flume 38 to 40 canal conversion - eid.org

397
Project Manual Flume 38 to 40 Canal Conversion Project No. 16022.01 Contract No. E20-02 February 2020 Prepared for El Dorado Irrigation District 2890 Mosquito Road Placerville, CA 95667 Prepared by GHD Inc 4080 Plaza Goldorado Circle, Suite B Cameron Park, CA 95682 In accordance with the Americans with Disabilities Act and California law, it is the policy of the El Dorado Irrigation District to offer its public programs, services and meetings in a manner that is readily accessible to everyone, including individuals with disabilities. If you are a person with a disability and require information or materials in an appropriate alternative format; or if you require any other accommodation, please contact the ADA Coordinator at the number or address below at least 72 hours prior to the meeting or when you desire to receive services. Advance notification within this guideline will enable the District to make reasonable arrangements to ensure accessibility. The District ADA Coordinator can be reached at: Phone: (530) 642-4045; e-mail: [email protected]

Upload: others

Post on 18-Dec-2021

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Flume 38 to 40 Canal Conversion - eid.org

Project Manual

Flume 38 to 40 Canal Conversion

Project No. 16022.01

Contract No. E20-02

February 2020

Prepared for El Dorado Irrigation District

2890 Mosquito Road Placerville, CA 95667

Prepared by GHD Inc

4080 Plaza Goldorado Circle, Suite B Cameron Park, CA 95682

In accordance with the Americans with Disabilities Act and California law, it is the policy of the El Dorado Irrigation District to offer its public programs, services and meetings in a manner that is readily accessible to everyone, including individuals with disabilities. If you are a person with a disability and require information or materials in an appropriate alternative format; or if you require any other accommodation, please contact the ADA Coordinator at the number or address below at least 72 hours prior to the meeting or when you desire to receive services. Advance notification within this guideline will enable the District to make reasonable arrangements to ensure accessibility. The District ADA Coordinator can be reached at: Phone: (530) 642-4045; e-mail: [email protected]

Page 2: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00010 - 1 Table of Contents

SECTION 00010

TABLE OF CONTENTS

INTRODUCTORY INFORMATION 00010 Table of Contents BIDDING REQUIREMENTS 00100 Advertisement to Bid 00200 Instructions to Bidders 00201 Bid Submittal Map 00320 Geotechnical Data and Existing Conditions 00400 Bid Form 00411 Bond Accompanying Bid 00420 Bidder Registration and Safety Experience Form 00430 Subcontractors List 00450 Statement of Qualifications Listed Subcontractors 00481 Non-Collusion Declaration 00482 Bidder Certifications CONTRACT FORMS 00505 Notice of Intent to Award for Construction 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Construction Performance Bond 00620 Construction Labor and Material Payment Bond 00630 Guaranty 00640 Unconditional/Conditional Waiver and Release on Progress

Payment 00650 Unconditional/Conditional Waiver and Release on Final Payment 00660 Substitution Request Form 00670 Escrow Bid Documents 00680 Escrow Agreement for Security Deposits in Lieu of Retention CONDITIONS OF THE CONTRACT 00700 General Conditions 00800 Supplementary General Conditions 00821 Insurance 00822 Apprenticeship Program 00910 Addenda

Page 3: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00010 - 2 Table of Contents

SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01100 Summary of Work 01200 Measurement and Payment 01250 Modification Procedures 01315 Project Meetings 01320 Progress Schedules and Reports 01330 Submittal Procedures

01340 Safety Submittals 01410 Regulatory Requirements

01420 References and Definitions 01500 Temporary Facilities and Controls 01540 Site Security and Safety 01600 Product Requirements 01740 Cleaning 01770 Contract Closeout 01780 Project Record Documents TECHNICALS DIVISION 02 – SITE WORK 02050 Demolition 02200 Earthwork 02269 Rock Riprap 02373 Geotextile 02500 Aggregate Base Roadway 02620 Subdrain System 02621 Drainage Composites 02836 Mechanically Stabilized Earthen Retaining Walls 02900 Landscaping and Restoration DIVISION 03 – CONCRETE 03300 Cast-In-Place Concrete 03370 Shotcrete 03410 Precast Structural Concrete 03432 Air-Placed Concrete Paving for Slope Lining 03600 Grout DIVISION 05 – METALS 05120 Structural Steel 05501 Anchor Bolts and Expansion Anchors 05999 Miscellaneous Metal DIVISION 07 – THERMAL AND MOISTURE PROTECTION 07900 Joint Sealant

Page 4: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00010 - 3 Table of Contents

DIVISION 09 – FINISHES 09900 Painting DRAWINGS (Under Separate File) Civil Drawings 01 C1.0 Title Sheet 02 C1.1 Notes, Abbreviations, Symbols and Haul Route 03 C1.2 Overal Site Layout 04 C1.3 Existing Topography and Demolition Plan 05 C1.4 Existing Topography and Demolition Plan 06 C1.5 Tree Removal Plan 07 C1.6 Tree Removal Plan 08 C1.7 Typical Details 09 C1.8 Typical Details 10 C1.9 Typical Details 11 C1.10 Redi-Rock Details 12 C1.11 Camp X Road Overview 13 C1.12 R-71 Road Overview 14 C2.0 Camp X Road Sta: 23+50 – Sta: 28+90 Plan and Profile 15 C2.1 Access Road Sta: 1+00 – Sta: 5+00 Plan and Profile 16 C2.2 Access Road Sta: 5+00 – Sta: 10+50 Plan and Profile 17 C2.3 Access Road Sta: 10+50 – Sta: 16+50 Plan and Profile 18 C3.0 Flume Replacement Sta: 16+00 – Sta: 21+00 Plan and Profile 19 C3.1 Flume Replacement Sta: 21+00 – Sta: 25+50 Plan and Profile 20 C3.2 Culvert Plan and Profile 21 C3.3 Flume Replacement Sta: 25+50 – Sta: 30+50 Plan and Profile 22 C3.4 R-71 Road Sta: 18+50 – Sta: 21+50 Plan and Profile 23 C5.0 Redi-Rock Wall A and Rockery Wall B Plan and Profile 24 C5.1 Rockery Wall C Plan and Profile 25 C5.2 Redi-Rock Wall D Plan and Profile 26 C5.3 Redi-Rock Wall E Plan and Profile 27 C5.4 Rockery Wall F, G and Redi-Rock Wall H Plan and Profile 28 C6.0 Cross Sections Layout 29 C6.1 Cross Sections (Camp-X Road) Sta: 23+50 – Sta: 28+50 30 C6.2 Cross Sections (Siphon to Flume) Sta: 1+00 – Sta: 12+50 31 C6.3 Cross Sections (Siphon to Flume/Canal) Sta: 13+00 – Sta: 22+50 32 C6.4 Cross Sections (Flume 38-40) Sta: 23+00 – Sta: 30+00 Structural Drawings 33 S1.1 Spillway Plan, Section and Details 34 S1.2 Culvert Sections and Details 35 S1.3 Typical Box Culvert and Canal Sections and Details 36 S1.4 Box Culvert to Concrete U-Shaped Canal Transition and Details 37 S1.5 U-Shape Canal to (E) Conc Canal Transition and Details

Page 5: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00010 - 4 Table of Contents

38 S1.6 Siphon and Boat Ramp Transition and Details 39 S1.7 (E) Concrete Canal to Box Culvert Transition and Details 40 S1.8 Trash Rack Details 41 S1.9 Misc Details 42 S1.10 Canal Crossing Details

END OF SECTION

Page 6: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00100 - 1 Advertisement to Bid

SECTION 00100

ADVERTISEMENT TO BID NOTICE. THE EL DORADO IRRIGATION DISTRICT, an irrigation special district organized and existing under the California Irrigation District Law (Water Code §20500, et seq.) and authorizing statutes (Water Code §22975, et seq.) (“District”), hereby gives notice that it will accept Bids for construction of the following public work:

FLUME 38 TO 40 CANAL CONVERSION PROJECT NO. 16022.01 CONTRACT NO. E20-02

BID SUBMISSION. District will receive sealed Bids no later than 3:00 PM local time on April 3, 2020 at the District’s Customer Service Building located at 2890 Mosquito Rd., Placerville, CA 95667. The Bid opening will be in accordance with procedures set forth in SECTION 00200 (Instructions to Bidders). STATEMENT OF QUALIFICATIONS. Each Bidder shall be required to submit, in accordance with SECTION 00200 (Instructions to Bidders) and SECTION 00450 (Statement of Qualifications for Listed Subcontractors) a Statement of Qualifications. DESCRIPTION OF THE WORK. The Work consists of: 1) removal of loose material and rock from the bench cut on the uphill side of the canal/flume, installation of drainage improvements; 2) replacement of approximately 1265 feet of U-shaped canal, 500 cubic yards of rock lined half canal including demolition; 3) excavation & grading work; 4) mechanically stabilized earthen retaining walls, rockery retaining walls, and subsurface drainage; 5) construction of reinforced box culvert underdrain, including concrete leveling, void fill non-shrink grout, and grouted rock energy dissipation; 6) construction of reinforced air-placed concrete canal, miscellaneous metals, installation of canal crossing, installation of 1 trash rack; 7) construction of approximately 3 flume transitions including demolition, excavation and over-excavation of loose areas, grading work, subsurface drainage; and 8) erosion control and Storm Water Pollution Prevention Plan implementation and maintenance. Bidding Documents contain the full description of the Work. CONTRACT TIME. Work shall be finally completed as outlined in Ariticle 3 of specification 00520. REQUIRED CONTRACTOR’S LICENSE(S). A California class A contractor’s license is required to Bid this Contract. Joint ventures must secure a joint venture license prior to award of this Contract. Removal, handling, and/or disposal of hazardous materials may by law require hazardous substance removal certification by the Contractor’s State License Board.

Page 7: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00100 - 2 Advertisement to Bid

PREVAILING WAGE LAWS. The successful Bidder must comply with all prevailing wage laws applicable to the Project, and related requirements contained in the Contract Documents. INSTRUCTIONS. Bidders shall refer to SECTION 00200 (Instructions to Bidders) for required documents and items to be submitted in sealed envelopes for deposit at front desk, located at District’s main office, and applicable times for submission. SUBSTITUTION OF SECURITIES. District will permit successful Bidder to substitute securities for retention monies withheld to ensure performance of Contract, as set forth in SECTION 00680 (Escrow Agreement for Security Deposits in Lieu of Retention), in accordance with California Public Contract Code, Section 22300. By this reference, SECTION 00680 (Escrow Agreement for Security Deposits in Lieu of Retention) is incorporated in full in this SECTION 00100.

RESTRICTIONS ON SUBSTITUTIONS. As a limitation on Bidder's privilege to substitute “or equal” items, District has found that certain items are designed as District standards and certain items are designed to match existing items in use on a particular public improvements either completed or in the course of completion. As to such items, District will not permit substitution. Such items are: none. As a further limitation on Bidder’s privilege to substitute items, District has found that certain necessary items are only available from one source. As to such items, District will not permit substitution. Such items are: none. The findings described herein are available upon request. MANDATORY PRE-BID MEETING AND SITE VISIT. District will conduct a Mandatory Pre-Bid Meeting and Site Visit at 9:00 AM on March 5, 2020. The Meeting will commence at the District’s headquarters, 2890 Mosquito Road, Placerville, CA 95667, and then proceed to the Project Site. Each Bidder must be represented and attend the entire Meeting and Site Visit. Each representative shall sign an attendance sheet identifying the Bidder represented. A sign-in sheet will be available from 8:30 a.m. to 9:15 a.m. only. Attendees will be expected to tour the job site during the pre-bid meeting. Please advise the Project Manager well in advance of the meeting if you need special accommodations. Reasonable efforts will be made to accommodate your needs. PROCUREMENT OF BIDDING DOCUMENTS. Contract Documents and drawings are available electronically only. Electronic copies of Contract Documents may be obtained on the District’s website located at http://www.eid.org/doing-business-with-eid/procurement-and-contracts. The Bidder’s attention is drawn to the Instructions to Bidders for complete instructions regarding submission of a bid. All addenda will be posted on the District’s website. Each Bidder is solely responsible for obtaining all addenda posted on the District’s website. The following plan room services may have sets of Bidding Documents for the Work contemplated herein:

Page 8: Flume 38 to 40 Canal Conversion - eid.org

El Dorado Builders' Exchange3430 Robin Lane #7

Cameron Park, OA 95682

Tel: (530) 672-2955Fax: (530) 672-2985

Sacramento Builders' Exchange1331 T Street

Sacramento, OA 95811Tel: (916) 442-8991Fax: (916) 446-3117

Project No. 16022.01, Contract No. E20-02

Placer County ContractorsAssociation, Inc.

10656 Industrial Ave., Suite 160Roseville, CA 95678Tel: (916) 771-7229

McGraw-Hill Construction Dodge4300 Beltway Place, Suite 180Arlington, TX 76018Tel: (626) 932-6136Fax: (800) 360-6397

BID PREPARATION COST. Bidders are solely responsible for the cost of preparingtheir Bids.

RESERVATION OF RIGHTS. District specifically reserves the right, in its solediscretion, to reject any or all Bids, or re-Bid, or to waive inconsequential deviationsfrom Bid requirements not involving time, price, or quality of the Work.

Dated this 21^" day of February, 2020

izabeth Dawson, P.E.Title: Engineering Manager

END OF SECTION

00100-3 Advertisement to Bid

Page 9: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 1 Instructions to Bidders

SECTION 00200

INSTRUCTIONS TO BIDDERS

Bids are requested for a general construction contract, or work described in general, as follows:

FLUME 38 TO 40 CANAL CONVERSION PROJECT NO. 16022.01 CONTRACT NO. E20-02

1. RECEIPT OF BIDS. Sealed bids will be received by the District at District’s office

(see paragraph 2 below) no later than 3:00 PM local time, on April 3, 2020. District will receive Bids in two opaque sealed envelopes or other packages labeled Envelope “A” and Envelope “B,” each containing the respective items described in paragraphs 4 and 5 below. All Bid envelopes will be time stamped to reflect their submittal time. Envelope “A” shall be due by 3:00 PM local time, April 3, 2020 and Envelope “B” shall be due by 3:00 PM local time, April 3, 2020 as determined by the computer clock located at the front desk of the 1st floor lobby of the District’s Customer Service Building located at 2890 Mosquito Rd., Placerville, CA 95667. District will reject all Bids received after the specified time and will return such Bids to Bidders unopened. Bidders must submit Bids in accordance with this SECTION 00200. Contractors pre-qualified to bid on this project are as follows:

K.W. Emerson, Inc. Syblon Reid T & S Construction Co., Inc.

2. CONTACT INFORMATION.

Bidding Documents are only available electronically on the EID website at:

http://www.eid.org/doing-business-with-eid/procurement-and-contracts For information concerning the proposed work, contact in writing:

CARY MUTSCHLER, P.E. SENIOR CIVIL ENGINEER EL DORADO IRRIGATION DISTRICT 2890 MOSQUITO RD PLACERVILLE CA 95667 Email: [email protected]

See SECTION 00201 (Bid Submittal Map)

Page 10: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 2 Instructions to Bidders

3. BID SUBMISSION. Bidder should mark its Bid envelopes as “BID FOR THE DISTRICT, PROJECT NO. 16022.01, CONTRACT NUMBER E20-02, FLUME 38 TO 40 CANAL CONVERSION PROJECT”, Envelope “A” or “Envelope “B,” as appropriate. Bids shall be deemed to include the written responses of the Bidder to any questions or requests for information of District made as part of Bid evaluation process after submission of Bid. Bidder’s failure to submit all required documents strictly as required entitles District to reject the bid as non-responsive.

4. CONTENTS OF ENVELOPE “A” - BID PRICE. Envelope “A” shall include:

a. SECTION 00400 (Bid Form) completed in accordance with paragraph 6 of this SECTION 00200.

b. Bid security supplied and completed in accordance with paragraph 7 of this SECTION 00200.

c. Acknowledge addendum on SECTION 00400 (Bid Form). d. SECTION 00430 (Subcontractors List) in accordance with paragraph 8 of

this SECTION 00200 and SECTION 00430 (Subcontractors List). e. SECTION 00481 (Non-Collusion Declaration). f. SECTION 00482 (Bidder Certifications). Bidder must complete this form

as indicated. 5. CONTENTS OF ENVELOPE “B” - BIDDER QUALIFICATIONS. Envelope “B”

shall include: a. Statement of Qualifications submitted in accordance with paragraph 8 of

this SECTION 00200 and SECTION 00450 (Statement of Qualifications Listed Subcontractors).

b. SECTION 00420 (Bidder Registration and Safety Experience Form). Bidder must complete this form and include comprehensive answers to all questions.

c. A separate sealed envelope (labeled “CONFIDENTIAL INFORMATION FOR BID FOR THE DISTRICT” with the project name and number, contract number, and Bidder’s name) containing all proprietary, trade secret and otherwise confidential information of Bidder contained in or submitted in connection with its Bid, submitted in accordance with paragraph 28 of this SECTION 00200.

6. REQUIRED BID FORMS. All Bidders must submit Bids using, where applicable,

documents supplied in this Project Manual, including without limitation SECTION 00400 (Bid Form), SECTION 00430 (Subcontractors List), SECTION 00481 (Non-Collusion Declaration) and SECTION 00482 (Bidder Certifications). District will reject as non-responsive any Bid not submitted on the required forms. Bids must be full and complete and legible. Bidders must complete all Bid items and supply all information required by Bidding Documents. District reserves the right in its sole discretion to reject any Bid as non-responsive as a result of any error or omission in the bid. Bidders may not modify the Bid Form or qualify their Bids. Bidders must submit clearly and distinctly written Bids. Bidders must clearly make any changes in their Bids by crossing out original entries, entering new

Page 11: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 3 Instructions to Bidders

entries, and initialing new entries. District reserves the right to reject any Bid not clearly written.

7. REQUIRED BID SECURITY. Bidders must submit with their Bids either cash, a

cashier’s check, or certified check from a responsible bank in the United States, or corporate surety bond furnished by a surety authorized to do business in the State of California, of not less than ten percent (10%) of the total amount of Bid (excluding alternates, if any), payable to District. All Bidders choosing to submit a surety bond must submit it on the required form, SECTION 00411 (Bond Accompanying Bid). District will reject as non-responsive any Bid submitted without the necessary Bid security. The District may retain Bid securities and Bid bonds of other than the Apparent Low Bidder for a period of 90 Days after award or full execution of the Contract, whichever first occurs. Upon full execution of the Contract, and upon request by Bidder, District will return to the respective unsuccessful Bidders their Bid securities and Bid bonds.

8. REQUIRED SUBCONTRACTORS LIST. All Bidders must submit with their Bids

the required information on all Subcontractors in SECTION 00430 (Subcontractors List) for those Subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work of improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (1/2 of 1%) of total Bid. Violation of this requirement may result in Bid being deemed non-responsive and not being considered.

9. MANDATORY PRE-BID MEETING AND SITE VISIT. District will conduct a

Mandatory Pre-Bid Meeting and Site Visit at 9:00 AM, local time, on March 5, 2020. The Meeting will commence at EID, 2890 Mosquito Road, Placerville, CA 95667, and then proceed to the Project Site. Each Bidder must be represented and attend the entire Meeting and Site Visit. Each representative shall sign an attendance sheet identifying the Bidder represented. A sign-in sheet will be available from 8:30 a.m. to 9:15 a.m. only. Attendees will be expected to tour the job site during the pre-bid meeting. Please advise the Project Manager well in advance of the meeting if you need special accommodations. Reasonable efforts will be made to accommodate your needs.

a. District reserves the right to schedule and organize the Site Visit to

minimize disruption to surrounding facilities and congestion. b. Bidders must submit written questions in connection with the Meeting and

Site Visit. District will post online such Addenda as District in its discretion considers necessary in response to written questions. Bidders shall not rely on oral statements. Oral statements will not be binding or legally effective.

Page 12: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 4 Instructions to Bidders

10. OTHER REQUIREMENTS PRIOR TO BIDDING. Submission of Bid signifies Bidder’s careful examination of Bidding Documents and complete understanding of the nature, extent, and location of Work to be performed. As a condition to Bidding, Bidder must complete tasks listed in SECTION 00520 (Agreement), Article 5. Submission of Bid shall constitute Bidder’s express representation to the District that Bidder has fully completed these tasks. Pursuant to Labor Code sections 1771.1(a) and 1725.5, no contractor or subcontractor may be listed on a bid proposal unless registered with the Department of Industrial Relations. The District will not accept any bid, nor award any contract or subcontract, without proof of the contractor or subcontractor’s current registration with the Department of Industrial Relations. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

11. EXISTING DRAWINGS AND GEOTECHNICAL DATA. Bidders may examine

any available existing conditions information (e.g. record documents, specifications, studies, drawings of previous work on site) by giving District reasonable advance notice, as well as applicable environmental assessment information (if any) regarding the Project. SECTION 00320 (Geotechnical Data and Existing Conditions) applies to all supplied existing conditions information and geotechnical reports and all other information supplied regarding existing conditions either above ground or below ground, including without limitation any applicable reports pertaining to naturally occurring asbestos. District will make copies available for a fee of printing and handling. A Bidder must give two (2) days advanced notice if copies are desired.

12. ADDENDA. All addenda will be posted on the District’s website. Each bidder is

solely responsible for obtaining all addenda posted on the District’s website. To be notified of addenda postings, sign-up on the District’s website at http://www.eid.org/about-us/advanced-components/enews-sign-up. District may not answer questions received less than ten (10) Days prior to the date for opening Bids. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. However, District and/or Engineer may, upon inquiry by Bidder, orally direct Bidder’s attention to specific provisions of the Contract Documents which cover the subject of the inquiry.

In addition: a. Addenda may also be issued to modify the Bidding Documents as

deemed advisable by District. b. Addenda shall be acknowledged by number with signature in SECTION

00400 (Bid Form) and shall be part of the Contract Documents. 13. SUBSTITUTIONS. Bidders must base their Bids on products and systems

specified in Contract Documents or listed by name in Addenda.

Page 13: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 5 Instructions to Bidders

a. Except as provided in paragraph 13c below, the District will consider substitution requests only for “or equal items”. Bidders wanting to use “or equal” item(s) may submit SECTION 00660 (Substitution Request Form) no later than 30 Days after the due date for District receiving bids. After that date, the District will not accept “or equal” substitution requests. To assess “or equal” acceptability of product or system, submittals of substitutions shall contain the information required in SECTION 00660 and set for in Section 01600 (Product Requirements). Insufficient information will be grounds for rejection of substitution. District shall, within a reasonable period of time after having received a request for substitution, issue in writing its decision as to whether the proposed substitute item is an “or equal” item for compatibility to District systems, durability, or quality. District’s decision shall be conclusive on all Bidders.

b. Approved substitutions shall be listed in Addenda and become part of Contract Documents.

c. Substitutions may be requested after submitting Bids and Award of Contract only in accordance with Section 01600 (Product Requirements).

d. As a limitation on Bidder’s privilege to substitute “or equal” items, District has found that certain items are designed as District standards and certain items are designed to match existing items in use on a particular public improvement either completed or in the course of completion. As to such items, District will not permit substitution. Such items are: none.. As a further limitation on Bidder’s privilege to substitute items, District has found that certain necessary items are only available from one source. As to such items, District will not permit substitution. Such items are: none.

14. WAGE RATES. Copies of the general prevailing rates of per diem wages for

each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at District’s office and are deemed included in the Bidding Documents. Upon request, District will make available copies to any interested party. Also, Contractor shall post the applicable prevailing wage rates at the Site. The California Department of Industrial Relations website is www.dir.ca.gov.

15. EQUAL EMPLOYMENT OPPORTUNITY. Contractor shall comply with all

applicable federal, state, and local laws, rules, and regulations in regard to nondiscrimination in employment because of race, color, ancestry, national origin, religion, sex, marital status, age, medical conditions, disability, or any other reason.

16. PLANS. Complete sets of Bidding Documents must be used in preparing Bids.

Neither District nor Engineer assume any responsibility for errors or misinterpretations resulting from use of incomplete sets of Bidding Documents. One set of plans will be provided with the Bid Documents. No return of full-size Drawings is required, and no refund will be made.

Page 14: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 6 Instructions to Bidders

17. BID OPENING. District will open all Bidders’ Envelopes “A” at 3:00 PM on the specified date, initially evaluate them for responsiveness, and determine an Apparent Low Bidder as specified herein. District will not open Envelopes “B” publicly, and except for the Apparent Low Bidder’s Envelope “B” (or as otherwise provided in this SECTION 00200), they will remain unopened.

18. DETERMINATION OF APPARENT LOW BIDDER (Envelope “A”). Apparent Low Bid will be determined as provided in SECTION 00400 (Bid Form). All Bidders are required to submit Bids on all Bid items including any alternates.

19. EVALUATION OF BIDDER RESPONSIBILITY (Envelope “B”).

a. District will open Apparent Low Bidder’s Envelope “B” and check its contents for compliance with paragraph 5 above and paragraph 20 below. District will notify Apparent Low Bidder in writing of any deficiencies found and will provide Bidder the opportunity to respond in writing with reasonable clarifications but will not allow any changes in the nature of Bidder as a business entity.

b. If any Apparent Low Bidder is determined to be non-responsive or non-responsible, District may open the next Apparent Low Bidder’s Envelope “B” pursuant to any procedures determined in its reasonable discretion, and proceed for all purposes as if this Apparent Low Bidder were the original Apparent Low Bidder. District shall use reasonable efforts to make the responsive responsible Apparent Low Bidder’s Envelope “B” public on the fifth Day following opening of the Bidders’ Envelope “A”s, subject to paragraph 28 below.

20. BID EVALUATION. District may reject any or all bids and waive any informalities

or minor irregularities in the Bids. District also reserves the right, in its discretion, to reject any or all Bids and to re-Bid the Project. District reserves the right to reject any or all nonconforming, non-responsive, unbalanced, or conditional Bids, and to reject the Bid of any Bidder if District believes that it would not be in the best interest of Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by District. For purposes of this paragraph, an “unbalanced Bid” is one having nominal prices for some work items and enhanced prices for other work items. a. In evaluating Bids, District will consider Bidders’ qualification, whether or

not the Bids comply with the prescribed requirements, unit prices and other data, as may be requested in SECTION 00400 (Bid Form) or prior to the Notice of Award.

b. Subject to any pre-qualification process for the Bidders, the District may otherwise conduct reasonable investigations and reference checks of Bidder, proposed Subcontractors, suppliers and other persons and organizations as District deems necessary to assist in the evaluation of any Bid. District shall also have the right to communicate directly with Bidder’s surety regarding Bidder’s bonds.

Page 15: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 7 Instructions to Bidders

c. Quantities between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum or any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between written words and figures will be resolved in favor of the words.

d. Quantities stated in the Bidding Documents are approximate only and are subject to correction upon final measurement of the Work, and are subject further to the rights reserved by the District to increase or diminish the amount of work under any classification as advantages to design or construction needs require.

e. District may determine whether a Bidder is qualified in its sole discretionary judgment.

21. AWARD. If the Contract is to be awarded, it will be awarded to the lowest

responsive, responsible Bidder. Following completion of all required District procedures and receipt of all District approvals, District will issue SECTION 00510 (Notice of Award) to successful Bidder.

22. BID PROTEST. Any Bid protest must be submitted in writing to the District’s

offices (Attention: Office of the General Counsel), before 3:00 p.m. of the fifth calendar Day following posting in the glass case outside District’s main office and District’s web site of SECTION 00505 (Notice of Intent to Award for Construction). Time will be as determined by the computer clock located at the front desk of the 1st floor of the District’s Customer Service Building located at 2890 Mosquito Rd., Placerville, CA 95667. a. The initial protest must contain a complete statement of the basis for the

protest. b. The protest must refer to the specific portion of the document that forms

the basis for the protest. c. The protest must include the name, address, and telephone number of the

person representing the protesting party. d. The party filing the protest must concurrently transmit a copy of the initial

protest document and any attached documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other Bidders who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest.

e. The procedure and time limits set forth in this paragraph are mandatory and are Bidder’s sole and exclusive remedy in the event of a Bid protest. Bidder’s failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings. A Bidder may not rely on a protest submitted by another Bidder, but must timely pursue its own protest.

Page 16: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 8 Instructions to Bidders

23. POST-NOTICE OF AWARD REQUIREMENTS. After Notice of Award, the successful Bidder must execute and submit the following documents as indicated below: a. Submit the following documents to District by 3:00 p.m. of the tenth (10)

Day following Notice of Award. Execution of Contract by District depends upon approval of these documents, and any other document identified in District’s Notice of Award: 1. SECTION 00520 (Agreement): To be executed by successful

Bidder. Submit three originals, each bearing an original signature. 2. SECTION 00610 (Construction Performance Bond): To be

executed by successful Bidder and surety, in the amount set forth in SECTION 00610 (Construction Performance Bond). Submit one original.

3. SECTION 00620 (Construction Labor and Material Payment Bond): To be executed by successful Bidder and surety, in the amount set forth in SECTION 00620 (Construction Labor and Materials Payment Bond). Submit one original.

4. Insurance certificates and endorsements required by SECTION 00700 (General Conditions) Article 4. Submit one original set.

5. One complete set of documentary information received or generated by successful Bidder in preparation of Bid prices for its Bid, as set forth in SECTION 00670 (Escrow Bid Documents).

6. The Guaranty in the form set forth in SECTION 00630 (Guaranty). Submit three originals, each bearing an original signature.

7. Any other item described in SECTION 00510 (Notice of Award) (if any).

b. District shall have the right to communicate directly with Apparent Low

Bidder’s proposed performance bond surety, to confirm the performance bond. District may elect to extend the time to receive faithful performance and labor and material payment bonds.

c. Successful Bidder’s failure to submit the documents required herein, in a proper and timely manner, entitles District to rescind its award, and to cause Bidder’s Bid security to be forfeited as provided herein.

24. FAILURE TO EXECUTE AND DELIVER DOCUMENTS. If Bidder to whom

Contract is awarded shall, within the period described in paragraph 24 of this SECTION 00200, fail or neglect to execute and deliver all required Contract Documents and file all required bonds, insurance certificates, and other documents, District may, in its sole discretion, foreclose on Bidder’s deposit surety bond, or deposit Bidder’s cashier’s check or certified check for collection, and retain the proceeds thereof as liquidated damages for Bidder’s failure to enter into the Contract Documents. Bidder agrees that calculating the damages District may suffer as a result of Bidder’s failure to execute and deliver all required Contract Documents would be extremely difficult and impractical and that the amount of Bidder’s required Bid security shall be the agreed and

Page 17: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 9 Instructions to Bidders

presumed amount of District’s damages. In addition, upon such failure District may determine the next Apparent Low Bidder and proceed accordingly.

25. MODIFICATION OF COMMENCEMENT OF WORK. District expressly reserves

the right to modify the date for the Commencement of Work under the Contract and to independently perform and complete work related to the Project. District accepts no responsibility to Contractor for any delays attributed to its need to complete independent work at the Site.

26. WITHDRAWAL OF BIDS. Bidders may withdraw their Bids at any time prior to

the Bid opening time fixed in this SECTION 00200, only by written request for the withdrawal of Bid filed with the District at the District’s office. Bidder or its duly authorized representative shall execute request to withdraw Bid. The submission of a Bid does not commit the District to award a contract for the Project, to pay costs incurred in the preparation of a Bid, or to procure or contract for any goods or services.

27. INELIGIBLE CONTRACTORS AND SUBCONTRACTORS. District shall not

accept a Bid from a Bidder who is ineligible to bid or work on, or be awarded, a public works project pursuant to California Labor Code section 1777.1 or 1777.7. Bidders and the Contractor who is awarded the project contract shall not utilize, or allow work by, any subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to California Labor Code section 1777.1 or 1777.7. (See California Public Contract Code section 6109.) The California Division of Labor Standards Enforcement publishes a list of debarred contractors and subcontractors on the Internet at www.dir.ca.gov/DLSE/debar.html.

28. PUBLIC RECORDS ACT REQUESTS / PROPRIETARY INFORMATION. As a

public agency, the District is subject to the requirements of the California Public Records Act found at Government Code § 6250, et seq.; therefore, any information contained in or submitted in connection with a Bid could be subject to public inspection. If Bidder believes any information contained in or submitted in connection with its Bid should be exempt from public disclosure because it is proprietary, a trade secret, or otherwise confidential (such as, for example, financial statements), Bidder must:

a. Clearly mark the specific sentence(s), paragraph(s), page(s), or document(s) as “proprietary,” “trade secret,” or “confidential” – Bidder should only mark as “proprietary,” “trade secret,” or “confidential” the specific information Bidder believes should be exempt from public disclosure;

b. Submit that marked information to District in a separate sealed envelope (inserted inside Envelope B) labeled “CONFIDENTIAL INFORMATION FOR BID FOR THE DISTRICT” with the project name and number, contract number, and Bidder’s name, submitted in

Page 18: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 10 Instructions to Bidders

accordance with the bid submittal instructions and before the Bid submission deadline described herein;

c. Include a table of contents inside said envelope labeled “Confidential” identifying the information contained therein with cross-references to the sections of Bidder’s Bid to which said information pertains. All financial statements should be stapled or otherwise bound and clearly labeled “Financial Statements.”

Thus, Bidder will submit two (2) separate, sealed envelopes for its Bid:

1. Envelope A; 2. Envelope B; and 3. A separate sealed envelope within Envelope B containing all proprietary,

trade secret, and otherwise confidential information of Bidder, labeled in the manner described above.

Except as otherwise required by law, District will use its best efforts to avoid public disclosure of any information marked “proprietary,” “trade secret,” or “confidential” contained in the separate sealed envelope labeled “Confidential” submitted by Bidder. In exchange, Bidder agrees to indemnify, defend and hold harmless District, and its officials, employees, representatives, and agents, from any and all claims or actions related to nondisclosure of said information. All Envelopes A will be retained by District if the project is awarded. If District rejects all bids, Envelope A will be returned to all bidders. With regard to Envelope B (and the envelope labeled “Confidential” contained therein):

a. Any sealed Envelopes B not opened by District will remain sealed and eventually be returned to Bidder;

b. As for Envelopes B opened by District:

i. The bound, labeled financial statements contained in the envelope labeled “Confidential” inside Envelope B will be returned to unsuccessful Bidders ninety (90) calendar days from the award of the contract or decision to reject all bids.

ii. If the contract is awarded, the bound, labeled financial statements contained in the envelope labeled “Confidential” inside Envelope B of the successful Bidder will be returned to the successful Bidder after final completion of the Project.

iii. All other information contained in Envelope B (i.e. everything contained in Envelope B excluding the bound, labeled financial statements inside in the envelope labeled “Confidential” contained therein) will, upon written request from Bidder to District, be returned to unsuccessful Bidders after three (3) years from the award of the contract or decision to reject all bids.

Page 19: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00200 - 11 Instructions to Bidders

iv. All other information contained in the successful Bidder’s Envelope B (i.e. everything contained in Envelope B solely excluding the bound, labeled financial statements inside in the envelope labeled “Confidential” contained therein) will be retained by District.

Information disclosed in the SOQ and the attendant submissions are the property of District unless Bidder makes specific reference to data that is considered proprietary. Subject to the requirements in the Public Records Act, reasonable efforts will be made to prevent the disclosure of information except on a need-to-know basis during the evaluation process.

29. CONSTRUCTION PAYMENT BOND AND CONSTRUCTION LABOR AND MATERIALS BOND SURETY. SECTION 00610 (Construction Payment Bond) and SECTION 00620 (Construction Labor and Materials Bond) shall be executed by a surety insurer admitted in the State of California by the Department of Insurance. District shall verify Surety’s admission by either: (1) printing out information from the website of the Department of Insurance confirming that Surety is an admitted surety insurer; or, (2) obtaining a certificate from the County Clerk confirming that Surety is an admitted insurer. District shall attach such verification to SECTION 00610 and SECTION 00620.

30. CONFORMED CONSTRUCTION DOCUMENTS. Following Award of Contract,

District may prepare a conformed set of Contract Documents reflecting Addenda issued during bidding, which will, failing objection, constitute the approved set of Contract Documents.

31. DEFINITIONS. All abbreviations and definitions of terms used in this SECTION

00200 are set forth in Section 01420 (References and Definitions).

END OF SECTION

Page 20: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00201 - 1 Bid Submittal Map

SECTION 00201

BID SUBMITTAL MAP 1. SUMMARY

This SECTION 00201 describes in graphic detail on how to locate District offices to submit Contract Bid Documents to the appropriate building at the El Dorado Irrigation District offices.

2. MAP

END OF SECTION

Page 21: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00320 - 1 Geotechnical Data and Existing Conditions

SECTION 00320

GEOTECHNICAL DATA AND EXISTING CONDITIONS

1. SUMMARY

This SECTION 00320 sets forth the terms and conditions under which Bidder may review, study, use, or rely upon geotechnical data at or contiguous to the Site, and existing conditions information concerning existing conditions at or contiguous to the Site. This SECTION 00320, the available geotechnical data, and the supplied existing conditions information are not Contract Documents.

2. REPORT AND INFORMATION

A. District, its consultants, and prior contractors may have collected documents providing a general description of the Site and conditions of the Work. These documents may consist of geotechnical reports for and around the Site, contracts, contract specifications, tenant improvement contracts, as-built drawings, utility drawings, and information regarding Underground Facilities.

B. Bidders may inspect geotechnical reports and information regarding existing

conditions available at the District’s Office, and may obtain copies at cost of reproduction and handling upon Bidder’s payment for the costs. These reports, documents and other information are not part of the Contract Documents. Nevertheless, by submitting a Bid, Bidder accepts full responsibility for reviewing, knowing and understanding the contents of all of these materials.

C. Geotechnical reports may be included in the Project Manual and information

regarding existing conditions may also be included in the Project Manual, but neither shall be considered part of the Contract Documents.

D. The following geotechnical reports and data, and information regarding

existing conditions and Underground Facilities at or contiguous to the Site, are available at District’s offices located at 2890 Mosquito Road, Placerville, CA 95667:

1. N/A

E. The following plans of previous on-site projects are available for review

showing existing conditions and underground facilities:

1. N/A

F. Based on reports obtained by District, District believes there is not naturally occurring asbestos either at the Site or at some other location which makes compliance with applicable naturally occurring asbestos requirements relevant to the Project.

Page 22: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00320 - 2 Geotechnical Data and Existing Conditions

If District believes there is naturally occurring asbestos either at the Site or at some other location which makes compliance with applicable naturally occurring asbestos requirements relevant to the Project, the following reports and data are relevant thereto: 1. N/A

3. USE OF INFORMATION ON EXISTING CONDITIONS

A. Aboveground Existing Conditions. Under no circumstances shall District be deemed to make a warranty or representation of existing aboveground conditions, as-built conditions, or other aboveground actual conditions verifiable by reasonable independent investigation. These conditions are verifiable by Bidder by the performance of its own independent investigation that Bidder must perform prior to bidding and Bidder must not rely on the information supplied by District regarding existing conditions. Bidder represents and agrees that in submitting its Bid, it is not relying on any information regarding existing conditions supplied by District.

B. Underground Facilities. Information supplied regarding existing

Underground Facilities at or contiguous to the Site is based on information furnished to District by others (e.g., the owners or builders of such Underground Facilities or others) or by District. Except as expressly set forth in this SECTION 00320, District does not assume responsibility for the accuracy, completeness or thoroughness of this information, and Bidder is solely responsible for any interpretation or conclusion drawn from this information. Except as expressly set forth in this SECTION 00320, District will be responsible only for the general accuracy of information regarding Underground Facilities, and only for those Underground Facilities that are owned by District. This express assumption of responsibility applies only if Bidder has conducted the independent investigation required of it and discrepancies were not apparent.

4. LIMITED RELIANCE PERMITTED ON CERTAIN INFORMATION

A. Geotechnical Data. Except as expressly set forth in this SECTION 00320, District does not warrant, and makes no representation regarding, the accuracy or thoroughness of any geotechnical data. Bidder represents and agrees that in submitting its Bid, it is not relying on any geotechnical data supplied by District, except as specifically set forth herein.

B. Bidder may rely upon the general accuracy of the “technical data” contained

in the geotechnical reports and drawings identified above, but only insofar as it relates to subsurface conditions, provided Bidder has conducted the independent investigation required of it and discrepancies were not apparent. The term “technical data” in the referenced reports and drawings shall be limited as follows:

Page 23: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00320 - 3 Geotechnical Data and Existing Conditions

1. The term “technical data” shall include actual reported depths, reported quantities, reported soil types, reported soil conditions, and reported material, equipment, or structures that were encountered during subsurface exploration. The technical data indicates subsurface conditions at specific locations and only to the depths penetrated. They do not necessarily reflect strata variations that may exist between such locations. Subsurface conditions at other locations may differ from conditions occurring at the indicated locations. Water levels that may be shown on a log of test borings are valid only for the stated date of exploration. The water level may change from season to season and from year to year.

2. The term “technical data” does not include, and Bidder may not rely upon,

any other data, interpretations, opinions or information shown or indicated in such drawings or reports that otherwise relate to subsurface conditions or described structures.

3. The term “technical data” shall not include the location of Underground

Facilities.

4. Bidder may not rely on the completeness of reports and drawings for the purposes of bidding or construction. Bidder may rely upon the general accuracy of the “technical data” contained in such reports or drawings.

5. Bidder is solely responsible for any interpretation or conclusion drawn

from any “technical data” or any other data, interpretations, opinions, or information contained in supplied geotechnical data.

5. INVESTIGATIONS

A. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise, which may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of Contract Documents. Bidders shall advise District in writing during the Bid period of any questions, suppositions, inferences or deductions Bidders may have for District’s review and response.

B. District has provided time in the period prior to bidding for Bidder to perform

these investigations.

C. N/A.

END OF SECTION

Page 24: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00400 - 1 Bid Form

SECTION 00400

BID FORM To be submitted as part of bid by the time and date specified in SECTION 00200 (Instructions to Bidders), paragraph 1. TO THE HONORABLE BOARD OF DIRECTORS OF THE EL DORADO IRRIGATION DISTRICT THIS BID IS SUBMITTED BY:

__________________________________________________________________ (Firm/Company Name)

Re: Contract No. E20-02

FLUME 38 TO 40 CANAL CONVERSION PROJECT NO. 16022.01

1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter

into an agreement with the El Dorado Irrigation District (“District”) in the form included in the Contract Documents, SECTION 00520 (Agreement), to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with all other terms and conditions of the Contract Documents.

2. Bidder accepts all of the terms and conditions of the Contract Documents,

SECTION 00100 (Advertisement for Bids), and SECTION 00200 (Instructions to Bidders), including, without limitation, those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 90 calendar Days after the day of Bid opening.

3. In submitting this Bid, Bidder represents: (a) Bidder has examined all of the Contract Documents and the following

Addenda (receipt of all of which is hereby acknowledged).

Addendum No. Addendum Date Signature of Bidder

Page 25: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00400 - 2 Bid Form

(b) Bidder has visited the Site and performed tasks, reviews, examinations, and analysis and given notices, regarding the Project and the Site, as set forth in SECTION 00520 (Agreement), Article 5.

(c) Bidder has received and examined copies of the following technical

specifications on District-provided, Contractor-installed equipment. N/A (d) Bidder has given District prompt written notice of all conflicts, errors,

ambiguities, or discrepancies that it has discovered in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by District is acceptable to Contractor.

4. Based on the foregoing, Bidder proposes and agrees to fully perform the Work

within the time stated and in strict accordance with the Contract Documents for the following sums of money listed in the following List of Bid Prices:

SCHEDULE OF BID PRICES

All Bid items, including lump sums, unit prices and alternates, must be filled in completely. All items are described in Section 01200 (Measurement and Payment). Quote in figures only, unless words are specifically requested.

ITEM

DESCRIPTION

ESTIMATED QUANTITY

UNIT

UNIT PRICE

TOTAL

1. Bonds and Insurance 1 Lump Sum

$ $

2. Safety Plan and Programs

1 Lump Sum

$ $

3. Mobilization / Demobilization

1 Lump Sum

$ $

4. AB Roadway Camp X Road

1 Lump Sum

$ $

5. AB Roadway R-71 Road

1 Lump Sum

$ $

6. AB Roadway Adjacent to Canal

1 Lump Sum

$ $

7.

Implementation of Storm Water Pollution Prevention Plan (SWPPP)

1 Lump Sum

$ $

8. Demolition Removal and Disposal

1 Lump Sum

$ $

Page 26: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00400 - 3 Bid Form

ITEM

DESCRIPTION

ESTIMATED QUANTITY

UNIT

UNIT PRICE

TOTAL

9. Clearing and Grubbing

1 Lump Sum

$ $

10. Excavation 1 Lump Sum

$ $

11. Over Excavation at L-Wall Slide

1 Lump Sum

$ $

12. Embankment / Fill 1 Lump Sum

$ $

13.

Redi-Rock Mechanically Stabilized Earthen Retaining Wall

1 Lump Sum

$ $

14. Rockery Wall 1 Lump Sum

$ $

15. Rock Lining – Half Canal

500 Cubic Yards

$ $

16. Reinforced U-Shaped Concrete Canal

1 Lump Sum

$ $

17. Transitions 1 Lump Sum

$ $

18. 7” Reinforced Concrete Boat Ramp

1 Lump Sum

$ $

19. Handrails and Grating 1 Lump Sum

$ $

20. Reinforced 8’x7’ Concrete Box Culvert

1 Lump Sum

$ $

21. Reinforced 6’x7’ Concrete Box Culvert

1 Lump Sum

$ $

22. Reinforced Concrete Wing Walls

1 Lump Sum

$ $

23. Drainage Improvements

1 Lump Sum

$ $

24. Horizontal Drain 6 Each $ $

25. Slope Scaling and Stabilization Rock Fall Protection

1 Lump Sum

$ $

Page 27: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00400 - 4 Bid Form

ITEM

DESCRIPTION

ESTIMATED QUANTITY

UNIT

UNIT PRICE

TOTAL

26. Tree Removal - Less than 10” Diameter

85 Each $ $

27. Tree Removal - 10” to 18” Diameter

60 Each $ $

28. Tree Removal - 18” to 36” Diameter

47 Each $ $

29. Tree Removal - Greater than 36” Diameter

5 Each $ $

30. Canal Crossing 1 Lump Sum

$ $

31. Canal Spillway Fall Protection

1 Lump Sum

$ $

32. Cable Mesh Drapery 1 Lump Sum

$ $

33.

All Work of Contract Documents other than Work Separately Provided for Under Other Bid Items

1 Lump Sum

$ $

TOTAL BID PRICE $

Total Bid Price: (Words)

5. The undersigned acknowledges that District reserves the right to accept

Alternate(s) within 10 calendar Days after the District signs the Agreement, or other period stated. Following any such acceptance, the undersigned will accept and execute any change order confirming the acceptance. The amount of any change order shall be solely the amount identified above for the Alternate(s) accepted, without any additional overhead, profit, markup or other adjustment. Similarly, the exact amounts payable with respect any Unit Price Items will be confirmed by change order, and the amount of any change order shall be solely the amount identified above for the applicable Unit Prices times the final quantities, without any additional overhead, profit, markup or other adjustment.

Page 28: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00400 - 5 Bid Form

Finally, the exact amount payable with respect to any allowance item will be determined as otherwise provided in the Contract Documents.

6. Selection of Apparent Low Bidder The undersigned acknowledges that the Apparent Low Bidder will be the Bidder submitting the lowest combination of Bid Items 1 through 33, based on the assumptions (if any) set forth in the Schedule of Bid Prices.

7. The undersigned Bidder understands that District reserves the right to reject this

Bid. 8. If written notice of the acceptance of this Bid, hereinafter referred to as Notice of

Award, is mailed or delivered to the undersigned Bidder within the time described in paragraph 2 of this SECTION 00400 or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver the documents required by SECTION 00200 (Instructions to Bidders) within the times specified therein. These documents include, but are not limited to, SECTION 00520 (Agreement), SECTION 00610 (Construction Performance Bond), and SECTION 00620 (Construction Labor and Material Payment Bond).

9. Notice of Award or request for additional information may be addressed to the

undersigned Bidder at the address set forth below. 10. The undersigned Bidder herewith encloses cash, a cashier’s check, or certified

check of or on a responsible bank in the United States, or a corporate surety bond furnished by a surety authorized to do a surety business in the State of California, in form specified in SECTION 00200 (Instructions to Bidders), in the amount of ten percent (10%) of the Total Bid Price set forth above and made payable to “El Dorado Irrigation District”.

11. The undersigned Bidder agrees to commence Work under the Contract

Documents on the date established in SECTION 00700 (General Conditions) and to complete all work within the time specified in SECTION 00520 (Agreement). The undersigned Bidder acknowledges that District has reserved the right to delay or modify the commencement date. The undersigned Bidder further acknowledges District has reserved the right to perform independent work at the Site, the extent of such work may not be determined until after the opening of the Bids, and that the undersigned Bidder will be required to cooperate with such other work in accordance with the requirements of the Contract Documents.

12. The undersigned Bidder agrees that, in accordance with SECTION 00700

(General Conditions), liquidated damages for failure to complete all Work in the Contract within the time specified in SECTION 00520 (Agreement) shall be as set forth in SECTION 00520 (Agreement).

Page 29: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00400 - 6 Bid Form

13. The names of all persons interested in the foregoing Bid as principals are: (IMPORTANT NOTICE: If Bidder or other interested person is a corporation, give

the legal name of corporation, state where incorporated, and names of president and secretary thereof; if a partnership, give name of the firm and names of all individual co-partners composing the firm; if Bidder or other interested person is an individual, give first and last names in full).

Page 30: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00400 - 7 Bid Form

NAME OF BIDDER: licensed in accordance with an act for the registration of Contractors, and with license number: Expiration: .

Where incorporated, if applicable Principals

I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Signature of Bidder

NOTE: If Bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership.

Business Address:

Officers authorized to sign contracts:

Telephone Number(s):

Fax Number(s):

E-Mail address: CA Public Works Contractor (PWC) DIR No.: Federal ID Number: Date of Bid:

END OF SECTION

Page 31: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00411 - 1 Bond Accompanying Bid

SECTION 00411

BOND ACCOMPANYING BID

KNOW ALL BY THESE PRESENTS: That the undersigned ________________________ as Principal and the undersigned as Surety are held and firmly bound unto the EL DORADO IRRIGATION DISTRICT (“District”), as obligee, in the penal sum of _________________________________________ Dollars ($____________________) lawful money of the United States of America, being at least ten percent (10%) of the aggregate amount of said Principal’s “Total Bid Price” indicated in SECTION 00400 (Bid Form), for the payment of which, well and truly to be made, we bind ourselves, our successors, executors, administrators, and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is submitting a Bid for District Project No. 16022.01, Contract No. E20-02, Flume 38 to 40 Canal Conversion.

THE CONDITION OF THIS OBLIGATION IS SUCH that if the Bid submitted by the said Principal be accepted and the Contract be awarded to said Principal and said Principal shall within the required periods enter into the Contract so awarded and provide the required Construction Performance Bond, Construction Labor and Material Payment Bond, insurance certificates, and all other endorsements, forms, and documents required under SECTION 00200 (Instructions to Bidders), then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument this __________ day of ________________________ 20__.

(Corporate Seal) By

Principal

Surety

(Corporate Seal) By

Attorney in Fact

END OF SECTION

Page 32: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00420 - 1 Bidder Registration and Safety Experience Form

SECTION 00420

BIDDER REGISTRATION AND SAFETY EXPERIENCE FORM

INSTRUCTIONS In order to register to undertake work for the El Dorado Irrigation District Bidder must provide the following: Fill out this registration form completely; do not leave blanks.

INDEPENDENT CONTRACTOR REGISTRATION Contractor's License #: Date: Fed I.D. # Full Corporate Name of Company: Street Address: Mailing Address: Phone: Fax: Name of Principal Contact: Type of Business: Sole Proprietor Partnership Non-Profit 501 C3 Corporation Other

(please explain )

Page 33: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00420 - 2 Bidder Registration and Safety Experience Form

INSURANCE Workers’ Compensation: Carrier: Address: Phone and Fax: Policy Number: Policy Limit $: A.M. Best Rating: General Liability: Carrier: Address: Phone and Fax: Policy Number: Policy Limit $: A.M. Best Rating: Automotive Liability: Carrier: Address: Phone and Fax: Policy Number: Policy Limit $: A.M. Best Rating:

Page 34: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00420 - 3 Bidder Registration and Safety Experience Form

All-Risk Course of Construction: Carrier: Address: Phone and Fax: Policy Number: Policy Limit $: A.M. Best Rating: Professional Liability (if applicable): Carrier: Address: Phone and Fax: Policy Number: Policy Limit $: A.M. Best Rating: Environmental Impairment Liability (if applicable): Carrier: Address: Phone and Fax: Policy Number: Policy Limit $: A.M. Best Rating:

Page 35: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00420 - 4 Bidder Registration and Safety Experience Form

SAFETY EXPERIENCE The following statements as to safety experience of Bidder are submitted with Bid, as part thereof, and Bidder guarantees the truthfulness and accuracy of the information. 1. List Bidder’s Interstate Experience Modification Rate for each of the past three

premium years. Current Year: ___________ Previous Year: ___________ Year Prior to previous year: ___________ 2. Use Bidder’s last year’s Cal/OSHA 300 and 300A log to fill in the following: a. Number of lost workday cases ________________ b. Number of medical treatment cases ________________ c. Number of fatalities ________________ 3. Employee hours worked last year ________________ 4. State the name of Bidder’s safety engineer/manager or Site Safety Officer: ____________________________________________________________________________________ Attach a resume or outline of this individual’s safety and health qualifications and experience.

BIDDER CERTIFIES, UNDER PENALTY OF PERJURY, THAT THE FOREGOING INFORMATION IS CURRENT AND ACCURATE AND AUTHORIZES THE DISTRICT AND ITS AGENTS AND REPRESENTATIVES TO OBTAIN A CREDIT REPORT AND/OR VERIFY ANY OF THE ABOVE INFORMATION. ________________________________________________ SIGNATURE ________________________________________________ DATE

END OF SECTION

Page 36: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00430 - 1 Subcontractors List

SECTION 00430

SUBCONTRACTORS LIST All Subcontractors in excess of ½ of 1% of total bid must be listed.

Full Name of Subcontractor and Address of Mill or Shop

Description of Work: Reference To Bid Items

Subcontractor’s CA License No.

Subcontractor’s DIR No.

(Bidder to attach additional sheets if necessary)

END OF SECTION

Page 37: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00450 - 1 Statement of Qualifications Listed Subcontractors

SECTION 00450

STATEMENT OF QUALIFICATIONS LISTED SUBCONTRACTORS

For purposes of evaluating the qualifications of the Subcontractors listed in SECTION 00430 (Subcontractors List), Bidder shall provide the following information for each listed Subcontractor:

A. Human and Physical Resources.

1. Description and location of manufacturing facilities, naming products and quantifying production capacity and current demand;

2. Description of field organization(s), naming skills and equipment; 3. Description of safety program quality control procedures, and safety

experience; and 4. Evidence of a valid California contractor's license for each listed

Subcontractor.

B. Completed Questionnaire. Bidder shall include a completed “Statement of Qualifications of Listed Subcontractors” Questionnaire attached to this SECTION 00450 as Attachment “A”. Bidder shall make sure its answers to the Questionnaire describe its listed Subcontractor(s) public works construction projects of at least $100,000 each. Add supplementary information, if necessary.

C. Resumes of Proposed Key Personnel. Bidder shall provide a resume for each

listed Subcontractor, to include the following: 1. Name and proposed assignment of Key Personnel; do not include home

addresses or phone numbers. 2. Years of experience. 3. Education - degrees, schools and years obtained. 4. Professional Registrations. 5. Fluency in English (Yes/No). 6. At least two client references, including contact names, addresses and

telephone numbers. 7. Description of projects of a similar nature worked on in the past five years.

Definitions. Except as set forth herein, all abbreviations and definitions of terms used in this SECTION 00450 are as set forth in SECTION 00700 (General Conditions) or Section 01420 (References and Definitions).

STATEMENT OF QUALIFICATIONS OF LISTED SUBCONTRACTORS QUESTIONNAIRE

FOLLOWS ON NEXT PAGE

Page 38: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00450 - 2 Statement of Qualifications Listed Subcontractors

ATTACHMENT “A” – Statement of Qualifications of Listed Subcontractors Questionnaire

Bidders shall complete the entire Statement of Qualifications of Listed Subcontractors Questionnaire and submit it in accordance with SECTION 00200 (Instructions to Bidders) and SECTION 00450 (Statement of Qualifications). Failure to complete the questionnaire or inclusion of any false statement(s) shall be grounds for immediate disqualification. CONTACT INFORMATION FOR SUBCONTRACTOR

Company Name: Owner of Company: Contact Person: Address: Phone: Fax:

EXPERIENCE OF LISTED SUBCONTRACTOR(S) The unique nature of this Project requires prior similar experience of the listed Subcontractor(s) and the Key Personnel assigned. Summarize similar project experience below and provide the detailed project information requested for each of the listed Subcontractor(s). Also expressly indicate which, if any, of the listed Subcontractor(s) functions Bidder will perform itself.

__________________ Subcontractor: List three similar typed projects completed in the past five years and indicate who were the superintendent and scheduler.

Project Name Construction Cost ($)

Year Completed

Name of Project Superintendent

Name of Project Scheduler

Page 39: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00450 - 3 Statement of Qualifications Listed Subcontractors

List Key Personnel that will be assigned to the Work:

Project Manager:

Project Superintendent:

__________________ Subcontractor: List three similar typed projects completed in the past five years and indicate who were the superintendent and scheduler.

Project Name Construction Cost ($)

Year Completed

Name of Project Superintendent

Name of Project Scheduler

List Key Personnel that will be assigned to the Work:

Project Manager:

Project Superintendent: __________________ Subcontractor: List three similar typed projects completed in the past five years and indicate who were the superintendent and scheduler.

Project Name Construction Cost ($)

Year Completed

Name of Project Superintendent

Name of Project Scheduler

List Key Personnel that will be assigned to the Work:

Project Manager:

Project Superintendent:

Page 40: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00450 - 4 Statement of Qualifications Listed Subcontractors

Recent Projects. Provide information about three of its most recently completed projects for each of the listed Subcontractor(s). Names and references must be current and verifiable. Use additional sheets if necessary. If a separate sheet is used, it must contain all of the following information for each of the listed Subcontractor(s): 1. Project Name: Location: Owner: Owner Contact (name and phone): Architect/Engineer: Architect/Engineer Contact (name and phone number): Prime Contractor:

Prime Contractor Contact (name and phone number): Const. Mgr. Or Project Mgr. (name and phone number):

Description of Project, Scope of Work Performed: Value of Construction Contract: Value of Change Orders: Original Scheduled Date of Completion: Time Extensions Granted (number of Days): Actual Date of Completion: Number of Stop Notices filed by Subcontractors or Suppliers:

Page 41: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00450 - 5 Statement of Qualifications Listed Subcontractors

2. Project Name:

Location: Owner: Owner Contact (name and phone): Architect/Engineer:

Architect/Engineer Contact (name and phone number): Prime Contractor:

Prime Contractor Contact (name and phone number): Const. Mgr. Or Project Mgr. (name and phone number):

Description of Project, Scope of Work Performed: Value of Construction Contract: Value of Change Orders: Original Scheduled Date of Completion: Time Extensions Granted (number of Days): Actual Date of Completion: Number of Stop Notices filed by Subcontractors or Suppliers: 3. Project Name: Location: Owner: Owner Contact (name and phone): Architect/Engineer:

Page 42: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00450 - 6 Statement of Qualifications Listed Subcontractors

Architect/Engineer Contact (name and phone number): Prime Contractor:

Prime Contractor Contact (name and phone number): Const. Mgr. Or Project Mgr. (name and phone number):

Description of Project, Scope of Work Performed: Value of Construction Contract: Value of Change Orders: Original Scheduled Date of Completion: Time Extensions Granted (number of Days): Actual Date of Completion: Number of Stop Notices filed by Subcontractors or Suppliers: Bidder hereby declares under penalty of perjury that all the information provided in this questionnaire is true and correct. SIGNATURE Date TITLE

END OF SECTION

Page 43: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00481 - 1 Non-Collusion Declaration

SECTION 00481

NON-COLLUSION DECLARATION PUBLIC CONTRACT CODE §7106

NON-COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED

WITH BID The undersigned declares: I am the ___________________ of __________________, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on __________________[date], at _______________[city], _________________[state].

(Name of Bidder) (Signature) (Title)

Page 44: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00481 - 2 Non-Collusion Declaration

(If Bidder is a partnership or a joint venture, this declaration must be signed by

every member of the partnership or venture. Print as many forms as needed and submit.)

(If Bidder [including any partner or venturer of a partnership or joint venture] is a

corporation, this declaration must be signed by the Chairman, President, or Vice President and by the Secretary, Assistant Secretary, Chief Financial Officer, or Assistant Treasurer. Print as many forms as needed and submit.)

END OF SECTION

Page 45: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00482 - 1 Bidder Certifications

SECTION 00482

BIDDER CERTIFICATIONS TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID

The undersigned Bidder certifies to the El Dorado Irrigation District (“District”), as

set forth in sections in this document.

1. CERTIFICATE OF NON-DISCRIMINATION

By my signature hereunder, on behalf of the Bidder making this Bid, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, gender, sexual orientation, age or national origin; that all federal, state, and local directives and executive orders regarding non-discrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively.

2. PREVIOUS DISQUALIFICATIONS

By my signature hereunder, I hereby swear, under penalty of perjury, that the below indicated Bidder, any officer of such Bidder, or any employee of such Bidder who has a proprietary interest in such Bidder, has never been disqualified, removed or otherwise prevented from bidding on, or completing a Federal, State, or local government project because of a violation of law or a safety regulation except as indicated on the separate sheet attached hereto entitled “Previous Disqualifications.” If such exceptions are attached, please explain the circumstances.

3. CERTIFICATION OF WORKER’S COMPENSATION INSURANCE

By my signature hereunder, as the Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker’s 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 Contract.

4. CERTIFICATION OF PREVAILING WAGE RATES AND RECORDS

By my signature hereunder, as the Contractor, I certify that I am aware of the provisions of Section 1773 of the Labor Code, which requires the payment of prevailing wage on public projects. Also, that the Contractor and any subcontractors under the Contractor shall comply with Section 1776, regarding wage records, and with Section 1777.5, regarding the employment and training of apprentices, of the Labor Code. It is the Contractor’s responsibility to ensure compliance by any and all subcontractors performing work under this Contract.

Page 46: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00482 - 2 Bidder Certifications

5. CERTIFICATION OF ADEQUACY OF CONTRACT AMOUNT

By my signature hereunder, as the Contractor, pursuant to Labor Code Section 2810(a), I certify that, if awarded the Contract based on the undersigned’s Bid, the Contract will include funds sufficient to allow the Contractor to comply with all applicable local, state, and federal laws or regulations governing the labor or services to be provided. I understand that the District will be relying on this certification if it awards the Contract to the undersigned.

6. CERTIFICATION OF COMPLIANCE WITH TRUCK AND BUS

REGULATION

By my signature hereunder, as the Contractor, I certify that I am aware of the provisions of the Truck and Bus Regulation (Title 13, California Code of Regulations, Section 2025), which regulates certain vehicles that operate in California. I certify that, as the Contractor, the vehicle fleet that would be used for performance of the work of this Contract is in compliance with the Truck and Bus Regulation. If requested by the District, I will provide information to demonstrate compliance with the Truck and Bus Regulation, such as certificates of compliance or relevant vehicle fleet information. I understand that it is the Contractor’s responsibility to ensure compliance with the Truck and Bus Regulation by any and all subcontractors performing work under this Contract.

Bidder: [Name of Bidder]

By:

[Signature] Name:

[Printed Name] Its:

[Title]

Dated:

END OF SECTION

Page 47: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00505 - 1 Notice of Intent to Award

SECTION 00505

NOTICE OF INTENT TO AWARD FOR CONSTRUCTION DATE POSTED: PROJECT TITLE: Flume 38 to 40 Canal Conversion PROJECT NO.: 16022.01 CONTRACT NO.: E20-02 On , 20 , the Board of Directors of the El Dorado Irrigation District will consider award of the above referenced contract to: (Name of Contractor). Signature Date Title: Project Manager

END OF SECTION

Page 48: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00510 - 1 Notice of Award

SECTION 00510

NOTICE OF AWARD

Dated TO: ADDRESS: PROJECT NO.: 16022.01 CONTRACT NO.: E20-02 CONTRACT FOR:

FLUME 38 TO 40 CANAL CONVERSION

The Contract Sum of your contract is ________________________________Dollars ($__________).

1. Three copies of each of the proposed Contract Documents (except Specifications

and Drawings) accompany this Notice of Award. Please download specifications and drawings from our website for your files.

2. You must comply with the following conditions precedent by 2:00 p.m. of the 10th

Day following the date of this Notice of Award and prior to the issuance of a Notice to Proceed; supply the following:

a. Deliver to District three fully executed counterparts of SECTION 00520

(Agreement). Each of the Contract Documents must bear your signature on the cover page.

b. Deliver to District one original SECTION 00610 (Construction Performance Bond), executed by you and your surety.

c. Deliver to District one original SECTION 00620 (Construction Labor and Material Payment Bond), executed by you and your surety.

d. Deliver to District one original set of the insurance certificates with endorsements required under SECTION 00700 (General Conditions).

e. Deliver to District three original copies of SECTION 00630 (Guaranty), each executed by you.

f. Deliver to District one complete set of the documentary evidence received or generated by you in preparation of Bid prices for this Contract, as set forth in SECTION 00670 (Escrow Bid Documents).

g. Deliver to District Safety Submittals in accordance with Section 01340 (Safety Submittals) and Section 01330 (Submittal Procedures).

Page 49: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00510 - 2 Notice of Award

3. Failure to comply with these conditions within the time specified will entitle District to consider your Bid abandoned, to annul this Notice of Award, and to declare your Bid security forfeited.

4. Within 20 Days after you comply with the conditions in paragraph 2 of this

SECTION 00510, District will return to you one fully signed counterpart of SECTION 00520 (Agreement) with the Contract Documents.

5. Upon commencement of the Work, you and each of your Subcontractors shall

certify and make available for inspection payroll records on forms provided by the Division of Labor Standards Enforcement, in accordance with Section 1776 of the California Labor Code.

EL DORADO IRRIGATION DISTRICT (“District”)

BY: Name

ITS: Project Manager

c: Safety and Security Officer Deputy Safety and Security Officer

END OF SECTION

Page 50: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 1 Agreement

SECTION 00520

AGREEMENT THIS AGREEMENT, dated this ______ day of _________, 20___, by and between TBD whose place of business is located at TBD (“Contractor”), and the EL DORADO IRRIGATION DISTRICT (“District”), an irrigation special district organized and existing under the California Irrigation District Law (Water Code §20500, et seq.). WHEREAS, the parties understand and agree that the El Dorado Canal are vital parts of the Districts Project 184 system conveying water that provides essential public services of hydroelectric power production (generating revenue of approximately $29,500 per day to the District) and drinking water supply (average cost of substitute facilities of approximately $1,000 per day to the District) WHEREAS, District, has awarded to Contractor the following contract:

FLUME 38 TO 40 CANAL CONVERSION PROJECT NO. 16022.01 CONTRACT NO. E20-02

NOW, THEREFORE, in consideration of the mutual covenants hereinafter set forth, Contractor and District agree as follows:

Article 1. Work 1.1 Contractor shall complete all Work specified in the Contract Documents, in

accordance with the Specifications, Drawings, and all other terms and conditions of the Contract Documents.

Article 2. District’s Representative, Construction Manager

2.1 District has designated Cary Mutschler, Project Manager, to act as District’s

Representative, who will represent District in performing District’s duties and responsibilities and exercising District’s rights and authorities in Contract Documents. District may change the individual(s) acting as District’s Representative(s), or delegate one or more specific functions to one or more specific District’s Representatives, including without limitation on general administrative functions, at any time with notice and without liability to Contractor. Each District’s Representative is the beneficiary of all Contractor obligations to District, including without limitation, all releases and indemnities.

2.2 District has designated Cary Mutschler, Project Manager to act as Construction

Manager. District may assign all or part of the District Representative’s rights,

Page 51: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 2 Agreement

responsibilities and duties to Construction Manager. District may change the identity of the Construction Manager at any time with notice and without liability to Contractor.

2.3 District has designated Amy Deakyne, GHD Inc Senior Engineer to act as

Engineer. District may change the identity of the Engineer at any time with notice and without liability to Contractor.

2.4 All notices or demands to District under the Contract Documents shall be in

writing and directed to District’s Representative at:

Cary Mutschler, P.E.

[email protected]

or to such other person(s) and address(es) as District shall provide to Contractor. Except as otherwise expressly provided herein, notices shall be dispatched by Email, facsimile transmission, overnight delivery and/or U.S. mail. Except as otherwise expressly provided herein, notices dispatched by Email, facsimile or overnight delivery shall be deemed received on the business day following dispatch. Notices dispatched by U.S. mail shall be deemed received on the third business day following dispatch.

Article 3. Contract Time and Liquidated Damages for Delay 3.1 Contract Time.

3.1.1 Contractor shall commence Work at the Site on the date established in the Notice to Proceed. District reserves the right to modify or alter the Commencement Date of the Work.

3.1.2 Contractor shall achieve Substantial Completion of the portion of the Work

described in Section 01100 and 01200 when the canal/flume can be safely placed back into service at 11:59 pm on Friday, December 31, 2020, all SWPPP measures are in place for winterization, and the SPI laydown area has a 120 foot diameter area cleared and able to accommodate a helicopter landing as provided in SECTION 00700 (General Conditions).

3.1.3 Contractor shall achieve Final Completion of the portion of the Work

described in the plans and Section 01100 and 01200 by Wednesday, June 30, 2021.

3.1.4 Contractor shall achieve Final Completion of the entire Work and be ready

for Final Payment in accordance with Section 01770 (Contract Closeout) by Wednesday, June 30, 2021 as provided in SECTION 00700 (General Conditions).

Page 52: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 3 Agreement

3.2 Liquidated Damages for Delay.

District and Contractor recognize that time is of the essence of this Agreement and that District will suffer financial loss if all or any part of the Work is not completed within the times specified above, plus any extensions thereof allowed in accordance with the Contract Documents. Delay damages may include, but are not limited to, lost revenue from hydroelectric power generation, costs to supplement the water supply, and contract administration expenses such as project management and consultant expenses. Consistent with SECTION 00700 (General Conditions), District and Contractor agree that as liquidated damages for delay Contractor shall pay District: 3.2.1 $25,000 for each Day Contractor fails to place the canal in service

described in paragraphs 3.1.2 and 3.1.3 above by the time specified herein. If canal is in service, and the work is incomplete, 3.2.2 applies.

3.2.2 $2,000 for each Day Contractor fails to achieve Substantial Completion of the portion of the Work described in paragraphs 3.1.2 and 3.1.3 above by the time specified herein.

3.2.3 $1,500 for each Day that expires after the time specified herein for

Contractor to achieve Final Completion of the entire Work, until achieved.

These measures of liquidated damages shall apply cumulatively and shall be presumed to be the damages suffered by District resulting from delay in completion of the Work.

Article 4. Contract Sum 4.1 District shall pay Contractor the Contract Sum for completion of Work in

accordance with Contract Documents as follows: __________________________________________________________

Here enter final Contract award price

Article 5. Contractor’s Representations

In order to induce District to enter into this Agreement, Contractor makes the following representations and warranties: 5.1 Contractor has visited the Site and has examined thoroughly and understood the

nature and extent of the Contract Documents, Work, Site, locality, actual conditions, as-built conditions, and all local conditions, and federal, state and local laws and regulations that in any manner may affect cost, progress,

Page 53: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 4 Agreement

performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Contractor and safety precautions and programs incident thereto.

5.2 Contractor has examined thoroughly and understood all reports of exploration

and tests of subsurface conditions, as-built drawings, drawings, products specifications or reports, available for Bidding purposes, of physical conditions, including Underground Facilities, which are identified in SECTION 00320 (Geotechnical Data and Existing Conditions), or which may appear in the Drawings. Contractor accepts the determination set forth in these Documents and SECTION 00700 (General Conditions) of the limited extent of the information contained in such materials upon which Contractor may be entitled to rely. Contractor agrees that except for the information so identified, Contractor does not and shall not rely on any other information contained in such reports and drawings.

5.3 Contractor has conducted or obtained and has understood all such examinations,

investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Section 5.2 of this SECTION 00520) that pertain to the subsurface conditions, as-built conditions, Underground Facilities and all other physical conditions at or contiguous to the Site or otherwise that may affect the cost, progress, performance or furnishing of Work, as Contractor considers necessary for the performance or furnishing of Work at the Contract Sum, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of SECTION 00700 (General Conditions); and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by Contractor for such purposes.

5.4 Contractor has correlated its knowledge and the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents.

5.5 Contractor has given District prompt written notice of all conflicts, errors,

ambiguities, or discrepancies that it has discovered in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by District is acceptable to Contractor.

5.6 Contractor is duly organized, existing and in good standing under applicable state

law, and is duly qualified to conduct business in the State of California. 5.7 Contractor has duly authorized the execution, delivery and performance of this

Agreement, the other Contract Documents and the Work to be performed herein. The Contract Documents do not violate or create a default under any instrument, agreement, order or decree binding on Contractor.

Page 54: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 5 Agreement

5.8 Contractor has listed the following Subcontractors pursuant to the Subcontractor Listing Law, California Public Contracting Code §4100 et seq.:

Name of Subcontractor and Location of Mill or

Shop Description of Work:

Reference To Bid Items Subcontractor’s

License No.

Subcontractor’s DIR No.

Article 6. Contract Documents 6.1 Contract Documents include the following documents, including all changes,

addenda, and modifications thereto:

Divisions 0 through 48 Bid Drawings All addendums issued during bid process

6.2 There are no Contract Documents other than those listed in this SECTION

00520, Article 6. SECTION 00320 (Geotechnical Data and Existing Conditions), and the information supplied therein, are not Contract Documents. The Contract Documents may only be amended, modified or supplemented as provided in SECTION 00700 (General Conditions).

Page 55: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 6 Agreement

Article 7. Miscellaneous 7.1 Terms used in this Agreement are defined in SECTION 00700 (General

Conditions) and Section 01420 (References and Definitions) and will have the meaning indicated therein.

7.2 It is understood and agreed that in no instance are the persons signing this

Agreement for or on behalf of District or acting as an employee, agent, or representative of District, liable on this Agreement or any of the Contract Documents, or upon any warranty of authority, or otherwise, and it is further understood and agreed that liability of the District is limited and confined to such liability as authorized or imposed by the Contract Documents or applicable law.

7.3 Contractor shall not assign any portion of the Contract Documents, and may

subcontract portions of the Contract Documents only in compliance with the Subcontractor Listing Law, California Public Contracting Code §4100 et seq.

7.4 The Contract Sum includes all allowances (if any). 7.5 In entering into a public works contract or a subcontract to supply goods,

services or materials pursuant to a public works contract, 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. §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 District tenders final payment to Contractor, without further acknowledgment by the parties.

7.6 Copies of the general prevailing rates of per diem wages for each craft,

classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are deemed included in the Contract Documents and on file at District’s office, and shall be made available to any interested party on request. Pursuant to Section 1861 of the Labor Code, Contractor represents that it is 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 Contractor shall comply with such provisions before commencing the performance of the Work of the Contract Documents.

7.7 Should any part, term or provision of this Agreement or any of the Contract

Documents, or any document required herein or therein to be executed or delivered, be declared invalid, void or unenforceable, all remaining parts, terms and provisions shall remain in full force and effect and shall in no way be

Page 56: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 7 Agreement

invalidated, impaired or affected thereby. If the provisions of any law causing such invalidity, illegality or unenforceability may be waived, they are hereby waived to the end that this Agreement and the Contract Documents may be deemed valid and binding agreements, enforceable in accordance with their terms to the greatest extent permitted by applicable law. In the event any provision not otherwise included in the Contract Documents is required to be included by any applicable law, that provision is deemed included herein by this reference (or, if such provision is required to be included in any particular portion of the Contract Documents, that provision is deemed included in that portion).

7.8 This Agreement and the Contract Documents shall be deemed to have been entered into in the County of El Dorado, State of California, and governed in all respects by California law (excluding choice of law rules). The exclusive venue for all disputes or litigation hereunder shall be in the Superior Court of the State of California for the County of El Dorado. Both parties hereby waive their rights under California Code of Civil Procedure Section 394 to file a motion to transfer any action or proceeding arising out of the Contract Documents to another venue. Contractor accepts the Claims Procedure in SECTION 00700, Article 12, established under the California Government Code, Title 1, Division 3.6, Part 3, Chapter 5.

7.9 Attorneys’ Fees. Except as otherwise provided in the Contract Documents, if

either party institutes or is required to defend any legal proceeding, action or motion to enforce or interpret the terms of this Agreement, the prevailing party shall be entitled to recover all costs and expenses, specifically including, but not limited to, reasonable attorneys’ fees.

7.10 The District is currently using Procore as its project management application. All

documents shall be submitted to the District through the Procore application except as otherwise directed by District.

Page 57: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 8 Agreement

IN WITNESS WHEREOF the parties have executed this Agreement in triplicate the day and year first above written. DISTRICT CONTRACTOR:

EL DORADO IRRIGATION DISTRICT TBD

By: ____________________________________

By: ____________________________________

James M. Abercrombie, General Manager [Signature] ____________________________________ Brian M. Mueller P.E., Director of Engineering

[Please print name here]

____________________________________

Title:

Elizabeth Dawson P.E., Engineering Manager

[If Corporation: Chairman , President, or Vice President]

____________________________________

By:

Cary Mutschler, P.E., PMP, Senior Civil Engineer Approved as to form by Office of the General Counsel: ____________________________________

[Signature]

[Please print name here]

Title: [If Corporation: Secretary, Assistant Secretary, Chief Financial Officer, or Assistant Treasurer]

____________________________________ State Contractor’s License No. ____________________________________ Classification ____________________________________ Expiration Date ____________________________________ Taxpayer ID No.

Page 58: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00520 - 9 Agreement

Designated Representative:

Name: Name:

Title: Title:

Address: Address: Phone: Phone:

Facsimile: Facsimile:

END OF SECTION

Page 59: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00550 - 1 Notice to Proceed

SECTION 00550

NOTICE TO PROCEED Dated: _________________ N________

To: TBD Attn: Contact person Mailing Address: TBD Phone No.: (###) ###-#### E-mail: xxxxxxxx

CONTRACT FOR: FLUME 38 TO 40 CANAL CONVERSION PROJECT

CONTRACT NO. E20-02 PROJECT NO. 16022.01

PURCHASE ORDER NO.: ###### EID NOS.: 340 0000 0000 52620 COST CATEGORY: CONO BOARD APPROVAL DATE: ##/##/#### AUTHORIZED AMOUNT (CONTRACT PRICE): $_________

You are notified that the Contract Time under the above Contract will commence to run on xxxxx ##, 20##. On that date, you are to start performing your obligations with respect to Work at the Site under the Contract Documents. In accordance with Article 3 of SECTION 00520 (Agreement), the dates of Substantial Completion and Final Completion for the entire Work are ________________, 20## and ________________, 20##, respectively. Before you may start any Work at the Site, you must:

1. Have a District-reviewed Health and Safety Plan (HSP) in accordance with Section 01330 (Submittal Procedures) and 01340 (Safety Submittals).

2. Attend the preconstruction conference. The preconstruction conference may be arranged through ___________.

NOTES: One complete set of agreement documents is for your files and one set for your Surety. Please reference Purchase Order Number ###### when invoicing.

EL DORADO IRRIGATION DISTRICT

Name:

By: Project Manager

Attachments: Signed Agreement (2) c: District Safety and Security Officer Deputy Safety and Security Officer

END OF SECTION

Page 60: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00610 - 1 Construction Performance Bond

SECTION 00610

CONSTRUCTION PERFORMANCE BOND THIS CONSTRUCTION PERFORMANCE BOND (“Bond”) is dated ____________, is in the penal sum of __________________ [which is one hundred percent of the Contract Price], and is entered into by and between the parties listed below to ensure the faithful performance of the Construction Contract listed below. This Bond consists of this page and the Bond Terms and Conditions, paragraphs 1 through 10, attached to this page. Any singular reference to TBD (“Contractor”), ________________________ (“Surety”), El Dorado Irrigation District (“District”) or other party shall be considered plural where applicable. CONTRACTOR: SURETY: TBD Name Name Address Principal Place of Business City/State/Zip City/State/Zip CONSTRUCTION CONTRACT:

FLUME 38 TO 40 CANAL CONVERSION PROJECT NO. 16022.01 CONTRACT NO. E20-02

at ______________, California. DATED , 20____ in the Amount of $ (the “Penal Sum”) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title:

Page 61: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00610 - 2 Construction Performance Bond

BOND TERMS AND CONDITIONS 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to District for the complete and proper performance of the Construction Contract, which is incorporated herein by reference. 2. If Contractor completely and properly performs each and every obligation under the Construction Contract, Surety and Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no District Default, Surety’s obligation under this Performance Bond shall arise after:

3.1 District has declared a Contractor Default and has notified Contractor and Surety at its address described in Paragraph 10 below that District has declared a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than seven days after receipt of such notice to discuss methods of performing the Construction Contract and

3.2 District has agreed to pay the Balance of the Contract Sum to Surety in

accordance with the terms of this Bond and the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of this Bond and the Construction Contract.

4. When District has satisfied the conditions of Paragraph 3, Surety shall promptly (within 30 days) and at Surety’s expense elect to take one of the following actions:

4.1 Arrange for Contractor, with consent of District, to perform and complete the Construction Contract (but District may withhold consent, in which case the Surety must elect an option described in paragraphs 4.2, 4.3 or 4.4, below); or

4.2 Undertake to perform and complete the Construction Contract itself,

through its agents or through independent contractors, provided, that Surety may not select Contractor as its agent or independent contractor without District’s consent; or

4.3 Undertake to perform and complete the Construction Contract by

obtaining bids from qualified contractors acceptable to District for a contract for performance and completion of the Construction Contract, and, upon determination by District of the lowest responsible bidder, arrange for a contract to be prepared for execution by District and the contractor selected with District’s concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and if Surety’s obligations defined in Paragraph 6 exceed the Balance of the

Page 62: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00610 - 3 Construction Performance Bond

Agreement Price, then Surety shall pay to District the amount of such excess; or

4.4 Waive its right to perform and complete, arrange for completion, or obtain

a new contractor and with reasonable promptness under the circumstances, and after investigation and consultation with District, determine in good faith its monetary obligation to District under paragraph 6, below, for the performance and completion of the Construction Contract and, as soon as practicable after the amount is determined, tender payment thereof to District with full explanation of the payment’s calculation. If District accepts Surety’s tender under this paragraph 4.4, District may still hold Surety liable for future damages then unknown or unliquidated resulting from the Contractor Default. If District disputes the amount of Surety’s tender under this paragraph 4.4, District may exercise all remedies available to it at law to enforce Surety’s liability under paragraph 6, below.

5. If Surety does not proceed as provided in Paragraph 4 above, then Surety shall be deemed to be in default on this Bond ten days after receipt of an additional written notice from District to Surety demanding that Surety perform its obligations under this Bond. At all times District shall be entitled to enforce any remedy available to District at law or under the Construction Contract including, without limitation, and by way of example only, rights to perform work, protect work, mitigate damages, advance critical work to mitigate schedule delay, or coordinate work with other consultants or contractors. 6. Surety’s monetary obligation under this Bond is limited by the Amount of this Bond identified herein as the Penal Sum. This monetary obligation shall augment the Balance of the Contract Sum. Subject to these limits, Surety’s obligations under this Bond are commensurate with the obligations of Contractor under the Construction Contract. Surety’s obligations shall include, but are not limited to:

6.1 The responsibilities of Contractor for correction of defective work, materials and equipment and completion of the Construction Contract;

6.2 Additional legal, design professional, construction management and delay

costs resulting from Contractor’s Default, or resulting from the actions or failure to act of the Surety under Paragraph 4 above (but excluding attorney’s fees incurred to enforce this Bond); and

6.3 Liquidated damages, or if no liquidated damages are specified in the

Construction Contract, actual damages caused by delayed performance or non-performance of Contractor under the Construction Contract, including, but not limited to, all valid and proper backcharges, offsets, payments, indemnities, or other damages.

Page 63: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00610 - 4 Construction Performance Bond

7. Surety hereby waives notice of any change, alteration or addition, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. Surety consents to all terms of the Construction Contract, including provisions on changes to the Contract. No extension of time, change, alteration, modification, deletion, or addition to the Contract Documents, or of the work required thereunder, shall release or exonerate Surety on this Bond or in any way affect the obligations of Surety on this Bond.

8. Any proceeding, legal or equitable, under this Bond shall be instituted in any court of competent jurisdiction where a proceeding is pending between District and Contractor regarding the Construction Contract, or in the Superior Court of the State of California for the County of El Dorado, or in a court of competent jurisdiction in the location in which the work is located. Communications from District to Surety under paragraph 3.1 of this Bond shall be deemed to include the necessary agreements under paragraph 3.2 of this Bond unless expressly stated otherwise.

9. Notice to Surety Contractor shall be mailed or delivered to the address, or sent via tele copier to the facsimile number, shown on the signature page of this Bond, and notice to District shall be mailed or delivered as provided in SECTION 00520 (Agreement). Actual receipt of notice by Surety, District or Contractor, however accomplished, shall be sufficient compliance as of the date received at the foregoing addresses.

10. DEFINITIONS

10.1 Balance of the Agreement Price: The total amount payable by District to Contractor under the Construction Contract after all proper adjustments have been made under the Construction Contract, for example, deductions for progress payments made, and increases/decreases for approved modifications to the Construction Contract.

10.2 Construction Contract: The agreement between District and Contractor identified on the first page of this bond, including all Contract Documents and changes thereto.

10.3 Contractor Default: Material failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract, including, but not limited to, “default” or any other condition allowing a termination for cause as provided in SECTION 00700 (General Conditions).

10.4 District Default: Material failure of District, which has neither been remedied nor waived, to pay Contractor progress payments due under the Construction Contract or to perform other material terms of the Construction Contract, if such failure is the cause of the asserted Contractor Default and is sufficient to justify Contractor termination of the Construction Contract.

END OF SECTION

Page 64: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00620 - 1 Construction Labor and Material Payment Bond

SECTION 00620

CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS:

1. THAT WHEREAS, the El Dorado Irrigation District (“District”) has awarded to TBD as Principal, Project No. 16022.01, Contract No. E20-02 dated the ______________ day of ____________, 20___ (the “Contract”), titled THE EL DORADO IRRIGATION DISTRICT Flume 38 to 40 Canal Conversion Project in the amount of TBD, which Contract is by this reference made a part hereof, for the work described as follows: 1) removal of loose material and rock from the bench cut on the uphill side of the canal/flume, installation of drainage improvements; 2) replacement of approximately 1265 feet of U-shaped canal, 500 cubic yards of rock lined half canal including demolition; 3) excavation & grading work; 4) mechanically stabilized earthen retaining walls, rockery retaining walls, and subsurface drainage; 5) construction of reinforced box culvert underdrain, including concrete leveling, void fill non-shrink grout, and grouted rock energy dissipation; 6) construction of reinforced air-placed concrete canal, miscellaneous metals, installation of canal crossing, installation of 1 trash rack; 7) construction of approximately 3 flume transitions including demolition, excavation and over-excavation of loose areas, grading work, subsurface drainage; and 8) erosion control and Storm Water Pollution Prevention Plan implementation and maintenance.

2. AND WHEREAS, Principal is required to furnish a bond in connection with the Contract to secure the payment of claims of laborers, mechanics, material suppliers, and other persons as provided by law;

3. NOW, THEREFORE, we, the undersigned Principal and TBD, as Surety, are held and firmly bound unto District in the sum of 100% OF THE CONTRACT PRICE (TBD), for which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

4. THE CONDITION OF THIS OBLIGATION IS SUCH, that if Principal, or its executors, administrators, successors, or assigns approved by District, or its subcontractors shall fail to pay any of the persons named in California Civil Code §3181, or amounts due under the State of California Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the State of California Employment Development Department from the wages of employees of Principal and subcontractors pursuant to Section 13020 of the State of California Unemployment Insurance Code with respect to such work and labor, that Surety will pay for the same in an amount not exceeding the sum specified in this bond, plus reasonable attorneys’ fees, otherwise the above obligation shall become and be null and void.

Page 65: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00620 - 2 Construction Labor and Material Payment Bond

5. This bond shall inure to the benefit of any of the persons named in California Civil Code §3181, as to give a right of action to such persons or their assigns in any suit brought upon this bond. The intent of this bond is to comply with the California Mechanic’s Lien Law.

6. Surety, for value received, hereby expressly agrees that no extension of time,

change, modification, alteration, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder, shall in any way affect the obligation of this bond; and it does hereby waive notice of any such extension of time, change, modification, alteration, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder.

7. Surety’s obligations hereunder are independent of the obligations of any other

surety for the payment of claims of laborers, mechanics, material suppliers, and other persons in connection with Contract; and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing District’s rights against the other.

8. Correspondence or claims relating to this bond shall be sent to Surety at the

address set forth below. IN WITNESS WHEREOF, we have hereunto set our hands this ________ day of

_________, 20___ CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature Signature Name Name Title Title Street Address Street Address City, State, Zip Code City, State, Zip Code

END OF SECTION

Page 66: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00630 - 1 Guaranty

SECTION 00630

GUARANTY TO THE EL DORADO IRRIGATION DISTRICT for construction of

FLUME 38 TO 40 CANAL CONVERSION PROJECT PROJECT NO. 16022.01 CONTRACT NO. E20-02

_________________, CALIFORNIA. The undersigned guarantees all construction performed on this Project and also guarantees all material and equipment incorporated therein.

Contractor hereby grants to District for a period of one year following the date of Final Completion, or such longer period specified in the Contract Documents, its unconditional warranty of the quality and adequacy of all of the Work including, without limitation, all labor, materials and equipment provided by Contractor and its Subcontractors of all tiers in connection with the Work. Neither final payment nor use or occupancy of the Work performed by the Contractor shall constitute an acceptance of Work not done in accordance with this Guaranty or relieve Contractor of liability in respect to any express warranties or responsibilities for faulty materials or workmanship. Contractor shall remedy any defects in the Work and pay for any damage resulting therefrom, which shall appear within one year, or longer if specified, from the date of Final Completion. If within one year after the date of Final Completion, or such longer period of time as may be prescribed by laws or regulations, or by the terms of Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to District and in accordance with District’s written instructions, correct such defective Work. Contractor shall remove any defective Work rejected by District and replace it with Work that is not defective, and satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor fails to promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, District may have the defective Work corrected or the rejected Work removed and replaced. Contractor shall pay for all claims, costs, losses and damages caused by or resulting from such removal and replacement. Where Contractor fails to correct defective Work, or defects are discovered outside the correction period, District shall have all rights and remedies granted by law. Inspection of the Work shall not relieve Contractor of any of its obligations under the Contract Documents. Even though equipment, materials, or Work required to be provided under the Contract Documents have been inspected, accepted, and estimated

Page 67: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00630 - 2 Guaranty

for payment, Contractor shall, at its own expense, replace or repair any such equipment, material, or Work found to be defective or otherwise not to comply with the requirements of the Contract Documents up to the end of the guaranty period. All abbreviations and definitions of terms used in this Agreement shall have the meanings set forth in the Contract Documents, including, without means of limitation, Section 01420 (References and Definitions). The foregoing Guaranty is in addition to any other warranties of Contractor contained in the Contract Documents, and not in lieu of, any and all other liability imposed on Contractor under the Contract Documents and at law with respect to Contractor’s duties, obligations, and performance under the Contract Documents. In the event of any conflict or inconsistency between the terms of this Guaranty and any warranty or obligation of the Contractor under the Contract Documents or at law, such inconsistency or conflict shall be resolved in favor of the higher level of obligation of the Contractor. Contractor’s Company Name Signature Address Printed Name and Title City/State/Zip Date

END OF SECTION

Page 68: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00640 - 1 Unconditional/Conditional Waiver and Release on Progress Payment

SECTION 00640

UNCONDITIONAL/CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT

*****

UNCONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. Identifying Information Name of Claimant: Name of Customer: Job Location: Owner: Through Date: Unconditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job through the Through Date of this document. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. The claimant has received the following progress payment: $____________________________. Exceptions This document does not affect the following:

(1) Retentions. (2) Extras for which the claimant has not received payment.

Page 69: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00640 - 2 Unconditional/Conditional Waiver and Release on Progress Payment

(3) Contract rights, including (A) a right based on rescission, abandonment, or breach of contract, and (B) the right to recover compensation for work not compensated by payment.

Signature Claimant’s Signature: Claimant’s Title: Date of Signature:

*****

CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT NOTICE: THIS DOCUMENT WAIVES THE CLAIMANT’S LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS EFFECTIVE ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISFIED THAT THE CLAIMANT HAS RECEIVED PAYMENT. Identifying Information Name of Claimant: Name of Customer: Job Location: Owner: Through Date:

Page 70: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00640 - 3 Unconditional/Conditional Waiver and Release on Progress Payment

Conditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job through the Through Date of this document. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. This document is effective only on the claimant’s receipt of payment from the financial institution on which the following check is drawn: Maker of Check: Amount of Check: $ Check Payable to: Exceptions This document does not affect any of the following:

(1) Retentions. (2) Extras for which the claimant has not received payment. (3) The following progress payments for which the claimant has previously given a

conditional waiver and release but has not received payment: Date(s) of waiver and release: Amount(s) of unpaid progress payment(s): $

(4) Contract rights, including (A) a right based on rescission, abandonment, or breach of contract, and (B) the right to recover compensation for work not compensated by the payment.

Signature Claimant’s Signature: Claimant’s Title: Date of Signature:

END OF SECTION

Page 71: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00650 - 1 Unconditional/Conditional Waiver and Release on Final Payment

SECTION 00650

UNCONDITIONAL/CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT

***** UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT

NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. Identifying Information Name of Claimant: Name of Customer: Job Location: Owner: Unconditional Waiver and Release

This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for all labor and service provided, and equipment and material delivered, to the customer on this job. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. The claimant has been paid in full. Exceptions This document does not affect the following: Disputed claims for extras in the amount of $ Signature Claimant’s Signature: Claimant’s Title: Date of Signature:

Page 72: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00650 - 2 Unconditional/Conditional Waiver and Release on Final Payment

*****

CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT

NOTICE: THIS DOCUMENT WAIVES THE CLAIMANT’S LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS EFFECTIVE ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISFIED THAT THE CLAIMANT HAS RECEIVED PAYMENT.

Identifying Information Name of Claimant: Name of Customer: Job Location: Owner:

Conditional Waiver and Release

This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. This document is effective only on the claimant’s receipt of payment from the financial institution on which the following check is drawn: Maker of Check: Amount of Check: $

Check Payable to:

Exceptions

This document does not affect any of the following:

Disputed claims for extras in the amount of: $

Signature

Claimant’s Signature:

Claimant’s Title:

Date of Signature:

END OF SECTION

Page 73: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00660 - 1 Substitution Request Form

SECTION 00660

SUBSTITUTION REQUEST FORM To: El Dorado Irrigation District Project: Flume 38 to 40 Canal Conversion Project No. 16022.01 Contract No. E20-02 Contractor: TBD Subcontractor/Supplier:

______________________________________________________ Drawing Sheet Reference/Detail No:

____________________________________________ The undersigned Bidder submits for consideration the following equipment instead of the specified item for the above project: Section Paragraph Specified Item ________ ___________ ___________________________________________ ________ ___________ ___________________________________________ Proposed Substitution: ___________________________________________________ ______________________________________________________________________

The undersigned encloses the information required herein. If this SECTION 00660 is being submitted by a Bidder wishing to use “or equal” item(s) as provided in SECTION 00200 (Instructions to Bidders), the undersigned Bidder must also enclose the technical information (other than cost) otherwise required for a post-Award of Contract Request for Substitution (“RFS”) under Section 01600 (Product Requirements). However, If this SECTION 00660 is being submitted under provisions of Contract Documents after Award of Contract, the undersigned Contractor must include all information required under Section 1600 (Product Requirements). The undersigned has (a) attached manufacturer’s literature, including complete technical data and laboratory test results, if applicable, (b) attached an explanation of why proposed substitution is a true equivalent to specified item, (c) included complete

Page 74: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00660 - 2 Substitution Request Form

information on changes to Drawings and Specifications that the proposed substitution will require for its proper installation, and (d) filled in the blanks below: A. Does the substitution affect dimensions shown on Drawings?

B. Are the manufacturer’s guarantees and warranties on the proposed substitution

items identical to those on the specified items? If there are differences, please specify each and every difference in detail.

C. What effect does the substitution have on other contractors, trades, or suppliers?

D. What are the differences between the proposed substitution and the specified item? If proposed substitution has a color or pattern, provide a color board showing proposed substitution in relation to the other adjacent colors and patterns.

E. Will granting the requested substitution cause any schedule delay? (If yes, please explain)

The undersigned Bidder certifies that the function, appearance, and quality of the proposed substitution are equivalent or superior to those of the specified item. Submitted by: Bidder/Contractor [note applicable] Signature

For Use by District: Accepted Accepted as Noted Not Accepted Received Too Late

Name

By: District’s Representative Date:

Page 75: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00660 - 3 Substitution Request Form

Address City/State/Zip Telephone: Date:

Remarks:

END OF SECTION

Page 76: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00670 - 1 Escrow Bid Documents

SECTION 00670

ESCROW BID DOCUMENTS 1. Requirements for Escrow Bid Documents. a. Within the time period established in SECTION 00200 (Instructions to

Bidders), Contractor shall submit to District a set of Escrow Bid Documents, on flash drive, as defined in paragraph 2 below. Escrow Bid Documents will be used only in the manner and for the purposes described in this SECTION 00670.

b. The submission of the Escrow Bid Documents, as with the bonds and

insurance documents required under SECTION 00200 (Instructions to Bidders), is considered an essential part of the Contract award. Should Contractor fail to make the submission within the allowed time specified, Contractor may be deemed to have failed to enter into the Contract, Contractor shall forfeit the amount of its Bid security accompanying Contractor’s Bid, and District may award the Contract to the next lowest responsive responsible Bidder.

c. NO PAYMENTS WILL BE MADE, NOR WILL DISTRICT ACCEPT CHANGE

ORDER REQUESTS UNTIL THE ABOVE-REQUIRED INFORMATION IS SUBMITTED AND APPROVED. ALTERNATIVELY, DISTRICT MAY DECLARE THE BID NON-RESPONSIVE.

d. Contractor shall submit the Escrow Bid Documents to:

Lori Bazinet El Dorado Irrigation District 2890 Mosquito Rd. Placerville, CA 95667

2. Scope of Escrow Bid Documents. a. Within the time period specified in SECTION 00200 (Instructions to Bidders),

Contractor shall submit one copy of all documentary information received or generated by Contractor in preparation of Bid prices for the Contract Documents, as specified in paragraphs 5 and 6 of this SECTION 00670. This material is referred to in this SECTION 00670 as the “Escrow Bid Documents.” Contractor’s Escrow Bid Documents will be held in escrow as provided in this SECTION 00670.

a. Contractor represents and agrees, as a condition of award of the Contract,

that the Escrow Bid Documents constitute all written information used in the preparation of its Bid, and that no other written Bid preparation information shall be considered in resolving disputes or claims or may be considered in

Page 77: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00670 - 2 Escrow Bid Documents

legal proceedings. Contractor also agrees that nothing in the Escrow Bid Documents shall change or modify the terms or conditions of the Contract Documents. Contractor is advised that the Escrow Bid Documents will only be used as a guide in the resolution of disputes and claims.

3. Ownership of Escrow Bid Documents. a. The Escrow Bid Documents are, and shall always remain, the property of

Contractor, subject to joint review by District and Contractor, as provided in this SECTION 00670.

b. District stipulates and expressly acknowledges that the Escrow Bid

Documents constitute trade secrets. This acknowledgement is based on District’s express understanding that the information contained in the Escrow Bid Documents is not known outside Contractor’s business, is known only to a limited extent and only by a limited number of Contractor’s employees, is safeguarded while in Contractor’s possession, is extremely valuable to Contractor and could be extremely valuable to Contractor’s competitors by virtue of it reflecting Contractor’s contemplated construction techniques. District further acknowledges that the Escrow Bid Documents and the information contained in them are made available to District only because such action is an express pre-requisite to award of the Contract. District agrees to safeguard the Escrow Bid Documents, and all information contained in them, against disclosure to the fullest extent permitted by law, consistent with paragraph 4 of this SECTION 00670.

4. Escrow Bid Documents may be used in the determination of price adjustments and

change orders and in the settlement of disputes and claims. If used in legal proceedings, Escrow Bid Documents shall be subject to an appropriate protective order limiting their disclosure.

5. Format and Contents of Escrow Bid Documents. a. Contractor may submit Escrow Bid Documents in their usual cost-estimating

format; a standard format is not required. b. District requires Contractor to itemize clearly in the Escrow Bid Documents

the estimated costs of performing the work of each Bid item contained in Contractor’s Bid. Contractor shall separate Bid items into sub-items as required to present a detailed cost estimate and allow a detailed cost review. The Escrow Bid Documents shall include all Subcontractor bids or quotes, supplier bids or quotes, quantity take-offs, crews, equipment, calculations of rates of production and progress, copies of quotes from Subcontractors and suppliers, and memoranda, narratives, add/deduct sheets, and all other information used by Contractor to arrive at the prices contained in the Bid. Escrow Bid Documents shall include costs of scheduled maintenance,

Page 78: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00670 - 3 Escrow Bid Documents

depreciation, fleet rental expense discounts and incentives, and similar cost adjustments if used by Contractor to calculate its Bid prices. Estimated costs shall be broken down into Contractor’s usual estimate categories such as direct labor, repair labor, equipment ownership and operation, expendable materials, permanent materials and subcontract costs as appropriate. Plant and equipment and indirect costs should be detailed in Contractor’s usual format. Contractor shall identify its allocation of indirect costs, contingencies, markup and other items to each Bid item.

c. Contractor shall identify all costs. For Bid items amounting to less than

$10,000, Contractor may estimate costs without a detailed cost estimate, provided that Contractor includes applicable labor, equipment, materials and subcontracts, and allocates applicable indirect costs, contingencies and markup.

d. Bid documents provided by District should not be included in the Escrow Bid

Documents unless needed to comply with these requirements. 6. Submittal of Escrow Bid Documents. a. Contractor shall submit the Escrow Bid Documents within 10 Days after the

Notice of Award. The envelope shall be clearly marked on the outside with Contractor’s name, date of submittal, project name and the words “Escrow Bid Documents - Open only in the presence of Authorized Representatives of both District and Contractor.” Notwithstanding the foregoing, upon receipt of the Escrow Bid Documents, District will, by itself, review the Escrow Bid Documents for initial compliance. District has 10 Days after receipt of Bidder’s Escrow Bid Documents to demand additional information. Thereafter, except for inserting the additional information demanded by District, the Escrow Bid Documents shall only be opened in the presence of Authorized Representatives of both District and Contractor.

b. By submitting Escrow Bid Documents, Contractor represents that the material

in the Escrow Bid Documents constitutes all the documentary information used in preparation of the Bid and that Contractor has personally examined the contents of the Escrow Bid Documents container and has found that the documents in the container are complete. Contractor agrees that it will not introduce or rely on any other documents to prove how it prepared its Bid.

c. If Contractor’s proposal is based upon subcontracting any part of the Work,

each Subcontractor whose total subcontract price exceeds five percent of the total Contract Sum proposed by Contractor, shall provide separate Escrow Documents to be included with those of Contractor. Such documents shall be opened and examined in the same manner and at the same time as the examination described above for Contractor.

Page 79: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00670 - 4 Escrow Bid Documents

d. If Contractor wishes to subcontract any portion of the Work after award, District retains the right to require Contractor to submit Escrow Documents for the Subcontractor before approval of the subcontract.

7. Storage, Examination, and Final Disposition of Escrow Bid Documents. a. The Escrow Bid Documents will be placed in escrow by District and shall

remain in escrow until Final Completion of Work on the Project, at El Dorado Savings Bank, Ray Lawyer Drive, Placerville, California in a safe deposit box. District will pay the cost of storage for the Escrow Bid Documents until that time.

b. After the Escrow Bid Documents are placed in escrow, both District and

Contractor may examine the Escrow Bid Documents, at any time deemed necessary by either District or Contractor, to assist in the negotiation of price adjustments and change orders or the settlement of disputes and claims. Examination of the Escrow Bid Documents is subject to the following conditions:

i. As trade secrets, the Escrow Bid Documents are proprietary and

confidential under paragraph 3.b. of this SECTION 00670.

ii. District and Contractor (and any Subcontractor, to the extent Escrow Bid Documents are required by a Subcontractor) shall each designate in writing to the other party(s) at least seven Days prior to any examination, representatives who are authorized to examine the Escrow Bid Documents. Except as otherwise provided in a court order, no other persons shall have access to the Escrow Documents.

iii. Except for initial deposit or removal following Final Completion of the

Work of the Project or as otherwise provided in a court order, access to the documents may take place only in the presence of duly designated representatives of both District and Contractor. If Contractor fails to designate a representative or appear for joint examination on seven Days’ notice, then District’s representative may examine the Escrow Bid Documents upon an additional three Days’ notice.

iv. Following Final Completion of Work on the Project and after the

execution of SECTION 00650 (Agreement and Release of Any and All Claims) by District and Contractor, and final resolution of any claim listed in SECTION 00650, District will remove the Escrow Bid Documents from escrow and return the Bid Escrow Documents to Contractor.

END OF SECTION

Page 80: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00680 - 1 Escrow Agreement for Security Deposits

SECTION 00680

ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION

P.C.C. §22300 THIS ESCROW AGREEMENT (“Escrow Agreement”) is made and entered into this ______ day of _______________, 20__, by and between the EL DORADO IRRIGATION DISTRICT (hereinafter called the “District”), whose address is 2890 Mosquito Road, Placerville, CA 95667; ___________________________ (“Contractor”), whose place of business is located at _____________________________________; and __________________________________, a state or federally chartered bank in the State of California, whose place of business is located at ________________________________________________ (“Escrow Agent”). For the consideration hereinafter set forth, District, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of Public Contract Code of the State of California,

Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by District pursuant to Contract Number E20-02 for Project Number 16022.01 entered into between District and Contractor for FLUME 38 TO 40 CANAL CONVERSION PROJECT in the amount of ________________________ dated ______________________ (the “Contract”). Alternatively, on written request of Contractor, District shall make payments of the retention earnings directly to Escrow Agent. When Contractor deposits the securities as a substitute for Contract earnings, Escrow Agent shall notify District within ten Days of the deposit. The market value of the securities at the time of substitution shall be at least equal to the cash amount then required to be withheld as retention under terms of Contract between District and Contractor. Securities shall be held in name of El Dorado Irrigation District, and shall designate Contractor as the beneficial owner.

2. District shall make progress payments to Contractor for those funds which

otherwise would be withheld from progress payments pursuant to Contract provisions, provided that Escrow Agent holds securities in form and amount specified in paragraph 1 of this SECTION 00680.

3. When District makes payment(s) of retention earned directly to Escrow Agent,

Escrow Agent shall hold said payment(s) for the benefit of Contractor until the time that the escrow created under this Escrow Agreement is terminated. Contractor may direct the investment of the payments into securities. All terms and conditions of this Escrow Agreement and the rights and responsibilities of the parties shall be equally applicable and binding when District pays Escrow Agent directly.

Page 81: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00680 - 2 Escrow Agreement for Security Deposits

4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account, and all expenses of District. Such expenses and payment terms shall be determined by District, Contractor, and Escrow Agent.

5. Interest earned on securities or money market accounts held in escrow and all

interest earned on that interest shall be for sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to District.

6. Contractor shall have the right to withdraw all or any part of the principal in the

Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to Escrow Agent that District consents to withdrawal of amount sought to be withdrawn by Contractor.

7. District shall have the right to draw upon the securities in event of default by

Contractor. Upon seven (7) Days written notice to Escrow Agent from District of the default, Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by District.

8. Upon receipt of written notification from District certifying that the Contract is final

and complete, and that Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges.

9. Escrow Agent shall rely on written notifications from District and Contractor

pursuant to paragraphs 5 through 8, inclusive, of this SECTION 00680 and District and Contractor shall hold Escrow Agent harmless from Escrow Agent’s release and disbursement of securities and interest as set forth.

10. Names of persons who are authorized to give written notice or to receive written

notice on behalf of District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows:

Page 82: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00680 - 3 Escrow Agreement for Security Deposits

On behalf of District: On behalf of Contractor:

Project Manager Title Title Cary Mutschler Name Name

Signature Signature 2890 Mosquito Rd. Address Address Placerville, CA 95667 City/State/Zip City/State/Zip

On behalf of Escrow Agent:

Title Name

Signature Address City/State/Zip At the time the Escrow Account is opened, District and Contractor shall deliver to Escrow Agent a fully executed counterpart of this SECTION 00680.

Page 83: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00680 - 4 Escrow Agreement for Security Deposits

IN WITNESS WHEREOF, the parties have executed this Escrow Agreement by their proper officers on the date first set forth above. District Contractor El Dorado Irrigation District General Manager Title Title James M. Abercrombie Name Name Signature Signature Escrow Agent REVIEWED AS TO FORM: Office of the General Counsel Title Date Name Signature

END OF SECTION

Page 84: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - i General Conditions

SECTION 00700

GENERAL CONDITIONS TABLE OF CONTENTS

1. GENERAL ......................................................................................................... 1 A. Documents ................................................................................................... 1 B. Exercise Of Contract Responsibilities .......................................................... 1 C. Defined Terms ............................................................................................. 1

2. BIDDING ........................................................................................................... 1

A. Investigation Prior To Bidding ...................................................................... 1 B. Subcontractors ............................................................................................. 2

3. CONTRACT AWARD AND COMMENCEMENT OF THE WORK ..................... 3 A. Award Of Contract ....................................................................................... 3 B. Commencement Of Work ............................................................................ 3

4. BONDS AND INSURANCE ............................................................................... 3 A. Bonds ........................................................................................................... 3 B. Insurance ..................................................................................................... 3

5. DRAWINGS AND SPECIFICATIONS ............................................................... 4 A. Intent ............................................................................................................ 4 B. Drawing Details ............................................................................................ 4 C. Interpretation Of Drawings And Specifications ............................................. 5 D. Checking Of Drawings ................................................................................. 5 E. Standards To Apply Where Specifications Are Not Furnished ..................... 5 F. Deviation from Specifications and Drawings ................................................ 6 G. Precedence Of Documents .......................................................................... 6 H. Ownership And Use Of Drawings, Specifications And Contract

Documents ................................................................................................... 6

6. CONSTRUCTION BY DISTRICT OR BY SEPARATE CONTRACTORS .......... 7 A. District’s Right To Perform Construction And To Award Separate

Contracts ................................................................................................ 7 B. Mutual Responsibility ................................................................................... 7 C. District Authority Over Coordination ............................................................. 8

7. DISTRICT AND PAYMENT ............................................................................... 8 A. District representative(s) .............................................................................. 8 B. Means And Methods Of Construction .......................................................... 9 C. Receipt And Processing Of Applications For Payment ................................ 9

8. CONTROL OF THE WORK ............................................................................... 9 A. Supervision Of Work By Contractor ............................................................. 9

Page 85: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - ii General Conditions

B. Observation Of Work By District .................................................................. 9 C. Access To Work ........................................................................................... 10 D. Existing Utilities ............................................................................................ 11 E. Underground Facilities ................................................................................. 12

9. WARRANTY, GUARANTY, AND INSPECTION OF WORK .............................. 14 A. Warranty And Guaranty ............................................................................... 14 B. Inspection Of Work ...................................................................................... 15 C. Correction Of Defective Work ...................................................................... 16 D. Acceptance And Correction Of Defective Work By District .......................... 18 E. Rights Upon Inspection Or Correction ......................................................... 19 F. Samples And Tests Of Materials And Work ................................................. 19 G. Proof Of Compliance Of Contract Provisions ............................................... 19 H. Acceptance .................................................................................................. 20

10. CONTRACTOR’S ORGANIZATION AND EQUIPMENT ................................... 20 A. Contractor’s Legal Address .......................................................................... 20 B. Contractor’s Office At The Work Site ........................................................... 20 C. Contractor’s Superintendents Or Forepersons ............................................ 20 D. Proficiency In English ................................................................................... 20 E. Contractor’s And Subcontractors’ Employees .............................................. 21 F. Contractor To Supply Sufficient Workers And Materials .............................. 21 G. Contractor To List Trades Working .............................................................. 22 H. Contractor’s Use Of The Site ....................................................................... 22

11. PROSECUTION AND PROGRESS OF THE WORK ........................................ 22 A. Schedules And Examinations Of Contract Documents ................................ 22 B. Cost Data ..................................................................................................... 24

12. CLAIMS BY CONTRACTOR ............................................................................. 25 A. General ........................................................................................................ 25 B. Procedure .................................................................................................... 26 C. Claim Format ............................................................................................... 28 D. Subcontractor Claims ................................................................................... 29 E. Exclusive Remedy ....................................................................................... 29

13. LEGAL AND MISCELLANEOUS ....................................................................... 29 A. Laws And Regulations ................................................................................. 29 B. Permits And Taxes ....................................................................................... 30 C. Responsibility Of Contractor And Indemnification ........................................ 30 D. Concealed Or Unknown Conditions ............................................................. 31 E. Notice Of Hazardous Waste Or Materials Conditions .................................. 32 F. Suspension Of Work .................................................................................... 34 G. Termination Of Contract For Cause ............................................................. 34 H. Termination Of Contract For Convenience .................................................. 36 I. Contingent Assignment Of Subcontracts ..................................................... 39 J. Remedies and Contract Integration ............................................................. 39

Page 86: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - iii General Conditions

K. Patents ......................................................................................................... 40 L. Substitution For Patented And Specified Articles ......................................... 41 M. Interest Of Public Officers ............................................................................ 41 N. Limit Of Liability............................................................................................ 41 O. Severability .................................................................................................. 41

14. MODIFICATIONS OF CONTRACT DOCUMENTS ........................................... 42 A. Alterations, Modifications And Force Account Work .................................... 42

15. TIME ALLOWANCES ........................................................................................ 43 A. Time Allowances For Performance Of Contract Documents ........................ 43 B. Entitlement to Change Of Contract Time ..................................................... 44 C. Notice Of Delay ............................................................................................ 45 D. Time Extensions and/or Damages Entitlements For Delays ........................ 45 E. Liquidated Damages .................................................................................... 46

16. WORKING CONDITIONS AND PREVAILING WAGES .................................... 47 A. Use Of Site/Sanitary Rules .......................................................................... 47 B. Protection Of Work, Persons, Property and Operations ............................... 48 C. Responsibility For Safety And Health ........................................................... 49 D. Emergencies ................................................................................................ 49 E. Use Of Roadways And Walkways................................................................ 49 F. Nondiscrimination ........................................................................................ 49 G. Prevailing Wages ......................................................................................... 50 H. Environmental Controls ................................................................................ 50 I. Cal-OSHA Permits ....................................................................................... 50

Page 87: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 1 General Conditions

GENERAL CONDITIONS 1. GENERAL

A. Documents

Contract Documents are complementary; what is called for by one is as binding as if called for by all. Contract Documents shall not be construed to create a contractual relationship of any kind between (1) Engineer or any District Representative and Contractor; (2) District and/or its representatives and (except as provided in paragraph 13.I below) a Subcontractor, sub-Subcontractor, or supplier of any Project labor, materials, or equipment; or (3) between any persons or entities other than District and Contractor. District shall be deemed to be an intended third-party beneficiary of each agreement referenced in clause (2) above, and each such agreement shall so provide. Contractor is fully responsible for Contractor’s own acts and omissions. Contractor is responsible for all acts and omissions of its Subcontractors, suppliers, and other persons and organizations performing or furnishing any of the Work, labor, materials, or equipment under a direct or indirect contract with Contractor.

B. Exercise of Contract Responsibilities

In exercising its responsibilities and authorities under the Contract Documents, District does not assume any duties or responsibilities to any Subcontractor or supplier and does not assume any duty of care to Contractor, Contractor’s Subcontractors or suppliers. Except as expressly set forth in the Contract Documents, in exercising their respective responsibilities and authorities under the Contract Documents, neither Engineer nor any District Representative assume any duties or responsibilities to any Subcontractor, sub-Subcontractor or supplier nor assume any duty of care to Contractor or any Subcontractor, sub-Subcontractor or suppliers.

C. Defined Terms

All abbreviations and definitions of terms used and not otherwise defined in this SECTION 00700 are set forth in Section 01420 (References and Definitions). This SECTION 00700 subdivides at first level into Articles, and then into paragraphs.

6. BIDDING

A. Investigation Prior To Bidding 1. Prior to bidding, Bidders shall perform the work, investigations, research

and analysis required by Article 5 of SECTION 00520 (Agreement). Under the Contract Documents, Contractor is charged with all information and knowledge that a reasonable Bidder would ascertain from having performed the required work, investigations, research, and analysis. Bid prices shall include entire cost of all “incidental work” to complete the Work, as that term is defined in Article 5 of this SECTION 00700.

2. Conditions Shown on Contract Documents: Information as to underground conditions, as-built conditions, or other conditions or obstructions indicated in the Contract Documents, e.g., on Drawings or in Specifications, has been obtained with reasonable care, and has been recorded in good faith. District warrants, and Contractor may rely on, the

Page 88: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 2 General Conditions

accuracy of only limited types of information as discussed below. a. Aboveground and as-built conditions: There is no express or implied

warranty and no express or implied representation that any information as to aboveground conditions or as-built conditions indicated in the Contract Documents is correctly shown, or indicated, or complete. As a condition to bidding, Contractor shall verify by independent investigation all aboveground and as-built conditions. In submitting its Bid, Contractor shall rely on the results of its own independent investigation and shall not rely on District-supplied information regarding aboveground conditions and as-built conditions.

b. Subsurface conditions: Contractor may rely only upon the general accuracy of actual reported depths, actual reported character of materials, actual reported soil types, actual reported water conditions, or actual obstructions shown or indicated in the Contract Documents. District is not responsible for (1) the completeness of any subsurface condition information for bidding or construction, (2) Contractor’s conclusions or opinions drawn from any subsurface condition information, or (3) subsurface conditions that are not specifically shown. (For example, District is not responsible for soil conditions in areas contiguous to areas where a subsurface condition is shown.)

c. Conditions Shown in Reports and Drawings Supplied for Informational Purposes: Reference is made to SECTION 00320 (Geotechnical Data and Existing Conditions) for identification of geotechnical reports, “as built” information, and other drawings or other documents describing physical conditions in or relating to existing surface or subsurface conditions or structures at or contiguous to the Site. These materials are not Contract Documents and, except for any “technical data” regarding subsurface conditions specifically identified in SECTION 00320 (Geotechnical Data and Existing Conditions), and “Underground Facilities” data, as limited in SECTION 00320 (Geotechnical Data and Existing Conditions), Contractor shall not in any manner rely on the information in these materials. Subject to the foregoing, Contractor shall make its own independent investigation of all conditions affecting the Work and must not rely on information provided by District.

B. Subcontractors

1. Consistent with Public Contract Code Sections 4101 et seq., Contractor shall not substitute any other person or firm in place of any Subcontractor listed in the Bid. Subcontractors shall not assign or transfer their subcontracts or permit them to be performed by any other contractor without District’s written approval. At District’s request, Contractor shall provide District with a complete copy of all executed subcontracts or final commercial agreements with Subcontractors and/or suppliers.

2. Subcontract agreements shall preserve and protect the rights of District under the Contract Documents so that subcontracting will not prejudice such rights. To the extent of the Work to be performed by a Subcontractor, Contractor shall require the Subcontractor’s written

Page 89: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 3 General Conditions

agreement (1) to be bound to the terms of Contract Documents and (2) to assume vis-à-vis Contractor all the obligations and responsibilities that Contractor assumes toward District under the Contract Documents. (These agreements include for example, and not by way of limitation, all warranties, claims procedures and rules governing submittals of all types to which Contractor is subject under the Contract Documents.)

3. Contractor shall provide for the assignment to District of all rights any Subcontractor may have against any manufacturer, supplier, or distributor for breach of warranties and guaranties relating to the Work performed by the Subcontractor under the Contract Documents.

3. CONTRACT AWARD AND COMMENCEMENT OF THE WORK

A. Award of Contract District will make the Award of Contract by issuing a Notice of Award. As a condition to District signing SECTION 00520 (Agreement), however, Contractor shall deliver to District the executed agreements, forms, bonds and insurance documents required by SECTION 00200 (Instructions to Bidders) in the required quantities and within the required times.

B. Commencement of Work The Contract Time will commence to run on the 30th Day after the issuance of the Notice of Award or, if a Notice to Proceed is given, on the date indicated in the Notice to Proceed. See also paragraph 15.A.2 of this SECTION 00700. District may give a Notice to Proceed at any time within 30 Days after the Notice of Award. Contractor shall not do any Work at the Site prior to the date on which the Contract Time commences to run.

4. BONDS AND INSURANCE

A. Bonds 1. At or before the date indicated in SECTION 00200 (Instructions to

Bidders), Contractor shall file with District the following bonds: a. Corporate surety bond, in the form of SECTION 00610 (Construction

Performance Bond), in the penal sum of 100% of the Contractor’s Bid as accepted, to guaranty faithful performance of the Work; and

b. Corporate surety bond, in the form of SECTION 00620 (Construction Labor and Material Payment Bond), in the penal sum of 100% of the Contractor’s Bid as accepted, to guaranty payment of wages for services engaged and of bills contracted for materials, supplies, and equipment used in performance of Contract Documents.

2. Sureties shall be satisfactory to District. Corporate sureties on these bonds and on bonds accompanying Bids shall be duly licensed to do business in the State of California and shall have an A.M. Best Company financial rating of A-,VII or better.

B. Insurance See SECTION 00821 (Insurance), incorporated herein by this reference.

Page 90: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 4 General Conditions

5. DRAWINGS AND SPECIFICATIONS

A. Intent 1. Drawings and Specifications are intended to describe a functionally

complete and operable Project (and all parts thereof) to be constructed in accordance with the requirements of Contract Documents. Contractor shall perform any work, provide services and furnish any materials or equipment that may reasonably be inferred from the requirements of Contract Documents or from prevailing custom or trade usage as being required to produce this intended result. Contractor shall interpret words or phrases used to describe work (including services), materials or equipment, that have well-known technical or construction industry or trade meaning in accordance with that meaning. Drawings’ intent specifically includes the intent to depict construction that complies with all applicable laws, codes and standards.

2. As part of the “Work,” Contractor shall provide all labor, materials, equipment, machinery, tools, facilities, services, employee training and testing, hoisting facilities, shop drawings, storage, testing, security, transportation, disposal, the securing of all necessary or required field dimensions, the cutting or patching of existing materials, notices, permits, documents, reports, agreements and any other items required or necessary to timely and fully complete Work described and the results intended by Contract Documents and, in particular, Drawings and Specifications. Divisions and Specification Sections and the identification on any Drawings shall not control Contractor in dividing Work among Subcontractors or suppliers or delineating the Work to be performed by any specific trade.

3. Contractor shall perform reasonably implied parts of Work as “incidental work” although absent from Drawings and Specifications. Incidental work includes any work not shown on Drawings or described in Specifications that is necessary or normally or customarily required as a part of the Work shown on Drawings or described in Specifications. Incidental work includes any Work necessary or required to make each installation satisfactory, legally operable, functional, and consistent with the intent of Drawings and Specifications or the requirements of Contract Documents including required tasks to be performed under Division 1 of Specifications. Contractor shall perform incidental work without extra cost to District. Incidental work shall be treated as if fully described in Specifications and shown on Drawings, and the expense of incidental work shall be included in price Bid and Contract Sum.

B. Drawing Details

A typical or representative detail on Drawings shall constitute the standard for workmanship and material throughout corresponding parts of Work. Where necessary, and where reasonably inferable from Drawings, Contractor shall adapt such representative detail for application to such corresponding parts of Work. The details of such adaptation shall be subject to prior approval by District. Repetitive

Page 91: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 5 General Conditions

features shown in outline on Drawings shall be in exact accordance with corresponding features completely shown.

C. Interpretation of Drawings And Specifications

Should any discrepancy appear or any misunderstanding arise as to the import of anything contained in Drawings and Specifications, or should Contractor have any questions or requests relating to Drawings or Specifications, Contractor shall refer the matter to District, in writing. District will issue with reasonable promptness written responses, clarifications or interpretations as District may determine necessary, which shall be consistent with the intent of and be reasonably inferable from Contract Documents. Such written clarifications or interpretations shall be binding upon Contractor. If Contractor believes that a written response, clarification or interpretation justifies an adjustment in the Contract Sum or Contract Time, Contractor shall give District prompt written notice as provided in Section 01250 (Modification Procedures). If the parties are unable to agree to the amount or extent of the adjustment, if any, then Contractor shall perform the Work in conformance with District’s response, clarification, or interpretation and may make a written claim for the adjustment as provided in Article 12 of this SECTION 00700.

D. Checking of Drawings

Before undertaking each part of Work, Contractor shall carefully study and compare Contract Documents and check and verify pertinent figures shown in the Contract Documents and all applicable field measurements. Contractor shall be responsible for any errors that might have been avoided by such comparison. Figures shown on Drawings shall be followed; Contractor shall not scale measurements. Contractor shall promptly report to District, in writing, any conflict, error, ambiguity or discrepancy that Contractor may discover. Contractor shall obtain a written interpretation or clarification from District before proceeding with any Work affected thereby. Contractor shall provide District with a follow-up correspondence every ten days until it receives a satisfactory interpretation or clarification.

E. Standards to Apply Where Specifications Are Not Furnished

The following general specifications shall apply wherever in the Specifications, or in any directions given by District in accordance with or supplementing Specifications, it is provided that Contractor shall furnish materials or manufactured articles or shall do work for which no detailed specifications are shown. Materials or manufactured articles shall be of the best grade, in quality and workmanship, obtainable in the market from firms of established good reputation. If not ordinarily carried in stock, the materials or manufactured articles shall conform to industry standards for first-class materials or articles of the kind required, with due consideration of the use to which they are to be put. Work shall conform to the usual standards or codes, such as those cited in Section 01420 (References and Definitions), for first-class work of the kind required. Contractor shall specify in writing to District the materials to be used or Work to be performed under this paragraph 5.E ten Business Days prior to furnishing such materials or performing such Work.

Page 92: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 6 General Conditions

F. Deviation from Specifications and Drawings

1. Contractor shall perform Work in accordance with Drawings and Specifications. Contractor may deviate from Drawings or the dimensions given in the Drawings, and may deviate from the Specifications, only upon District’s advance written approval of the proposed deviation.

2. District may order that locations, lines and grades for Work vary from those shown on Drawings. Changes may be made in locations, lines or grades for Work under any item of Contract Documents. No payment in addition to unit price fixed in the Contract Documents for Work under respective items will be allowed on account of variations from Drawings in unit price items. In lump sum contracts, or where there are no unit price items covering Work affected by variations of locations, lines or grades, all changes in the Contract Documents will be made as set forth in Article 14 of this SECTION 00700.

G. Precedence of Documents

1. In the case of discrepancy or ambiguity in the Contract Documents, the following order of precedence shall prevail: a. Modifications in inverse chronological order (i.e., most recent first), and

in the same order as specific portions they are modifying; b. SECTION 00520 (Agreement), and terms and conditions referenced

therein; c. SECTION 00800 (Supplementary General Conditions); d. SECTION 00700 (General Conditions); e. Division 1 Specifications; f. Division 2 through 16 Specifications; g. Drawings; h. Written numbers over figures, unless obviously incorrect; i. Figured dimensions over scaled dimensions; j. Large-scale drawings over small-scale drawings.

2. Any conflict between Drawings and Division 2 through 16 Specifications will be resolved in favor of the document of the latest date (i.e., the most recent document), and if the dates are the same or not determinable, then in favor of Specifications.

7. Any conflict between a bill or list of materials shown in the Contract Documents and the actual quantities required to complete Work required by Contract Documents, will be resolved in favor of the actual quantities.

8. In the event the Specifications include divisions above Division 16 (e.g., Division 17 and above), then such divisions shall be included within the Contract Documents unless identified otherwise.

H. Ownership and Use Of Drawings, Specifications And Contract Documents

Drawings, Specifications and other Contract Documents were prepared for use for Work of Contract Documents only. No part of Contract Documents shall be used for any other construction or for any other purpose except with the written consent of

Page 93: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 7 General Conditions

District. Any unauthorized use of Contract Documents is prohibited and at the sole liability of the user.

6. CONSTRUCTION BY DISTRICT OR BY SEPARATE CONTRACTORS

A. District’s Right to Perform Construction and to Award Separate Contracts

District may perform with its own forces, construction or operations related to the Project. District may also award separate contracts in connection with other portions of the Project or other construction or operations, on the Site or areas contiguous to the Site, under conditions similar to these Contract Documents, or may have utility owners perform other work. When separate contracts are awarded for different portions of the Project or other construction or operations on the Site, the term “Contractor” in these Contract Documents shall mean the Contractor herein.

B. Mutual Responsibility

1. Contractor shall afford all other contractors, utility owners and District (if District is performing work with its own forces), proper and safe access to the Site, and reasonable opportunity for the installation and storage of their materials. Contractor shall ensure that the execution of its Work properly connects and coordinates with others’ work, and shall cooperate with them to facilitate the progress of the Work.

2. Contractor shall coordinate its Work with the work of other separate contractors, District, and utility owners. Contractor shall hold coordination meetings with other contractors, District and its representatives, and utility owners as required by Section 01315 (Project Meetings).

3. Unless otherwise provided in the Contract Documents, Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of other separate contractors, District or utility owners by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of District and the others whose work will be affected.

4. Contractor’s duties and responsibilities under Article 6 of this SECTION 00700 are for the benefit of District and also for the benefit of such other contractors and utility owners working at the Site to the extent that there are comparable provisions for the benefit of Contractor in the direct contracts between District and such other contractors and utility owners.

5. To the extent that any part of Contractor’s Work is to interface with work performed or installed by other contractors or utility owners, Contractor shall inspect and measure the in-place work. Contractor shall promptly report to District in writing any defect in the in-place work that will impede or increase the cost of Contractor’s interface unless corrected. District will require the Contractor responsible for the Defective Work to make corrections so as to conform to its contract requirements, or, if the defect is the result of an error or omission in the Contract Documents, issue a Change Order. If Contractor fails to measure, inspect and/or report to

Page 94: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 8 General Conditions

District in writing defects that are reasonably discoverable, Contractor shall bear all costs of accomplishing the interface acceptable to District. This provision shall be included in any and all other contracts or subcontracts for Work to be performed where such a conflict could exist.

C. District Authority Over Coordination

1. District will have authority over coordination of the activities of multiple contractors in cases where District performs work with its own forces or contracts with others for the performance of other work on the Project, or utilities work on the Site. District may at any time and in its sole discretion, designate a person or entity other than District to have authority over the coordination of the activities among the various contractors. District’s authority with respect to coordination of the activities of multiple contractors and utility owners shall not relieve Contractor of its obligation to other contractors and utility owners to coordinate its Work with other contractors and utility owners as specified in paragraph 6.B of this SECTION 00700. Contractor shall promptly notify District in writing when another contractor on the Project fails to coordinate its work with the Work of Contract Documents.

2. Contractor shall suspend any part of the Work or carry on the same in such manner as directed by District when such suspension or prosecution is necessary to facilitate the work of other contractors or workers. No damages or claims by Contractor will be allowed if the suspension or Work change is due in whole or in part to Contractor’s failure to perform its obligation to coordinate its Work with other contractors and utility owners. Damages or claims will be allowed only to the extent of fault by District if the suspension or Work change is due in whole or in part to another contractor’s failure to coordinate its work with Contractor, other contractors, and utility owners. District reserves the right to back charge Contractor for any damages or claims incurred by other contractors as a result of Contractor’s failure to perform its obligations to coordinate with other contractors and utility owners. District may deposit the funds retained with a Court of competent jurisdiction pursuant to applicable interpleader procedures and Contractor releases District of further liability regarding such funds.

7. DISTRICT AND PAYMENT

A. District Representative(s) District Representative(s) will have limited authority to act on behalf of District as set forth in the Contract Documents. Except as otherwise provided in these Contract Documents or subsequently identified in writing by District, District will issue all communications to Contractor through District Representative, and Contractor shall issue all communications to District through District Representative in a written document delivered to District. Should any direct communications between Contractor and District’s consultants, architects or engineers not identified in Article 2 of SECTION 00520 (Agreement) occur during field visits or by telephone, Contractor shall immediately confirm them in a written document copied to District.

Page 95: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 9 General Conditions

B. Means and Methods of Construction

Subject to those rights specifically reserved in the Contract Documents, District will not supervise, or direct, or have control over, or be responsible for, Contractor’s means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or Contractor’s failure to comply with laws and regulations applicable to the furnishing or performance of Work. District will not be responsible for Contractor’s failure to perform or furnish the Work in accordance with Contract Documents.

C. Receipt and Processing of Applications for Payment

As required by Section 01200 (Measurement and Payment), Contractor shall prepare the schedules, submit Applications for Payment and warrant title to all Work covered by each Application for Payment. District will review Contractor’s Applications for Payment and District will make payment thereon, and Contractor shall make payments to Subcontractors, suppliers and others, as required by Section 01200 (Measurement and Payment).

8. CONTROL OF THE WORK

A. Supervision of Work By Contractor

1. Contractor shall supervise, inspect, and direct Work competently and efficiently, devoting the attention and applying such personal skills and expertise as may be required and necessary to perform Work in accordance with Contract Documents. Contractor shall be solely responsible for and have control and charge of construction means, methods, techniques, sequences and procedures, safety precautions, safety coordination and programs in connection with the Work. Contractor shall be responsible to see that the completed Work complies accurately with Contract Documents.

2. Contractor shall keep on the Site at all times during Work progress a competent resident Superintendent, who shall not be replaced without District’s express written consent. The Superintendent shall be Contractor’s representative at the Site and shall have complete authority to act on behalf of Contractor. All communications to and from the Superintendent shall be as binding as if given to or by Contractor.

B. Observation of Work By District

1. Work shall be performed under District’s general observation and administration. Contractor shall comply with District’s directions and instructions in accordance with the terms of Contract Documents, but nothing contained in these General Conditions shall be taken to relieve Contractor of any obligations or liabilities under the Contract Documents. District’s failure to review or, upon review, failure to object to any aspect of Work reviewed, shall not be deemed a waiver or approval of any non-conforming aspect of Work.

2. District may engage an independent consultant or engineer (collectively for purposes of this paragraph 8.B, “Engineer”) to assist in administering the Work. If so engaged, Engineer will advise and consult with District,

Page 96: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 10 General Conditions

but will have authority to act on behalf of District only to extent provided in the Contract Documents or as set forth in writing by District. Engineer will not be responsible for and will not have control or charge of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with Work. Engineer will not be responsible for or have control over the acts or omissions of Contractor, Subcontractors or their agents or employees, or any other persons performing Work.

3. Engineer may review Contractor’s submittals, such as Shop Drawings, Product Data, and Samples, but only for conformance with design concept of Work and with information given in the Contract Documents.

4. Engineer may visit the Site at intervals appropriate to stage of construction to become familiar generally with the progress and quality of Work and to determine in general if Work is proceeding in accordance with Contract Documents. Based on its observations, Engineer may recommend to District that it disapprove or reject Work that Engineer believes to be defective or will not produce a complete Project that conforms to Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by Contract Documents. District will also have authority to require special inspection or testing of Work, whether or not the Work is fabricated, installed or completed.

5. Engineer may conduct inspections to recommend to District the dates that Contractor has achieved Substantial Completion and Final Acceptance, and will receive and forward to District for review written warranties and related documents required by Contract Documents.

C. Access to Work

1. During performance of Work, District and its agents, officers, consultants, and employees may at any time enter upon Work, shops or studios where any part of the Work may be in preparation, or factories where any materials for use in Work are being or are to be manufactured, and Contractor shall provide proper and safe facilities for this purpose, and shall make arrangements with manufacturers to facilitate inspection of their processes and products to such extent as District’s interests may require. Other contractors performing work for District may also enter upon Work for all purposes required by their respective contracts. Subject to the rights reserved in the Contract Documents, Contractor shall have sole care, custody, and control of the Site and its Work areas.

2. District may, at any time, and from time to time, during the performance of the Work, enter the Work Site for the purpose of installing any necessary work by District labor or other contracts, and for any other purpose in connection with the installation of facilities. In doing so, District shall endeavor not to interfere with Contractor and Contractor shall not interfere with other work being done by or on behalf of District.

3. If, prior to completion and final acceptance of all the Work, District takes possession of any structure or facility (whether completed or otherwise)

Page 97: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 11 General Conditions

comprising a portion of the Work with the intent to retain possession thereof (as distinguished from temporary possession contemplating return to Contractor), then, while District is in possession of the same, Contractor shall be relieved of liability for loss or damage to such structure other than that resulting from the Contractor’s fault or negligence. Such taking of possession by District shall not relieve the Contractor from any provisions of the Contract respecting such structure, other than to the extent specified in the preceding sentence, nor constitute a final acceptance of such structure or facility. See also Section 01100 (Summary), paragraph 1.10.

4. If, following installation of any equipment or facilities furnished by Contractor, defects requiring correction by Contractor are found, District shall have the right to operate such unsatisfactory equipment or facilities and make reasonable use thereof until the equipment or facilities can be shut down for correction of defects without injury to the District.

D. Existing Utilities

Drawings may indicate above and below grade structures, drainage lines, storm drains, sewers, water, gas, electrical, chemical, hot water, and other similar items and utilities. Contractor shall locate these existing installations in accordance with California Government Code Section 4216.2 before proceeding with trenching or other operations that may cause damage, shall maintain them in service where appropriate, and shall repair any damage to them caused by the Work, at no increase in Contract Sum. Additional utilities whose locations are unknown to District are suspected to exist. Contractor shall be alert to their existence; if they are encountered, Contractor shall immediately report to District for disposition of the same. In addition to reporting if any utility is damaged, Contractor shall take appropriate action as provided in this SECTION 00700. Additional compensation or extension of time on account of utilities not shown or otherwise brought to Contractor’s attention, including reasonable action taken to protect or repair damage, shall be determined as provided in this SECTION 00700.

1. At no additional cost to District, Contractor shall incorporate into the Work main or trunk line utilities identified in the Contract Documents and other utilities or underground structures known or reasonably discernible and that will remain in service, including reasonable adjustments to the design location (including minor relocations) of the existing or new installations. Contractor shall take immediate action to restore any in service installations damaged by Contractor’s operations. Should District determine that Contractor has not responded in a timely manner or not diligently pursued completion of the Work, District may restore service and deduct the costs of such action by District from the amounts due under the Contract.

2. Consistent with Government Code Section 4215, as between District and Contractor, District will be responsible for the timely removal, relocation, or protection of existing main or trunk line utility facilities located on the Site only if such utilities are not identified in the Contract Documents or SECTION 00320 (Geotechnical Data and Existing Conditions). District will

Page 98: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 12 General Conditions

compensate for the cost of locating and repairing damage not due to Contractor’s failure to exercise reasonable care, removing and relocating such main or trunk line utility facilities not indicated in the Contract Documents or SECTION 00320 (Geotechnical Data and Existing Conditions) with reasonable accuracy, and equipment on the Project necessarily idled during such work.

3. Prior to performing Work at the Site, Contractor shall lay out the locations of known underground utilities that are to remain in service and other significant known underground installations. At no additional cost to District, prior to commencing other Work in proximity to such known underground utilities or installations that can be readily inferred from adjacent surface improvements, Contractor shall further locate, by carefully excavating with small equipment, potholing and principally by hand, such utilities or installations that are to remain and that are subject to damage. This obligation applies to all utilities (including, but not limited to, those referenced in paragraph 8.D.3 of this SECTION 00700).

4. Nothing in this SECTION 00700 shall be deemed to require District to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the Site can be inferred by Contractor from the presence of an underground transmission main or other visible facilities, such as buildings, new asphalt, meters and junction boxes, on or adjacent to the Site. Contractor shall immediately secure all available information and notify District and utility, in writing, of its discovery, while performing Work under the Contract Documents, of any utility facilities not identified in the Drawings and Specifications.

E. Underground Facilities

1. Before commencing work of digging trenches or excavation, Contractor shall review all information available regarding subsurface conditions, including but not limited to information supplied in SECTION 00320 (Geotechnical Data and Existing Conditions), and subject to the terms and conditions of these documents, Contractor shall also comply with Government Code Sections 4216 to 4216.9, and in particular Section 4216.2 which provides, in part:

“Except in an emergency, every person planning to conduct any excavation shall contact the appropriate regional notification center at least two working days, but no more than 14 calendar days, prior to commencing that excavation, if the excavation will be conducted in an area which is known, or reasonably should be known, to contain subsurface installations other than the underground facilities owned or operated by the excavator, and, if practical, the excavator shall delineate with white paint or other suitable markings the area to be excavated. The regional notification center shall provide an inquiry identification number to the person who contacts the center and shall notify any member, if known, who has a subsurface installation in the area of the proposed excavation.”

Page 99: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 13 General Conditions

2. Contractor shall contact USA, and schedule the Work to allow ample time for the center to notify its members and, if necessary, for any member to field locate and mark its facilities. Contractor is charged with knowledge of all subsurface conditions reflected in USA records. Prior to commencing excavation or trenching work, Contractor shall provide District with copies of all USA records secured by Contractor. Contractor shall advise District of any conflict between information provided in SECTION 00320 (Geotechnical Data and Existing Conditions), the Drawings and that provided by USA records. Contractor’s excavation shall be subject to and comply with the Contract Documents, including without limitation Paragraphs 2.A and 8.D of this SECTION 00700.

3. The cost of all of the following will be included in the Contract Sum and Contractor shall have full responsibility for (a) reviewing and checking all available information and data including, but not limited to, SECTION 00320 (Geotechnical Data and Existing Conditions) and information on file at USA; (b) locating all Underground Facilities shown or indicated in the Contract Documents, available information, or indicated by visual observation including, but not limited to, and by way of example only, engaging qualified locating services and all necessary backhoeing and potholing; (c) coordination of the Work with the owners of such Underground Facilities during construction; and (d) the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work.

4. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the materials supplied by District or in information on file at USA or is otherwise reasonably available to Contractor, then Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby (and in no event later than seven Days), and prior to performing any Work in connection therewith (except in an emergency as required by Article 16 of this SECTION 00700), identify the owner of such Underground Facility and give written notice to that owner and to District. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility.

5. Contractor shall be allowed an increase in the Contract Sum or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that is owned and was built by District only where the Underground Facility: a. Was not shown or indicated in the Contract Documents or in the

information supplied pursuant to SECTION 00320 (Geotechnical Data and Existing Conditions) or in information on file at USA; and

b. Contractor did not know of it; and c. Contractor could not reasonably have been expected to be aware of it

or to have anticipated it from the information available. (For example, if surface conditions such as pavement repairs, valve covers, or other markings, indicate the presence of an Underground Facility, then an

Page 100: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 14 General Conditions

increase in the Contract Price or an extension of the Contract Time will not be due, even if the Underground Facility was not indicated in the Contract Documents, in the information supplied to Contractor pursuant to SECTION 00320 (Geotechnical Data and Existing Conditions), in information on file at USA, or otherwise reasonably available to Contractor.)

6. Contractor shall bear the risk that Underground Facilities not owned or built by District may differ in nature or locations shown in information made available by District pursuant to SECTION 00320 (Geotechnical Data and Existing Conditions), in information on file at USA, or otherwise reasonably available to Contractor. Underground Facilities are inherent in construction involving digging of trenches or other excavations and Contractor is to apply its skill and industry to verify the information available.

9. WARRANTY, GUARANTY, AND INSPECTION OF WORK

A. Warranty and Guaranty 1. General Representations and Warranties: Contractor represents and

warrants that it is and will be at all times fully qualified and capable of performing every Phase of the Work and to complete Work in accordance with the terms of Contract Documents. Contractor warrants that all construction services shall be performed in accordance with generally accepted professional standards of good and sound construction practices and all requirements of Contract Documents. Contractor warrants that Work, including but not limited to each item of materials and equipment incorporated therein, shall be new, of suitable grade of its respective kind for its intended use, and free from defects in design, engineering, materials, construction and workmanship. Contractor warrants that Work shall conform in all respects with all applicable requirements of federal, state and local laws, applicable construction codes and standards, licenses, and permits, Drawings and Specifications and all descriptions set forth therein, and all other requirements of Contract Documents. Contractor shall not be responsible, however, for the negligence of others in the specification of specific equipment, materials, design parameters and means or methods of construction where that is specifically shown and expressly required by Contract Documents.

2. Extended Guaranties: Any guaranty exceeding one year provided by the supplier or manufacturer of any equipment or materials used in the Project shall be extended for such term. Contractor expressly agrees to act as co-guarantor of such equipment and materials and shall supply District with all warranty and guaranty documents relative to equipment and materials incorporated in the Project and guaranteed by their suppliers or manufacturers.

3. Environmental and Toxics Warranty: The covenants, warranties and representations contained in this paragraph 3 are effective continuously during Contractor’s Work on the Project and following cessation of labor

Page 101: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 15 General Conditions

for any reason including, but not limited to, Project completion. Contractor covenants, warrants and represents to District that: a. To Contractor’s knowledge after due inquiry, no lead or asbestos-

containing materials were installed or discovered in the Project at any time during Contractor’s construction thereof. If any lead or asbestos-containing materials were discovered, Contractor made immediate written disclosure to District.

b. To Contractor’s knowledge after due inquiry, no electrical transformers, light fixtures with ballasts or other equipment containing PCBs are or were located on the Project at any time during Contractor’s construction thereof.

c. To Contractor’s knowledge after due inquiry, no storage tanks for gasoline or any other toxic substance are or were located on the Project at any time during Contractor’s construction thereof. If any such materials were discovered, Contractor made immediate written disclosure to District.

d. Contractor’s operations concerning the Project are and were not in violation of any applicable environmental federal, state, or local statute, law or regulation dealing with hazardous materials substances or toxic substances and no notice from any governmental body has been served upon Contractor claiming any violation of any such law, ordinance, code or regulation, or requiring or calling attention to the need for any work, repairs, construction, alteration, or installation on or in connection with the Project in order to comply with any such laws, ordinances, codes, or regulations, with which Contractor has not complied. If there are any such notices with which Contractor has complied, Contractor shall provide District with copies thereof.

B. Inspection of Work

1. All materials, equipment, and workmanship used in Work shall be subject to inspection and testing at all times during construction and/or manufacture in accordance with the terms of Contract Documents. Work and materials, and manufacture and preparation of materials, from beginning of construction until final completion and acceptance of Work, shall be subject to inspection and rejection by District, its agents, representatives or independent contractors retained by District to perform inspection services, or governmental agencies with jurisdictional interests. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s Site safety procedures and program so that they may comply therewith as applicable. Upon request or where specified, District shall be afforded access for inspection at the source of supply, manufacture or assembly of any item of material or equipment, with reasonable accommodations supplied for making such inspections.

2. Contractor shall give District timely notice of readiness of Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests.

Page 102: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 16 General Conditions

3. If applicable laws or regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, and furnish District with the required certificates of inspection, or approval. District will pay the cost of initial testing and Contractor shall pay all costs in connection with any follow-up or additional testing. Contractor shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for the acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.

4. If Contractor covers any Work, or the work of others, prior to any required inspection, test or approval without written approval of District, Contractor shall uncover the Work at District’s request. Contractor shall bear the expense of uncovering Work and replacing Work.

5. In any case where Contractor covers Work contrary to District’s request, Contractor shall uncover Work for District’s observation or inspection at District’s request. Contractor shall bear the cost of uncovering Work.

6. Whenever required by District, Contractor shall furnish tools, labor and materials necessary to make examination of Work that may be completed or in progress, even to extent of uncovering or taking down portions of finished Work. Should Work be found unsatisfactory, cost of making examination and of reconstruction shall be borne by Contractor. If Work is found to be satisfactory, District, in manner herein prescribed for paying for alterations, modifications, and extra Work, except as otherwise herein specified, will pay for examination.

7. Inspection of the Work by or on behalf of District, or District’s failure to do so, shall not under any circumstances be deemed a waiver or approval of any non-conforming aspect of the Work. Contractor shall have an absolute duty, in the absence of a written Change Order signed by District, to perform Work in conformance with the Contract Documents.

8. Any inspection, evaluation, or test performed by or on behalf of District relating to the Work is solely for the benefit of District, and shall not be relied upon by Contractor. Contractor shall not be relieved of the obligation to perform Work in accordance with the Contract Documents, nor relieved of any guaranty, warranty, or other obligation, as a result of any inspections, evaluations, or tests performed by District, whether or not such inspections, evaluations, or tests are permitted or required under the Contract Documents. Contractor shall be solely responsible for testing and inspecting Work already performed to determine whether such Work is in proper condition to receive later Work.

C. Correction of Defective Work

1. If Contractor fails to supply sufficient skilled workers, suitable materials or equipment, or to furnish or perform the Work in such a way that the

Page 103: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 17 General Conditions

completed Work will conform to Contract Documents, District may order Contractor to replace any Defective Work, or stop any portion of Work to permit District (at Contractor’s expense) to replace such Defective Work. These District rights are entirely discretionary on the part of the District, and shall not give rise to any duty on the part of District to exercise the rights for the benefit of Contractor or any other party.

2. District may direct Contractor to correct any Defective Work or remove it from the Site and replace it with Work that is not defective and satisfactorily correct or remove and replace any damage to other Work or the work of others resulting from the correction or removal. Contractor shall be responsible for any and all claims, costs, losses and damages caused by or resulting from such correction or removal. A Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work and the Contract Sum. If the parties are unable to agree to the amount of an appropriate decrease in the Contract Sum, District may decide the proper amount or, in its discretion may elect to leave the Contract Sum unchanged and deduct from moneys due Contractor, all such claims, costs, losses and damages caused by or resulting from the correction or removal. If Contractor disagrees with District’s calculations, it may make a claim as provided in Article 12 of this SECTION 00700. District’s rights under this paragraph 9.C.2 shall be in addition to any other rights it may have under the Contract Documents or by law.

3. Correction period: a. With respect to equipment and machinery supplied by Contractor and

incorporated into the Work, if within one year after the date of Final Completion of the portion of the Work incorporating the equipment and/or machinery (or, to the extent expressed by Change Order or Certificate of Final Completion, one year after District’s written acceptance of such equipment), or such longer period as may be prescribed by laws or regulations, or by the terms of the Contract Documents, any equipment or machinery is found to be defective, Contractor shall promptly, without cost to District and in accordance with District’s written instructions, correct such Defective Work.

b. With respect to structures within the scope of Work, if within one year after the date of Final Acceptance, or such longer period of time as may be prescribed by laws or regulations, or by the terms of Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to District and in accordance with District’s written instructions, correct such Defective Work.

c. Contractor shall remove any Defective Work rejected by District and replace it with Work that is not defective, and satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor fails to promptly comply with the terms of such instructions, or in an emergency where delay would

Page 104: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 18 General Conditions

cause serious risk of loss or damage, District may have the Defective Work corrected or the rejected Work removed and replaced.

d. Contractor shall pay for all claims, costs, losses and damages caused by or resulting from such removal and replacement. Where Contractor fails to correct Defective Work, or defects are discovered outside the correction period, District shall have all rights and remedies granted by law.

4. Additionally, in special circumstances where a part of the Work is occupied or a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that part of Work or that item may start to run from an earlier date if so provided by Change Order or Certificate of Substantial Completion.

5. Where Defective Work or rejected Work (and damage to other Work resulting therefrom) has been removed and replaced under this provision after the commencement of the correction period, the correction period hereunder with respect to such Work shall be extended for an additional period of one year after such removal and replacement has been satisfactorily completed.

6. If following installation of any equipment, machinery, or facilities furnished by Contractor, defects requiring correction by Contractor are found, District shall have the right to operate such defective equipment or facilities and make reasonable use thereof until the equipment, machinery, or facilities can be shut down for correction of defects without causing injury to District.

D. Acceptance and Correction of Defective Work By District

1. District may accept Defective Work. Contractor shall pay all claims, costs, losses and damages attributable to District’s evaluation of and determination to accept such Defective Work. If District accepts any Defective Work prior to final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work and the Contract Sum. If the parties are unable to agree to the amount of an appropriate decrease in the Contract Sum, District may deduct from moneys due Contractor, all claims, costs, losses, damages, expenses and liabilities attributable to the Defective Work. If Contractor disagrees with District’s calculations, Contractor may make a claim as provided in Article 12 of this SECTION 00700. If District accepts any Defective Work after final payment, Contractor shall pay to District, an appropriate amount as determined by District.

2. District may correct and remedy deficiency if, after five Days’ written notice to Contractor, Contractor fails to correct Defective Work or to remove and replace rejected Work in accordance with paragraph 9.C.2 of this SECTION 00700; or provide a plan for correction of Defective Work acceptable to District; or perform Work in accordance with Contract Documents. In connection with such corrective and remedial action, District may exclude Contractor from all or part of the Site; take possession of all or part of Work and suspend Contractor’s Work related

Page 105: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 19 General Conditions

thereto; take possession of all or part of Contractor’s tools, appliances, construction equipment and machinery at the Site; and incorporate in Work any materials and equipment stored at the Site or for which District has paid Contractor but which are stored elsewhere. Contractor shall allow District, its representatives, agents, employees, and other contractors and District’s consultants’ access to the Site to enable District to exercise the rights and remedies under this paragraph 9.C.2. Contractor shall be responsible for all claims, costs, losses, damages, expenses and liabilities incurred or sustained by District in exercising such rights and remedies. A Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to Work and the Contract Sum. If the parties are unable to agree to the amount of an appropriate decrease in the Contract Sum, District may deduct from moneys due Contractor, all claims, costs, losses and damages caused by or resulting from the correction or removal. If Contractor disagrees with District’s calculations, Contractor may make a claim as provided in Article 12 of this SECTION 00700.

E. Rights Upon Inspection or Correction

1. Contractor shall not be allowed an extension of Contract Time because of any delay in the performance of Work attributable to the exercise by District of its rights and remedies under this Article 9. Where District exercises its rights under this Article 9, it retains all other rights it has by law or under the Contract Documents including, but not limited to, the right to terminate Contractor’s right to proceed with the Work under the Contract Documents and/or make a claim or back charge where a Change Order cannot be agreed upon.

2. Inspection by District shall not relieve Contractor of its obligation to have furnished material and workmanship in accordance with Contract Documents. Payment for Work completed through periodic progress payments or otherwise shall not operate to waive District’s right to require full compliance with Contract Documents and shall in no way be deemed as acceptance of the Work paid therefor. Contractor’s obligation to complete the Work in accordance with Contract Documents shall be absolute, unless District agrees otherwise in writing.

F. Samples and Tests of Materials and Work

Contractor shall furnish, in such quantities and sizes as may be required for proper examination and tests, samples or test specimens of all materials to be used or offered for use in connection with Work. Contractor shall prepare samples or test specimens at its expense and furnish them to District. Contractor shall submit all samples in ample time to enable District to make any necessary tests, examinations, or analyses before the time it is desired to incorporate the material into the Work.

G. Proof of Compliance of Contract Provisions

In order that District may determine whether Contractor has complied or is complying with requirements of Contract Documents not readily enforceable through

Page 106: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 20 General Conditions

inspection and tests of Work and materials, Contractor shall at any time, when requested, submit to District properly authenticated documents or other satisfactory proofs of compliance with all applicable requirements.

H. Acceptance

Inspection by District or its authorized agents or representatives, any order or certificate for the payment of money, any payment, acceptance of the whole or any part of Work by District, any extension of time, any verbal statements on behalf of District or its authorized agents or representatives shall not operate as a waiver or modification of any provision of the Contract Documents, or of any power reserved to District herein or therein or any right to damages provided in the Contract Documents. Any waiver of any breach of the Contract Documents shall not be held to be a waiver of any other subsequent breach.

10. CONTRACTOR’S ORGANIZATION AND EQUIPMENT

A. Contractor’s Legal Address Address and facsimile number given in Contractor’s Bid are hereby designated as Contractor’s legal address and facsimile number. Contractor may change its legal address and facsimile number by notice in writing, delivered to District, which in conspicuous language advises District of a change in legal address or facsimile number, and which District accepts in writing. Delivery to Contractor’s legal address or depositing in any post office or post office box regularly maintained by the United States Postal Service, in a wrapper with postage affixed, directed to Contractor at legal address, or of any drawings, notice, letter or other communication, shall be deemed legal and sufficient service thereof upon Contractor. Facsimile to Contractor’s designated facsimile number of any letter, memorandum, or other communication on standard or legal sized paper, with proof of facsimile transmission, shall be deemed legal and sufficient service thereof upon Contractor.

B. Contractor’s Office at the Work Site

Contractor shall maintain an office at the Site, which office shall be headquarters of a Contractor representative authorized to transmit to and receive from District, communications, instructions or Drawings. Communications, instructions, or Drawings given to Contractor’s representative or delivered at the Site office in representative’s absence shall be deemed to have been given to Contractor.

C. Contractor’s Superintendents or Forepersons

Contractor shall at all times be represented on Site by one or more superintendents or forepersons authorized and competent to receive and carry out any instructions that District may give, and shall be liable for faithful observance of instructions delivered to Contractor or to authorized representative or representatives on Site.

D. Proficiency in English

Supervisors, security guards, safety personnel and employees who have unescorted access to the Site shall possess proficiency in the English language in order to understand, receive and carry out oral and written communications or instructions relating to their job functions, including safety and security requirements.

Page 107: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 21 General Conditions

E. Contractor’s and Subcontractors’ Employees

Contractor shall employ, and shall permit its Subcontractors to employ, only competent and skillful personnel to do Work. If District notifies Contractor that any of its employees, or any of its Subcontractors’ employees on Work is incompetent, unfaithful, disorderly or profane, or fails to observe customary standards of conduct or refuses to carry out any provision of the Contract Documents, or uses threatening or abusive language to any person on Work representing District, or violates sanitary rules, or is otherwise unsatisfactory, and if District requests that such person be discharged from Work, then Contractor or its Subcontractor shall immediately discharge such person from Work and the discharged person shall not be re-employed on the Work except with consent of District.

F. Contractor to Supply Sufficient Workers And Materials

1. Unless otherwise required by District under the terms of Contract Documents, Contractor shall at all times keep on the Site materials and employ qualified workers sufficient to prosecute Work at a rate and in a sequence and manner necessary to complete Work within the Contract Time. This obligation shall remain in full force and effect notwithstanding disputes or claims of any type.

2. At any time during progress of Work should Contractor directly or indirectly (through Subcontractors) refuse, neglect, or be unable to supply sufficient materials or employ qualified workers to prosecute the Work as required, then District may require Contractor to accelerate the Work and/or furnish additional qualified workers or materials as District may consider necessary, at no cost to District. If Contractor does not comply with the notice within three Business Days of date of service thereof, District shall have the right (but not a duty) to provide materials and qualified workers to finish the Work or any affected portion of Work, as District may elect. District may, at its discretion, exclude Contractor from the Site, or portions of the Site or separate work elements during the time period that District exercises this right. District will deduct from moneys due or which may thereafter become due under the Contract Documents, the sums necessary to meet expenses thereby incurred and paid to persons supplying materials and doing Work. District will deduct from funds or appropriations set aside for purposes of Contract Documents the amount of such payments and charge them to Contractor as if paid to Contractor. Contractor shall remain liable for resulting delay, including liquidated damages and indemnification of District from claims of others.

3. Exercise by District of the rights conferred upon District in paragraph 10.F.2 of this SECTION 00700, is entirely discretionary on the part of District. District shall have no duty or obligation to exercise the rights referred to in paragraph 10.F.2 of this SECTION 00700 and its failure to exercise such rights shall not be deemed an approval of existing Work progress or a waiver or limitation of District’s right to exercise such rights in other concurrent or future similar circumstances. The rights conferred upon District under paragraph 10.F.2 of this SECTION 00700 are

Page 108: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 22 General Conditions

cumulative to District’s other rights under any provision of the Contract Documents.

G. Contractor to List Trades Working

Contractor shall list the trades working on the Site and their scheduled activities on a daily basis, and provide a copy of that list to District

H. Contractor’s Use of The Site

Contractor shall not make any arrangements with any person to permit occupancy or use of any land, structure or building within the limits of the Work, for any purpose whatsoever, either with or without compensation, in conflict with any agreement between District and any owner, former owner or tenant of such land, structure or buildings. Contractor may not occupy District-owned property outside the limit of the Work as indicated on the Drawings unless it obtains prior written approval from District.

11. PROSECUTION AND PROGRESS OF THE WORK

A. Schedules and Examinations of Contract Documents 1. Contractor shall submit schedules and reports, Shop Drawings and

Submittals in the appropriate quantity and within the required time, arrange conferences and meetings and proceed with the Work in accordance with Contract Documents, including Sections 01315 (Project Meetings), 01320 (Progress Schedules and Reports), and 01330 (Submittal Procedures).

2. Contractor shall submit to District for review and discussion at the Preconstruction Conference described in Section 01315 (Project Meetings): a. Progress schedules and reports as required by Sections 01320

(Progress Schedules and Reports), and 01300 (Submittal Procedures). Contractor shall utilize Progress Schedule in planning, scheduling, coordinating, performing and controlling Work (including all activities of Subcontractors, assigned contractors, equipment vendors and suppliers). Contractor shall update Progress Schedule on a monthly basis to depict accurately the actual progress of Work and for evaluating and preparing Contractor’s monthly progress payments. Contractor’s failure to submit and maintain an acceptable progress schedule may, in District’s discretion, and without limiting the materiality of Contractor’s other obligations under the Contract Documents, constitute grounds to declare Contractor in material breach of the Contract Documents

b. Within 30 Days after the Notice to Proceed, a preliminary schedule of Shop Drawing and Sample submittals that shall list each required submittal and the times for submitting, reviewing and processing such submittal, as required by Section 01330 (Submittal Procedures). If no such schedule is agreed upon, then all Shop Drawings, Samples and product data submittals shall be completed and submitted within 30 Days after receipt of Notice to Proceed from District.

Page 109: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 23 General Conditions

c. Within 30 Days after the Notice to Proceed, a preliminary Schedule of Values for all the Work which shall include quantities and prices of items aggregating the Contract Sum and shall subdivide each Schedule of Values into component activities in sufficient detail to serve as the basis for progress payments during construction. Such Schedule of Values shall include an appropriate amount of overhead and profit applicable to each item of Work, a line item for Project Record Documents, and a line item for Project scheduling, and shall conform to Section 01200 (Measurement and Payment).

3. Unless otherwise provided in the Contract Documents, at least 15 Days before submission of the first application for payment, a conference attended by Contractor, District, and others as appropriate, will be held to review for acceptability the schedules submitted in accordance with paragraph 11.A.2 of this SECTION 00700 and first reviewed at the Preconstruction Conference. Contractor shall have an additional seven Days to make corrections and adjustments and to complete and resubmit the schedules. Schedules shall be updated and completed as required by Sections 01200 (Measurement and Payment), 01320 (Progress Schedules and Reports) and 01300 (Submittal Procedures). No progress payment shall be due or owing to Contractor until the schedules are submitted to and acceptable to District and/or Engineer as meeting the requirements of the Contract Documents, including Sections 01200 (Measurement and Payment), 01320 (Progress Schedules and Reports) and 01300 (Submittal Procedures). District’s acceptance of Contractor’s schedules will not create any duty of care or impose on District any responsibility for the sequencing, scheduling or progress of Work nor will it interfere with or relieve Contractor from Contractor’s full responsibility therefor.

4. Before commencing any portion of Work, Contractor shall inform District in writing as to time and place at which Contractor wishes to commence Work, and nature of Work to be done, in order that proper provision for inspection of Work may occur, and to assure measurements necessary for record and payment. Information shall be given to District a reasonable time in advance of time at which Contractor proposes to begin Work, so that District may complete necessary preliminary work without inconvenience or delay to Contractor.

5. Contractor shall submit submittals and Shop Drawings to District (or Engineer if District so designates) for review in strict accordance with Section 01330 (Submittal Procedures). Submission of a Shop Drawing shall constitute Contractor’s representation that all requirements of Section 01330 (Submittal Procedures) have been complied with. All submittals will be identified as District may require and in the number of copies specified in Section 01330 (Submittal Procedures).

6. Contractor shall not perform Work that requires submission of a Shop Drawing or Sample or other submittal prior to submission and favorable review of the Shop Drawing or Sample or submittal. Where a Shop

Page 110: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 24 General Conditions

Drawing or Sample or other submittal is required by Contract Documents or the final Schedule of Shop Drawing and Sample Submittals accepted by District, any related Work performed prior to District’s approval of the pertinent submittal shall be at the sole expense, responsibility and risk of Contractor.

B. Cost Data

1. Contractor shall maintain full and correct information as to the number of workers employed in connection with each subdivision of Work, the classification and rate of pay of each worker in form of certified payrolls, the cost to Contractor of each class of materials, tools and appliances used by Contractor in Work, and the amount of each class of materials used in each subdivision of Work. Contractor shall provide District with monthly summaries of this information. If Contractor maintains or is capable of generating summaries or reports comparing actual Project costs with Bid estimates or budgets, Contractor shall provide District with a copy of such report upon District’s request and whenever it is generated.

2. Contractor shall maintain daily job reports recording all significant activity on the job, including the number of workers on Site, Work activities, problems encountered and delays. Contractor shall provide District with copies for each Day Contractor works on the Project, to be delivered to District either the same Day or the following morning before starting work at the Site. Contractor shall take monthly progress photographs of all areas of the Work. Contractor shall maintain copies of all correspondence with Subcontractors and records of meetings with Subcontractors.

3. District shall have the right to audit and copy Contractor’s books and records of any type, nature or description relating to the Project (including but not limited to financial records reflecting in any way costs claimed on the Project), and to inspect the Site, including Contractor’s trailer, or other job Site office, and this requirement shall be contained in the subcontracts of Subcontractors working on Site. By way of example, District shall have the right to inspect and obtain copies of all Contract Documents, planning and design documents, Bid proposal and negotiation documents (subject to SECTION 00670 [Escrow Bid Documents]), cost records and job cost variance reports, design modification proposals, value engineering or other cost reduction proposals, revisions made to the original design, job progress reports, photographs, and as-built drawings maintained by Contractor. District and any other applicable governmental entity shall have the right to inspect all information and documents maintained under this paragraph 11.B at any time during the Project and for a period of five years following Final Completion. This right of inspection shall not relieve Contractor of its duties and obligations under the Contract Documents. This right of inspection shall be specifically enforceable in a court of law, either independently or in conjunction with enforcement of any other rights in the Contract Documents.

Page 111: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 25 General Conditions

4. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Contract Modifications, Change Orders, Work Directives, Force Account orders, and written interpretations and clarifications in good order and annotated to show all changes made during construction. These Project Record Documents, together with all approved Samples and a counterpart of all approved Shop Drawings, shall be maintained and available to District for reference. Upon completion of the Work, Contractor shall deliver to District, the Project Record Documents, Samples and Shop Drawings and as-built drawings.

12. CLAIMS BY CONTRACTOR

A. General

1. Contract Interpretation Disputes: Should it appear to Contractor that Work to be performed or any of the matters relative to Contract Documents (including without limitation Drawings or Specifications) are not satisfactorily detailed or explained therein, or should any questions arise as to the meaning or intent of Contract Documents (including without limitation Drawings or Specifications), Contractor shall give written notice to District within seven Days after Contractor’s first knowledge of the Contract interpretation dispute. Contractor shall bear all costs incurred in giving notice. District will render a determination regarding the issue, which shall be final. If Contractor disagrees with District’s decision, Contractor’s sole and exclusive remedy is to file a claim in accordance with this Article 12. Contractor shall diligently prosecute the Disputed Work (as defined below) to Final Completion pending resolution of any claim.

2. Work Disputes: Contractor shall give written notice to District of any dispute arising under the Contract Documents respecting the true value of any Work performed, the implementation or performance of Work required by Contract Documents, any Work omitted, any extra Work that Contractor may be required to perform or time extensions, respecting the size of any payment to Contractor during the performance of Contract Documents, or of compliance with Contract Documents procedures. Contractor shall give written notice to District before commencing the Disputed Work (as defined below), or within seven Days after Contractor’s first knowledge of the Disputed Work, whichever is earlier. District will render a determination regarding the issue, which shall be final. If Contractor disagrees with District’s decision, Contractor’s sole and exclusive remedy is to file a claim in accordance with this Article 12. Pending the resolution of any claim, Contractor shall diligently prosecute the Disputed Work to Final Completion.

3. The claim notice and documentation procedure described in this Article 12 applies to all claims and disputes arising under the Contract Documents, including without limitation any claim or dispute by any Subcontractor or material supplier. All Subcontractor and supplier claims of any type shall be brought only through Contractor as provided in this Article 12. Under

Page 112: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 26 General Conditions

no circumstances shall any Subcontractor or supplier make any direct claim against District.

4. Except as otherwise set forth in Public Contract Code section 9204, “claim” means a written demand or written assertion by Contractor seeking, as a matter of right, the payment of money, the adjustment or interpretation of Contract Documents terms, or other relief arising under or relating to Contract Documents. In order to qualify as a “claim,” the written demand must state that it is a claim submitted under this Article 12, or section 9204 of the Public Contract Code.

5. A voucher, invoice, proposed change, Application for Payment, cost proposal, RFI, change order request, or other routine or authorized form of request for payment is not a claim under the Contract Documents. If such request is disputed as to liability or amount, then the disputed portion of the submission may be converted to a claim under the Contract Documents by submitting a separate claim in compliance with claim submission requirements.

6. The provisions of this Article 12 constitute a non-judicial claim settlement procedure, and also a claim presentment procedure by agreement under Section 930.2 of the California Government Code, and shall survive termination, breach or completion of the Contract Documents. Contractor shall bear all costs incurred in the preparation and submission of a claim. Pursuant to Government Code Section 930.2, the one-year period in Government Code section 911.2 shall be reduced to 150 days. Any claims shall be presented in accordance with the Government Code and shall affirmatively indicate Contractor’s prior compliance with the claims procedure herein and previous dispositions under paragraph 12.B.3 below.

B. Procedure

1. District and Contractor shall comply with the claims procedures in Public Contract Code § 9204, which is incorporated herein by reference. Additionally, pursuant to § 9204(f)(2), District and Contractor shall comply with the claims procedures and requirements set forth herein.

2. Should any clarification, determination, action or inaction by District or Engineer, Work, or any other event, in the opinion of Contractor, exceed the requirements of or not comply with Contract Documents in any way, or otherwise result in Contractor seeking additional compensation in time or money or damages for any reason (collectively “Disputed Work”), then Contractor and District will make good faith attempts to resolve informally any and all such issues, claims and/or disputes. Before commencing the Disputed Work, or within seven Days after Contractor’s first knowledge of the Disputed Work, whichever is earlier, Contractor shall file a written notice and cost proposal for the Disputed Work with District stating clearly and in detail its objection and reasons for contending the Disputed Work or interpretation is outside or in breach of the requirements of Contract Documents. If a written notice and cost proposal for Disputed Work is not issued within this time period, or if Contractor proceeds with the Disputed

Page 113: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 27 General Conditions

Work without first having given the notice required by this paragraph 12.B.1, Contractor shall waive its rights to further claim on the specific issue.

3. District will review Contractor’s timely notice and cost proposal for Disputed Work and provide a decision. If, after receiving the decision, Contractor disagrees with it or still considers the Work required of it to be outside of the requirements of Contract Documents, it shall so notify District, in writing, within seven Days after receiving the decision, by submitting a notice of potential claim, stating that a formal claim will be issued. Within 30 Days of receiving the decision, Contractor shall submit its claim in the form specified herein and all arguments, justification, cost or estimates, schedule analysis, and detailed documentation supporting its position. Contractor’s failure to furnish notification within seven Days and all justifying documentation within 30 Days will result in Contractor waiving its right to the subject claim. If Disputed Work persists longer than 30 Days, then Contractor shall, every 30 Days until the Disputed Work ceases, submit to District a document titled “Claim Update” that shall update and quantify all elements of the claim as completely as possible. Contractor’s failure to submit a Claim Update or to quantify costs every 30 Days shall result in waiver of the claim for that 30-Day period. Claims or Claim Updates stating that damages, total damages (direct and indirect), schedule input and/or any time extension will be determined at a later date shall not comply with this paragraph 12.B.2 and shall result in Contractor waiving its claim(s).

4. Except as otherwise provided in public contract code § 9204, within 45 days of District’s receipt of Contractor’s formal claim including all arguments, justifications, cost or estimates, schedule analysis, and documentation supporting its position as required herein, District or its designee will review the issue and render a final written determination. District may in its discretion conduct an administrative hearing on Contractor’s claim, in which case Contractor shall appear, participate, answer questions and inquiries, and present any further evidence or analysis requested by District to evaluate and decide Contractor’s claim. District’s written determination will specify which portion of the claim is disputed and what portion is undisputed. District shall pay the undisputed portion of Contractor’s claim within 60 days after the district issues its final written determination. District’s failure to respond to Contractor’s claim within the time periods described herein shall results in the claim being deemed rejected in its entirety.

5. If Contractor disputes the District’s final written determination, or if the District fails to respond to a claim issued pursuant to this section within the time prescribed, Contractor may, within 10 days of District’s issuance of its final written determination, or if no final written determination is made within the time periods prescribed herein, within 60 days of District’s receipt of Contractor’s claim, demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a

Page 114: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 28 General Conditions

demand in writing sent by registered mail or certified mail, return receipt requested, District shall schedule a meet and confer conference within 30 days for settlement of the dispute.

Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, District shall provide Contractor a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after District issues its written statement. Any disputed portion of the claim, as identified by Contractor in writing, shall be submitted to nonbinding mediation (or if otherwise permitted by the Contract Documents, arbitration), as a condition precedent to litigation, with District and Contractor sharing the associated costs equally. District and Contractor shall mutually agree to a mediator trained in construction industry mediation within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator trained in construction industry mediation and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. All statutes of limitation shall be tolled from the date of the demand for mediation until a date two weeks following the mediation’s conclusion. All unresolved Contractor claims shall be submitted to the same mediator. The cost of the mediation shall be equally shared.

6. Claims shall be calculated in the same manner as Change Orders per Section 01250 (Modification Procedures). EXCEPT WHERE PROVIDED BY LAW, OR ELSEWHERE IN THESE CONTRACT DOCUMENTS (IF APPLICABLE), DISTRICT SHALL NOT BE LIABLE FOR SPECIAL OR CONSEQUENTIAL DAMAGES, AND CONTRACTOR SHALL NOT INCLUDE THEM IN ITS CLAIMS. CONTRACTOR SHALL BE LIMITED IN ITS RECOVERY ON CLAIMS TO THE CHANGE ORDER CALCULATIONS SET FORTH IN SECTION 01250 (MODIFICATION PROCEDURES).

7. If Contractor’s claims submitted in accordance with this Article 12 at Project completion total less than $375,000, then claims resolution shall proceed in the manner prescribed by Article 1.5, Chapter 1, Part 3 of Division 2 of the California Public Contract Code.

C. Claim Format

1. Contractor shall submit the claim justification in the following format: a. Cover letter and certification under penalty of perjury of the accuracy of

the claim; b. Summary of claim, including underlying facts, entitlement, schedule

analysis, quantum calculations, contract provisions supporting relief;

Page 115: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 29 General Conditions

c. List of documents relating to claim including Specifications, Drawings, clarifications/requests for information, schedules, notices of delay, and any others;

d. Chronology of events and correspondence; e. Analysis of claim merit; f. Analysis of claim cost; and g. Attach supporting documents referenced in paragraph 12.C.1.c.

D. Subcontractor Claims

Contractor shall present as its claims all Subcontractor, sub-Subcontractor and supplier claims of any type, and prove them under the terms of the Contract Documents. District shall not be directly liable to any Subcontractor, any supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages or extra costs of any type arising out of or resulting from the Project.

E. Exclusive Remedy

Contractor’s performance of its duties and obligations specified in this Article 12 and administration of a claim as provided in this Article 12 is Contractor’s sole and exclusive remedy for disputes of all types pertaining to the payment of money, extension of time, the adjustment or interpretation of Contract Documents terms or other contractual or tort relief arising from Contract Documents. This exclusive remedy and the limitation of liability (expressed herein and elsewhere throughout Contract Documents) apply notwithstanding the completion, termination, suspension, cancellation, breach or rescission of the Work or Contract Documents, negligence or strict liability by District, its representatives, consultants or agents, or the transfer of Work or the Project to District for any reason whatsoever. Contractor waives and covenants not to use any claims of waiver, estoppel, release, bar, or any other type of excuse for non-compliance with the claim submission, administration, and mediation requirements. Compliance with the claim submission, administration, and mediation procedures described in Article 12 is a condition precedent to the right to commence litigation or commence any other legal action. Claim(s) or issue(s) not raised in a timely protest and timely claim submitted under this Article 12 may not be asserted in any subsequent Government Code claim, litigation or legal action. District shall not be deemed to waive any provision under this Article 12, if at District’s sole discretion, a claim is administered in a manner not in accord with this Article 12. Contractor’s timely and full compliance with its obligations in this Article 12 shall constitute a condition precedent to Contractor’s compliance with the claims presentation requirements under the California Government Code, which shall remain upon substantial completion or termination of the Contract Documents.

13. LEGAL AND MISCELLANEOUS

A. Laws and Regulations

1. Contractor shall keep fully informed of and shall comply with all laws, ordinances, regulations and orders of any properly constituted authority affecting the Contract Documents, Work and persons connected with

Page 116: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 30 General Conditions

Work, and shall protect and indemnify District and its officers, employees, consultants and agents against any claim or liability, including attorney’s fees, arising from or based on violation of law, ordinance, regulation or order, whether by Contractor or by Subcontractors, employees or agents. Authorized persons may at any time enter upon any part of Work to ascertain compliance of all applicable laws, ordinances, regulations and orders.

2. Whenever Drawings and Specifications require larger sizes or higher standards than are required by any applicable law, ordinance, regulation or order, Drawings and Specifications shall govern. Whenever Drawings and Specifications require something that will violate such laws, ordinances, regulations or orders, then such laws, ordinances, regulations or orders shall govern.

B. Permits and Taxes

Contractor shall procure all permits and licenses applicable to the Work (including environmental matters to the extent applicable), pay all charges and fees, including fees for street opening permits, comply with, implement and acknowledge effectiveness of all permits, initiate and cooperate in securing all required notifications or approvals therefore, and give all notices necessary and incident to due and lawful prosecution of Work, unless otherwise provided herein. District will pay applicable building permits, school, sanitation and water fees, except as otherwise provided in the Contract Documents. Contractor shall pay all sales and/or use taxes levied on materials, supplies, or equipment purchased and used on or incorporated into Work, and all other taxes properly assessed against equipment or other property used in connection with Work, without any increase in the Contract Sum. Contractor shall make necessary arrangements with proper authorities having jurisdiction over roads, streets, pipelines, navigable waterways, railroads, and other works in advance of operations, even where District may have already obtained permits for the Work.

C. Responsibility of Contractor And Indemnification

1. District and each of its officers, employees, consultants and agents including, but not limited to the Board, Engineer and each District Representative, shall not be liable or accountable in any manner for loss or damage that may happen to any part of the Work; loss or damage to materials or other things used or employed in performing the Work; injury, sickness, disease, or death of any person; or damage to property resulting from any cause whatsoever except their sole negligence, willful misconduct or active negligence, attributable to performance or character of the Work, and Contractor releases all of the foregoing persons and entities from any and all such claims.

2. To the furthest extent permitted by law (including without limitation California Civil Code Section 2782), Contractor shall assume defense of, and indemnify and hold harmless, District and each of its officers, employees, consultants and agents, including but not limited to the Board, Engineer and each District representative, from claims, suits, actions,

Page 117: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 31 General Conditions

losses and liability of every kind, nature and description, including but not limited to claims and fines of regulatory agencies and attorney’s fees and consultant’s fees, directly or indirectly arising out of, connected with or resulting from performance of the Work, failure to perform the Work, or condition of the Work which is caused in whole or part by any act or omission of Contractor, Subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether it is caused in part by the negligence of District or by any person or entity required to be indemnified hereunder.

3. With respect to third-party claims against Contractor, Contractor waives any and all rights to any type of express or implied indemnity against District and each of its officers, employees, consultants and agents including, but not limited to District, the Board, Engineer and each District representative.

4. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of Contractor, its Subcontractors of any tier, or the officers or agents of any of them.

5. To the furthest extent permitted by law (including, without limitation, Civil Code Section 2782), the indemnities, releases of liability and limitations of liability, claims procedures, and limitations of remedy expressed throughout Contract Documents shall apply even in the event of breach of contract, negligence (active or passive), fault or strict liability of the party(ies) indemnified, released, or limited in liability, and shall survive the termination, rescission, breach, abandonment, or completion of the Work or the terms of the Contract Documents. If Contractor fails to perform any of these defense or indemnity obligations, District may in its discretion back charge Contractor for District’s costs and damages resulting therefrom and withhold such sums from progress payments or other contract moneys which may become due.

6. The indemnities in the Contract Documents shall not apply to any indemnified party to the extent of its sole negligence or willful misconduct; nor shall they apply to District or other indemnified party to the extent of its active negligence.

D. Concealed or Unknown Conditions

1. If either of the following conditions is encountered at Site when digging trenches or other excavations that extend deeper than four feet below the surface, Contractor shall give a written Notice of Differing Site Conditions to District promptly before conditions are disturbed, except in an emergency as required by paragraph 16.D of this SECTION 00700, and in no event later than seven Days after first observance of: a. Subsurface or Latent physical conditions which differ materially from

those indicated in the Contract Documents; or b. Unknown physical conditions of an unusual nature or which differ

materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents.

Page 118: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 32 General Conditions

In response to Contractor’s Notice of Differing Site Conditions under this paragraph 13.D.1, District will investigate the identified conditions, and if they differ materially and cause increase or decrease in Contractor’s cost of, or time required for, performance of any part of the Work, District will issue either a Request for Proposal or a Construction Change Directive under the procedures described in the Contract Documents, including without limitation Section 01250 (Modification Procedures). If District determines that physical conditions at the Site are not Latent or are not materially different from those indicated in Contract Documents or that no change in terms of the Contract Documents is justified, District will so notify Contractor in writing, stating reasons.

2. Contractor shall not be entitled to any adjustment in the Contract Sum or Contract Time regarding claimed Latent or materially different Site conditions (whether above or below grade) if: a. Contractor knew of the existence of such conditions at the time

Contractor submitted its Bid; or b. Contractor should have known of the existence of such conditions as a

result of having complied with the requirements of Contract Documents, including without limitation paragraphs 2.A and 8.D of this SECTION 00700; or

c. The information or conditions claimed by Contractor to be Latent or materially different consist of information, conclusions, opinions or deductions of the kind that paragraph 2.A of this SECTION 00700 precludes reliance upon; or

d. Contractor was required to give written Notice of Differing Site Conditions and failed to do so within the time required.

3. If District and Contractor are unable to agree on entitlement to or as to the amount or length of any adjustment in the Contract Sum or Contract Time required under this paragraph 13.D, Contractor shall proceed with the Work as directed by District and may make a claim as provided in Article 12 of this SECTION 00700.

E. Notice of Hazardous Waste or Materials Conditions

1. Contractor shall give a written Notice of Hazardous Materials Condition to District promptly, before any of the following conditions are disturbed (except in an emergency as required by paragraph 16.D of this SECTION 00700), and in no event later than 24 hours after first observance of any: a. Material that Contractor believes may be hazardous waste or

hazardous material, as defined in Section 25117 of the Health and Safety Code (including, without limitation, asbestos, lead, PCBs, petroleum and related hydrocarbons, and radioactive material) that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law (“hazardous material”); or

b. Other material that may present an imminent substantial danger to persons or property exposed thereto in connection with Work at the Site (“other materials”).

Page 119: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 33 General Conditions

2. Except as otherwise provided in the Contract Documents or as provided by applicable law, Contractor shall not be required to give any notice for the disturbance or observation of any such hazardous materials or other materials where such matter is disturbed or observed as part of the scope of Work under the Contract Documents (such as hazardous waste or hazardous material investigation, remediation or disposal activities which are identified as the subject of Work under the Contract Documents), where Contractor complies with all requirements in the Contract Documents and applicable law respecting such materials.

3. Contractor’s Notice of Hazardous Materials Condition shall indicate whether the hazardous materials or other materials were shown or indicated in the Contract Documents to be within the scope of Work, and whether the hazardous materials or other materials were brought to the Site by Contractor, its Subcontractors, suppliers, or anyone else for whom Contractor is responsible.

4. Contractor shall not be entitled to any adjustment in the Contract Sum or Contract Time regarding claimed hazardous waste or materials if: a. Contractor knew of the existence of such hazardous materials or other

materials at the time Contractor submitted its Bid; or b. Contractor should have known of the existence of such hazardous

material or other materials as a result of its having the responsibility to obtain additional or supplementary examinations, investigation, explorations, tests, studies, and data concerning the conditions at or contiguous to the Site prior to submitting its Bid; or

c. Contractor failed to give the written notice within the time required by paragraph 13.E.1 of this SECTION 00700.

5. If District determines that conditions involve hazardous materials or other materials and that a change in Contract Document terms is justified, District will issue either a Request for Proposal or Construction Change Directive under the procedures described in the Contract Documents, including without limitation Section 01250 (Modification Procedures). If District determines that conditions do not involve hazardous materials or other materials or that no change in Contract Document terms is justified, District will notify Contractor in writing, stating the reasons for its determination.

6. If District and Contractor are unable to agree on entitlement to or as to the amount or length of any adjustment in the Contract Sum or Contract Time required under this paragraph 13.E, Contractor shall proceed with the Work as directed by District and may make a claim as provided in Article 12 of this SECTION 00700.

7. In addition to the parties’ other rights under paragraph 13.E.5 of this SECTION 00700, if Contractor does not agree to resume Work based on a reasonable belief that it is unsafe, or does not agree to resume Work under special conditions, District may order the disputed portion of Work deleted from the Work, or performed by others, or District may invoke its right to terminate Contractor’s right to proceed under the Contract

Page 120: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 34 General Conditions

Documents in whole or in part, for convenience or for cause as the facts may warrant. If Contractor does not agree with District’s determination of any adjustment in the Contract Sum or Contract Time as a result, Contractor may make a claim as provided in Article 12 of this SECTION 00700.

F. Suspension of Work

1. District may, without cause, order Contractor in writing to suspend, delay or interrupt Work in whole or in part for such period of time as District may determine. An adjustment shall be made for increases in cost of performance of Work of the Contract Documents caused by any such suspension, delay or interruption, calculated using the measures set forth in Section 01250 (Modification Procedures). No adjustment shall be made to extent that: a. Performance is, was or would have been so suspended, delayed or

interrupted by another cause for which Contractor is responsible; or b. An equitable adjustment is made or denied under any other provision

of Contract Documents; or c. The suspension of Work was the direct or indirect result of Contractor’s

failure to perform any of its obligations hereunder. Adjustments made in cost of performance may have a mutually agreed fixed or percentage fee; if the parties cannot agree, Contractor may file a claim under Article 12 of this SECTION 00700.

G. Termination of Contract for Cause

1. District may declare Contractor in default of Contract Documents and District may terminate Contractor’s right to proceed under the Contract Documents for cause: a. Should Contractor make an assignment for the benefit of creditors;

admit in writing its inability to pay its debts as they become due; file a voluntary petition in bankruptcy; be adjudged a bankrupt or insolvent; be the subject of an involuntary petition in bankruptcy which is not dismissed within 60 Days; file a petition or answer seeking for itself any reorganization, arrangement, composition, readjustment, liquidation, dissolution, or similar relief under any present or future statute, law, or regulation; file any answer admitting or not contesting the material allegations of a petition filed against Contractor in any such proceeding; or seek, consent to, or acquiesce in, the appointment of any trustee, receiver, custodian or liquidator of Contractor or of all or any substantial part of its properties or if Contractor, its directors or shareholders, take action to dissolve or liquidate Contractor; or

b. Should Contractor commit a material breach of the Contract Documents. If District declares Contractor in default due to material breach, however, District must allow Contractor an opportunity to cure such breach within ten Days of the date of notice from District to Contractor providing notice of the default; or, if such breach is curable but not curable within such ten-Day period, within such period of time

Page 121: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 35 General Conditions

as is reasonably necessary to accomplish such cure. (In order for Contractor to avail itself of a time period in excess of ten Days, Contractor must provide District within the ten-Day period with a written plan acceptable to District to cure said breach which includes, for example, evidence of necessary resources, Subcontractor commitments, schedules and recovery schedules meeting Contract Document requirements and showing a realistic and achievable plan to cure the breach. Contractor must then diligently commence and continue such cure according to the written plan); or

c. Should Contractor violate or allow (by a Subcontractor or other person or entity for which Contractor is responsible) a violation of any valid law, statute, regulation, rule, ordinance, permit, license or order of any governmental agency applicable to the Project or Work and does not cure (or cause to be cured) such violation within ten Days of the date of the notice from District to Contractor demanding such cure; or, if such violation is curable but not curable within such ten-Day period, within such period of time as is reasonably necessary to accomplish such cure. (In order for Contractor to avail itself of a time period in excess of ten Days, Contractor shall provide District within the ten-Day period with a written plan to cure said violation acceptable to District, and then diligently commence and continue performance of such cure according to the written plan.)

2. If District at any time reasonably believes that Contractor is or may be in default under the Contract Documents as provided in paragraph 13.G.1 of this SECTION 00700, District may in its sole discretion notify Contractor of this fact and request written assurances from Contractor of performance of Contract Documents and a written plan from Contractor to remedy any default under the terms of Contract Documents which District may advise Contractor of in writing. Contractor shall, within 10 Days of District’s request, deliver a written cure plan which meets the requirements of the written plan deliverable under paragraph 13.G.1.b of this SECTION 00700. Failure of Contractor to provide such written assurances of performance and the required written plan, within ten Days of request, will constitute a material breach of Contract Documents sufficient to justify termination for cause.

3. In event of termination for cause, District will immediately serve written notice thereof upon Surety and Contractor. Surety shall have the rights and obligations set forth in SECTION 00610 (Construction Performance Bond). Subject to the Surety’s rights under the Performance Bond (which rights are waived upon a default thereunder), District may take over the Work and prosecute it to completion by contract or by any other methods it may deem advisable.

4. In the event of termination by District as provided in paragraph 1 of this SECTION 00700 for cause: a. District will compensate Contractor for the value of the Work delivered

to District upon termination as determined in accordance with the

Page 122: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 36 General Conditions

Contract Documents, subject to all rights of offset and back charges, and provided that Contractor provides District with updated as-builts and Project Record Documents showing the Work performed up to the date of termination. However, District will not compensate Contractor for its costs in terminating the Work or any cancellation charges owed to third parties.

b. Contractor shall deliver to District possession of the Work in its then condition including, but not limited to, all designs, engineering, Project records, Project Record Documents, cost data of all types, Drawings and Specifications and contracts with vendors and Subcontractors, all other documentation associated with the Project, and all construction supplies and aids dedicated solely to performing the Work which, in the normal course of construction, would be consumed or only have salvage value at the end of the construction period. Contractor shall remain fully liable for the failure of any Work completed and materials and equipment provided through the date of such termination to comply with the provisions of the Contract Documents. The provisions of this paragraph 13.G.4 shall not be interpreted to diminish any right which District may have to claim and recover damages for any breach of Contract Documents or otherwise, but rather, Contractor shall compensate District for all loss, cost, damage, expense, and/or liability suffered by District as a result of such termination and failure to comply with Contract Documents.

c. District’s rights under paragraph 13.G.4.b shall be specifically enforceable to the greatest extent permitted by law. District shall, to the extent applicable, have all other rights and remedies set forth in any Bidding Document.

5. District may terminate portions or parts of the Work for cause, provided these portions or parts (1) have separate geographic areas from parts or portions of the Work not terminated or (2) are limited to the work of one or more specific trades or Subcontractors. In such case, Contractor shall cooperate with a completing contractor as required under Article 6 of this SECTION 00700.

6. In the event a termination for cause is later determined to have been made wrongfully or without cause, then the termination shall be treated as a termination for convenience, and Contractor shall have the recovery rights specified in paragraph 13.H. Any Contractor claim arising out of a termination for cause, however, shall be made in accordance with Article 12 of this SECTION 00700. No other loss cost, damage, expense or liability may be claimed, requested or recovered by Contractor.

H. Termination of Contract for Convenience

1. District may terminate performance of the Work under the Contract Documents in accordance with this clause in whole, or from time to time in part, whenever District shall determine that termination is in District’s best interest. Termination shall be effected by District delivering to Contractor notice of termination specifying the extent to which performance of the

Page 123: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 37 General Conditions

Work under the Contract Documents is terminated and the effective date of the termination.

2. After receiving a notice of termination under paragraph 13.H.1 of this SECTION 00700, and except as otherwise directed by District, Contractor shall: a. Stop Work under the Contract Documents on date and to extent

specified in notice of termination; b. Place no further orders or subcontracts for materials, services, or

facilities except as necessary to complete portion of Work under the Contract Documents which is not terminated;

c. Terminate all orders and subcontracts to extent that they relate to performance of Work terminated by the notice of termination;

d. Assign to District in manner, at times, and to extent directed by District, all right, title, and interest of Contractor under orders and subcontracts so terminated. District shall have the right, in its sole discretion, to settle or pay any or all claims arising out of termination of orders and subcontracts;

e. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with approval or ratification of District to extent District may require. District’s approval or ratification shall be final for purposes of this paragraph 13.H;

f. Transfer title to District, and deliver in the manner, at the times, and to the extent, if any, directed by District, all fabricated or unfabricated parts, Work in process, completed Work, supplies, and all other material produced as part of, or acquired in connection with performance of, Work terminated by the notice of termination, and completed or partially completed drawings, drawings, specifications, information, and other property which, if the Project had been completed, would have been required to be furnished to District;

g. Use its best efforts to sell, in manner, at times, to extent, and at price or prices that District directs or authorizes, any property of types referred to in paragraph 13.H.2.f of this SECTION 00700, but Contractor shall not be required to extend credit to any purchaser, and may acquire any such property under conditions prescribed and at price or prices approved by District. Proceeds of transfer or disposition shall be applied to reduce payments to be made by District to Contractor under the Contract Documents or shall otherwise be credited to the price or cost of Work covered by Contract Documents or paid in such other manner as District may direct;

h. Complete performance of the part of the Work which was not terminated by the notice of termination; and

i. Take such action as may be necessary, or as District may direct, to protect and preserve all property related to Contract Documents which is in Contractor’s possession and in which District has or may acquire interest.

Page 124: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 38 General Conditions

3. After receipt of a notice of termination under paragraph 13.H.1 of this SECTION 00700, Contractor shall submit to District its termination claim, in form and with all certifications required by Article 12 of this SECTION 00700. Contractor’s termination claim shall be submitted promptly, but in no event later than 6 months from effective date of the termination. Contractor and District may agree upon the whole or part of the amount or amounts to be paid to Contractor because of a total or partial termination of Work under this paragraph 13.H. If Contractor and District fail to agree on the whole amount to be paid to Contractor because of the termination of the Work under this paragraph 13.H, District’s total liability to Contractor by reason of the termination shall be the total (without duplication of any items) of: a. The reasonable cost to Contractor, without profit, for all Work

performed prior to the effective date of the termination, including Work done to secure the Project for termination. Reasonable cost may not exceed the applicable percentage completion values derived from the progress schedule and the schedule of values. Deductions shall be made for cost of materials to be retained by Contractor, cost of Work defectively performed, amounts realized by sale of materials, and for other appropriate credits against cost of Work. Reasonable cost will include reasonable allowance for Project overhead and general administrative overhead not to exceed a total of ten percent of direct costs of such Work. When, in District’s opinion, the cost of any item of Work is excessively high due to costs incurred to remedy or replace defective or rejected Work, reasonable cost to be allowed will be the estimated reasonable cost of performing the Work in compliance with requirements of Contract Documents and excessive actual cost shall be disallowed.

b. A reasonable allowance for profit on cost of Work performed as determined under paragraph 13.H.3.a of this SECTION 00700, provided that Contractor establishes to District’s satisfaction that Contractor would have made a profit had the Project been completed, and provided further that the profit allowed shall not exceed 5 percent of cost.

c. Reasonable costs to Contractor of handling material returned to vendors, delivered to District or otherwise disposed of as directed by District.

d. A reasonable allowance for Contractor’s internal administrative costs in preparing termination claim.

e. Except as provided in this paragraph 13.H.3 of this SECTION 00700, District shall not be liable for costs incurred by Contractor or Subcontractors after receipt of a notice of termination. Such non-recoverable costs include, but are not limited to, anticipated profits on Work not performed as of the date of termination, post-termination employee salaries, post-termination general administrative expenses, post-termination overhead or unabsorbed overhead, costs of preparing

Page 125: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 39 General Conditions

and submitting Contractor’s Bid, attorney’s fees of any type, and all costs relating to prosecution of claim or lawsuit.

f. District shall have no obligation to pay Contractor under this paragraph 13.H unless and until Contractor provides District with updated and acceptable as-builts and Project Record Documents for Work completed prior to termination.

4. In arriving at the amount due Contractor under this clause, there shall be deducted in whole (or in the appropriate part[s] if the termination is partial): a. All unliquidated advances or other payments on account previously

made to Contractor, including without limitation all payments applicable to the terminated portion of Contract Documents;

b. Any claim which District may have against Contractor in connection with Contract Documents; and

c. The agreed price for, or proceeds of sale of, any materials, supplies, or other things kept by Contractor or sold under provisions of this paragraph 13.H, and not otherwise recovered by or credited to District.

I. Contingent Assignment of Subcontracts

1. Contractor hereby assigns to District each Subcontract for a portion of the Work, provided that: a. The assignment is effective only after District’s termination of

Contractor’s right to proceed under the Contract Documents (or portion thereof relating to that Subcontract) pursuant to paragraphs 13.G or 13.H of this SECTION 00700.

b. The Assignment is effective only for the Subcontracts which District expressly accepts by notifying the Subcontractor in writing;

c. The assignment is subject to the prior rights, if any, of the Surety, obligated by SECTION 00610 (Construction Performance Bond) provided under the Contract Documents, where the Surety exercises its rights to complete the Contract;

d. After the effectiveness of an assignment, Contractor shall, at its sole cost and expense (except as otherwise provided in paragraphs 13.G or 13.H of this SECTION 00700), sign all instruments and take all actions reasonably requested by District to evidence and confirm the effectiveness of the assignment in District; and

e. Nothing in this paragraph 13.I shall modify or limit any of Contractor’s obligations to District arising from acts or omissions occurring before the effectiveness of any Subcontract assignment, including but not limited to all defense, indemnity and hold-harmless obligations arising from or related to the assigned Subcontract.

J. Remedies and Contract Integration

1. Subject to Contract Documents provisions regarding Contractor claims, claim review, and claim resolution, and subject to the limitations therein, the exclusive jurisdiction and venue for resolving all claims, counter-claims, disputes and other matters in question between District and Contractor arising out of or relating to Contract Documents, any

Page 126: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 40 General Conditions

breach thereof or the Project shall be the Superior Court of the State of California for the County of El Dorado. Both parties hereby waive their rights under California Code of Civil Procedure Section 394 to file a motion to transfer any action or proceeding arising out of the Contract Documents to another venue. All District remedies provided in the Contract Documents shall be taken and construed as cumulative and not exclusive; that is, in addition to each and every other remedy herein provided; and in all instances District shall have any and all other equitable and legal rights and remedies which it would have according to law.

2. The Contract Documents, any Contract Modifications and Change Orders shall represent the entire and integrated agreement between District and Contractor regarding the subject matters hereof and thereof and shall constitute the exclusive statement of the terms of the parties’ agreement. The Contract Documents, and any Contract Modifications and Change Orders, shall supersede any and all prior negotiations, representations or agreements, written or oral, express or implied, that relate in any way to the subject matter of the Contract Documents or written modifications. District and Contractor represent and agree that, except as otherwise expressly provided in the Contract Documents, they are entering into the Contract Documents and any subsequent written modification in sole reliance upon the information set forth or referenced in the Contract Documents or Contract Modifications and the parties are not and will not rely on any other information.

3. In any proceeding to enforce the Contract Documents, Contractor and District agree that the finder of fact shall receive detailed instructions on the meaning and operation of the Contract Documents, including their conditions, limitations of liability and remedies clauses, claims procedures and any other provisions impacting major defenses and theories of liability of the parties. Detailed findings of fact shall be requested, to verify Contract enforcement.

4. Either party’s waiver of any breach or failure to enforce any of the terms, covenants, conditions or other provisions of the Contract Documents at any time shall not in any way affect, limit, modify or waive that party’s right thereafter to enforce or compel strict compliance with every term, covenant, condition or other provision hereof, any course of dealing or custom of the trade or oral representations notwithstanding.

K. Patents

Fees or claims for any patented invention, article or arrangement that may be used upon or in any manner connected with performance of the Work or any part thereof shall be included in the Bid price for doing the Work. Contractor shall defend, indemnify and hold harmless District and each of its officers, employees, consultants and agents, including, but not limited to, the Board, Engineer and each District representative, from all damages, claims for damages, costs or expenses in law or equity, including attorney’s fees, arising from or relating to any claim that any article supplied or to be supplied under the Contract Documents infringes on the patent rights, copyright, royalties, trade name, trademark, service mark, trade secret or

Page 127: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 41 General Conditions

other intellectual property right of any person or persons or that the person or entity supplying the article does not have a lawful right to sell the same. Such costs or expenses for which Contractor agrees to indemnify and hold harmless the above indemnities include but are not limited to any and all license fees, whether such fees are agreed by any indemnitee or ordered by a court or administrative body of any competent jurisdiction.

L. Substitution for Patented and Specified Articles

Except as noted specifically in Specifications, whenever in Specifications, material or process is designated by patent or proprietary name or by name of manufacturer, such designation shall be deemed to be used for purpose of facilitating description of material and process desired, and shall be deemed to be followed by the words “or equal” and Contractor may offer any substitute material or process that Contractor considers equal in every respect to that so designated and if material or process offered by Contractor is, in opinion of District, equal in every respect to that so designated, its use will be approved. However, Contractor may utilize this right only by timely submitting SECTION 00660 (Substitution Request Form) as provided in SECTION 00200 (Instructions to Bidders). A substitution will be approved only if it is a true “equal” item in every aspect of its design and quality, including but not limited to its dimensions, weights, service requirements, durability, functioning, impact on contiguous construction elements, overall schedule and design.

M. Interest of Public Officers

No representative, officer, or employee of District, no member of the governing body of the locality in which the Project is situated, no member of the locality in which District was activated, and no other public official of such locality or localities who exercises any functions or responsibilities with respect to the Project, during the tenure of the official or for one year thereafter, shall, as principal, agent, attorney or otherwise, be directly or indirectly interested, in the Contract Documents or the proceeds thereof.

N. Limit of Liability

DISTRICT, AND EACH OF ITS OFFICERS, BOARD MEMBERS, EMPLOYEES, CONSULTANTS AND AGENTS INCLUDING, BUT NOT LIMITED TO, ENGINEER AND EACH OTHER DISTRICT REPRESENTATIVE, SHALL HAVE NO LIABILITY TO CONTRACTOR FOR SPECIAL, CONSEQUENTIAL, OR INCIDENTAL DAMAGES, EXCEPT TO THE LIMITED EXTENT THAT THESE CONTRACT DOCUMENTS OR APPLICABLE PUBLIC CONTRACTING STATUTES MAY SPECIFY THEIR RECOVERY.

O. Severability

Any provisions or portions thereof of Contract Documents that are prohibited by, unlawful, or unenforceable under any applicable law of any jurisdiction shall as to such jurisdiction be ineffective without affecting other provisions or portions thereof in the Contract Documents.

Page 128: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 42 General Conditions

14. MODIFICATIONS OF CONTRACT DOCUMENTS

A. Alterations, Modifications and Force Account Work 1. No modification or deviation from the Drawings and Specifications will be

permitted except by written Contract Modification. 2. District may, without notice to the sureties, make alterations, deviations,

additions to, or deletions from Contract Documents; increase or decrease the quantity of any item or portion of the Work; expand, contract or otherwise change the Contract Time; delete any item or portion of the Work; and require extra Work. Contractor shall perform such Work under applicable provisions of the Contract Documents, unless specifically provided otherwise at the time the change is ordered. In the case of any ordered extra Work, Owner reserves the right to furnish all or portions of associated labor, material, and equipment, which Contractor shall accept and use without payment for costs, markup, profit, or otherwise for such District-furnished labor, materials, and equipment.

3. District may make changes to the Work during the course of construction to bring the Work into compliance with environmental requirements or standards established by state and federal statutes and regulations enacted after the Contract has been awarded. Contractor shall be compensated for changes affecting the Contract Time or Contract Sum of the Work as set forth in this Article 14 and in Section 01250 (Modification Procedures).

4. Changes affecting the Contract Time or Contract Sum of the Work shall be set forth in a written Change Order that shall specify: a. The Work performed in connection with the change to be made; b. The amount of the adjustment of the Contract Sum, if any, and the

basis for compensation for the Work ordered; and c. The extent of the adjustment in the Contract Time, if any.

5. A Change Order will become effective when signed by District. If District exercises its right to decide disputed issues pertaining to changed Work as set forth in Articles 12 and 14 of this SECTION 00700, then the resulting Change Order shall be effective when signed by District, notwithstanding that Contractor has not signed it.

6. Changes not affecting the Contract Time or Contract Sum of the Work, in District’s discretion, may be set forth in a written RFI-Reply executed by District. Execution of such an RFI-Reply constitutes Contractor’s agreement to make the specified change without change to the Contract Sum or the Contract Time.

7. Changes or deviations from Contract Documents affecting the Contract Time or Contract Sum of the Work shall not be made without the authority of an effective Change Order or Construction Change Directive as provided in Section 01250 (Modification Procedures), except in cases of emergency discussed in Article 16 of this SECTION 00700.

8. If changes ordered in design, workmanship or materials are of such a nature as to increase or decrease the cost of any part of the Work, the price fixed in the Contract Documents shall be increased or decreased by

Page 129: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 43 General Conditions

the amount that Contractor and District may agree upon as a reasonable and proper allowance for the cost increase or decrease. If an agreement cannot be reached, then District will reach a determination, which shall be final, subject to Contractor’s rights under Article 12 of this SECTION 00700. In all cases Contractor shall perform the changed Work as directed by District subject to Contractor’s rights under Article 12 of this SECTION 00700.

9. Contractor shall, upon District’s request, permit inspection of the original unaltered Bid estimate, subcontract agreements, purchase orders relating to the change, and documents substantiating all costs associated with its cost proposal or claims arising from changes in the Work.

10. Changes in the Work made pursuant to this Article 14 and extensions of Contract Time necessary by reason thereof shall not in any way release the guaranties and warranties given by Contractor pursuant to provisions of the Contract Documents, nor shall such changes in the Work relieve or release the Sureties of bonds executed pursuant to said provisions. The Sureties, in executing such bonds, shall be deemed to have expressly agreed to any such change in the Work and to any extension of time made by reason thereof.

11. Procedures for Modifications of Contract Documents and for calculating the cost of extra Work are given in Section 01250 (Modification Procedures). Regarding delay and impact costs of any nature, Contractor may not seek delay compensation for on-Site or off-Site costs based on formulas, e.g., “Eichlay” or other formula. Rather, Contractor shall prove actual costs resulting from such delays. If Contractor requests compensation for delay to the construction, then Contractor shall prove and document actual costs plus markup per the cost categories and procedures in Section 01250 (Modification Procedures) in order to request, claim or prove compensation for delay.

12. Change Orders in excess of District’s approved limit must be approved by the District’s Board of Directors and a performance bond rider covering the changed Work executed before proceeding with the changed Work. Contractor is charged with knowledge of District’s approved Change Order limits and procedures in effect at the applicable time.

15. TIME ALLOWANCES

A. Time Allowances for Performance Of Contract Documents

1. When Contractor and District have signed the Contract Documents, District will serve a Notice to Proceed upon Contractor to that effect, either by depositing notice in a post office or post office box regularly maintained by United States Postal Service in a pre-paid wrapper directed to Contractor at legal address or (at District’s option) by delivery by other means authorized for notices under the Contract documents at legal address.

2. The start date for Contract Time shall be on the date indicated in the applicable Notice to Proceed. If no date is indicated, the start date for

Page 130: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 44 General Conditions

Contract Time shall be the fifth Day from the date that Contractor receives, by hand or overnight delivery or facsimile transmission, District’s written Notice to Proceed, unless the Notice to Proceed is served by mail only, in which case the start date for Contract Time shall be the fifth Day following the mailing date. The total number of Days for completion of the Work under the Contract Documents shall be as provided in SECTION 00520 (Agreement).

B. Entitlement to Change of Contract Time 1. The Contract Time may only be changed by Change Order or by Contract

Modification, and all time limits stated in the Contract Documents are of the essence of Contract Documents.

2. The Contract Time will be adjusted in an amount equal to the time lost due to: a. Changes in the Work ordered by District; b. Acts or neglect by District, Engineer, any District representative, utility

owners or other contractors performing other work, provided that Contractor has fully and completely performed its responsibilities under the Contract Documents; or

c. Fires, floods, epidemics, abnormal weather conditions beyond the parameters otherwise set forth in this paragraph 15.B, earthquakes, civil or labor disturbances, strikes or acts of God, provided damages resulting therefrom are not the result of Contractor’s failure to protect the Work as required by Contract Documents.

3. The Contract Time shall not be extended for any cause identified in paragraph 15.B.2 above, however, unless: a. Contractor actually has been prevented from completing any part of

the Work within the Contract Time due to delay that is beyond Contractor’s control and due to reasons for which Contractor is not responsible (delays attributable to and within the control of a Subcontractor, or its subcontractors, or supplier shall be deemed to be delays within the control of Contractor);

b. A claim for delay is made as provided herein; and c. Contractor submits a Time Impact Evaluation as required under

Section 01320 (Progress Schedules and Reports) that demonstrates actual delay to critical Work activities that actually delay the progress of the Work in the amount of time requested.

4. Where Contractor is prevented from completing any part of the Work within the Contract Time due to delay beyond the control of both District and Contractor (including, but not limited to, adverse weather of all types and acts of other contractors or utilities), an extension of Contract Time, in an amount equal to the time lost due to such delay (without compensation), shall be Contractor’s sole and exclusive remedy for such delay.

5. Delays due to abnormal or adverse weather conditions will not be allowed for weather conditions that fall within the parameters listed or referenced in this paragraph 15.B.5. Adverse weather delays may be allowed only if

Page 131: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 45 General Conditions

the number of workdays of adverse weather exceeds these parameters on a monthly basis and Contractor proves that adverse weather actually caused delays. Contractor shall give written notice of intent to claim an adverse weather day within one Day of the adverse weather day occurring. See SECTION 00800 (Supplementary General Conditions) for precipitation parameters.

6. Contractor shall include the foregoing precipitation parameters as a monthly activity in its progress schedule. As Work on the critical path is affected by precipitation, Contractor shall notify District and request that the days be moved to the affected activities. Any adverse weather days remaining shall be considered Project float.

7. Adverse weather delay for precipitation shall be recognized for the actual period of time Contractor proves it was delayed by precipitation exceeding the specified parameters. For example, and not by way of limitation, if precipitation exceeding the specified parameters does not in fact delay Contractor’s progress on the critical path, then no time extension shall be recognized; and conversely, if Contractor proves to District’s satisfaction that precipitation exceeding the specified parameters causes delay to Contractor for a period longer than the number of precipitation days incurred (e.g., if it rains or snows during grading work), then Contractor shall be entitled to a time extension equal to the actual period of such delay.

8. Contractor shall take reasonable steps to mitigate potential weather delays, such as dewatering the Site, and covering Work and material that could be affected adversely by weather. Failure to do so shall be cause for District to not grant a time extension due to adverse weather, where Contractor could have avoided or mitigated the potential delay by exercising reasonable care.

C. Notice of Delay

Within seven Days of the beginning of any delay, Contractor shall notify District in writing, by submitting a notice of potential claim, of all anticipated delays resulting from the delay event in question. Any request for extension of time shall be accompanied by Contractor’s written statement that the adjustment claimed is the entire adjustment to which the claimant is entitled as a result of the occurrence of said event, and shall include a written schedule document that demonstrates delay to the critical path using a Time Impact Evaluation as specified in Section 01320 (Progress Schedules and Reports). District will determine all claims and adjustments in the Contract Time. No claim for an adjustment in the Contract Time will be valid and such claim will be waived if not submitted in accordance with the requirements of this paragraph 15.C.

D. Time Extensions and/or Damages Entitlements for Delays 1. Contractor may receive a time extension and be compensated for delays

caused directly and solely by District. 2. Contractor may receive a time extension without compensation for delays

resulting in whole or in part from causes beyond the reasonable control of

Page 132: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 46 General Conditions

Contractor and District, e.g. adverse weather conditions exceeding Contract Documents parameters, earthquakes, Acts of God and epidemics. In such cases, a time extension without compensation shall constitute Contractor’s sole and exclusive remedy for such delays.

3. Contractor shall not be entitled to any time extension or compensation including, but not limited to, extended field or home office overhead, field supervision, costs of capital, interest, escalation charges, acceleration costs or other impacts for any delays caused in whole or in part by Contractor’s failure to perform its obligations under the Contract Documents, or during periods of delay concurrently caused by Contractor and either District or others.

4. Contractor shall not be entitled to damages for delay to the Work caused by the following reasons: a. District’s right to sequence the Work in a manner which would avoid

disruption to District’s tenants and their contractors or other prime contractors and their respective subcontractors, exercised as a result of Contractor’s failure to perform its cooperation and coordination responsibilities required by Contract Documents; District’s enforcement of any government act or regulation; or the provisions of the Contract Documents;

b. For changed Site conditions that are beyond the parties’ contemplation, except that District may approve direct costs associated with unknown conditions (but not costs or damages which result from such delays); and

c. Extensive requests for clarifications to Contract Documents or Contract Modifications thereto, provided such clarifications or Contract Modifications are processed by District or its consultants in a reasonable time commensurate with Contract Documents requirements.

E. Liquidated Delay Damages And Other Consequential Damages

1. Time is of the essence. Execution of Contract Documents by Contractor shall constitute acknowledgement by Contractor that Contractor understands, has ascertained and agrees that District will actually sustain damages in the amount fixed in the Contract Documents for each and every Day during which completion of Work required is delayed beyond expiration of time fixed for completion or extensions of time allowed pursuant to provisions hereof. Contractor and District agree that specified measures of liquidated damages shall be presumed to be the delay damages actually sustained by District as defined below , and that because of the nature of the Project, it would be impracticable or extremely difficult to fix the actual delay damages.

2. Liquidated damages shall be considered not as a penalty but as agreed monetary damage sustained by District because Contractor failed to perform and complete Work within time fixed for completion or extensions of time allowed pursuant to provisions hereof. Liquidated damages for delay shall not be deemed to include within their scope additional

Page 133: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 47 General Conditions

damages or administrative costs arising from causes other than delay in the completion of Work, such as damages incurred from Defective Work, claims and fines of regulatory agencies, etc. Contractor shall be fully responsible for the actual amount of any such consequential non-delay damages it causes, in addition to being responsible for the liquidated delay damages otherwise due District.

3. District may deduct from any money due or to become due to Contractor subsequent to time for completion of entire Work and extensions of time allowed pursuant to provisions hereof, a sum representing then-accrued liquidated damages. Should Contractor fall behind the approved Progress Schedule, District may deduct liquidated damages based on its estimated period of late completion. District need not wait until Final Completion to withhold liquidated damages from Contractor’s progress payments. Should money due or to become due to Contractor be insufficient to cover aggregate liquidated damages due, then Contractor forthwith shall pay the remainder of the assessed liquidated damages to District.

16. WORKING CONDITIONS AND PREVAILING WAGES

A. Use of Site/Sanitary Rules 1. All portions of the Work shall be maintained at all times in neat, clean and

sanitary condition. Contractor shall furnish toilets for use of Contractor’s and Subcontractors’ employees on the Site where needed, and their use shall be strictly enforced. All toilets shall be properly secluded from public observation, and shall be located, constructed and maintained subject to District’s approval.

2. Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Site and land areas identified in and permitted by Contract Documents and other land and areas permitted by applicable laws and regulations, rights of way, permits and easements or as designated by District, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, any improvement located thereon, or to the owner or occupant thereof resulting from the performance of Work.

3. During the progress of the Work, Contractor shall keep the Site and the Project free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish and debris from and about the Site as well as all tools, appliances, construction equipment and machinery and surplus materials. Contractor shall leave the premises clean and ready for occupancy by District at Substantial Completion of Work. Contractor shall restore to original condition all property not designated for alteration by Contract Documents.

4. Contractor shall not load nor permit any part of any structure or pavement to be loaded in any manner that will endanger the structure or pavement, nor shall Contractor subject any part of Work or adjacent property to stresses or pressures that will endanger it. Contractor shall conduct all

Page 134: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 48 General Conditions

necessary existing conditions investigation regarding structural, mechanical, electrical or any other system existing, shall perform Work consistent with such existing conditions, and shall have full responsibility for insufficiencies or damage resulting from insufficiencies of existing systems, equipment or structures to accommodate performing the Work.

B. Protection of Work, Persons, Property And Operations

1. Contractor shall be responsible for initiating, maintaining, coordinating with the District as required, and supervising all safety precautions and programs in connection with Work. Contractor shall comply with all safety requirements specified in the contract documents and any safety program submitted and reviewed by District, or required by state, federal or local laws and ordinances. Contractor shall be responsible for all damage to Work, property or structures, all injuries to persons, and all damage and interruptions to District’s operations, arising from the performance of Work of the Contract Documents. Except as otherwise expressly approved by District in writing, Contractor shall at all times perform all Work in a manner which does not interrupt, damage or otherwise adversely impact any facilities, operations, or real or personal property of District, its officers, employees, agents, invitees, licensees, lessees or contractors.

2. Contractor shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property.

3. Contractor shall remedy all damage, injury, loss or interruption to any property or operations referred to in paragraph 16.B.1 of this SECTION 00700, caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any Work or anyone for whose acts any of them may be liable. Contractor’s duties and responsibility for safety and for protection of Work shall continue until such time as all the Work is completed and Final Acceptance of the Work. District and its agents do not assume any responsibility for collecting any indemnity from any person or persons causing damage to Contractor’s Work.

4. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be accident prevention and the implementing, maintaining and supervising of safety precautions and programs.

5. District may, at its option, retain such moneys due under the Contract Documents as District deems necessary until any and all suits or claims against Contractor for injury to persons, property or operations shall be settled and District receives satisfactory evidence to that effect.

Page 135: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 49 General Conditions

C. Responsibility for Safety and Health

1. Contractor shall ensure that its and each tier of Subcontractors’ employees, agents, and invitees comply with applicable health and safety laws while at the Site. These laws include, but are not limited to, the California Labor Code Sections 6400-6413.5 and California Code of Regulation, Title 8, Div. 1, Chapter 4.

2. Contractor shall be fully responsible for the safety of its and its Subcontractors’ employees, agents and invitees on the Site. Contractor shall notify District, in writing, of the existence of hazardous conditions, property or equipment at the Site that are not under Contractor’s control. Contractor shall be responsible for taking all the necessary precautions against injury to persons or damage to the property of Contractor, Subcontractors or persons from reasonably anticipated and recognized hazards until the responsible party corrects the hazard.

3. Contractor shall confine all persons acting on its or its Subcontractors’ behalf to that portion of the Site where Work under the Contract Documents is to be performed: District designated routes for ingress and egress thereto and any other District designated area. Except those routes for ingress and egress over which Contractor has no right of control, within such areas, Contractor shall provide safe means of access to all places at which persons may at any time have occasion to be present.

D. Emergencies

In emergencies affecting the safety or protection of persons or Work or property at the Site or adjacent thereto, Contractor, without special instruction or authorization from District, is obligated to act to prevent threat and damage, injury or loss, until directed otherwise by District. Contractor shall give District prompt written notice if Contractor believes that any significant changes in Work or variations from Contract Documents have been caused thereby. If District determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order or Construction Change Directive will be issued to document the consequences of such action.

E. Use of Roadways And Walkways

Contractor shall not unnecessarily interfere with use of any roadway, walkway or other facility for vehicular or pedestrian traffic. Before beginning any interference and only with District’s prior concurrence, Contractor may provide detour or temporary bridge for traffic to pass around or over the interference, which Contractor shall maintain in satisfactory condition as long as interference continues. Unless otherwise provided in the Contract Documents, Contractor shall bear the cost of these temporary facilities.

F. Nondiscrimination

No person or entity shall discriminate in the employment of persons upon public works because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sexual preference, or

Page 136: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 50 General Conditions

gender of such persons, except as provided in Section 12940 of the Government Code. Every contractor for public works violating the provisions of Section 1735 of the Labor Code is subject to all the penalties imposed for a violation of Chapter 1, Part 7, Division 2 of the Labor Code.

G. Prevailing Wages

1. Contractor shall pay to persons performing labor in and about Work provided for in the Contract Documents an amount equal to or more than the general prevailing rate of per diem wages for (1) work of a similar character in the locality in which the Work is performed and (2) legal holiday and overtime work in said locality. The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and District to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. Contractor shall also cause a copy of this determination of the prevailing rate of per diem wages to be posted at each Site.

2. Contractor shall forfeit, as a penalty to District, Fifty Dollars ($50.00) for each laborer, workman, or mechanic employed in performing labor in and about the Work provided for in the Contract Documents for each Day, or portion thereof, that such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under the Contract Documents by him or her or by any Subcontractor under him or her, in violation of Articles 1 and 2 of Chapter 1 of Part 7 of Division II of the California Labor Code. The sums and amounts which shall be forfeited pursuant to this paragraph 16.G.2 and the terms of the Labor Code shall be withheld and retained from payments due to Contractor under the Contract Documents, pursuant to this SECTION 00700 and the Labor Code, but no sum shall be so withheld, retained or forfeited except from the final payment without a full investigation by either the State Department of Industrial Relations or by District. The Labor Commissioner pursuant to Labor Code Section 1775 shall determine the final amount of forfeiture.

3. Contractor shall insert in every subcontract or other arrangement which Contractor may make for performance of work or labor on Work provided for in the Contract, provision that Subcontractor shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the Labor Code.

4. Contractor stipulates that it shall comply with all applicable wage and hour laws, including without limitation Labor Code Section 1813.

H. Environmental Controls

Contractor shall comply with all rules, regulations, ordinances, and statutes that apply to any work performed under the Contract Documents including, without

Page 137: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00700 - 51 General Conditions

limitation, any toxic, water and soil pollution controls and air pollution controls specified in Government Code, Section 11017. Contractor shall be responsible for insuring that Contractor’s employees, Subcontractors and the public are protected from exposure to airborne hazards or contaminated water, soil or other toxic materials used during or generated by activities on the Site or associated with the Project.

I. Cal-OSHA Permits

Contractor shall submit to District a detailed plan showing the shoring, bracing and sloping design and other provisions to be made for worker protection from the hazard of caving ground during the excavation as required by Section 01340 (Safety Submittals)The Contractor shall comply with Labor Code Section 6500, and shall obtain, as applicable, all required permits. for the following:

1. Construction of trenches or excavations that are five feet or more in depth and into which a person is required to descend.

2. Construction or demolition of any building, structure, or scaffolding for falsework more than three stories high, or the equivalent height (36 feet).

3. The underground use of diesel engines in mines or tunnels.

END OF SECTION

Page 138: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00800 - 1 Supplementary General Conditions

SECTION 00800

SUPPLEMENTARY GENERAL CONDITIONS 1. SUMMARY

This document includes requirements that supplement the paragraphs of SECTION 00700 (General Conditions).

2. SUPPLEMENT TO PARAGRAPH 15.B.5

No precipitation parameters apply and delays due to any weather conditions will not be granted for the Project.

3. SUPPLEMENT TO PARAGRAPH 16.B. 4

6. Contractor shall maintain a fire watch during extreme fire danger. District may suspend any or all Work due to increased fire danger. Contractor shall, whenever appropriate, or required by District, United States Forest Service or other applicable governmental agency, fly in a water tank or other required preventative items.

7. Contractor shall comply with all applicable requirements of the United

States Forest Service and Federal Energy Regulatory Commission.

4. SUPPLEMENT TO PARAGRAPH 12.A.1 AND 12.A.2

1. Contract Interpretation Disputes: Should it appear to Contractor that Work to be performed or any of the matters relative to Contract Documents (including without limitation Field Directions, Drawings, or Specifications) are not satisfactorily detailed or explained therein, or should any questions arise as to the meaning or intent of Contract Documents (including without limitation Drawings or Specifications), Contractor shall give written notice to District promptly, but, in no event more than 24-hours after discovery of the matter, or other, shorter time, provided in Contract Documents. Contractor shall bear all costs incurred in giving notice. District will render a determination regarding the issue, which shall be final. If Contractor disagrees with District’s decision, Contractor’s sole and exclusive remedy is to file a claim in accordance with this Article 12. Contractor shall diligently prosecute the Disputed Work (as defined below) to Final Completion pending resolution of any claim.

2. Work Disputes: Contractor shall give written notice to District of any

dispute arising under the Contract Documents respecting the true value of any Work performed, the implementation or performance of Work required by Contract Documents, any Work omitted, any extra Work that Contractor

Page 139: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00800 - 2 Supplementary General Conditions

may be required to perform or time extensions, respecting the size of any payment to Contractor during the performance of Contract Documents, or of compliance with Contract Documents procedures. Contractor shall give the notice promptly, but, in no event more than 24-hours after discovery of the matter, or other, shorter time, provided in Contract Documents. District will render a determination regarding the issue, which shall be final. If Contractor disagrees with District’s decision, Contractor’s sole and exclusive remedy is to file a claim in accordance with this Article 12 Pending the resolution of any claim, Contractor shall diligently prosecute the Disputed Work to Final Completion.

5. SUPPLEMENT TO PARAGRAPH 15.E.1, 15.E.2, and 15.E.3 Aformentioned sections regarding Liquidated Damages not used. 6. SUPPLEMENT TO PARAGRAPH 8 A

1. Contractor shall keep on the Site at all times during Work progress

a competent resident Project Manager, who shall not be replaced without District’s express written consent. The Project Manager and the Superintendent shall be Contractor’s representatives at the Site and each shall have complete authority to act on behalf of Contractor. All communications to and from the Project Manager shall be as binding as if given to or by Contractor.

END OF SECTION

Page 140: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00821 - 1 Insurance

SECTION 00821

INSURANCE A. At or before the date specified in SECTION 00200 (Instructions to Bidders),

Contractor shall furnish to District satisfactory proof that Contractor has in force continuously for the entire period covered by the Contract the following classes of insurance in the form and with limits specified below:

1. Comprehensive or Commercial General Liability Insurance covering claims for personal injury, bodily injury and property damage arising out of the Work and in a form providing coverage not less than that of a standard Commercial General Liability Insurance policy (“Occurrence Form”). Such insurance shall provide for all operations and include independent contractors, products liability, completed operations for one year after Final Completion of the last Phase to be completed and acceptance of the final payment for the Work, contractual liability, and coverage for explosion, collapse and underground hazards. The limits of such insurance shall not be coverage of less than $2,000,000 each occurrence, $4,000,000 general aggregate limit, and $2,000,000 aggregate for products and completed operations. The policies shall be endorsed to provide Broad Form Property Damage Coverage.

2. Comprehensive Automobile Liability Insurance covering all owned, non-owned, and hired vehicles. Such insurance shall provide coverage not less than the standard Comprehensive Automobile Liability policy with limits not less than $1,000,000 each person Bodily Injury, $1,000,000 each occurrence Bodily Injury and $1,000,000 each occurrence Property Damage (or $1,000,000 combined single limit, each accident).

3. All-Risk Course of Construction Insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, collapse, debris removal, demolition occasioned by enforcement of Laws, water damage, and damage caused by frost and freezing, in the amount of 100 percent of the completed value of the Work to be performed under this Contract. Each loss shall be borne by Contractor.

4. Workers’ Compensation and Employer’s Liability Insurance for all persons whom the Contractor may employ in carrying out Work contemplated under Contract Documents, in accordance with California Labor Code section 3200 et seq. in the statutory amount.

B. Regardless of these contract minimum insurance requirements, the contractor and its insurer shall agree to commit the contractor’s full policy limits and these minimum requirements shall not restrict the contractor’s liability or coverage limit obligations.

C. All policies of insurance shall be placed with insurers acceptable to District. The insurance underwriter(s) must be duly licensed and admitted to do business in the State of California and (other than for workers’ compensation insurance provided by the State Compensation Insurance Fund) must have an A. M. Best Company rating of A-,VII or better.

Page 141: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00821 - 2 Insurance

D. The District retains the right to increase insurance requirements when additional risk exposures are evident. Contractor shall increase the required insurance amounts contained herein upon direction by District.

E. Required Endorsements: The policies required under paragraphs A.1, A.2, A.3 and A.4 of this SECTION 00821 shall be endorsed, in a form and manner acceptable to District, as follows:

1. Name El Dorado Irrigation District, its Board of Directors, the County of El Dorado if applicable and their employees, representatives, consultants (including without limitation Engineer), and agents, as additional insureds, but only with respect to liability arising out of the activities of the named insured.

2. Name El Dorado Irrigation District as Loss Payee as its interests may appear with respect to the All-Risk Course of Construction insurance.

3. Each such policy shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limit of the insurance company’s liability required under paragraphs A.1, A.2 and A.4 of this SECTION 00821.

4. Insurance shall be primary and no other insurance or self-insured retention carried or held by District shall be called upon to contribute to a loss covered by insurance for the named insured.

5. Workers’ Compensation and Employer’s Liability insurance shall contain a provision requiring the insurance carrier to waive its rights of subrogation against District and all additional insureds, as well as other insurance carriers for the Work.

F. Declarations Pages Required. Contractor or its insurance broker shall submit a copy of the Declarations page for each policy under Sections A.1 and A.2 above. The page shall include the name of the carrier, the policy number, the types of coverage and limits, the effective dates of the policy, and the broker’s name and license number.

G. Certificates of insurance and endorsements shall have clearly typed thereon District Contract Number and title of Contract Documents. Written notice of cancellation, non-renewal, or reduction in coverage of any policy shall be mailed to District (Attention: Risk Analyst) at the address listed in SECTION 00520 (Agreement), 30 Days in advance of the effective date of the cancellation, non-renewal, or reduction in coverage. Contractor shall maintain insurance in full force and effect during entire period of performance of Contract Documents. Contractor shall keep insurance in force during warranty and guarantee periods, except that Contractor may discontinue All-Risk Course of Construction Insurance after Final Payment. At time of making application for extension of time, and during all periods exceeding the Contract Time resulting from any cause, Contractor shall submit evidence that insurance policies will be in effect during requested additional period of time. Upon District’s request, Contractor shall submit to District, within 30 Days, copies of the actual insurance policies or renewals or replacements.

H. Contractor shall pay all insurance premiums, including any charges for required waivers of subrogation or the endorsement of additional insureds. If Contractor fails to maintain insurance, District may take out comparable insurance, and deduct and

Page 142: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00821 - 3 Insurance

retain amount of premium from any sums due Contractor under Contract Documents.

I. Unless otherwise covered by insurance, if injury occurs to any employee of Contractor, Subcontractor or sub-subcontractor for which the employee, or the employee’s dependents in the event of employee’s death, is entitled to compensation from District under provisions of the Workers’ Compensation Insurance and Safety Act, as amended, or for which compensation of any kind is claimed from District, District may retain out of sums due Contractor under Contract Documents, amount sufficient to cover such compensation, as fixed by the Act, as amended, until such compensation is paid, or until it is determined that no compensation is due. If District is compelled to pay such compensation, District may, in its discretion, either deduct and retain from the Contract Sum the amount so paid, or require Contractor to reimburse District.

J. Nothing in this SECTION 00821 shall be construed as limiting in any way the extent to which Contractor or any Subcontractor may be held responsible for payment of damages resulting from their operations.

K. Except that Subcontractors need obtain only $1,000,000 of Comprehensive General Liability insurance, all Subcontractors shall maintain the same insurance required to be maintained by Contractor with respect to their portions of the Work, and Contractor shall cause the Subcontractors to furnish proof thereof to District within ten Days of District’s request.

L. The following provisions apply to any licensed professional engaged by Contractor to perform portions of the Work (“Professional”). Each Professional shall maintain the following insurance at its sole cost and expense:

a. Provided such insurance is customarily required by District when professionals engaged in the profession practiced by Professional directly contract with District, Professional Liability Insurance, insuring against professional errors and omissions arising from Professional’s work on the Project, in an amount not less than $1,000,000 combined single limit for each occurrence. If Professional cannot provide an occurrence policy, Professional shall provide insurance covering claims made as a result of performance of Work on this Project and shall maintain such insurance in effect for not less than three years following Final Completion of the Project.

b. All insurance required by paragraphs A.1, A.2 and A.4 of this SECTION 00821. Professional shall satisfy all other provisions of paragraphs A, B, C, D, E, F, G, H and I of this SECTION 00821 relating to that insurance, including without limitation providing required insurance certificates (containing the required endorsements) and declarations pages before commencing its Work on the Project.

END OF SECTION

Page 143: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00822 - 1 Apprenticeship Program

SECTION 00822

APPRENTICESHIP PROGRAM Contractor and Subcontractors shall comply with the requirements of California Labor Code Sections 1776, 1777.5, and 1777.6 concerning the employment of apprentices by Contractor or Subcontractors. Willful failure to comply may result in penalties, including loss of the right to Bid on or receive public works contracts. Section 1777.5, as amended, requires a Contractor or Subcontractor employing tradespersons in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of a public works project and which administers the apprenticeship program in that trade for a certification of approval. The certificate shall also fix the ratio of apprentices to journeypersons that will be used in performance of the Contract. The ratio of work performed by apprentices to journeypersons in such cases shall not be less than one hour of apprentices work for every five hours of labor performed by journeypersons (the minimum ratio for the land surveyor classification shall not be less than one apprentice for each five journeypersons), except: A. When unemployment for the previous three-month period in the area exceeds an

average of 15 percent; B. When the number of apprentices in training in the area exceeds a ratio of one to

five; C. When a trade can show that it is replacing at least 1/30 of its membership

through apprenticeship training on an annual basis state-wide or locally; or D. Assignment of an apprentice to any work performed under a public works

contract would create a condition which would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large or if the specific task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyperson.

Contractor is required to make contributions to funds established for administration of apprenticeship programs if Contractor employs registered apprentices or journeypersons in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of the California Department of Industrial Relations, or from the Division of Apprenticeship Standards and its branch offices.

END OF SECTION

Page 144: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

00910 - 1 Addenda

SECTION 00910

ADDENDA

EL DORADO IRRIGATION DISTRICT FLUME 38 TO 40 CANAL CONVERSION

ADDENDUM NO. ___

DATE This Addendum No. ___ (“Addendum”) as dated above modifies certain Bidding Documents issued by the El Dorado Irrigation District (“District”) in connection with the District’s Flume 38 to 40 Canal Conversion Project. All capitalized terms not otherwise defined herein shall have the meanings provided in the Bidding Documents. There are no other amendments to the Bidding Documents other than expressly contained in this and any other Addenda issued by the District. Project Manager Date

[to be added during bidding phase]

[Sign-up on the District’s website at http://www.eid.org/about-us/advanced-components/enews-sign-up to be notified of addendum postings.]

END OF SECTION

Page 145: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 1 Summary of Work

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01100

SUMMARY OF WORK PART 1 GENERAL 1.1 SUMMARY

Section includes summary of Work including:

1.1. Summary 1.2. Work Covered By Contract Documents 1.3. Work Under Other Contracts 1.4. Future Work 1.5. Work Sequence 1.6. Work Days and Hours 1.7. Cooperation of Contractor and Coordination with Other Work 1.8. Maintenance, Product Handling, and Protection 1.9. Partial Occupancy/Utilization Requirements 1.10. Contractor Use of Premises 1.11. Lines and Grades 1.12. Protection of Existing Structures and Utilities 1.13. Damage to Existing Property 1.14. Dust Control 1.15. Parking 1.16. Laydown/Staging Area 1.17. Permits 1.18. Punch List Verification 1.19. Unfavorable Construction Conditions 1.20. Construction Site Access 1.21. Specification Data Sheets and Schedules 1.22. Site Administration 1.23. CEQA Mitigations 2.1. Products Ordered In Advance 2.2. District-Furnished Products

1.2 WORK COVERED BY CONTRACT DOCUMENTS This project element includes all-weather Aggregate Base Rock (AB) surface improvements to Camp X Road and R-17 Road, improvements to the existing canal crossing and retaining rock wall at Camp X Bridge, canal replacement and bench AB improvements, conversion of flume to canal with a new MSE bench, and canal replacement.

Page 146: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 2 Summary of Work

A. Work is comprised of: 1) removal of loose material and rock from the bench cut on the uphill side of the canal/flume, installation of drainage improvements; 2) replacement of approximately 1265 feet of U-shaped canal, 500 cubic yards of rock lined half canal including demolition; 3) excavation & grading work; 4) mechanically stabilized earthen retaining walls, rockery retaining walls, and subsurface drainage; 5) construction of reinforced box culvert underdrain, including concrete leveling, void fill non-shrink grout, and grouted rock energy dissipation; 6) construction of reinforced air-placed concrete canal, miscellaneous metals, installation of canal crossing, installation of 1 trash rack; 7) construction of approximately 3 flume transitions including demolition, excavation and over-excavation of loose areas, grading work, subsurface drainage; and 8) erosion control and Storm Water Pollution Prevention Plan implementation and maintenance.

B. Furnish all labor, materials, equipment, services, permits, temporary controls and construction facilities, and all general conditions, seismic requirements, general requirements and incidentals required to complete the Work in its entirety as described in the Contract Documents.

C. The Work of this Contract includes work covered by unit prices, allowances,

and alternates as shown in SECTION 00400 (Bid Form).

D. The Work of this Contract comprises construction of all the Work indicated, described in the Specifications, or otherwise required by the Contract Documents.

E. Unless provided otherwise in the Contract Documents, all risk of loss to Work

covered by Contract Documents shall rest with Contractor until Final Acceptance of the Work.

F. Contractor’s use of the premises for Work and storage is limited to the area

indicated.

G. Contractor shall be solely responsible for all utilities (including without limitation electricity, water, gas, etc.) at the Site.

H. Existing materials and equipment removed and not reused as a part of the

Work shall be returned to the District. Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged and reused or to remain the property of District. Contractor shall store and protect salvaged items specified or indicated to be reused in the Work.

Page 147: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 3 Summary of Work

Salvaged items not to be reused in the Work, but to remain District’s property shall be delivered by Contractor in good condition to District at:

SPI Staging Area on Plum Creek Road Any items specified or indicated to be salvaged which are damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by Contractor in kind or with new items.

Contractor may furnish and install new items instead of those specified or indicated to be salvaged and reused, in which case such removed items will become Contractor’s property. Existing materials and equipment removed by Contractor shall not be reused in the Work, except where so specified or indicated.

1.3 WORK UNDER OTHER CONTRACTS

Work at the Site performed by others includes the following: N/A

1.4 FUTURE WORK N/A

1.5 WORK SEQUENCE A. Construct Work in stages and at times to accommodate District operation

requirements during the construction period; coordinate construction schedule and operations with District.

B. Contractor acknowledges that shoring may be required to maintain a safe

excavation and protect facilities, including both existing and recently constructed under this Contract. All expenses for shoring of excavations shall be included in the appropriate bid items.

C. Contractor acknowledges that shoring may be required to maintain a safe

excavation and protect facilities, including both existing and recently constructed under this Contract. All expenses for shoring of excavations shall be included in the appropriate bid items.

The basic work sequence for the work described in section 1.2.A includes work to be performed prior to the October 1, 2020 outage and work to be performed during the outage and culminating with a completely operable conveyance by December 31, 2020.

Page 148: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 4 Summary of Work

Work anticipated prior to the October 1, Year outage includes: 1) Mobilizing to the Sierra Pacific Industries staging area 2) Work on all roadways. Work anticipated during the October 1, Year through December 13, Year outage includes all other work in the contract documents resulting in a completely operable conveyance by December 13, Year.

C. Construct Work in stages and at times to accommodate District operation

requirements during the construction period; coordinate construction schedule and operations with District.

D. The Contractor’s work is required to meet very stringent schedule

requirements. The District will dewater the flume on or before October 1, 2020 and put it back into service on December 31, 2020. All work that requires the Canal to be dewatered must be completed by the Contractor between October 1, 2020 and December 31, 2020.

E. The basic order of work is anticipated to follow this sequence:

1. Submit all submittals (See Sections 01330 and 01340). 2. Establish job site trailers (if used), mobilization, etc. 3. Prior to October 1, 2020, complete all tasks that can reasonably be

performed with the Canal still in service.

4. By 11:59 a.m. on December 31, 2020, all work that requires the Canal to be dewatered must be complete.

5. Meet Substantial Completion by December 31, 2020.

6. Meet Final Completion by June 30, 2020.

1.6 WORK DAYS AND HOURS A. Normal working days and hours: Work may proceed on a 24/7 basis as

needed, but there shall be no construction traffic between 7:00 pm and 7:00 am.

B. In the case of Work by Contractor other than normal working hours,

Contractor shall be responsible for any additional inspection costs incurred by the District. Such costs may be withheld from any succeeding monthly progress payment.

Page 149: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 5 Summary of Work

C. Connections to Existing Facilities. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drain lines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive permission from District or the owning utility prior to undertaking connections.

D. Contractor shall protect facilities against deleterious substances and damage.

1.7 COOPERATION OF CONTRACTOR AND COORDINATION WITH OTHER

WORK A. Coordinate with District and any District forces, or other contractors and

forces, as required by SECTION 00700 (General Conditions), Article 6. B. Contractor shall coordinate the construction schedule with the schedule of the

District for normal power service installation.

C. Noise: Construction activities are to comply with applicable local noise ordinances.

1.8 MAINTENANCE, PRODUCT HANDLING, AND PROTECTION A. Transport, deliver, handle, and store materials and equipment at the Site in

such a manner as to prevent the breakage, damage or intrusions of foreign matter or moisture, and otherwise to prevent damage.

B. Packaging: Provide packaged material in manufacturer’s original containers

with seals unbroken and labels intact until incorporated into the Work.

C. Remove all damaged or otherwise unsuitable material and equipment promptly from the Site.

D. Protection: Protect all finished surfaces.

E. Asbestos Removal (other than Naturally Occurring Asbestos, as to which

SECTION 00801 applies, if applicable). If, during the progress of the Work, suspected asbestos-containing products are identified, Contractor shall stop work in the affected area and immediately notify the District, and engage an asbestos removal Subcontractor to verify the materials and, if necessary, encapsulate, enclose, or remove and dispose of all asbestos in accordance with current regulations of the Environmental Protection Agency and the U. S. Department of Labor – Occupational Safety and Health Administration, the state asbestos regulating agency, and any local government agency. Payment for such work will be made by Change Order.

Page 150: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 6 Summary of Work

Asbestos Removal Subcontractor’s Qualifications. The Subcontractor for asbestos removal shall be a registered Certified Asbestos Consultant in accordance with Title 8, Section 341.6 and .15 who is regularly engaged in this type of activity and shall be familiar with the regulations that govern this work. The Subcontractor shall demonstrate to the satisfaction of District that it has successfully completed at least three asbestos removal projects, that it has the necessary staff and equipment to perform the work, and that it has an approved site for disposal of the asbestos. Liability insurance covering the asbestos abatement work shall be provided as specified in the Supplementary Conditions.

Asbestos Removal Methods. The asbestos removal Subcontractor shall submit a work plan of its proposed removal procedure to District before beginning work and shall certify that the methods are in full compliance with Title 8, Sections 1529 and 5208 and other applicable governing regulations. The work plan shall cover all aspects of the removal, including health and safety of employees and building occupants, hygiene facilities, employee certification, clearance criteria, transportation and disposal, enclosure techniques, and other techniques appropriate for the proposed work.

F. Cost of maintenance of systems and equipment prior to either Substantial Completion or Final Completion will be considered as included in prices bid and no direct or additional payment will be made therefore.

1.9 PARTIAL OCCUPANCY/UTILIZATION REQUIREMENTS

A. Allow District to take possession of and use any completed or partially

completed portion of the Work during the progress of the Work as soon as is possible without interference to the Work.

B. Possession, use of Work, and placement and installation of equipment by

District shall not in any way evidence the completion of the Work or any part of it.

C. Contractor shall not be held responsible for damage to the occupied part of

the Work resulting from District occupancy.

D. Make available, in areas occupied, on a 24-hour per day and 7-day per week basis if required, any utility services, heating, and cooling in condition to be put in operation at the time of occupancy.

1. Responsibility for operation and maintenance of said equipment shall

remain with Contractor.

2. Make, and District shall certify, an itemized list of each piece of equipment so operated with the date operation commences.

Page 151: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 7 Summary of Work

3. Itemized list noted above shall be basis for commencement of warranty

period for equipment.

4. District shall pay for utility cost arising out of occupancy by District during construction.

E. Use and occupancy by District prior to acceptance of Work does not relieve

Contractor of its responsibility to maintain insurance and bonds required under the Contract until entire Work is completed and accepted by District.

F. Prior to date of Final Acceptance of the Work by District, all necessary repairs

or renewals in Work or part thereof so used, not due to ordinary wear and tear, but due to defective materials or workmanship or to operations of Contractor, shall be made at expense of Contractor, as required in SECTION 00700 (General Conditions).

G. Use by District of Work or part thereof as contemplated by this Section 01100

Summary of Work shall in no case be construed as constituting acceptance of Work or any part thereof. Such use shall neither relieve Contractor of any responsibilities under Contract, nor act as waiver by District of any of the conditions thereof.

H. District may specify in the Contract Documents that portions of the Work,

including electrical and mechanical systems or separate structures, shall be substantially completed on dates prior to substantial completion of all of the Work. Contractor shall notify District’s Representative and Engineer in writing when Contractor considers any such part of the Work ready for its intended use and substantially complete and request District to issue a Certificate of Substantial Completion for that part of the Work.

1.10 CONTRACTOR USE OF PREMISES

A. Confine operations at Site to areas permitted by Contract Documents,

permits, ordinances, and laws. B. Do not unreasonably encumber Project Site with materials or equipment.

C. Assume full responsibility for protection and safekeeping of products stored

on premises.

D. Move any stored products that interfere with operations of District or other contractor.

E. Parking, storage, staging, and work areas shall be coordinated with the

District, and comply with all other Contract documents requirements.

Page 152: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 8 Summary of Work

1.11 LINES AND GRADES A. All Work shall be done to the lines, grades, and elevations indicated on the

Drawings. B. District shall provide basic horizontal and vertical control points to be used as

datums for the Work. All additional survey, layout, and measurement work shall be performed by Contractor as a part of the Work.

C. Contractor shall provide at its cost an experienced instrument person,

competent assistants, and such instruments, tools, stakes and other materials required to complete the survey, layout, and measurement work. In addition, Contractor shall furnish at its cost competent persons and such tools, stakes, and other materials as District (and/or any Engineer) may require in establishing or designating control points, or in checking survey, layout, and measurement work performed by Contractor.

D. Contractor shall keep District informed, a reasonable time in advance, of the

times and places at which it wishes to do Work, so that any checking deemed necessary by District may be done with minimum inconvenience to District and minimum delay to Contractor.

E. Contractor shall remove and reconstruct Work which is improperly located.

1.12 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. The Drawings may indicate existing above- and below-grade structures,

drainage lines, storm drains, sewers, water, gas, electrical, hot water, and other similar items and utilities that are known to District.

B. Contractor shall locate these known existing installations before proceeding

with trenching or other operations which may cause damage, shall maintain them in service where appropriate, and shall repair any damage to them caused by the Work, at no increase in Contract Sum.

C. Additional utilities whose locations are unknown to District are suspected to

exist. Contractor must be alert to their existence. If additional utilities are encountered, Contractor must immediately report to District for disposition.

D. In addition to reporting, if a utility is damaged, Contractor must take

appropriate action as provided in SECTION 00700 (General Conditions).

E. Additional compensation or extension of time on account of utilities not indicated or otherwise brought to Contractor’s attention including reasonable action taken to protect or repair damage shall be determined as provided in SECTION 00700 (General Conditions).

Page 153: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 9 Summary of Work

1.13 DAMAGE TO EXISTING PROPERTY A. Contractor will be responsible for any damage to existing structures, Work,

materials, or equipment because of its operations and shall repair or replace any damaged structures, Work, materials, or equipment to the satisfaction of, and at no additional cost to District.

B. Contractor shall protect all existing structures and property from damage and

shall provide bracing, shoring, or other work necessary for such protection.

C. Contractor shall be responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property, which may be caused by transporting equipment, materials, or workers to or from the Work. Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement.

1.14 DUST CONTROL

Contractor shall take reasonable measures to prevent unnecessary dust and shall provide safety programs as outlined in Section 01340 (Safety Submittals)

1.15 PARKING Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, District’s operations, or construction activities.

1.16 LAYDOWN/STAGING AREA

Contractor shall utilize the area indicated on the Drawings for storage of all construction materials, and no other area at or adjacent to the site. This area shall be fenced and locked by Contractor for security purposes.

1.17 PERMITS Applicable permits: Permits, agreements, or written authorizations that are known by the District to apply to this project are listed below: A. All Permits as outlined in Section 01340 (Safety Submittals).

B. California Department of Fish and Wildlife Streambed Alteration Agreement #1600-2019-0229-R2

C. U.S. Army Corps of Engineers Nationwide Permit Number 3 including regional conditions for California.

Page 154: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 10 Summary of Work

D. Regional Water Quality Control Board Water Quality Certification WDID# 5A09CR00204

E. Storm Water Pollution Prevention Plan (SWPPP)

F. All other permits that may be required and have not been applied for shall be obtained by Contractor. Applicable permit fees will be reimbursed to the extent specified in SECTION 00700 (General Conditions).

1.18 PUNCH LIST VERIFICATION A punch list examination will be performed upon Substantial Completion of Work. One follow-up review of punch list items for each discipline will be provided. If further Site visits are required to review punch list items due to incompleteness of the Work by Contractor, Contractor shall reimburse District for these visits.

1.19 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather, wet ground, or other unsuitable construction conditions, Contractor shall confine its operations to Work which will not be affected adversely by such conditions. No portion of the Work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by Contractor to perform the Work in a proper and satisfactory manner. The Contractor will employ best practices to manage the construction site during inclement weather.

1.20 CONSTRUCTION SITE ACCESS Contractor shall at all times limit access to the Site to necessary personnel only. All personnel associated with construction of the Project shall enter the site through Contractor’s access gate, at the location indicated on the Drawings. Access for construction personnel may proceed on a 24/7 basis as needed, but there shall be no construction traffic between 7pm and 7 am.. All mail and deliveries (Federal Express, equipment, etc.) shall be sent to a separate address, specifically arranged by Contractor for the Project. Contractor is responsible for providing adequate signage (subject to District approval) to alert delivery persons to the new address. The District will not receive or forward Contractor mail or deliveries.

1.21 SPECIFICATION DATA SHEETS AND SCHEDULES

Specifications may have data sheets and schedules as part of specific specification sections. Locations for data entries on the data sheets and schedules may be left blank intentionally. Each line where data may be entered on the data sheet has a selection box in the column ‘Chk’. When the box for a line is checked and no data is entered in the respective line, this indicates that no data is required for that line of the data sheet.

Page 155: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01100 - 11 Summary of Work

Other standard codes which apply to the Work are designated in the Specifications.

1.22 SITE ADMINISTRATION

Contractor shall be responsible for all areas of the Site used by it and by all Subcontractors in the performance of the Work. Contractor shall exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to District or others. Contractor shall have the right to exclude from the Site all persons who have no purpose related to the Work or its inspection, and may require all persons on the Site (except District’s employees) to observe the same regulations as Contractor requires of its employees.

1.23 CEQA MITIGATIONS

Contractor shall be responsible to implement and assist the District in compliance with all environmental conditions that apply to this Project. Contractor shall assist in compliance with the mitigation measures provided in the Mitigation, Monitoring, and Reporting Program for the Project (attached) and all work shall be consistent with the Initial Study and Mitigated Negative Declaration for the Flumes 38, 39/40, 44 and Canal Replacement Project (attached), State Clearinghouse No. SCH# 2018042021, as certified by the District’s Board of Directors on June 11, 2018.

PART 2 PRODUCTS

2.1 PRODUCTS ORDERED IN ADVANCE – N/A 2.2 DISTRICT-FURNISHED PRODUCTS – N/A

PART 3 EXECUTION – NOT USED

END OF SECTION

Page 156: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 1 Measurement and Payment

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01200

MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 SUMMARY

Section includes description of requirements and procedures for determining amount of Work performed and for obtaining payment for Work performed.

1.2 REFERENCES

A. California Public Contract Code B. Code of Civil Procedures C. Government Code

1.3 SCOPE OF WORK

Work under Contract Documents, or under any Bid Item, allowance, or alternate, shall include all labor, materials, taxes, transport, handling, storage, supervision, administration, and all other items necessary for the satisfactory completion of Work, whether or not expressly specified or indicated.

1.4 GENERAL REQUIREMENTS Except as otherwise specified, the Contractor shall furnish and place all labor, materials, supplies, transportation, equipment, rentals, tools and incidentals required to complete the work ready for use in conformity with the drawings and specifications. The description of each item is provided for bidding and payment purposes and does not in any way limit the Contractor's responsibility to perform all the work as required by the specifications and drawings.

1.5 DETERMINATION OF QUANTITIES

Quantity of work to be paid for under any item for which a unit price is fixed in Contract Documents shall be number, as determined by District, of units of work satisfactorily completed in accordance with Contract Documents or as directed by District. Unless otherwise provided, determination of number of units of work so completed will be based, so far as practicable, on actual measurement or count within prescribed or ordered limits, and no payment will be made for work done outside of limits. Measurements and computations will be made by methods set forth in Contract Documents, including without limitation this Section 01200. If methods are not so set forth, measurements shall be made in any manner which District considers appropriate for class of Work measured (e.g.,

Page 157: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 2 Measurement and Payment

pre-assigned values, percentage completion, units completed or incremental milestones). Contractor must immediately inform District of any disputes regarding quantity measurements and shall immediately supply District with any documentation supporting the disputed measurements.

1.6 SCOPE OF PAYMENT A. Except as otherwise expressly stated in Section 01100 (Summary), payment

to Contractor at the unit price or other price fixed in Contract Documents for performing Work required under any item, or (if the Contract is on a single lump sum price basis) at the lump sum price fixed in the Contract Documents for performing all Work required under Contract Documents, and as either may be adjusted pursuant to any approved Change Order or Construction Change Directive, shall be full compensation for completing, in accordance with Contract Documents, all Work required under the item or under Contract Documents, and for all expense incurred by Contractor for any purpose in connection with the performance and completion of said Work, including all incidental work necessary for completion of the Work.

A. The Contract Sum, whether lump sum, unit price or otherwise, shall be

deemed to include all costs necessary to complete required Work, all costs (if any) for loss or damage arising from nature of Work or prosecution of the Work, and from action of elements. Unless Contract Documents expressly provide otherwise, the Contract Sum shall be deemed to include:

1. Any and all costs arising from any unforeseen difficulties which may be

encountered during, and all risks of any description connected with, prosecution of Work or prosecution of Bid Item (whether lump sum or unit price) until acceptance by District;

2. All expenses incurred due to suspension, or discontinuance of Work or

discontinuance of Bid Item (whether lump sum or unit price) as provided in Contract Documents;

3. Escalation to allow for cost increases between time of Contract Award and

completion of Work or completion of Bid Item (whether lump sum or unit price).

B. Whenever it is specified herein that Contractor is to do work or furnish

materials of any class for which no price is fixed in Contract Documents, it shall be understood that Contractor is to do such work or furnish such materials without extra charge or allowance or direct payment of any sort, and that cost of doing work or furnishing materials is to be included in price Bid, unless it is expressly specified herein, in particular cases, that work or material is to be paid for as extra work.

Page 158: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 3 Measurement and Payment

C. Unit Prices shall apply to work covered by unit prices regardless of actual quantities performed on the Project.

D. No payment shall be made for materials or equipment not yet incorporated

into the Work, except as specified in this Section 01200.

E. The District may, in its discretion, where Contractor requests payment on the basis of materials and equipment not incorporated in the Work, require Contractor to satisfy the following conditions:

1. The materials and/or equipment shall be delivered and suitably stored at

the Site or at another local location agreed to in writing, for example, a mutually acceptable warehouse;

2. Full title to the materials and/or equipment shall vest in District at the time

of delivery to the Site, warehouse or other storage location;

3. Obtain a negotiable warehouse receipt, endorsed over to District for materials and/or equipment stored in an off-site warehouse. No payment will be made until such endorsed receipts are delivered to District;

4. Stockpiled materials and/or equipment shall be available for District

inspection, but District shall have no obligation to inspect them and its inspection or failure to inspect shall not relieve Contractor of any obligations under the Contract Documents. Materials and/or equipment shall be segregated and labeled or tagged to identify these specific Contract Documents;

5. After delivery of materials and/or equipment, if any inherent or acquired

defects are discovered, defective materials and/or equipment shall be removed and replaced with suitable materials and/or equipment at Contractor’s expense;

6. At Contractor’s expense, insure the materials and/or equipment against

theft, fire, flood, vandalism, and malicious mischief, as well as any other coverages required under the Contract Documents;

7. Contractor’s Application for Payment shall be accompanied by a bill of

sale, invoice or other documentation warranting that District has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect District’s interest therein, all of which must be satisfactory to District. This documentation shall include, but not be limited to, conditional releases of mechanics’ liens and stop notices from all those providing materials and equipment as to which the Application for Payment relates, as well as unconditional releases of the

Page 159: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 4 Measurement and Payment

same from the same as to the previous Application for Payment for which they have not already been provided.

8. Amounts previously paid for materials and equipment prior to

incorporation into the Work shall be deducted from amounts otherwise due Contractor as they are incorporated.

1.7 BASIS OF PAYMENT

A. Unit Price Quantities: When estimated quantity for specific portions of Work is

listed in Bid Form, quantity of Work to be paid for shall be actual number of units satisfactorily completed, as determined by District and certified by Contractor, in accordance with Contract Documents.

B. Lump Sum: When estimated quantity for specific portion of Work is not

indicated and unit is designated as lump sum, payment will be on a lump sum basis for Work satisfactorily completed in accordance with Contract Documents.

C. Allowances: Allowance items (if any) will be paid for as provided in Section

01100 (Summary). Funds authorized for Allowance work will not be released for Contract payments unless District has authorized Allowance work in writing.

D. District does not expressly, or by implication, agree, warrant, or represent in

any manner, that actual amount of Work will correspond with amount shown or estimated and reserves right to increase or decrease amount of any class or portion of Work, to leave out entire Bid Item or Items, or to add work not originally included in Bid or Contract Documents, when in its judgment such change is in best interest of District. No change in Work shall be considered a waiver of any other condition of Contract Documents. No claim shall be made for anticipated profit, for loss of profit, for damages, or for extra payment whatever, except as otherwise expressly provided for in Contract Documents, because of any differences between amount of work actually done and estimated amount as set forth herein, or for elimination of Bid Items.

1.8 BID ITEMS, ALLOWANCES, AND ALTERNATES

A. Any Bid Item may be deleted from the Work and Contract Sum, in total or in

part, prior to or after award of Contract without compensation in any form or adjustment of other Bid Items or prices therefore.

B. Payment of all items is subject to provisions of Contract Documents, including

without limitation Section 01200 (Measurement and Payment).

Page 160: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 5 Measurement and Payment

C. For all Bid Items, furnish and install all work indicated and described in Specifications and all other Contract Documents, including connections to existing systems. Work and requirements applicable to each individual Bid Item, or unit of Work, shall be deemed incorporated into the description of each Bid Item (whether Lump Sum, or Unit Price).

The items below are broken down into lump sum and unit price items. The Contractor shall provide bid prices based on the descriptions, plans, and specifications with the understanding that all work must be included in the stipulated items. Payment for lump sum items will be made at the contract lump sum price upon completion, unless otherwise specified. Payment for unit price items will be made at the contract unit price for each unit installed or completed. All items involving materials and installation are on a furnish and install basis.

In underground installations no extra compensation will be made for removal of surface improvements, excavation regardless of material, over excavation shown or placement and removal of temporary asphalt as required, disposal of surplus material in a lawful manner, bedding, backfill, and compaction, testing, or any other work specified or shown.

Compensation for safety measures, traffic control, cleanup and any site restoration necessary to pre-existing conditions shall be included in the prices of the various contract items of work unless specified elsewhere. Item 1 – Bonds and Insurance

a. Measurement – Bonds and insurance will be measured on a lump sum basis per the estimated percentage of bonds and insurance in place.

b. Payment – Includes full compensation for acquiring and continuing all

bonds and insurances necessary for the project for the duration of the project.

Item 2 – Safety Plan and Programs

a. Measurement. Safety Plan and Programs shall be measured on a lump sum basis includes all costs to prepare and implement the Safety Plan

b. Payment. Payment will be made upon review and acceptance by the

District. Item 3 – Mobilization / Demobilization

a. Measurement. Lump Sum price includes all costs to mobilize to the site and demobilize equipment, manpower, etc., required for the project. Lump sum

Page 161: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 6 Measurement and Payment

price of Item 3 shall not exceed 10% of the overall bid price for the entire Project.

b. Payment. Payment of 50% will be made upon completing mobilization.

Progress payments of the balance will be made as demobilization occurs. Item 4 – AB Roadway Camp X Road

a. Measurement – The Lump Sum price includes all labor, materials, tools

and equipment to place aggregate in locations as shown on the plans. b. Payment – Progress payments will be made based on the percentage of

work completed. Item 5 – AB Roadway R-71 Road

a. Measurement – The Lump Sum price includes all labor, materials, tools and

equipment to place aggregate in locations as shown on the plans. b. Payment – Progress payments will be made based on the percentage of

work completed. Item 6 – AB Roadway Roadway Adjacent to Canal

a. Measurement – The Lump Sum price includes all labor, materials, tools and

equipment to place aggregate in locations as shown on the plans. b. Payment – Progress payments will be made based on the percentage of

work completed. Item 7 – Implementation of Storm Water Pollution Prevention Plan (SWPPP)

a. Measurement – Lump Sum price includes all labor, materials, tools, and equipment to implement all requirements of the SWPPP, including making changes as required by the Regional Water Quality Control Board General Permit, the QSP and QSD through Final Completion of the project. Work also includes implementing erosion control measures on all areas disturbed by the Contractors work, even if not specifically included within the SWPPP limits including removal all temporary BMP’s once the project is complete.

b. Payment – Progress payments for implementation of SWPPP will be

made throughout the course of the project. The final 20% of the lump sum price will be paid upon final placement of permanent BMP’s, removal of all temporary BMP’s, and Final Completion of the Project.

Page 162: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 7 Measurement and Payment

Item 8 – Demolition Removal and Disposal

a. Measurement – Lump Sum price includes all labor, materials, tools, and equipment necessary to complete all demolition, removal, transport of debris off site for legal disposal. The price includes all required testing, permitting, and disposal fees.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Item 9 – Clearing and Grubbing

a. Measurement – Lump Sum price includes all labor, materials, tools, and equipment necessary to complete all clearing and grubbing of project site, slope clearing, brush, down and standing timber, rotted wood, roots and stumps. Tree removal per Item 16 in this section.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Item 10 – Excavation

a. Measurement – Lump Sum price includes all labor, materials, tools, and equipment necessary to complete excavate temporary access roads, Canal bench access, Staging areas including Borrow Site, Trenching, and Mechanical Stabilized Wall (MSE) retaining wall including over excavation, excavating in rock, and rock removal, subsurface drainage, subgrade compaction, placement of compacted backfill and /or borrowfill, grading and preparation of the entire bench for flume and reinforced engineered fill including lawful disposal of excess excavated material.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Item 11 – Over-Excavation of L-Wall Slide

a. Measurement – Lump Sum price includes all labor, materials, tools, and equipment necessary to complete over excavate the material at the L-Wall slide as shown on the plans including lawful disposal of excess excavated material.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Page 163: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 8 Measurement and Payment

Item 12 – Embankment / Fill

a. Measurement – Lump Sum price includes all labor, materials, tools, and equipment necessary to complete canal access road, MSE retaining wall, Canal bench staging area, including subgrade compaction, placement of compacted backfill and/or borrowfill, grading and preparation of entire bench for flume and reinforced engineered fill.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Item 13 – Redi-Rock Mechanical Stabilized Earthen Retaining Wall

a. Measurement – Lump Sum price includes all labor, materials, tools, and equipment necessary to complete the installation of the MSE retaining wall.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Item 14 – Rockery Wall a. Measurement – Lump Sum price includes all labor, materials, tools, and

equipment necessary to complete the installation of the Rockery retaining wall.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Item 15 – Rock Lining - Half Canal

a. Measurement – Cubic Yard price includes all labor, materials, tools, and equipment necessary to complete the installation of the rock lined half canal wall.

b. Payment – Progress payments will be made based on the percentage of work completed.

Item 16 – Reinforced U-Shaped Concrete Canal

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to complete the reinforced canal and ladders rungs as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Page 164: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 9 Measurement and Payment

Item 17 – Transitions

a. Measurement – Lump Sum price includes all labor, materials, tools and equipment necessary to complete the reinforced transitions as shown on the plans, including: excavate foundation on firm material, form, reinforce and construct the transitions as shown on the plans including drain pipe and connections and temporary transition.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Item 18 – 7” Reinforced Concrete Boat Ramp

a. Measurement – Lump Sum price includes all labor, materials, tools and equipment necessary to complete the reinforced concrete boat ramp as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 19 – Handrails and Grating

a. Measurement –Lump Sum price includes all labor, materials, tools, and

equipment necessary to complete the grating, handrail, supports, concrete landings, etc., that provide access along the entire length of the flume.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 20 – Reinforced 8‘x7’ Concrete Box Culvert

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to complete the reinforced 8’x7’ concrete box culvert as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 21 – Reinforced 6‘x7’ Concrete Box Culvert

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to complete the reinforced 6’x7’ concrete box culvert as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed.

Page 165: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 10 Measurement and Payment

Item 22 – Reinforced Concrete Wing Walls

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to place the storm drainage and sub-excavation drainage improvements as shown on the plans including excavation, shoring, drain pipe, and backfill for a complete installation.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 23 – Drainage Improvements

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to complete the reinforced 6’x7’ box culvert as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 24 – Horizontal Drain

a. Measurement – Per Each price includes all labor, materials, tools and

equipment necessary to install each horizontal drain as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 25 – Slope Scaling and Stabilization Rock Fall Protection

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to scale loose boulders, hazard trees (those that are about to fall), and undercut slopes/trees as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 26 – Tree Removal – Less Than 10” Diameter

a. Measurement – Per Each price includes all labor, materials, tools and

equipment to remove trees less than 10” diameter at breast height (DBH) and trim trees. Trees located outside grading limits shall be cut flush with the existing grade or have their stumps and roots complete removed at the direction of the District. Trees located within grading limits shall be removed per Specification Section 02050

Page 166: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 11 Measurement and Payment

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 27 – Tree Removal – 10” to 18” Diameter

a. Measurement – Per Each price includes all labor, materials, tools and

equipment to remove trees 10” to 18” diameter at breast height (DBH) and trim trees. Trees located outside grading limits shall be cut flush with the existing grade or have their stumps and roots complete removed at the direction of the District. Trees located within grading limits shall be removed per Specification Section 02050

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 28 – Tree Removal – 18” to 36” Diameter

a. Measurement – Per Each price includes all labor, materials, tools and

equipment to remove trees greater than 18” diameter to 36” diameter at breast height (DBH) and trim trees. Trees located outside grading limits shall be cut flush with the existing grade or have their stumps and roots complete removed at the direction of the District. Trees located within grading limits shall be removed per Specification Section 02050

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 29 – Tree Removal – Greater than 36” Diameter

a. Measurement – Per Each price includes all labor, materials, tools and

equipment to remove trees greater than 36” diameter at breast height (DBH) and trim trees. Trees located outside grading limits shall be cut flush with the existing grade or have their stumps and roots complete removed at the direction of the District. Trees located within grading limits shall be removed per Specification Section 02050

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 30 – Canal Crossing

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to construct the canal crossing/guardrails and appurtenances as shown on the plans.

Page 167: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 12 Measurement and Payment

b. Payment – Progress payments will be made based on the percentage of work completed.

Item 31 – Canal Spillway Fall Protection

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary to construct the canal spillway fall protection system and appurtenances as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 32 – Cable Mesh Drapery

a. Measurement – Lump Sum price includes all labor, materials, tools and

equipment necessary for drilling cable anchors and installation of cable mesh drapery for excavation as shown on the plans.

b. Payment – Progress payments will be made based on the percentage of

work completed. Item 33 – All Work of Contract Documents other than Work Separately Provided

for Under Other Bid Items

a. Measurement – The Lump Sum price includes all work of contract documents other than work separately provided for under other bid items.

b. Payment – Progress payments will be made based on the percentage of

work completed. D. Description of Items for which District may pay prior to incorporation onto the

work (if any). See Section 01200 (Measurement and Payment), paragraphs 1.6E and 1.6F. N/A

E. Special Rules Regarding Rock. Notwithstanding any other provision in the

Contract Documents, Contractor’s Unit Item price for Bid Item 10 Excavation will apply to all work covered by that Bid Item, regardless of actual quantities, and regardless of any geotechnical or other information provided by District or any investigation by Contractor.

F. Allowances:

1. Allowance work shall be done as Change Orders and as specified in

Section 01250 (Modification Procedures).

Page 168: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 13 Measurement and Payment

The Amount given on SECTION 00400 (Bid Form) under each Allowance Item is the sum of money set aside for each Allowance Item. These amounts shall be included in the Contract Sum on the Bid Form. If the cost of work done under any Allowance Item is less than the amount given on the Bid Form under that Allowance Item, the Contract Sum shall be reduced by the difference between the amount given in the Bid Form and the cost of work actually done.

G. Scope of Allowances (including Bid Item Numbers): N/A H. Alternates: N/A

1.9 PROGRESS PAYMENTS A. If requested by Contractor, progress payments will be made monthly. B. Schedule of Values:

1. Within twenty eight Days from issuance of Notice of Award and prior to the

Contractor’s first Application for Payment, submit a detailed breakdown of its Bid by scheduled Work items and/or activities, including coordination responsibilities and Project Record Documents responsibilities. Where more than one Subcontractor comprises the work of a Work item or activity, the Schedule of Values shall show a separate line item for each subcontract. Furnish such breakdown of the total Contract Sum by assigning dollar values (cost estimates) to each applicable Progress Schedule network activity, which cumulative sum equals the total Contract Sum. The format and detail of the breakdown shall be as directed by District to facilitate and clarify future progress payments to Contractor for direct Work under Contract Documents. This breakdown shall be referred to as the Schedule of Values.

2. Contractor’s overhead, profit, insurance, cost of bonds (except to the

extent expressly identified in a Bid Item) and/or other financing, as well as “general conditions costs,” (e.g., Site cleanup and maintenance, temporary roads and access, off-Site access roads, temporary power and lighting, security, and the like), shall be prorated through all activities so that the sum of all the Schedule of Values line items equals Contractor’s total Contract Sum, less any allowances designated by District. Scheduling, record documents and quality assurance control shall be separate line items.

3. District will review the breakdown in conjunction with the Progress

Schedule to ensure that the dollar amounts of this Schedule of Values are, in fact, fair market cost allocations for the Work items listed. Upon

Page 169: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 14 Measurement and Payment

favorable review by District, District will accept this Schedule of Values for use. District shall be the sole judge of fair market cost allocations.

4. District will reject any attempt to increase the cost of early activities, i.e.,

“front loading” resulting in an inaccurate allocation of moneys until such “front loading” is corrected. Repeated attempts at “front loading” may result in suspension or termination of the Work for default, or refusal to process progress payments until such time as the Schedule of Values is acceptable to District.

C. Applications for Payment: Contractor shall establish and maintain records of

cost of the Work in accordance with generally accepted accounting practices. In addition:

1. On or before the last Day of each month (but after receipt of District’s

approval of the updated Schedule as required by Section 01320 (Progress Schedules and Reports)), Contractor shall submit to District five copies of an Application for Payment for the cost of the Work put in place during the period from the 20th Day of the previous month to the 20th Day of the current month. Such Applications for Payment shall be for the total value of activities completed or partially completed, including approved activity costs, based upon Schedule of Values prices (or Bid item prices if unit price) of all labor and materials incorporated in the Work up until midnight of the last Day of that one month period, less the aggregate of previous payments. Accumulated retainage shall be shown as separate item in payment summary. Contractor shall submit in a form acceptable to District an itemized cost breakdown of Contractor’s record of Cost of the Work together with supporting data and any certification required by District. If Contractor is late submitting it’s Application for Payment, that Application may be processed at any time during the succeeding one-month period, resulting in processing of Contractor’s Application for Payment being delayed for more than a Day for Day basis.

2. Applications for Payment may include, but are not necessarily limited to

the following:

a. Material, equipment, and labor incorporated into the Work, less any previous payments for the same;

b. Up to 75 percent of the cost of equipment identified in paragraph 1.6F

of this Section Measurement and Payment (if any), if purchased and delivered to the Site or stored off Site, as may be approved by District.

c. Up to 50 percent of the cost of materials identified in paragraph 1.6F of

this Section Measurement and Payment (if any), specifically fabricated for the Project that are not yet incorporated into the Work.

Page 170: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 15 Measurement and Payment

3. At the time any Application for Payment is submitted, certify in writing the

accuracy of the Application and that Contractor has fulfilled all scheduling requirements of SECTION 00700 (General Conditions) and Section 01320 (Progress Schedules and Reports), including updates and revisions. A responsible officer of Contractor shall execute the certification.

4. No progress payment will be processed prior to District receiving all

requested, acceptable schedule update information. Failure to submit a schedule update complying with Section 01320 justifies denying the entire Application for Payment.

5. Each Application for Payment shall list each Change Order and

Construction Change Directive (“CCD”) executed prior to date of submission, including the Change Order/CCD Number, and a description of the work activities, consistent with the descriptions of original work activities. Submit a monthly Change Order/CCD status log to District.

6. If District requires substantiating data, submit information requested by

District, with cover letter identifying Project, Application for Payment number and date, and detailed list of enclosures. Submit one copy of substantiating data and cover letter for each copy of Application for Payment submitted.

7. If Contractor fails or refuses to participate in work reconciliations or other

construction progress evaluation with District, Contractor shall not receive current payment until Contractor has participated fully in providing construction progress information and schedule update information to District.

D. Progress Payments

1. District will review Contractor’s Application for Payment following receipt. If adjustments need to be made to percent of completion of each activity, District will make appropriate notations and return to Contractor. Contractor shall revise and resubmit. All parties shall update percentage of completion values in the same manner, i.e., express value of an accumulated percentage of completion to date.

2. Each Application for Payment may be reviewed by District and/or

inspectors to determine whether the Application for Payment is proper, and shall be rejected, revised, or approved by District pursuant to the Schedule of Values prepared in accordance with paragraph 1.9B of this Section Measurement and Payment.

Page 171: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 16 Measurement and Payment

3. If it is determined that the Application for Payment is not proper and suitable for payment, District will return it to the Contractor as soon as practicable, but no later than seven Days after receipt, together with a document setting forth in writing the reasons why the Application for Payment is not proper. If District determines that portions of the Application for Payment are not proper or not due under the Contract Documents, then District may approve the other portions of the Application for Payment, and in the case of disputed items or defective Work not remedied, may withhold up to 150 percent of the disputed amount from the progress payment.

4. Pursuant to Public Contract Code Section 20104.50, if District fails to

make any progress payment within 30 Days after receipt of an undisputed and properly submitted Application for Payment from Contractor, District shall pay interest to the Contractor equivalent to the legal rates set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. The 30-Day period shall be reduced by the number of Days by which District exceeds the seven-Day return requirement set forth herein.

5. As soon as practicable after approval of each Application for Payment for

progress payments, District will pay to Contractor in manner provided by law, an amount equal to 95 percent of the amounts otherwise due as provided in the Contract Documents, or a lesser amount if in conformance with Public Contract Code § 7201(b)(4), the District has adopted a finding that the project is substantially complex and requires a higher retention amount, provided that payments may at any time be withheld if, in judgment of District, Work is not proceeding in accordance with Contract, or Contractor is not complying with requirements of Contract, or to comply with stop notices or to offset liquidated damages accruing or expected.

6. Before any progress payment or final payment is due or made, Contractor

shall submit satisfactory evidence that Contractor is not delinquent in payments to employees, Subcontractors, suppliers, or creditors for labor and materials incorporated into Work. This specifically includes, without limitation, SECTION 00640 (Conditional Waiver and Release on Progress Payment for the current progress payment and Unconditional Waiver and Release on Progress Payment for past progress payments) as authorized by Civil Code sections 8132 and 8134. District also may elect in its sole discretion to pay progress payments by joint check to Contractor and each Subcontractor having an interest in that progress payment in such amount. Civil Code sections 8132 and 8134 are hereby incorporated in full by this reference.

Page 172: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 17 Measurement and Payment

7. District reserves and shall have the right to withhold payment for any equipment and/or specifically fabricated materials that, in the sole judgment of District, are not adequately and properly protected against weather and/or damage prior to or following incorporation into the Work.

8. Granting of progress payment or payments by District, or receipt thereof

by Contractor, shall not be understood as constituting in any sense acceptance of Work or of any portion thereof, and shall in no way lessen liability of Contractor to replace unsatisfactory work or material, though unsatisfactory character of work or material may have been apparent or detected at time payment was made.

9. When District shall charge any sum of money against Contractor under

any provision of Contract Documents, amount of charge shall be deducted and retained by District from amount of next succeeding progress payment or from any other moneys due or that may become due Contractor under Contract. If, on completion or termination of Contract, such moneys due Contractor are found insufficient to cover District’s charges against it, District shall have right to recover balance from Contractor or Sureties.

1.10 SUBSTITUTION OF SECURITIES IN LIEU OF RETENTION

A. In accordance with the provisions of Public Contract Code Section 22300,

substitution of securities for any moneys withheld under Contract Documents to ensure performance is permitted under following conditions:

1. At request and expense of Contractor, securities listed in Section 16430 of

the Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by Contractor and District which are equivalent to the amount withheld under retention provisions of Contract shall be deposited with Controller or with a state or federally chartered bank in California, as the escrow agent, who shall then pay such moneys to Contractor. Upon satisfactory completion of Contract, securities shall be returned to Contractor.

2. Alternatively, Contractor may request and District shall make payment of

retentions earned directly to the escrow agent at the expense of Contractor. At the expense of Contractor, Contractor may direct the investment of the payments into securities and receive the interest earned on the investments upon the same terms provided for in this Section Measurement and Payment for securities deposited by Contractor. Upon satisfactory completion of Contract Documents, Contractor shall receive from escrow agent all securities, interest, and payments received by the escrow agent from District, pursuant to the terms of this Section

Page 173: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 18 Measurement and Payment

Measurement and Payment. Pay to each Subcontractor, not later than 20 Days after receipt of the payment, the respective amount of interest earned, net of costs attributed to retention withheld from each Subcontractor, on the amount of retention withheld to insure the performance of Contractor.

3. Contractor shall be beneficial owner of securities substituted for moneys

withheld and shall receive any interest thereon.

4. Enter into escrow agreement with Controller according to SECTION 00680 (Escrow Agreement for Security Deposits in Lieu of Retention), as authorized under Public Contract Code Section 22300, specifying amount of securities to be deposited, terms and conditions of conversion to cash in case of default of Contractor, and termination of escrow upon completion of Contract Documents.

5. Public Contract Code Section 22300 is hereby incorporated in full by this

reference. 1.11 FINAL PAYMENT

A. As soon as practicable after all required Work is completed in accordance

with Contract Documents, including punchlist, testing, record documents and Contractor maintenance after Final Acceptance, District will pay to Contractor, in manner provided by law, unpaid balance of Contract Sum of Work (including without limitation retentions), or whole Contract Sum of Work if no progress payment has been made, determined in accordance with terms of Contract Documents, less sums as may be lawfully retained under any provisions of Contract Documents or by law.

B. Prior progress payments shall be subject to correction in the final payment.

District’s determination of amount due as final payment shall be final and conclusive evidence of amount of Work performed by Contractor under Contract Documents and shall be full measure of compensation to be received by Contractor.

C. Contractor and each assignee under an assignment in effect at time of final

payment shall execute and deliver at time of final payment, and as a condition precedent to District’s obligation to make final payment, SECTION 00650 (Unconditional/Conditional Waiver and Release on Final Payment), as authorized by Civil Code sections 8136 and 8138, discharging District, its officers, agents, employees, and consultants of and from liabilities, obligations, and claims arising under Contract Documents. Civil Code sections 8136 and 8138 are hereby incorporated in full by this reference.

Page 174: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01200 - 19 Measurement and Payment

1.12 EFFECT OF PAYMENT A. Payment will be made by District, based on District’s observations at the Site

and the data comprising the Application for Payment. Payment will not be a representation that District has:

1. Made exhaustive or continuous on-Site inspections to check the quality or

quantity of Work; 2. Reviewed construction means, methods, techniques, sequences, or

procedures;

3. Reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by District to substantiate Contractor’s right to payment; or

4. Made examination to ascertain how or for what purpose Contractor has

used money previously paid on account of the Contract Sum.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 175: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 1 Modification Procedures

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01250

MODIFICATION PROCEDURES

PART 1 GENERAL

1.1 SUMMARY

A. Section includes: 1. Description of general procedural requirements for alterations,

modifications, and extras. B. Reference

1. Public Contract Code Section 7105 (d)(2).

1.2 GENERAL

A. Any change in scope of Work or deviation from Contract Documents including, without limitation, extra work, or alterations or additions to or deductions from the original Work, shall not invalidate the original Contract, and shall be performed under the terms of the Contract Documents.

B. Only Contractor or District may initiate changes in scope of Work or deviation from Contract Documents. 1. Contractor may initiate changes by submitting RFIs, Notice of Concealed

or Unknown Conditions, or Notice of Hazardous Waste Conditions. a. RFIs shall be submitted to seek clarification of or request changes in

the Contract Documents. b. Notices of Concealed or Unknown Conditions shall be submitted in

accordance with SECTION 00700 (General Conditions). c. Notices of Hazardous Waste Conditions shall be submitted in

accordance with SECTION 00700 (General Conditions). 2. Contractor shall be responsible for its costs to implement and administer

RFIs throughout the Contract duration. Regardless of the number of RFIs submitted, Contractor shall not be entitled to additional compensation. Contractor shall be responsible for both District and its Architect/Engineer’s administrative costs for answering RFIs where the answer could reasonably be found by reviewing the Contract Documents, as determined by District; at District’s discretion, such costs may be deducted from progress payments or final payment.

3. District may initiate changes by issuing a Supplemental Instruction, which may revise, add to or subtract from the Work.

4. District may initiate changes in the Work or Contract Time by issuing RFPs to Contractor. Such RFPs will detail all proposed changes in the Work and request a quotation of changes in Contract Sum and Contract Time from Contractor.

5. District may also, by Construction Change Directive (“CCD”), order changes in the Work within the general scope of the Contract consisting of additions, deletions, or other revisions, the Contract Sum and Contract

Page 176: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 2 Modification Procedures

Time being adjusted accordingly. A CCD shall be used in the absence of total agreement on the terms of a Change Order and may, upon notice, consist of a Change Order executed by District only.

1.3 PROCEDURES

A. Cost Proposal and Procedures: Whenever Contractor is required in this Section 01250 to prepare a Cost Proposal, and whenever Contractor is entitled to submit a Cost Proposal and elects to do so, Contractor shall prepare and submit to District for consideration a Cost Proposal using the form attached to this Section 01250. All Cost Proposals must contain a complete breakdown of costs of credits, deducts and extras; itemizing materials, labor, taxes, overhead and profit, and any requested changes to Contract Time. All Subcontractor Work shall be so indicated. Individual entries on the Cost Proposal form shall be determined as provided in paragraphs 1.4 and 1.5 of this Section 01250. After receipt of a Cost Proposal with a detailed breakdown, District will act promptly thereon. 1. If District accepts a Cost Proposal, District will prepare Change Order for

District and Contractor signatures. 2. If Cost Proposal is not acceptable to District because it does not agree

with cost and/or time included in Cost Proposal, District will submit in a response what it believes to be a reasonable cost and/or adjustment, if any. Except as otherwise provided in this Section 01250, Contractor shall have three (3) Days in which to respond to District with a revised Cost Proposal.

3. When necessity to proceed with a change that does not allow the District sufficient time to conduct a proper check of a Cost Proposal (or revised Cost Proposal), District may order Contractor to proceed on a basis to be determined at the earliest practical date. In this event, the value of change, with corresponding equitable adjustment to Contract, shall not be more than the increase or less than the decrease proposed.

B. Request for Information: Whenever Contractor requires information regarding the Project or Contract Documents, or receives a request for information from a Subcontractor, Contractor may prepare and deliver an RFI to District. Contractor shall use RFI format provided by District. Contractor must submit time critical RFIs at least 3 days before scheduled start date of the affected Work activity. Contractor shall reference each RFI to an activity of Progress Schedule and shall note time criticality of the RFI, indicating time within which a response is required. Contractor’s failure to reference an RFI to an activity on the Progress Schedule and to note time criticality on the RFI shall constitute Contractor’s waiver of any claim for time delay or interruption to the Work resulting from any delay in responding to the RFI. 1. District will respond within three (3) Days from receipt of RFI with a written

response to Contractor. Contractor shall distribute response to all appropriate Subcontractors.

2. If Contractor is satisfied with the response and does not request change in Contract Sum or Contract Time, then the response shall be executed without a change.

Page 177: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 3 Modification Procedures

3. If Contractor believes the response is incomplete, Contractor shall issue another RFI (with the same RFI number with the letter “A” indicating if it is a follow-up RFI) to District clarifying original RFI. Additionally, District may return the RFI, and request additional information, should original RFI be inadequate in describing condition.

4. If Contractor believes that the response results in change in Contract Sum or Contract Time, Contractor shall notify District in writing within seven Days after receiving the response. If District disagrees with Contractor, then Contractor may give notice of intent to submit a Claim as described in Article 12 of SECTION 00700 (General Conditions), and submit its Claim within 15 days. If District agrees with Contractor, then Contractor must submit a Cost Proposal within 7 Days of receiving the response to the RFI. Contractor’s failure to deliver either the foregoing notice and Claim or Cost Proposal by the respective deadlines stated in the foregoing sentences shall result in waiver of the right to file a Cost Proposal or Claim.

C. Supplemental Instruction: District may issue a Supplemental Instruction to Contractor. 1. If Contractor is satisfied with the Supplemental Instruction and does not

request change in Contract Sum or Contract Time, then the Supplemental Instruction shall be executed without a Change Order.

2. If Contractor believes that the Supplemental Instruction results in change in Contract Sum or Contract Time, then Contractor must submit a Cost Proposal to District within 7 Days of receiving the Supplemental Instruction.

D. Construction Change Directives: If at any time District believes in good faith that a timely Change Order will not be agreed upon using the foregoing procedures, District may issue a CCD with its recommended cost and/or time adjustment. Upon receipt of a CCD, Contractor shall promptly proceed with the change of Work involved and concurrently respond to District’s CCD within 10 Days. 1. Contractor’s response must be any one of following:

a. Return the CCD signed, thereby accepting District’s response, time and cost.

b. Submit a (revised if applicable) Cost Proposal with supporting documentation (if applicable, reference original Cost Proposal number followed by letter A, B, etc. for each revision), if District so requests.

c. Give notice of intent to submit a Claim as described in Article 12 of SECTION 00700 (General Conditions), and submit its Claim with 15 days.

2. If the CCD provides for an adjustment to the Contract Sum, the adjustment shall be based on one of the following methods: a. Mutual acceptance of a lump sum properly itemized and supported by

sufficient substantiating data to permit evaluation.

Page 178: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 4 Modification Procedures

b. Unit prices stated in the Contract Documents or subsequently agreed upon.

c. Cost to be determined in a manner agreed. 3. CCD signed by Contractor indicates the agreement of Contractor

therewith, including adjustment in Contract Sum and Contract Time or the method for determining them. Such agreement shall be effective immediately and shall be recorded as a Change Order.

4. If Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum, the method and the adjustment shall be determined by District on the basis of reasonable expenditures and savings of those performing the Work attributable to the change including, in case of an increase in the Contract Sum, a reasonable allowance for overhead and profit. If the parties still do not agree on the price for a CCD, Contractor may file a Claim per Article 12 of SECTION 00700 (General Conditions). Contractor shall keep and present, in such form as District may prescribe, an itemized accounting together with appropriate supporting data. Unless otherwise provided in the Contract Documents, costs for the purposes of this paragraph shall be limited to those provided in paragraphs 1.4 and 1.5 of this Section Modification Procedures.

5. Pending final determination of cost to District, amounts not in dispute may be included in Applications for Payment. The amount of credit to be allowed by Contractor to District for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by District. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change.

E. District Requested RFP: Contractor shall furnish a Cost Proposal within 3 Business Days of District’s RFP. Upon approval of the RFP, District will issue a Change Order directing Contractor to proceed with extra Work. If the parties do not agree on the price for an RFP, District may either issue a CCD or decide the issue per Article 12 of SECTION 00700 (General Conditions). Contractor shall perform the changed Work notwithstanding any claims or disagreements of any nature.

F. Differing Site Conditions: Contractor shall submit Notices of Differing Site Conditions to resolve problems regarding differing underground Site conditions encountered in the execution of the Work pursuant to paragraph 13.D of SECTION 00700 (General Conditions), which shall govern. If District determines that a change in Contract Sum or Contract Time is justified, District will issue RFP or CCD.

G. Hazardous Waste Conditions: Contractor shall submit Notices of Hazardous Waste Conditions to resolve problems regarding hazardous materials encountered in the execution of the Work pursuant to paragraph 13.E of SECTION 00700 (General Conditions), which shall govern. If District determines that a change in Contract Sum or Contract Time is justified, District will issue RFP or CCD.

Page 179: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 5 Modification Procedures

H. All Changes: 1. Documentation of Change in Contract Sum and Contract Time:

a. Contractor shall maintain detailed records of Work performed on a time-and-material basis.

b. Contractor shall document each proposal for a change in cost or time with sufficient data to allow evaluation of the proposal.

c. Contractor shall, on request, provide additional data to support computations for: 1) Quantities of products, materials, labor and equipment. 2) Taxes, insurance, and bonds. 3) Overhead and profit. 4) Justification for any change in Contract Time and new Progress

Schedule showing revision due, if any. 5) Credit for deletions from Contract, similarly documented.

d. Contractor shall support each claim for additional costs, and for Work performed on a cost-and-percentage basis, with additional information including: 1) Credit for deletions from Contract, similarly documented. 2) Origin and date of claim. 3) Dates and times Work was performed and by whom. 4) Time records and wage rates paid. 5) Invoices and receipts for products, materials, equipment and

subcontracts, similarly documented. I. Correlation of Other Items:

1. Contractor shall revise Schedule of Values and Application for Payment forms to record each authorized Change Order or CCD as a separate line item and adjust the Contract Sum as shown thereon prior to the next monthly pay period.

2. Contractor shall revise the Progress Schedules prior to the next monthly pay period.

3. Contractor shall enter changes in Project Record Documents prior to the next monthly pay period.

J. Responses: For all responses for which the Contract Documents, including without limitation this Section 1250, do not provide a specific time period, recipients shall respond within a reasonable time.

K. Disputes: For all disputes arising from the procedures herein, Contractor shall follow Article 12 of SECTION 00700.

1.4 COST DETERMINATION

A. Total cost of extra Work or of Work omitted shall be the sum of labor costs, material costs, equipment rental costs and specialist costs as defined herein plus overhead and profit as allowed herein. This limit applies in all cases of claims for extra Work, whether calculating Cost Proposals, Change Orders or CCDs, or calculating claims of all types, and applies even in the event of fault, negligence, strict liability, or tort claims of all kinds, including strict liability or negligence. Contractor may recover no other costs arising out of or connected with the performance of extra Work, of any nature. No special, incidental or

Page 180: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 6 Modification Procedures

consequential damages may be claimed or recovered against District, its representatives or agents, whether arising from breach of contract, negligence or strict liability, unless specifically authorized in the Contract Documents.

B. Overhead and Profit: (Overhead shall be as defined in paragraph 1.8 of this Section Modification Procedures) 1. Overhead and profit on labor for extra Work shall be 15 percent. 2. Overhead and profit on materials for extra Work shall be 15 percent. 3. Overhead and profit on equipment rental for extra Work shall be 10

percent. 4. When extra Work is performed by a first tier Subcontractor, Contractor

shall receive a 5 percent markup on Subcontractors’ total costs of extra Work. First tier Subcontractor’s markup on its Work shall not exceed 15 percent.

5. When extra Work is performed by a lower tier Subcontractor, Contractor shall receive a total of 5 percent markup on the lower tier Subcontractors’ total costs of extra Work. Contractor and first tier Subcontractors and lower tier Subcontractors shall divide the 5 percent markup as mutually agreed.

6. Notwithstanding the foregoing, in no case shall the total markup on any extra Work exceed 20 percent of the direct cost, notwithstanding the actual number of contract tiers.

7. On proposals covering both increases and decreases in Contract Sum, overhead, profit, and commission shall be allowed on the net increase only as determined in paragraph 1.4 above. When the net difference is a deletion, no percentage for overhead profit and commission shall be allowed, but rather a deduction shall issue.

8. The markup shall include profit, small tools, cleanup, engineering, supervision, warranties, cost of preparing the cost proposal, jobsite overhead, and home office overhead. No markup will be allowed on taxes, insurance, and bonds.

C. Taxes: 1. All State sales and use taxes, El Dorado County and applicable City sales

taxes, shall be included. 2. Federal and Excise tax shall not be included.

D. Owner-Operated Equipment: When owner-operated equipment is used to perform extra Work, Contractor will be paid for operator as follows: 1. Payment for equipment will be made in accordance with paragraph 1.5C

of this Section Modification Procedures. 2. Payment for cost of labor will be made at no more than rates of such labor

established by collective bargaining agreements for type of worker and location of Work, whether or not owner-operator is actually covered by such an agreement.

E. Accord and Satisfaction: Every Change Order and accepted CCD shall constitute a full accord and satisfaction, and release, of all Contractor (and if applicable, Subcontractor) claims for additional time, money or other relief

Page 181: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 7 Modification Procedures

arising from or relating to the subject matter of the change including, without limitation, impacts of all types, cumulative impacts, inefficiency, overtime, delay and any other type of claim. Contractor may elect to reserve its rights to disputed claims arising from or relating to the changed Work at the time it signs a Change Order or approves a CCD, but must do so expressly in a writing delivered concurrently with the executed Change Order or approved CCD, and must also submit a Claim for the reserved disputed items pursuant to Article 12 of SECTION 00700 no later than 30 days of Contractor’s first written notice of its intent to reserve rights.

1.5 COST BREAKDOWN

A. Labor: Contractor will be paid cost of labor for workers (including forepersons when authorized by District) used in actual and direct performance of extra Work. Labor rate, whether employer is Contractor, Subcontractor or other forces, will be sum of following: 1. Actual Wages: Actual wages paid shall include any employer payments to

or on behalf of workers for health and welfare, pension, vacation, and similar purposes.

2. Labor surcharge: Payments imposed by local, county, state, and federal laws and ordinances, and other payments made to, or on behalf of, workers, other than actual wages as defined in paragraph 1.5A.1 of this Section Modification Procedures, such as taxes and worker’s compensation insurance. Such labor surcharge shall not exceed that set forth in California Department of Transportation official labor surcharges schedule which is in effect on date upon which extra Work is accomplished and which schedule is incorporated herein by reference as though fully set forth herein.

B. Material: Only materials furnished by Contractor and necessarily used in performance of extra Work will be paid for. Cost of such materials will be cost, including sales tax, to purchaser (Contractor, Subcontractor or other forces) from supplier thereof, except as the following are applicable: 1. If cash or trade discount by actual supplier is offered or available to

purchaser, it shall be credited to District notwithstanding fact that such discount may not have been taken.

2. For materials salvaged upon completion of extra Work, salvage value of materials shall be deducted from cost, less discounts, of materials.

3. If cost of a material is, in opinion of District, excessive, then cost of material shall be deemed to be lowest current wholesale price at which material is available in quantities concerned delivered to Site, less any discounts as provided in paragraph 1.5B.1 of this Section Modification Procedures.

C. Equipment Rental: For Contractor- or Subcontractor-owned equipment, payment will be made at the rental rates listed for equipment in California Department of Transportation official equipment rental rate schedule which is in effect on date upon which extra Work is accomplished and which schedule is incorporated herein by reference as though fully set forth herein. If there is no applicable rate for an item of equipment, then payment shall be made for

Page 182: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 8 Modification Procedures

Contractor- or Subcontractor-owned equipment at the rental rate listed in the most recent edition of the Association of Equipment Distributors (AED) book. For rented equipment, payment will be made based on actual rental invoices. Equipment used on extra Work shall be of proper size and type. If, however, equipment of unwarranted size or type and cost is used, cost of use of equipment shall be calculated at the rental rate for equipment of proper size and type, as determined by District. Rental rates paid shall be deemed to cover cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Unless otherwise specified, manufacturer’s ratings, and manufacturer-approved modifications, shall be used to classify equipment for determination of applicable rental rates. Individual pieces of equipment or tools not listed in said publication and having a replacement value of $100 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefore as payment is included in payment for labor. Rental time will not be allowed while equipment is inoperative due to breakdowns. 1. For equipment on Site, rental time to be paid for equipment shall be time

equipment is in operation on extra Work being performed or on standby as approved by District. The following shall be used in computing rental time of equipment: a. When hourly rates are listed, less than 30 minutes of operation shall be

considered to be ½ hour of operation. b. When daily rates are listed, less than four hours of operation shall be

considered to be ½ Day of operation. 2. For equipment that must be brought to Site to be used exclusively on extra

Work, cost of transporting equipment to Site and its return to its original location shall be determined as follows: a. District will pay for costs of loading and unloading equipment. b. Cost of transporting equipment in low bed trailers shall not exceed

hourly rates charged by established haulers. c. Cost of transporting equipment shall not exceed applicable minimum

established rates of California Public Utilities Commission. d. District will not make any payment for transporting and loading and

unloading equipment if equipment is used on Work in any other way than upon extra Work.

3. Rental period may begin at time equipment is unloaded at Site of extra Work and terminate at end of the performance of the extra Work or Day on which District directs Contractor to discontinue use of equipment, whichever first occurs. Excluding Saturdays, Sundays, and District’s legal holidays, unless equipment is used to perform extra Work on such Days, rental time to be paid per Day shall be four hours for zero hours of operation, six hours for four hours of operation and eight hours for eight hours of operation, time being prorated between these parameters. Hours to be paid for equipment that is operated less than eight hours due to

Page 183: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 9 Modification Procedures

breakdowns, shall not exceed eight less number of hours equipment is inoperative due to breakdowns.

D. Work Performed by Special Forces or Other Special Services: When District and Contractor, by agreement, determine that special service or item of extra Work cannot be performed by forces of Contractor or those of any Subcontractors, service or extra Work item may be performed by specialist. Invoices for service or item of extra Work on basis of current market price thereof may be accepted without complete itemization of labor, material, and equipment rental costs when it is impracticable and not in accordance with established practice of special service industry to provide complete itemization. In those instances wherein Contractor is required to perform extra Work necessitating a fabrication or machining process in a fabrication or machine shop facility away from Site, charges for that portion of extra Work performed in such facility may, by agreement, be accepted as a specialist billing. District must be notified in advance of all off-Site Work. In lieu of overhead and profit provided in paragraph 1.4B of this Section Modification Procedures, 15 percent will be added to specialist invoice price, after deduction of any cash or trade discount offered or available, whether or not such discount may have been taken.

1.6 FORCE-ACCOUNT WORK

A. If it is impracticable because of nature of Work, or for any other reason, to fix an increase or decrease in price definitely in advance, the Contractor may be directed to proceed at a not-to-exceed (NTE) maximum price which shall not under any circumstances be exceeded. Subject to such limitation, such extra Work shall be paid for at actual necessary cost for Force-Account Work or at the negotiated cost, as determined by District. The cost for Force-Account Work shall be determined pursuant to paragraphs 1.4 and 1.5 of this Section Modification Procedures.

B. Force-Account Work shall be used when it is not possible or practical to price out the changed Work prior to the start of that Work. In these cases, Force-Account Work will be utilized during the pricing and negotiation phase of the change. Once negotiations have been concluded and a bilateral agreement has been reached, the tracking of the Work under Force-Account is no longer necessary. Force-Account Work shall also be used when negotiations between District and Contractor have reached impasse and a bilateral agreement on the value of the changed Work cannot be reached. District may approve other uses of Force-Account Work.

C. Whenever any Force-Account Work is in progress, and there is not a definite price which has been agreed on in advance, Contractor shall report to District each Business Day in writing in detail amount and cost of labor and material used, and any other expense incurred in Force-Account Work on preceding Day, by using the Cost Proposal form attached hereto. No claim for compensation for Force-Account Work will be allowed unless report shall have been made.

Page 184: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 10 Modification Procedures

D. Whenever Force-Account Work is in progress, definite price for which has not been agreed on in advance, Contractor shall report to District when 75 percent of the NTE amount has been expended.

E. Force-Account Work shall be paid as extra Work under this Section Modification Procedures. Methods of determining payment for Work and materials provided in this paragraph 1.6 shall not apply to performance of Work or furnishings of material that, in judgment of District, may properly be classified under items for which prices are otherwise established in Contract Documents.

1.7 DISTRICT-FURNISHED MATERIALS

A. District reserves right to furnish materials as it deems advisable, and Contractor shall have no claims for costs and overhead and profit on such materials.

1.8 OVERHEAD DEFINED

A. The following constitutes charges that are deemed included in overhead for all Contract Modifications, including Force-Account Work or CCD Work, whether incurred by Contractor, Subcontractors, or suppliers, and Contractor shall not invoice or receive payment for these costs separately: 1. Drawings: field drawings, Shop Drawings, etc., including submissions of

drawings 2. Routine field inspection of Work proposed 3. General Superintendence 4. General administration and preparation of cost proposals, schedule

analysis, change orders and other supporting documentation as necessary

5. Computer services 6. Reproduction services 7. Salaries of project Architect/Engineer, superintendent, timekeeper,

storekeeper and secretaries 8. Janitorial services 9. Temporary on-Site facilities:

a. Offices b. Telephones c. Plumbing d. Electrical: Power, lighting e. Platforms f. Fencing, etc. g. Water

10. Home office expenses 11. Insurance and Bond premiums 12. Procurement and use of vehicles and fuel used coincidentally in Work

otherwise included in the Contract Documents 13. Surveying 14. Estimating 15. Protection of Work

Page 185: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 11 Modification Procedures

16. Handling and disposal fees 17. Final cleanup 18. Other incidental Work

1.9 RECORDS AND CERTIFICATION

A. Force-Account (cost reimbursement) charges shall be recorded daily and summarized in a Cost Proposal form attached hereto. Contractor or authorized representative shall complete and sign a form each day. Contractor shall also provide with the form: the names and classifications of workers and hours worked by each; an itemization of all materials used; a list by size type and identification number of equipment and hours operated; and an indication of all Work performed by specialists.

B. No payment for Force-Account Work shall be made until Contractor submits original invoices substantiating materials and specialists charges.

C. District shall have the right to audit all records in possession of Contractor relating to activities covered by Contractor’s claims for modification of Contract, including Force-Account Work and CCD Work.

D. Further, District will have right to audit, inspect, or copy all records maintained in connection with this Contract, including financial records, in possession of Contractor relating to any transaction or activity occurring or arising out of, or by virtue of, the Contract. If Contractor is a joint venture, this right of District shall apply collaterally to same extent to records of joint venture sponsor, and of each individual joint venture member. This right shall be specifically enforceable, and any failure of Contractor to voluntarily comply shall be deemed an irrevocable waiver and release of all claims then pending that were or could have been subject to Article 12 of SECTION 00700.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

COST PROPOSAL FORM FOLLOWS ON NEXT PAGE

Page 186: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01250 - 12 Modification Procedures

COST PROPOSAL (CP) FLUME 38 TO 40 CANAL CONVERSION PROJECT Contract Number E20-02 Date: In Response To

RFP #, etc. To: El Dorado Irrigation District Attention: Cary Mutschler, P.E. Subject Ref. No: _______ 2890 Mosquito Road Placerville, CA 95667 (for Project Manager Use only) Telephone (530) 642-4182 From: [Insert Contractor’s Name/Address] This Cost Proposal is in response to the above-referenced ________ [insert RFP, etc. as applicable]. Brief description of change(s): ITEM DESCRIPTION

PRIME CONTR

SUB 1

SUB 2

SUB 3

SUB 4

TOTAL

MATERIAL Direct Labor Cost EQUIPMENT Other (Specify) Extended Overhead

Total Cost Subcontractor’s Overhead & Profit 15 percent

Contractor’s Overhead & Profit 15 percent

Overhead & Profit to Contractor for Subcontractor’s Work 5 percent

(percent of Total Cost above not including any OIP)

GRAND TOTAL

REQUESTED CHANGE IN CONTRACT TIME (DAYS)

By Contractor:

Signature: Date:

END OF SECTION

Page 187: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01315 - 1 Project Meetings

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01315

PROJECT MEETINGS PART 1 GENERAL

1.1 SUMMARY

Section Includes descriptions of the required Project meetings for the Work. These meetings include:

a. 1.2 Preconstruction Conference b. 1.3 Schedule Review Meetings c. 1.4 Weekly Progress Meetings d. 1.5 Progress Schedule and Billing Meetings e. 1.6 Special Meetings

1.2 PRECONSTRUCTION CONFERENCE

A. District or its representative will call for and administer the Preconstruction Conference at a time and place to be announced (usually the week prior to start of Work at the Site).

B. Contractor, all major Subcontractors, and major suppliers shall attend the Preconstruction Conference.

C. Agenda will include, but not be limited to, the following items. 1. Schedules 2. Personnel and vehicle permit procedures 3. Use of premises 4. Location of the Contractor’s on-Site facilities 5. Security 6. Housekeeping 7. Submittal and RFI procedures 8. Inspection and testing procedures, on-Site and off-Site 9. Control and reference point survey procedures 10. Safety expectations and coordination procedures 11. Contractor’s Initial Project Schedule 12. Contractor’s Schedule of Values 13. Contractor’s Schedule of Submittals 14. Emergency Contact List

D. District will distribute copies of minutes to the attendees. Attendees shall have five (5) Days to submit comments or additions to minutes. Minutes will constitute final memorialization of results of the Preconstruction Conference.

1.3 SCHEDULE REVIEW MEETINGS

A. Contractor shall meet with District prior to the Start Date of the Work under Contract Documents and conduct an initial review of Contractor’s draft Shop Drawing and Sample Submittal Schedule, draft Schedule of Values, and Initial Schedule.

Page 188: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01315 - 2 Project Meetings

B. An authorized representative in Contractor’s organization, designated in writing, who will be responsible for working and coordinating with District relative to preparation and maintenance of Progress Schedule shall attend the initial schedule review meeting.

C. Contractor shall, within twenty (20) Days from the Notice to Proceed date, meet with District to review the Progress Schedule and construction schedule submittals. 1. Contractor shall have its manager, superintendent, scheduler, and key

Subcontractor representatives, as required by District, in attendance. The meeting will take place over a continuous one-Day period.

2. District’s review will be limited to submittal’s conformance to Contract Documents requirements including, but not limited to, coordination requirements. District’s review may also include: a. Clarifications of Contract Requirements. b. Directions to include activities and information missing from submittal. c. Requests to Contractor to clarify its schedule.

3. Within five (5) Days of the Schedule Review Meeting, Contractor shall respond in writing to all questions and comments expressed by District at the meeting.

D. District will administer Schedule Review Meetings and shall distribute minutes of Schedule Review Meetings to attendees. Attendees shall have five (5) Days to submit comments or additions to minutes. Minutes will constitute final memorialization of results of Schedule Review Meetings.

1.4 WEEKLY PROGRESS MEETINGS

A. District will schedule and administer weekly progress meetings throughout duration of Work. Progress meetings will be held weekly unless otherwise directed by District. 1. Meetings shall be held at Contractor’s on-Site office unless otherwise

directed by District. 2. District or its representative will prepare an agenda and distribute it in

advance of the meeting. 3. District or its representative will record meeting notes of the Weekly

Progress Meeting. Within five (5) Days after the meeting, District or its representative will distribute minutes to Contractor though e-mail, who will distribute them to those affected by decisions made at meeting. Attendees can either submit comments or additions to the minutes prior to the next progress meeting, or may attend the next progress meeting and submit comments or additions there. Minutes will constitute final memorialization of results of the meeting.

B. Progress meetings shall be attended by Contractor’s job superintendent, major Subcontractors and suppliers, District, and others as are appropriate to the agenda topics for each meeting.

C. Each agenda will contain the following items, as appropriate: 1. Review of Work progress since the last meeting 2. Status of Construction Work Schedule, delivery schedules, and

adjustments

Page 189: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01315 - 3 Project Meetings

3. Submittal, RFI, and Change Order status 4. Review of the Contractor’s safety program activities and coordination with

District operations (e.g. energized electrical work, lockout/tagout, confined space), including a report on all serious injury and/or damage accidents

5. Other items affecting progress of Work

1.5 PROGRESS SCHEDULE AND BILLING MEETINGS

A. A meeting will be held monthly, or as otherwise agreed to, with the District (but no more than once every 30 days to review the schedule update submittal and progress payment application. 1. At this meeting, at a minimum, the following items will be reviewed:

a. Percent complete of each activity; b. Time impact evaluations for Change Orders and Time Extension

Request; c. Actual and anticipated activity sequence changes; d. Actual and anticipated duration changes; and e. Actual and anticipated Contractor delays.

2. These meetings are considered a critical component of overall monthly schedule update submittal and Contractor shall have appropriate personnel attend. At a minimum, Contractor’s General Superintendent and Scheduler shall attend these meetings.

3. Contractor shall set aside sufficient time to review the progress schedule and the monthly pay application.

1.6 SPECIAL MEETINGS

A. Any party may call special meetings by notifying all desired participants and District five (5) Days in advance, giving reason for meeting. Special meetings may be held without advance notice in emergency situations.

B. At any time during the progress of Work, District shall have authority to require Contractor to attend meeting of any or all of the Subcontractors engaged in Work or in other work, and notice of such meeting shall be duly observed and complied with by Contractor.

C. Contractor shall schedule and conduct coordination meetings as necessary to discharge coordination responsibilities in SECTION 00700 (General Conditions). Contractor shall give District five (5) Days written notice of coordination meetings. Contractor shall maintain minutes of coordination meetings. Attendees shall have five (5) Days to submit comments or additions to minutes. Minutes will constitute final memorialization of results of coordination meetings.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 190: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 1 Progress Schedules and Reports

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01320

PROGRESS SCHEDULES AND REPORTS

PART 1 GENERAL

1.1 SUMMARY

A. Perform scheduling of Work under this Contract in accordance with requirements of this Section Submittal Procedures. 1. Development of schedule, cost, and resource loading of the Progress

Schedule, monthly payment requests, and project status reporting requirements of the Contract Documents shall employ scheduling as required in this Section Submittal Procedures.

2. The Schedule shall be cost-loaded based on Schedule of Values as approved by District.

3. Submit schedules and reports as specified in 00700 (General Conditions).

B. Upon Award of Contract, immediately commence development of Initial Schedule to ensure compliance with schedule submittal requirements.

C. Contractor’s obligations under this Section 01320 are hereby deemed material obligations justifying District’s remedies for default if Contractor fails to perform. Nothing in this paragraph 1.1.C of this Section 01320 or the lack of an express statement that any other Contract Documents provision is or is not material shall be considered in determining whether any such other provision is material.

D. Employ competent scheduling personnel or a schedule consultant with experience performing scheduling required herein on two prior, similar projects.

1.2 GENERAL

A. Progress Schedule shall be based on and incorporate the milestone and completion dates specified in Contract Documents.

B. Overall time of completion and time of completion for each milestone shown on Progress Schedule shall adhere to times in SECTION 00520 (Agreement), unless an earlier (advanced) time of completion is requested by Contractor and agreed to by District. A Change Order shall formalize any such agreement. 1. District is not required to accept an earlier (advanced) schedule, i.e., one

that shows early completion date(s) for the Contract Time. 2. Contractor is not entitled to extra compensation in the event an

agreement is reached on an earlier (advanced) schedule and Contractor completes its Work, for whatever reason, beyond the completion date shown in earlier (advanced) schedule but within the Contract Time.

3. A schedule showing the Work completed in less than the Contract Time, which has been accepted by District, shall be considered to have Project

Page 191: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 2 Progress Schedules and Reports

Float. The Project Float is the time between the scheduled completion of the Work and Contract Substantial Completion. Project Float is a resource available to both District and Contractor.

4. Float Ownership: Neither District nor Contractor owns float. The Project owns the float. As such, liability for delay of any Substantial Completion or Final Completion date rests with the party whose actions, last in time, actually cause delay to a Substantial Completion or Final Completion date. a. For example, in the event of unexcused delay by Party A and Party B,

and if Party A uses some, but not all of the float and Party B later uses remainder of the float as well as additional time beyond the float, Party B shall be liable for the time that represents a delay to the Substantial Completion date.

b. Under this scenario, Party A would not be responsible for the time since it did not consume the entire float and additional float remained; therefore, the Substantial Completion Date was unaffected.

C. Progress Schedule shall be the basis for evaluating job progress, payment requests, and time extension requests. Responsibility for developing the Contract schedule and monitoring actual progress as compared to Progress Schedule rests with Contractor.

D. Failure of Progress Schedule to include any element of the Work or any inaccuracy in Progress Schedule will not relieve Contractor from responsibility for accomplishing the Work in accordance with the Contract. District’s acceptance of the Schedule shall be for its use in monitoring and evaluating job progress, payment requests, and time extension requests, and shall not, in any manner, impose a duty of care upon District, or act to relieve Contractor of its responsibility for the means and methods of construction.

E. Transmit each item under form approved by District or following Section 01330. 1.Identify Project with the District Contract number, and name of Contractor. 2. Provide space for Contractor’s approval stamp and District’s review

stamps. 3. Submittals received from sources other than Contractor will be returned to

Contractor without District’s review.

1.3 INITIAL AND ORIGINAL PROGRESS SCHEDULE

A. Initial Schedule submitted for review at the Preconstruction Conference shall serve as Contractor’s schedule for up to 30 Days after the Notice to Proceed.

B. Initial Schedule must indicate a detailed plan for the Work to be completed in first 30 Days of the Contract, including details of planned mobilization of plant and equipment; sequence of early operations; and procurement of materials and equipment. Initial Schedule shall show Work beyond 30 Days in summary form.

C. Contractor shall submit its Original Schedule for review no later than first progress payment. Original Schedule and all updates shall comply with all standards herein.

D. All Schedules shall be time-scaled.

Page 192: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 3 Progress Schedules and Reports

E. All Schedules shall be cost and resource loaded. Accepted cost- and resource-loaded Schedule will be used as basis for monthly progress payments. Use of Initial Schedule for progress payments shall not exceed 30 Days.

F. Except as otherwise expressly provided in this Section 01320, Contractor shall meet with District to review and discuss the each Schedule (i.e., Initial, Original and updated) within seven Days after each Schedule has been submitted to District. 1. District’s review and comment on any Schedule shall be limited to

Contract conformance (with sequencing, coordination, and milestone requirements).

2. Contractor shall make corrections to Schedule necessary to comply with Contract requirements, adjust Schedule to incorporate any missing information requested by District, and resubmit Initial Schedule if requested by District.

G. If Contractor is of the opinion that any of the Work included on its Schedule has been impacted, Contractor shall submit to District a written Time Impact Evaluation (TIE) in accordance with paragraph 1.8 of this Section Submittal Procedures. The TIE shall be based on the most current update of the Initial Schedule.

1.4 SCHEDULE FORMAT AND LEVEL OF DETAIL

A. Each Schedule (Initial, Original and updates) shall indicate all separate fabrication, procurement and field construction activities required for completion of the Work, including but not limited to the following: 1. All Contractor, Subcontractor, and assigned Contractor work shall be

shown in a logical work sequence that demonstrates a coordinated plan of work for all contractors. The intent is to provide a common basis of acceptance, understanding, and communication, as well as interface with other contractors.

2. Activities related to the delivery of Contractor and District-furnished equipment to be Contractor-installed per Contract shall be shown.

3. All activities shall be identified through codes or other identification to indicate the building (i.e. buildings, Site work) and Contractor/Subcontractor responsibility to which they pertain.

4. Break up the Work schedule into activities of durations of approximately 21 Days or less each, except for non-field construction activities or as otherwise deemed acceptable by District.

5. Show the critical path in red. For each activity, show early start, late start, early finish, late finish, durations measured in Days, float, resources, predecessor and successor activities, planned workday/week for the activity, man power loading, and scheduled/actual progress payments.

B. Seasonal weather conditions (which do not constitute a delay as defined herein) shall be considered in the planning and scheduling of all work influenced by high or low ambient temperatures or presence of high moisture for the completion of the Work within the allotted Contract Time.

Page 193: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 4 Progress Schedules and Reports

C. Failure by Contractor to include any element of Work required for performance of the Work on the detailed construction schedule shall not excuse Contractor from completing all Work required within the Contract Time.

D. A two-week “look ahead,” detailed daily bar chart schedule shall be updated and issued weekly.

E. Utilize computer-scheduling software, such as Microsoft Project software or approved equivalent, for all scheduling including schedule updates.

1.5 SCHEDULE UPDATE SUBMITTALS

A. Following acceptance of Contractor’s Initial Schedule, Contractor shall monitor progress of Work and adjust Schedule each week to reflect actual progress and any anticipated changes to planned activities. 1. Each Schedule update submitted shall be complete, including all

information requested for the Initial Schedule and Original Schedule submittal.

2. Each update shall continue to show all Work activities, including those already completed. These completed activities shall accurately reflect “as built” information by indicating when activities were actually started and completed, and Contractor warrants the accuracy of as-built information as shown.

B. A meeting will be held weekly or as needed to review the Schedule update submittal and progress payment application. 1. At this meeting, at a minimum, the following items will be reviewed:

Percent complete of each activity; TIEs for Change Orders and Time Extension Request; actual and anticipated activity sequence changes; actual and anticipated duration changes; and actual and anticipated Contractor delays.

2. These meetings are considered a critical component of the overall schedule update submittal; have appropriate personnel attend. At a minimum, Contractor’s General Superintendent and Scheduler shall attend these meetings.

C. Within two Days after the Schedule update meeting, Contractor shall submit the updated Schedule.

D. Within three Days of receipt of above-noted revised submittals, District will either accept or reject schedule update submittal. 1. If accepted, percent complete shown in the update will be the basis for

Contractor’s Application for Payment. The schedule update shall be submitted as part of Contractor’s Application for Payment.

2. If rejected, the update shall be corrected and resubmitted by Contractor before the Application for Payment is submitted.

E. Neither updating, changing nor revising of any report, curve, schedule or narrative submitted to District by Contractor under this Contract, nor District’s review or acceptance of any such report, curve, schedule or narrative shall have the effect of amending or modifying, in any way, the Contract Substantial Completion date or milestone dates or of modifying or limiting, in any way, Contractor’s obligations under this Contract.

Page 194: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 5 Progress Schedules and Reports

1.6 SCHEDULE REVISIONS

A. Updating the Schedule (Initial and Original) to reflect actual progress shall not be considered revisions to the Schedule. Since scheduling is a dynamic process, however, revisions to activity durations and sequences are expected on a weekly basis.

B. To reflect revisions to the Schedule, Contractor shall provide District with a written narrative with a full description and reasons for each Work activity revised. For revisions affecting the sequence of Work, Contractor shall provide a schedule diagram that compares the original sequence to the revised sequence of Work. Contractor shall clearly show and discuss any changes in the critical path, and provide the written narrative and schedule diagram for revisions three Days in advance of the weekly schedule update meeting.

C. Schedule revisions shall not be incorporated into any schedule update until District has reviewed the revisions. District may request further information and justification for schedule revisions and, within three Days, provide District with a complete written narrative response to District’s request.

D. If District does not accept Contractor’s revision, and Contractor disagrees with District’s position, Contractor has seven Days from receipt of District’s letter rejecting the revision, to provide a written narrative providing full justification and explanation for the revision. Contractor’s failure to respond in writing within seven Days of District’s written rejection of a schedule revision shall be contractually interpreted as acceptance of District’s position, and Contractor waives its rights to subsequently dispute or file a claim regarding District’s position. If Contractor files a timely response as provided in this paragraph, and the parties are still unable to agree, Contractor’s sole right shall be to file a claim as provided in SECTION 00700 (General Conditions), Article 12.

E. At District’s discretion, Contractor can be required to provide Subcontractor certifications of performance regarding proposed schedule revisions affecting said Subcontractors.

1.7 RECOVERY SCHEDULE

A. If a Schedule update shows a substantial completion date 7 Days beyond any Contract Substantial Completion date, or individual Milestone completion dates, Contractor shall submit to District within three Days the proposed revisions to recover the lost time. As part of this submittal, Contractor shall provide a written narrative for each revision made to recapture the lost time. If the revisions include sequence changes, Contractor shall provide a schedule diagram comparing the original sequence to the revised sequence of Work. If District requests, Contractor shall: show the intended critical path; secure appropriate Subcontractor and supplier consent to the recovery Schedule; submit a narrative explaining trade flow and construction flow changes, duration changes, added/deleted activities, critical path changes and identify all near critical paths and man hour loading assumptions for major Subcontractors.

Page 195: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 6 Progress Schedules and Reports

B. The revisions shall not be incorporated into any Schedule update until District has reviewed the revisions.

C. If District does not accept Contractor’s revisions, District and Contractor shall follow the procedures in paragraphs 1.6C, 1.6D, and 1.6E of this Section Submittal Procedures.

D. At District’s discretion, Contractor can be required to provide Subcontractor certifications for revisions affecting said Subcontractors.

1.8 TIME IMPACT EVALUATION FOR CHANGE ORDERS AND OTHER DELAYS

A. When Contractor is directed to proceed with changed work, Contractor shall prepare and submit, within two Days from the direction to proceed, a TIE (Time Impact Evaluation) that includes both a written narrative and a schedule diagram depicting how the changed work affects other schedule activities. The schedule diagram shall show how Contractor proposes to incorporate the changed work in the schedule, and how it impacts the current Schedule update critical path or otherwise. Contractor is also responsible for requesting time extensions based on the TIE’s impact on the critical path. The diagram shall be tied to the main sequence of scheduled activities to enable District to evaluate the impact of changed work to the scheduled critical path.

B. Comply with the requirements of paragraph 1.8A of this Section 01320 for all types of delays such as, but not limited to, Contractor/Subcontractor delays, adverse weather delays, strikes, procurement delays, fabrication delays, etc.

C. Contractor is responsible for all costs associated with the preparation of TIEs, and the process of incorporating TIEs into the current schedule update. Provide District with four copies of each TIE.

D. Once agreement has been reached on a TIE, the Contract Time will be adjusted accordingly. If agreement is not reached on a TIE, the Contract Time may be extended in an amount District allows, and Contractor may submit a claim for additional time claimed by Contractor as provided in SECTION 00700 (General Conditions).

1.9 TIME EXTENSIONS

A. Contractor is responsible for requesting time extensions for time impacts that, in the opinion of Contractor, impact the critical path of the current schedule update. Notice of time impacts shall be given in accordance with SECTION 00700 (General Conditions).

B. Where an event for which District is responsible impacts the projected Substantial Completion date, Contractor shall provide a written mitigation plan, including a schedule diagram, which explains how (e.g., increase crew size, overtime, etc.) the impact can be mitigated. Contractor shall also include a detailed cost breakdown of the labor, equipment, and material Contractor would expend to mitigate District-caused time impact. Contractor shall submit the mitigation plan to District within three Days from the date of discovery of said impact. Contractor is responsible for the cost to prepare the mitigation plan.

Page 196: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 7 Progress Schedules and Reports

C. Failure to request time, provide TIE, or provide the required mitigation plan will result in Contractor waiving its right to a time extension and cost to mitigate the delay.

D. No time will be granted under the Contract Documents for cumulative effect of changes.

E. District will not be obligated to consider any time extension request unless requirements of Contract Documents are complied with.

F. Failure of Contractor to perform in accordance with the current schedule update shall not be excused by submittal of time extension requests.

G. Notwithstanding any other provision of this Section Submittal Procedures, if Contractor does not submit a TIE within the required three Days for any issue, Contractor hereby agrees that Contractor does not require a time extension for that issue.

1.10 PROJECT STATUS REPORTING

A. In addition to submittal requirements for scheduling identified in this Section Submittal Procedures, Contractor shall provide a weekly project status report (i.e., written narrative report) to be submitted in conjunction with each Schedule as specified herein. Status reporting shall be in form specified in this paragraph 1.10 below.

B. Contractor shall prepare weekly written narrative reports of status of Project for submission to District. Written status reports shall include: 1. Status of major Project components (percent complete, amount of time

ahead or behind schedule) and an explanation of how Project will be brought back on schedule if delays have occurred.

2. Progress made on critical activities indicated on each Schedule, including inspections.

3. Explanations for any lack of work on critical path activities planned to be performed during last weekly written narrative.

4. Explanations for any schedule changes, including changes to logic or to activity durations.

5. List of critical activities scheduled to be performed during the next 2 weeks.

6. Status of major material and equipment procurement. 7. Any delays encountered during reporting period. 8. Printed report indicating actual versus planned resource loading for each

trade and each activity. This report shall be provided on a weekly basis. a. Actual resource shall be accumulated in field by Contractor, and shall

be as noted on Contractor’s daily reports. These reports will be basis for information provided in weekly printed reports.

b. Contractor shall explain all variances and mitigation measures. 9. Contractor may include any other information pertinent to status of Project.

Include additional status information requested by District at no additional cost.

10. Status reports, and the information contained therein, shall not be construed as claims, notice of claims, notice of delay, or requests for changes or compensation.

Page 197: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01320 - 8 Progress Schedules and Reports

C. At the close of each workday, Contractor shall provide District with a report of Contractor and its Subcontractors’ work activities for that day, including trades, equipment, work activities worked on, staff levels, and equipment deliveries.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED END OF SECTION

Page 198: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 1 Submittal Procedures

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01330

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes general requirements for Submittals for the Work.

1.2 PROCEDURES

A. Contractor shall submit at Contractor’s expense, in duplicate sets, the following items (“Submittals”) required by the Contract Documents: 1. Schedule of Shop Drawing and Sample Submittals 2. Health and Safety Plan 3. Progress Schedule 4. Product Data; Shop Drawings 5. Samples 6. Coordination Drawings 7. Quality Assurance Control Data 8. Machine Inventory Sheets 9. Installation, Operation, and Maintenance Manuals 10. Computer Programs 11. Project Record Documents

B. Contractor shall submit these Submittals to District for review and approval in accordance with accepted Schedule of Shop Drawings and Samples Submittals. If no such schedule is agreed upon, then all Shop Drawing, Samples, and product data Submittals shall be submitted within 21 Days after receipt of Notice of Award from District.

C. Contractor shall transmit each item with the appropriate Submittal transmittal form (attached to this Section Safety Submittals as Exhibits A and B). Identify Project, Contractor, Subcontractor, major supplier, pertinent Drawing sheet and detail number, and Specification Section number as appropriate. Where manufacturer’s standard drawings or data sheets are used, they shall be marked clearly to show those portions of the data that are applicable to this Project. Inapplicable portions shall be marked out. Submittals shall be submitted based on each Specification Section. Submittals containing information about more than one Specification Section will be returned for resubmittal. Submittals shall include all information requested by each Specification Section. (No partial Submittals.) Incomplete Submittals will be returned not reviewed by District.

D. The data shown on the Submittals shall be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show District the materials and equipment Contractor proposes to provide and to enable District to review the information for the

Page 199: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 2 Submittal Procedures

limited purposes specified in this Section 01330. Submittals shall be identified clearly as to material, supplier, pertinent data such as catalog numbers and the use for which it is intended and otherwise as District may require to enable District to review the Submittal. The quantity of each Submittal to be submitted will be as required by individual Specification Sections or this Section 01330.

E. At the time of each submission, Contractor shall give District specific written notice of all variations, if any, that the submitted Submittal may have from the requirements of the Contract Documents, and the reasons therefore. This written notice shall be in a written communication attached to the Submittal transmittal form. In addition, Contractor shall cause a specific notation to be made on each Submittal submitted to District for review and approval of each such variation. If District accepts the deviation, District will note its acceptance on the returned Submittal transmittal form and, if necessary, issue an appropriate Contract Modification.

F. Submittal coordination and verification is Contractor’s responsibility; this responsibility shall not be delegated in whole or in part to Subcontractors or suppliers. Before submitting each Submittal, Contractor shall review and coordinate each Submittal with the other Submittals and with the requirements of the Work and the Contract Documents, and determine and verify: 1. All field measurements, quantities, dimensions, specified performance

criteria, installation requirements, materials, catalog numbers and similar information with respect thereto;

2. All materials with respect to the intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work; and

3. All information relative to Contractor’s sole responsibilities and of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto.

G. Contractor’s submission to District of a Submittal shall constitute Contractor’s representation that it has satisfied its obligations under the Contract Documents, and as set forth immediately above in this paragraph 1.2 of Section 01330, with respect to Contractor’s review and approval of that Submittal.

H. Designation of work “by others,” if shown in Submittals, shall mean that work will be responsibility of Contractor rather than Subcontractor or supplier who has prepared Submittals.

I. After review by District of each of Contractor’s Submittals, one set of material will be returned to Contractor with actions defined as follows: 1. NO EXCEPTIONS TAKEN - Accepted subject to its compatibility with

future Submittals and additional partial Submittals for portions of the Work not covered in this Submittal. Does not constitute approval or deletion of specified or required items not shown on the Submittal.

Page 200: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 3 Submittal Procedures

2. MAKE CORRECTIONS NOTED (NO RESUBMISSIONS REQUIRED) - Same as item 1 above, except that minor corrections as noted shall be made by Contractor.

3. REVISE AS NOTED AND RESUBMIT - Rejected because of major inconsistencies or errors that shall be resolved or corrected by Contractor prior to subsequent review by District.

4. REJECTED - RESUBMIT - Submitted material does not conform to Drawings and/or Specifications in major respect, i.e.: wrong size, model, capacity, or material.

J. Contractor shall make a complete and acceptable Submittal at least by second submission. District reserves the right to deduct monies from payments due Contractor to cover additional costs of review beyond the second submission. Illegible Submittals will be rejected and returned to Contractor for resubmission. Contractor shall be in breach of the Contract if Contractor’s first resubmittal, following a Submittal which District determines falls within categories 3 or 4 above, does not fall within categories 1 or 2 above.

K. Favorable review will not constitute acceptance by District of any responsibility for the accuracy, coordination and completeness of the Submittals. Accuracy, coordination, and completeness of Submittals shall be the sole responsibility of Contractor, including responsibility to back-check comments, corrections, and modifications from District’s review before fabrication or commencement of work. Contractor, Subcontractors, or suppliers may prepare Submittals, but Contractor shall ascertain that Submittals meet all requirements of Contract Documents, while conforming to structural space and access conditions at point of installation. District’s review will be only to assess if the items covered by the Submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as indicated by the Contract Documents. Favorable review of Submittal, method of work, or information regarding materials and equipment Contractor proposes to furnish shall not relieve Contractor of responsibility for errors therein and shall not be regarded as assumption of risks or liability by District, or any officer or employee thereof, and Contractor shall have no claim under Contract Documents on account of failure or partial failure or inefficiency or insufficiency of any plan or method of work or material and equipment so accepted. Favorable review shall be considered to mean merely that District has no objection to Contractor using, upon Contractor’s own full responsibility, plan or method of work proposed, or furnishing materials and equipment proposed.

L. District’s review will not extend to the means, methods, techniques, sequences or procedures of construction or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions.

Page 201: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 4 Submittal Procedures

M. Contractor shall submit complete initial Submittal for those items where required by individual Specification Sections. The complete Submittal shall contain sufficient data to demonstrate that items comply with Specifications, shall meet minimum requirements for submissions cited in Specification Sections, shall include motor data and seismic anchorage certifications, where required, and shall include necessary revisions required for equipment other than the first named. If Contractor submits incomplete initial Submittal when complete Submittal is required, the Submittal may be returned to Contractor without review.

N. Contractor shall copy, conform, and distribute reviewed Submittals in sufficient numbers for Contractor’s files, Subcontractors, and vendors.

O. After District’s review of a Submittal, Contractor shall revise as noted and resubmit as required. Contractor shall identify changes made since the previous Submittal, and: 1. Begin no fabrication or work that requires Submittals until the return of

Submittals not requiring resubmittal. Contractor shall not extrapolate from Submittals covering similar work.

2. Normally, Submittals will be processed and returned to Contractor within 7 Days of receipt.

P. Contractor shall distribute copies of reviewed Submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions.

Q. All Submittals shall be number-identified by Contractor, prior to submission to District, in accordance with the following: 1. Sequentially number each Submittal (i.e., “1”, “2”, “3”, etc.) as the basis for

number identification of Submittals. 2. Affix the Submittal number under which each Submittal is made on every

copy of each Shop Drawing, product data, sample, certification, etc. 3. Number Installation, Operation, and Maintenance Manuals with original

root number of the approved Submittal for the item. 4. If the Submittal is a resubmittal (including without limitation after an initial

Submittal is rejected, returned without review or marked ‘Revise as Noted and Resubmit’), add the suffix designation “A” (i.e., a resubmittal of Submittal 1 would be numbered 1A). Subsequent resubmittals would be identified by the Submittal number and sequential letters (i.e., “B”, “C”, “D”, etc.).

5. All Submittals shall include all information requested by each Specification Section. No partial Submittals will be accepted unless previously authorized by District. In the event a partial Submittal is authorized, each subsequent different Submittal (as opposed to resubmittal) is given a new number.

R. Submission Requirements: 1. Deliver Submittals to District at least 30 Days before dates reviewed

Submittals will be needed.

Page 202: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 5 Submittal Procedures

2. Initial Submittal of Installation, Operation, and Maintenance Manuals shall be 45 Days after the date Submittals that pertain to the applicable portion of the Installation, Operation, and Maintenance Manual is satisfactorily reviewed.

3. The following table lists the number of initial Submittals required from Contractor for each type of submission, to whom Contractor shall distribute the information, and District’s distribution of reviewed submissions. If Contractor needs more copies of reviewed Submittals returned to it, then either submit additional copies or make copies from the returned Submittal. Submittals requiring resubmission will require the same quantity and distribution as an initial Submittal.

Contractor Initial

Submittal District Submittal

Review Return

Submittal # of copies # of copies

Shop Drawings 1 – PDF 1 – PDF Product Data 1 – PDF 1 – PDF Samples 1 1 Review set Installation, Operation, and Maintenance Manuals

1 – PDF 1 – PDF

Final set Installation, Operation, and Maintenance Manuals

2-printed and 1 – PDF 2-printed and 1 – PDF

Other Documents 1 – PDF 1 – PDF

Accompany Submittals with Submittal transmittal form, in duplicate, containing:

a. Date, revision date, and Submittal log number. b. Project name and District’s Contract number. c. Contractor’s name, address, and job number. d. Specification Section number clearly identified. e. The quantity of Shop Drawings, Product Data, or Samples submitted. f. Notification of deviations from Contract Documents. g. Safety Data Sheet (SDS) for each item complying with Cal-OSHA’s

Hazard Communication Regulation, Title 8, Section 5194 . h. Other pertinent data.

4. Submittal shall include: a. Date and revision dates. b. Revisions, if any, identified. c. Project Name and Contract number. d. The names of Contractor, Subcontractor, Supplier, Manufacturer, and

separate detailer, when pertinent. e. Identification of product material by location within the Project.

Page 203: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 6 Submittal Procedures

f. Relation to adjacent structure or materials. g. Field dimensions, clearly identified as such. h. Specification Section number and applicable detail reference number

on the Drawings. i. Applicable reference standards, such as ASTM, ANSI, FS, NEMA,

SMACNA or ACI. j. A blank space, on each Drawing or data sheet, 5” x 4” for the District’s

stamp. k. Identification of deviations from Contract Documents. l. Contractor’s stamp, initialed or signed, with language certifying the

review of Submittals, verification of field measurements, construction criteria and technical standards in compliance with Contract Documents.

S. Resubmission requirements: 1. Shop Drawings:

a. Revise initial Shop Drawings as required and resubmit as specified for initial Submittals.

b. Indicate on Shop Drawings any changes that have been made other than those requested by District.

2. Product Data and Samples: a. Submit new Product Data and Samples as required for initial

Submittals. 3. Installation, Operation, and Maintenance Manuals:

a. Revise initial Installation, Operation, and Maintenance Manual(s) as required and resubmit as specified for initial Submittals.

T. Number of resubmissions: One reexamination of Contractor’s Submittals that have been returned for correction or replacement will be included in District’s budget. Any additional reexamination of Contractor’s Submittals will be considered additional scope services to be paid by Contractor through District. Contractor shall pay District (or District may deduct from any progress or final payment), for engineering personnel, on an hourly basis at 2.5 times direct payroll expenses, and for consultant personnel time at 1.25 times the amount billed District.

1.3 SCHEDULE OF SHOP DRAWING AND SAMPLE SUBMITTALS

A. Contractor shall submit preliminary Schedule of Shop Drawing and Sample Submittals as required by SECTION 00700 (General Conditions). Contractor shall submit two copies of final and accepted Schedule of Shop Drawings and Sample Submittals as required by paragraph 1.2A.1 of this Section.

B. Schedule of Shop Drawing and Sample Submittals will be used by District to schedule its activities relating to its review of Submittals. Schedule of Submittals shall indicate a spreading out of Submittals and early Submittals of long-lead-time items and of items that require extensive review.

C. Schedule of Shop Drawing and Sample Submittals will be reviewed by District and shall be revised and resubmitted until accepted by District.

Page 204: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 7 Submittal Procedures

D. Unless otherwise specified, Contractor shall make Submittals in groups containing all associated items to assure that information is available for checking each item when it is received. Contractor shall identify on the Submittal which Submittals should be reviewed together.

1.4 HEALTH AND SAFETY PLAN

A. Submit two hard-copy copies and an electronic copy (PDF format) of the Health and Safety Plan specific to these Contract Documents to District within 10 days of the Notice of Award and prior to the start of any Work.

1.5 PROGRESS SCHEDULE

A. See Section 01320 (Progress Schedules and Reports) for schedule and report requirements. Section 01320 shall control in any conflict with Section 01330.

1.6 PRODUCT DATA

A. Within 5 working Days after Start Date of the Contract Time, Contractor shall submit two (2) copies of complete list of major products proposed for use, with name of manufacturer, telephone number, trade name, and model number of each product. Tabulate product data by Specification Section.

B. For products specified only by reference standards, Contractor shall give manufacturer, trade name, model or catalog designation, and reference standards.

C. Product or Catalog Data: 1. Manufacturer’s standard drawings shall be modified to delete

non-applicable data or include applicable data. 2. For manufacturer’s catalog sheets, brochures, diagrams, schedules,

charts, illustrations and other standard descriptive data, Contractor shall: a. Mark each copy to identify pertinent materials, products, or models. b. Show dimensions and clearances required, performance

characteristics and capacities, wiring diagrams and controls. c. Include applicable SDS.

D. Supplemental Data: 1. Contractor shall submit number of copies that Contractor requires, plus

two copies that will be retained by District. 2. Contractor shall mark each copy to identify applicable products,

models, options, and other data, and supplement manufacturer’s standard data to provide information unique to Project.

E. Contractor shall provide copies for Project Record Documents described in Section 01770 (Contract Closeout).

1.7 SHOP DRAWINGS

A. Minimum Sheet Size: 8½ inches by 11 inches. All others: Multiples of 8½ inches by 11 inches, 34 inches by 44 inches maximum.

B. Original sheet or reproducible transparency will be marked with District’s review comments and returned to Contractor.

Page 205: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 8 Submittal Procedures

C. Mark each copy to identify applicable products, models, options, and other data; supplement manufacturers’ standard data to provide information unique to Work.

D. Include manufacturers’ installation instructions when required by Specification Section.

E. If Contractor submits Shop Drawings for items that Shop Drawings are not specified, District will not be obliged to review them.

F. Contractor is responsible for procuring copies of Shop Drawings for its own use as it may require for the progress of the Work.

G. Shop Drawings shall be drawn to scale and completely dimensioned, giving plan view together with such sectional views as are necessary to clearly show construction detail and methods.

1.8 SAMPLES

A. Contractor shall submit full range of manufacturers’ standard colors, textures, and patterns for District’s selection.

B. Contractor shall submit samples to illustrate functional and aesthetic characteristics of product, with integral parts and attachment devices, and coordinate Submittal of different categories for interfacing work.

C. Contractor shall include identification on each sample, giving full information. D. Sizes: Unless otherwise specified, Contractor shall provide the following:

1. Paint Chips: Manufacturers’ standard 2. Flat or Sheet Products: Minimum 6 inches square, maximum 12 inches

square 3. Linear Products: Minimum 6 inches, maximum 12 inches long 4. Bulk Products: Minimum 1 pint, maximum 1 gallon

E. Full size samples may be used in Work upon approval by District. F. Field Samples and Mock-ups (if applicable):

1. Contractor shall erect field samples and mock-ups at Site in accordance with the requirements of Specification Sections. If testing is conducted, Contractor shall record and certify results and full Contract compliance.

2. Contractor shall modify or make additional field samples and mock-ups as required to provide appearance and finishes approved by District.

3. Approved field samples and mock-ups may be used in Work upon approval by District.

4. Contractor shall construct or prepare as many additional Samples as may be required, as directed by the District, until desired textures, finishes, and/or colors are obtained.

5. Accepted Samples and mock-up shall serve as the standard of quality for the various units of work.

G. No review of a Sample shall be taken in itself to change or modify the requirements in the Contract Documents.

H. Finishes, materials, and workmanship in the completed Work shall match accepted Samples.

Page 206: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 9 Submittal Procedures

1.9 QUALITY ASSURANCE CONTROL SUBMITTALS

A. Test Reports: 1. Submit a PDF; PDF will be marked with District’s review comments and

returned to Contractor. 2. Indicate that material or product conforms to or exceeds specified

requirements. 3. Reports may be from recent or previous tests on material or product, but

shall be acceptable to District. Comply with requirements of each individual Specification Section.

B. Certificates: 1. Contractor shall submit a PDF; PDF will be marked with District’s review

comments and returned to Contractor. 2. Contractor shall indicate that material or product conforms to or exceeds

specified requirements. 3. Contractor shall submit supporting reference data, affidavits, and

certifications as appropriate. 4. Certificates may be recent or from previous test results on material or

product, but shall be acceptable to District. C. Manufacturers’ Instructions:

1. Contractor shall submit PDF; PDF will be marked with District’s review comments and returned to Contractor.

2. Contractor shall include manufacturers’ printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing.

3. Contractor shall identify conflicts between manufacturers’ instructions and Contract Documents.

D. Safety Data Sheets: 1. In addition to Safety Data Sheets (SDS) otherwise required by the

Contract Documents, Contractor shall submit three copies for any paints, solvents, thinners, varnish, lacquer, glues and adhesives, mastics, or other materials needed for the Project as required by the individual Specification Sections or as otherwise specified in the Contract Documents.

2. SDS required for a Submittal shall be submitted with product data in order for the Submittal to be reviewed.

1.10 INSTALLATION, OPERATIONS, AND MAINTENANCE MANUALS

A. Sheet Size: 8½ x 11 inch B. Drawing Size: Contractor shall reduce drawings or diagrams to an 8½ x 11

inch or 11 x 17 inch size. However, where reduction is not practical to ensure readability, Contractor shall fold larger drawings separately and place in vinyl envelopes bound into the binder. Identify vinyl envelopes with drawing numbers.

C. Binding: Contractor shall bind in stiff, metal-hinged, three-ring binder(s) with standard three-hole punching.

D. Multiple Items: Multiple items may be combined into one binder; tab each section with plastic-coated dividers.

Page 207: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 10 Submittal Procedures

E. Page Protectors: Contractor shall provide plastic sheet lifters prior to first page and following last page.

F. Binder title: Contractor shall include the following title on front and spine of binder:

EL DORADO IRRIGATION DISTRICT FLUME 38 TO 40 CANAL CONVERSION

PROJECT NO. 16022.01, CONTRACT NO. E20-02 INSTALLATION, OPERATION, AND MAINTENANCE MANUAL, 20__

G. Contents:

1. Introductory Information shall include: a. Title page providing the same information as paragraph 1.10F above b. Contractor’s name, address, and telephone number c. Table of Contents

2. Contractor shall include, at a minimum, the following detailed information for each item as applicable and as required by individual Specification Sections: a. Equipment function, normal operating characteristics, limiting

operations. b. Assembly, disassembly, installation, alignment, adjustment, and

checking instructions. c. Operating instructions for startup, routine and normal operation,

regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions including specific type and

amount of lubricant and recommended lubrication interval. e. Guide to "troubleshooting." f. Parts list and predicted life of parts subject to wear. g. Outline, cross-section, and assembly drawings; engineering data; and

electrical diagrams, including elementary diagrams, labeled wiring diagrams, connection diagrams, word description of wiring diagrams and interconnection diagrams.

h. Test data and performance curves. i. A list of recommended spare parts with a price list and a list of spare

parts provided under this Contract. j. Copies of parts lists or other documents packed with equipment when

delivered. k. Instrumentation or tag numbers relating the equipment back to the

Contract Documents. 3. Index

H. Final Submittal: Upon favorable review of Installation, Operation, and

Maintenance Manual(s) by District, Contractor shall deliver Five additional hard copies and one electronic media format copy of the final approved Installation, Operation, and Maintenance Manual(s). Electronic media format copy shall include all tables, charts, AutoCAD drawings, Layers, Styles and reference files, Survey data, Aerials, and codes necessary to accurately

Page 208: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 11 Submittal Procedures

duplicate the .pdf plan set, and all other matters reflected in hard copies. Contractor shall complete the Equipment and Tasks lists in digital format for each piece of equipment supplied.

I. Electronic Media Format: Adobe PDF with character recognition for Windows, Most Current AutoCAD Civil 3D (.dwg), Aerials (.tif), Photos (.tif or .jpg), Plan Sheet Sets (.pdf). All files shall be delivered on a unique CD-ROM.

1.11 COMPUTER PROGRAMS

When any equipment requires operation by computer programs, Contractor shall submit copy of the programs on appropriate CD, plus a hard-copy and an electronic copy (Adobe .PDF format) of all user manuals and guides for operating the programs and making changes in the programs for upgrading and expanding the databases. All such programs shall be Windows compatible. Provide all required licenses to use the programs to District at no additional cost.

1.12 PROJECT RECORD DOCUMENTS

Contractor shall submit one copy of each of the Project Record Documents listed in Section 01770 (Contract Closeout).

1.13 DELAY OF SUBMITTALS

Delay of Submittals by Contractor is considered avoidable delay. Liquidated damages incurred because of late Submittals will be assessed to Contractor.

1.14 OPTIONAL REVIEW MEETING

At the Contractor’s request, in order to facilitate the timeliness of the review process, the District may schedule a meeting to review the materials submitted. See Section 01320 (Progress Schedules and Reports) for meeting schedule requirements. Section 01320 shall control in any conflict with Section 01330.

1.15 ANTICIPATED SUBMITTALS The list of anticipated submittals below is provided for the Contractors convenience and may not represent all the submittals required. The Contractor shall review the entire Contract Documents to prepare the Schedule of Submittals

01100 Summary of Work 01200 Measurement and Payment

Schedule of Values

01320 Progress Schedules and Reports Initial schedule, two-week look ahead schedules and monthly updates of overall schedule

Page 209: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 12 Submittal Procedures

01330 Submittal Procedures General Submittal List, Health and Safety Program, Fire Prevention Plan. General – All product data, samples, test reports, certificates, instructions SDS, O&M Manuals

01340 Safety Submittals Cal OSHA Permit USFS Fire Permit All other Permits that may be required

01770 Project Closeout

Warranty Documents 01780 Project Record Documents

Record Drawings 02050 Demolition

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Permit for transport and disposal of debris and waste materials, if applicable.

2. Schedule of demolition

02200 Earthwork

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Materials samples: a. Bulk samples of all import materials. b. Existing gradation tests and index properties of all proposed

import materials. 2. Dewatering:

a. Proposed equipment. b. Well or sump location, size, and details of construction.

3. Blast operation: a. Blast plan showing pattern, loading, delays, etc. b. Blasting mats. c. USFS blasting permit.

02269 Rock Riprap

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Product Certification – manufacturer’s certificate of compliance stating that the rip rap meets the requirements of section 02269.

Page 210: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 13 Submittal Procedures

02373 Geotextile

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Product Data and Certification - Manufacturer’s certificate of compliance stating that the geotextile meets the requirements of this section. For needle punched geotextiles, the manufacturer shall also certify that the geotextile has been continuously inspected using permanent on-line full-width metal detectors and does not contain any needles which could damage other geosynthetic layers. The certificate of compliance shall be attested to by a person having legal authority to bind the geotextile manufacturer.

02500 Aggregate Base Roadway

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Contractor shall submit certified gradation test results for the aggregate base and the name, address and phone number of the supplier at least 21 calendar days prior to installation of the aggregate base

02620 Subdrainage System

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Product Data: Manufacturer’s certificate of compliance stating that the pipe meets the requirements of section 02620.

02621 Drainage Composites

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Product Data: Submit manufacturer's product data certificates of compliance for drainage composites specified.

2. Shop Drawings: Submit shop drawings showing layout, profiles, and product components, including accessories for drainage composites.

3. Samples: Two samples of each wall system component: a. Drainage Composite: 4 inches by 8 inches (102 mm by

203 mm) piece.

Page 211: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 14 Submittal Procedures

02900 Mechanically Stabilized Earth Retaining Walls

District Representative approval is required for submittals. The following shall be submitted for District approval.

1. Product Data: Manufacturer’s data sheets on each product to be used, including: a. Preparation instructions and recommendations. b. Storage and handling requirements and recommendations. c. Installation methods.

2. Samples: Two samples of each wall system component including: a. Geogrids: 4 inch by 18 inch (102 mm by 457 mm) piece. b. Geotextile: 4 inches by 8 inches (102 mm by 203 mm)

piece. 3. Manufacturer’s Certificate: Certify products meet or exceed

specified requirements. 4. If weathered bedrock is encountered during excavation,

Contractor shall: a. Notify the District of the condition and schedule site visit by

Engineer. b. Provide subgrade as-built survey of approved weathered

rock surface. c. Evaluate alternate bedrock connection detail as provided

by the District. 02900 Landscaping and Restoration

Quality control submittals: 1. Dealer's guaranteed statement of composition of mixture,

percentage of purity, germination and maximum weed seed in mix 2. Certified composition of fertilizer 3. Submit location for source of straw mulch, waddles and straw

bales 4. Quality control weed free material, certification required

03300 Cast-in-Place Concrete

Product Data and Shop Drawings: 1. Reinforcing bar lists and fabrication placement and Drawings 2. Product information for all additives, sealers, form ties, form

coating, waterstops, and accessories 3. Concrete mix designs following the requirements of Section 1.8 of

this 03300. 4. Concrete cleanup plan and procedure. 5. Qualifications of concrete supplier’s field technician required to

make chemical adjustments in the field.

Page 212: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 15 Submittal Procedures

03370 Shotcrete

Submittals shall include the following requirements: 1. Mix Design. 2. Methods of application and equipment. 3. Certificates of compliance for materials. 4. Affidavit of compliance with ACI 506.3R for nozzle operators. 5. Test results. 6. Sample test panels.

03410 Precast Structural Concrete

As an alternative to cast in place construction: 1. Engineering: Full structural calculations based on project specific

geotechnical requirements, HS20-44 vehicle loading, and specific handling and transportation requirements.

2. Shop Drawings: Plans, Elevations, and sections to indicate layout, fabrication details, reinforcement placement, connection details, lifting and erection inserts, support items, dimensions, and relationship to adjacent materials.

3. Forms per this specification Article 2.2A, Formwork. 4. Method of Transportation Plan: Clearly indicate methods for

lifting, rotating, transport from casting area to storage area, transport from storage area to final placement. Provide calculations including; loads, deflections, cambers, bearing requirements, section weight, loading on lifting hardware, and maximum flexural and shear stresses for each of the lifting and transport events. Events shall include: Initial Lift, all rotation positions, transportation, as well as any other events the box culvert will experience as determined in the transportation plan by the contractor. The requirements of the calculations shall be clearly represented on the shop drawings. Plans and calculations shall be signed and sealed by a California registered professional engineer, and submitted ten working days prior to initial concrete casting.

5. Concrete mix design minimum design strength, F’c = 5,000 psi per this specification Article 2.5, Source Quality Control.

6. Product Data: Submit standard component configurations, design loads, deflections, cambers, and bearing requirements and connections.

7. Inspection reports for reinforcement placement, concrete placement, and concrete compression test results.

8. Inspection reports for reinforcement placement, concrete placement, and concrete compression test results.

9. All above listed Submittals shall be submitted a minimum of three weeks prior to casting.

Page 213: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 16 Submittal Procedures

03432 Air-placed Concrete Paving for Slope Lining

Submittals shall include the following requirements: 1. Mix Design.

03600 Grout

Submittals shall include the following requirements: 1. Product Data

a. Copies of manufacturer’s specifications and installation for all proprietary materials.

b. Certification that materials meet specification requirements. c. For ordinary cement grout, submit copies of grout design

mix and laboratory test reports for grout strength tests. 2. Quality Control Submittals:

a. Test Reports: Submit proportioning mix design report. 05120 Structural Steel

Product Data and Shop Drawings: 1. Product Data describing each manufactured metal specialty 2. Shop Drawings describing each fabricated item 3. Erection Drawings for structural steel 4. USFS welding permit

05501 Anchor Bolts and Expansion Anchors

1. Shop Drawings and Product Data: a. Sufficient to verify compliance with specifications, to include

manufacturer’s literature on sizes, material and installation procedures.

05999 Miscellaneous Metal

1. Product Data and Shop Drawings: a. Product Data describing each manufactured metal specialty. b. Shop Drawings describing each fabricated item.

07900 Joint Sealant 1. Product Data: Submit manufacturer’s technical bulletins and MSDS on

each product. 2. Submit Laboratory tests or data validating product compliance with

performance criteria specified. 3. Submit list of references from 5 projects similar in scope of this project.

Include contact name and phone number of person charged with oversight of each project.

Page 214: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 17 Submittal Procedures

09900 Painting

1. Product Data: a. Furnish and complete manufacturers product data, certificates,

test data: i. Label each paint submittal with paint type and intended use.

b. Color samples: i. Furnish color chips for color selection by District. ii. District will prepare color schedule after submittals. Contractor

will provide colors in accordance with Schedule. Selections by District may exceed manufacturer’s standard range of colors.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

TRANSMITTAL SHEETS AND MAINTENANCE SHEET FOLLOW THIS PAGE

Page 215: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 14 Submittal Procedures

SUBMITTAL No. 001

Specification Section: 01330

Project Name: Flume 38 to 40 Canal Conversion Project No.: 16022.01 Contract No.: E20-02

Date Received:

El Dorado Irrigation District 2890 Mosquito Road Placerville, CA 95667

Checked By:

Contractor: Log Page: Contractor Address:

EID Address: 2890 Mosquito Road Placerville, CA 95667

Attention:

Attention: Cary Mutschler

1st Submittal

Resubmittal No. ___

Date transmitted by contractor:

Date previous transmitted:

No. Copies

Description Manufacturer Dwg. No. or Page No.

Action Taken*

* The action designated above is in accordance with the following legend: A – No Exceptions Taken B – Make Corrections Noted (No Resubmission Required) C – Make Corrections Noted and Resubmit D – Not Approved E – District’s review not required

Comments: Reviewed By:_________________________________________ Date _____________ Distribution: Contractor File Inspection District Other _________

Page 216: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01330 - 15 Submittal Procedures

INSTALLATION, OPERATION, AND MAINTENANCE MANUAL Transmittal No. 001 Specification Section: 01330 Project Name: Flume 38 to 40 Canal Conversion Project No.: 16022.01 Contract No.: E20-02

Date Received:

El Dorado Irrigation District 2890 Mosquito Road Placerville, CA 95667

Checked By:

Contractor: Log Page: Contractor Address:

EID Address: 2890 Mosquito Road Placerville, CA 95667

Attention:

Attention: Cary Mutschler

1st Submittal X

Resubmittal No. ___

Date transmitted by contractor:

Date previous transmitted:

No. Copies

Description Manufacturer Dwg. No. or Page No.

Action Taken*

* The action designated above is in accordance with the following legend: A – No Exceptions Taken B – Make Corrections Noted (No Resubmission Required) C – Make Corrections Noted and Resubmit D – Not Approved E – District’s review not required

Comments: Reviewed By:_________________________________________ Date _____________ Distribution: Contractor File Inspection District Other _________

Page 217: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 1 Safety Submittals

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01340

SAFETY SUBMITTALS PART 1 GENERAL 1.1 SCOPE

Contractor shall submit a comprehensive written Health and Safety Plan (HSP) as specified herein within 10 days from the Notice of Award. The Health and Safety Plan required to be submitted herein must be favorably reviewed by District prior to Contractor starting Work.

1.2 DISTRICT’S REVIEW OF SUBMITTALS

Neither District's review of nor comments on any of the submittals shall constitute a representation or warranty as to compliance with any legal requirements. District reserves the right to reject all or portions of a submittal as inadequate to protect health, or safety. If conditions change, Contractor shall promptly update the Plan as appropriate, and submit the revised Plan to District at no additional charge to District. References are to Title 8 of the California Code of Regulations.

1.3 PLANS AND PROGRAMS Contractor shall submit a copy of this contract section as a checklist with the submittals containing the following checked items, including document name and page number, prior to starting Work and in accordance with Document 00510 (Notice of Award):

1. Injury and Illness Prevention Program (§§1509, 3203) Document Name:

Note to Contractor: Supervisory safety meeting element 1.C is different from Labor/Management Safety Committee substantial regulatory requirement. Requirement of Title 8, Section 1509 (d)

A. Page # Code of Safe Practices (see §1938, Appendix A, Plate A-3)

B. Page # Weekly “Toolbox” or “Tailgate” safety meeting schedule

C. Page # Safety inspection schedule to identify unsafe conditions

D. Page # Procedures for identifying, reporting and correcting identified hazards

E. Page # Supervisory safety meetings defining the frequency and schedule to review accidents and improve safety

Page 218: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 2 Safety Submittals

2. Emergency Medical Services (§§ 1512, 3400, 2320.10) Document Name:

A. Page # Availability of compliant first aid supplies and inspection frequency to ensure expended items are replaced

B. Page # Availability of a suitable number of first aid and CPR trained individuals on-site to provide 4-minute response

C. Page # Availability of timely emergency medical services and prompt transportation

3. Fire Protection and Prevention (§1920 et. seq)

Document Name: A. Page # Firefighting equipment available during all

phases of construction B. Page # All firefighting equipment conspicuously

located, marked, with unobstructed access at all times C. Page # No delay in response as fire hazards occur D. Page # All firefighting equipment maintained in

operating condition, and defective equipment immediately replaced

E. Page # Temporary or permanent water supply, of sufficient volume, duration, and pressure to operate firefighting equipment as soon as combustible materials accumulate

4. Hazard Communication Program (§5194)

Document Name: A. Page # Safety Data Sheets (SDS) are readily

available during each work shift in work area(s) B. Page # Employees are trained to know the location of

SDSs C. Page # Product containers are properly labeled D. Page # Methods for contractor to provide other

employers with access to written program, SDSs, and coordination on protective measures

5. Heat Illness Prevention Program (§3395)

Document Name: A. Page # Shade and water required at temperatures

exceeding 80 degrees Fahrenheit at all times when employees are present

B. Page # High-heat procedure at temperatures exceeding 95 degrees Fahrenheit

C. Page # Supervisor and employee training prior to performing work

Page 219: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 3 Safety Submittals

6. Electrical Safety Program (§§2299 et seq.) Document Name:

A. Page # Explanation of Qualified Person(s) authorized to perform work on or near exposed energized parts

B. Page # Procedures for working in the Minimum Approach Distance (MAD)

C. Page # Energized electrical work permitting procedure D. Page # Competent supervision notification requirement

of the District Representative prior to authorizing and performing energized electrical work

7. Lock-out/Tag-out/Block-out Program (§§2320.4-5, 3314)

Document Name: A. Page # Explanation of management responsibilities,

“Authorized” and “Affected” employees B. Page # Requirement for use of suitable padlocks and

tags by authorized employees C. Page # Explanation of preparation, notification,

sequence, and restoration D. Page # Requirement to prepare separate written

equipment-specific or process-specific hazardous energy control procedures containing procedural steps prior to each shutdowns, isolations, blockings and securing

E. Page # Contractor coordination with other employers

8. Confined Space Program (§§5156 et seq., §§1950 et seq.) Document Name: Note to Contractor: Submittals referencing calling 911 are unacceptable. El Dorado county emergency service agencies do not provide confined space entry rescue services.

A. Page # Definition and method of identifying site-specific confined spaces

B. Page # Explanation of safe entry roles and responsibilities

C. Page # Evaluation of pre-entry and entry atmospheric conditions and engulfment evaluation procedures

D. Page # Method to inform exposed employees of confined space dangers, and prevention of unauthorized entry

E. Page # Explanation of permit-required procedures including rescue methods and services

F. Page # Identification of individuals having current Red Cross-equivalent first aid and CPR training

G. Page # Procedures for summoning emergency services in the event of failed non-entry rescue

H. Page # Predetermination of the timely rescue and emergency services response summons

Page 220: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 4 Safety Submittals

I. Page # Communication and coordination with other employers regarding hazards and precautions

9. Dive Operations (§§6050 et seq.) Written Manual for Diving Safety a. Page # Submit a copy of Title 8, §6050. b. For each dive mode engaged in submit:

i. Page # Safety procedure for the dive operation ii. Page # Responsibilities of dive team members iii. Page # Equipment procedures iv. Page # Emergency procedures v. Page # Emergency procedures vi. Page # Emergency evacuation and emergency

treatment procedures vii. Page # Listing of operational recompression

chambers and appropriate medical facilities viii. Page # For each dive location a procedures to

transport a diver to an operational recompression chamber in the event of a diving accident

10. Trenching and Excavations (§§1539 et seq.)

Document Name: A. Page # Submit a copy of annual excavation and

trenching permit including Cal-OSHA notification requirements B. Page # Requirement for an on-site excavation

competent person(s) having program responsibility C. Page # Installation of protective systems less than five

feet in depth if an examination of the ground by a competent person reveals an indication of a potential cave-in

D. Page # Installation of protective systems five feet or more in depth by a competent person

E. Page # Protective systems not in accordance with the regulation (i.e., prescribed benching, sloping, vertical hydraulic shoring) shall be designed by a registered professional engineer

F. Page # Requirement to notify the District representative prior to performing engineered protective systems and providing a copy of the design plan

11. Fall Protection Program (§§1669 et seq.)

Document Name: A. Conventional fall protection (guard rails, fall restraint, personal fall

arrest, safety nets) i. Page # Requirement for an on-site fall protection

competent person(s) having program responsibility ii. Page # Provision for prompt rescue of

employees or self-rescue

Page 221: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 5 Safety Submittals

Note to Contractor: If only conventional systems are used check “Not applicable” below B. Not applicable. Non-conventional fall protection (rope access,

controlled access zone) i. Page # A job-site location-specific fall protection

plan prepared by the qualified person documenting the reason why conventional systems are infeasible or why their use would create a greater hazard

ii. Page # Identification of qualified person that approved the fall protection plan

iii. Page # Identify the on-site fall protection competent person(s) having program responsibility

iv. Page # Submit an approved rescue plan

12. Scaffold Plan (§1637) Document Name:

A. Page # Identification and certification documentation of the scaffold qualified person who determines the maximum intended working load, responsibility for erection and dismantling of scaffolds or falsework

B. Page # Identification of the on-site competent person performing daily scaffolding inspections, identifying predictable hazards, and is authorized to take prompt corrective and elimination measures

C. Page # Requirement to notify the District representative prior implementing the use of any special-duty scaffolds to be installed by a qualified person experienced in such design Not applicable. No special duty scaffolding will be installed.

13. Work Near Water (§§1602 et seq.)

Document Name: Note to Contractor: This plan is not required when employees are continually protected by railings, nets, safety belts, or other applicable safety orders.

A. Page # Submit plan outlining methods that protect employees where the danger of drowning exists

14. Asbestos-Cement Pipe Safety Plan (§§341.17, 1529)

Document Name: A. Page # Submit current annual asbestos-cement pipe

training certificates and documentation for employees that have received initial and/or annual recertification training from a Cal-OSHA approved trainer

B. Page # Identification of the asbestos-cement pipe competent person(s)

Page 222: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 6 Safety Submittals

C. A work plan to prevent asbestos fibers and debris from being dispersed from the work area into the environment, including:

i. Page # Staging of the project ii. Page # Staging of waste materials iii. Page # Weekly progress reports iv. Page # Names and addresses of the

construction landfill receiving asbestos-cement pipe construction waste

v. Page # Waste bills of lading submission to District Representative

15. Lead Compliance Program (§1532.1)

Document Name: A. Page # Submit training certificates and documentation

for employees that have received lead certification training from a Cal-OSHA approved trainer, and are medically cleared to perform related work

B. Page # Identification of the “Trained Supervisor” C. Page # Lab analyses and/or Safety Data Sheets for

lead-containing materials D. Page # Names and addresses of the waste hauler and

the landfill for hazardous and non-hazardous wastes E. Page # Waste bills of lading and/or hazardous materials

manifest submission to District Representative

16. Industrial Trucks, Tractors, Haulage Vehicles, and Earthmoving Equipment (§§3649 et seq.) Document Name:

A. Page # Identification and certification documentation for employees authorized to operate equipment

17. Cranes and Other Hoisting Equipment (§§4884 et seq.)

Document Name: A. Page # Identification and certification documentation

for employees authorized to operate equipment

18. Tunnel Safety (§§8400 et seq.) Document Name:

A. Page # Cal-OSHA Mining and Tunneling Unit training certificate(s) and documentation for the employer designated on-site Safety Representative

B. Page # Identification and certification documentation for employees authorized to access the work zone

C. Page # Safety procedures relating to the scope of work and work to be performed consistent with the tunnel

Page 223: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 7 Safety Submittals

owner’s Cal-OSHA Mining and Tunneling Unit tunnel classification regarding “Safety Practices and Operations Code”

D. Page # Required inspections frequency and processes

E. Page # Schedule for any required pre-job safety conference with representatives from the Mining and Tunneling Unit, owner, and employees

F. Page # Communication system G. Page # Emergency plan and exit protection H. Page # Ventilation plan I. Page # Gas detection procedures J. Page # Accident reporting to DOSH within 24 hours K. Page # Rescue plan

19. Helicopter Operations (§§1900 et seq.)

Document Name: A. Page # Identification and Federal Aviation

Administration pilot certification documentation for the performance of the planned operation

B. Page # Requirement to conduct a thorough site survey of conditions and hazards between contractor and pilot or pilot’s representative to ensure safe operation

C. Page # Code of Safety Practices for helicopter operations

D. Page # Requirement to conduct and document daily briefings with other employers including safeguards and escape procedures

20. Respirable Crystalline Silica (§1532.3)

Document Name: A. Page # Identification and certification documentation

of the on-site designated competent person to make frequent and regular inspections of job sites, materials, and equipment to implement the written exposure control procedures(s)

B. Page # Description of employee information and training to ensure employees can demonstrate knowledge and understanding

C. Page # Identification of Table 1 project-specific tasks and submission of written exposure control procedures containing requirement to implement effective engineering controls, work practices, housekeeping, access restrictions, and respiratory protection elements

D. Page # Requirement to review and update exposure control procedures annually

Page 224: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01340 - 8 Safety Submittals

E. Page # Requirement to identify non-Table 1 project-specific tasks requiring exposure assessment using Alternative Control Methods and methods to minimize employee exposure until assessment completion

F. Page # Description of the procedures used to restrict access to work areas to minimize employee exposure, including exposures generated by other employers or sole proprietors

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 225: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01410 - 1 Regulatory Requirements

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01410

REGULATORY REQUIREMENTS

PART 1 GENERAL

1.1 SUMMARY

A. Section includes: regulatory requirements applicable to Contract Documents. B. Specific reference in the Specifications to codes and regulations or requirements of

regulatory agencies shall mean the latest printed edition of each adopted by the regulatory agency in effect at the time of the opening of bids, except as may be otherwise specifically stated in the Contract Documents.

C. Should any conditions develop not covered by the Contract Documents wherein the finished Work will not comply with current codes, a change order detailing and specifying the required Work shall be submitted to and approved by District before proceeding with the Work.

1.2 REFERENCES TO REGULATORY REQUIREMENTS

A. Codes, laws, ordinances, rules and regulations referred to shall have full force and effect as though printed in full in these Specifications. Code, laws, ordinances, rules and regulations are not furnished to Contractor, because Contractor is assumed to be familiar with these requirements. The listing of applicable codes, laws, regulations and ordinances for hazardous waste abatement Work in the Contract Documents is supplied to Contractor as a courtesy and shall not limit Contractor’s responsibility for complying with all applicable laws, regulations or ordinances having application to the Work. Where conflict among the requirements of or with these Specifications occurs, the most stringent requirements shall be used.

B. Conform to all applicable codes, laws, ordinances, rules and regulations. C. Precedence:

1. Where specified requirements differ from the requirements of applicable codes, ordinances and standards, the more stringent requirements shall take precedence.

2. Where Drawings or Specifications require or describe products or execution of better quality, higher standard or greater size than required by applicable codes, ordinances and standards, Drawings and Specifications shall take precedence so long as such increase is legal.

3. Where no requirements are identified on Drawings or in Specifications, comply with all requirements of applicable codes, ordinances and standards of governing authorities having jurisdiction.

1.3 CODES

A. Codes that apply to Contract Documents include, but are not limited to, the following: 1. CBC (Part 2, Title 24, CCR, including, without means of limitation, Sections

16A, 102A.23, 308, 420A, 504-506, 904.2.6, 1019 and 1604)

Page 226: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01410 - 2 Regulatory Requirements

2. CEC (Part 3, Title 24, CCR) 3. CMC (Part 4, Title 24, CCR) 4. CPC (Part 5, Title 24, CCR) 5. State Elevator Safety Regulations (Part 7, Title 24, CCR) 6. UBC 7. UPC 8. UMC 9. NEC

1.4 LAWS, STATUTES, ORDINANCES, RULES, AND REGULATIONS

A. During prosecution of Work to be done under Contract Documents, Contractor shall comply with applicable laws, ordinances, rules and regulations, including, but not limited to, the following: 1. Federal

a. Americans With Disabilities Act of 1990 b. 29 CFR, Section 1910.1001, Asbestos c. 40 CFR, Subpart M, National Emission Standards for Asbestos d. Executive Order 11246 e. Federal Endangered Species Act f. Clean Water Act

2. State of California a. California Code of Regulations, Titles 5, 8, 19, 21, 22, 24 and 25 b. California Public Contract Code c. California Health and Safety Code d. California Government Code e. California Labor Code f. California Civil Code g. California Code of Civil Procedure h. CPUC General Order 95, Rules for Overhead Electric Line Construction i. CPUC General Order 128, Rules for Construction of Underground Electric

Supply and Communications Systems j. Cal/OSHA k. OSHA: Hazard Communications Standards l. California Endangered Species Act m. Water Code n. Fish and Game Code

3. State of California Agencies a. State and Consumer Services Agency b. Office of the State Fire Marshall c. Office of Statewide Health Planning and Development d. Department of Fish and Game e. El Dorado County Air Quality Management District f. Central Valley Regional Water Quality Control Board

4. Local Agencies: a. County of El Dorado b. U.S. Forest Service

5. Other Requirements: a. National Fire Protection Association (NFPA): Pamphlet 101, Life Safety.

Page 227: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01410 - 3 Regulatory Requirements

b. References on Drawings or in Specifications to “code” or “building code” not otherwise identified shall mean the codes specified in this Section 01410, together with all additions, amendments, changes, and interpretations adopted by code authorities of the jurisdiction.

B. Contractor shall have access to all of the foregoing within 24 hours. C. Other Applicable Laws, Ordinances and Regulations:

1. Work shall be accomplished in conformance with all applicable laws, ordinances, rules and regulations of federal, state, and local governmental agencies and jurisdictions having authority over the Project.

2. Work shall be accomplished in conformance with all rules and regulations of public utilities and utility districts.

3. Where such laws, ordinances rules, and regulations require more care or greater time to accomplish Work, or require better quality, higher standards or greater size of products, Work shall be accomplished in conformance to such requirements with no change to the Contract Time and Contract Sum, except where changes in laws, ordinances, rules and regulations occur subsequent to the time of opening of the bids.

D. Change Orders and Claims: 1. The California Public Contract Code, including but not limited to Section

7105(d)(2), and the California Government Code Section 930.2 et seq., apply to all contract procedures for changes, time extensions, change orders (time or compensation) and claims. Federal law (U.S. v. Holpuch (1946) 326 U.S. 234.) shall supplement but not supersede California law on these requirements.

2. Any change, waiver, or omission to implement contract change order and claims procedures shall have no legal effect unless expressly permitted in a fully executed change order approved by District and approved in writing by District’s General Counsel.

1.5 CONFLICTS

A. If the conflict is between referenced regulatory requirements, Contractor shall comply with the one establishing the more stringent requirement.

B. If the conflict is between referenced regulatory requirements and the Contract Documents, Contractor shall comply with the one establishing the more stringent requirement.

1.6 REQUIRED PROVISIONS ON CONTRACT CLAIM RESOLUTION

A. The California Public Contract Code specifies required provisions on resolving contract claims less than $375,000, which are set forth below, and constitute a part of this Contract. 1. For the purposes of this section, “Claim” means a separate demand by

Contractor of $375,000 or less for (1) a time extension, (2) payment or money or damages arising from Work done by or on behalf of Contractor arising under the Contract Documents and payment of which is not otherwise expressly provided for or the Claimant is not otherwise entitled to, or (3) an amount the payment of which is disputed by District. In order to qualify as a Claim, the written demand must state that it is a Claim submitted under paragraph 12 of SECTION 00700 (General Conditions) and be submitted in compliance with all requirements of SECTION 00700 (General Conditions), paragraph 12. Separate

Page 228: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01410 - 4 Regulatory Requirements

Claims which total more than $375,000 do not qualify as a “separate demand of $375,000 or less,” as referenced above, and are not subject to this section.

2. A voucher, invoice, payment application, or other routine or authorized form of request for payment is not a Claim for purposes of this section. If such request is disputed as to liability or amount, then the disputed portion of the submission may be converted to a Claim under this section by submitting a separate claim in claim in compliance with Contract Documents claim submission requirements.

3. Caution. This section does not apply to tort claims and nothing in this section is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 and Chapter 2 of Part 3 of Division 3.6 of Title 1 of the California Government Code.

B. Procedure: 1. The Claim must be in writing, submitted in compliance with all requirements of

SECTION 00700 (General Conditions), paragraph 12, including, but not limited to, the time prescribed by and including the documents necessary to substantiate the Claim, pursuant to SECTION 00700 (General Conditions), paragraph 12.3. Claims must be filed on or before the day of final payment. Nothing in this section is intended to extend the time limit or supersede notice requirements for the filing of claims as set forth in SECTION 00700 (General Conditions), paragraph 12 or elsewhere in the Contract Documents.

2. For Claims of fifty thousand dollars ($50,000) or less a. District shall respond in writing within 45 days of receipt of the Claim, or b. District may request in writing within 30 days of receipt of the Claim, any

additional documentation supporting the Claim or relating to any defenses or claims District may have against Claimant. 1) If additional information is thereafter required, it shall be requested and

provided in accordance with this section upon mutual agreement of District and Claimant.

2) District’s written response to the Claim, as further documented, shall be submitted to Claimant within 15 days after receipt of further documentation or within a period of time no greater than taken by Claimant in producing the additional information, whichever is greater.

3. For Claims over Fifty Thousand Dollars ($50,000) and less than or equal to $375,000: a. District shall respond in writing within 60 days of receipt of the Claim, or b. District may request in writing within 30 days of receipt of the Claim, any

additional documentation supporting the Claim or relating to any defenses or claims District may have against Claimant. 1) If additional information is thereafter required, it shall be requested and

provided in accordance with this section, upon mutual agreement of District and Claimant;

2) District’s written response to the Claim, as further documented, shall be submitted to Claimant within 30 days after receipt of further documentation or within a period of time no greater than taken by Claimant in producing the additional information, whichever is greater.

4. Meet and Confer: a. If Claimant disputes District’s written response, or District fails to respond

within the time prescribed above, Claimant shall notify District, in writing,

Page 229: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01410 - 5 Regulatory Requirements

either within 15 days of receipt of District’s response or within 15 days of District’s failure to timely respond, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon demand District will schedule a meet and confer conference within 30 days for settlement of the dispute.

b. Following the meet and confer conference, if the Claim or any portion remains in dispute, Claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the California Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time Claimant submits its written claim as set forth herein, until the time that Claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process.

2. COMPLIANCE WITH AMERICANS WITH DISABILITIES ACT

A. Contractor acknowledges that, pursuant to the Americans with Disabilities Act (ADA), programs, services and other activities provided by a public entity to the public, whether directly or through a Contractor, must be accessible to the disabled public. Contractor shall provide the services specified in the Contract Documents in a manner that complies with the ADA and any and all other applicable federal, state and local disability rights legislation. Contractor agrees not to discriminate against disabled persons in the provision of services, benefits or activities provided under the Contract Documents and further agrees that any violation of this prohibition on the part of Contractor, its employees, agents or assigns shall constitute a material breach of the Contract Documents.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 230: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 1 References and Definitions

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01420

REFERENCES AND DEFINITIONS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: Reference standards, abbreviations, symbols, and definitions used in Contract Documents.

B. Full titles are given in this Section for standards cited in other Sections of Specifications.

C. Material and workmanship specified by reference to number, symbol, or title of specific standard such as state standard, commercial standard, federal specifications, technical society, or trade association standard, or other similar standard, shall comply with requirements of standards except when more rigid requirements are specified or required by applicable codes.

D. Standards referred to, except as modified herein, shall have full force and effect as though printed in the Contract Documents. Standards are not furnished to Contractor because manufacturers and trades involved are assumed to be familiar with their requirements.

1.2 REFERENCE TO STANDARDS AND SPECIFICATIONS OF TECHNICAL SOCIETIES; REPORTING AND RESOLVING DISCREPANCIES

A. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code, or laws or regulations in effect at the time of opening of Bids, except as may be otherwise specifically stated in the Contract Documents.

B. If during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such law or regulation applicable to the performance of the Work or of any such standard, specification, manual, or code or of any instruction of any supplier, Contractor shall report it in writing at once to District’s Representative and Engineer, and Contractor shall not proceed with the Work affected thereby until consent to do so is given by District.

C. Except as otherwise specifically stated in the Contract Documents or as may be provided by Change Order, CCD, or Supplemental Instruction, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: 1. The provisions of any such standard, specification, manual, code, or instruction

(whether or not specifically incorporated by reference in the Contract Documents); or

2. The provisions of any such laws or regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such law or regulation).

Page 231: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 2 References and Definitions

D. No provision of any such standard, specification, manual, code, or instruction shall be effective to change the duties and responsibilities of District, District’s Representative, Engineer or Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents, nor shall it be effective to assign to District, Engineer, or any of their consultants, agents, representatives or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents.

E. Comply with the applicable portions of standards and specifications published by the technical societies, institutions, associations, and governmental agencies referred to in Specifications. 1. Comply with referenced standards and specifications; latest revision in effect at

the time of opening of Bids, unless otherwise identified by date.

a. Exception: Comply with issues in effect as listed in governing legal requirements.

F. Referenced Grades, Classes, and Types: Where an alternative or optional grade, class, or type of product or execution is included in a reference but is not identified in Drawings or in Specifications, provide the highest, best, and greatest of the alternatives or options for the intended use and prevailing conditions.

G. Jobsite Copies: 1. Obtain and maintain at the Site copies of reference standards identified on

Drawings and in Specifications in order to properly execute the Work.

2. At a minimum, the following shall be readily available at the Site:

a. Safety Codes: State of California, Division of Industrial Safety regulations.

H. Edition Date of References: 1. When an edition or effective date of a reference is not given, it shall be

understood to be the current edition or latest revision published as of the date of opening Bids.

2. All amendments, changes, errata and supplements as of the effective date shall be included.

I. ASTM and ANSI References: Specifications and Standards of the American Society for Testing and Materials (ASTM) and the American National Standards Institute (ANSI) are identified in the Drawings and Specifications by abbreviation and number only and may not be further identified by title, date, revision, or amendment. It is presumed that Contractor is familiar with and has access to these nationally- and industry-recognized specifications and standards.

1.3 ABBREVIATIONS

A. Listed hereinafter are the various organizations or references which may appear in the Contract Documents, along with their respective acronyms and/or abbreviations:

AA Aluminum Association AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AAP Affirmative Action Program AASHTO American Association of State Highway and Transportation Officials ABMA American Boiler Manufacturers Association

Page 232: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 3 References and Definitions

ABPA American Board Products Association ACI American Concrete Institute AED Association of Equipment Distributors AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association, Inc. ANSI American National Standards Institute (formerly American

Standards Association) APA American Plywood Association ARI Air-Conditioning and Refrigeration Institute ASHRAE American Society of Heating, Refrigeration, and Air-Conditioning

Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWCI Association of the Wall and Ceiling Industries AWPA American Wood- Preservers Association AWPB American Wood Preservers Bureau AWS American Welding Society AWWA American Water Works Association BIL Basic Insulation Level Cal/OSHA California Occupational Safety and Health Administration Caltrans State of California, Department of Transportation CBC California Building Code CCD Construction Change Directive CCR California Code of Regulations CEC California Electric Code CFR Code of Federal Regulations CISPI Cast Iron Soil Pipe Institute CLMFI Chain Link Fence Manufacturers Institute CMC California Mechanical Code CO Change Order CPC California Plumbing Code CPM Critical Path Method CPUC California Public Utilities Commission CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standards, U.S. Department of Commerce CSA Canadian Standards Association CTI Ceramic Tile Institute DHI Door and Hardware Institute DSA Division of State Architect (formerly known as the Office of the State

Architect) EPA Environmental Protection Agency FGMA Flat Glass Marketing Association FM Factory Mutual FS Federal Specifications GA Gypsum Association

Page 233: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 4 References and Definitions

HPMA Hardwood Plywood Manufacturers Association HVAC Heating, Ventilating and Air Conditioning I.D. Identification IACS International Annealed Copper Standards IAPMO International Association of Plumbing and Mechanical Officials IBC International Building Code ICBO International Conference of Building Officials ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronic Engineers, Inc. IES Illuminating Engineering Society ISA Instrumentation Society of America JATC Joint Apprenticeship Training Committee JV Joint Venture LBE Local Business Enterprise M.I. Middle Initial M/WBE Minority and/or Woman-Owned Business Enterprise MBE Minority Business Enterprise MIA Masonry Institute of America MIA Marble Institute of America MLSFA Metal Lath/Steel Framing Association MS Military Specifications MSS Manufacturers Standardization Society of the Valve & Fitting

Industry NAAMM National Association of Architectural Metal Manufacturers NACE National Association of Corrosion Engineers NBS National Bureau of Standards NEC National Electric Code NEMA National Electric Manufacturers Association NESC National Electrical Safety Code NFPA National Fire Protection Association NFPA National Forest Products Association NIOSH National Institute for Occupational Safety and Health NIST National Institute of Science and Technology (formerly the National

Bureau of Standards) NOFMA National Oak Flooring Manufacturers Association NSF National Sanitation Foundation NTMA National Terrazzo & Mosaic Association NWWDA National Wood Windows and Doors Association OSHA Occupational Safety and Health Administration OSHPD Office of Statewide Health Planning and Department PCA Portland Cement Association PCI Prestressed Concrete Institute PDI Plumbing and Drainage Institute PG&E Pacific Gas and Electric Company PM Preventive Maintenance PR Proposal Request PS Product Standard, U. S. Department of Commerce QSD Qualified SWPPP Developer QSP Qualified SWPPP Practitioner

Page 234: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 5 References and Definitions

RFI Request for Information RFP Request for Proposals RFS Request for Substitution RIS Redwood Inspection Service SDS Safety Data Sheet SDI Steel Deck Institute SFM State of California, Office of State Fire Marshal SIGMA Sealed Insulating Glass Manufacturers Association SJI Steel Joint Institute SMACNA Sheet Metal and Air Conditioning Contractors National Association SPIB Southern Pine Inspection Bureau SSPC Steel Structures Painting Council SWI Steel Window Institute SWPPP Storm Water Pollution Protection Plan TCA Tile Council of America TIE Time Impact Evaluation UBC Uniform Building Code UFC Uniform Fire Code UL Underwriters’ Laboratories, Inc. UMC Uniform Mechanical Code UPC Uniform Plumbing Code USA Underground Service Alert USC United States Code WCLIB West Coast Lumber Inspection Bureau WHI Warnock Hersey International a testing lab WIC Woodwork Institute of California WWPA Western Wood Products Association

B. Abbreviations in Specifications:

AWG American Wire Gauge accord Accordance Co. Company Corp. Corporation cm. centimeter (centimeters) cu. Cubic Div. Division dia. diameter ft. foot (feet) g./gr. gram (grams) gal. gallon (gallons) gpd gallons per day gpm gallons per minute hr. hour kg. kilogram (kilograms) in. inch (inches) Inc. Incorporated km. kilometer (kilometers) Kw Kilowatt

Page 235: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 6 References and Definitions

l. liter (liters) lbs. pounds m meter (meters) Mfg. manufacturing Mg. milligram (milligrams) ml./mls. milliliter (milliliters) mm. millimeter (millimeters) No. number o.c. on centers O.D. outside diameter psi pounds per square inch psf pounds per square foot sq. square T & G tongue and groove U.S. United States yd. yard (yards)

C. Abbreviations on Drawings:

Additional abbreviations, used only on drawings, are indicated thereon.

1.4 SYMBOLS

A. Symbols in Specifications: : “shall be” or “shall” - where used within sentences or paragraphs #1 Number 1# Pound & And % Percent C Centigrade F Fahrenheit Degree / per, except where used to combine words; example: power/fuel, and in

that case it means and “ inch (inches) ‘ foot (feet) @ At

B. Symbols on Drawings:

Symbols, used only on Drawings, are indicated thereon.

1.5 DEFINITIONS

A. Wherever any of the words or phrases defined below, or a pronoun used in place thereof, is used in any part of the Contract Documents, it shall have the meaning here set forth. In the Contract Documents, the neuter gender includes the feminine and masculine, and the singular number includes the plural. While District has

Page 236: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 7 References and Definitions

made an effort to identify all defined terms with initial caps, the following definitions shall apply regardless of case unless the context otherwise requires: 1. Addenda: Written or graphic instruments issued prior to the opening of Bids,

which clarify, correct, or change the bidding requirements or the Contract Documents. Addenda shall not include the minutes of the Pre-Bid Meeting and/or Site Visit.

2. Agreement (SECTION 00520): Agreement is the basic contract document that binds the parties to construction Work. Agreement defines relationships and obligations between District and Contractor and by reference incorporates Conditions of Contract, Drawings, and Specifications and contains Addenda and all Modifications subsequent to execution of Contract Documents.

3. Alternate: Work added to or deducted from the Base Bid, if accepted by District.

4. Application for Payment: Written application for monthly or periodic progress or final payment made by Contractor complying with the Contract Documents.

5. Approved Equal: Approved in writing by District as being of equivalent quality, utility and appearance.

6. Asbestos: Any material that contains more than one percent asbestosis and is friable or is releasing asbestos fibers into the air above current action levels established by OSHA or Cal/OSHA.

7. Bid: The offer or proposal of the Bidder submitted on the prescribed form(s) setting forth the prices for the Work to be performed.

8. Bidder: One who submits a Bid.

9. Bidding Documents: All documents comprising the Project Manual (including all documents and specification sections listed on SECTION 00010 [Table of Contents]), including documents supplied for bidding purposes only and Contract Documents.

10. Board: The Board of Directors of the District.

11. Business Day: Any Day other than Saturday, Sunday, and the following days that have been designated as holidays by District. If a holiday falls on a Saturday, the preceding Friday will be the holiday. If a holiday falls on a Sunday, the following Monday will be the holiday. Refer to the District’s web site for a list of District observed holidays. Also, Each day appointed by the Governor of California and formally recognized by the El Dorado Irrigation District Board of Directors as a day of mourning, thanksgiving, or special observance.

12. By District: Work that will be performed by District or its agents at the District’s expense.

13. By Others: Work that is outside scope of Work to be performed by Contractor under this Contract, which will be performed by District, other contractors, or other means.

14. Change Order: A written instrument prepared by District and signed by District and Contractor, stating their agreement upon all of the following:

a. a change in the Work;

b. the amount of the adjustment in the Contract Sum, if any; and

Page 237: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 8 References and Definitions

c. the amount of the adjustment in the Contract Time, if any.

15. Code Inspector: A local or state agency responsible for the enforcement of applicable codes and regulations.

16. Concealed: Work not exposed to view in the finished Work, including within or behind various construction elements.

17. Construction Change Directive: A written order prepared and signed by District, directing a change in the Work and stating a proposed basis for adjustment, if any, in the Contract Sum or Contract Time, or both.

18. Consultant: See SECTION 00805 (Supplemental General Conditions – Hazardous Materials) (if included).

19. Construction Manager: See SECTION 00520 (Agreement) (if this term is used).

20. Contract Conditions: Consists of two parts: General Conditions and Supplemental Conditions.

a. General Conditions are general clauses that are common to the District Contracts, including SECTION 00700.

b. Supplemental conditions modify or supplement General Conditions to meet specific requirements for this Contract, including SECTION 00800 and SECTION 00805 (if included).

21. Contract Documents and Contract: Contract Documents and Contract shall consist of the documents identified as the Contract Documents in SECTION 00520 (Agreement), plus all changes, addenda, and modifications thereto.

22. Contract Modification: Either:

a. a written amendment to Contract signed by Contractor and District; or

b. a Change Order; or

c. a Construction Change Directive; or

d. a written directive for a minor change in the Work issued by District.

23. Contract Sum: The sum stated in the Agreement and, including authorized adjustments, the total amount payable by District to Contractor for performance of the Work and the Contract Documents. The Contract Sum is also sometimes referred to as the Contract Price or the Contract Amount.

24. Contract Time: The number or numbers of Days or the dates stated in the Agreement

a. to achieve Substantial Completion of the Work or designated milestones; and/or

b. to complete the Work so that it is ready for final payment and is accepted.

25. Contractor: The person or entity identified as such in the Agreement and referred to throughout the Contract Documents as if singular in number and neutral in gender. The term “Contractor” means the Contractor or its authorized representative.

26. Contractor’s Employees: Persons engaged in execution of Work under Contract as direct employees of Contractor, as Subcontractors, or as employees of Subcontractors.

27. County: The County of El Dorado.

Page 238: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 9 References and Definitions

28. Day: One calendar day of 24 hours measured from midnight to the next midnight, unless the word “day” is specifically modified to the contrary.

29. Defective: An adjective which, when modifying the word “Work,” refers to Work that is unsatisfactory or unsuited for the use intended, faulty, or deficient, that does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents (including but not limited to approval of samples and “or equal” items), or has been damaged prior to final payment (unless responsibility for the protection thereof has been assumed by District). District is the judge of whether Work is defective.

30. District: The El Dorado Irrigation District.

31. District-Furnished, Contractor-Installed: Items furnished by District at its cost for installation by Contractor at its cost under Contract Documents.

32. District’s Representative(s): See SECTION 00520 (Agreement).

33. Drawings: The graphic and pictorial portions of Contract Documents, wherever located and whenever issued, showing the design, location and dimensions of the Work, generally including plans, elevations, sections, details, schedules and diagrams.

34. Engineer: If used elsewhere in the Contract Documents, “Engineer” shall mean a person holding a valid California State Engineer’s or Architect’s license representing the District in the administration of the Contract Documents. Engineer may be an employee of or an independent consultant to District. When Engineer is referred to within the Contract Documents and no Engineer has in fact been designated, then the matter shall be referred to District. The term Engineer shall be construed to include employees of Engineer and/or employees that Engineer supervises. When the designated Engineer is an employee of District, his or her authorized representatives on the Project will be included under the term Engineer. If Engineer is an employee of District, Engineer is the beneficiary of all Contractor obligations to District, including without limitation, all releases and indemnities.

35. Equal: Equal in opinion of District. Burden of proof of equality is responsibility of Contractor.

36. Exposed: Work exposed to view in the finished Work, including behind louvers, grilles, registers and various other construction elements.

37. Final Acceptance or Final Completion: District’s acceptance of the Work as satisfactorily completed in accordance with Contract Documents. Requirements for Final Acceptance/Final Completion include, but are not limited to:

a. All systems having been tested and accepted as having met requirements of Contract Documents.

b. All required instructions and training sessions having been given by Contractor.

c. All Project Record Documents having been submitted by Contractor, reviewed by District and accepted by District.

d. All punch list work, as directed by District, having been completed by Contractor.

Page 239: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 10 References and Definitions

e. Generally all Work, except Contractor maintenance after Final Acceptance, having been completed to satisfaction of District.

38. Force Account: Work directed to be performed without prior agreement as to lump sum or unit price cost thereof, and which is to be billed at cost for labor, materials, equipment, taxes, and other costs, plus a specified percentage for overhead and profit.

39. Furnish: Supply only, do not install.

40. Indicated: Shown or noted on the Drawings.

41. Install: Install or apply only, do not furnish.

42. Latent: Not apparent by reasonable inspection, including but not limited to, the inspections and research required as a condition to bidding under the General Conditions.

43. Law: Unless otherwise limited, all applicable laws including without limitation all federal, state, and local laws, statutes, standards, rules, regulations, ordinances, and judicial and administrative decisions

44. Material: This word shall be construed to embrace machinery, manufactured articles, materials of construction (fabricated or otherwise), and any other classes of material to be furnished in connection with Contract, except where a more limited meaning is indicated by context.

45. Milestone: A principal event specified in Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all Work.

46. Modification: Same as Contract Modification.

47. Naturally Occurring Asbestos (NOA): Asbestos naturally contained in serpentine or other rock, which may be released from the rock and become airborne when the rock is disturbed. See Section 801 (Supplementary General Conditions – Naturally Occurring Asbestos) (if that section is used).

48. Not in Contract: Work that is outside the scope of Work to be performed by Contractor under Contract Documents.

49. Notice of Completion: Shall have the meaning provided in California Civil Code Section 3093, and any successor statute.

50. Off Site: Outside geographical location of the Project.

51. Partial Utilization: Use by District of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all of the Work.

52. PCBs: Polychlorinated byphenyls.

53. Phase: A specified portion of the Work (if any) specifically identified as a Phase in SECTION 00520 (Agreement) or SECTION 01100 (Summary).

54. Product Data: That information (including brochures, catalogue cuts, SDS, etc.) supplied by the vendor describing the technical and commercial characteristics of the supplier equipment or materials, and accompanying commercial terms such as warranties, instructions and manuals.

55. Progress Report: A periodic report submitted by Contractor to District with progress payment invoices accompanying actual work accomplished to the

Page 240: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 11 References and Definitions

Progress Schedule. See Section 01320 (Progress Schedules and Reports) and SECTION 00700 (General Conditions).

56. Project: Total construction of which Work performed under Contract Documents may be whole or part.

57. Project Float: As defined in Section 01320, paragraph 1.2.B.3.

58. Project Manager: See SECTION 00520 (Agreement) (if this term is used).

59. Project Manual: Project Manual consists of Bidding Requirements, Agreement, Bonds, Certificates, Contract Conditions, and Specifications.

60. Project Record Documents: All Project deliverables required under Sections 01700 et seq., including without limitation, as-built drawings, operations and maintenance manuals Installation, Operation, and Maintenance Manuals, and Machine Inventory Sheets.

61. Provide: Furnish and install.

62. Request for Information (“RFI”): A document prepared by Contractor requesting information regarding the Project or Contract Documents as provided in SECTION 01250 (Modification Procedures). The RFI system is also a means for District to submit Contract Document clarifications or supplements to Contractor.

63. Request for Proposals (“RFP”): A document issued by District to Contractor whereby District may initiate changes in the Work or Contract Time as provided in Contract Documents. See SECTION 01250 (Modification Procedures).

64. Request for Substitution (“RFS”): A document prepared by Contractor requesting substitution of materials as permitted and to the extent permitted in Contract Documents. See Section 01600 (Product Requirements).

65. RFI-Reply: A document consisting of supplementary details, instructions, or information issued by District that clarifies or supplements Contract Documents, and with which Contractor shall comply. RFI-Replies do not constitute changes in Contract Sum or Contract Time except as otherwise agreed in writing by District. RFI-Replies will be issued through the RFI administrative system.

66. Samples: Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged.

67. Shop Drawings: All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work.

68. Shown: As indicated on Drawings.

69. Site: The particular geographical location of Work performed pursuant to Contract Documents.

70. Specifications: The written portion of the Contract Documents consisting of requirements for materials, equipment, construction systems, standards, and workmanship for the Work; performance of related services; and are contained in Divisions 1 through 16.

71. Specified: As written in Specifications.

72. Subcontractor: A person or entity that has a direct contract with Contractor to perform a portion of the Work at the Site. The term “Subcontractor” is referred

Page 241: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 12 References and Definitions

to throughout the Contract Documents as if singular in number and neutral in gender and means a Subcontractor or an authorized representative of the Subcontractor. The term “Subcontractor” does not include a separate contractor or subcontractors of a separate contractor.

73. Substantial Completion: The Work (or a specified part thereof) has progressed to the point where, in the opinion of District as evidenced by a Certificate of Substantial Completion, the Work is sufficiently complete, in accordance with Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work (or specified part) is complete and ready for final payment as evidenced by written recommendation of District for final payment. The terms “Substantially Complete” and “Substantially Completed” as applied to all or part of the Work refer to Substantial Completion thereof.

74. Supplemental Instruction: A written directive from District to Contractor ordering alterations or modifications that do not result in change in Contract Sum or Contract Time, and do not substantially change Drawings or Specifications. See SECTION 01250 (Modification Procedures).

75. Supplier: See SECTION 00525 (Assignment and Novation Agreement) (if this term is used).

76. Supply: See SECTION 00525 (Assignment and Novation Agreement) (if this term is used).

77. Technical Specifications: Specification Divisions 2 through 16 of the Contract Documents.

78. Testing and Special Inspection Agency: An independent entity engaged by District to inspect and/or test the workmanship, materials, or manner of construction of buildings or portions of buildings, to determine if such construction complies with the Contract Documents and applicable codes.

79. Underground Facilities: All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities that have been installed underground to furnish any of the following services or materials: Electricity, gases, chemicals, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water.

80. Unit Price Work: Shall be the portions of the Work for which a unit price is provided in SECTION 00520 (Agreement) or Section 01100 (Summary).

81. Work: The entire completed construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents within the Contract Time. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents including everything shown in the Drawings and set forth in the Specifications. Wherever the word “work” is used, rather than the word “Work,” it shall be understood to have its ordinary and customary meaning.

B. Wherever words “as directed,” “as required,” “as permitted,” or words of like effect are used, it shall be understood that direction, requirements, or permission of

Page 242: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01420 - 13 References and Definitions

District is intended. Words “sufficient,” “necessary,” “proper,” and the like shall mean sufficient, necessary, or proper in judgment of District. Words “approved,” “acceptable,” “satisfactory,” “favorably reviewed,” or words of like import, shall mean approved by, or acceptable to, or satisfactory to, or favorably reviewed by District.

C. Wherever the word “may” or “ought” is used, the action to which it refers is discretionary. Wherever the word “shall” or “will” is used, the action to which it refers is mandatory.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 243: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01500 - 1 Temporary Facilities and Controls

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01500

TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1.2 Temporary Electricity 1.3 Temporary Communications 1.4 Temporary Water 1.5 Fences 1.6 Protection of Public and Private Property 1.7 Temporary Sanitary Facilities 1.8 Tempoary Barriers and Enclosures 1.9 Construction Aids 1.10 Noise Control 1.11 Traffic Control 1.12 Removal of Temporary Facilities and Controls

1.2 TEMPORARY ELECTRICITY

Contractor shall provide, maintain, and pay for electrical power at the Site for construction purposes and for Contractor’s and Construction Manager’s trailers.

1.3 TEMPORARY COMMUNICATIONS

Contractor shall provide, maintain, and pay for all applicable communications and data services (including without limitation telephone, facsimile, e-mail and internet) to field office commencing at time of Project mobilization, including all installation and connection charges.

1.4 TEMPORARY WATER

A. When feasible, a District metered temporary water use connection shall be used for water service for the Work. The temporary water use connection shall be installed by District. District shall pay all consumptive charges for water used in conjunction with the Work. Contractor shall follow all of the District’s Temporary Water Use Permit requirements.

B. When a District temporary metered water use connection is not available, Contractor shall provide, maintain, and pay for suitable quality water service required for construction operations.

C. Unnecessary waste of water will not be permitted. Special hydrant wrenches shall be used for opening and closing fire hydrants; in no case shall pipe wrenches be used for this purpose.

Page 244: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01500 - 2 Temporary Facilities and Controls

1.5 FENCES

A. All existing fences affected by the Work shall be maintained by Contractor until Final Completion. Fences which interfere with construction operations shall not be relocated or dismantled until District gives written permission to do so, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use.

B. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations.

1.6 PROTECTION OF PUBLIC AND PRIVATE PROPERTY

A. Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by its construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials.

B. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work, Site or any part thereof, whether by Contractor or Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the District, or the agency or authority having jurisdiction over the damaged property, concerning its repair or replacement or payment of costs incurred in connection with the damage.

C. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times.

1.7 TEMPORARY SANITARY FACILITIES

A. Contractor shall provide and maintain required temporary buildings with sanitary toilets for use of all workers. At a minimum, sanitary facilities shall be located at trailer site, staging area, and adjacent to work area.

B. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 persons. Contractor shall enforce the use of such sanitary facilities by all personnel at the Site.

C. Contractor shall comply with all minimum requirements of the Health Department or other public agency having jurisdiction, including maintaining Site in a sanitary condition at all times.

1.8 TEMPORARY BARRIERS AND ENCLOSURES

A. Contractor shall provide barriers to prevent unauthorized entry to construction areas to allow for District's use of Site, and to protect existing facilities and adjacent properties from damage from construction operations.

B. Contractor shall provide barricades required by governing authorities for public access to existing buildings.

Page 245: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01500 - 3 Temporary Facilities and Controls

C. Contractor shall protect vehicular traffic, stored materials, the Site, and structures from damage.

1.9 CONSTRUCTION AIDS

Contractor shall furnish, install, maintain, and operate all construction aids required by it and its Subcontractors in the performance of the Work, except as otherwise provided herein. Such construction aids shall include elevators and hoists, cranes, temporary enclosures, swing staging, scaffolding and temporary stairs. Construction aids shall be furnished without charge to the Subcontractors, and all necessary erection, maintenance, and operating personnel shall be included. In the event of conflict, the contractor furnishing the equipment shall determine priorities in the best interest of the Project.

1.10 NOISE CONTROL

A. When required by OSHA Standards, construction workers shall be provided with ear protection to operate equipment.

B. Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct its operations to avoid unnecessary noise which might interfere with the activities of building occupants.

C. Contractor shall ensure and provide certification to District that all construction equipment and vehicles used for the Work are: 1. Maintained in good mechanical condition 2. Equipped with properly installed engine mufflers

1.11 TRAFFIC CONTROL

Project may require a traffic control plan and county roadway encroachment permit.

1.12 REMOVAL OF TEMPORARY FACILITIES AND CONTROLS

A. Contractor shall remove temporary utilities, equipment, facilities, and materials prior to final inspection.

B. Contractor shall remove underground installations. C. Contractor shall clean and repair damage caused by installation or use of

temporary work. D. Contractor shall restore existing facilities used during construction to original

condition, and restore permanent facilities used during construction to specified condition.

Page 246: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01500 - 4 Temporary Facilities and Controls

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 247: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01540 - 1 Site Security and Safety

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01540

SITE SECURITY AND SAFETY

PART 1 GENERAL

1.1 SUBMITTALS

A. See Section 01330 (Submittal Procedures) B. See Section 01340 (Safety Submittals)

1.2 PROTECTION

A. Contractor shall continuously maintain protection as necessary to protect the Work, as a whole and in part, and adjacent property and improvements from accidents, injuries or damage.

B. Contractor shall properly protect the Work: 1. With lights, guard rails, temporary covers and barricades. 2. Enclose excavations with proper barricades. 3. Brace and secure all parts of the Work against storm and accident. 4. Provide such additional forms of protection that may be necessary under

existing circumstances. C. Contractor shall provide and maintain in good condition all protective measures

required to adequately protect the public from hazards resulting from the Work and to exclude unauthorized persons from the Work. When regulated by Building Code, Cal-OSHA, or other authority, such legal requirements for protection shall be considered as minimum requirements. Contractor shall be responsible for the protection in excess of such minimum requirements as required.

1.3 CONTROL OF SITE

Contractor shall ensure that no pets, alcohol, firearms, weapons, or controlled substance enters or is used at the Site. Contractor shall immediately remove from the Site and terminate the employment of any employee found in violation of this provision.

1.4 SITE SECURITY

A. As part of the Work included within the Contract Price, Contractor shall take and be fully responsible for all reasonably required measures to protect and maintain the security of persons, existing facilities and property at the Site, including without limitation preventing theft, loss, vandalism and improper concealment of personal property of the District and all persons lawfully present on the Site, and including times where workers are not present on the Site. Contractor’s measures shall include, at a minimum, maintaining a log of all persons entering and leaving the Site and who they represent, what they are delivering and to whom.

B. No claim shall be made against District by reason of any act of an employee or trespasser, and Contractor shall repair all damage to District’s property resulting from Contractor’s failure to provide adequate security measures.

Page 248: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01540 - 2 Site Security and Safety

C. Contractor shall maintain a lock on the Construction access gate at all times. Contractor shall appoint one person to let people through the gate and maintain the sign-in/out list, with person’s name, company, reason for entering, what they are delivering, time and date. Alternatively, Contractor shall provide a full-time guard at the gate at all times to control access and maintain the sign-in/out list. The sign in/out list shall be available to District at anytime upon request. If District determines that the gate has been left unlocked, Contractor shall if requested by District provide a full time guard at no additional expense to the District.

D. Contractor shall supply additional security fencing, barricades, lighting, and other security measures as required to protect and control the Site.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED

END OF SECTION

Page 249: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01600 - 1 Product Requirements

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01600

PRODUCT REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Products B. Product Options and Substitutions C. Product Delivery Requirements D. Shipping Requirements E. Product Storage and Handling Requirements

1.2 PRODUCTS

A. Products: Include new material, machinery, components, equipment, fixtures, and systems forming the Work. Term does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse.

B. Contractor shall not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents.

C. For similar components, Contractor shall provide interchangeable components of the same manufacturer.

1.3 PRODUCT OPTIONS AND SUBSTITUTIONS

A. Summary: This paragraph 1.3 describes procedures for selecting products and for requesting substitutions of unlisted materials in lieu of materials named in the Specifications or approved for use in Addenda that were not already the subject of a SECTION 00660 (Substitution Request Form) submittal as provided in SECTION 00200 (Instructions to Bidders).

B. Contractor’s Options: 1. For products specified only by reference standard: Select any product meeting

that standard. 2. For products specified by naming one or more products or manufacturers:

a. Select products of any named manufacturer meeting specifications. b. If product becomes unavailable due to no fault of Contractor, submit

Request for Substitution (RFS), including all information contained in this Section 01600 and a fully executed SECTION 00660 (Request for Substitution), but using the term ”Contractor” each place the term ”Bidder” appears in that form.

C. Substitutions: 1. Except as provided in SECTION 00200 (Instructions to Bidders) with respect to

“or equal” items, District will consider Contractor’s substitution requests only when product becomes unavailable due to no fault of Contractor. Requests for review of proposed substitute items will not be accepted from anyone other than Contractor. The RFS shall state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice Contractor’s achievement

Page 250: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01600 - 2 Product Requirements

of Substantial Completion on time, and whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with District for work on the Project).

2. Contractor shall submit separate RFS (and four copies) for each product and support each request with: a. Product identification. b. Manufacturer’s literature. c. Samples, as applicable. d. Name and address of similar projects on which product has been used, and

dates of installation. e. Name, address, and telephone number of manufacturer’s representative or

sales engineer. f. For construction methods: Detailed description of proposed method;

drawings illustrating methods. 3. Where required, Contractor shall itemize a comparison of the proposed

substitution with product specified and list significant variations including, but not limited to dimensions, weights, service requirements, and functional differences. If variation from product specified is not pointed out in submittal, variation will be rejected even though submittal was favorably reviewed. Identify all variations of the proposed substitute from that specified in the RFS and indicate available maintenance, repair, and replacement service.

4. Contractor shall state whether the substitute will require a change in any of the Contract Documents (or provisions of any other direct contract with District for work on the Project) to adapt the design of the proposed substitute, and whether or not incorporation or use of the substitute in connection with Work is subject to payment of any license fee or royalty. Contractor shall also submit data relating to changes in construction schedule.

5. Contractor shall include accurate cost data comparing proposed substitution with product and amount of net change in Contract Sum including, but not limited to, an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by District in evaluating the proposed substitute. District may require Contractor to furnish additional data about the proposed substitute.

6. District will not consider substitutions for acceptance (or, in District’s sole discretion, District may make Contractor solely responsible for all resulting costs, expenses and other consequences) when a substitution: a. Results in delay meeting construction Milestones or completion dates. b. Is indicated or implied on submittals without formal request from Contractor. c. Is requested directly by Subcontractor or supplier. d. Acceptance will require substantial revision of Contract Documents. e. Disrupts Contractor’s job rhythm or ability to perform efficiently.

7. Substitute products shall not be ordered without written acceptance of District. 8. District will determine acceptability of proposed substitutions and reserve right

to reject proposals due to insufficient information. 9. Accepted substitutions will be evidenced by a Change Order. All Contract

Documents requirements apply to Work involving substitutions.

Page 251: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01600 - 3 Product Requirements

D. Contractor’s Representation and Warranty: Contractor’s RFS constitute a representation and warranty that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds, in

all respects, specified product. 2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make other changes that may be required for

Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. 5. Will compensate District for additional redesign costs associated with

substitution. 6. Will be responsible for Construction Schedule slippage due to substitution. 7. Will be responsible for Construction Schedule delay due to late ordering of

available specified products caused by requests for substitution that are subsequently rejected by District.

8. Will compensate District for all costs; including extra costs of performing Work under Contract Documents, extra cost to other contractors, and any claims brought against District, caused by late requests for substitutions or late ordering of products.

E. District’s Duties: 1. District shall review Contractor’s RFS with reasonable promptness. 2. District shall notify Contractor in writing of decision to accept or reject requested

substitution. F. Administrative Requirements:

Specified products, materials, or systems for Project may include engineering or on-file standards required by the regulatory agency. Contractor’s substitution of products, materials or systems may require additional engineering, testing, reviews, approvals, assurances, or other information for compliance with regulatory agency requirements or both. Contractor shall provide all agency approvals or other additional information required and pay additional costs for required District services made necessary by the substitution at no increase in Contract Sum or Contract Time, and as a part of substitution proposal.

1.4 PRODUCT DELIVERY REQUIREMENTS

A. Contractor shall deliver products in accordance with manufacturer's instructions. B. Contractor shall promptly inspect shipments to assure that products comply with

requirements, quantities are correct, and products are undamaged.

1.5 SHIPPING REQUIREMENTS

A. Preparation for Shipment. All equipment shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements and shall be kept dry at all times. 1. Painted and coated surfaces shall be protected against impact, abrasion,

discoloration, and other damage. Painted and coated surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of District.

2. Grease and lubricating oil shall be applied to all bearings and similar items.

Page 252: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01600 - 4 Product Requirements

B. Shipping. Before shipping each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment.

1.6 PRODUCT STORAGE AND HANDLING REQUIREMENTS

A. Contractor shall store products only in staging area per provisions of Section 01100 (Summary).

B. Contractor shall handle, store, and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather-tight, climate-controlled enclosures.

C. For exterior storage of fabricated products, Contractor shall place on appropriate supports, above ground.

D. Contractor shall cover products subject to deterioration with impervious sheet covering, and provide ventilation to avoid condensation.

E. Contractor shall store loose granular materials on solid flat surfaces in a well-drained area.

F. Contractor shall provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage.

G. Contractor shall arrange storage of products to permit access for inspection, and periodically inspect to assure products are undamaged and are maintained under specified conditions.

H. Without limiting the foregoing: 1. Contractor shall bear the responsibility for delivery of equipment, spare parts,

special tools, and materials to the Site and shall comply with the requirements specified herein and provide required information concerning the shipment and delivery of the materials specified in Contract Documents. These requirements also apply to any subsuppliers making direct shipments to the Site. Acceptance of the equipment shall be made only after it is installed, tested, placed in operation and found to comply with all the specified requirements.

2. All items shall be checked against packing lists immediately on delivery to the Site for damage and for shortages. Damage and shortages shall be remedied with the minimum of delay.

3. No metalwork (miscellaneous steel shapes and reinforcing steel) shall be stored directly on the ground. Masonry products shall be handled and stored in a manner to hold breakage, chipping, cracking, and spalling to a minimum. Cement, lime, and similar products shall be stored off the ground on pallets and shall be covered and kept completely dry at all times. Pipe fittings and valves may be stored out of doors, but must be placed on wooden blocking. PVC pipe, geomembranes, plastic liner, and other plastic materials shall be stored off the ground on pallets and protected from direct sunlight.

4. Electrical equipment, and all equipment with antifriction or sleeve bearings shall be stored in weathertight structures maintained at a temperature above 60F. Electrical equipment, controls, and insulation shall be protected against moisture and water damage. All space heaters furnished in equipment shall be connected and operated continuously.

5. Equipment having moving parts such as gears, bearings, and seals, shall be stored fully lubricated with oil, grease, etc., unless otherwise instructed by the manufacturer. Manufacturer’s storage instructions shall be carefully followed by Contractor.

Page 253: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01600 - 5 Product Requirements

6. When required by the equipment manufacturer, moving parts shall be rotated a minimum of twice a month to ensure proper lubrication and to avoid metal to metal “welding”. Upon installation of the equipment, Contractor shall, at the discretion of District, start the equipment at one-half load for an adequate period of time to ensure that the equipment does not deteriorate from lack of use.

7. When required by the equipment manufacturer, lubricant shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment by Contractor at the time of acceptance.

8. Equipment and materials shall not show any pitting, rust, decay, or other deleterious effects of storage when installed in the Work.

9. In addition to the protection specified for prolonged storage, the packaging of spare units and spare parts shall be for export packing and shall be suitable for long-term storage in a damp location. Each spare item shall be packed separately and shall be completely identified on the outside of the container.

10. Handling. Stored items shall be laid out to facilitate their retrieval for use in the Work. Care shall be taken when removing the equipment for use to ensure the precise piece of equipment is removed and that it is handled in a manner than does not damage the equipment.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED

END OF SECTION

Page 254: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01740 - 1 Cleaning

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01740

CLEANING

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Progress Cleaning B. Final Cleaning

1.2 PROGRESS CLEANING

A. Contractor shall perform periodic cleaning to ensure that any streets and other District and public properties are maintained free from accumulation of waste materials, dust, mud, and debris.

B. Where required, Contractor shall wet down surfaces to lay dust and prevent the blowing of dust to nearby residences or public properties.

C. Contractor shall keep all streets clean and free of dust, mud, and debris resulting from Contractor’s operations. Daily cleanup throughout the job will be necessary as Contractor progresses with its Work, but extra attention to cleanup shall be made prior to weekends and holidays. Without limiting the foregoing, Contractor shall remove trench spoil along traveled ways daily; grade and vacuum broom surfaces initially where applicable and later water flush with high-pressure sprays, being careful to avoid downstream contamination.

D. All dust, mud, spoils, and construction debris shall be removed daily from all roadways, ditches, shoulders, and private property (fills or spoils placed on private property at private property owner's written request excepted).

E. Disposal of Materials: 1. As part of the scope of Work included within the Contract Sum, Contractor

shall be fully responsible for disposing of all construction debris, dirt and spoils resulting from the Work.

2. All waste materials, debris, dirt and rubbish shall be disposed of at sites to be chosen by Contractor in accordance with applicable local, state, and federal regulations.

3. Contractor is cautioned that the County and cities within the county have regulations governing the disposal of rubble, broken pavement, and similar materials.

4. Contractor shall become familiarized with the requirements of the agency having jurisdiction over any contemplated disposal site and shall comply with all such requirements.

5. Contractor will estimate and report to the District, an estimate of quantities (e.g. tonnage) of waste materials disposed of for compliance with AB75. Reporting requirements include the nature of materials, destination, volume and tonnage.

F. All excess soil from performance of Work shall be disposed at sites to be chosen by Contractor in accordance with applicable local, state, and federal regulations. If Contractor elects to dispose of soil on any private property, prior to any dumping, a

Page 255: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01740 - 2 Cleaning

letter allowing such dumping shall be obtained from the property owner and presented to District. Contractor is advised that the property owner is required to obtain a fill permit from the applicable government agency(ies). In addition, placement of fill in wetland areas is subject to permit procedures of the US Army Corps of Engineers. At the completion of Work, a letter from each affected property owner will be required releasing Contractor, District and any District consultant from future liability.

G. If Contractor does not properly clean the Site, in the opinion of District, then District shall have the option of using outside equipment to perform the cleanup and such cost will be withheld from the Contract Sum.

1.3 FINAL CLEANING

A. Contractor shall execute final cleaning prior to final inspection, using only properly skilled workers.

B. Contractor shall remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from exposed interior and exterior finished surfaces.

C. Contractor shall repair, patch, and touch up marred surfaces to match adjacent finishes.

D. Contractor shall clean interior and exterior surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.

E. Contractor shall clean equipment and fixtures to a sanitary condition, clean or replace filters of mechanical equipment operated during construction, clean ducts, blowers and coils of units operated without filters during construction.

F. Contractor shall clean Site; mechanically sweep paved areas. G. Contractor shall remove waste and surplus materials, rubbish, and construction

facilities from Site.

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 256: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01770 - 1 Contract Closeout

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01770

CONTRACT CLOSEOUT

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: Description of contract closeout procedures including: 1.2 Removal of Tempoary Construction Facilities 1.3 Substantial Completion 1.4 Final Completion 1.5 Final Cleaning 1.6 Material, Equipment and Finish Data 1.7 Project Guarantee 1.8 Warranties 1.9 Turn-In 1.10 Release of Claims 1.11 Fire Inspection Coordination 1.12 Building Inspection Coordination

1.2 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES

A. Remove temporary materials, equipment, services, and construction prior to Substantial Completion inspection.

B. Clean and repair damage caused by installation or use of temporary facilities. C. Restore permanent facilities used during construction to specified condition. D. Comply with paragraph 1.12 of Section 1500 (Temporary Facilities and Controls).

1.3 SUBSTANTIAL COMPLETION

A. When Contractor considers Work or designated portion of the Work as Substantially Complete, submit written notice to District’s Representative and Engineer, with list of items remaining to be completed or corrected.

B. Within reasonable time, District’s Representative and/or Engineer will inspect to determine status of completion.

C. Should District determine that Work is not Substantially Complete, District will promptly notify Contractor in writing, listing all defects and omissions.

D. Remedy deficiencies and send a second written notice of Substantial Completion. District will reinspect the Work. If deficiencies previously noted are not corrected on reinspection, then Contractor shall pay District’s cost of the reinspection.

E. When District determines that Work is Substantially Complete, District will issue a Certificate of Substantial Completion, accompanied by Contractor’s list of items to be completed or corrected as verified by District.

F. Manufactured units, equipment and systems that require startup must have been started up and run for periods prescribed by District before a Certificate of Substantial Completion will be issued.

Page 257: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01770 - 2 Contract Closeout

G. A punch list examination will be performed upon Substantial Completion. One follow-up review of punch list items for each discipline will be provided. If further Site visits are required to review punch list items due to incompleteness of the Work by Contractor, Contractor will reimburse District for costs associated with these visits.

1.4 FINAL COMPLETION

A. Final Completion occurs when Work meets requirements for District’s Final Acceptance. When Contractor considers Work is Finally Complete, submit written certification that: 1. Contractor has inspected Work for compliance with Contract Documents, and

all requirements for Final Acceptance have been met. 2. Except for Contractor maintenance after Final Acceptance, Work has been

completed in accordance with Contract Documents and deficiencies listed with Certificate of Substantial Completion have been corrected. Equipment and systems have been tested in the presence of District, and are operative.

3. Work is complete and ready for final inspection. B. In addition to submittals required by Contract Documents, provide submittals

required by governing authorities and submit final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due.

C. When District finds Work is acceptable and final closeout submittals are complete, District will issue final Change Order reflecting approved adjustments to Contract Sum not previously made by Change Order. Should District determine that Work is incomplete or defective: 1. District promptly will so notify Contractor, in writing, listing the incomplete or

defective items. 2. Promptly remedy the deficiencies and notify the District when it is ready for

reinspection. 3. When District determines that the Work is acceptable under the Contract

Documents, District will request Contractor to make closeout submittals. D. Final adjustments of accounts:

1. Submit a final statement of accounting to District, showing all adjustments to the Contract Sum and complete and execute SECTION 00650 (Agreement and Release of Any and All Claims).

2. If so required, District shall prepare a final Change Order for submittal to Contractor, showing adjustments to the Contract Sum that were not previously made into a Contract Modification.

1.5 FINAL CLEANING

Contractor shall comply with all applicable requirements in Section 01740 (Cleaning).

1.6 MATERIAL, EQUIPMENT AND FINISH DATA

Submit two sets of data for primary materials, equipment, and finishes as required under each Specification Section prior to final inspection, bound in 8-½ inches by 11 inches three-ring binders with durable plastic covers to District for District’s records.

1.7 PROJECT GUARANTEE

A. Requirements for Contractor’s guarantee of completed Work are included in Article 9 of SECTION 00700 (General Conditions). Guarantee Work done under Contract

Page 258: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01770 - 3 Contract Closeout

against failures, leaks, or breaks or other unsatisfactory conditions due to defective equipment, materials, or workmanship, and perform repair work or replacement required, at Contractor’s sole expense, for period of one year from date of Final Acceptance.

B. Neither recordation of Final Acceptance nor final certificate for payment nor provision of the Contract nor partial or entire use or occupancy of premises by District shall constitute acceptance of Work not done in accordance with Contract Documents nor relieve Contractor of liability in respect to express warranties or responsibility for faulty materials or workmanship.

C. District may make repairs to defective Work as set forth in SECTION 00700 (General Conditions), paragraph 9.C.

D. If, after installation, operation, or use of materials or equipment to be provided under Contract proves to be unsatisfactory to District, District shall have right to operate and use materials or equipment until said materials and equipment can, without damage to District, be taken out of service for correction or replacement. Period of use of defective materials or equipment pending correction or replacement shall in no way decrease guarantee period required for acceptable corrected or replaced items of materials or equipment.

E. Nothing in this Section shall be construed to limit, relieve, or release Contractor’s, Subcontractors’, and equipment suppliers’ liability to District for damages sustained as result of latent defects in equipment caused by negligence of suppliers’ agents, employees, or Subcontractors. Stated in another manner, warranty contained in the Contract Documents shall not amount to, nor shall it be deemed to be, waiver by District of any rights or remedies (or time limits in which to enforce such rights or remedies) it may have for defective workmanship or defective materials under laws of this State pertaining to acts of negligence.

1.8 WARRANTIES

A. Execute Contractor’s submittals and assemble warranty documents, and installation, operations and maintenance manuals described in Section 01330 (Submittal Procedures), executed or supplied by Subcontractors, suppliers, and manufacturers. 1. Provide table of contents and assemble in 8½ inches by 11 inches three-ring

binder with durable plastic cover, appropriately separated and organized. 2. Include contact names and phone numbers for District personnel to call during

warranty period. 3. Assemble in Specification Section order.

B. Submit material prior to final application for payment. 1. For equipment put into use with District’s permission during construction, submit

within 14 Days after first operation. 2. For items of Work delayed materially beyond Date of Substantial Completion,

provide updated submittal within 14 Days after acceptance, listing date of acceptance as start of warranty period.

C. Warranties are intended to protect District against failure of Work and against deficient, defective and faulty materials and workmanship, regardless of sources.

D. Limitations: Warranties are not intended to cover failures that result from the following: 1. Unusual or abnormal phenomena of the elements. 2. Vandalism after Substantial Completion.

Page 259: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01770 - 4 Contract Closeout

3. Insurrection or acts of aggression including war. E. Related Damages and Losses: Remove and replace Work which is damaged as

result of defective Work, or which must be removed and replaced to provide access for correction of warranted Work.

F. Warranty Reinstatement: After correction of warranted Work, reinstate warranty for corrected Work to date of original warranty expiration or to a date not less than one year after corrected Work was done, whichever is later.

G. Replacement Cost: Replace or restore failing warranted items without regard to anticipated useful service lives.

H. Warranty Forms: Submit drafts to District for approval prior to execution. Forms shall not detract from or confuse requirements or interpretations of Contract Documents. 1. Warranty shall be countersigned by manufacturers. 2. Where specified, warranty shall be countersigned by Subcontractors and

installers. I. Rejection of Warranties: District reserves right to reject unsolicited and coincidental

product warranties that detract from or confuse requirements or interpretations of Contract Documents.

J. Term of Warranties: For materials, equipment, systems, and workmanship, warranty period shall be one year minimum from date of Final Completion of entire Work except where: 1. Detailed specifications for certain materials, equipment or systems require

longer warranty periods. 2. Materials, equipment or systems are put into beneficial use of District prior to

Final Completion as agreed to in writing by District. K. Warranty of Title: No material, supplies, or equipment for Work under Contract

shall be purchased subject to any chattel mortgage, security agreement, or under a conditional sale or other agreement by which an interest therein or any part thereof is retained by seller or supplier. Contractor warrants good title to all material, supplies, and equipment installed or incorporated in Work and agrees upon completion of all Work to deliver premises, together with improvements and appurtenances constructed or placed thereon by Contractor, to District free from any claim, liens, security interest, or charges, and further agrees that neither Contractor nor any person, firm, or corporation furnishing any materials or labor for any Work covered by Contract shall have right to lien upon premises or improvement or appurtenances thereon. Nothing contained in this paragraph, however, shall defeat or impair right of persons furnishing materials or labor under bond given by Contractor for their protection or any rights under law permitting persons to look to funds due Contractor in hands of District.

1.9 TURN-IN

Contract Documents will not be closed out and final payment will not be made until all personnel Identification Media, vehicle permits, keys issued to Contractor during prosecution of Work, and letters from property owners pursuant to paragraph 1.2.F of SECTION 01740 (Cleaning) are turned in to District.

Page 260: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01770 - 5 Contract Closeout

1.10 RELEASE OF CLAIMS

Contract Documents will not be closed out and final payment will not be made until SECTION 00650 (Agreement and Release of Any and All Claims) is completed and executed by Contractor and District.

1.11 FIRE INSPECTION COORDINATION

Coordinate fire inspection and secure sufficient notice to District to permit convenient scheduling (if applicable).

1.12 BUILDING INSPECTION COORDINATION

Coordinate with District a final inspection for the purpose of obtaining an occupancy certificate (if applicable).

PART 2 PRODUCTS – NOT USED PART 3 EXECUTION – NOT USED

END OF SECTION

Page 261: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01780 - 1 Project Record Documents

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01780 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.1 SUMMARY

A. This section specifies general, administrative and procedural requirements for Project Record Documents. Contractor shall have complete responsibility for preparation of marked-up Documents.

B. Project Record Documents required include: 1. Marked-up copies of Contract Plans 2. Marked-up copies of Shop Drawings, including Contractor's design documents

and drawings 3. Newly prepared Drawings 4. Marked-up copies of Specifications, Addenda and Change Orders 5. Marked-up Project Data submittals 6. Record Samples 7. Field records for variable and concealed conditions

8. Record information on Work that is recorded only schematically C. Specific Project Record Documents requirements that expand requirements of this

Section are included in Section 01780 of Division 1. D. General Project closeout requirements are included in Section 01770 (Contract

Closeout). E. Maintenance of Documents and Samples: 1. Store Project Record Documents and samples in the field office apart from

Contract Documents used for construction. 2. Not permit Project Record Documents to be used for construction purposes.

3. Maintain Project Record Documents in good order, and in a clean, dry, legible condition.

4. Make documents and samples available at all times for inspection by District.

Page 262: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01780 - 2 Project Record Documents

1.2 PROJECT RECORD DRAWINGS A. Mark-up Procedure: During the construction period, maintain a set of blueline or

blackline prints of Contract Plans and Shop Drawings for Project Record Document purposes. Label each document (on first sheet or page) ‘PROJECT RECORD’ in 2 in. high printed letters. Keep record documents current. Note: A reference by number to a Change Order, RFI, RFQ, Field Order or other such document is not acceptable as sufficient record information on any record document. Do not permanently conceal any Work until required information has been recorded.

1. Mark these Drawings to indicate the actual installation where the installation

varies from the installation shown originally. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. Items required to be marked include but are not limited to:

a. Dimensional changes to the Drawings b. Revisions to details shown on the Drawings c. Depths of various elements of foundation in relation to main floor level or

survey datum. d. Horizontal and vertical location of underground duct banks, utilities and

appurtenances referenced to permanent surface improvements. e. Location of internal utilities and appurtenances concealed in construction

referenced to visible and accessible features of structure. f. Establish locations of underground work, points of connection with

existing utilities, changes in direction, valves, manholes, catch basins, capped stubouts, invert elevations, and similar items.

g. Provide actual numbering of each electrical circuit. h. Field changes of dimension and detail. i. Revisions to routing of piping and conduits j. Revisions to electrical circuitry k. Actual equipment locations l. Duct size and routing m. Changes made by Change Order n. Details not on original Contract Plans 2. Mark completely and accurately Project Record Drawing prints of Contract

Plans or Shop Drawings, whichever is the most capable of showing actual physical conditions. Where Shop Drawings are marked, show cross-reference on Contract Plans location.

3. Mark Project Record Drawing sets with red erasable colored pencil; use other

colors to distinguish between changes for different categories of the Work at the same location.

4. Mark important additional information that was either shown schematically or

omitted from original Drawings.

5. Note Construction Change Directive numbers; alternate numbers; Change Order numbers and similar identification.

Page 263: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01780 - 3 Project Record Documents

6. Responsibility for Mark-up: Where feasible, the individual or entity who obtained Project Record Drawing data, whether the individual or entity is the installer, subcontractor, or similar entity, is required to prepare the mark-up on Project Record Drawings.

a. Accurately record information in an understandable and legible drawing

technique. b. Record data as soon as possible after it has been obtained. In the case

of concealed installations, record and check the mark-up prior to concealment.

B. Shop Drawings and Samples: Maintain as record documents; legibly annotate Shop

Drawings and Samples to record changes made after review. 1.3 PROJECT RECORD SPECIFICATIONS During the construction period, Contractor shall maintain one copy of the Project

Specifications, including addenda and modifications issued, for Project Record Document purposes.

A. Mark the Project Record Specifications to indicate the actual installation where the

installation varies substantially from that indicated in Specifications and Modifications issued. Note related Project Record Drawing information, where applicable. Give particular attention to substitutions, selection of product options, change order work, and information on concealed installation that would be difficult to identify or measure and record later.

1. In each Specification Section where products, materials or units of equipment

are specified or scheduled, mark the copy with the proprietary name and model number of the product furnished.

2. Record the name of the manufacturer, catalog number, supplier and installer,

and other information necessary to provide a record of selections made and to document coordination with Project Record Product Data submittals and maintenance manuals.

3. Note related Project Record Product Data, where applicable, for each principal

product specified, indicate whether Project Record Product Data has been submitted in maintenance manual instead of submitted as Project Record Product Data.

B. Upon completion of mark-up, submit Project Record Specifications to District for

District's records. 1.4 PROJECT RECORD PRODUCT DATA A. During the construction period, Contractor shall maintain one copy of each Project

Record Product Data submittal for Project Record Document purposes.

Page 264: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01780 - 4 Project Record Documents

1. Mark Project Record Product Data to indicate the actual product installation where the installation varies from that indicated in Project Record Product Data submitted. Include significant changes in the product delivered to the site, and changes in manufacturer's instructions and recommendations for installation.

2. Give particular attention to information on concealed products and installations

that cannot be readily identified and recorded later. 3. Note related Change Orders and mark-up of Project Record Drawings, where

applicable. 4. Upon completion of mark-up, submit a complete set of Project Record Product

Data to District for District's records. 5. Where Project Record Product Data is required as part of maintenance

manuals, submit marked-up Project Record Product Data as an insert in the manual, instead of submittal as Project Record Product Data.

6. The prime Contractor is responsible for mark-up and submittal of record Project

Record Product Data for its own Work. B. MATERIAL, EQUIPMENT AND FINISH DATA 1. Provide data for primary materials, equipment and finishes as required under

each specification section. 2. Submit two sets prior to final inspection, bound in 8-1/2 inches by 11 inches

three-ring binders with durable plastic covers; provide typewritten table of contents for each volume.

3. Arrange by Specification division and give names, addresses, and telephone

numbers of subcontractors and suppliers. List: a. Trade names. b. Model or type numbers. c. Assembly diagrams. d. Operating instructions. e. Cleaning instructions. f. Maintenance instructions. g. Recommended spare parts. h. Product data. 1.5 MISCELLANEOUS PROJECT RECORD SUBMITTALS Refer to other Specification Sections for miscellaneous record keeping requirements and

submittals in connection with various construction activities. Immediately prior to Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for use and reference. Submit to District for

Page 265: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

01780 - 5 Project Record Documents

District's records. Categories of requirements resulting in miscellaneous records include, but are not limited to the following:

a. Field records on excavations and foundations b. Field records on underground construction and similar work c. Survey showing locations and elevations of underground lines d. Invert elevations of drainage piping

e. Surveys establishing building lines and levels f. Authorized measurements utilizing unit prices or allowances g. Records of plant treatment h. Ambient and substrate condition tests i. Certifications received in lieu of labels on bulk products j. Batch mixing and bulk delivery records k. Testing and qualification of tradespersons l. Documented qualification of installation firms m. Load and performance testing n. Inspections and certifications by governing authorities o. Leakage and water-penetration tests p. Fire resistance and flame spread test results q. Final inspection and correction procedures

PART 2 PRODUCTS Not applicable to this section. PART 3 EXECUTION 3.1 RECORDING Post changes and modifications to the Documents as they occur. Do not wait until the end

of the Project. District may periodically review Project Record Documents to assure compliance with this requirement.

3.2 SUBMITTAL A. At completion of Project, deliver record documents to District. B. Accompany submittal with transmittal letter containing: Date Project title and number Contractor's name and address Number and title of each record documents Certification that each document as submitted is complete and accurate, and

signature of Contractor, or Contractor’s authorized representative.

END OF SECTION

Page 266: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02050 - 1 Demolition

DIVISION 02 SITE WORK

SECTION 02050

DEMOLITION

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Demolition, removal, salvage, and disposal of existing material as indicated on the Drawings.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Summary of Work: Section 01100 2. Progress Schedules and Reports: Section 01320 3. Submittals: Section 01330 4. Temporary Facilities and Controls: Section 01500

B. Related Work specified elsewhere: 1. Earthwork: Section 02200 2. Cast-In-Place Concrete: Section 03300

1.3 REFERENCES (Not Used)

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Permit for transport and disposal of debris and waste materials, if applicable.

B. Schedule of demolition.

1.8 QUALITY ASSURANCE (Not Used)

1.9 DELIVERY, STORAGE, AND HANDLING (Not Used)

1.10 PROJECT CONDITIONS

A. Protection: 1. Erect barriers, fences, guard rails, enclosures, chutes, and shoring to

protect personnel, structures, and utilities remaining intact. 2. Protect trees and plants from damage unless otherwise indicated on the

Drawings.

Page 267: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02050 - 2 Demolition

B. Maintaining access: 1. Ensure minimum interference with roads, streets, driveways, sidewalks,

and adjacent facilities.

1.11 COORDINATION

A. Scheduling of demolition is critical. See special project requirements to keep existing facilities totally operational.

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS (Not Used) PART 3 EXECUTION

3.1 EXAMINATION

A. Verify with the Construction Manager that areas to be demolished are unoccupied and discontinued in use.

B. Do not commence work until conditions are acceptable to Construction Manager.

C. Schedule all demolition at least two (2) weeks in advance.

3.2 PREPARATION

A. Remove items scheduled to be salvaged for Owner and place in designated storage area.

3.3 INSTALLATION

A. Demolition: 1. Sprinkle debris with water and use temporary enclosures as necessary

to limit dust to lowest practicable level. 2. Do not use water to the extent of causing flooding, contaminated runoff,

or icing. 3. Repair damage to adjacent structures, roadways, and other facilities. 4. Protect walls of adjacent structures exposed by demolition work and

paint as required by the specifications. 5. Make neat saw-cuts, minimum one (1) inch in depth, around areas of

concrete to be removed, where remaining concrete is to be incorporated into new Work. Openings shall be cut to the dimensions shown on the drawings and shall not be overcut. At corners, the faces shall be chipped to achieve the opening dimension.

6. Record Drawings must clearly denote the extent abandoned facilities are left in place.

Page 268: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02050 - 3 Demolition

7. Any pipe that is in service must be kept in service until the replacement is completed and put in service.

8. Dispose of waste oils in an approved method. 9. Exposed concrete reinforcing shall be repaired in accordance with

Section 03300, Cast-In-Place Concrete. 10. Capture all cement cutting residue and dispose of properly. All surfaces

must be washed clean before putting the canal into service. No cement residue may enter the canal water.

11. Transport all demolition debris, including concrete to a commercial off-site disposal area.

B. USFS Timber Harvest and Log Deck Requirements: For harvested timber on this project, the Contractor shall be responsible for implementing USFS Timber Harvest and Deck Log Requirements as follows: 1. Stump Height: Maximum Stump height of cut timber is 12-inches on the

uphill side of the tree. 2. Timber Falling: All timber to be felled inside the work limits. No timber or

slash shall be allowed outside the work limits. 3. Limbing: Contractor shall cut exposed limbs from logs prior to skidding. 4. Bucking: Trees shall be bucked in various lengths to obtain the greatest

utilization of material meeting the utilization standards for the timber buyer/mills preferred lengths.

5. Utilization Standards: a. Log section minimum length: Logs to be harvested, decked and

transported are to be cut in lengths not less than 10-feet with a minimum diameter not less than ten-inches as measured from inside the bark line at the small end of the log.

b. Log lengths and trim allowance: Per Mill/Timber Buyer preferred lengths.

c. Deck Logs on existing landings: Placing logs on and existing landing is prohibited unless United States Forest Service (USFS) has otherwise agreed.

d. Log Deck Location: The log deck shall be located within a 4-mile radius of the R-71 Road/Camp X Road staging area/borrow site at a location to be identified by the District at the preconstruction meeting.

e. Timber Branding: All timber must be branded and painted on both ends of the log with USFS brand given to represent the unit before removal.

f. Timber Inspection: Timber/Log Decks shall be inspected by USFS representative prior to removal from project work limits.

g. Timber Harvest Waste: All waste generated from clearing and grubbing, tree removal, tree trimming, and tree harvesting operations is to be disposed of in a legal manner. Timber harvest waste consists of tree limbs, branches, unmarketable or undersized trees or tree sections, dead and/or down trees, stumps, roots, tree root balls, etc. within the project area.

Page 269: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02050 - 4 Demolition

h. Timber Disposal: All timber to be disposed of by Contractor at no additional cost to the District.

i. Tree Salvaging Timber Harvest and Log Deck Requirements: Because these logs are being salvaged per Buyer/Mill preferred lengths; non-standard lengths, broken ends, etc. are acceptable to minimize waste.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING

A. Remove demolition debris daily.

B. Do not burn material on site.

C. Remove all man-made debris, including power poles, etc. within work zone.

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 270: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 1 Earthwork

DIVISION 02 SITE WORK

SECTION 02200

EARTHWORK

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Site preparation.

B. Earthwork.

C. Installation.

D. Pumping and dewatering as required for all construction.

E. Sheeting, shoring, bracing and protection work.

F. Excavation.

G. Disposal of excavated materials.

H. Final Grading.

I. Fills and Backfills.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330 2. Temporary Facilities and Controls: Section 01500

B. Related Work specified elsewhere: 1. Demolition: Section 02050 2. Rock Riprap: Section 02269 3. Geotextile: Section 02373 4. Aggregate Base Roadway: Section 02500 5. Subdrain System: Section 02620 6. Drainage Composites: Section 02621 7. Mechanically Stabilized Earthen Retaining Walls: Section 02836 8. Landscaping and Restoration: Section 02900 9. Rock Dowels: Section 03050 10. Cast-in-Place Concrete: Section 03300 11. Grout: Section 03600 12. Rock and Concrete Anchors: Section 05502

Page 271: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 2 Earthwork

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. ASTM International (ASTM), latest edition

a. ASTM D1557 Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort.

b. ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates.

c. ASTM D422 Standard Test Method for Particle-Size Analysis of Soils.

d. ASTM D3080 Standard Test Method for Direct Shear Test of Soils Under Consolidated Drained Conditions.

e. ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.

2. Caltrans Standard Specifications, latest edition.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Materials samples: 1. Bulk samples of all import materials. 2. Existing gradation tests and index properties of all proposed import

materials.

B. Dewatering: 1. Proposed equipment. 2. Well or sump location, size, and details of construction.

C. Blast operation: 1. Blast plan showing pattern, loading, delays, etc. 2. Blasting mats. 3. USFS blasting permit.

1.8 QUALITY ASSURANCE

A. Regulatory requirements: 1. All references to “standard specifications” shall mean the State of

California, Department of Transportation (Caltrans) standard specifications, latest edition. Construction not specified on these plans or specific County ordinances shall conform to the requirements of the standard specifications. The contractor is obligated to familiarize himself with applicable specifications not discussed in the general notes.

Page 272: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 3 Earthwork

2. Clearing and grubbing shall conform to the provisions of Section 16 of the standard specifications.

3. All excavation, embankment, and backfill shall conform to the provisions in Section 19, “Earthwork,” of the standard specifications.

4. Shall be performed in accordance with the project QCIP. The anticipated testing frequency includes:

Recommended Field Verification Testing for Engineered Fill

Material Test Performed Frequency Purpose

Fill

In Situ Density/Moisture Test

4 per 1,000 cubic yards or at a minimum of 4 tests per day

Assess adequacy of compaction effort

Confirmation of Nuclear Gauge 1 per 10,000 cubic yards Assess reliability of

field density

Modified Proctor 1 per 5,000 cubic yards or 1

per each import source, whichever is more appropriate

Assess material change

Gradation test 1 per 5,000 cubic yards or per each import source

Assess particle size gradation adequacy

1.9 DELIVERY, STORAGE, AND HANDLING (Not Used)

1.10 PROJECT CONDITIONS

A. Site Conditions: 1. The subsurface materials beneath Flume 38-40 generally consist of fine

silty sand (SM) overlying granitic rock. Approximately 15 feet of fine silty sand material overlies highly weathered granitic rock and oversized rock near both canal transitions. The canal bench was observed to consist of loose sand and gravel with cobble-sized material.

B. Protection: 1. Protect adjacent structures and surrounding areas from damage during

excavation. 2. Do not remove trees from outside excavation or fill areas, unless

otherwise shown on drawings; protect from permanent damage by construction activities.

3. Protect work from erosion or other similar types of damage until the project or segment of project has been completed.

4. Provide temporary bridges for walkways, etc. 5. All equipment shall be weed free and inspected prior to being brought

onsite.

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

Page 273: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 4 Earthwork

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Classification of excavated materials: 1. None. 2. Remove and handle excavated materials regardless of its type,

character, composition, condition, or depth.

B. Road base: 1. Caltrans specification for Class 2 aggregate base (1-1/2” maximum). 2. Sieve Size % Passing Sieve 2” 100 1-1/2” 90-100 1” -- 3/4" 50-85 #4 25-45 #30 10-25 #200 2-9 3. Serpentine rock aggregate base shall not be allowed. 4. Compact to at least 95 percent of the relative compaction based on the

ASTM D1557 test method.

C. Backfill materials may be obtained from on-site materials. Backfill shall be weed free.

D. All road base materials shall be weed free.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION/ CLEARING AND GRUBBING

A. Site Preparation within limits of grading. 1. Removal of trash and debris, and stripping of surface vegetation

including the root zone of brush and trees less than 10-inch in diameter (DBH) in areas to receive grading and dispose as waste material.

2. Remove abandoned underground structures such as culverts or utility vaults and replace with compacted engineered fill.

Page 274: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 5 Earthwork

3. Voids or depressions created by the removal of buried objects, removal of all loose soil and debris, shall be backfilled with compacted engineered fill.

4. Fell trees greater than 10-inch in diameter (DBH) and leave them on a stable area on the hillside approved by District.

5. Grub stumps. 6. Remove waste materials from site and dispose daily. 7. Removal shall include loose materials found on the uphill side of the

facility.

B. Rock Slope Scaling. 1. Scale loose and detached rock and break the rock up to 6-inch minus

material for re-use or dispose of larger material. All rock on the cut face that is loose, hanging, or that creates a potentially dangerous situation shall be removed or stabilized to the District’s satisfaction following demolition. The slopes shall be scaled throughout the duration of the Contract and at such frequency as required to remove all hazardous loose, detached rock or overhangs. The slopes shall be scaled using a suitable standard steel mine-scaling rod.

C. General Subgrade Preparation: 1. Scarify the subgrade in all areas to receive Structural improvements to

a depth of at least 12 inches, backfill with compacted engineered fill. 2. Excavate to firm native material and replace with engineered fill in any

soft or loose areas, or zones. The contract documents anticipate the over-excavation of up to 50 cubic yards of loose material in the canal transition areas.

D. Removal of Unsuitable Material: 1. Remove loose and disturbed fill material and colluvium. 2. Remove unsuitable material consisting of material classified as CH, MH,

OH, PT or looser soft material to firm, native soil or weathered rock. 3. Over-excavate a minimum of 4’-0” or to firm undisturbed bedrock for the

MSE wall foundation (toe) and a minimum of 5’-0” for flume/canal transitions, or as otherwise directed by the engineer.

4. Removal shall include scaling of exposed detached rock, stacked rock, and debris within the work area.

5. Specific to the Canal Bench: a. The existing bench fill to the limits shown on the plans shall be

scarified, moisture conditioned, compacted to a minimum of 90% of ASTM D1557, completely covered with Geotex 315ST woven geotextile fabric installed in accordance with the manufacturer’s specifications, and covered with a minimum of 6” of Caltrans Class 2 Aggregate Base Rock compacted to a minimum of 95% of ASTM D1557.

Page 275: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 6 Earthwork

E. Benching and Keying Fills: 1. Slopes with inclinations of 6H:1V (horizontal: vertical) or steeper shall

be benched during placement of engineered fill. Excavate down to weathered bedrock prior to affecting road work areas.

2. Benches shall consist of a level surface excavated at least 4 feet horizontally into native subgrade.

3. Benches shall continue progressively up the slope at vertical increments of not greater than 3 feet.

4. Fill placed on slopes that are steeper than 4H:1V shall be keyed into firm native soil or weathered rock at the toe of the fill slope.

5. The bottom of the keyway shall extend a minimum of 3 feet below downslope grade and a have a minimum width of 10 feet (extending beneath the toe of the fill slope) and shall be drained.

F. Engineered Fill: 1. All fill shall be a homogenous mixture of soil and rock free of vegetation,

organic material, rubbish, and/or rubble. 2. Highly plastic or organic soils shall not be used for engineered fills.

Import material or processed native material shall be used as engineered fill.

3. Imported material shall be used as specified below.

Direct Shear (ASTM D3080)

Atterberg Limits (ASTM D4318)

Particle Size (ASTM C136 or D422)

34 degrees PI < 15 LL < 40

100% passing the 6 in. sieve Minimum of 85% passing the 2-1/2 in. sieve

Maximum of 30% passing the #200 sieve

4. District Representative shall observe and approve fill material in writing prior to the material being brought on site.

5. Rocks larger than 6 inches shall be minimized in the upper 5 feet of fills and in MSE (geogrid sections) to facilitate trenching for utilities and foundations.

6. Rocks placed in fill should be surrounded by a well-compacted soil matrix.

7. Engineered fill consisting predominantly of soil shall be placed in horizontal loose lifts not exceeding 8 inches in thickness, moisture conditioned as necessary and compacted to a minimum of 90 percent of the maximum dry density as determined by the ASTM D1557 test method.

8. Fill slopes shall be laterally over-built at least 12 inches, and the slope face trimmed back to firm, compacted material. Alternatively, the slope face can be track-walked with a dozer.

9. Specific to Flume 38-40: a. Segregated rock shall meet the requirements stated in this

section.

Page 276: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 7 Earthwork

G. Temporary Slopes/Shoring: 1. Temporary slopes and shoring shall conform to OSHA standards. 2. Shored excavations shall be constructed from the top down in lifts not

exceeding 5 vertical feet in height. Excavation of subsequent lifts shall not be performed until shoring of the adjacent upper lift has been completed.

3. Protection of workers and adjacent structures, shoring design, and the stability of all temporary slopes shall be contractually established as solely the responsibility of the contractor.

3.3 INSTALLATION

A. General: 1. Perform work in a safe and proper manner with appropriate precautions

against hazard. 2. Provide adequate working space and clearances for work performed

within excavations and for installation and removal of concrete forms. 3. Do not undercut excavation faces for existing footings or improvements. 4. Remove soft soil materials, loose materials, wood, debris and

deleterious substances encountered within excavated areas. 5. Clean subgrades of loose material before concrete is placed thereon. 6. Preservation of trees.

a. Remove identified hazard trees and deck those felled within 25-feet of the flume. Hazard trees beyond 25-feet of the flume may be felled and left in a stable position on the hillside.

b. Do not remove trees outside fill or excavated areas, except as authorized by Engineer.

c. Protect trees left standing from permanent damage by construction operation.

B. Dewatering: 1. Provide and maintain adequate dewatering equipment to remove and

dispose of surface and groundwater entering excavations, trenches, and other parts of the work.

2. Keep each excavation dry during subgrade preparation and continually thereafter until the structure to be built or the pipe to be installed is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result.

3. Dewater excavations which extend to or below groundwater by lowering and keeping the groundwater level beneath such excavation at least 24 inches below the bottom of the excavation.

4. Divert surface water or otherwise prevent it from entering excavated areas or trenches to the extent practical without damaging adjacent property.

5. Contractor is responsible for the condition of any pipe or conduit he uses for drainage. All drainage pipes shall be left clean and free of sediment.

Page 277: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 8 Earthwork

6. Provide and pay for all power, services, manpower, etc., to maintain a completely dry construction site.

7. Obtain all required local, State and Federal permits required to discharge water pumped from the excavations.

C. Sheeting, shoring, and bracing: 1. Provide proper and substantial sheeting, shoring and bracing as

required to prevent caving or sliding, to protect workers, and the Work, and to protect existing structures and facilities.

2. Design and build sheeting, shoring and bracing to withstand all loads that might be caused by earth movement or pressure and to be rigid, maintaining shape and position under all circumstances.

3. Do not pull trench sheeting before backfilling.

D. Blasting: 1. When the use of explosives is required for prosecution of the work, the

Contractor shall use the utmost care not to endanger life or property. Contractor shall comply with all applicable Federal, State, and local laws pertaining to the use, storage and handling of explosives.

2. Explosives are to be stored in accordance with the provisions of Subchapter 4, Title 8, Construction Safety Orders of the California Code of Regulations.

3. Contractor is responsible to secure required permits, including permits from Fire Department (USFS) and California Department of Forestry, for use and storage of explosives.

4. Contractor shall notify the proper representatives of any public service corporation, any company, or any individual at least 24 hours in advance of any blasting which may damage his or their property, along or adjacent to the construction zone.

5. Blasting mat shall be used at all times. Flying rock is prohibited. If flying rock is experienced, the Contractor shall gather all rock and dispose of it in the designated area.

6. The Contractor shall monitor the blasting with a seismograph. Accelerations or peak particle velocities shall not cause damage to the existing structure.

7. All persons shall be removed from the area prior to blasting. 8. Contractor shall designate in writing a single responsible individual as

the Powder Foreman. 9. Carelessness and/or incompetency:

a. Carelessness or incompetency by Powder Foreman shall be grounds for immediate removal from said position or responsibility.

b. Request for removal by Owner or Engineer shall be honored immediately.

c. Person removed from this position shall not be permitted to handle or use explosives on the remainder of the project.

Page 278: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02200 - 9 Earthwork

E. Disposal of excavated materials: 1. Dispose of excavated rock materials in the designated areas only. All

other materials shall be disposed of in accordance with Section 02050, Demolition.

2. Remove debris, junk, over-sized stones, stumps, logs, roots, and other unsuitable material from the site.

F. Final grading: 1. After completion of all other outside work and after backfilling and

embankments are completed and settled, bring to grade at the indicated elevations, slopes, and contours all areas of the site to be graded.

2. Graders and other power equipment may be used for final grading and slope dressing if the result is uniform and equivalent to hand work.

3. Grade all surfaces for effective drainage. 4. Provide a 2 percent minimum slope away from structures except as

otherwise required. G. Contractor must notify Engineer at least 48 hours in advance of backfill

compaction activities.

H. Fills and embankment:

1. Owner will arrange and pay for passing compaction tests based on the ASTM D1557 test method, on each type of fill material.

2. In-place compaction test for each lift of material placed. 3. All excavations should be performed in accordance with CAL/OSHA

and Caltrans standards.

I. Pipe embedment and backfill Testing:

1. One (1) in-place density test for each 100 feet of trench, per lift. 2. Other in-place density test selected at random.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 279: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02269 - 1 Rock Riprap

DIVISION 02 SITE WORK

SECTION 02269

ROCK RIPRAP

PART 1 GENERAL

1.1 SECTION INCLUDES

A. This section covers all work for rock riprap. Rock riprap is used as an energy dissipater and to protect critical stream banks from the erosive forces of water.

1.2 RELATED SECTIONS

A. Related Work specified elsewhere: 1. Earthwork: Section 02200 2. Geotextile: Section 02373

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. Caltrans Standard Specifications, Section 72.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Product Certification – Manufacturer’s certificate of compliance stating that the riprap meets the requirements of this section.

1.8 QUALITY ASSURANCE (Not Used)

1.9 DELIVERY, STORAGE, AND HANDLING (Not Used)

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

Page 280: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02269 - 2 Rock Riprap

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Rock 1. Rock fragments shall be large flat pieces, angular to sub-rounded in

shape. To achieve a stable vertical wall, the rock will have relatively straight edges to allow stacking. See plans for rock specification.

2. Rock shall be clean and not contaminated with soil or noxious weed seed.

B. Geotextile Fabric 1. Geotextile fabric for use with rock slope protection shall be Geotex 315

ST (woven), or approved equal as shown on plans.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION (Not Used)

3.3 INSTALLATION

A. Riprap Construction Method 1. Rock riprap shall be installed at the locations shown on the plans or as

directed by the District Representative.

B. Geotextile Fabric Placement 1. Geotextile fabric shall be placed in accordance with the project

drawings.

C. Rock Placement 1. Rock shall be placed as to provide maximum rock to rock contact

between successive courses, minimal bridging between rocks and minimal voids between the stacked rocks. The contractor shall hand chink all voids between rocks prior to back filling of the drainage channel, chinking will be placed so as to be “locked” into the drainage channel. Rock shall be stacked such that horizontal joints between rocks are staggered, with no joint running vertically through 2 or more courses. Thin rocks shall be used as shims to adjust the elevation of any stacked rock. The stacked rock riprap shall be placed as shown on

Page 281: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02269 - 3 Rock Riprap

the project drawings and placed in accordance with Section 72 of the Caltrans Standard Specifications.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 282: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02373 - 1 Geotextile

DIVISION 02 SITE WORK

SECTION 02373

GEOTEXTILE

PART 1 GENERAL

1.1 SECTION INCLUDES

A. This specification covers the use of Geotextile fabric as shown in the details and plans.

1.2 RELATED SECTIONS

A. Related Work specified elsewhere: 1. Mechanically Stabilized Earthen Retaining Walls: Section 02836 2. Earthwork: Section 02200

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. ASTM International (ASTM), latest edition

a. ASTM D4354 Standard Practice for Sampling of Geosynthetics and Rolled Erosion Control Products (RECPs) for Testing.

b. ASTM D4355 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus.

c. ASTM D4716 Standard Test Method for Constant Head Hydraulic Transmissivity (In-Plane Flow) of Geotextiles and Geotextile Related Products.

d. ASTM D4759 Determining the Specification Conformance of Geosynthetics.

e. ASTM D6637 Determining Tensile Properties of Geogrids by the Single or Multi-Rib Test Method.

f. ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil Aggregate by Nuclear Methods.

g. ASTM D7737 Standard Test Method for Individual Geogrid Junction Strength (replaced GG2).

h. ASTM F904 Standard Test Method for Comparison of Bond Strength or Ply Adhesion of Similar Laminates Made from Flexible Materials.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

Page 283: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02373 - 2 Geotextile

1.7 SUBMITTALS

A. Product Data and Certification – Manufacturer’s certificate of compliance stating that the geotextile meets the requirements of this section. For needle punched geotextiles, the manufacturer shall also certify that the geotextile has been continuously inspected using permanent on-line full-width metal detectors and does not contain any needles which could damage other geosynthetic layers. The certificate of compliance shall be attested to by a person having legal authority to bind the geotextile manufacturer.

1.8 QUALITY ASSURANCE (Not Used)

1.9 DELIVERY, STORAGE AND HANDLING

A. Delivery 1. The District Representative shall be notified a minimum of 24 hours

prior to delivery and unloading of geotextile rolls. Rolls shall be packaged in an opaque, waterproof, protective plastic wrapping. The plastic wrapping shall not be removed until deployment. If quality assurance samples are collected, rolls shall be immediately rewrapped with the plastic wrapping. Geotextile or plastic wrapping damaged during storage or handling shall be repaired or replaced, as directed. Each roll shall be labeled with the manufacturer's name, geotextile type, roll number, roll dimensions (length, width, gross weight), and date manufactured.

B. Storage 1. Rolls of geotextile shall be protected from construction equipment,

chemicals, sparks and flames, temperatures in excess of 160 degrees F, or any other environmental condition that may damage the physical properties of the geotextile. To protect geotextile from becoming saturated, rolls shall either be elevated off the ground or placed on a sacrificial sheet of plastic in an area where water will not accumulate.

C. Handling 1. Geotextile rolls shall be handled and unloaded with load carrying

straps, a fork lift with a stinger bar, or an axial bar assembly. Rolls shall not be dragged along the ground, lifted by one end, or dropped to the ground.

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

Page 284: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02373 - 3 Geotextile

PART 2 PRODUCTS

2.1 MANUFACTURERS

2.2 MATERIALS

A. Geotextile 1. Geotextile shall be Geotex 315ST (woven), or approved equal as

shown on plans.

B. Thread 1. Sewn seams shall be constructed with high-strength polyester, nylon, or

other approved thread type, Thread shall have ultraviolet light stability equivalent to the geotextile and the color shall contrast with the geotextile.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL

A. The Manufacturer shall be responsible for establishing and maintaining a quality control program to assure compliance with the requirements of the specification. Documentation describing the quality control program shall be made available upon request. Manufacturing quality control sampling and testing shall be performed in accordance with the manufacturer's approved quality control manual. As a minimum, geotextiles shall be randomly sampled for testing in accordance with ASTM D4354, Procedure A. Acceptance of geotextile shall be in accordance with ASTM D4759. Tests not meeting the specified requirements shall result in the rejection of applicable rolls.

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. Subgrade Preparation 1. The surface underlying the geotextile shall be smooth and free of ruts of

protrusions which could damage the geotextile. Subgrade materials and compaction requirements shall be in accordance with Section 02200, Earthwork.

3.3 INSTALLATION

A. Placement 1. The Contractor shall notify the District Representative a minimum of 24

hours prior to installation of geotextile. Geotextile rolls which are damaged or contain imperfections shall be repaired or replaced as directed. The geotextile shall be laid flat and smooth so that it is in

Page 285: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02373 - 4 Geotextile

direct contact with the subgrade. The geotextile shall also be free of tensile stresses, folds, and wrinkles. On slopes steeper than 10 horizontal to 1 vertical, the geotextile shall be laid with the machine direction of the fabric parallel to the slope direction.

B. Seams 1. Overlap Seams – Geotextile panels shall be continuously overlapped a

minimum of 24 inches at all longitudinal and transverse joints. Where seams must be oriented across the slope, the upper panel shall be lapped over the lower panel, if approved, sewn seams may be used instead of overlapped seams.

2. Sewn Seams – Factory and field seams shall be continuously sewn on all slopes steeper than 4 horizontal to 1 vertical. The stitch type used shall be a 401 locking chain stitch or as recommended by the manufacturer. For field and factory seams which are sewn, the Contractor shall provide at least a 6-foot sample of sewn seam before the geotextile is installed. For seams that are field sewn, the seams shall be sewn using the same equipment and procedures as will be used for the production seams. If seams are sewn in both the machine and cross machine direction, samples of seams from both directions shall be provided. Seam strength shall meet the minimum requirements specified in Table 1. The thread at the end of each seam run shall be tied off to prevent unraveling. Skipped stitches or discontinuities shall be sewn with an extra line of stitching with a minimum of 18 inches of overlap.

C. Repairs 1. Torn or damaged geotextile shall be repaired. Clogged areas of

geotextile shall be removed. Repairs shall be performed by placing a patch of the same type of geotextile over the damaged area. The patch shall extend a minimum of 36 inches beyond the edge of the damaged area. Patches shall be continuously fastened using approved methods. The machine direction of the patch shall be aligned with the machine direction of the geotextile being repaired. Geotextile rolls which cannot be repaired shall be removed and replaced. Repairs shall be performed at no additional cost to the District.

D. Penetrations 1. Penetrations of the geotextile shall be constructed by methods

recommended by the geotextile manufacturer.

E. Covering 1. Geotextile shall not be covered prior to inspection and approval by the

District Representative. Cover soil shall be placed in a manner that prevents soil from entering the geotextile overlap zone, prevents tensile stress from being mobilized in the geotextile, and prevents wrinkles from folding over onto themselves. On side slopes, said backfill shall be placed from the bottom of the slope upward. Cover soil shall not be dropped onto the geotextile from a height greater than 3 feet. No equipment shall be operated directly on top of the geotextile without

Page 286: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02373 - 5 Geotextile

approval of the District Representative. Equipment with ground pressures less than 7 psi shall be used to place the first lift over the geotextile. A minimum of 12 inches of soil shall be maintained between full-scale construction equipment and the geotextile. Equipment placing cover soil shall not stop abruptly, make sharp turns, spin their wheels, or travel at speeds exceeding 5 mph.

3.4 PROTECTION

A. The geotextile shall be protected during installation from clogging, tears, and other damage. Damaged geotextile shall be repaired or replaced as directed. Adequate ballast (e.g. sand bags) shall be used to prevent uplift by wind. The geotextile shall not be left uncovered for more than 14 days after installation.

3.5 FIELD QUALITY CONTROL

A. Manufacturer’s certification 1. The contractor shall provide the manufacturer’s certification.

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 287: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02500 - 1 Aggregate Base Roadway

DIVISION 02 SITE WORK

SECTION 02500

AGGREGATE BASE ROADWAY

PART 1 GENERAL

1.1 SECTION INCLUDES

A. This work shall consist of constructing an aggregate base road as identified on the plans.

B. This work shall also consist of furnishing and installing aggregate base rock at the depths/thicknesses as shown on the plans.

C. Information shown on the Construction Plans regarding existing site conditions is believed to be correct, but it is not guaranteed. Contractor should visit the site and prepare surveys for necessary information and data regarding present ground levels, conditions of property, access and size of obstructions.

1.2 RELATED SECTIONS

A. Related Work specified elsewhere: 1. Earthwork: Section 02200

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. ASTM International (ASTM), latest edition

a. ASTM D1557 Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort.

2. Caltrans Standard Specifications, Section 26.

1.4 SYSTEM DESCRIPTION (NOT USED)

1.5 DEFINITIONS (NOT USED)

1.6 DESIGN REQUIREMENTS (NOT USED)

1.7 SUBMITTALS

A. District Representative approval is required for submittals. The following shall be submitted for District approval. 1. Contractor shall submit certified gradation and R-value test results for

the aggregate base and the name, address and phone number of the

Page 288: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02500 - 2 Aggregate Base Roadway

supplier at least 21 calendar days prior to installation of the aggregate base.

1.8 QUALITY ASSURANCE (NOT USED)

1.9 DELIVERY, STORAGE, AND HANDLING (NOT USED)

1.10 PROJECT CONDITIONS (NOT USED)

1.11 COORDINATION (NOT USED)

1.12 WARRANTY (NOT USED)

PART 2 MATERIALS

2.1 MANUFACTURERS (NOT USED)

2.2 MATERIALS

A. Aggregate base material and method of placing shall conform to Section 26 of the Caltrans Standard Specifications and shall be Class 2 aggregate base, 1-1/2" maximum gradation.

2.3 ACCESSORIES (NOT USED)

2.4 FABRICATION (NOT USED)

2.5 SOURCE QUALITY CONTROL (NOT USED)

PART 3 EXECUTION

3.1 EXAMINATION

A. The Contractor shall visit the site and become familiar with all conditions affecting the work.

B. Verify that all subgrade surfaces have been brought to proper elevation and meet the requirements for compaction as specified in Section 02200, Earthwork and per District Representative’s recommendation.

3.2 PREPARATION (Not Used)

3.3 APPLICATION

A. Scarify, moisture condition, and compact the top 8" of the roadway subgrade to 95% of the maximum dry density as determined by the ASTM D1557 test method.

B. Aggregate Base Method of Placing: Shall conform to Section 26 of the Caltrans Standard Specifications excepting modification as herein specified.

Page 289: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02500 - 3 Aggregate Base Roadway

C. Aggregate Base shall be placed in 6" maximum lifts on top of the specified geotextile and each lift will be compacted to 95% relative compaction in accordance with ASTM D1557.

D. The material will be deposited on the subgrade in such a manner as to provide a uniform section of material within five percent tolerance of the predetermined required depth. Deposition will be by spreader box or bottom dump truck to prevent segregation of the material. The material so deposited on the subgrade shall have sufficient moisture which, in the opinion of the District Representative, is adequate to prevent excessive segregation. It shall then be immediately spread to its planned grade and cross section. Undue segregation of material, excessive drifting or spotting of material will not be permitted and any material, in the opinion of the District Representative, to be unsuitably segregated, shall be removed from the subgrade or completely reworked to provide the desired uniformity of the material.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 290: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02620-1 Subdrain System

DIVISION 02 SITE WORK

SECTION 02620

SUBDRAIN SYSTEM

PART 1 GENERAL

1.1 SECTION INCLUDES

A. The work includes constructing perimeter foundation drains.

1.2 RELATED SECTIONS

A. Related Work specified elsewhere: 1. Earthwork: Section 02200 2. Mechanically Stabilized Earthen Retaining Walls: Section 02836

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. ASTM International (ASTM), latest edition

a. ASTM D1557 Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort.

b. ASTM D2665 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings.

c. ASTM D2729 Standard Specification for Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings.

2. Caltrans Standard Specifications, Section 68.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Product Data: Manufacturer’s certificate of compliance stating that the pipe meets the requirements of this section.

1.8 QUALITY ASSURANCE (Not Used)

1.9 DELIVERY, STORAGE, AND HANDLING (Not Used)

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

Page 291: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02620-2 Subdrain System

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Pipe 1. Pipe shall be Schedule 40 or 80 PVC (DWV-location per plans)

conforming to ASTM D2665 or approved equal. Perforated pipe shall have either round or slotted perforations. Perforations shall be shop drilled.

2. Perforated PVC drain pipe shall conform to the provisions of ASTM D2729. Provide two rows of 3/8-inch perforations at 6 inches on center.

B. Filter Fabric 1. Filter fabric shall be Geotex 315ST or an approved equal.

C. Backfill 1. Caltrans specification for Class 2 Permeable Material (3/4” maximum).

Sieve Size % Passing Sieve 1” 100 ¾” 90 - 100 3/8” 40 - 100 No. 4 25 - 40 No. 8 18 - 33 No. 30 5 - 15 No. 50 0 - 7 No. 200 0 - 3

2. Serpentine rock aggregate base shall not be allowed. 3. Compact to at least 90 percent of the relative compaction based on the

ASTM D1557 test method.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

PART 3 EXECUTION (Not Used)

END OF SECTION

Page 292: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02621 - 1 Drainage Composites

DIVISION 02 SITE WORK

SECTION 02621

DRAINAGE COMPOSITES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. This specification includes Prefabricated Drainage Composite for: 1. Below grade, vertical wall applications. 2. Below grade, horizontal applications.

1.2 RELATED SECTIONS

A. Related Work specified elsewhere: 1. Earthwork: Section 02200 2. Mechanically Stabilized Earthen Retaining Walls: Section 02836 3. Landscaping and Restoration: Section 02900 4. Cast-in-Place Concrete: Section 03300

1.3 REFERENCES (Not Used)

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Product Data: Submit manufacturer's product data certificates of compliance for drainage composites specified.

B. Shop Drawings: Submit shop drawings showing layout, profiles, and product components, including accessories for drainage composites.

C. Samples: Two samples of each wall system component: 1. Drainage Composite: 4 inches by 8 inches (102 mm by 203 mm) piece.

1.8 QUALITY ASSURANCE

A. Pre-Installation Testing: In accordance with manufacturer's recommendations and warranty requirements, conduct pre-installation testing of substrates to receive drainage composites.

Page 293: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02621 - 2 Drainage Composites

1.9 DELIVERY, STORAGE, AND HANDLING

A. Packing, Shipping, Handling and Unloading: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. Schedule deliveries to avoid construction delays but minimize jobsite storage.

1.10 PROJECT CONDITIONS

A. When Drainage Composite is installed in conjunction with a waterproofing product, the Drainage Composite must be compatible with the waterproofing product and installed by methods acceptable to the waterproofing product manufacturer.

B. The outfall for any drainage pipe used with the drainage panels shall be coordinated with the site drainage.

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION

A. Site Verification of Conditions: Verify substrate conditions (which have been previously installed under other sections) are acceptable for product installation in accordance with manufacturer's instructions. Do not proceed with drainage installation until substrate conditions are acceptable for compliance with manufacturer's warranty requirements.

3.2 PREPARATION

A. Adjacent Surfaces Protection: Protect adjacent work areas and finish surfaces from damage during installation operations.

B. Concrete Surface Preparation: Prepare concrete surfaces to receive drainage composite. Surfaces shall be smooth, free of depressions, voids, protrusions, clean and free of other surface contaminants that may impair the performance of drainage and manufacturer's warranty requirements. 1. Cast-in-Place Concrete: Decks shall be monolithic, smooth, free of voids,

spalled areas, laitance, honeycombs, and sharp protrusions. Refer to Division 3 Concrete Section for concrete strength, density, finish, curing methods and other concrete requirements.

2. Precast Concrete Decks: Decks shall be mechanically secured to minimize differential movement and each joint between precast units

Page 294: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02621 - 3 Drainage Composites

shall have an installed backer rod. Grout precast units as recommended by manufacturer.

3. Shotcrete: Surface shall be monolithic and smooth with no undulations, irregularities or exposed wire mesh.

C. Substrate Cleaning: Clean substrate that is to receive drainage. Remove loose debris and other harmful contaminants that will affect performance of drainage composite.

3.3 INSTALLATION

A. Drainage Course Vertical Surfaces: 1. Completed Walls: Position the panel with the flat side against the wall

and filter fabric toward the soil/drainage side. Contact adhesive or a washer headed concrete nail may be used to attach the panel against the concrete wall.

2. Shoring Systems or Vertical Soil Excavations: Position the panel with the fabric facing the shoring or soil. Nails of sufficient length should be used to pin the panel directly against the shoring or soil. The fabric should lay flat against the shoring or soil to minimize voids. Concrete or shotcrete may be placed directly against the backside on the drainage composite.

3. Buttress Drainage and Landslide Repair: Should be rolled out fabric side down onto the properly prepared subgrade. A "chimney" drain type drain pattern should be formed. a. Spacing between Drainage Composite chimney drains will be

dictated by the District Representative. Chimney drains should be connected to the continuous horizontal collector panel by overlapping a minimum of 12" into the collector panel.

b. Secure to the subgrade by ballasting with soil or nailing through the Drainage Composite panel into the underlying hillside. Fabric flaps must be folded over onto the core and secured with duct tape or soil ballast.

4. Edge Drain or Trench Drain: a. Lay out in 50 to 500 foot lengths adjacent to the previously

cut/excavated trench. b. Panel end laps may be connected by overlapping the panels and

applying locking clips or buttoning of the dimples. Flexible corrugated polyethylene or rigid PVC pipe, which has been wrapped with filter fabric, should be placed in the bottom of the trench. The Drainage Composite panel should be lowered into the trench beside the pipe and temporarily secured to the trench wall by nailing or propping. The Fabric side of the panel must face the direction from which the water is flowing. Fabric overlaps on the top of the Drainage Composite panels should be draped over the back of the core. Backfilling should be completed immediately.

Page 295: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02621 - 4 Drainage Composites

5. Connecting Adjacent Panels: Connect adjacent panels at the longitudinal edge by pulling the filter fabric back to expose the flange. The panel edge should be butted to the edge of the adjacent panel dimple to dimple or the edge of the next panel may be placed over two dimples and interlocked. Panel ends are to be attached in the same manner. Connections should be completed in shingle fashion so that moisture will flow with the overlap and not against it. Overlap fabric in the direction of water flow. Cover all terminal edges with the filter fabric flap by tucking in behind the core.

B. Discharge Connections for Drainage: 1. Foundation/Retaining Wall: Install prefabricated drainage collection

system in a vertical foundation wall to a horizontal footing configuration. Adhere to the substrate using contact adhesive or SecurTape tape. Place the hinged portion against the vertical/horizontal transition and press into place. Connect adjacent panels by pulling filter fabric back to expose the flange. Overlap the flange of the core of edge drain on to the flange of the preceding drain core. Cover the joint with the filter fabric. Install Drainage Composite in shingle fashion by overlapping the flange in the direction of water flow and cover with filter fabric. Cover all terminal edges of the core with the fabric flap by tucking it behind the core.

2. Discharge Connection Installation: Leaving the filter fabric in place, slide the Connector outlet over the horizontal portion and wrap with filter fabric.

3. Where drainpipe is indicated, place the drainpipe next to the core. Wrap the drainpipe or rock-pipe drain combination with an auxiliary piece of filter fabric.

C. Weep holes: Cut a hole in the core corresponding to the size and location of the weep hole. Avoid cutting a hole in the fabric by cutting the backside of the core between the dimples. A four dimple square area cut between the dimples (2½ square inch) should be sufficient for most applications.

D. Plaza Drains: Create openings in the Drainage Composite core to correspond with all discharge holes in the drain at the structural deck level. Fabric shall be placed over these holes to prevent intrusion of soil, grout, sand, or concrete into the drainage core.

E. Terminal Connections and Protrusions: Cover all terminal edges with the integral fabric flap by tucking it around the edge of the core and securing it. At protrusions, cut the core around the protrusion, cut an "X" in the fabric, and tape the fabric around the protrusion. Dirt and concrete must not infiltrate the core.

Page 296: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02621 - 5 Drainage Composites

3.4 PROTECTION

A. Protect installed products finished surfaces from damage during construction.

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING

A. Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Clean installed products in accordance with manufacturer's instructions prior to owner's acceptance. Remove construction debris from project site and legally dispose of debris.

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 297: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01; Contract No. E20-02

02836 - 1 Mechanically Stabilized Earthen Retaining Walls

DIVISION 02 SITE WORK

SECTION 02836

MECHANICALLY STABILIZED EARTHEN RETAINING WALLS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Mechanically stabilized earth (MSE) retaining wall system with high-density polyethylene or polypropylene geogrids positively connected to steel wire mesh facing units.

B. Face Fill and Backfill.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Temporary Facilities and Controls: Section 01500

B. Related Work specified elsewhere: 1. Earthwork: Section 02200 2. Geotextile: Section 02373 3. Drainage Composites: Section 02621 4. Landscaping and Restoration: Section 02900

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. ASTM International (ASTM), latest edition

a. ASTM D1557 Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort.

a. ASTM D2922 Standard Test Method for Density of Soil and Soil Aggregate in Place by the Nuclear Methods.

b. ASTM D3017 Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth).

c. ASTM D6637 Standard Test Method for Determining Tensile Properties of Geogrids by the Single or Multi-Rib Tensile Method.

d. ASTM D7737 Standard Test Method for Individual Geogrid Junction Strength (replaced GG2).

2. Caltrans Standard Specifications, latest edition. 3. Federal Highway Administration (FHWA), latest edition

a. FHWA-CFL/TD-0606 Rockery Design and Construction Guidelines

Page 298: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01; Contract No. E20-02

02836 - 2 Mechanically Stabilized Earthen Retaining Walls

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Submit under provisions of Section 01330.

B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods.

C. Samples: Two samples of each wall system component including: 1. Geogrids: 4 inch by 18 inch piece. 2. Geotextile: 4 inches by 8 inches piece

D. Manufacturer's Certificate: Certify Products meet or exceed specified requirements.

E. If weathered bedrock is encountered during excavation, Contractor shall:

1. Notify District of condition and schedule site visit by Engineer.

2. Provide subgrade as-built survey of approved weathered rock surface.

3. Evaluate alternate bedrock connection detail as provided by District.

1.8 QUALITY ASSURANCE

A. Manufacturer Qualifications: MSE wall system components manufactured by Redi-Rock International and companies approved and authorized by Redi-Rock International.

B. Installer Qualifications: Firm with documented experience of at least five projects of similar construction and scope. Include brief description of each project and name and phone number of owner's representative knowledgeable in each listed project.

C. Pre-Construction Meeting: Prior to construction of retaining walls, conduct a meeting at the site with the retaining wall materials supplier, the retaining wall installer, and the Contractor to review the retaining wall requirements. Notify the Owner and the Engineer at least 3 days in advance of the time of the meeting.

Page 299: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01; Contract No. E20-02

02836 - 3 Mechanically Stabilized Earthen Retaining Walls

1.9 DELIVERY, STORAGE, AND HANDLING

A. Store products in manufacturer's unopened packaging until ready for installation.

B. Prevent excessive mud, fluid concrete, epoxy, or other deleterious materials from coming in contact with and affixing to retaining wall materials.

C. Polymeric Materials: Store at temperatures above minus 20 degrees F; rolled materials may be laid flat or stood on end.

1.10 PROJECT CONDITIONS

A. Do not place backfill when subgrade is wet or frozen.

B. Do not place backfill during wet or freezing weather that prevents conformance with specified compaction requirements.

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Acceptable Manufacturer: 1. Redi-Rock International, 2940 Parkview Drive, Petoskey, MI 49770;

website: www.redi-rock.com; email: [email protected].

2.2 MATERIALS

A. Structural Geogrid: Tensar UX1100MSE 1. Ultimate Tensile Strength: 3,970 pounds per linear foot, minimum

average roll value, when tested in accordance with ASTM D6637. 2. Junction Strength: 3,690 pounds per linear foot, minimum average roll

value, when tested in accordance with ASTM D7737.

B. Structural Geogrid: Tensar UX1500MSE 1. Ultimate Tensile Strength: 7,810 pounds per linear foot, minimum

average roll value, when tested in accordance with ASTM D6637. 2. Junction Strength: 7,200 pounds per linear foot, minimum average roll

value, when tested in accordance with ASTM D7737.

C. Biaxial Geogrid: Tensar BX1120 1. Ultimate Tensile Strength: 850 lb/ft (machine direction) and 1,300 lb/ft

(cross direction) in accordance with ASTM D6637.

Page 300: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01; Contract No. E20-02

02836 - 4 Mechanically Stabilized Earthen Retaining Walls

D. Leveling Pad: 3/4" clean crushed rock. Gradation: Sieve Size % Passing Sieve 1” 100 ¾” 90 - 100 ½” 30 - 60 3/8” 0 - 20 No. 40 5

E. Crushed Rock Filler: Free draining, uniformly graded stone placed immediately behind the face of the wire mesh facing unit. Gradation:

Sieve Size % Passing Sieve 4” 100 2” 0 - 10

F. Backfill materials may be obtained from on-site materials. Backfill shall be weed free.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. Do not begin installation until excavation to foundation elevation has been completed and the foundation for the reinforced fill and leveling pad has been properly prepared.

B. If subgrade preparation is the responsibility of others, notify Engineer of unsatisfactory preparation. Do not begin work until unsatisfactory conditions have been rectified.

C. Excavation: 1. Excavate subgrade vertically to plan elevation and horizontally to

designed geogrid lengths. 2. Geotechnical Engineer shall observe and evaluate foundation area to

ensure proper bearing strength. 3. Remove soils not meeting required strength and replace with

Geotechnical Engineer-approved materials.

Page 301: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01; Contract No. E20-02

02836 - 5 Mechanically Stabilized Earthen Retaining Walls

D. Compaction: Compact foundation materials to a minimum of 95 percent Modified Proctor Dry Density in accordance with ASTM D1557.

3.3 INSTALLATION

A. Construct 1. Redi-Rock Walls: Per manufacturer's direction. 2. Rockery Walls: Per FHWA guidelines.

B. Fill: 1. Pull geogrid tight and secure by placing facing fill over the connection

prior to placement of reinforced fill over rest of geogrid. 2. Backfill: Place reinforced backfill material in compacted lifts, maximum

9 inches deep. Compact to minimum of 95 percent Modified Proctor Dry Density in accordance with ASTM D1557.

3. Use only hand-operated compaction equipment within 3 feet of front face. Use a minimum of 3 passes to compact this zone.

4. Do not perform soil density testing within 3 feet of front face. 5. Smooth and level backfill to ensure geogrid lays flat.

C. Geogrid placement: 1. Unroll the geogrid on the compacted backfill and cut to the length

indicated. 2. Pull geogrid tight to remove slack in the geogrid and at the facing unit

connection. 3. Stake or pin the geogrid near the end to maintain alignment and tension

during filling. 4. Place a minimum of 3 inches of fill between overlapping layers of

geogrid where overlapping occurs behind curves and corners of a wall. 5. Rubber tired vehicles may travel on the geogrid at low speeds, less

than 5 miles per hour. Turning of vehicles should be avoided to prevent dislocation or damage to the geogrid and the connected wall facing units.

6. Tracked vehicles shall not be operated directly on the geogrid. A minimum of 8 inches of fill cover over the geogrid is required for operation of tracked construction vehicles in the reinforced zone.

3.4 PROTECTION

A. Protect installed products until completion of project.

B. Touch-up, repair or replace damaged products before Substantial Completion.

3.5 FIELD QUALITY CONTROL

A. Notify the Engineer 72 hours in advance of testing.

B. Perform laboratory material tests in accordance with ASTM D1557.

Page 302: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01; Contract No. E20-02

02836 - 6 Mechanically Stabilized Earthen Retaining Walls

C. Perform in place compaction tests in accordance with the following: 1. Density Tests: ASTM D2922. 2. Moisture Tests: ASTM D3017.

D. Frequency of Tests: 1. Subgrade Soil: A minimum of one test per 1,000 SF of surface area. 2. Reinforced Backfill: Provide one test for every 50 CY of fill placed.

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 303: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02900 - 1 Landscaping and Restoration

DIVISION 02 SITE WORK

SECTION 02900

LANDSCAPING AND RESTORATION

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Provide all labor, tools, materials and equipment necessary to seed all areas disturbed as a result of construction activities.

B. Restore to match preconstruction conditions any vegetation growth damaged by construction activities.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330 2. Safety Submittals: Section 01340 3. Regulatory Requirements: Section 01410 4. Product Requirements: Section 01600

B. Related Work specified elsewhere: 1. Earthwork: Section 02200

1.3 REFERENCES (Not Used)

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Quality control submittals: 1. Dealer's guaranteed statement of composition of mixture, percentage of

purity, germination and maximum weed seed in mix. 2. Certified composition of fertilizer. 3. Submit location for source of straw mulch, waddles and straw bales. 4. Quality control weed free material, certification required.

1.8 QUALITY ASSURANCE (Not Used)

1.9 DELIVERY, STORAGE AND HANDLING

A. All seed shall be delivered to the site in unopened bags or containers, and tagged and labeled.

Page 304: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02900 - 2 Landscaping and Restoration

1.10 PROJECT CONDITIONS

A. Existing conditions: 1. Freeze conditions may exist at the Project site during the winter.

B. Elevation at the Flume 38-40 project site is 3,854+/– feet above mean sea level.

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Grass seed: 1. Seed variety:

a. Seed mixes: 1) Seed shall be state-certified seed of the latest season’s crop

and shall be delivered in original sealed packages bearing the producer’s guaranteed analysis for percentages of mixtures, purity, germination, weed-seed content, and inert material. Labels shall conform to USDA Federal Seed Act, Rules and Regulations and applicable state seed laws. Wet, moldy, or otherwise damaged seed will be rejected.

b. Seed mixtures: 1) Seed mixture shall conform to the USFS Mix A:

a) Dry to moderate sites, at low to mid elevations, at locations where maintenance practices do not require frequent cutting of vegetation:

Lotus purshianus .......................... 4.3 lbs/acre Bromus carinatus, (El Dorado) ... 20.5 lbs/acre Elymus Glaucus .......................... 18.2 lbs/acre

TOTAL .................................. 43.0 lbs/acre NOTE: No substitution of ecotypes will be permitted.

b) The seed mix listed above may be available at Conserva-Seed, 14423 Walnut Grove-Thornton Road, Walnut Grove, CA 95690 (Scott Stuart, 916-776-1200) or Pacific Coast Seed, 1925 N MacArthur Drive #100, Tracy, CA 95376 (David Gilpin, 925-373-4417).

c) The seeding rates are based on a minimum acceptable pure live seed (PLS) of 80 percent. When PLS is below 80 percent, adjust rates accordingly.

Page 305: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02900 - 3 Landscaping and Restoration

c. Seed quality: 1) Seed shall be of a quality which has minimum pure live seed

content of 80 percent (percent purity times percent germination) and weed seed shall not exceed 0.5 percent of the aggregate of pure live seed and other material. Seeding rates to be increased proportionately if pure live seed is less than 80 percent.

2) Legume seed shall be inoculated with an inoculant specific to the needs at least two hours prior to seeding. Inoculant shall not be used later than the date indicated on the container or as otherwise specified. All inoculated seed shall be labeled to show the weight of the seed, the date of inoculation, and the weight and source of inoculant materials. Inoculated seed shall be sown within ten (10) days of inoculation or shall be re-inoculated.

d. Seed schedule: 1) Use dormant seeding for late fall or winter seeding

schedules. e. Inoculants:

1) In locations where soil conditions are poor, previously vegetated with annual noxious weed species, or where vegetation must be re-established because of proximity to sensitive water courses, the seed shall be embedded in a mycorrfizal inoculum to facilitate symbiosis and speed seed growth. The USFS Forest Botanist has approved the use of AM 120 Arbuscular Mycorrfizal Inoculum as a micro-nutrient source for the approved seed mixes in El Dorado National Forest. AM 120 Arbuscular Mycorrfizal Inoculum will be applied at approximately 66 lbs per acre, providing well over 3,600,000 living propagules per acre. The embedded seeds shall be less than 1 year old.

2) The AM 120 Arbuscular Mycorrfizal Inoculum may be available from Pacific Coast Seed, 1925 N MacArthur Drive #100, Tracy, CA 95376.

B. Fertilizer: 1. A commercial fertilizer shall be Nitrogen Phosphate (7-2-1) with a trade

name of Biosol Forte, a fermented plant based organic fertilizer sterilized and free of weed seeds.

2. All fertilizer shall be delivered in unbroken or unopened containers. Each container shall be labeled in accordance with applicable state regulations, and bear the warranty of the producer for the grade furnished.

Page 306: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02900 - 4 Landscaping and Restoration

C. Mulch: 1. Straw mulch:

a. Straw shall be new straw derived from rice straw and be free of mold and noxious seeds.

b. Straw shall be furnished in air dry bales. c. Evidence shall be furnished that clearance has been obtained

from the County Agricultural Commissioner, as required by law, before straw obtained from outside the County in which it is to be used is delivered to the site of the work.

d. Tackifiers shall conform to the USFS standards.

D. Staples: 1. Staples shall be a heavy-gage galvanized wire with minimum 0.09

inches in diameter, or greater. 2. Staples shall be bent in a "U"-shape configuration with legs at least 8

inches long with a 1-inch crown, or approved equal.

E. Vegetation mats: 1. All slopes steeper than 2:1 shall have NAG C350 Erosion Control

Fabric or equal. 2. All damaged vegetation mats shall be replaced on the Canal Bench

Restoration access roads as required by the USFS. The USFS has approved North American Green C350 Erosion Control Fabric.

F. Waddles: 1. Waddles shall be new straw derived from rice straw and be free of mold

and noxious seeds.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. Any debris which would interfere with seeding operation, growth or maintenance of vegetation cover shall be removed.

B. Area to be seeded shall have a firm seedbed which has previously been roughened by scarifying, disking, harrowing, chiseling, or otherwise worked to a depth of 2 to 4 inches.

C. Scarifying to be cross slope when possible. Contractor shall not cause undue erosion.

Page 307: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02900 - 5 Landscaping and Restoration

D. An implement that creates an excessive amount of movement of soil or clods down the slope will not be permitted.

E. Seedbed preparation shall be done immediately prior to seeding operation.

F. Straw canal bench areas only– no seed on bench. Seed all other areas disturbed by construction activities.

3.3 INSTALLATION

A. Fertilizer: 1. Fertilizer to be distributed uniformly over the seedbed. 2. Fertilizer to be incorporated into the soil. 3. Fertilizer shall not be applied more than 15 days prior to seeding.

B. Seeding: 1. Hydroseed or broadcast seed is acceptable. 2. Apply not more than 15 days after fertilizer application. 3. Area may be seeded by:

a. After the graded surface has been accepted by the Construction Manager, it shall be seeded and mulched. 1) Seeds shall be applied uniformly, raked into the soil, and

covered with approximately 1/4 to 1/2 inch of soil. 2) Seed may be applied in a slurry mix of wood cellulose fiber

distributed uniformly at the prescribed rate. The application equipment shall be equipped with an operational agitator to maintain the seed and mulch in suspension within the equipment tank prior to and during application.

C. Mulch: 1. Straw mulch:

a. On small slopes where use of equipment is not practical, straw shall be applied by hand broadcasting to uniform depth of 2 to 4 inches.

b. On large slopes straw may be applied by blowing onto slopes to achieve uniform rate of 2 to 4 inches.

c. Straw to be applied to form a uniform mat of loose straw. No clumps of unscattered straw shall exist after application.

d. Straw mulch shall be anchored by one of the following methods: 1) Hand punching: Spade or shovel to punch straw into soil

with at least 4-inch embedment. The bunches of straw should resemble the tufts of a toothbrush after anchoring.

2) Roller punching: A roller equipped with straight studs not less than 6 inches long, from 4 to 6 inches wide and approximately 7/8-inch thick. Studs to be approximately 8 inches apart and staggered with all corners rounded to prevent withdrawing straw from soil.

Page 308: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

02900 - 6 Landscaping and Restoration

3) Crimper punching: Crimpers consist of serrated disk blades set 4 to 8 inches apart which force straw mulch into the soil. Crimping should be done in two (2) directions with the final pass conducted across the slope rather than up and down it.

e. Base tack material must be applied during application. f. Mulch shall be applied immediately after seeding unless otherwise

directed.

D. Application rates: 1. Fertilizer: 1000 lb/acre. 2. Seed: Per Section 2.2 above. 3. Mulch:

a. Straw mulch: 2 tons/acre. b. Hydromulch: 2,000 lb/acre.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL

A. Emergency treatment:

1. Exposed areas needing treatment to control erosion beyond the planting date will require emergency treatment practices to be installed. These practices will consist of the following: a. Covering designated critical areas with two (2) tons per acre of

suitable small grain straw. Straw must be suitably anchored. This practice may include application of approved seed and fertilizer material with the condition that erosion compliance approval will not be issued prior to late spring. Compliance approval will be granted when the vegetative stand is adequate.

b. Sediment catchment installations will be constructed as designated by the Engineer. Sediment catchment installations will be constructed in such a way as to contain sediment runoff.

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 309: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 1 Cast-In-Place Concrete

DIVISION 03 CONCRETE

SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Section includes cast-in-place concrete, reinforcing steel, forms, and all accessories for the construction of concrete improvements.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330 2. Safety Submittals: Section 01340 3. Regulatory Requirements: Section 01410 4. Product Requirements: Section 01600

B. Related Work specified elsewhere: 1. Shotcrete: 03370 2. Precast Concrete: Section 03410 3. Grout: Section 03600 4. Anchor Bolts and Expansion Anchors: Section 05501 5. Joint Sealant: Section 07900

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. American Concrete Institute (ACI), latest edition

a. ACI 214 Recommended Practice for Evaluation of Compression Test Results of Field Concrete.

b. ACI 301 Specifications for Structural Concrete for Buildings. c. ACI 305 R89 Recommended Practice for Hot Weather

Concreting. d. ACI 306 J90 Recommended Practice for Cold Weather

Concreting. e. ACI 315 Manual of Standard Practice for Detailing Reinforced

Concrete Structures. f. ACI 318 R89 Building Code Requirements for Reinforced

Concrete. g. ACI 347 Recommended Practice for Concrete Formwork. h. ACI 350 Environmental Engineering Concrete Structures.

Page 310: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 2 Cast-In-Place Concrete

2. ASTM International (ASTM), latest edition a. ASTM A185 Welded Wire Fabric for Concrete Reinforcement. b. ASTM A497 Welded Preformed Steel Wire Fabric for Concrete

Reinforcement. c. ASTM A615 Deformed Billet-Steel Bars for Concrete Reinforcing. d. ASTM C31 Making and Curing Concrete Test Specimens in the

Field. e. ASTM C33 Concrete Aggregate. f. ASTM C39 Test Method for Compressive Strength of Cylindrical

Concrete Specimens. g. ASTM C94 Ready-Mixed Concrete. h. ASTM C127 Test Method for Specific Gravity and Adsorption of

Coarse Aggregate. i. ASTM C128 Test Method for Specific Gravity and Adsorption of

Fine Aggregate. j. ASTM C143 Test Method for Slump of Portland Cement Concrete. k. ASTM C150 Portland Cement. l. ASTM C192 Making and Curing Concrete Test Specimens in the

Laboratory. m. ASTM C231 Test Method for Air Content of Freshly Mixed

Concrete. n. ASTM C260 Air-Entraining Admixtures for Concrete. o. ASTM C494 Chemical Admixtures for Concrete. p. ASTM C618 Fly Ash and Raw or Calcined Natural Pozzolan for

Use in Portland Cement. 3. American National Standards Institute (ANSI), latest edition

a. ANSI A199.1 PS1 Construction and Industrial Grade Plywood.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Product Data and Shop Drawings: 1. Reinforcing bar lists and fabrication placement and Drawings. 2. Product information for all additives, sealers, form ties, form coating,

waterstops, and accessories. 3. Concrete mix designs following the requirements of Section 1.8.C of

this specification section. 4. Concrete clean-up plan and procedure. 5. Qualifications of concrete supplier’s field technician required to make

chemical adjustments in the field.

Page 311: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 3 Cast-In-Place Concrete

1.8 QUALITY ASSURANCE

A. Tolerances: ACI 301 and ACI 347 as modified herein. In case of conflict, ACI 347 governs over ACI 301.

B. Compliance with the requirements specified herein may necessitate modification to the manufacturer's standard material or equipment.

C. Concrete mix design: 1. Contractor to provide and pay for the concrete mix design. 2. Test the proposed concrete mix for each size and graduation of

aggregates and each consistency intended for use in the project. 3. Aggregates:

a. Sample and test according to ASTM C33. b. Determine bulk specific gravity in accordance with ASTM C127

and C128. c. Report aggregate air correction factors per ASTM C231.

4. Compression tests: a. Prepare two (2) sets of compression test cylinders from each

proposed concrete mix, three (3) cylinders per set. b. Test one (1) set of three (3) cylinders at seven (7) days, the other

at 28 days. c. Make, cure, and store in accordance with ASTM C192. d. Test in accordance with ASTM C39. e. Mix design proportions based on field experience shall conform to

ACI 318, Chapter 5. 5. Slump test: ASTM C143. 6. Total air content: ASTM C231. 7. Initial set test:

a. In accordance with ASTM C403. b. Test at 70 degrees F and 90 degrees F ambient. c. Test at 70 degrees F on mix including specified plasticizing and

air entraining admixtures. d. Test at 90 degrees F on mix including specified retarding and air

entraining admixtures. 8. Fly ash: Supplier's chemical composition and physical analysis test.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Storage and protection: 1. Cement and fly ash

a. Store in moisture proof enclosures. b. Do not use if caked or lumpy.

2. Aggregate a. Store to prevent segregation and inclusion of foreign materials. b. Do not use the bottom 6 inches of piles in contact with the ground.

3. Reinforcing steel: Store on supports which will keep it from contact with the ground.

Page 312: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 4 Cast-In-Place Concrete

4. Rubber and plastic materials a. Store in a cool place. b. Do not expose to direct sunlight.

5. Sealers, form coatings, etc. a. Store indoors according to manufacturer's request. b. Discard any improperly stored materials.

B. Acceptance at site: 1. Prepare a delivery ticket for each load of ready-mixed concrete. 2. Truck operator shall hand ticket to Engineer at the time of delivery. 3. Ticket to show actual:

a. Quantity delivered. b. Actual amount of each material in batch. c. Outdoor temperature in the shade. d. Time at which cement was added. e. Truck, project, and mix design identification number.

4. Failure to provide the delivery ticket will be cause to reject the load.

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Forms: 1. Prefabricated: Simplex "Industrial Steel Frame Forms," Symons "Steel

Ply," Universal "Uniform," or equal. 2. Plywood: PS1, waterproof resin-bonded, exterior type Douglas Fir; face

adjacent to concrete, Grade B or better. 3. Fiberboard FS LLL-B-810, Type IX, tempered, waterproof, screen back,

concrete form hardboard. 4. Lumber: Straight; uniform width and thickness; and free from knots,

offsets, holes, dents, and other surface defects. 5. Form coating: Industrial lubricants "Nox-crete Form Coating," W. R.

Meadows "Durogard," Protex "Pro-Cote," PRECO "Reebol Form Cote," or equal.

6. Form ties: Removable end, permanently embedded body type not requiring auxiliary spreaders, with cones on outer ends, embedded portion 1 inch minimum back from concrete face. If not provided with threaded ends, constructed for breaking off ends without damage to concrete.

Page 313: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 5 Cast-In-Place Concrete

B. Reinforcing steel: 1. Bars: ASTM A615, Grade 60. 2. Beam stirrups and column ties: ASTM A615, Grade 40. 3. Welded wire fabric: ASTM A185 or A497. 4. Bar supports: PS7; CRSI Class B or E, fabricated from galvanized wire

or having stainless steel legs.

C. Concrete: 1. Cement: ASTM C150, Type II or Type II LA. 2. Fly ash: ASTM C618, Class F, except loss on ignition not more than

5 percent. 3. Fine aggregate: clean, natural sand ASTM C33, or natural materials

processed to conform to ASTM C33. 4. Coarse aggregate: crushed rock, natural gravel, or other inert granular

material, ASTM C33 except clay and shale particles no more than 1 percent.

5. Water: clean and free of deleterious substances. 6. Admixtures:

a. Retarder: ASTM C494, Type D; Grace "Duratard-HC," Master Builders "Pozzolith 300-R," “Delvo Stabilizer,” Protex "Protard," Sika Chemical "Plastiment.”

b. Mid-Range Water Reducer: ASTM C494, BASF “Master Pollyheed 997,” Grace “Darachem 55,” Sika “SikaplastEco 50.”

c. Plasticizer: ASTM C494, Type A; Grace "Daracem 100," Master Builders "Rheobuild 1000.”

d. Air entraining agent: ASTM C260; Grace "Darex AEA," Master Builders "Micro-Air," W. R. Meadows "Sealtight."

D. Mixes: 1. Design concrete mix within limits specified. 2. Comply with ASTM C94. 3. Cement content:

a. Minimum Portland cement, 765 lbs/cu yd. b. Use of a water reducing admixture is required. c. Concrete retarder is required and minimum retarder dosage shall

extend concrete set time 2 hours. d. Contractor may substitute fly ash for up to 15 percent of cement at

a rate of 0.15 lbs fly ash for each 1 lb of cement. 4. Water cement ratio:

a. The water cement ratio w/c shall not exceed 0.40. b. Use the minimum water to cement ratio for the initial mix at the

plant, reserving the balance for use on site. Concrete shall be chemically adjusted on site with the mid-range water reducer and air entraining agent to achieve desired results at the lowest possible water to cement ratio.

Page 314: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 6 Cast-In-Place Concrete

5. Slump: a. 4 +/– 1-inch slump. b. Concrete slump specified for the concrete mixture prior to the

addition of water reducing admixtures. 6. Volume ratio of fine to total aggregates:

Coarse Minimum Maximum Aggregate Size Ratio Ratio 3/8" 0.45 0.50 1/2" 0.40 0.50 3/4" 0.35 0.50 1" 0.30 0.46 1-1/2" 0.25 0.42

7. Initial set: a. 5-1/2 hours +1 hr after water and cement are added to the

aggregates as determined by ASTM C403. b. Adjust retarder quantities to compensate for temperature and job

condition variations. 8. Volumetric air content:

a. 6 percent +/– 1 percent at point of placement. 9. Admixtures:

a. Content, batching method, and time of introduction in accordance with the manufacturer's recommendations for compliance with this specification.

b. Include a water reducing admixture. c. Calcium chloride is not permitted.

10. Strength: a. Minimum compressive strength as determined by for concrete

structures: Concrete Structures Age Minimum Strength 1 day 2,500 psi 7 days 3,500 psi 28 days 4,500 psi

11. Consistency: a. Suitable for the placement conditions. b. Slump uniform. c. Aggregate floating uniformly throughout the concrete mass. d. Flow sluggishly when vibrated or spaded.

2.3 ACCESSORIES

A. Membrane curing compound: ASTM C309, Type 1; resin based, VOC Compliant; W.R. Meadows “SEALTIGHT 1100 Clear,” Burke “Aqua Resin Cure.”

B. Construction epoxy: 1. Rezi-Weld 1000 as manufactured by W.R. Meadows, Inc. 2. HS200 as manufactured by Adhesive Technology Corporation. 3. Or equal.

Page 315: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 7 Cast-In-Place Concrete

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL

A. Test reports: 1. Submit reports of tentative concrete mix design and testing including:

a. Slump on which the design is based. b. Total gal of water per cu yd. c. Brand, type, composition, and quantity of cement. d. Brand, type, composition, and quantity of fly ash. e. Specific gravity and gradation of each aggregate. f. Ratio of fine to total aggregates. g. Surface-dry weight of each aggregate per cu yd. h. Brand, type, ASTM designation, active chemical ingredients and

quantity of each admixture. i. Air content. j. Compressive strength based on seven (7) and 28 day

compression tests. k. Time of initial set.

2. Submit suppliers certified fly ash test reports for each shipment delivered to concrete supplier. a. Physical and chemical characteristics. b. Certification of compliance with the specifications. c. Signed by Contractor and concrete supplier.

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. The entire saw cut concrete surface when existing reinforcing is exposed, shall be roughed by sandblasting or other mechanical means prior to coating with a construction epoxy.

3.3 INSTALLATION

A. Forms: 1. Design to produce hardened concrete to the shape, lines, and

dimensions indicated on the Drawings. 2. Conform to ACI 347 as modified herein. 3. Surfaces exposed to view.

a. Prefabricated plywood panel forms, job-built plywood forms, or forms lined with plywood or fiberboard.

b. Laid out in a regular and uniform pattern with long dimensions vertical and joints aligned.

c. Produce finished surfaces free from offsets, ridges, waves, and concave or convex areas.

Page 316: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 8 Cast-In-Place Concrete

d. Maximum deviation from a true plane: 1/8 inch by 6 feet. 4. Plywood or lined forms are not required for surface (buried by backfill)

not normally submerged or not normally exposed to view. 5. Other types of forms may be used:

a. For surfaces not restricted to plywood or lined forms. b. As backing for form lining.

6. Provide forms above all extended footings. 7. When placing concrete against gravel or crushed rock not containing 25

percent minimum material passing a No. 4 sieve: a. Provide polyethylene film to protect concrete from water loss. b. Lap joints 4 inches.

8. Provide substantial forms sufficiently tight to prevent leakage of mortar. 9. Brace or tie forms to maintain desired position, shape, and alignment

during and after concrete placement. 10. Size and space walers, studs, internal ties and other form supports so

proper working stresses are not exceeded. 11. Form concrete column supported beams and slabs so column forms

may be removed without disturbing beam and slab form supports. 12. At the top of a wall provide grade strip at grade, stop form on at least

one side at true line and grade. 13. Other locations to be finished to a specified elevation, slope, or contour,

bring form to true line and grade and provide a wooden guide strip at the proper location in the forms for finishing the top surface with a screed or template.

14. At horizontal construction joints in walls, stop the forms on one side not more than 2 feet above the joint.

15. Provide temporary opening at the bottom of columns and wall forms and wherever necessary for cleaning and inspection.

16. Install form ties on exposed surfaces in uniformly spaced vertical and horizontal rows.

17. Provide chamfer strips. a. To bevel salient edges and corners. b. To bevel salient edges of equipment bases. c. 3/4-inch bevel.

18. Do not remove or disturb until concrete has attained sufficient strength to safely support all dead and live loads.

19. Leave shoring beneath beams and slabs in place and reinforce as required by construction equipment and materials.

20. Remove forms carefully to prevent surface gouging, corner or edge breakage and other damage.

B. Reinforcing steel: 1. Accurately position reinforcing steel on supports, spacers, hangers, or

other reinforcing steel. 2. Secure with wire ties or suitable clips.

Page 317: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 9 Cast-In-Place Concrete

3. Except at contact splices, minimum clear distance between bars, the greater of: a. Nominal diameter of bars. b. 1.5 times maximum size of coarse aggregate. c. 1-1/2-inch columns. d. 1-inch beams. e. 2 inches in other locations.

4. Where beam reinforcement is placed in two (2) layers, place bars in upper layer directly above bars in lower layer.

5. Do not install reinforcement for beams and slab which are supported by concrete columns until after the concrete for the column has been placed.

6. Fabricate in accordance with ACI 315 and ACI 318 except as specified or indicated on Drawings.

7. Accurately formed. 8. Free from loose rust, scale, and contaminants which will reduce bond. 9. Splices:

a. As indicated on the Drawings. b. Do not weld or tack weld reinforcing steel except where

specifically indicated on Drawings. c. Remove and replace steel upon which any unauthorized welding

has been performed. d. When splicing bars in tie beams subject to tensile loading, splice

no more than half the bars within a length of 48 bar diameter and hook each spliced bar end 180 degrees.

10. Reinforcement shall be embedded into existing concrete with a construction epoxy. The diameter of the drilled holes shall be no more than 1/4 inch larger than the reinforcing bar.

C. Embedment: 1. Accurately position and securely anchor in forms all anchor bolts,

casting, steel shapes, conduit, sleeves, masonry anchorages, and other materials to be embedded in concrete.

2. Anchor bolts: a. Provide sufficient threads on anchor bolts to permit a nut on the

concrete side of the form or template. b. Install a second nut on the other side of the form or template. c. Adjust the nuts to hold the bolt rigidly in the proper position.

3. Clean embedments before installation.

D. Concrete: 1. Notify Engineer not less than 24 hours in advance of the times and

places at which Contractor intends to place concrete. 2. Predetermine limits at each pour. 3. Contractor shall present “concrete sign off pour card” to inspector 24

hours in advance of any pour and obtain approval to pour. If items are

Page 318: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 10 Cast-In-Place Concrete

not ready, contractor shall delay the pour until contractor has completed all preparatory work. See form at the end of this specification.

4. Place all concrete within limits of pour in one (1) continuous operation. 5. Rigidly secure forms, reinforcing steel, water stops, and anchor bolts in

proper position. 6. Remove all mud, water, and debris from space to be occupied by

concrete. 7. Clean surfaces encrusted with dried concrete from previous concrete

operations. 8. Bonding to hardened concrete:

a. Place new concrete on rough, clean, damp faces of existing concrete.

b. Remove surface mortar to expose aggregate. c. Clean hardened concrete of all foreign substances, including

curing compound. d. Wash with clean water, and keep saturated for 24 hours

preceding placement of fresh concrete. e. Omit coarse aggregate from the first batch or batches of concrete

placed on hardened concrete in wall and column forms. f. Construction joint shall have no un-consolidated concrete.

Construction joint and rebar at construction joint shall be sand blasted to remove any concrete laitance, oils, or any other foreign material to a sound condition.

9. Conveying concrete: a. Convey to the point of final deposit by methods which will prevent

separation or loss of ingredients. b. Place concrete in final position without being moved laterally more

than 5 feet. 10. Placing concrete:

a. Place concrete in approximately horizontal layers of proper depth for proper compaction, not more than 2 feet.

b. Place subsequent layer while the preceding layer is still plastic. c. Fill form at a rate not less than 2 ft/hr. d. Provide vertical construction joints as required to comply with

these requirements. e. Place and compact concrete in wall or column forms before

placing any reinforcing steel in the system to be supported by the walls and columns.

f. Limit portions of columns and walls poured monolithically with floor on roof slabs to 6-foot vertical height.

g. Allow concrete in walls and columns to settle at least two (2) hours before concrete is placed in structural systems to be supported by the walls and columns.

h. Top finish concrete when thoroughly settled. i. Remove all laitance, debris, and surplus water from the tops of the

forms by screeding, scraping, or other effective means.

Page 319: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 11 Cast-In-Place Concrete

j. Overfill the forms for walls whose tops will be exposed to the weather and screed off the excess after the concrete has settled.

11. Consolidation: a. Thoroughly consolidate concrete during and immediately after

placement. b. Work concrete around all reinforcements and embedments and

into the corners of the forms. c. Use mechanical vibrators which will maintain 9,000 cycles/min

when immersed in the concrete, 1-1/2 hp motor min. 12. Cold weather concreting:

a. Comply with ACI 306.1-J90, except as modified herein. b. Minimum concrete temperature at the time of mixing:

Outdoor Temperature Concrete Temperature at Placement (in shade) at Mixing Below 0 degrees F 70 degrees F Between 0 degrees F and 30 degrees F

65 degrees F

Between 35 degrees F and 45 degrees F

60 degrees F

Above 45 degrees F 45 degrees F c. Do not place heated concrete which is warmer than 80 degrees F. d. If freezing temperatures are expected during curing, maintain the

concrete temperature at or above 50 degrees F for five (5) days or 70 degrees F for three (3) days.

e. Do not allow concrete to cool suddenly. f. Do not place concrete on frozen subgrade.

13. Hot weather concreting: a. Comply with ACI 305 R89, except as modified herein. b. At air temperature of 90 degrees F and above, keep concrete as

cool as possible. c. Do not allow concrete temperature to exceed 85 degrees F at

placement. d. Prevent plastic shrinkage cracking due to rapid evaporation of

moisture. e. Do not place concrete when the actual or anticipated evaporation

rate equals or exceeds 0.2 lbs/sq ft/hr as determined from ACI 305 R89.

E. Construction joints: 1. Locations:

a. As indicated on the Drawings. b. At locations approved by the Engineer.

F. Finishing unformed surfaces: 1. Do not finish buried or permanently submerged concrete not forming an

integral part of a structure except as required to attain surface elevations, contours, and freedom from laitance.

Page 320: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 12 Cast-In-Place Concrete

2. Screed and initial float finish followed by additional floating, and troweling as required, all other surfaces.

3. Screeding: a. Screed concrete surfaces to the proper elevation and contours

with all aggregates completely imbedded in mortar. b. Surface free of irregularities of height or depth more than 1/4 inch

measured from a 10-foot straightedge. 4. Floating:

a. Float finish screeded surfaces as soon as the concrete has stiffened sufficiently for working.

b. Remove and replace with mortar any coarse aggregate which is disturbed by the float or which causes a surface irregularity.

c. Initial floating to produce a surface of uniform texture and appearance without unnecessary working of the surface.

d. Follow initial floating with a second floating at the time of initial set. e. Second floating to produce a finish of uniform texture. f. Except as otherwise specified, the second floating finish is the

final finish. g. Use hand floats or mechanical compactor floats.

5. Broom finish: a. Broom finish stair landing exterior slabs. b. Broom after second floating and at right angles to normal traffic.

6. Troweling: a. Steel trowel finished surface at closure pours and transitions

which will be exposed at the completion of construction, the exposed portion of the equipment bases, interior curbs, and where indicated on the Drawings.

b. Trowel after the second floating when the surface has hardened adequately to prevent drawing an excess of fines to the surface.

c. Trowel to produce a dense, smooth, uniform surface free from blemishes and trowel marks.

7. Aggregate exposure: a. Remove surface mortar from surfaces to be covered later with

concrete or mortar topping. b. Expose coarse aggregates to improve bonding.

8. Unless specified to be beveled, edge floated or troweled surfaces with a tool having a 1/4-inch radius.

G. Curing: 1. Protect concrete from moisture loss for at least seven (7) days after

placement except that the time period for curing by saturation for concrete being protected from low temperature shall be one day less than the duration of low temperature protection.

2. Cure concrete by methods which will keep concrete surfaces adequately wet during curing.

3. Water curing: a. Begin water saturation as quickly as possible after initial set.

Page 321: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 13 Cast-In-Place Concrete

b. Regulate water application to provide complete surface coverage with a minimum of runoff.

c. Interrupt the application of water to walls for grout cleaning only over the area being cleaned at the time and do not permit the surface to become dry during such an interruption.

4. Membrane curing: a. Membrane curing compound may be used in lieu of water curing

on concrete which will not be covered later with mortar or concrete.

b. Spray apply membrane curing compound at not more than 300 sq ft/gal.

c. Cover unformed surfaces within 30 minutes of final finishing. d. If forms are removed before the end of the curing period,

immediately apply curing compound to the formed surfaces before they dry out.

e. Protect curing compound against abrasion during the curing period.

5. Film curing: a. Polyethylene sheeting may be used in lieu of water curing on

concrete which will be covered later with mortar or additional concrete, or will otherwise be covered or hidden from view.

b. Begin film curing as quickly after initial set of the concrete as possible.

c. Completely cover the surfaces with polyethylene sheeting. d. Overlap the sheeting edges for sealing and anchorage. e. Seal joints between sheets. f. Promptly repair tears, holes, and other damages. g. Anchor covering continuously at edges and on the surfaces as

required to prevent billowing.

H. Repairing defective concrete: 1. Repair surface defects in formed concrete surfaces within 24 hours. 2. Surface defects are defined to include all bug pockets, honeycombed

areas, minor rock pockets, fins and burrs. Repair of surface defects to be tightly bonded.

3. Engineer shall be consulted on all defects including but limited to voids, large rock pockets, spalls larger than 36 square inches or deeper than ½ inch, all defects that expose embedded steel or rebar.

4. Replace or repair defective concrete as directed by the engineer. 5. Cut out and remove to sound concrete, honeycombed or otherwise

defective concrete. 6. Cut edges square to avoid feathering, under cut edge to key in patches. 7. Comply with Chapter 9, ACI 301. 8. Perform repair work so as not to interfere with thorough curing of

adjacent concrete. 9. Adequately protect and cure repaired concrete for seven (7) days.

Page 322: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 14 Cast-In-Place Concrete

I. Finishing formed surfaces: 1. Remove fins and other surface projections from all formed surfaces

except exterior surfaces that will be in contact with earth backfill and are not specified to be damp-proofed.

2. Use a power grinder to remove projections and provide a flush surface. 3. Remove fins and fill tie hole on surfaces to be damp-proofed. 4. Tie holes:

a. Clean, wet and fill with patching mortar. b. Finish flush to match the texture of adjacent concrete.

5. Grout cleaning: a. Chapter 10, ACI 301. b. Grout clean surfaces to produce a smooth uniform surface free of

marks, voids, surface glaze, and cement dust. c. Grout clean: Surfaces exposed to view.

J. Exposed reinforcing: Concrete surfaces with exposed reinforcing shall be coated with a construction epoxy with a minimum of 50 mils thickness.

K. Sacked Finish: 1. On all surfaces of the exposed concrete, provide a sacked finish by

coating the concrete with sacking mortar. Sacking of patched or defective concrete surfaces may be required by the Engineer for areas not otherwise already requiring this work.

2. Repair and patch tie holes, honeycombs and defective areas and trowel to smooth finish. Remove fins and other projections completely and smoothed.

3. Thoroughly wet surface to prevent absorption. 4. Coat entire surface with sacking mortar as soon as surface of concrete

approaches surface dryness. 5. Thoroughly and vigorously rub mortar over area with clean burlap pads

to fill all voids. Cut surface to grade with edge of steel trowel. 6. While mortar is still plastic put partially set (so it cannot be pulled from

voids), sack-rub surface with dry mix of sacking mortar (leave out water). There should be no discernible thickness of mortar on concrete surface, except in voids; all surfaces should be uniformly textured.

7. Immediately begin a continuous moist cure for the same length for regular concrete.

L. Color: The color shall be generally equal to the approved sample when viewed in direct daylight at a 10 foot distance. Color variation between pieces shall be minimal.

3.4 PROTECTION (Not Used)

Page 323: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 15 Cast-In-Place Concrete

3.5 FIELD QUALITY CONTROL

A. Owner furnished: 1. Perform field control testing:

a. Tests by qualified personnel. b. Make tests in presence of Engineer. c. Provide all equipment, supplies, and the services of one (1) or

more employees, as required. d. The test frequencies specified are minimum, perform additional

tests as required by the job conditions. 2. Slump: perform a test for each 50 cu yd or each truck load for smaller

concrete pours in accordance with ASTM C143. 3. Air content: Test a sample from one the first three batches made each

day in accordance with ASTM C231. 4. Compression tests:

a. Make one (1) set of six (6) cylinders per 50 cubic yards of concrete, or one (1) set of five (5) cylinders per day or per pour.

b. Test one (1) cylinder in each set at 24 hours. c. Test at one (1) cylinder in each set at three (3) days. d. Test at one (1) cylinder in each set at seven (7) days. e. Test two (2) other cylinders in each set at 28 days in which the

strength shall be the average of the two cylinders made from the same sample of concrete.

f. The remaining cylinder to be the spared, and tested at the Engineer's discretion.

g. Engineer will evaluate in accordance with ACI 214 and ACI 318. h. Make cure, store, and deliver cylinders in accordance with ASTM

C31. i. Test in accordance with ASTM C39. j. Mark or tag each set of test cylinders with the date and time of

day the cylinders were made, the location in the work where the concrete represented by the cylinders was placed, the delivery truck or batch number, the air content, and the slump.

B. Contractor furnished: 1. Provide materials from each truck for test cylinders. 2. Cooperate with testing agency to provide test prior to placement of

each load. 3. Provide all mix design testing. 4. Pay for all retesting of concrete which does not meet specifications

during the initial test.

C. Concrete pre-placement inspection: 1. Prior to concrete placement, the Contractor and Inspector shall

complete a concrete/shotcrete sign off pour card.

Page 324: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03300 - 16 Cast-In-Place Concrete

3.6 CLEANING

A. All construction water for cleaning of tools, oversplatter, formwork residue, concrete wash water, etc. shall be confined in accordance with Section 01410 and disposed of off-site at a commercial landfill. Clean up water shall not be allowed to be disposed of on-site.

B. All surplus concrete shall be disposed of off-site at a commercial landfill.

3.7 DEMONSTRATION (Not Used)

END OF DOCUMENT

CONCRETE FORMS FOLLOW THIS PAGE

Page 325: Flume 38 to 40 Canal Conversion - eid.org

03300 - 17 Cast-In-Place Concrete

EL DORADO IRRIGATION DISTRICT Date: CONCRETE/SHOTCRETE SIGN OFF POUR CARD Job No.: FLUME 38-40 REPLACEMENT Pour No: ENGINEER: GHD 4080 Plaza Goldorado Circle, Suite B, Cameron Park, CA 95682 CONTRACTOR: PLACEMENT: LOCATION:

Item

Inspected and Approved

Contractor District Inspector

Name Date Time Name Date Time

Cleanup Line and Grade Forms and Blockouts Reinforcing Steel Inserts Anchor bolts Embedded Metal Waterstops Joint filler Piping Curing Placement Equipment

Placement Personnel

Remarks ____________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________

Final Clearance_____________Date ________ Final Clearance_____________Date________ (Contractor) (District Inspector)

Test Taken _____________________________________

Distribution:

Page 326: Flume 38 to 40 Canal Conversion - eid.org

03300 - 18 Cast-In-Place Concrete

EL DORADO IRRIGATION DISTRICT INSPECTOR’S DAILY PLACEMENT REPORT

ENGINEER: GHD 4080 Plaza Goldorado Circle, Suite B, Cameron Park, CA 95682

PROJECT: Date: GM: Specification: Pour Location:

Lift No.

Mix No.

Batch No. Yards or

Sacks Batched

Yards or Sacks

Transferred

Yards or Sacks Waste

Yards or

Sacks Placed

Time Start

Time Finished Start Finish

Reason for Waste Time Lost and Reason Instructions

Page 327: Flume 38 to 40 Canal Conversion - eid.org

03300 - 19 Cast-In-Place Concrete

Instructions to Contractor Batch Plant Test Sample Remarks and Transfer Information Weather and Temp. Inspector Contractor Fld Engineer Foreman Distrib.

Page 328: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 1 Shotcrete

DIVISION 03 CONCRETE

SECTION 03370

SHOTCRETE

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Preparation of substrate surfaces.

B. Air-placed structural concrete.

C. Air-placed concrete for slope lining.

D. Curing.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330 2. Quality Control: Section 01450

B. Related Work specified elsewhere: 1. Cast-in-Place Concrete: Section 03300 2. Joint Sealant: Section 07900 3. Air Placed Concrete Paving for Slope Lining: Section 03432 4. Earthwork: Section 02200

1.3 REFERENCES

A. American Concrete Institute (ACI), latest edition 1. ACI 506.2 Specifications for Materials, Proportioning, and Application of

Shotcrete 2. ACI 506.3R Guide to Certification of Shotcrete Nozzlemen

B. ASTM International (ASTM), latest edition 1. ASTM C31 Standard Practice for Making and Curing Concrete Test

Specimens in the Field 2. ASTM C33 Specification for Concrete Aggregates 3. ASTM C42 Test Method for Obtaining and Testing Drilled Cores and Sawed

Beams of Concrete 4. ASTM C94 Specification for Ready-Mixed Concrete 5. ASTM C150 Specification for Portland Cement 6. ASTM C403 Standard Test Method for Time of Setting of Concrete Mixtures

by Penetration Resistance. 7. ASTM C494 Specification for Chemical Admixtures for Concrete 8. ASTM E329 Specification for Agencies Engaged in the Testing and/or

Inspection of Materials Used in Construction

Page 329: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 2 Shotcrete

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS

A. "Shotcrete" is defined as pneumatically placed concrete: A Portland-cement concrete mixture conveyed through a hose and nozzle, and shot onto a surface at high speed by means of air pressure.

B. For purposes of this project, the term shotcrete shall be synonymous with “air-placed concrete.”

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Submittals shall include the following requirements: 1. Mix design. 2. Methods of application and equipment. 3. Certificates of compliance for materials. 4. Affidavit of compliance with ACI 506.3R for nozzle operators. 5. Test results. 6. Sample test panels.

1.8 QUALITY ASSURANCE

A. Shotcrete work shall be performed by a firm or company regularly engaged in the business of applying shotcrete materials, using nozzle operators and workers skilled and experienced in the type of work specified.

B. Shotcrete supervisor shall have not less than two years’ experience as a shotcrete nozzle operator.

C. Nozzle operator shall have not less than one year experience and, upon request of the Engineer, shall demonstrate ability to properly place shotcrete.

D. Proof of compliance with ACI 506.3R shall be furnished for each nozzle operator.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Storage and protection: 1. Cement and fly ash

a. Store in moisture proof enclosures. b. Do not use if caked or lumpy.

2. Aggregate a. Store to prevent segregation and inclusion of foreign materials. b. Do not use the bottom 6 inches of piles in contact with the ground.

3. Reinforcing steel: Store on supports which will keep it from contact with the ground.

4. Rubber and plastic materials a. Store in a cool place. b. Do not expose to direct sunlight.

Page 330: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 3 Shotcrete

5. Sealers, form coatings, etc. a. Store indoors according to manufacturer's request. b. Discard any improperly stored materials.

B. Acceptance at site: 1. Prepare a delivery ticket for each load of ready-mixed concrete. 2. Truck operator shall hand ticket to Engineer at the time of delivery. 3. Ticket to show actual:

a. Quantity delivered. b. Actual amount of each material in batch. c. Outdoor temperature in the shade. d. Time at which cement was added. e. Truck, project, and mix design identification number.

4. Failure to provide the delivery ticket will be cause to reject the load.

1.10 PROJECT CONDITIONS

A. Environmental Conditions: 1. Shotcrete shall not be placed during inclement or windy weather. 2. Proper protective clothing shall be worn by operators, and any person in the

area shall wear a mask during shotcreting until operations are stopped and the dust has cleared.

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Portland Cement: ASTM C150, Type II. Type III cement may be used, subject to written approval of the Engineer.

B. Aggregate: ASTM C33 normal weight aggregate with combined gradation of coarse and fine aggregates conforming to ACI 506.2, Gradation No. 1 or Gradation No. 2, as applicable to the work. 1. Maximum aggregate size may be varied, subject to acceptance by the

Engineer. 2. Specific gravity of aggregate shall be not less than 2.50.

C. Water: Clean and potable, free of impurities detrimental to shotcrete.

D. Admixture: ASTM C494, Type C or Type E, containing no water-soluble chlorides or materials corrosive to steel or other properties that may cause cracking or spalling (for wet-mix shotcrete only.)

E. Ground Wires: No. 18 or 20 gage steel annealed wire.

Page 331: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 4 Shotcrete

F. Thickness Pins: Noncorrosive thickness-indication pins designed not to cause infiltration of water through shotcrete.

G. Reinforcing Steel: Comply with applicable requirements of Section 03300, Cast-in-Place Concrete.

H. Mix Design: 1. Design concrete mix within limits specified. Design of shotcrete mix, whether

dry-mix shotcrete or wet-mix shotcrete, including recommended amounts of admixture and water to be used, shall be obtained by the Contractor from a qualified independent testing laboratory or agency, or from a mill or ready-mix plant, properly equipped to design shotcrete/concrete mixes. The laboratory, agency, mill or ready-mix plant shall meet the applicable requirements of ASTM E329, and shall meet with approval of the Engineer. The mix design shall be certified and signed by a professional engineer who is currently registered as a civil or structural engineer in the State of California. Costs of obtaining the mix design shall be paid for by the Contractor.

2. Cement content: a. Minimum Portland cement, lbs/CY, for concrete containing a water

reducing admixture: Concrete Slump

Coarse Aggregate Size from No. 4 Sieve to 1/2" 3/4" 1"

2” 573 545 517 3” 592 564 536 4” 611 583 555

b. If water reducing admixture is omitted, increase cement content 10 percent.

c. Contractor may substitute fly ash for up to 15 percent of cement at a rate of 1.5 lbs fly ash for each 1 lb of cement.

3. Water cement ratio: a. Water content at time of discharge from nozzle shall not exceed amount

required to achieve the maximum permitted slump. b. The water cement ratio w/c shall not exceed 0.45.

4. Slump: a. 4 +/– 1-inch slump. b. Concrete slump specified for the concrete mixture prior to the addition of

water reducing admixtures.

5. Volume ratio of fine to total aggregates: Coarse Minimum Maximum Aggregate Size Ratio Ratio 3/8" 0.45 0.50 1/2" 0.40 0.50 3/4" 0.35 0.50 1" 0.30 0.46 1-1/2" 0.25 0.42

6. Initial set:

Page 332: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 5 Shotcrete

a. 5-1/2 hours +/– 1 hr after water and cement are added to the aggregates as determined by ASTM C403.

b. Adjust retarder quantities to compensate for temperature and job condition variations.

7. Volumetric air content: a. 6 percent +/– 1 percent after placement.

8. Admixtures: a. Content, batching method, and time of introduction in accordance with

the manufacturer's recommendations for compliance with this specification.

b. Include a water reducing admixture. c. Calcium chloride is not permitted.

9. Strength: a. Compressive strength of shotcrete shall be not less than the indicated or

specified 28-day compressive strength (pounds per square inch). Concrete Structures Age Minimum Strength 1 day 1,500 psi 7 days 2,500 psi 28 days 4,500 psi

10. Consistency: a. Suitable for the placement conditions. b. Slump uniform. c. Aggregate floating uniformly throughout the concrete mass. d. Flow sluggishly when vibrated or spaded.

11. Upon receipt of acceptable shotcrete mix design and test results from the pre-approved independent testing laboratory, agency, mill, or ready-mix plant, conforming with specified requirements, the Contractor shall submit the accepted mix design to the Engineer for review prior to placing any shotcrete.

12. Shotcrete shall not be placed until the submitted mix design has been approved by the Engineer in writing.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

Page 333: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 6 Shotcrete

PART 3 EXECUTION

3.1 EXAMINATION

A. Examine earth, rock, concrete, and masonry substrate surfaces, as applicable, and determine that such substrate surfaces have been properly prepared as hereinafter specified under Article 3.2 of this specification.

B. Inspect soil anchors, if required by the Contract Specifications, and determine that they are of correct size and type, and properly located and installed.

C. Inspect reinforcing steel and determine that it is properly placed and tied, that sufficient clearances have been provided, and that it is free of grease, oil, loose rust, and other coatings that may impair bond with concrete.

D. Assure that sleeves and other items to be embedded in shotcrete are in place and that provisions for penetrations have been made.

E. Proceeding with shotcrete placement shall imply acceptance of substrate surfaces and conditions as satisfactory.

3.2 PREPARATION

A. Equipment 1. Equipment Standards: Equipment shall be appropriate and suitable for dry-mix

or wet-mix shotcrete, as applicable, in accordance with the requirements of ACI 506.2.

2. Batching and Mixing Equipment: Materials shall be batched by weight and machine mixed, and delivered to the site pre-mixed. For wet-mix shotcrete, conform to the applicable requirements of ASTM C94 for ready-mixed concrete.

3. Delivery Equipment: Conform to the applicable requirements of ACI 506.2. Equipment shall be capable of discharging mixture into delivery hose under close control and shall deliver a continuous stream of material at the proper volume to discharge nozzle. Discharge nozzle shall be equipped with a manually operated and adjustable air-injection system for directing an even distribution of air through the mixture. Nozzle shall deliver a conical discharge stream of uniform appearance. Equipment shall be cleaned daily and inspected for worn parts. Plaster guns are not permitted.

4. Air Supply: System shall employ a properly operating compressor of ample capacity to perform the work. Comply with capacity requirements specified in ACI 506.2, with modification for hose lengths and working heights.

B. Preparation of Substrate Surfaces 1. Prepare earth, rock, concrete, and masonry substrate surfaces, as applicable,

in accordance with ACI 506.2. Earth subgrade for air-placed concrete shall be neatly trimmed to line and grade and shall be free of all loose material. The subgrade shall be trimmed by Contractor and observed by District Representative prior to placement of gunite.

Page 334: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 7 Shotcrete

2. Over-excavation shall be backfilled with earth compacted per Section 02200, Earthwork or air-placed concrete at the Contractor’s expense.

3. Rock faces shall be free of loose rock. 4. Absorptive substrate surfaces shall be evenly dampened before placing

shotcrete. 5. Formwork shall be designed and constructed to provide for escape of

compressed air and rebound during shotcrete placement. Coordinate with Section 03300, Cast-in-Place Concrete.

6. Drain any free-standing water away from shotcrete operations. 7. Provide ground wires to establish thickness and surface planes. Install

vertically and horizontally as required. Do not penetrate waterproof membranes.

8. As an alternative to ground wires, thickness measuring pins may be used to establish layer thickness and surface plane, provided such pins do not penetrate waterproof membranes and do not detrimentally damage substrates. Install pins on 5 foot centers in each direction.

C. Protection 1. Protect adjacent surfaces from overspray and damage due to shotcreting

operations. 2. Prevent dust nuisance.

3.3 INSTALLATION

A. Operation and Placement Standards: Shotcrete operations and placement shall conform to the applicable requirements of ACI 506.2.

B. Gunning/Nozzle Operation: 1. Build each layer by making several passes over the working area. Thickness

of each layer shall be governed by the requirement that sagging of shotcrete shall not occur. Maintain top surface of thick layers at 45 degree slope. Each layer to be covered by a succeeding layer shall be allowed to take its initial set.

2. Laitance, loose material, and rebound shall be removed by air-jetting. Laitance that has taken a final set shall be removed by sandblasting and the surface cleaned with air-water jet. All layers to be shot shall be damp.

3. Unless otherwise permitted, begin application at the lowest elevation. 4. Do not trowel or finish initial layers in any way.

C. The velocity of the material as it leaves the nozzle shall be maintained uniformly at a rate satisfactory for the job conditions.

D. Rebound: Any rebound or accumulated loose aggregate shall be removed from the surface to be covered prior to placing succeeding layers. Rebound shall not be salvaged for reuse.

E. The nozzle shall be held at such distance and position that the stream of flowing material will impinge approximately at right angles to the surface being covered. Any portion of the in place material which sags, is soft, contains sand pockets, or shows other evidence of being defective, shall be removed and replaced with new

Page 335: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 8 Shotcrete

material. Any portions of the air blown concrete not meeting these qualitative standards and or the compressive strength requirements shall be removed in their entirety. Any spot type repairs shall be subject to approval of the District Representative. Reinforcement damaged or destroyed by such repairs shall be replaced and properly lapped additional steel at the Contractor’s expense.

F. Control joints per plan where required.

G. Construction Joints: Unfinished work shall not stand more than 30 minutes unless construction joints are provided for. Construction joints shall be designed and provided as specified in Section 03300, Cast-in-Place Concrete. Entire joint surface shall be cleaned, roughened, and dampened prior to application of additional shotcrete.

1. Construction joints shall be sloped off at an angle approximately 45 degrees to the surface to which air-placed material is being applied. Before applying air-placed material in the adjacent sections, the slope portion shall be thoroughly cleaned and wetted by means of air and water blast.

2. Construction joints shall be installed at the end of each day’s work. Additional control joints may be installed as approved by the District Representative.

H. Finishing: Bring shotcrete layers to within 1/4 inch of final finished surface. When surface has taken its initial set, trim excess material with a sharp edge cutting screed. Ground wires shall then be removed and, unless otherwise specified, the surface shall then be floated, and troweled to produce a uniform smooth surface texture.

I. Curing: Immediately following shotcrete finishing, surfaces shall be cured for not less than seven days using an approved curing method as specified in ACI 506.2. The Contractor shall, at all times, protect the finished work from being scarred or damaged.

3.4 PROTECTION (Not Used)

Page 336: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 9 Shotcrete

3.5 FIELD QUALITY CONTROL

A. Requirements: Conform with applicable requirements of Section 01450, Quality Control. All tests, cores, and core tests shall be performed by an independent testing laboratory or agency employed by the Contractor at no additional cost to the District.

B. Inspections: 1. Visual inspection by the Engineer will be performed of the shotcrete work,

including equipment, materials, forms, reinforcement, embedded items, placement, finishing, curing, and protection of the finished product.

2. Surfaces may be sounded with a hammer to locate drummy or hollow-sounding areas resulting from rebound pockets or lack of bond. Such hollow-sounding areas, voids, sags, and other defects shall be carefully cut out and replaced.

C. Quality Control Tests: 1. Test Panels:

a. From each 50 cubic yards of each shotcrete mix, or fraction thereof, applied in the work by each crew in each shooting position, fabricate two (2) unreinforced test panels, each 12 inches square and 8 inches thick. Fabricate test panels in accordance with ACI 506.2. Properly cure test panels in accordance with ASTM C31 and ACI 506.2. Contractor to deliver test panels to the site designated by District Representative within two (2) days of fabrication.

b. Test panels will be visually examined by the Districts Representative, and shall be tested by an independent testing laboratory or agency employed by the Contractor at no additional cost to the District. Strength tests shall be performed in accordance with ASTM C42.

c. A compressive strength test of air-placed concrete shall consist of four specimens. The cores shall be tested by the District’s Representative at 7, 14, and two (2) at 28 days. The average minimum strength of test specimens shall be 4,500 psi at 28 days.

d. The Engineer may require, at no additional expense to the District, adjustments to the mix proportions, requalification of the shotcreting crew, or additional curing of the shotcrete if the following condition occurs: 1) The average 28-day strength of any two specimens for the

shotcrete mix is less than 100 percent of the specified 28-day strength.

1. Test Cores: a. Should the test panels indicate that shotcrete not meeting the specified

requirements has been produced, the Engineer will require tests of cores, taken from the areas represented by the test panels, to determine compliance of the in-place shotcrete with the specified requirements.

b. Test cores shall be 3 inches minimum diameters, obtained and tested in accordance with ASTM C42.

c. Three cores shall be taken for each determination of in-place strength. Shotcrete in the area represented by the core tests shall be considered structurally adequate if the average of the three cores is equal to at least 85 percent of the specified design strength and no single core is less

Page 337: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 10 Shotcrete

than 75 percent of the design strength. Locations represented by erratic core strengths shall be ordered to be retested at the direction of the Engineer.

d. Fill core holes with low-slump concrete or mortar of same mix design as the placed shotcrete.

3.2 CLEANING

A. Clean surfaces and work site of rebound and waste materials, and remove from the site.

3.3 DEMONSTRATION (Not Used)

END OF DOCUMENT

SHOTCRETE FORMS FOLLOW THIS PAGE

Page 338: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 11 Shotcrete

EL DORADO IRRIGATION DISTRICT Date: CONCRETE/SHOTCRETE SIGN OFF POUR CARD Job No.: FLUME 38-40 REPLACEMENT Pour No: ENGINEER: GHD 4080 Plaza Goldorado Circle, Suite B, Cameron Park, CA 95682 CONTRACTOR: PLACEMENT: LOCATION:

Item

Inspected and Approved

Contractor District Inspector

Name Date Time Name Date Time

Cleanup Line and Grade Forms and Blockouts Reinforcing Steel Inserts Anchor bolts Embedded Metal Waterstops Joint filler Piping Curing Placement Equipment

Placement Personnel

Remarks ____________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________

Final Clearance_____________Date ________ Final Clearance_____________Date________ (Contractor) (District Inspector)

Test Taken _____________________________________

Distribution:

Page 339: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 12 Shotcrete

EL DORADO IRRIGATION DISTRICT INSPECTOR’S DAILY PLACEMENT REPORT

ENGINEER: GHD 4080 Plaza Goldorado Circle, Suite B, Cameron Park, CA 95682

PROJECT: Date: GM: Specification: Pour Location:

Lift No.

Mix No.

Batch No. Yards or

Sacks Batched

Yards or Sacks

Transferred

Yards or Sacks Waste

Yards or

Sacks Placed

Time Start

Time Finished Start Finish

Reason for Waste Time Lost and Reason Instructions Instructions to Contractor

Page 340: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03370 - 13 Shotcrete

Batch Plant Test Sample Remarks and Transfer Information Weather and Temp. Inspector Contractor Fld Engineer Foreman Distrib.

Page 341: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 1 Precast Structural Concrete

DIVISION 03 CONCRETE

SECTION 03410

PRECAST STRUCTURAL CONCRETE

PART 1 GENERAL

1.1 SECTION INCLUDES

A. As an alternative to cast in place construction, precast concrete box culvert sections to be constructed, transported and erected on site, including formwork, all reinforcement and embedded items and joint seals.

B. Approval of this alternative is based in-part on the fabricator’s ability to produce and transport all required sections and related components to the site by the start of construction.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330

B. Related Work specified elsewhere: 1. Cast-In-Place Concrete: Section 03300 1. Grout: Section 03600 2. Anchor Bolts and Expansion Anchors: Section 05501 3. Miscellaneous Metal: Section 05999 4. Joint Sealants: Section 07900

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the test by basic designation only. Where a date is given for reference standards, that edition shall be used. Where no date is given for reference standards, the latest edition available on the date of Notice Inviting Bids shall be used. 1. American Concrete Institute (ACI), latest edition

a. ACI 214 Recommended Practice for Evaluating Compression Test Results of Field Concrete.

b. ACI 301 Specifications for Structural Concrete. c. ACI 304R Guide for Measuring, Mixing, Transporting and Placing

Concrete. d. ACI 305 Recommended Practice for Hot Weather Concreting. e. ACI 306 Recommended Practice for Cold Weather Concreting. f. ACI 318 Building Code Requirements for Structural Concrete. g. ACI 347 Recommended Practice for Concrete Formwork.

Page 342: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 2 Precast Structural Concrete

2. ASTM International (ASTM), latest edition a. ASTM A36 Standard Specification for Carbon Structural Steel. b. ASTM A615 Standard Specification for Deformed and Plain

Carbon-Steel Bars for Concrete Reinforcement. c. ASTM C31 Standard Practice for Making and Curing Concrete

Test Specimens in the Field. d. ASTM C33 Standard Specification for Concrete Aggregates. e. ASTM C39 Standard Test Method for Compressive Strength of

Cylindrical Concrete Specimens. f. ASTM C127 Standard Test Method for Relative Density (Specific

Gravity) and Absorption of Coarse Aggregate. g. ASTM C128 Standard Test Method for Relative Density (Specific

Gravity) and Absorption of Fine Aggregate. h. ASTM C136 Standard Test Method for Sieve Analysis of Fine and

Coarse Aggregates. i. ASTM C143 Standard Test Method for Slump of Hydraulic-

Cement Concrete. j. ASTM C150 Standard Specification for Portland Cement. k. ASTM C192 Standard Practice for Making and Curing Concrete

Test Specimens in the Laboratory. l. ASTM C231 Standard Test Method for Air Content of Freshly

Mixed Concrete by the Pressure Method. m. ASTM C260 Standard Specification for Air-Entraining Admixtures

for Concrete. n. ASTM C309 Standard Specification for Liquid Membrane-Forming

Compounds for Curing Concrete. o. ASTM C330 Standard Specification for Lightweight Aggregates for

Structural Concrete. p. ASTM C403 Standard Test Method for Time of Setting of

Concrete Mixtures by Penetration Resistance. q. ASTM C494 Standard Specification for Chemical Admixtures for

Concrete. r. ASTM C618 Standard Specification for Coal Fly Ash and Raw or

Calcined Natural Pozzolan for Use in Concrete. s. ASTM C881 Standard Specification for Epoxy-Resin-Base

Bonding Systems for Concrete. t. ASTM C979 Standard Specification for Pigments for Integrally

Colored Concrete. 3. Precast/Prestressed Concrete Institute (PCI), latest edition

a. PCI MNL-116 Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products.

b. PCI MNL-117 Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products.

c. PCI MNL-120 Design Handbook for Precast and Prestressed Concrete.

d. PCI MNL-122 Manual for Architectural Precast Concrete.

Page 343: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 3 Precast Structural Concrete

4. American Welding Society (AWS), latest edition a. AWS D1.1 Structural Welding Code.

1.4 SYSTEM DESCRIPTION

A. New precast concrete box culvert sections to be constructed off site and transported to final location for erection and placement.

B. In addition to the requirements depicted in the Drawings, design box culvert components to withstand loads expected in the fabrication, handling and transport process.

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Engineering: Full structural calculations based on project specific geotechnical requirements, HS20-44 vehicle loading, and specific handling and transportation requirements.

B. Shop Drawings: Plans, Elevations, and sections to indicate layout, fabrication details, reinforcement placement, connection details, lifting and erection inserts, support items, dimensions, and relationship to adjacent materials.

C. Forms per this specification Article 2.2A, Formwork.

D. Method of Transportation Plan: Clearly indicate methods for lifting, rotating, transport from casting area to storage area, transport from storage area to final placement. Provide calculations including; loads, deflections, cambers, bearing requirements, section weight, loading on lifting hardware, and maximum flexural and shear stresses for each of the lifting and transport events. Events shall include: Initial Lift, all rotation positions, transportation, as well as any other events the box culvert will experience as determined in the transportation plan by the contractor. The requirements of the calculations shall be clearly represented on the shop drawings. Plans and calculations shall be signed and sealed by a California registered professional engineer, and submitted ten working days prior to initial concrete casting.

E. Concrete mix design minimum design strength, F’c = 5,000 psi per this specification Article 2.5, Source Quality Control.

F. Product Data: Submit standard component configurations, design loads, deflections, cambers, and bearing requirements and connections.

G. Inspection reports for reinforcement placement, concrete placement, and concrete compression test results.

Page 344: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 4 Precast Structural Concrete

H. Schedule: Fabrication and transportation schedule.

I. All above listed Submittals shall be submitted a minimum of three weeks prior to casting.

1.8 QUALITY ASSURANCE

A. Perform Work in accordance with PCI MNL-116, PCI MNL-123, PCI MNL-120 and AWS D1.1.

B. Design precast concrete members in accordance with PCI Design Handbook.

C. Maximum Allowable Deflection of box culvert lid and sidewalls measured at the top of the wall relative to the static condition shall be no greater than 0.2 inches.

D. Calculate structural properties of framing members in accordance with ACI 318.

E. Compliance with the requirements specified herein may necessitate modification to the manufacturer's standard material or equipment

F. Concrete mix design: 1. Contractor to provide and pay for the concrete mix design. 2. Test the proposed concrete mix for each size and graduation of

aggregates and each consistency intended for use in the project. 3. Aggregates:

a. Sample and test according to ASTM C33. b. Determine bulk specific gravity in accordance with ASTM C127

and C128. 4. Compression tests:

a. Prepare two (2) sets of compression test cylinders from each proposed concrete mix, three (3) cylinders per set.

b. Test one (1) set of three (3) cylinders at seven (7) days, the other at 28 days.

c. Make, cure, and store in accordance with ASTM C192. d. Test in accordance with ASTM C39. e. Mix design proportions based on field experience shall conform to

ACI 318, Chapter 5. 5. Slump test: ASTM C143. 6. Total air content: ASTM C231. 7. Initial set test:

a. In accordance with ASTM C403. b. Test at 70 degrees F and 90 degrees F ambient. c. Test at 70 degrees F on mix including specified plasticizing and

air entraining admixtures. d. Test at 90 degrees F on mix including specified retarding and air

entraining admixtures.

Page 345: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 5 Precast Structural Concrete

8. Fly ash: Supplier's chemical composition and physical analysis test. 9. Admixture compatibility.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Delivery and Handling 1. Precast concrete members shall be lifted and supported during

manufacturing, stockpiling, transporting and erection operations only at the lifting or supporting point, or both, as shown on the shop drawings, and with approved lifting devices. Lifting inserts shall have a minimum safety factor of 5.

2. Transportation, site handling, and erection shall be performed with acceptable equipment and methods, and by qualified personnel.

3. Precast concrete sections may only be moved using an appropriate spreader and utilizing the cast in lifting eyes.

4. Precast concrete sections may not be stacked without prior approval of the engineer.

5. Damaged precast concrete sections will be rejected by the engineer. Contractor will remove from the site and dispose of any damaged precast concrete at no additional cost to the owner.

6. Fabricator shall produce precast concrete in quantities to facilitate timely installation on site.

B. Acceptance at site: 1. Prepare a delivery ticket for each load of ready-mixed concrete. 2. Truck operator shall hand ticket to Engineer at the time of delivery. 3. Ticket to show actual:

a. Quantity delivered. b. Actual amount of each material in batch. c. Outdoor temperature in the shade. d. Time at which cement was added. e. Truck, project, and mix design identification number.

4. Failure to provide the delivery ticket will be cause to reject the load. 5. Concrete pre-placement inspection: Prior to placement of concrete the

contractor and District (or District Representative) shall complete a concrete pre-placement report.

C. Storage and protection: 1. Store all precast sections off the ground, on appropriate dunnage 2. Place stored units so that identification marks are discernable. 3. Do not stack precast units. 1. Reinforcing steel: Store on supports which will keep it from contact with

the ground. 2. Rubber and plastic materials.

a. Store in a cool place. b. Do not expose to direct sunlight.

Page 346: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 6 Precast Structural Concrete

3. Sealers, form coatings, etc. a. Store indoors according to manufacturer's request. b. Discard any improperly stored materials.

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Formwork: 1. Provide forms and form-facing materials fabricated of steel. Maintain

formwork to provide completed precast concrete units within specified fabrication tolerances.

2. Provide engineering, plans, elevations, sections, details, and calculations of form components and connectors signed and sealed by a California registered professional engineer. Calculations to include: Flexibility and deflections of form walls, and all other required calculations to determine adequate design for reuse.

3. All forms, attachments, and hardware will become property of the District upon completion of work. Clean and transport forms to the District’s designated storage site.

B. Concrete: 1. Portland Cement: conforming to ASTM C150 Type I or III. 2. Fly ash: ASTM C618, Class F, except loss on ignition not more than

5 percent. 3. Lightweight Aggregate: ASTM C330. 4. Water: clean and free of deleterious substances.

C. Admixtures: As follows or approved equivalent conforming to design requirements. 1. Retarder: ASTM C494, Type D; Grace "Duratard-HC," Master Builders

"Pozzolith 300-R," Delvo "Stahilizer,” Protex "Protard," Sika "Chemical Plastiment.”

2. Plasticizer: ASTM C494, Type A; Grace "Daracem-100," Master Builders "Rheobuild 1000.”

3. Air entraining agent: ASTM C260; Grace "Darex AEA," Master Builders "Micro-Air," W. R. Meadows "Sealtight."

Page 347: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 7 Precast Structural Concrete

D. Reinforcement: 1. Reinforcing Steel: ASTM A615, Grade 60, deformed steel bars. 2. Beam stirrups and column ties: ASTM A615, Grade 40. 3. Welding to reinforcement is prohibited unless approved by the Engineer.

E. Proportioning and design of mixes: 1. Unless otherwise noted, all the precast units on the project will be the

same color and of the same mix design. Design mixes may be prepared by independent testing facility or by qualified precast manufacturing plant personnel, at precast fabricator's option.

2. Mix Properties: Light-weight concrete consisting of specified Portland cement, aggregates, pigments, admixtures, and water to produce the following properties: a. Compressive Strength: Minimum 5,000 psi at 28 days using 6" x

12" cylinders per ASTM C39. b. Total Air Content: Not less than 4 percent, nor more than 7

percent, at the point of placement. c. Unit Weight: 115 lbs/CF at time of installation +/– 4 percent.

F. Cement Content: 1. Minimum Portland cement, lbs/CY, for concrete containing a water

reducing admixture:

Concrete Slump

Coarse Aggregate Size from No. 4 Sieve to 1/2" 3/4" 1"

2” 573 545 517 3” 592 564 536 4” 611 583 555

2. If water reducing admixture is omitted, increase cement content 10 percent.

3. Contractor may substitute fly ash for up to 15 percent of cement at a rate of 1.5 lbs fly ash for each 1 lb of cement.

G. Water cement ratio: The water cement ratio w/c shall not exceed 0.45.

H. Slump: Structures: 4 +/– 1-inch slump. 1. Concrete slump specified for the concrete mixture prior to the addition of

water reducing admixtures.

I. Volume ratio of fine to total aggregates: Coarse Minimum Maximum Aggregate Size Ratio Ratio 3/8" 0.45 0.50 1/2" 0.40 0.50 3/4" 0.35 0.50 1" 0.30 0.46 1-1/2" 0.25 0.42

Page 348: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 8 Precast Structural Concrete

J. Initial set: 1. 5-1/2 hours +1 hr after water and cement are added to the aggregates

as determined by ASTM C403. 2. Adjust retarder quantities to compensate for temperature and job

condition variations.

K. Admixtures: 1. Content, batching method, and time of introduction in accordance with

the manufacturer's recommendations for compliance with this specification.

2. Include a water reducing admixture. 3. Calcium chloride is not permitted.

L. Strength: Minimum compressive strength as determined by ASTM C39 for concrete structures:

Concrete Structures Age Minimum Strength* 1 day 1,500 psi 7 days 2,500 psi 28 days 5,000 psi

*For picking of precast box culverts from forms, concrete shall reach a minimum compressive strength of 3,000 psi and have been cured for a minimum of 3 days. All structural cracking occurring during the picking and placement of precast sections is the responsibility of the contractor, see this specification Article 3.3, Installation.

M. Consistency: 1. Suitable for the placement conditions. 2. Slump uniform. 3. Aggregate floating uniformly throughout the concrete mass. 4. Flow sluggishly when vibrated or spaded.

2.3 ACCESSORIES

A. Connecting and Supporting Devices: ASTM A36 carbon steel plates, angles. Do not paint surfaces in contact with concrete or surfaces requiring field welding.

B. Grout: as specified in Section 03600, Grout.

C. Bolts, Nuts and Washers: High strength steel type, Grade A325, recommended for structural steel joints Quenched and tempered alloy steel type.

D. Sealant: Specified in Section 07900, Joint Sealant.

Page 349: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 9 Precast Structural Concrete

2.4 FABRICATION

A. Tolerances of Finished Units: In accordance with Appendix J (Architectural Trim Requirements) in PCI MNL-117 and PCI’s MNL-122.

B. Fabricate units straight, smooth, and true to size and shape, with exposed edges and corners formed or stoned to a minimum radius unless otherwise indicated.

C. Testing: Tests to be performed by a certified testing laboratory. Testing to be paid for by the District. 1. Compression tests:

a. Make one (1) set of six (6) cylinders per 50 cubic yards of concrete, or one (1) set of six (6) cylinders per day or per pour.

b. Test one (1) cylinder in each set at 24 hours. c. Test at one (1) cylinder in each set at three (3) days. d. Test at one (1) cylinder in each set at seven (7) days. e. Test two (2) other cylinders in each set at 28 days in which the

strength shall be the average of the two cylinders made from the same sample of concrete.

f. The remaining cylinder to be the spared, and tested at the Engineer's discretion.

g. Engineer will evaluate in accordance with ACI 214 and ACI 318. h. Make cure, store, and deliver cylinders in accordance with ASTM

C31. i. Test in accordance with ASTM C39. j. Mark or tag each set of test cylinders with the date and time of

day the cylinders were made, the location in the work where the concrete represented by the cylinders was placed, the delivery truck or batch number, the air content, and the slump.

2. Perform one absorption test for every 50 cubic yards of concrete placed, or one (1) set of five (5) cylinders per day or per pour.

D. Curing: Cure concrete, according to requirements in PCI MNL 116, by moisture retention without heat by accelerated heat curing using low-pressure live steam or radiant heat and moisture. Cure units until the compressions strength is high enough to ensure that stripping does not have an effect on the performance or appearance of the final product. 1. Comply with ACI 306.1 procedures for cold-weather concrete

placement. 2. Comply with ACI 305 recommendations for hot-weather concrete

placement.

E. Cast-In Items: Fabricator to provide reglets, slots, holes, inserts, and other accessories in units to receive dowels, reglets, waterstops, flashings, anchors and other similar work as indicated.

Page 350: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 10 Precast Structural Concrete

F. Repair Standards: Repair of surface defects shall conform to applicable requirements of ACI 301. Repair of surface defects shall begin immediately after form removal and be completed within 24 hours. Cure repairs the same as new concrete. Surface defects are defined to include all bug hole pockets, honeycombed areas, rock pockets, fins, and burrs. Repair of surface defects shall be tightly bonded and shall result in concrete surfaces of uniform color and texture.

G. Surface Preparation: 1. Remove all honeycombed and other defective concrete down to sound

concrete by means of a power grinder. (Thoroughly dampen the area do prevent water absorption of water from the patching mortar.)

2. Where rock pockets or similar defects or voids expose steel reinforcement, cutout to solid surface behind the reinforcing steel to provide suitable key-lock for patching mortar. Patching mortar shall envelope the exposed reinforcing bar. Edge of patch shall be 90 degrees to surface and slightly under cut to key in patch. Patch shall match grade to surrounding surface.

H. Sacked Finish: 1. On all surfaces of the exposed concrete, provide a sacked finish by

coating the concrete with sacking mortar. Sacking of patched or defective concrete surfaces may be required by the District for areas not otherwise already requiring this work.

2. Prior to sacking, power wash or chip all surfaces to remove loose materials and “fins.”

3. Make the sacking mix of the same materials and approximately the same proportions as used for the concrete, except omit the coarse aggregate. Use not more than one part Portland cement to two and a half parts sand by damp loose volume.

4. Repair and patch tie holes, honeycombs and defective areas and trowel to smooth finish. Remove fins and other projections completely and smoothed.

5. Thoroughly wet surface to prevent absorption. 6. Coat entire surface with sacking mortar as soon as surface of concrete

approaches surface dryness. 7. Thoroughly and vigorously rub mortar over area with clean burlap pads

to fill all voids. Cut surface to grade with edge of steel trowel. 8. While mortar is still plastic but partially set (so it cannot be pulled from

voids), sack-rub surface with dry mix of sacking mortar (leave out water). There should be no discernible thickness of mortar on concrete surface, except in voids; all surfaces should be uniformly textured.

9. Immediately begin a continuous moist cure for the same length for regular concrete.

Page 351: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 11 Precast Structural Concrete

I. Color: The color shall be generally equal to the approved sample when viewed in direct daylight at a 10 foot distance. Color variation between pieces shall be minimal.

2.5 SOURCE QUALITY CONTROL

A. Test reports: 1. Submit reports of tentative concrete mix design and testing including:

a. Slump on which the design is based. b. Total gal of water per cu yd. c. Brand, type composition, and quantity of cement. d. Brand, type, composition, and quantity of fly ash. e. Specific gravity and gradation of each aggregate. f. Ratio of fine to total aggregates. g. Surface-dry weight of each aggregate per cu yd. h. Brand, type, ASTM designation, active chemical ingredients and

quantity of each admixture. i. Air content. j. Compressive strength based on seven (7) and 28 day

compression tests. k. Time of initial set.

2. Submit suppliers certified fly ash test reports for each shipment delivered to concrete supplier. a. Physical and chemical characteristics. b. Certification of compliance with the specifications. c. Signed by Contractor and concrete supplier.

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. Verify site conditions are ready to receive work and field measurements are as shown on Drawings.

B. Prepare support equipment for erection procedure, temporary bracing, and induced loads during erection.

3.3 INSTALLATION

A. Installation of precast concrete shall be performed by the manufacturer or a qualified erector. Box culverts shall be lifted by means of suitable lifting devices at points provided by the manufacturer. Temporary shoring and bracing, if necessary, shall comply with manufacturer’s recommendations.

Page 352: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 12 Precast Structural Concrete

B. The General Contractor shall inspect and measure mating surfaces of all precast sections to verify the ends are square and no distortion exists. Grind mating surfaces as required ensuring fit-up and joint dimensions are as shown on the drawings.

C. Erect box culverts without damage. Replace or repair damaged sections as directed by the District’s representative or the engineer as follows: 1. Spalled or chipped concrete surfaces may be repaired by a two

component polymer modified concrete repair, topping, and underlayment material. Patchcrete, by Lyons Manufacturing, Inc., is considered an acceptable product. Submit repair methodology and materials data for approval prior to repairing damaged members. Acceptance of damaged members shall be per the approval of the District.

2. Cracked concrete will be evaluated by the District’s representative or engineer. Micro cracks determined to be non-structural in nature shall be repaired using an application of cementitious waterproofing slurry coat. Xypex concentrate by Xypex Corporation is considered an acceptable product. Cracks determined to be structural in nature shall be repaired by injection of epoxy resin adhesive by a qualified concrete repair contractor. The epoxy resin adhesive shall conform to ASTM C881, Type I, Grade 3. Class B and C. CCS Grout as manufactured by ChemCo Systems, Inc. is considered an acceptable product. Submit repair methodology, installer qualifications, and materials data for approval prior to repairing damaged members.

All repairs of damaged members will be performed at no additional cost to the district. Acceptance of damaged and repaired members shall at the District's discretion.

D. Maintain temporary bracing in place until final support is provided.

E. Level differential elevation of adjoining horizontal box culverts as required.

F. Set units dry, without grout, attaining joint dimension with steel or plastic spacers.

G. Patch scratched or damaged surfaces.

H. Seal joints as indicated.

I. Erection Tolerances 1. Design and erect to the following tolerances:

a. Maximum Variation from Plane or Location Indicated on Drawings: 1/8 inch in 8 feet and 1/2 inch in 100 feet non-cumulative.

b. Maximum Offset from Indicated Alignment between Members: 1/8 inch.

c. Maximum Variation from Dimensions on drawings: Plus or minus 1/8 inch.

Page 353: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410 - 13 Precast Structural Concrete

2. When members cannot be adjusted to conform to design or tolerance criteria, cease work and advise Engineer. Execute modifications as directed by Engineer.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING

A. All construction water for cleaning of tools, oversplatter, formwork residue, concrete wash water, etc. shall be confined in accordance with Section 01410 and disposed of off-site at a commercial landfill. Clean up water shall not be a lowed to be disposed of on-site.

B. All surplus concrete shall be disposed of off-site at a commercial landfill.

3.1 DEMONSTRATION (Not Used)

END OF DOCUMENT

CONCRETE FORMS FOLLOW THIS PAGE

Page 354: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410-14 Precast Structural Concrete

EL DORADO IRRIGATION DISTRICT Date: CONCRETE SIGN OFF POUR CARD Job No.: FLUME 38-40 REPLACEMENT Pour No:

ENGINEER: GHD 4080 Plaza Goldorado Circle, Suite B, Cameron Park, CA 95682 CONTRACTOR: PLACEMENT: LOCATION:

Item

Inspected and Approved

Contractor District Inspector

Name Date Time Name Date Time

Cleanup Line and Grade Forms and Blockouts Reinforcing Steel Inserts Anchor bolts Embedded Metal Waterstops Joint filler Piping Curing Placement Equipment

Placement Personnel

Remarks ____________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________

Final Clearance_____________Date ________ Final Clearance_____________Date________ (Contractor) (District Inspector)

Test Taken _____________________________________

Distribution:

Page 355: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03410-15 Precast Structural Concrete

EL DORADO IRRIGATION DISTRICT INSPECTOR’S DAILY PLACEMENT REPORT

ENGINEER: GHD 4080 Plaza Goldorado Circle, Suite B, Cameron Park, CA 95682

PROJECT: Date: GM: Specification: Pour Location:

Lift No.

Mix No.

Batch No. Yards or

Sacks Batched

Yards or Sacks

Transferred

Yards or Sacks Waste

Yards or

Sacks Placed

Time Start

Time Finished Start Finish

Reason for Waste Time Lost and Reason Instructions Instructions to Contractor Batch Plant Test Sample Remarks and Transfer Information Weather and Temp. Inspector Contractor Fld Engineer Foreman Distrib.

Page 356: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03432 Air-Placed Concrete Paving for Slope Lining

DIVISION 03 CONCRETE

SECTION 03432

AIR-PLACED CONCRETE PAVING FOR SLOPE LINING

PART 1 GENERAL

1.1 SECTION INCLUDES

A. This specification covers air-placed concrete paving for slope lining as shown in plans. The work under this specification is not anticipated in the current design. This specification is included in the unlikely event slope lining is required.

1.2 RELATED SECTIONS

A. Related Work specified elsewhere: 1. Earthwork: Section 02200

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. American Concrete Institute (ACI), latest edition

a. ACI 506 Guide to Shotcrete. 2. ASTM International (ASTM), latest edition

a. ASTM C150 Standard Specification for Portland Cement.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Mix Design

1.8 QUALITY ASSURANCE

A. The Contractor shall make the work accessible and provide work for the preparation of test specimens. The following is required: 1. The strength of air-placed concrete shall be determined from cores cut

from the completed work, cores cut from 2’ x 2’ test panels (1 test panel per day), compression test cylinders or a combination of these methods as directed by the District Representative.

Page 357: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03432 Air-Placed Concrete Paving for Slope Lining

2. Test panels prepared for core tests shall be constructed by the Contractor, of material that is representative of that used in the structure. The size of the test panel shall be as directed by the District Representative.

3. A compressive strength test of air-placed concrete shall consist of four specimens. The cores shall be tested by the District Representative at 7, 14, and 2 at 28 days. The minimum strength of test specimens shall be 4,500 psi at 28 days.

4. When a test specimen shows deficient strength, two cores taken from adjacent areas at the Contractor's expense may be required for testing. Should either core prove deficient, the work shall be subject to rejection.

5. Contractor to deliver test panels to the site designated by District Representative.

1.9 DELIVERY, STORAGE, AND HANDLING (Not Used)

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Proportioning and Mixing: Aggregate and Portland cement shall be Type II low Alkali cement conforming to ASTM C150. Unless otherwise specified, the proportion by volume shall be 1 part cement to 4 1/2 parts sand. The sand shall contain not less than 3 percent nor more than 6 percent moisture by weight. The cement and sand shall be mixed thoroughly in a power mixer for at least 1 1/2 minutes. The dry-mixed material shall be used promptly after mixing and any material that has been mixed for more than 45 minutes shall be rejected and removed from the Work site.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

Page 358: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03432 Air-Placed Concrete Paving for Slope Lining

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. Earth subgrade for air-placed concrete shall be neatly trimmed to line and grade and shall be free of all loose material. The subgrade shall be trimmed by Contractor and observed by District Representative prior to placement.

B. Over excavation shall be backfilled with earth compacted per Section 02200, Earthwork or air-placed concrete at the Contractor's expense.

3.3 INSTALLATION

A. Requirements: 1. Air-placed concrete construction shall be in accordance with this

subsection. 2. Only personnel skilled in the techniques of air placement of concrete

shall be utilized for air-placed concrete construction. 3. Unless otherwise specified, air-placed concrete shall be applied by one

of the following methods: a. Method A (Gunite). A proportional combination of Portland cement

and aggregate pneumatically transported in a dry state through a pipe or hose to a nozzle where water is added immediately prior to discharge

b. Method B (Shotcrete). A proportioned combination of Portland cement, pumped in a plastic state through a pipe or hose to the nozzle where, by the addition of air, the mixture is forcibly propelled to the work.

c. Air-placed concrete may be placed by method A or B as defined as in this specification.

B. All surfaces shall be dampened before application and material shall not be applied to a surface on which free water exists.

C. The velocity of the material as it leaves the nozzle shall be maintained uniformly at a rate satisfactory for the job conditions. Material that rebounds and does not fall clear of the work, or which collects on the surfaces, shall be removed. Rebound shall not be used in any portion of the work.

D. The nozzle shall be held at such distance and position that the stream of flowing material will impinge approximately at right angles to the surface being covered. Any portion of the in place material which sags, is soft, contains sand pockets, or shows other evidence of being defective, shall be removed and replaced with new material. Any portions of the air blown concrete not meeting these qualitative standards and/or compressive strength requirements (4,500 psi) shall be removed in their entirety. Any spot type repairs shall be subject to approval of the District Representative.

Page 359: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03432 Air-Placed Concrete Paving for Slope Lining

Reinforcement damaged or destroyed by such repairs shall be replaced by properly lapped additional steel.

E. Mortar blocks, metal chairs, clips, or spacers with wire ties, or other acceptable means shall be used to secure the reinforcement firmly in the position shown on the Plans.

F. Where material is placed on overhead surfaces, the amount of water in the mix shall be controlled to permit placement of layers of material approximately ¾-inches thick without sag or slough.

G. Ground wires: 1. Ground wires shall be installed in such a manner that they accurately

outline the finished surface as indicated on the Plans. They shall be located at intervals sufficient to ensure proper thickness throughout. Wires shall be stretched tight and shall not be removed prior to application of the finish coat.

2. Headers will be required where the Plans indicate a formed edge or joint.

H. Joints: 1. Construction of joints shall be sloped off at an angle approximately 45

degrees to the surface to which air-placed material is being applied. Before applying air-placed material in the adjacent sections, the slope portion shall be thoroughly cleaned and wetted by means of air and water blast.

2. Construction joints shall be installed at the end of each day's work. Additional control joints may be installed as approved by the District Representative.

I. Finish: 1. Upon reaching the thickness and shape outlined by forms and ground

wires, the surface shall be rodded off to true line and grade. Low spots or depressions shall be brought up to proper grade by placing additional air-placed material. Ground wires shall then be removed and, unless otherwise specified, the surface shall then be floated, and troweled finished to secure a uniform smooth surface texture.

2. Rebound or accumulated loose sand shall be removed and disposed of by the Contractor.

3.4 PROTECTION

A. Curing: 1. Air-placed concrete (gunite or shotcrete) shall be cured in accordance

with the provisions of the ACI 506 Guide. 2. The Contractor shall, at all times, protect the finished work from being

scarred or damaged.

Page 360: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03432 Air-Placed Concrete Paving for Slope Lining

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 361: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03600 - 1 Grout

DIVISION 03 CONCRETE

SECTION 03600

GROUT

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Patching cavities in concrete structure.

B. Grouting of rock dowels, rock anchors and base plates.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330 2. Product Requirements: Section 01600

B. Related Work specified elsewhere: 1. Rock Dowels: Section 03050 2. Cast-In-Place Concrete: Section 03300 3. Anchor Bolts and Expansion Anchors: Section 05501 4. Miscellaneous Metal: Section 05999

1.3 REFERENCES (Not Used)

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Product Data: 1. Copies of manufacturer's specifications and installation instructions for

all proprietary materials. 2. Certification that materials meet specification requirements. 3. For ordinary cement grout, submit copies of grout design mix and

laboratory test reports for grout strength tests.

B. Quality control submittals: 1. Test reports: Submit proportioning mix design report.

1.8 QUALITY ASSURANCE

A. Compliance with the requirements specified herein may necessitate modification to the manufacturer's standard material or equipment.

Page 362: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03600 - 2 Grout

1.9 DELIVERY, STORAGE, AND HANDLING

A. Deliver and store material in manufacturer's original, unopened, undamaged containers.

B. Store in dry areas protected from moisture and wet weather.

C. Store away from traffic areas.

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Non-shrinking non-metallic grout: Master Builders "MF-928 Grout," W. R. Meadows "588 Grout," U. S. Grout "Five Star Grout, 100 Series," or equal. 1. Factory pre-mixed requiring only water addition in the field.

B. Non-shrinking, non-metallic grout: general use, baseplates, equipment bases, pipe entrance to precast vaults, pipe supports, etc., unless noted otherwise.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

2.5 SOURCE QUALITY CONTROL (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION

A. Examine the areas and conditions under which grout is to be installed.

B. Notify the Construction Manager of conditions detrimental to the proper and timely completion of the Work.

C. Do not proceed with the Work until unsatisfactory conditions have been corrected.

Page 363: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

03600 - 3 Grout

3.2 PREPARATION

A. Non-shrinking, non-metallic grout: 1. Clean concrete surface to receive grout. 2. Saturate concrete with water for 24 hours prior to grouting.

3.3 INSTALLATION

A. Non-shrinking non-metallic grout: 1. Mix in a mechanical mixer. 2. Use no more water than necessary to produce flowable grout. 3. Place in accordance with manufacturer's instructions. 4. Completely fill all spaces and cavities below the top of baseplates. 5. Provide forms where baseplates and bedplates do not confine grout. 6. Where exposed to view, finish grout edges smooth. 7. Except where a slope is indicated on the Drawings, finish edges flush at

the baseplate, bedplate, member or piece of equipment. 8. Protect against rapid moisture loss by covering with wet rags or

polyethylene sheets. 9. Wet cure grout for seven (7) days minimum.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL

A. General: 1. District’s Representative will employ a testing laboratory to perform field

quality control testing on ordinary cement-sand grout. 2. District’s Representative will direct the number of tests and cubes

required. 3. The testing laboratory will make standard compression test cubes and

entrained air tests as specified. 4. Furnish all necessary assistance required by the District’s

Representative.

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 364: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05120 - 1 Structural Steel

DIVISION 05 METALS

SECTION 05120

STRUCTURAL STEEL

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Structural steel framing members, plates, and connections.

B. USFS fire permit.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: 01330 2. Product Requirements: Section 01600 3. Contract Closeout: Section 01770

B. Related Work specified elsewhere: 1. Miscellaneous Metal: Section 05999 2. Grout: Section 03600 3. Anchor Bolts and Expansion Anchors: Section 05501 4. Painting: Section 09900

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. American Association of State Highway and Transportation Officials

(AASHTO) a. AASHTO M164 Standard Specification for High-Strength Bolts for

Structural Steel. 2. American Institute of Steel Construction (AISC), latest edition

a. AISC Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings.

b. AISC Specification for Structural Joints Using ASTM A325 or A490 Bolts.

3. ASTM International (ASTM), latest edition a. ASTM A36 Standard Specification for Carbon Structural Steel. b. ASTM A307 Standard Specification for Carbon Steel Bolts, Studs,

and Threaded Rod 60 000 PSI Tensile Strength. c. ASTM A325 replaced by AASHTO M164 (see above) d. ASTM A500 Standard Specification for Cold-Formed Welded and

Seamless Carbon Steel Structural Tubing in Rounds and Shapes.

Page 365: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05120 - 2 Structural Steel

e. ASTM A572 Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel.

4. American Welding Society (AWS), latest edition a. AWS D1.1 Structural Welding Code.

1.3 SYSTEM DESCRIPTION (Not Used)

1.4 DEFINITIONS (Not Used)

1.5 DESIGN REQUIREMENTS (Not Used)

1.6 SUBMITTALS

A. Product Data and Shop Drawings: 1. Product Data describing each manufactured metal specialty. 2. Shop Drawings describing each fabricated item. 3. Erection Drawings for structural steel. 4. USFS welding permit.

1.7 QUALITY ASSURANCE

A. Fabricate structural steel members in accordance with AISC Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings.

B. High Strength Bolting: In accordance with AISC Specification for Structural Joints Using ASTM A325 or A490 Bolts.

C. Welding: In accordance with AWS D1.1.

D. Fabricator Qualifications: Current Category “Cbd” certification by AISC Quality Certification Program.

E. USFS fire permit: The Contractor may be required to obtain a permit from the USFS for field welding.

F. All welding shall be performed by certified welders.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Store on wood cribbing so that no metal touches the ground and water cannot collect thereon.

B. Protected from bending due to self weight or superimposed loads.

1.9 PROJECT CONDITIONS (Not Used)

1.10 COORDINATION (Not Used)

1.11 WARRANTY (Not Used)

Page 366: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05120 - 3 Structural Steel

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Structural Steel Members: ASTM A572, Grade 50.

B. Structural Tubing: ASTM A500, Grade B.

C. Plates and Angles: ASTM A36, Grade B.

D. Bolts, Nuts, and Washers: AASHTO M164.

E. Anchor Bolts: ASTM A307.

F. Welding Materials: AWS D1.1; type required for materials being welded.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION

A. General: 1. In accordance with dimensions, arrangement, sizes and weights or

thicknesses indicated on Drawings or specified. 2. All members free of winds, warps, local deformations or unauthorized

bends. 3. Continuously seal joined members by continuous welds. Provide caps

for tube members to achieve sealed ends. 4. Holes and other provisions for field connection accurate and shop

checked for proper fit. 5. Mark each piece according to the erection drawing. 6. Provide all field connection materials.

B. Finish: 1. Preparation:

a. All surfaces to be at the proper temperature, dry, and free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, and other objectionable substances.

b. Scrape, chip and brush welds as required to remove all spatter. c. Dull sharp corners of cut or sheared edges with at least one pass

of a power grinder. 2. All structural members, connecting plates and fasteners shall be hot dip

galvanized.

2.5 SOURCE QUALITY CONTROL (Not Used)

Page 367: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05120 - 4 Structural Steel

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify field conditions are acceptable and are ready to receive work.

3.2 PREPARATION

A. Before assembly, thoroughly clean all parts which will be in contact with each other.

3.3 INSTALLATION

A. General: 1. Allow for erection loads. Install temporary bracing to maintain framing in

alignment until completion of erection and installation of permanent bridging and bracing.

2. Assemble all parts accurately as indicated on the Drawings. 3. Do not field cut or alter structural members without approval of the

Engineer. 4. Set base plates level and grout in place in accordance with Section

3600.

B. Connections: 1. General.

a. Provide as indicated on the Drawings. b. Where welding is permitted or required.

1) Butt, miter, and fillet welds continuous. 2) Intermittent welds.

a) Minimum effective length: 2 inches. b) Maximum spacing: 6 inches.

c. Light drifting is permitted to draw parts together. d. No drifting to match unfair holes. e. Enlarge holes, if necessary, by reaming with twist drills. f. No burning to enlarge holes. g. After erection, prime welds, abrasions, and surfaces not shop

primed. 2. Structural steel.

a. High strength bolts. 1) Turn-of-nut tightening as described in AISC Specification for

Structural Joints Using ASTM A325 or A490 Bolts. 2) Torque tightening may be performed only with properly

calibrated equipment. 3) Use beveled washers when the bearing faces of bolted parts

have a slope of 1:20 or greater with respect to a plane perpendicular to the bolt axis.

b. No field welding of structural steel, except as indicated on the drawings without written permission of the Engineer.

Page 368: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05120 - 5 Structural Steel

c. Tolerances: 1) All members level, plumb, and aligned within 1:500. 2) Top elevation of members within 1/16 inch of that indicated on

Drawings.

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL

A. Structural Steel Connections: 1. Provide a platform or other means of access for inspection of each field

connection. 2. Leave in place until inspected by QA Inspector / Engineer. 3. Identification of Bolt Grades:

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 369: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05501 - 1 Anchor Bolts and Expansion Anchors

DIVISION 05 METALS

SECTION 05501

ANCHOR BOLTS AND EXPANSION ANCHORS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Structural anchor bolts.

B. Epoxy set anchor bolts.

1.2 RELATED SECTIONS

A. Related Work specified elsewhere: 1. Cast-In-Place Concrete: Section 03300 2. Grout: Section 03600

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. American National Standards Institute (ANSI), latest edition

a. ANSI B94.12 Epoxy Set Anchors b. ANSI B27.2 Plain Washers

2. ASTM International (ASTM), latest edition a. ASTM A36 Standard Specification for Carbon Structural Steel. b. ASTM A276 Standard Specification for Stainless Steel Bars and

Shapes. c. ASTM A120 Pipe, Steel, Black and Hot-Dipped Zinc-Coated

(Galvanized) Welded and Seamless for Ordinary Uses. d. ASTM A153 Standard Specification for Zinc Coating (Hot-Dip) on

Iron and Steel Hardware. e. ASTM A307 Standard Specification for Carbon Steel Bolts, Studs,

and Threaded Rod 60 000 PSI Tensile Strength.

1.4 SYSTEM DESCRIPTION

A. Contractor's option: 1. If anchor bolts are shown, then cast-in anchor bolts shall be used. 2. If epoxy set anchors are shown, the Contractor may use cast-in anchor

bolts or epoxy set anchors. 3. If expansion anchors are shown, the Contractor may use cast-in anchor

bolts, epoxy set anchors or expansion anchors.

Page 370: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05501 - 2 Anchor Bolts and Expansion Anchors

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Shop Drawings and Product Data: 1. Sufficient to verify compliance with specifications, to include

manufacturer’s literature on sizes, material and installation procedures.

1.8 QUALITY ASSURANCE

A. Compliance with the requirements specified herein may necessitate modification to the manufacturer's standard materials or equipment.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Deliver anchor bolts and templates in time to permit setting when structural concrete is placed.

1.10 PROJECT CONDITIONS (Not Used)

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Bolts: 3. Carbon steel: ASTM A307. 4. Stainless steel: ASTM A276, Grade 303, 304, 305 or 316. 5. Galvanized steel: Carbon steel, hot-dip galvanized, ASTM A153.

B. Nuts: 1. Same material as bolts. 2. Carbon steel: ASTM A307, Grade B heavy hexagonal. 3. Stainless Steel: ASTM A276, Grade B heavy hexagonal. 4. Self-locking: Prevailing torque, IFI-100, grade A.

C. Washers: 1. Same material as bolts. 2. Flat: ANSI B27.2. 3. Locking: Spring type ANSI B27.1.

Page 371: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05501 - 3 Anchor Bolts and Expansion Anchors

D. Sleeves: 1. Pipe: ASTM A120, galvanized. 2. Bearing Plates: ASTM A36, galvanized.

E. Epoxy set anchors: 1. FS FF-S-325. 2. In hardened concrete:

a. 316L stainless steel studs, nuts and washers. b. Approved manufacturers:

1) Hilti HIT. 2) Ramset/Red Head Epcon. 3) Simpson ET, High Strength Anchoring Adhesive, for cold

weather curing.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION

A. Anchor bolts: 1. 3/4 inch minimum, except as indicated on the Drawings. 2. Type:

a. General use: L-shaped hook type. b. Where indicated on Drawings or specified:

1) Straight bolt with square head. 2) Straight bolt with square plate welded to bolt and nut welded

to plate and bolt. 3) Through-bolt with sleeve and square plate assembly. 4) Coupled bolt with sleeve welded to square plate and bolt.

B. Epoxy set anchors: 1. 1/2 inch minimum. 2. Where indicated on Drawings.

2.5 SOURCE QUALITY CONTROL (Not Used)

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify that holes for anchor bolts in forms and templates match applicable equipment Shop Drawings.

3.2 PREPARATION (Not Used)

3.3 INSTALLATION

B. Anchor bolts: 1. Where installed in cast-in-place concrete, install a nut on the concrete

side of the form or supporting template.

Page 372: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05501 - 4 Anchor Bolts and Expansion Anchors

2. Provide three (3) nuts for each anchor bolt for which a lock nut is indicated, two (2) for others.

3. Sleeved anchor bolts: a. Centered in pipe sleeve. b. Sleeve ID: Approximately 2-1/2 times bolt OD. c. Sleeve length: Approximately eight (8) times bolt OD. d. Bearing plate minimum thickness: 1/2 times bolt OD.

4. Through bolts: a. Sleeved with bearing plates. b. Bearing plates welded to bolt and plate welded to sleeve. c. Dimensions: As specified for sleeved anchor bolts.

C. Epoxy set anchors: 1. Install as per manufacturer's recommendation. 2. Clean hole and inspect prior to installation. 3. Minimum hole depth: As per manufacturer's recommendation, or as

indicated on drawings. 4. Diameter of drilled holes: As per ANSI B94.12.

D. Schedules: 1. Anchorage materials to be as noted on plans. 2. If materials are not noted on plans, the materials shall be:

a. Encased in concrete: Carbon steel. b. Exposed outdoors: Hot-dipped Galvanized

3.4 PROTECTION (Not Used)

3.5 FIELD QUALITY CONTROL (Not Used)

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 373: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05999 - 1 Miscellaneous Metal

DIVISION 05 METALS

SECTION 05999

MISCELLANEOUS METAL

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Items fabricated from metal shapes, plates, sheets, bolts, rods, bars, or castings.

B. Grating, grating attachments, railings, stairs.

C. Concrete embedded metal work.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: 01330 2. Product Requirements: Section 01600 3. Contract Closeout: Section 01770

B. Related Work specified elsewhere: 1. Rock Dowels: Section 03050 2. Grout: Section 03600 3. Anchor Bolts and Expansion Anchors: Section 05501 4. Painting: Section 09900

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. American Association of State Highway and Transportation Officials

(AASHTO) a. AASHTO M164 Standard Specification for High-Strength Bolts for

Structural Steel. 2. American Institute of Steel Construction (AISC), latest edition

a. AISC Steel Construction Manual. 3. ASTM International (ASTM), latest edition

a. ASTM A36 Standard Specification for Carbon Structural Steel. b. ASTM A48 Standard Specification for Gray Iron Castings. c. ASTM A53 Standard Specification for Pipe, Steel, Black and Hot-

Dipped, Zinc-Coated, Welded and Seamless. d. ASTM A120 Pipe, Steel, Black and Hot-Dipped Zinc-Coated

(Galvanized) Welded and Seamless for Ordinary Uses.

Page 374: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05999 - 2 Miscellaneous Metal

e. ASTM A123 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

f. ASTM A193 Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications.

g. ASTM A194 Standard Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both.

h. ASTM A307 Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength.

i. ASTM A385 Standard Practice for Providing High-Quality Zinc Coatings (Hot-Dip).

j. ASTM A490 Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints.

k. ASTM A500 Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes.

l. ASTM A501 Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing.

m. ASTM A563 Standard Specification for Carbon and Alloy Steel Nuts.

n. ASTM A569 Standard Specification for Steel, Carbon (O. 15 Maximum, Percent), Hot-Rolled Sheet and Strip Commercial Quality.

o. ASTM A668 Standard Specification for Steel Forgings, Carbon and Alloy, for General Industrial Use.

p. ASTM A924 Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process.

q. ASTM A1008 Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable

r. ASTM F436 Standard Specification for Hardened Steel Washers Inch and Metric Dimensions.

4. American Welding Society (AWS), latest edition a. AWS D1.1 Structural Welding Code.

5. SAE International, formerly the Society of Automotive Engineers a. SAE Grade 2 Carbon Steel Fasteners.

1.3 SYSTEM DESCRIPTION (Not Used)

1.4 DEFINITIONS (Not Used)

1.5 DESIGN REQUIREMENTS (Not Used)

Page 375: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05999 - 3 Miscellaneous Metal

1.6 SUBMITTALS

A. Product Data and Shop Drawings: 1. Product Data describing each manufactured metal specialty. 2. Shop Drawings describing each fabricated item.

1.7 QUALITY ASSURANCE

A. Requirements of Regulatory Agencies: Guardrail, steps, and ladders shall comply with all applicable provisions of OSHA.

B. Compliance with the requirements specified herein may necessitate modification to the manufacturer's standard materials or equipment.

C. USFS fire permit: The Contractor may be required to obtain a permit from the USFS for field welding.

D. All welding shall be performed by certified welders.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Store on blocking so that no metal touches the ground and water cannot collect thereon.

B. Protected from bending under it’s own weight or superimposed loads.

1.9 PROJECT CONDITIONS (Not Used)

1.10 COORDINATION (Not Used)

1.11 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS (Not Used)

2.2 MATERIALS

A. Steel: 1. Plates and shapes: ASTM A36. 2. Sheets: ASTM A1008 or A569, zinc coated. 3. Pipe: ASTM A120. 4. Bolts:

a. All bolts shall be galvanized ASTM A307 of SAE Grade 2 Typical, with commercial quality washers, or AASHTO M164 where indicated on the plans. Bolt length shall extend to produce a minimum of three exposed threads.

b. Nuts: ASTM A563. c. Flat washers: ASTM F436.

Page 376: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05999 - 4 Miscellaneous Metal

d. Beveled washers: Table 1 of Specifications for Structural Joints using AASHTO M164 or ASTM A490 Bolts, AISC Steel Construction Manual.

5. Welds: a. Part 5 Specifications and Codes, AISC Steel Construction

Manual. b. AWS D1.1-77 American Welding Society. c. Welding Electrodes: AWS 5.20 E70TX.

6. Structural tubing: ASTM A500 or A501.

B. Cast iron: ASTM A48, Class 25 or better.

C. Stainless steel bolts, nuts and washers: 1. Where indicated ASTM A193, Grade B7 bolts, with ASTM A194 Grade

7 nuts and commercial quality washers.

D. Grating and stair treads: 1. ASTM A924 steel, mill-galvanized. 2. GS Metals Corporation:

a. Perf-O-Grip Grating - 12-inch wide 2-inch height 13-gauge pregalvanized steel.

E. Shop coatings: 1. Galvanizing: Hot-dip process, ASTM A123, A385, A668.

F. Railing: 1. Unistrut P1000 or approved equivalent. 2. 1 ½” ASTM A53 pipe.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION

A. General: 1. In accordance with dimensions, arrangement, sizes and weights or

thicknesses indicated on Drawings or as specified. 2. All members free of winds, warps, local deformations or unauthorized

bends. 3. Holes and other provisions for field connection accurate and shop

checked for proper fit. 4. Mark each piece according to the erection Drawing. 5. Provide all field connection materials. 6. Galvanize all steel after fabrication.

Page 377: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05999 - 5 Miscellaneous Metal

B. Connections: 1. General:

a. As indicated on the Drawings. b. Welds:

1) Part 5, Specifications and Codes AISC. 2) AWS D1.1, Structural Welding Code.

c. Where welding is permitted or required: 1) Butt, miter, and fillet welds continuous. 2) Exposed welds ground smooth. 3) Intermittent welds:

a) 2 inch minimum effective length. b) 6 inch minimum spacing.

2. Structural: a. If not indicated on the Drawings, as defined in the "Connections"

part of the AISC Steel Construction Manual. b. Shop connections may be bolted, welded, or riveted. c. Bolted connections for girts with slotted or oversized holes for

adjustment. 3. All others: If not indicated on the Drawings, unfinished bolts with

self-locking nuts or lock washers.

C. Shop coating: 1. Preparation:

a. All surfaces to be at the proper temperature, dry, and free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, and other objectionable substances.

b. Scrape, chip and brush welds as required to remove all spatter. c. Dull sharp corners of cut or sheared edges with at least one pass

of a power grinder. 2. Castings: Hot dip in asphalt varnish or coat with coal tar paint, 6 mils

minimum. 3. Steel:

a. Hot-dipped galvanized, unless otherwise indicated or specified. b. Hot-dipped galvanized and painted per specification 09900 where

indicated or specified. c. Do not move or handle until coating is dry and hard.

4. Other surfaces: Do not shop coat galvanized steel, stainless steel, or bronze.

2.5 SOURCE QUALITY CONTROL (Not Used)

Page 378: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05999 - 6 Miscellaneous Metal

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. Before assembly, thoroughly clean all parts which will be in contact with each other.

3.3 INSTALLATION

A. General: 1. Assemble all parts accurately as indicated on the Drawings. 2. Set baseplates level and grout in place.

B. Connections: 1. General.

a. As indicated on the Drawings. b. Where welding is permitted or required.

1) Butt, miter, and fillet welds continuous. 2) Exposed welds ground smooth. 3) Intermittent welds.

a) Minimum effective length: 2 inches. b) Maximum spacing: 6 inches.

c. Light drifting is permitted to draw parts together. d. No drifting to match unfair holes. e. Enlarge holes, if necessary, by reaming with twist drills. f. No burning to enlarge holes. g. No field welding of steel, except as indicated on the drawings. h. Tolerances:

1) All members level, plumb, and aligned within 1:500. 2) Top elevation of members within 1/16 inch of that indicated

on Drawings.

C. Handrail and ladders: 1. Install with posts plumb and longitudinal members parallel to each other

and to floor. 2. All members in a section or in true alignment in the same vertical plane. 3. Provide wall brackets where indicated or required, anchored with

stainless steel bolts and expansion anchors.

D. Grating: 1. Do not damage during installation. 2. General areas:

a. Securely anchor in place.

3.4 PROTECTION (Not Used)

Page 379: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

05999 - 7 Miscellaneous Metal

3.5 FIELD QUALITY CONTROL

A. Structural Steel Connections: 1. Provide a platform or other means of access for inspection of each field

connection. 2. Leave in place until inspected by QA Inspector / Engineer. 3. Identification of Bolt Grades:

B. Walkways and Handrails: 1. Check final alignment with a tightly drawn reference wire. 2. Maximum misalignment allowed: 1/8 inch. 3. Replace bent, damaged or deformed railings.

3.6 CLEANING (Not Used)

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 380: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 1 Joint Sealant

DIVISION 07 THERMAL AND MOISTURE PROTECTION

SECTION 07900

JOINT SEALANT

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Joint sealants designed for interior and exterior above grade applications.

B. Shotcrete transitions and cast-in-place concrete spillway joints.

C. Other including: wall joints, slab joints, etc.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330

B. Related Work specified elsewhere: 1. Cast-In-Place Concrete: Section 03300 2. Precast Structural Concrete: Section 03410

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the test by basic designation only. Where a date is given for reference standards, that edition shall be used. Where no date is given for reference standards, the latest edition available shall be used. 1. American National Standards Institute (ANSI)

a. ANSI 116.1 Two Component Elastomeric Sealing Compounds for the Building Trade.

2. American Association of State Highway and Transportation Officials (AASHTO)

3. Federal Specification (FS) a. FS SS-S-00230C Sealing Compound, Elastomeric Type, Single

Component for Caulking, Sealing and Glazing in Buildings and other Structures.

b. FS TT-S-1543A Sealing Compound, Silicone Rubber Base for Caulking, Sealing and Glazing in Buildings and other Structures.

a. FS TT-S-00227E Sealing Compound, Elastomeric Type, Multi-Component for Caulking, Sealing and Glazing in Buildings and other Structures.

Page 381: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 2 Joint Sealant

4. ASTM International (ASTM), latest edition a. ASTM C719 Standard Test Method for Adhesion and Cohesion of

Elastomeric Joint Sealants Under Cyclic Movement (Hockman Cycle).

a. ASTM C794 Standard Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants.

b. ASTM C920 Standard Specification for Elastomeric Joint Sealants.

c. ASTM C1521 Standard Practice for Evaluating Adhesion of Installed Weatherproofing Sealant Joints.

d. ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers–Tension

e. ASTM D634 f. ASTM D2240 Standard Test Method for Rubber Property–

Durometer Hardness.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Product Data: Submit manufacturer’s technical bulletins and MSDS on each product.

B. Submit laboratory tests or data validating product compliance with performance criteria specified.

C. Submit list of references from 5 projects similar in scope to this Project. Include contact name and phone number of person charged with oversight of each project.

1.8 QUALITY ASSURANCE

A. Manufacturer Qualifications: The manufacturer of the specified product shall be ISO 9001 certified and have in existence a recognized ongoing quality assurance program independently audited on a regular basis.

B. Contractor Qualifications: Contractor shall be qualified in the field of concrete repair and protection with a successful track record of 5 years or more. Contractor shall maintain qualified personnel who have received product training by a manufacturer’s representative.

C. Install materials in accordance with all safety and weather conditions required by manufacturer or as modified by applicable rules and regulations of local, state and federal authorities having jurisdiction. Consult Material Safety Data Sheets for complete handling recommendations.

1.9 DELIVERY, STORAGE, AND HANDLING

Page 382: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 3 Joint Sealant

A. Deliver products in original factory packaging bearing identification of product, manufacturer, and batch number. Provide Material Safety Data Sheets for each product.

B. Store products in a location protected from freezing, damage, construction activity, precipitation, and direct sunlight.

C. Condition products to between 70 degrees F to 80 degrees F before use.

D. Handle products with appropriate precautions and care as stated on Material Safety Data Sheet.

1.10 PROJECT CONDITIONS

A. Do not use products under conditions of precipitation, or in inclement or freezing weather. Verify that substrates are clean, dry, and frost-free. Use appropriate measures for protection and supplementary heating to ensure proper curing conditions per manufacturer’s recommendations if application during inclement weather occurs.

B. Products shall be stored in temperatures between 70 degrees F to 80 degrees F for a minimum of 8 hours prior to mixing and application. Applicator shall probe the products with a thermometer for even temperature pre-stirring each for temperature uniformity as necessary prior to mixing.

C. Minimum application temperature of the substrate is 40 degrees F and rising. The temperature shall be taken on the inside and outside of the joint prior to application. Maintain substrate temperature above 40 degrees for a minimum of 72 hours following application.

D. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to mixing and handling of the specified coating.

1.11 WARRANTY

A. Warranty: 1. Provide manufacturer’s 5-year standard material warranty. 2. Include coverage for replacement of sealant materials with fail to

achieve watertight seal, exhibit loss of adhesion or cohesion, or do not fully cure provided sealant has been installed per manufacturer’s recommendations.

3. Manufacturer Warranty Exclusions: Failure resulting from excess movement, structural cracks or defects, faulty construction, faulty materials (other than joint sealants), improper installation, misuse of structure, settlement, or accident, fire, or other casualty or physical damage.

Page 383: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 4 Joint Sealant

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Precast and cast-in-place concrete flume joints 1. Sikaflex-2c, as manufactured by Sika Corporation, 1682 Marion

Williamsport Road, Marion, OH 43302 is considered to conform to the requirements of this specification.

2. Substitutions: The use of other than the specified product will be considered providing the contractor requests its use in writing to the Engineer. This request shall be accompanied by (a) A certificate of compliance from an approved independent testing laboratory that the proposed substitute product meets or exceeds the specific performance criteria, tested in accordance with the specified test standards; and (b) Documented proof that the proposed substitute product has a ten year proven record of performance, confirmed by actual field tests and five successful installations that the Engineer can investigate.

B. Other Joints 1. Dow Corning 790 Building Sealant. 2. General Electric Silicone Sealant #1200 or equal. 3. Mastic Sealant

a. RAM-NEK, K. T. Snyder Company, Inc. b. Conseal, CS-102, Concrete Sealants, Inc. c. RUB’R NEK, L-T-M, K. T. Snyder Company, Inc. d. CPS-210, Concrete Products Supply Company e. Or an approved equal.

2.2 MATERIALS

A. Polyurethane sealant: 1. The joint sealant shall be a two-component, non-sag or self-leveling,

polyurethane-base material. It shall be applicable in horizontal, vertical, and overhead joints. The sealant shall be principally a chemical cure to form an elastomeric substance. The color shall be introduced through a “Color-pak” system or be pre-tinted from the manufacturer

B. Any primers, as required, recommended by the manufacturer of the specified product, approved by the engineer.

C. Backer rod or bond breaker tape as approved by engineer.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

Page 384: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 5 Joint Sealant

2.5 SOURCE QUALITY CONTROL

A. Performance Criteria: 1. Properties of the mixed polyurethane sealant:

a. Pot Life: 3-4 hours b. Initial Cure (Tack-Free Time): 6-8 hours c. Consistency: non-sag/self-leveling d. Color: more than 300 architectural colors available through color

matching system 2. Properties of the cured polyurethane sealant

a. Tensile Properties (ASTM D412) at 14 days Non-sag Self-Leveling

1) Tensile Strength at break: minimum 120 psi 175 psi 2) Tensile Elongation: minimum 500 percent 650 percent 3) Modulus of Elasticity-100%Elongation 75 psi min 100 psi min

b. Shore A Hardness (ASTM D2240) at 14 days: 1) Non-sag: 35 +/– 5 2) Self-leveling: 40 +/– 5

c. Tear Strength (ASTM D634) at 14 days: non-sag 45 lbs./in, self-leveling 100 lbs./in

d. Adhesion in Peel (TT-S-00227E, ASTM C794) at 21 days 1) Concrete: 25-lb. min. 0 percent Adhesion Loss 2) Aluminum: 30-lb. min. 0 percent Adhesion Loss 3) Glass: 30-lb. min. 0 percent Adhesion Loss

e. Service Range: –40 degrees to 170 degrees F f. The sealant shall conform to Federal Specification TT-S-00227E,

Type I and II, Class A. g. The sealant shall conform to ASTM C920, Type M, Grade P or

NS, Class 25. h. The sealant shall be capable of +/– 50 percent of the average joint

width when tested in accordance to the durability bond test of Federal Specification TT-S-00227E and ASTM C719.

i. The sealant shall be non-staining. j. Final Cure: 3 days min.

PART 3 EXECUTION

3.1 EXAMINATION

A. Inspect areas involved in Work to establish extent of Work, access, and need for protection of surrounding construction.

B. Examine joints for defects that would adversely affect quality of installation.

C. Provide additional joint preparation, beyond that outlined in Specifications, as required by sealant manufacturer and Engineer’s recommendations.

D. Verify product and substrate temperatures as described in this specification’s Article 1.10, Project Conditions.

Page 385: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 6 Joint Sealant

E. Verify adequate heat source and fuel supply to provide and maintain the substrate temperature per this specification’s Article 1.10, Project Conditions.

3.2 PREPARATION

A. Remove loose materials and foreign matter that impair adhesion of joint sealant.

B. Clean by grinding, sandblasting, or wire brushing to expose sound surface free of contamination and laitance.

C. Ensure structurally sound surfaces, dry, clean, free of dirt, moisture, loose particles, oil, grease, asphalt, tar, paint, wax, rust, waterproofing, curing and parting compounds, membrane materials, and other foreign matter.

D. Priming: 1. SikaGuard 62, as manufactured by Sika Corporation, 1862 Marion

Williamsport Road, Marion, OH 43302, is considered to conform to the requirements of this specification.

2. Comply with the following requirements: a. Apply primer full strength with brush. Apply primer to a light,

uniform coating. Porous surfaces require more primer. Do not over apply. Do not apply primer onto face of substrate.

b. Allow primer to dry before applying joint sealants. Depending on temperature and humidity, primer will be tack free in 15 to 120 minutes.

c. Prime and seal on same workday.

E. Mixing: Mix sealant per manufacturer’s printed instructions

3.3 INSTALLATION

A. Back-Up Material 1. Install appropriate size backer rod, larger than joint where necessary

per manufacturer’s recommendations, and in manner to provide concave sealant profile.

2. Where joint depth does not permit installation of backer rod, install adhesive-backed polyethylene bond-breaker tape along entire back of joint to prevent 3-sided adhesion of joint sealant.

B. Sealant: 1. Verify that temperature and moisture conditions are within

manufacturer’s acceptable limits. 2. Using fresh sealant and equipment that is in proper working order,

completely fill joint with sealant, filling from bottom up to avoid entrapping air.

3. Using clean tool with rounded edge, and of appropriate width for each joint, tool freshly installed sealant to provide preferred concave profile, to ensure intimate contact between sealant and substrate, and to provide neat appearance. Where surface aggregate does not permit proper tooling, install sealant and backer rod so that face of joint is

Page 386: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 7 Joint Sealant

recessed behind exposed aggregate, and sealant is bonded to firm, even surface.

C. Curing Time: Curing of joint sealants varies with temperature and humidity. The following times assume 75 degrees F, 50 percent relative humidity, and joints 1/2 inch wide by 1/4 inch. Contractor to provide controlled environment where required to maintain minimum of 40 degrees F for a minimum of 72 hours for curing. 1. Skins: Overnight or within 24 hours. 2. Functional: Within 3 days. 3. Full Cure: Approximately 1 week.

3.4 PROTECTION

A. Protect Work from contaminating substances and damage resulting from other construction operations or other causes to that sealed joints are without deterioration or damage at time or Project completion.

3.5 FIELD QUALITY CONTROL

A. During execution of Work, inspect Work to assure compliance with manufacturer’s guidelines, these Specifications when they exceed manufacturer’s guidelines, and good construction practice. 1. Refer to latest revision of ASTM C1521 for test methods and frequency. 2. Allow inspections of Work and assist in testing requested by

manufacturer’s representative and Engineer.

B. Non-Compliant Work: In inspections reveal non-complaint Work or Work that was not installed per Specifications, and/or manufacturer requirements, remove adjacent Work until a location is reached where installation was performed properly. Assist in spot-checking of remainder of Work.

3.6 CLEANING

A. Remove uncured sealant and joint filler with manufacturer approved cleaning agent.

B. Remove cured sealant by cutting with sharp-edged tool.

C. Remove thin films by abrading.

D. Remove debris related to application of sealants from Project site per applicable regulations for hazardous waste disposal.

Page 387: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

07900 - 8 Joint Sealant

3.7 DEMONSTRATION (Not Used)

END OF SECTION

Page 388: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 1 Painting

DIVISION 09 FINISHES

SECTION 09900

PAINTING

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Field painting including; surface preparation, finish coats, priming, protection of surfaces and related work.

1.2 RELATED SECTIONS

A. Additional requirements specified elsewhere: 1. Submittals: Section 01330

B. Related Work specified elsewhere: 1. Miscellaneous Metal: Section 05999

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. 1. ASTM International (ASTM), latest edition

a. ASTM A780 Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings.

b. ASTM D6386 Standard Practice for Preparation of Zinc (Hot-Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting.

2. Society for Protective Coatings (SSPC; Previously Steel Structures Painting Council) a. SSPC-SP-6 Surface Preparation, Commercial Blast Cleaning. b. SSPC-SP-10 Surface Preparation, Near White Blast Cleaning.

1.4 SYSTEM DESCRIPTION (Not Used)

1.5 DEFINITIONS (Not Used)

1.6 DESIGN REQUIREMENTS (Not Used)

1.7 SUBMITTALS

A. Product Data: 1. Furnish complete manufacturers product data, certificates, test data:

a. Label each paint submittal with paint type and intended use.

Page 389: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 2 Painting

2. Colors samples: a. Furnish color chips for color selection by Agency. b. District will prepare color schedule after submittals. Contractor will

provide colors in accordance with Schedule. Selections by District may exceed manufacturer’s standard range of colors.

1.8 QUALITY ASSURANCE

A. Field samples: 1. Sampling of material:

a. Provide test samples at random from sealed containers stored on site.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Packing and shipping: 1. Deliver paint to the job site in original unopened containers with labels

intact, and include: a. Manufacturers name. b. Type of paint. c. Manufacturers stock number. d. Color. e. Instructions for reducing, where applicable. f. Label analysis. g. Federal specification number.

2. Storage and protection: a. Store only acceptable project materials on project site. b. Store in a suitable location inside and protect from freezing. c. Restrict storage to paint materials and related equipment. d. Comply with health and fire regulations. e. Remove immediately any materials delivered open or subject to

improper storage.

1.10 PROJECT CONDITIONS

A. Environmental requirements: 1. Do not apply paint when:

a. Air temperature is below 50 degrees F. b. Surfaces of metals, such as surfaces of a pipe containing cold

water, have a temperature below 50 degrees F. c. Metal temperature and atmospheric conditions cause condensa-

tion on surface of metal. 2. Comply with manufacturers recommendations as to environmental

conditions under which coatings and coating systems can be applied. 3. Do not apply finish in areas where dust is being generated. 4. Apply paint when air and surface temperature are within those

recommended by manufacturer for coating being applied.

Page 390: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 3 Painting

1.11 COORDINATION (Not Used)

1.12 WARRANTY (Not Used)

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Acceptable manufacturers: 1. The names of manufacturers are included in this specification’s Article

2.2, Materials, describing the various types of coatings. 2. Compliance with the requirements specified herein may necessitate

modification to the manufacturers’ standard material or equipment.

2.2 MATERIALS

A. Primers and pre-treatments: 1. High build epoxy primer:

a. Tnemec, Series 69. b. Ameron, Amerlock 400. c. Devoe, Bar Rust 235. d. International, Intergard 750 HS.

2. Zinc rich urethane: a. Tnemec, Series 91.

3. Undercoater: a. Tnemec, Series 36, Alkyd.

B. Intermediate and finish coats: 1. High build epoxy.

a. Tnemec, Series 69. b. Ameron, Amerlock 400. c. Devoe, Bar Rust 235. d. International, Intergard 760 HS.

2. High build aliphatic polyurethane: a. Tnemec, Series 74 Endura-shield. b. Ameron, Amercoat 450 HS. c. Devoe, Devthane 369. d. International, Hythane Super (8600)

C. Repair of hot dipped galvanized surfaces: 1. 94 percent zinc solid coating conforming to ASTM A780.

2.3 ACCESSORIES (Not Used)

2.4 FABRICATION (Not Used)

Page 391: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 4 Painting

2.5 SOURCE QUALITY CONTROL

A. Verification of performance: 1. Use product of single manufacturer for coating systems for each type of

surface. 2. Use paint compatible with paints used for Owner furnished equipment. 3. Use only mercury-free, fume proof paint for intermediate and finish

coats. Paint must be suitable for atmosphere containing hydrogen sulfide.

4. Insure shop primer and coatings are compatible with specified field coating system.

5. Use only lead-free paint. 6. Use only chromate-free primers. 7. Provide tie coats where recommended by manufacturer. 8. Consistency and viscosity:

a. Factory mix paint to proper consistency and viscosity for hot weather application without thinning.

b. Thin paint only as necessary to obtain recommended coverage at lower application temperatures.

c. Do not reduce wet film thickness of applied paint by addition of paint thinner, or for any other reason, below that represented by the recommended coverage rate.

d.

PART 3 EXECUTION

3.1 EXAMINATION (Not Used)

3.2 PREPARATION

A. Protection: 1. Use drop cloths, masking tape, or other effective methods to protect

surfaces from spraying, spattering, or spilling of paint. 2. Remove paint deposited on surfaces which are not being painted at that

time. 3. Exposed concrete or masonry not specified to be painted which is

damaged by paint shall be: a. Removed and rebuilt, or b. Painted in entirety with two (2) coats of paint as directed by

Construction Manager. 4. Contractor to repair all damage caused by painting to other items of

work. 5. Surface clean bituminous paints spilled or dropped and spot paint with

aluminum paint prior to specified paint. 6. Paint used in successive field coats shall be by same manufacturer. 7. Field coats shall not damage shop applied undercoats.

Page 392: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 5 Painting

B. Surface preparation: 1. General surfaces:

a. Surfaces to be painted shall: 1) Be dry, free of dirt, dust, sand, grit, mud, oil, grease, rust,

loose mill scale, or other objectionable substances. 2) Meet recommendations of paint manufacturer for surface

preparation. 3) Be freed of oil and grease by use of solvents or detergents

before mechanical cleaning is started. 4) Be free of cracks, pits, projections, or other imperfections

which would prevent formation of a smooth, unbroken paint film.

5) Perform cleaning and painting operations in a manner which will prevent dust or other contaminants from settling on freshly painted surfaces.

6) Remove gloss and dull the surface of previously painted surfaces for proper adhesion of top coats.

7) Touch-up paint and repair of previously painted surfaces. 8) Clean, sand, or wire brush such surfaces in a manner that

edges of adjacent paint are feathered or otherwise smoothed.

9) Touch-up and repair of painted surfaces shall not be noticeable when completed.

10) Completely remove paint made brittle or otherwise damaged by heat of welding and repair as stated above.

2. Specific surfaces: a. Surface preparation of previously painted surfaces, factory, and

primed equipment: 1) Remove existing paint that has tendency to powder, peel, or

shatter when scraped with a knife. 2) Remove all paint from entire surface that is less than 75

percent intact. b. Ferrous metal surfaces: Unless otherwise indicated, per Steel

Structures Painting Manual, Vol. 2, "Systems and Specifications." 1) Steel; structural, tanks, pipe, and equipment:

a) Non-submerged: SSPC-SP-6. b) Submerged or partially submerged: SSPC-SP-10. c) High temperature surfaces to 1200 degrees F:

SSPC-SP-10. 2) Galvanized steel:

a) Retaining Wall Wire Facing Units: Conform to ASTM D6386

b) All Other: Do not coat except when specifically indicated.

Page 393: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 6 Painting

3. Sandblasting procedures: a. Per OSHA. b. Do not allow surfaces to become wet after blasting and before

painting. c. Apply primer same day as blasting. d. Depth of sandblasted surface: Not less than 1 mil or greater than 2

mils. e. Air free of water and oil. f. Confine sandblast sand to area being prepared. g. Protect nameplates, valve stems, rotating equipment, motors, and

other damageable items. h. Do not reuse sand. i. Plug pipe, holes, or openings before sandblasting. Keep covered

until sand removed. 4. Mixing and tinting:

a. Deliver paints and enamels ready-mixed to job site. b. Mix only in mixing pails, suitable sized, non-ferrous or oxide metal

pans. c. Use tinting colors recommended by manufacturer for specific type

of finish. d. Do not add any adulterants or unauthorized thinners. e. Thoroughly mix each time paint is withdrawn from container. f. Keep containers closed tightly except while paint is withdrawn. g. All paint factory mixed. h. Thinning only permitted to obtain recommended coverage at lower

application temperatures. i. Do not thin paint below recommended coverage rate.

3.3 INSTALLATION

A. General requirements: 1. Do not apply initial coating until moisture content of surface is within

moisture limitations of paint manufacturer. 2. Apply paint with suitable brushes, rollers, or spraying equipment.

a. Rate of application shall not exceed that as recommended by paint manufacturer for the surface involved.

b. Keep brushes, rollers, and spraying equipment clean, dry, free from contaminants and suitable for the finish required.

3. Comply with recommendation of product manufacturer for drying time between succeeding coats.

4. Vary slightly the color of successive coats. 5. Sand and dust between each coat to remove defects visible from a

distance of 5 feet. 6. Finish coats shall be smooth, free of brush marks, streaks, laps or pile

up of paints, and skipped or missed areas.

Page 394: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 7 Painting

7. Inspection: a. Do not apply additional coats until completed coat has been

inspected by the Engineer. b. Only inspected coats of paint will be considered in determining

number of coats applied. 8. Make edges of paint adjoining other materials or colors clean and sharp

with no overlapping. 9. Refinish whole wall where portion of finish has been damaged or is not

acceptable. 10. Surfaces to be painted with water-thinned paint: Spot prime exposed

nails and other ferrous metals with aluminum paint. 11. Application temperatures:

a. 60 degrees F to 100 degrees F for epoxy based coatings. b. 50 degrees F to 100 degrees F for all other paint.

12. Relative humidity: 85 percent maximum. 13. Apply paint in a neat manner with finished surfaces free of runs, sags,

ridges, laps, and brush marks. 14. Do not apply successive coats until each previous paint coat is hard

and dry through entire paint film: a. Apply each coat in a manner that will produce an even film of

uniform and proper thickness. b. Do not apply any coat at a rate of coverage per gallon which is

greater than maximum rate recommended by manufacturer. c. Avoid paint films showing sags, checks, blisters, teardrops, or fat

edges: 1) Remove paint containing such defects and repaint.

15. Priming: a. Provide a brush coat of primer to edges, corners, crevices, welds,

bolts, and nuts before specified spot or touch-up painting of metal surfaces.

b. Give special attention to filling crevices. c. Cover prime coats with a tie coat if recommended by

manufacturer of finish coating. 16. Repaint abraded and otherwise damaged portions of shop applied

paint. 17. Welded seams and other uncoated surfaces:

a. Use specified primer on: 1) Welded seams and other uncoated surfaces. 2) Field installed bolts, nuts, and washers. 3) Surfaces where paint has been damaged by heat.

b. Do not apply finish coats to patch, spot, or touch-up painting until such painting is dry and hard.

18. Surfaces shall have at least three (3) coats of paint at conclusion of field painting, unless otherwise specified.

Page 395: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 8 Painting

19. Apply at least two (2) field coats of paint to all surfaces, regardless of number of paint coats previously applied unless specifically noted otherwise.

20. Paint all new construction, pipe, hangers, doors, etc. 21. Paint existing construction and equipment as specifically mentioned, and

any area damaged by construction.

B. Rate of application: 1. Coverage not greater than value recommended by manufacturer. 2. Do not use paint thinner as means of extending coverage of paint.

C. Demonstration 1. Galvanized surfaces:

a. Brush apply two (2) coats of zinc coating, 80 mil DFT minimum.

D. Schedules 1. All new construction plus existing construction specifically listed and

damaged by construction. 2. Coating systems:

a. Epoxy: 1) Primer: High build epoxy primer: 4.0-6.0 dry film thickness

(DFT) mils. 2) Intermediate: High build epoxy: 4.0-6.0 DFT mils. 3) Finish: High build epoxy: 4.0-6.0 DFT mils. 4) Total DFT: 12.0-14.0 mils.

b. Urethane: 1) Primer: High build epoxy primer: 4.0-6.0 DFT mils. 2) Intermediate: High build epoxy: 4.0-6.0 DFT mils. 3) Finish: High build aliphatic polyurethane: 2.0-3.0 DFT mils. 4) Total DFT: 10.0-15.0 mils.

c. Zinc/Epoxy: 1) Primer (shop): Zinc rich urethane: 2.5-3.5 DFT mils. 2) Spot primer (field): Zinc rich urethane: 2.5-3.5 DFT mils. 3) Intermediate (field): High build epoxy: 4.0-6.0 DFT mils. 4) Finish (field): High build epoxy: 4.0-6.0 DFT mils. 5) Total DFT: 10.5-15.5 mils.

d. Zinc/Urethane: 1) Primer (shop): Zinc rich urethane: 2.5-3.5 DFT mils. 2) Spot primer (field): Zinc rich urethane: 2.5-3.5 DFT mils. 3) Intermediate (field): High build epoxy: 4.0-6.0 DFT mils. 4) Finish (field): High build aliphatic urethane: 2.0-3.0 DFT mils. 5) Total DFT: 8.5-15.5 mils.

Page 396: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 9 Painting

e. General coating schedule: Area System Color Guardrails & Guardrail Supports Urethane/over epoxy Black Handrails and Posts Urethane/over epoxy Black Miscellaneous exposed metals Urethane/over epoxy Black Building louvers & metals Urethane/over epoxy Match bldg color MSE Baskets Urethane/over epoxy Black

f. Surfaces not to be painted: 1) Except as otherwise required or directed, do not paint the

following surfaces: a) Polished or finished stainless steel. Unfinished stainless

steel shall be painted. b) Flexible rubber and plastics. c) Finished aluminum products. d) Stainless steel. e) Fencing. f) Wire mesh slope protection fabric. g) Galvanized surfaces which are not identified for coating.

3.4 PROTECTION

A. The Contractor shall tarp all areas to prohibit paint or sealer overspray from entering the canal and all surfaces not to be painted.

3.5 FIELD QUALITY CONTROL

A. Mixing and thinning: 1. Thoroughly mix paint each time any is withdrawn from container. 2. Keep paint containers tightly closed except when withdrawing paint. 3. Thin only as necessary to obtain recommended coverage at lower

application temperatures. 4. Wet film thickness of applied paint shall not be reduced:

a. By addition of paint thinner or otherwise. b. Below that represented by the recommended coverage rate.

B. Dry film thickness and Holiday testing: 1. Test coated surfaces for holidays using NACE approved methods. 2. Test in presence of District Representative.

3.6 CLEANING

A. Touch up and restore finish where damaged.

B. Remove spilled, splashed, or splattered paint from all surfaces.

C. Do not mar surface finish of item being cleaned.

D. Leave storage space clean and in condition required for equivalent spaces in project.

Page 397: Flume 38 to 40 Canal Conversion - eid.org

Project No. 16022.01, Contract No. E20-02

09900 - 10 Painting

3.7 DEMONSTRATION (Not Used)

END OF SECTION