for Workers’
Compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this AGREEMENT.”
B. CONTRACTOR acknowledges that it is unlawful and a crime to intentionally make
false statements about employees that misclassify their job duties to obtain lesser premium costs
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-13 Agreement 2024
or for other improper purposes. CONTRACTOR agrees that if it makes false statements about
its employees for the purpose of obtaining lower workers’ compensation premiums or for other
unlawful purposes, it shall be considered a material breach of this AGREEMENT.
30. Bonds. Within the time period set forth in the CONTRACT DOCUMENTS and
prior to commencing the work on the PROJECT, the CONTRACTOR shall file with the DISTRICT
a good and sufficient labor and material payment bond (Payment Bond) and a performance bond
(Performance Bond) in the amount of one hundred percent (100%) of the Contract Sum covering
performance of the work other than the professional design services portion of the work. The
Performance Bond and Payment Bond shall be in the form required by the CONTRACT
DOCUMENTS. The amounts of the Payment Bond and Performance Bond shall be increased
as, when, and in the amount of any Change Orders that are executed increasing the Contract
Sum, the CONTRACTOR shall, upon request by the DISTRICT, provide evidence of such
increases. Should the Payment Bond or Performance Bond or any Surety on such bond become
or be determined by the DISTRICT to be insufficient, it shall be replaced within ten (10) days by
a bond that fully complies with the requirements of this Section. No further payments to the
CONTRACTOR for the work performed shall be made or due until the CONTRACTOR has fully
complied with the requirements of this Section.
Duration. The Payment Bond shall remain in effect until acceptance of the work by the
DISTRICT and payment of all stop notices and claims by the CONTRACTOR or the
subcontractors, of any tier, have been satisfied. The Performance Bond shall remain in effect
and assure faithful performance of all the CONTRACTOR’s obligations under the CONTRACT
DOCUMENTS, including, without limitation, all obligations that survive final completion or
termination, such as, but not limited to, CONTRACTOR’s warranty, commissioning, and indemnity
obligations.
Surety. At the time the AGREEMENT is signed, and at all times thereafter until final
payment has been made by the DISTRICT, the Surety on the Payment Bond shall be an Admitted
Surety, and the Surety on the Performance Bond shall be a licensed Surety in good standing with
the California Department of Insurance and have an A.M. Best’s Insurance Rating of not less than
A-: VI.
Premiums. The premiums for all bonds are included in the Contract Sum and shall be
paid by the CONTRACTOR.
Obligee. The Payment Bond and Performance Bond shall each name the DISTRICT as
obligee. All bonds purchased by the subcontractors shall name the CONTRACTOR and the
DISTRICT as dual obligees.
No exoneration. Changes, Change Orders, Unilateral Change Orders, Field Orders,
modifications, and adjustments to the Contract Sum or completion date shall in no way release
or exonerate the CONTRACTOR or its Surety from their obligations, and notice thereof shall be
waived by the Surety. The foregoing provision shall be included in the terms of the Payment
Bond, Performance Bond, and any bonds obtained by the subcontractors.
Communications. The DISTRICT shall have the right to communicate with the
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-14 Agreement 2024
CONTRACTOR’s Sureties with respect to matters that are related to the CONTRACTOR’s
performance of its obligations under the CONTRACT DOCUMENTS. CONTRACTOR shall be
provided with a copy of all such written communications. Such communications shall not create,
or be interpreted as creating, any contractual relationship between the DISTRICT and the Surety.
No limitation. The requirements of this Section pertaining to the Performance Bond and
the Payment Bond shall be without limitation to any other obligations the CONTRACTOR may
have under applicable law to provide bonding for the benefit of and to assure payment to the
subcontractors or subconsultants performing the work for the PROJECT.
TERMINATION
31. Termination.
A. If CONTRACTOR should fail to comply with any of the provisions hereof, in the
event CONTRACTOR should become the subject of a proceeding under state or federal law for
relief of debtors, or if CONTRACTOR makes an assignment for the benefit of creditors, DISTRICT
shall have the right to hold CONTRACTOR in default and cancel this AGREEMENT in whole or
in part.
B. Should CONTRACTOR, at any time during the progress of the work, refuse or
neglect to supply sufficient material or labor, or fail in compliance with any provision of this
AGREEMENT, DISTRICT shall have the right, without prejudice to any other right or remedy it
may have, to provide such materials and labor, or make good such deficiencies as DISTRICT
may deem expedient after three (3) day notice in writing, delivered or mailed to CONTRACTOR
at his last address on file with DISTRICT, and CONTRACTOR shall be liable for the cost and
expense thereof which may be deducted by DISTRICT from any money due or that may become
due CONTRACTOR.
C. Without limiting any rights which DISTRICT may have by reason of any default by
CONTRACTOR hereunder, DISTRICT reserves the right to terminate this AGREEMENT in whole
or in part at its convenience. In such event DISTRICT shall compensate CONTRACTOR, subject
to deduction for previous payments and authorized deductions, by: (i) reimbursing
CONTRACTOR for all actual expenditures and costs incurred in performing under this
AGREEMENT, (ii) reimbursing CONTRACTOR for all expenditures made and costs incurred with
DISTRICT’s prior written approval in settling or discharging outstanding commitments entered
into by CONTRACTOR in performing under this AGREEMENT, and (iii) paying CONTRACTOR
as a profit, insofar as a profit is realized hereunder, an amount equal to the profit on the entire
AGREEMENT estimated at the time of termination, multiplied by the percentage of completion of
the work. In no event, however, will the compensation to CONTRACTOR exceed the total
AGREEMENT price less payments previously made and less the AGREEMENT price of work not
terminated. Upon receipt of any notice of termination, CONTRACTOR shall, unless the notice
otherwise directs, (i) immediately discontinue the work and the placing of all orders and
subcontracts in connection with this AGREEMENT, (ii) immediately cancel all existing orders and
subcontracts made hereunder, and (iii) immediately transfer to DISTRICT all materials, supplies,
work-in-process, appliances, facilities, equipment, machinery, and tools acquired by
CONTRACTOR in connection with the performance of this AGREEMENT.
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-15 Agreement 2024
CLAIM RESOLUTION
32. Resolution of Claims. For all claims that are Three Hundred Seventy-Five
Thousand Dollars ($375,000.00) or less, the provisions of Public Contracts Code Sections 20104
et seq. (Article 1.5 - Resolution of Construction Claims) shall be followed.
33. Notice to Contractor of Claims. DISTRICT shall provide notice to
CONTRACTOR upon receipt of any third-party claim related to the AGREEMENT.
CONTRACT DOCUMENTS AND INTERPRETATION
34. (a) Other Documents Included. It is further agreed by the parties hereto that the
following documents are incorporated herein by reference and are to be read and construed
together as the full, complete, and integrated terms of this AGREEMENT and, collectively with
this AGREEMENT, may be referred to as the CONTRACT DOCUMENTS:
A. Notice Inviting Bids
B. Instructions to Bidders
C. General Provisions
D. Proposal
E. Construction Plans
F. District Public Works Standard Plans
G. District Request for Change Order/Change Order
H. Notice to Proceed
I. Labor and Materials Bond
J. Performance Bond
K. Final Closeout Agreement
(b) Interpretation of Incorporated Documents. In the event of any conflict,
inconsistency or incongruity between the provisions of this AGREEMENT and the
provisions of any document listed in Subsection (a) above, the provisions of this
AGREEMENT shall prevail unless a contrary intent is shown. This AGREEMENT
shall be interpreted as though it had been drafted by the DISTRICT and the
CONTRACTOR equally. This AGREEMENT shall be interpreted according to the
laws of the State of California.
35. Integration/No Oral Modifications. This AGREEMENT integrates all
understandings of the parties. Any amendment to this AGREEMENT must be made in writing
and signed by the parties with legal authority to execute the same. CONTRACTOR is aware that
DISTRICT is a special district and that, pursuant to Health and Safety Code Section 6487, contract
amendments may only be entered into by compliance with those formalities. Notwithstanding the
above, requests for additional time or compensation may be made by following the procedures
provided for in this AGREEMENT.
36. Effect of Invalidity. The invalidity in whole or in part of any provisions hereof shall
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-16 Agreement 2024
not affect the validity of any other provision.
MISCELLANEOUS
37. Discrimination, Minorities, Aliens. The CONTRACTOR shall not discriminate
nor allow its employees, agents, principals, or subcontractors to discriminate against any
employee or applicant for employment on the basis of race, religious creed, national origin, or
sex. CONTRACTOR shall take affirmative steps to hire qualified minority individuals when job
opportunities occur and utilize local business firms when possible and when consistent with
California Constitution Article 1, Section 31 (a) [Proposition 209].
38. Equal Employment Opportunity. CONTRACTOR shall comply with all
provisions of Executive Order 11246, entitled “Equal Employment Opportunity” and amended by
Executive Order 11375, and as supplemented in Department of Labor Regulations (41 CFR part
60).
39. Drug-Free Work. CONTRACTOR agrees to provide a drug-free workplace in
accordance with 24 CFR part 24, sub-part F. Under 24 CFR part 24, sub-part F, the
CONTRACTOR will provide certification in writing that it will provide a drug-free workplace by:
(a) Publicizing a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited
in the workplace, and specifying the action it will take against employees for
violation of such prohibition;
(b) Establishing an ongoing drug-free awareness program to inform employees about:
1. Degrees of drug abuse in the workplace;
2. The policy of maintaining a drug-free workplace;
3. Any available drug counseling, rehabilitation, and employee assistance
programs; and
4. The penalties which may be imposed on employees for drug abuse violations
occurring in the workplace.
(c) Making it a requirement that every employee to be engaged in the performance of
the AGREEMENT be given a copy of the statement required by Subsection (a);
(d) Notifying employees in the statement required by Subsection (a) that as a condition
of employment under the AGREEMENT the employee will:
1. Abide by the term of the statement; and
2. Notify the employer in writing of any conviction for a violation of a criminal drug
statute occurring in the workplace no later than five (5) calendar days after
such conviction.
(e) Notifying DISTRICT in writing within ten (10) calendar days after receiving notice
under Subsection (d)(2) from an employee or otherwise receiving actual notice of
such conviction. Employer of said convicted employee must provide notice,
including conviction title, to the DISTRICT;
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-17 Agreement 2024
(f) Taking one of the following actions, within thirty (30) calendar days of receiving
notice under Subsection (d)(2), with respect to any employee who is so convicted:
1. Taking appropriate action against such an employee, up to and including
termination, consistent with the requirements of the Rehabilitation Act of 1973,
as amended; or
2. Requiring such employee to participate satisfactorily in a drug abuse
assistance or rehabilitation program approved for such purposes by a federal,
state, or local health, law enforcement, or other appropriate agency.
(g) Making a good faith effort to continue to maintain a drug-free workplace through
implementation of Sections (a), (b), (c), (d), (e), and (f).
40. Permits. The CONTRACTOR shall obtain from the DISTRICT, County, City,
State, or other responsible public agencies all licenses and permits, and pay all fees related
thereto, necessary to complete the job.
41. Assignment. No assignment by the CONTRACTOR of this AGREEMENT or any
part hereof, or of funds to be received hereunder, will be recognized by the DISTRICT unless
such assignment has had prior written approval and consent of the DISTRICT and the Surety.
42. Safety and Site Condition. CONTRACTOR shall perform all operations with due
regard for safety and in strict compliance with all applicable laws relating thereto. It shall be
CONTRACTOR’s responsibility to keep the site in a clean, neat, and orderly condition. It shall
also be CONTRACTOR’s duty to dust-palliate all working areas and access routes, if applicable.
All operations shall be conducted by CONTRACTOR so that no fire hazards are created.
43. Utility Location. DISTRICT acknowledges its responsibilities with respect to
locating facilities pursuant to California Government Code Section 4215.
44. Trenching. If this AGREEMENT involves digging trenches or other excavations
that extend deeper than four (4) feet below the surface, CONTRACTOR shall promptly, and
before the following conditions are disturbed, notify the DISTRICT in writing, of any:
(a) Material that the CONTRACTOR believes may be material that is hazardous
waste, as defined in Section 25117 of the Health and Safety Code, that is required
to be removed to a Class I, Class II or Class III disposal site in accordance with
provisions of existing law.
(b) Subsurface or latent physical conditions at the site differing from those indicated.
(c) Unknown physical conditions at the site of any unusual nature, different materially
from those ordinarily encountered and generally recognized as inherent in work of
the character provided for in the AGREEMENT.
The DISTRICT shall promptly investigate the conditions, and if it finds that the conditions
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-18 Agreement 2024
do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the
CONTRACTOR’s cost of, or the time required for, performance of any part of the work shall issue
a change order in accordance with the procedures described in this AGREEMENT.
In the event that a dispute arises between the DISTRICT and the CONTRACTOR as to
whether the conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in the CONTRACTOR’s cost of, or time required for, performance of any part of the work,
the CONTRACTOR shall not be excused from any scheduled completion date provided for by the
AGREEMENT but shall proceed with all work to be performed under the AGREEMENT. The
CONTRACTOR shall retain any and all rights provided either by this AGREEMENT or by law
which pertain to the resolution of disputes and protests between the contracting parties provided
that CONTRACTOR complies with Section 21 when asserting such claim.
45. Notices. The parties hereto agree that all formal notices required by this
AGREEMENT may be provided to the following persons at the following addresses by sending
the same by certified or registered mail as follows:
DISTRICT: Costa Mesa Sanitary District
290 Paularino Avenue
Costa Mesa, CA 92626
CONTRACTOR: ____________________________
____________________________
____________________________
____________________________
46. Gratuities. CONTRACTOR warrants that neither it nor any of its employees,
agents, or representatives has offered or given any gratuities to DISTRICT’s employees, agents
or representatives with a view toward securing this AGREEMENT or securing favorable treatment
with respect thereto.
47. Conflict of Interest. CONTRACTOR warrants that he has no blood or marriage
relationship with, and that it is not in any way associated with, any architect, engineer or other
preparer of the plans and specifications for this PROJECT.
48. Copeland “Anti-Kickback” Act. If applicable to this AGREEMENT,
CONTRACTOR and its subcontractors shall comply with the provisions of the Copeland “Anti-
Kickback” Act (18 U.S.C. Section 874), as supplemented in Department of Labor regulations,
which Act provides that each contractor shall be prohibited from including, by any means, any
person employed in the construction, completion or repair of any public work to give up any part
of the compensation to which he is otherwise entitled.
49. Attorney’s Fees. In any action or proceeding brought by either party against the
other party arising out of or in any way connected to this AGREEMENT, or where any provision
hereof is validly asserted as a defense, the parties shall bear their own attorney’s fees, costs, and
expenses. Nothing in this provision shall excuse CONTRACTOR’s duty to provide DISTRICT
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-19 Agreement 2024
with a defense at CONTRACTOR’s cost when DISTRICT receives a complaint, petition or other
pleading from a third party requiring DISTRICT to defend itself. Notwithstanding the foregoing,
costs and attorney’s fees shall be available pursuant to Code of Civil Procedure Section 386.6 in
connection with an interpleader.
50. Assignment of Rights. Pursuant to Section 7103.5 of the Public Contract Code,
in entering into a public works contract or a subcontract to supply goods, services or materials
pursuant to a public works contract, the CONTRACTOR or subcontractor offers and agrees to
assign to the awarding body all rights, title, and interest in and to all causes of action it may have
under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2
(commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code),
arising from purchases of goods, services, or materials pursuant to the public works contract or
the subcontract. This assignment shall be made and become effective at the time the awarding
body tenders final payment to the CONTRACTOR, without further acknowledgment by the parties.
51. SCAQMD and CARB Compliance. CONTRACTOR agrees to comply with all
South Coast Air Quality Management District (SCAQMD) and California Air Resources Board
(CARB) requirements, including, but not limited to, compliance with CARB Regulations limiting
idling of self-propelled diesel-fueled on-road and off-road vehicles and equipment (25 HP and up)
to no more than five (5) consecutive minutes as specified in Title 13 of the California Code of
Regulations, section 2449 (d)(3), Idling.
52. Mined Construction Materials. CONTRACTOR shall not purchase mined
construction material except from a mining operation that is currently identified in the list published
pursuant to subdivision (b) of Section 2717 of the Public Resources Code. Refer to the current
3098 list for qualified mining operations at www.consrv.ca.gov/OMR/ab_3098_list/current_list.
IN WITNESS WHEREOF, the parties hereto have entered into this AGREEMENT the date
and year first above written.
ATTEST: COSTA MESA SANITARY DISTRICT:
District Clerk
__________________________________
President
__________________________________
Secretary
APPROVED AS TO FORM:
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-20 Agreement 2024
CONTRACTOR:
_________________________________
District Counsel
Name:
APPROVED AS TO CONTENT: Address:
__________________________________
_________________________________
District General Manager
__________________________________
By: _______________________________
Title: ______________________________
ATTACHMENT B
MENDOZA PUMP STATION FORCE MAIN REHAB & IMPROVEMENTS
CMSD # 349
CMSD A-21 Agreement 2024
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA) (INDIVIDUAL)/(CORPORATION)
ss.
COUNTY OF )
On , before me, the undersigned, a Notary Public in and for said state,
personally appeared who proved
to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
_____________________________
(Notary Public)
ATTACHMENT C
COSTA MESA SANITARY DISTRICT
ELDEN PUMP STATION REHAB & IMPROVEMENTS
Project No. 349
REQUEST FOR CHANGE ORDER
(Payment or Time)
RCO No.
DATE:
NOTICE: Conditions arising that would support a request for payment for additional work or time extension must
be brought to the District's attention within ten (10) days, and a Request for Change Order for additional work/time
extensions must be filed within fifteen (15) days. THIS FORM MUST BE USED. (See Contract Section 5.)
Circumstances supporting payment for additional work/time:
1) Describe why payment should be granted. Attach any more detailed discussion, with backup documents as
an exhibit. (Remember: damages have been contractually limited on this job. See Section 28 of the
Contract.)
2) Describe the delay and why a time extension is appropriate. Provide any backup documents as may be
necessary to support the request. You must demonstrate how the critical path was impacted.
Contractor:
Submitted by:
Name:
District:
Construction Manager's Approval: Engineer's Approval:
By: By:
NOTE:
Approval of this request for change order is only effective upon District approval of the change order.
Change Order approved/denied by:
To: Permit Applicants
COSTA MESA SANITARY DISTRICT
290 Paularino Avenue, Costa Mesa, California
92626 (949) 645-8400
PLEASE GIVE THESE REQUIREMENTS TO YOUR INSURANCE AGENT
The Costa Mesa Sanitary District requires certificates of workers’ compensation, general liability
and automobile insurance. All certificates must contain the following:
Certificate Holder – Certificate Holder must be “The Costa Mesa Sanitary District”.
Workers’ Compensation – Per Contract and General Requirements Documents.
General Liability – Per Contract and General Requirements Documents.
Automobile Liability – Per Contract and General Requirements Documents.
Description of Operations – The following wording must be added to the policy: “All
operations: Costa Mesa Sanitary District, their elected and appointed officials, agents,
officers, volunteers, and employees listed as Additional Insured – Pursuant to attached
endorsement.”
Change in Coverages – The following wording must be added to the policy by endorsement:
“Said policy shall not terminate, nor shall it be canceled nor the coverage reduced, until
after Notice of Completion are filed with the County Recorder’s Office.
Excess and Non-contributing – The following wording must be added to the policy by
endorsement: “Any other insurance maintained by the Costa Mesa Sanitary District shall be
excess and non-contributing with the insurance provided by this policy.”
Additional Insured Endorsement – (for General Liability and Automobile only). This must
be a separate attachment naming the District as additional insured. The endorsement must
include the policy number and the wording of the additional insured must be exact, stating:
“The Costa Mesa Sanitary District, it’s elected and appointed officials, agents,
officers, volunteers and employees are additional insureds.” ISO Form CG 20 12 07
98, or a comparable equivalent must be used.
Attachment D
State Or Political Subdivision:
The Costa Mesa Sanitary District, its elected and appointed officials, agents, officers, volunteers
and employees are additional insureds.
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 12 07 98
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -
STATE OR POLITICAL SUBDIVISIONS - PERMITS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
Section II - Who Is An Insured is amended to
include as an insured any state or political
subdivision shown in the Schedule, subject to the
following provisions:
1.This insurance applies only with respect to
operations performed by you or on your behalf for
which the state or political subdivision has issued
a permit.
2.This insurance does not apply to:
a."Bodily injury," "property damage" or "per-
sonal and advertising injury" arising out of
operations performed for the state or
municipality; or
b."Bodily injury" or "property damage" included
within the "products-completed operations
hazard".
Said policy shall not terminate, nor shall it be canceled nor the coverage reduced,
until thirty (30) days after written notice is given to the District.
Any other insurance maintained by the Costa Mesa Sanitary District shall be excess
and non-contributing with the insurance provided by this policy.
CG 20 12 07 98 Copyright, Insurance Services Office, Inc., 1997 Page 1 of 1 D
PAYMENT BOND
PAGE 1
Bond No.
COSTA MESA SANITARY DISTRICT
PAYMENT BOND
(LABOR AND MATERIAL BOND)
KNOW ALL MEN BY THESE PRESENTS:
THAT, WHEREAS, the COSTA MESA SANITARY DISTRICT, a municipal corporation,
by minute order of the Board of Directors, adopted on ___________________, has awarded to
CONTRACTOR
(NAME AND ADDRESS OF CONTRACTOR)
Hereinafter designated as the "Principal", a contract for the work described as follows:
___________________________________________________________________________
WHEREAS, said Principal is required by the provisions of said contract and of the Civil
Code to furnish a bond in connection with said contract, as hereinafter set forth.
NOW, THEREFORE, WE, the undersigned CONTRACTOR, as Principal and
(Name and Address of Surety)
Duly authorized to transact business under the laws of the State of California, as Surety, are
held and firmly bound unto the Costa Mesa Sanitary District, in the penal sum of: XXX and
00/100 Dollars ($XXX,XXX.00), said sum being set per Civil Code Section 9554 at one hundred
(100%) percent of the estimated amount payable under the terms of the contract for which
payment well and truly be made, we bind ourselves, our heirs, executors and administrators,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, if said Principal or his
subcontractors, or the heirs, executors, administrators, successors or assigns thereof, shall fail
to pay any of the persons named in Section 9100 of the Civil Code of the State of California for
any materials, provisions, provender or other supplies used in, upon, for or about the
performance of the work contracted to be done, or for any work or labor performed by any such
claimant or any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of the CONTRACTOR and his
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect
to such work and labor, then said Surety will pay for the same, in an amount not exceeding the
sum set forth hereinabove, and in addition, in case suit is brought upon the bond, will pay a
reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any
and all persons named in the aforesaid Civil Code Section 9100 so as to give a right of action to
them or their assigns in any suit brought upon the bond.
ATTACHMENT E CMSD #349
PAYMENT BOND
PAGE 2
Bond No.
Further, the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or modification of the contract documents or of the work to
be performed thereunder shall in any way affect its obligation on this bond; and it hereby waives
notice of any and all such changes, extensions of time, and alterations or modifications of the
contract documents and/or of the work to be performed thereunder.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
day of ,2016.
______________________________
Contractor Name
______________________________
Street Address
______________________________
City, State, Zip Code
PRINCIPAL
By:
Company Representative
In accordance with the Contract for __________________________________________
______________________________________, all bonds shall be issued by an admitted surety
insurer and the DISTRICT reserves the right to object to any such surety, in accordance with
Code of Civil Procedure Section 995.660.
By signing below, Surety certifies that the bonds are issued by an admitted surety.
______________________________
Name
______________________________
Street Address
______________________________
City, State, Zip Code
SURETY
By:
Company Representative
APPROVED AS TO FORM:
Alan R. Burns, District Counsel
Costa Mesa Sanitary District
By /s/
ATTACHMENT E CMSD #349
FAITHFUL PERFORMANCE BOND
PAGE 1
Bond No.
COSTA MESA SANITARY DISTRICT
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT, WHEREAS, COSTA MESA SANITARY DISTRICT (DISTRICT), a California
Sanitary District, has on _______________________________ awarded to
(Name and Address of Contractor)
hereinafter designated as the “PRINCIPAL,” an AGREEMENT for the work described as follows:
________________________________________________________. Said AGREEMENT is
fully incorporated herein by reference.
WHEREAS, the said PRINCIPAL is required under the terms of said AGREEMENT to
furnish a bond for the faithful performance of said AGREEMENT.
NOW, THEREFORE, WE, the undersigned CONTRACTOR, as PRINCIPAL, and
(Name and Address of Surety)
hereinafter designated as the “SURETY,” duly authorized to transact business under the laws of
the State of California, as SURETY, are held and firmly bound unto the Costa Mesa Sanitary
District, in the penal sum of: _____________________ ($____________), said sum being not
less than one hundred percent (100%) of the estimated amount payable under the terms of the
AGREEMENT for which payment well and truly be made, we bind ourselves and our heirs,
executors and administrators, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, if the above burdened
PRINCIPAL, his/her/its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform all the undertakings, terms,
covenants, conditions, and agreements in the said AGREEMENT and any alteration thereof
made as therein provided, on his or their part, to be kept and performed, at the time and in the
manner therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the Costa Mesa Sanitary District, its officers, and its agents,
as therein stipulated, then this obligation shall become null and void, otherwise it shall be and
remain in full force and virtue.
ATTACHMENT E CMSD #349
1
FAITHFUL PERFORMANCE BOND
PAGE 2
Bond No.
In case suit is brought upon this bond, SURETY further agrees to pay all court costs and
reasonable attorney’s fees as fixed by the court.
And the said SURETY, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, or addition to the terms of the AGREEMENT or to the work to be
performed thereunder or the specifications accompanying the same shall in any way affect its
obligations on this bond, and it does hereby waive notice of any such change, extension of time,
alteration, or addition to the terms of the AGREEMENT or to the work or to the specifications.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
day of , ________.
CONTRACTOR
(ADDRESS)
PRINCIPAL
By:
Company Representative
In accordance with the AGREEMENT, all bonds shall have been issued by an admitted
surety insurer, and the DISTRICT reserves the right to object to any such surety, in accordance
with Code of Civil Procedure Section 995.660.
By signing below, SURETY certifies that the bonds are issued by admitted surety.
SURETY
By:
Company Representative
APPROVED AS TO FORM:
District Counsel
Costa Mesa Sanitary District
By /s/
ATTACHMENT E CMSD #349
20170717
FINAL CLOSEOUT AGREEMENT AND
RELEASE OF ALL CLAIMS
THIS FINAL CLOSEOUT AGREEMENT AND RELEASE OF ALL CLAIMS (“CLOSEOUT”) is
made in Costa Mesa, California this _____day of___________, 2024, by and between the Costa
Mesa Sanitary District, hereinafter referred to as "DISTRICT; and ___________________,
hereinafter referred to as "CONTRACTOR" with reference to the following facts:
Recitals
WHEREAS, CONTRACTOR and DISTRICT entered into a contract for
________________________ (hereinafter "AGREEMENT") which was awarded after competitive
bidding to CONTRACTOR; and
WHEREAS, the work called for in the AGREEMENT was to be performed for the sum of
$____________ within 90 working days; and
WHEREAS, CONTRACTOR has completed all of said work except as may be specified
herein and the parties do now desire to settle all issues relating to job performance, compensation
and/or liquidated damages except as otherwise noted;
NOW THEREFORE, the parties hereto agree as follows:
1.Original Contract. The parties agree that all terms and conditions of the AGREEMENT
have been performed and all compensation due has been paid except as provided hereinafter.
2.Change Orders/Liquidated Damages. The parties agree that any adjustments in price or
in the time for performance and any liquidated damages to be assessed against CONTRACTOR
are as follows:
3.Remaining Work. The parties agree that the following work remains to be done:
4.Notice of Completion/Payment of Retention. The parties agree that a Notice of
Completion will be filed and that the retention amount, consisting of 5% of the total AGREEMENT
amount, shall be released to CONTRACTOR 35 days after recording if no outstanding stop notices,
ATTACHMENT F CMSD #349
20170717
DLSE liens, disputes as to the quality of CONTRACTOR’S work, or similar deductions exist.
5. Stop Notices/DLSE Withholds. The parties acknowledge that the following stop notices (or
suits to enforce such stop notices), DLSE withhold orders, District deductions for administering stop
notices and related matters, and amounts to correct CONTRACTOR’S work, have been withheld
from the job:
6. Warranty. Nothing herein excuses the CONTRACTOR from honoring its one-year
warranty of the work performed under the AGREEMENT. The terms of this CLOSEOUT shall not
excuse the responsibility of the CONTRACTOR to guarantee all work for a period of one (1) year
from the date of acceptance of all improvements by the DISTRICT. CONTRACTOR shall repair
and replace any and all improvements damaged or failed, ordinary wear and tear and extraordinary
abuse or neglect excepted.
7. Release and Indemnification. It is understood and agreed by the undersigned that the
facts with respect to which the foregoing Release is given may hereafter turn out to be other than or
different from the facts now known to be or believed by said undersigned to be true, and the
undersigned hereto expressly assume the risk of the facts turning out to be different than they now
so appear, and agree that the foregoing Release shall be, in all respects, effective and not subject
to termination or rescission by any such difference in facts. The undersigned hereby expressly
waive any and all rights the undersigned have or may have under California Civil Code Section
1542, which provides as follows:
"A general release does not extend to claims that the creditor or releasing party
does not know or suspect to exist in his or her favor at the time of executing the
release and that, if known by him or her, would have materially affected his or her
settlement with the debtor or released party."
It is understood and agreed that this settlement is a compromise of doubtful and disputed
claims, and that the releases made by the CONTRACTOR and DISTRICT herein are not to be
ATTACHMENT F CMSD #349
20170717
construed as an admission or admissions of liability on the part of either party and that the parties
deny liability thereof and intend merely to avoid litigation and to buy their peace. The undersigned
agree that they will forever refrain and forebear from commencing, instituting, or prosecuting any
lawsuit, action or other proceeding against the other party based on, arising out of, or in any way
connected with the subject matter of the AGREEMENT.
The CONTRACTOR hereby releases and agrees to indemnify the DISTRICT for all claims,
including those of its Subcontractors for any and all delay and impact costs.
8. No Assignment. The CONTRACTOR represents and warrants to the DISTRICT that the
CONTRACTOR has not heretofore assigned or transferred or purported to assign or transfer to any
person, firm, corporation, association or entity any of the rights, claims, warranties, demands, debts,
obligations, liabilities, actions, damages, costs, expenses and other claims whatsoever and the
CONTRACTOR agrees to indemnify and hold harmless the DISTRICT against, without limitation,
any and all rights, claims, warranties, demands, debts, obligations, liabilities, actions, damages,
costs, expenses and other claims, including attorneys' fees, arising out of or connected with any
such assignment or transfer or purported assignment or transfer.
9. Binding on Successors. This CLOSEOUT and the releases contained herein shall be
binding on each of the parties’ heirs, successors, and assigns.
10. Representation. The undersigned acknowledge that they have been represented by
counsel of their own choice in connection with the preparation and execution of this CLOSEOUT.
The undersigned acknowledge and represent that they have read this CLOSEOUT in full and
understand and voluntarily consent and agree to each and every provision contained herein.
11. Integration. The undersigned further declare and represent that no promise, inducement,
or agreement, not herein expressed, has been made to the undersigned and that CLOSEOUT
contains the entire agreement among the parties hereto and that the terms of this CLOSEOUT are
contractual and not a mere recital.
ATTACHMENT F CMSD #349
20170717
12. Authority. The persons executing this CLOSEOUT represent and warrant to the other
party that the execution and performance of the terms of CLOSEOUT have been duly authorized by
all requisite corporate, partnership, individual, or other entity requirements and that said persons
have the right, power, legal capacity, and authority to execute and enter into CLOSEOUT.
Executed this day of , ______, Costa Mesa, California.
ATTEST: COSTA MESA SANITARY DISTRICT
______________________________
DISTRICT CLERK President
Secretary
APPROVED AS TO FORM:
HARPER & BURNS LLP CONTRACTOR:
_______________________ BY___________________________
Alan Burns, Attorneys for the District
Title
APPROVED AS TO CONTENT:
District General Manager
ATTACHMENT F CMSD #349
20170717
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA ) SS. (INDIVIDUAL)/(CORPORATION) COUNTY OF )
On , _____, before me, the undersigned, a Notary Public in and for said
state, personally appeared who proved to me on the
basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or entity upon
behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
_____________________________
(Signature of Notary Public).
ATTACHMENT F CMSD #349