Loading...
HomeMy WebLinkAboutC-3562(B) - 2005-2006 Various City Sewer Main Improvements and Big Canyon Trunk Sewer ReplacementJ CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC May 22, 2008 Beador Construction Company, Inc. 26320 Lester Circle Corona, CA 92883 Subject: 2005 -2006 Various City Sewer Main Improvements and Big Canyon Trunk Sewer Replacement (C -3562) To Whom It May Concern: On May 22, 2007, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on June 29, 2007. The Surety for the contract is Hartford Fire Insurance Company and the bond number is 72BCSDB4055. Enclosed is the Faithful Performance Bond. Sincerely, v /yU�71M2 f�l • /�t��? �'�xu�J LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Michael Sinacori, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us PREMIUM: $49,128.00 - BASED ON FINAL CONTRACT PRICE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 BOND NO. 72BCSDB4065 FAITHFUL PERFORMANCE BOND The premium charges on-this Bond is $ 49,128.00 being at the rate of $ 1.2091 thousand of the Contract price . WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to BEADOR CONSTRUCTION COMPANY, INC., hereinafter designated as the "Principal ", a contract for construction of 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT PROJECT, Contract No. 3562 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3562 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and HARTFORD FIRE INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Four Minion, Sixty-Three Thousand, Three Hundred and 001100 Dollars ($4,063,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment weft and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. ' THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in aft respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 30 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. - Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been executed by the Principal and Surety above named, on the 77 day of APRIL 06. �I BEADOR CONSTRUCTION CO., INC. (Principal) HARTFORD FIRE INSURANCE COMPANY Name of Surety uthorized A ignature ONE POINTE DRIVE BREA, CA 92822 YUNG T. MULLICK, ATTORNEY -IN -FACT Address of Surety Print Name and Title t 714 -674 -1321 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F :\USERS\PS\MShared\Contracts \FY 05- 06105.06 Sewer Main Lining -CDM &Superior Sewer Impr. 6356ZWALOEWNOLAN DOCUMENTS\ 100% DocumenNlC=RACT C 3562 032205 MJS,doc 31 Il CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 4 -18 -06 before me, JUDITH L. BEADOR NAME OF NOTARY PUBLIC personally appeared, DAVID A. BEADOR personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. QZ4W d (SEAL) NOOkY PUBLIC SIG AT JUD1tH L. BEADOR Commission # 1396781 Notary Public - Colitomia Orange County My Comm. Expires Jan 28, 2007 OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT I1 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On April 17, 2006 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC NAME OF NOTARY PUBLIC personally appeared, . YUNG T. MULLICK personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT (SEAL) k,INNMI "C. G 0" Y COM- * 1470955 Publk California C m E�sCFebn�y17,2008 Y. e*npany Profile Company Profile Pagel oft HARTFORD FIRE INSURANCE COMPANY 55 FARMINGTON AVENUE, SUITE 100 HARTFORD, CT 06105 -3725 800 - 243 -5860 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 19682 NAIC Group #: 0091 California Company ID #: 0085 -1 Date authorized in California: January 07, 1870 ( License Status: UNLIMITED - NORMAL Company Type: Property & Casualty State of Domicile: CONNECTICUT Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the gloss a AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS PLATE GLASS http: / /cdinswww .insurance.ca.gov /pls /wu_co. prof/idb_co_prof utl.get_ co_prof?p_EID =... 04/21/2006 Please see Deed Nos. 2124 to 2128 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 29, 2007 Beador Construction Company, Inc. 26320 Lester Circle Corona, CA 92883 Subject: 2005 -2006 Various City Sewer Main Improvements and Big Canyon Trunk Sewer Replacement (C -3562) To Whom It May Concern: On May 22, 2007, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 25, 2007, Reference No. 2007000339361. The Surety for the contract is Hartford Fire Insurance Company, and the bond number is 72BCSDV4055. Enclosed is the Labor & Materials Payment Bond. Sincerely, C; a �Mlmt_ LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Mike Sinacori, P.E. encl. 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us PREMIUM INCLUDED IN PERFORMANCE BOND CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 72BCSDV4056 BOND NO, LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to BEADOR CONSTRUCTION COMPANY, INC., hereinafter designated as the "Principal,' a contract for construction of VARIOUS CITY WIDE SEWER IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT PROJECT, Contract No. 3562 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3562 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, HARTFORD FIRE INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Four Million, Sixty -Three Thousand, Three Hundred and 001100 Dollars ($4,063,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum speed in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of Cali €ornia. PT-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from Its obligations under this Bond. This Labor and Materials Payment Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. IN WITNESS WHEREOF, this instrument has been Principal and Surety, on the 77 day of APRIL BEADOR CONSTRUCTION CO., INC. (Principal) HARTFORD FIRE INSURANCE COMPANY Name of Surety ONE POINTE DRIVE BREA, CA 92822 Address of Surety 714 -674 -1321 Telephone executed by the above named _"2006. YUNG T. MULLICK, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED K� CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 4 -18 -06 before me, JUDITH L. BEADOR NAME OF NOTARY PUBLIC personally appeared, DAVID A. BEADOR personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. AVO JUDITH L, eEADM Commission # 1396781 I _,� Notary Pudk - CaAlomlo Orange County I I My Comm. Expires Jan 28, 2007 OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On April ] 7, 2006 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT 916-emn ENNIFER C. GIBONEY COMM. # 1470955 �s Q Nomy Public California FS ORANGECOUNTY room mnwy 17,201 (SEAL) Direct Inquides/Claims to: P ' WER OF ATTORNEY call: 888 - 266 -3488 or fax: 860 - 757 -5835 _KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72- 253453 QHartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duty organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana O Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies ") do hereby make, constitute and appoint, up to the amount of unlimited. James W. Moilanen, Yung T. MuBick, Jennifer C. Giboney, Frances Lefler Of Laguna Hills, CA their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. is 1 I"wc4 L 0 Z .J'o 0(. f� Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD David T. Akers, Assistant Vice President On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. • Mr6 • Scott E. Paseka Notary Public C9IrWCarE My Commission Expires October 31, 2007 1, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of APRIL 17, 2006. Signed and sealed at the City of Hartford. trr • °rM iaw t S � r. �r� .I��ar�nnf. i �wY too• ; rD 79� & xslf • �ry '. A� • Rr,nO •p W' Gary W. Stumper, Assistant Vice President POA 2004 THE PUMA ENUE HARTFORD, CONNECTICUT 06115 call: 888 - 266 -3488 or fax: 860 - 757 -5835 _KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72- 253453 QHartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duty organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana O Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies ") do hereby make, constitute and appoint, up to the amount of unlimited. James W. Moilanen, Yung T. MuBick, Jennifer C. Giboney, Frances Lefler Of Laguna Hills, CA their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. is 1 I"wc4 L 0 Z .J'o 0(. f� Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD David T. Akers, Assistant Vice President On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. • Mr6 • Scott E. Paseka Notary Public C9IrWCarE My Commission Expires October 31, 2007 1, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of APRIL 17, 2006. Signed and sealed at the City of Hartford. trr • °rM iaw t S � r. �r� .I��ar�nnf. i �wY too• ; rD 79� & xslf • �ry '. A� • Rr,nO •p W' Gary W. Stumper, Assistant Vice President POA 2004 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder III�IIIIUIINIIIIIIIIIIIIIIINIIIIIIIIIIIIIIIIIIIIIIIUIIIIIIIIhNIIUIINO FEE 200700033936111:04am 05/25/07 227 186 N12 1 0.00 0.00 0.00 0.00 a.00 0.00 0.00 0.00 Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Beador Construction Company, Inc, of Corona, California, as Contractor, entered into a Contract on April 25, 2006. Said Contract set forth certain improvements, as follows: 2005 -2006 Various City Sewer Main Improvements and Big Canyon Trunk Sewer Replacement (C -3562) Work on said Contract was completed, and was found to be acceptable on May 22. 2007, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Hartford Fire Insurance Company. Director rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �1�� .Qd 0% at Newport Beach, California. BY City Clerk 9 h� �V i • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC May 23, 2007 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3460, C -3562, C -3722, and C -3798) Please record the enclosed Notices of Completion (4) and return them to the City Clerk's office. Thank you. Sincerely, 6/ / /. 446-ZV LaVonne M. Harkless, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Beador Construction Company, Inc, of Corona, California, as Contractor, entered into a Contract on April 25, 2006. Said Contract set forth certain improvements, as follows: 2005 -2006 Various City Sewer Main Improvements and Big Canyon Trunk Sewer Replacement (C -3562} Work on said Contract was completed, and was found to be acceptable on May 22. 2007, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Hartford Fire Insurance Company. Director rt Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on &� 0�3, �d �� at Newport Beach, California. —� BY City Clerk r CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT SIN° �� G -3atn -FRS MP' 12 Chili May 22, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Mike Sinacori 949 - 644 -3342 or msinacori@city.newport- beach.ca.us SUBJECT: 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENT AND BIG CANYON TRUNK SEWER REPLACEMENT — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3562 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. 5. Approve a Budget Amendment appropriating $241,389.39 to Account No. 7251 - 05600292 for the completion of the Big Canyon Trunk Sewer Replacement and increase revenue estimates by $248,431.62 representing OCSD's final contribution for this work, including a 4% administrative fee on construction services provided by the City. DISCUSSION: On April 25, 2006 the City Council authorized the award of the subject project to Beador Construction. The contract provided a joint sewer project with the Orange County Sanitation District (OCSD). The contract has now been completed to the satisfaction of the Public Works Department and OCSD. A summary of the contract cost is as follows: Original bid amount: $4,063,300.00 Actual amount of bid items constructed: $3,975,739.30 Total amount of change orders: $ 579.285.65 Final contract cost: $4,555,024.95 • 2005 -2006 Various City Sewer Main Improveme Big Canyon Trunk Replacement — +. Completiio nd Acceptance of Contract No. 3562 May 22, 2007 Page 2 The decrease in the amount of actual bid items constructed over the original bid amount resulted mostly from the deletion of City sewer lining efforts. Sewer mains that were inaccessible during the design phase were pre - televised by the contractor. Some reaches were shown to be in acceptable condition and those lines were deleted from the construction contract. The final overall construction cost including Change Orders was 12 percent over the original bid amount. Seven summary change orders in the amount of $579,285.65 were processed for the project and approximately $430,000 is the responsibility of OCSD. Attached is a summary of the Change Orders processed for the project. PROJECT BACKGROUND: A reimbursement agreement between the City and OCSD was approved by the City Council on June 14, 2005 which contained the following provisions: • OCSD will reimburse the City for costs to design and construct the OCSD sewer improvement project including a 4% administration fee ($150,567.23 based upon the final cost to OCSD). • City paid for the design and construction of the City sewer improvements not required by the OCSD improvements. • City was the lead on CEQA processing for the project with OCSD reimbursing the City for any costs related to their improvements. • OCSD had the authority to review and approve all plans, inspect the construction, and approve all Change Orders related to their new OCSD sewer. • Big Canyon Country Club (BCCC) provided new easements to the OCSD and City for the new aligned sewer locations. The joint construction project minimized impacts to the community by completing all the improvements in concert with the ongoing BCCC construction projects. This also minimized cost impacts for site and road restoration since the larger BCCC construction efforts will continue after the sewer improvements are completed. The joint project also allowed both OCSD and the City to take advantage of a larger sewer replacement and lining project that resulted in overall lower costs to both agencies. Environmental Review: City and OCSD staff reviewed the project and had determined the project was exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines when the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. A Notice of Exemption was filed with the County Recorder on May 2, 2006. :"• U C • 2005 -2006 Various City Sewer Main ImprovemiWd Big Canyon Trunk Replacement — Comple nd Acceptance of Contract No. 3562 May 22, 2007 Page 3 Project Costs and Fundina Availability: In addition to the primary construction contract, this project involved other project expenses for construction support, geotechnical, and incidental items. Total project expenses are summarized as follows: Vendor Beador Construction Walden & Associates(') Leighton Geotechnical Clarke Construction AESCO Geotechnical Big Canyon Country Club Project Partners Various City of Newport Beach Purpose Contractor Design and CM Support OCSD Design Geotechnical OCSD Pre - Construction Cost OCSD Construction Geotechnical OCSD Liquidated Damages (2) City Contract Inspection Support Printing and Incidental Expenses Administration Charge to OCSD Total: Amount $4,555,024.95 269,650.00 25,170.03 28,948.00 29,050.00 75,000.00 25,922.92 2,103.56 147,567.23 $5,158,436.69 (f) Pending final billing. (2) Per the Construction Access Agreement, BCCC was due $2,000 per calendar day in liquidated damages (LDs) for everyday past the initial 150 days allowed in the agreement. OCSD negotiated LDs with BCCC for the late completion of its portion of the work amounting to $75,000 and has agreed to pay that amount to BCCC. More than three - quarters of the funding for this project is provided by OCSD. A Budget Amendment is required to recognize the increase in anticipated revenue contributions from OCSD and to appropriate additional funds into the contribution account. Upon approval of the Budget Amendment, funds for the project will be expended from the following accounts: Account Description Account Number Amount OCSD Big Canyon Trunk Sewer 7251- C5600292 $3,912,081.62 Sewer Main Master Plan Improvement 7531- C5600292 $ 936,986.96 Superior Avenue Trunk Sewer Improvement 7531- C5600863 $ 290,368.11 Storm Drain Improvement Program 7012- C5100008 $ 19,000.00 Total: $5,158,436.69 The Contractor was allowed 100 working days to complete the OCSD Big Canyon Trunk Sewer and 200 working days to complete the entire project. All work was completed on April 20, 2006, 21 working days ahead of the original scheduled completion date of May 21, 2007. With approved time extension, the contractor was allowed until July 17, 2007 for completion. • 2005 -2006 Various City Sewer Main Improveme Big Canyon Trunk Replacement - Completio nd Acceptance Of Contract No. 3562 May 22, 2007 Page 4 Prepared Submitted by: Whael J. Sinacori, P.E. St Z. Badum Principal Civil Engineer u orks Director Attachments: Summary of Change Orders — Dated May 11, 2007 Budget Amendment References: June 14, 2005 Council Report — Reimbursement Agreement with OCSD for Big Canyon Trunk Sewer Replacement April 25, 2006 Council Report — 2005 -2006 Various City Sewer Main Improvement and Big Canyon Trunk Sewer —Award of Contract No. 3562 Jvj N fD N O Z U N W � 0 aZ Z F Z V W d a7 W H Q Z J O a� W N X F- IX Z W W W W N � O IL 7 � I W � U Z N V W �y} O 1- U U O w a ~ p�N m a a a a a a Q ¢ a a a a ¢ a � v a a r m �- a P p E E O v 0 w R' w Sy 3 b 3 b b 3 b ry O gyg U � � ry D N N O N N M V M o m n O � m o ro m o a o W n o n mr m ao � g ry ��mOm N F a n f0 W N N M OOp N N V N m u U m ORR °y g n N Nj f0 N U amp N N OD V N m LL Q N N W m N m N N N N MM U Z N V N V N N N N N NQ +� l0 J E O K `- O � O N N 0 Q O � O O O O O 4_ O a s m m � W O O O Q w�0 m O c m E om p m E x y a m O L° °' d m' m m v C c 0, E 1O w v o b m 3 a m 12 m g .. w# N :C 9 m 'mod L W E LU r a w `-y 3 is aE w C c c#`:�0: c mt m C y E 'c C Q a 0 y $ m O m c m a 0 d a V S n s � Y n ap C$# C E d `m C E N 0 8 1 E x ° E F U C c i .m 9 m m c L d V d n O d d cc ~ T Ym . YJ � M yq c� Q .t.. W A D D O N O o Q m N r4 O O O O O O N N O O O w CL 0 `d `m `m `m `m `d `d `o `o o`d Z U¢ f C d m m N d m m m d m d a m m m m m m m m m m m m a U °� �° w '> a a a a Q a ¢ a Q Q a Q a PCO No. 14 15 TYPE A A ORIGIN Beador Beador DATE 10131/06 11/10/06 DESCRIPTION Invoice from Christensen Irrigation Co for main Tine relocation for 8" water line conflict at bore pit at MH # 4 Generator Rental and support equipment to dewater installed sewer mainline during manhole hole installation C.O. APPRVL DATE 11114108 12/14/0 6 C.O. NO. 2 3 Previously Approved Coals $17,982.85 $6,614.79 Pending CDR costs Tatal approved and pending $17,982.85 $5,614.79 Days REMARKS S ATU3 Cost for work was pre- approved by OCSD A A 16R Beador 12/29 /06 Grade and remove excess dirt in the construction areas to assist Southwest US In their restoration of the golf course 01/05107 4 $6,226.08 $6,226.08 Revised from $11,226.08 A 17R JABeador Beador 11115/06 Extra work required to install 8" VCP (Lateral D near M H # 9) under 6" water lines that were required to remain online and not cut and capped 01/05 /07 4 $16,769.44 $16,769.44 2 Revised from $20,669.44 A 18 11/29/06 Extra work required during the Direct Boring Operation due to buried concrete drain structure and rip rap encountered at the 250 foot point Of! he 400 If bore. 12/14/06 3 $21,084.31 $21,084.31 3 A 19R A Beador 12/29/06 Relocation of 10 Suction Line for the waterfall fed from Lake 5 by MH # 5 due to interference with 48" bare casing at Ste 24 +50. 01/05/07 4 $4,162.45 $4,162.45 2 Revised from $8,324.89 20 A Beador 72/13/06 Rain Day for 12/11/06 due to heavy rain over the weekend of 12/9106 01/05/07 4 1 A 21 A Beador 12/10!06 Generator Rental and support equipment to dewater installed sewer mainline during manhole installation 01/05/07 4 $2,406.34 $2,406.34 A 2282 A Beador 12/10/06 Extra work due to Differing Site Conditions during the installation of Mainline and Line "B" (MH 3 and 3A) along Big Canyon Drive (west). 02/02107 5 $69,045.71 $69,045 71 6 R1- Revised from $41,066.11 Added curb and sidewalk reparis on Big Canyon West A 23 A Beador 12/29106 Raln Day for 12/27106 due to wash out of work area at Fairway # 17 and Fairway # 3. 01/05/07 4 1 R2 -added asphalt A 24R A Beador 12/29/06 Extra work due to unmarked 6" ACP water main during the installation of Line "B" (MH 3 and 3A) along Big Canyon Drive (west). 01105 /07 4 $27,222.53 $27,222.53 3 Revised from $25,807.03. Added Christensen Irrigation Repalm of 6" water line A 25 A Beador 09 /08 /06 Credit for Surveying deleted from contract 01/05/07 4 ($':6,087 25) {$16,337.25: q 26 A Beador 01/02/07 Kilbrides 8" sewer Repair at #66 Royal St George 01105 /07 4 $4,887.50 $4,887.50 27 A I Beador 01/24107 Remove concrete encasement at Star 77 +25 to 77 +46 on existing sewer line at tie point at MH #20 (Frairway 17) 02 /02/07 5 $8,545.44 $8,545.44 1 p 28 A Beador 01/2407 Generator Rental and support equipment to dawater installed sewer mainline during manhole installation 02102!07 5 $2,406.34 $2,406.34 A 29 A Beador 01124/07 Extra work due to unmarked S" ACP water main during the installation of sewer at Sta 75 +77, Tunnel under 36" CMP 02!02/07 5 $8,828.85 $8,628.85 1 q 30 A Beador 02102107 Extra work for landscape sub - contractor to repair irrigation electrical tines on Hole 3 near bore pit. 02!02!07 5 $5,479.45 $5,479.45 A 31 A I Beador 02/22107 Extra work due to groundwater issues at MH #5. The ground water daylighted at edge of stream. 02Y22l07 6 $5,838.75 $5,838.75 p 32 A Beador 02/22/07 Extra work repairing the concrete and landscape at Big Canyon Park due to work on 2 sewer manholes. 02/22/07 6 $13,300.00 $13,300.00 q 33 A Beador 03105107 T&M efforts to install City sewer main at Orchid Ave. - Sht. 2 of 24. Existing Water Main not shown on plans correctly. 03 /05/07 6 — - $17,396.49 $17,396.49 q OCSO PCO Log 5.11.07.x1s1PC0 and Estimates List v 2 of 3 n POD No. TYPE ORIGIN DATE DESCRIPTION C.O. „ 'C.D. Previously Pending Tout APPRVL NO. Approved CDR approved Days REMARKS STATUS 34 A Beador 03/05/07 T &M efforts to adjust OCSD Manhole in center of Canyon Hills DATE Costs Costs and pending Park as directed by the HOA and OCSD Staff. 03/05/07 6 $3,694.04 $3,694,04 A 35 A Beador 03105107 Additional cost for manhole lining efforts requested by the City 03105/07 6 $10,135.00 $10,135.00 A Additional landscape restoration related to abandoment efforts 36 A Beador 03/05/07 and installation of manhole at Station 65 +07 at back of driving 03/05/07 6 $23,694.95 $23,694.95 range. Cost were not included in original bid. A Additional Cost for City /OCSD sharing of BCCC Parking Lot 37 A Beador 03/05107 Restoration ($2,250) and Diver at Lake No. 5 ($1,250) cost 03/05/07 6 $3,500.00 $3,500.00 billed by BCCC - November 20, 2006 Letter to Beadar. A Additional Cost for Point Repairs requested by City, Extra Cost 38 A Beador 04/17/07 from Insituform, repair cost to Newport Harbor Yacht Club for resurfacing and repainting and Additional Paving Cost required 05/11/07 7 $71,033.64 $71,033,64 Revised May 3 Y , 2007 - $67,096 A by BCCC. Original Submitted. Additional Point Repair at 8th Street/Balboa, extra work at 707 39 A Beador 04120/07 & 709 Bay Street, Additional Repairs at 6th and Balboa, 59th 05/11107 7 $27,870.54 $27,870.54 Street and extra work on Acacia alley. A Potholing Efforts at Orange Street to investigate pipebursting 40 A Beador 03/05/07 versus lining of existing 8 -inch City Sewer ($4,641.94) and 05/11/07 7 $11,907.23 $11,907.23 Abandonment of OCSD Manhole in between Holes 13 and 17. A Totals $57 .65 9,285 $0.00 $579,285.65 41 Total Pending, Approved & Estimated Costs OCSD PCO Log 5.1 1.07x1srPCO and Estimates List $579,265.65 3of3 0 Citaof Newport Beach 0 NO. BA- 07BA -075 BUDGET AMENDMENT 2006 -07 AMOUNT: $248,437.62 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriation: AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations fX1 No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations for the completion of the Big Canyon Trunk Sewer Replacement and to increase revenue estimates to recognize the contribution from the Orange County Sanitation District. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Aoount Description Debit Credit 010 3605 General Fund - Fund Balance $7,042.23 REVENUE ESTIMATES (3601) Fund/Division Account Description 250 4839 Contributions - OC Sanitation District Contribution $241,389.39 - 5100 5132 Public Works: Engineering - City Staff Service Fee $7,042.23 EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Signed: Financial Approval: Administrative Services Director Administrative Approval: City Manager City Council Approval: City Clerk ' Automatic System ENT $241,389.39 Date Date Date Description Division Number 7251 Contributions Account Number C5600292 Sewer Main Master Plan Improvement Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Financial Approval: Administrative Services Director Administrative Approval: City Manager City Council Approval: City Clerk ' Automatic System ENT $241,389.39 Date Date Date CITY CLERK i CITY OF NEWPORT BEACH ' NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 i until 11:00 a.m. on the 6th day of April 2006, at which time such bids shall be opened and read for ' 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' Title of Project ' Contract No. 3562 $4,000,000.00 ' Engineer's Estimate 1 PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE ham://www.city.newport - beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding en G. Badum P lic Works Director ' Prospective bidders may obtain one set of bid documents for $50 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 ' General "A" Contractors License required for this project ' For further information, call Mike Sinacori, Principal Civil Engineer— (949) 644 -3342 ' PRE -BID MEETING AT BIG CANYON COUNTRY CLUB — MARCH 27t'— 9:00 A.M. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .....:.......................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 INSTRUCTIONS TO BIDDERS ' 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: ' INSTRUCTIONS TO BIDDERS BIDDER'S BOND ' DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ' ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT ' DESIGNATION OF SURETIES PROPOSAL ' 2. The City of Newport Beach will conduct a non- mandatory pre -bid meeting at the project location on Monday, March 27, 2006 at 9:00 a.m. Bidders, who whish to attend will meet in the parking lot of the Clubhouse of the Big Canyon Country Club, One Big Canyon Drive, ' Newport Beach, CA 92660 (see location map on plans for additional directions) for site visit and any questions they may have will be address. 1 Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid' shall be clearly marked on the outside of the envelope containing the documents. ' 4. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 5. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of ' California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. I 6. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 7. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied ' by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be ' compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 8. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The , securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. , 9. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the ' prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). , 10. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public ' Contracts Code, "Subletting and Subcontracting Fair Practices Act. 11. All documents shall bear signatures and titles of persons authorized to sign on behalf of the ' bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. ' The signature below represents that the above has been reviewed. ' -72. ©483 A � Contractor's License No. & Classification SEP rz CoxusTarTiori Corn ptui v, Trvc Bidder (2�St D�IU i A n Siignature(ritle ' H— -1 O 6 Date 1, ' 7. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of ' estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 8. The City of Newport Beach reserves the right.to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section ' 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow ' agent. 9. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which ' the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703.4774, and requesting one from the Department of ' Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). ' 10. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, 'Subletting and Subcontracting Fair Practices Act". 11. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. "72 04 8 3 A Contractor's License No. & Classification V EP'N 2 Ca ?JST 2Lr T7UYJ COM PAO Y, c'SI tD15lU F LA - -- D 6 Date -rN C t ' Z r 1 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newp•:!rt Beach, a charter city, in the principal sum of 10 PERCENT OF BID AMOUNT Dollars ($ 10 %OF DID AMOUNT ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of VARIOUS CITY WIDE SEWER IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT, Contract No, 3562 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails .to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within twenty (20) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal exar•. lding .tlzis-Boml.is.exeruting.this Bernd as an. indh4duai;- - - - -- - -- it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. ,'% Witness our hands this 5 day of BEADOR CONSTRUCTION COMPANY, INC CONTRACTOR (Principal) HARTFORD FIRE INSURANCE COMPANY Name.of Surety ONE POINTE DRIVE BREA, CA 92822 -2333 Address of Surety (714) 674 -1321 Telephone YUNG T. MULUCK, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) r I 1 L CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) COUNTY OF ORANGE On Ne'\ 5 "LooC before me, JENNIFER C. GIBONEY, NOTARY PUBLIC NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same m his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. PUBLIC OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT EN�NIFEE C GIGO ; 5i (PMyCmaA*mF&nary COMM. #1470955 v 0 CD UNTY 17, 1008 (SEAL) `POWER OF ATTORNEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-4 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call., 888 - 2663488 or fax: 860- 757 -5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72- 263463 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the Slate of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana 0 Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies ") do hereby make, constitute and appoint, up to the amount of unlimited: James W. Moilanen, Yung T Mulfick, Jennifer C. Giboney, Frances Lefler of Laguna Hills, CA their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on benalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. u�, y �rt 18a9 � • £o S � •�:�+ale,eav�� haxM� 3�: 1910 � 1979 }� 4o A • `sy •'viii` • 1`,e[ums•c �i9 Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT i } ss. Hartford COUNTY OF HARTFORD David T. Akers, Assistant Vice President tOn this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly swum, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed i' his name thereto by like authority. e. if /��^,+_�r • ""� • Scon E. Paseka Notary rubiic CERTIFICATE My Commission Expires October 31, 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of APRIL 5, 2006. 1 POA 2004 Signed and sealed at the City of Hartford. 41„a.ye #s !I`[nu ei[• %� q , %j�.,...-y�0 Gary W. Stumper, Assislant'Vice President Company Profile Company Profile Page 1 of 2 HARTFORD FIRE INSURANCE COMPANY 55 FARMINGTON AVENUE, SUITE 100 HARTFORD, CT 06105 -3725 800 - 243 -5860 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the.Agent for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 19682 0091 0085 -1 January 07, 1870 UNLIMITED- NORMAL Property & Casualty CONNECTICUT Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY 104I110I,21�1 http: // cdinswww .insurance.ca.gov /pls /wu_co _prof/idb co prof utl.get_co_proPp EID =... 04/10/2006 1 1 1 Company Profile MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company. Representative in My Area Financial Rating Organizations Last Revised - December 13, 2005 09:17 PM Copyright © California Department of Insurance Disclaimer Page 2 of 2 http: / /cdinswww. insurance .ca.gov /pWwu_co_prof /idb_ _co.. prof utl.get co_proPp_EID =... 04/10/2006 S I 1 1 1 1 I u i 1 1 .1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT VARIOUS CITY WIDE SEWER MAIN IMPROVEMENTS. AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies. that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Number Description of Work %of Total Bid Name:i j /l m_ _ e5 lZnden ALP, � UnK53a 9 1D. _t:Nfr W lok Qa(lvulp -1 , Phone: "I(efl-4� -�'1g 6j -3S State License Number: C7-(= / Illl��''�� Address: -V,jveede, cA Phone: q4S '14g q-7ao AIDA 1, 1 A State License Number: Name: zpb fbh calo"�q r Address: A_ 3-7 !T vehD _ WA ha n 1 [JY� 1� G j�p��� / y� �OA- 8WK- r IC Phone: 71q _09 -10�9O 1 /a State License Number: t 13woR Coy s-t Rumow Co Bidder 1J UM BSI Ghff Au Signature/Titie e7k (:5kier > NaM k L460 -p 4. su4htt� S CaSe Latb La, Sr,, iueql A44D & . p t � 1 t t I Y ' ��y�a ?r y-gioq -Q651I AC-, 0- Ca5e Lw6 Swueq)r� rte r,qe , GA- �; FV e iletAlk rA A-TI. A swtieyrrg b x 711� MA 1' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' CONTRACT NO. 3562 ' TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. ' Bidders Name V E"oy lost zucu " %O Ttic FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public, agency projects you have worked on (or are currently working on) in the ' past 2 years in excess of $15,000, provide the following information: ' No.1 Project Name /Number si:Yi. I 1y E 1)12 1 VF- Project Description 5 T F-M D 2A I N Approximate Construction Dates: From q "-o 5 To: I _O G ' Agency Name COU (J 7 d F 2PrY1 G Contact Person aTAVID �lV!}S Telephone( } %(`� -'56% -78I� Original Contract Amount $1 •(0 M Final Contract Amount $ 1, 00r 0 o —0 If final amount is different from original, please explain (change orders, extra work,-etc.) 0 /A ' Did you file any claims against the Agency? Did the Agency file any claims against.you /Contractor? If yes, briefly explain and indicate outcome of claims. ' N0 No. 2 Project Name /Number Project Description po) G c-A s D12 I u F- 12 trait Dim i ry Approximate Construction Dates: From Agency Name — OS To: PI2zSF fJ 1 O F c`�--E A (tvS t D t Contact Person ), W7` w-F f- L- Telephone ( ) %6 ©" c( LC1 —160-D Original Contract Amount $Z,6 M Final Contract Amount $ U /C If final amount is different from original, please explain (change orders, extra work, etc.) cc Did you file any claims against the Agency.? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. U No.3 CA- FAyiBA Ayz- Project Name /Number Project Description S'ro R wi D (z iN Approximate Construction Dates: From Agency Name CI T y 657 2-OS Fbt.JT-Aiiq To: 6--O'S Contact Person R I L- LIF M O t ►y T- Telephone ( ) c75 1 _Q 17a Original Contract Amount $OX K Final Contract Amount $ G 19 7D D If final amount is different from original, please explain (change orders, extra work, etc.) CCO Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. fv 0 No. 2 P� Project Name /Number Doo e, t.-A S DPe t U F- Project Description Sry R m Dim 1 VU Approximate Construction Dates: From I — OS To: PlaESF fJ 1 ' Agency Name C°i T-' O F C eA #,J Zt D 7 Contact Person _Telephone( ) -%Ei 0 ' c( LC1 — / (, C) ' Original Contract Amount $Z6 M Final Contract Amount $ U /c- If final amount is different from original, please explain (change orders, extra work, etc.) ■ cc Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. I No. 3 CA-rA W (3 A A\fz- Project Name /Number Project Description -!s'roR WI D2P I N Approximate Construction Dates: From 2-0<S To: (5—OS Agency Name CITY I T Y O F RD 1'-J TA / A Lc x4 Teleph one one Contact Person Sl t ( ) 9S I --G a6 —017D Original Contract Amount $ 600 K Final Contract Amount $ G 19 7U D If final amount is different from original, please explain (change orders, extra work, etc.) ' cco Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No 1 8 ' No.4 Project Name /Number (Z G - � 'S 30 Project Description RF PA- I R J011J T SFA L ' Approximate Construction Dates: From GD 0 5 To: 12-0 5 ' Agency Name CALTPPN(�. Contact Person O VA4 PA MA - J I1 7 u Telephone( ) 949 ,2 %C% -FS(625 Original Contract Amount $ Li2O Final Contract Amount $ L1200 00 0 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against youlContractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Project Description �JQ W I D-' N DoT- RAMP Approximate Construction Dates: From D —Q9 To: 3 Agency Name CAL -T—aAT\J S Contact Person A ArL-S.A ADao NJ Telephone ( ) 9 S) �2-76 S Original Contract Amount $ (;X K Final Contract Amount $ 6 2 �7 0 0 If final amount is different from original, please explain (change orders, extra work, etc.) cco Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. IVO 1 9 No.s nAtVA Vbwr ��42 Project Name /Number. Project Description <f;F' W E 2 2CPA ( 2 Approximate Construction Dates: From Q —c) S To: 12 —O S Agency Name C'D0oJ -v OF ORAW6 F Contact Person _IDWI 191,t ros'yoi p Telephone( Original Contract Amount $-32 _K Final Contract Amount $ 32, 00 D If final amount is different from original, please explain (change orders, extra work, etc.) 11.1 /Pr Did you file any claims against the Agency? Did the Agency file any claims against you/Contracctlor? If yes, briefly explain and indicate outcome of claims. CD Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a fi sufficiently comprehensive to permit an appra conditions. I., 9• :..- ID] Cement and other information Contractor's current financial Signature/Title 1 i IDf n� 1 ' No.6 Project Name /Number D iw q A) (1jr PAt & (Z 1 Project Description f t ll f^ PCPA i Q- Approximate Construction Dates: From Qr0 S To: 12--OS 1 Agency Name &(-) -A1` -Y OF QRA;W/G F ' Contact Person _ DWI F91,t)rjsyu Q Telephone ( ) 9 y I —97,3 -3-R!; Original Contract Amount $32K Final Contract Amount $ 32, 00 D ' If final amount is different from original, please explain (change orders, extra work, etc.) 1 ;0 IN Did you file any claims against the Agency? Did the Agency file any claims 1 against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the 1 Contractor. Upon request, the Contractor shall attach a financiqrs tement and other information ' sufficiently comprehensive to permit an appraisal o th Contractor's current financial conditions. 11 At 1 EAMR C »� Co [�IVl1l Pp IDIF Bidder Au nze Signaturelfitle 1 1 1 i 1 1 10 Beador ' Construction Company, Inc. John Brink 26320 Lester Circle Corona, CA 92883 Current VP- General Superintendent supervising all field operations Position: of Beador Construction Company, Inc. Work 2001 —Present General Superintendent Beador Construction Experience: 1986 —2000 Superintendent Ken Thompson, Inc. 1981-1986 Foreman Ken Thompson, Inc. 1979-1981 Operator Ken Thompson, Inc. 1977-1979 Laborer Ken Thompson, hie. Supervised: 10 to 40 man crews Job sizes: 1 to 7 Million Dollars John is familiar with all phases of public works, including traffic control, safety, pipe installation, asphalt paving, concrete work and all phases of restoration. John has responsibility for multiple crews across multiple disciplines with a keen focus on completing projects on time and within budget. Training: International Ur Qualitied to operate: Crane Excavator (Cat) Compactor Dump Trucks ion of Operation Engineers Local 12. Loader ' Dozer Backhoe (Ford) Skip Loader Sweeper Water Trucks 20 Lester Circle • Corona, CA 92883 • (951) 674 -7352 . Fax (951) 674 -7495 • License #720483 � A 1 i i1 �1 1 John Brink Job List and References: Location Joint Outfall J Unit 2 Puente Drain Arches Bridge Shady Canyon Joint out fall B Gilbert Drain Greystone Homes Ocean Ridge Pelican Hills Park Place Wish Bone Canyon Stevenson Ranch Poe Dev. Big Canyon Country Club Taylor Woodruff, San Juan S. Norco Channel Cypress Drain, City of Cypress Yorba Linda Drain Via Amapole, San Clemente Price Club, San Juan & Corona Dodge Ave., Orange Lincoln Ave., Corona Page 2 Job Tvae LACSD Sewer LACFCD, S.D. 24" Water IRWD Sewer LACSD Sewer Garden Grove, SD IRWD,OCGCD, SD Sewer IRWD, OCFCD, SD Sewer IRWD, Sewer IRWD, OCFCD, SD Sewer LACDPW, SD Sewer Storm Drain Repair Storm Drain RCFD, Storm Drain Storm Drain Storm Drain Storm Drain Water, SD, Sewer OCEMA, Storm Drain Storm Drain 1I 1 I .1 I' '1 I 11 u CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 NON - COLLUSION AFFIDAVIT State of California ) (� ) ss. County of RIMIDE) DAVID 6EA-CO2 beiny_firsstduly sworn, deposes and says that he 9F she is RemI D£tu 1 of II_°5�E KK $TTC To (V , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to Actuate a collusive or sham bid. I declare under penalty of perjury of the laws th to a of California that the foregoing is true and correct. n� bMoe Go ST2 ucubry Bidder Subscribed and sworn to before me this -It+ Notafy Public My Commission Expires: ' I £S I DCO-1 day of hPO L 2006. [SEAL] CITY OF NEWPORT BEACH , PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS , AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 , DESIGNATION OF SURETIES Bidder's name BF A Do l2 C otn 7 2 UCTtrDm CZM pAW Y, -� �C ' Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurancelbond type): XWE; M UUI C K - AGE i 29490© C(- t2(SA-fJ`lP, DR so 1-1-E l%b t M(SSIW VI CJ-01 cA 92Gq 1 qy9� y 6l -- 7cao2 1 g 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 DESIGNATION OF SURETIES Bidder's name DEP DV 2 C01ti1S T 2UC 1-10N l_ A41?AW Y XLfC Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurancelbond type): ' XQUE; Ml)LLI CK " BEN 2890© cl-t1?(SA-N �I/a U SOITF- I6U ' ml! SQok) V1 £'T© CA 9269 1 9 NR - Lf 61 r 70 02. 12 tCITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Q)FA -DVR CDk- TRLICT -(b►y CE)Mr464Jv, 'EwC Record Last Five (5) Full Years . Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2005 2004 2003 2002 2001 Total 2006 No. of contracts 7 r y 12 F? 13 10 CD y Total dollar Amount 5000 I 8QO0 8300 1t721Q �y 0 JO 52 DO tracts Contracts (in Thousands of $ No. of fatalities 0 C) 0 p d p No. of lost Workday Cases O o 2 4 3 15 No. of lost workday cases involving permanent transfer to another job or termination of 0 0 Ci O em to ent The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 + 1 Legal Business Name of Bidder ,BEP&D2 Qt►t)SI 2uCroui G) Tiic- Business Address: 2 ro320 LC911'FR Cif CCPZD JAI CA 9A Business Tel. No.: State Contractor's License No. and Classification: - 2-C)L4 0-3 A Title P2 FC10 E'W T ' The above information was compiled from the'records that are available to me at this time and I declare unde natty of perjury that the information is true and accurate within the limitations of t ost records. , Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is.a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 Legal Business Name of Bidder BEA -Wi? G- )fJS'- 2UCT-tOW G), Zj J C- Business Address: 210320 LFSTI F il? Ci t2 CCe-aN/rr CA 9Z&3 ' Business Tel. No.: qSj - 6'74 r 73 S? State Contractor's License No. and Classification: �72-Q —/ 03 A ' Title P 2 F-O i D C''V T The above information was compiled from the'records that are available to me at this time and I declare unde natty of perjury that the information is true and accurate twithin the limitations oft ilos records. Signature of bidder Date ,6' Title N Signature of bidder Date ASEK'r—OTff Title Signature of ' bidder Date Title I Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he ' is doing business under a fictitious name, the fictitious name must be set forth. If bidder is.a partnership or joint venture, legal name of partnershipfjoint venture must be provided, followed by signatures of all of the partnersljoint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must ' be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged ' before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board 1 of Directors. 14 I% CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 4 -6 -06 before me, NDITH L. BEADOR NAME OF NOTARY PUBLIC personally appeared, DAVID A. BEADOR personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. JUDITH L. BEADOR issi Common # 1396781 -r Notary PuW - California Orange County 1MryComm.Exp1resJan28,2007 l.Cf-� (SEAL) NOTARtP OBLIC SIGNATURE OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS, AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 ACKNOWLEDGEMENT OF ADDENDA Bidders name OEA BUR Grjca'2UC I roN CO , IK) C The bidder shall signify receipt of all Addenda here, if any: 15 CITY OF NEWPORT BEACH , PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS , AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 INFORMATION REQUIRED OF BIDDER ' Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: j Name of individual Contractor, Company or Corporation: 13EPr00R CWS I RUh'ioa! CD BusinessAddress:2Co320 LKTEI2 CIQCIIE CQQD!r X� C� 9?-?Y3 Telephone and Fax Number: �1S (� 67L( " -7 �5 f California State Contractor's License No. and Class: 7Z y y �1 8-3 /1 (REQUIRED AT TIME OF AWARD) Original Date Issued:3'2,6 J % Expiration Date: -7-31-06 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: DA V i D ec"OfZ The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address. Telephone . DAM) A. BEADorz ZG�52D LESTEQ CIRCLE CO20YUA , CA 92ff'3 ci SI -674 --7552 Corporation organized under the laws of the State of—CA i[: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ■ 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' CONTRACT NO. 3562 ' INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty.of perjury under the laws of the State of California that the following information is true and correct: [� Name of individual Contractor, Company or Corporation: [3P&DOR Ctws-12UC -1001 Co Business Address: 2(0320 tf 10? C12CLIE ('Q(Zb* A-, CA -- 92973 Telephone and Fax Number: 99 (- Ot-% "2;5 ? T; /— 674,7-19-5 ' California State Contractor's License No. and Class: -7Z0 Li $3 A (REQUIRED AT TIME OF AWARD) Original Date Issued:342-r0 j � Expiration Date: -7-31-0 6 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: - _DAVID %A w2 ' The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address. Telephone DAM-) A, 13EA Do Z6 -520 LESTEe CfRCtE Ca2oynJ A , CA 92k? Corporation organized under the laws of the State of _CA 1 16 r t 1r r The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: r 1�)DnJC r All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: MD CQ JS 1 P— QCTr()n0 6P-DOP ' For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; 1 ONF r rBriefly summarize the parties' claims and defenses; r Have you ever had a contract terminated by the owner /agency? If so, explain. r 40 d Have you ever failed to complete a project? If so, explain. nJ 0 rFor any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labo mpliance (i.e. failure to rpay prevailing wage, falsifying certified payrolls, etc.)? Yes Are any claims or actions unresolved or outstanding? Yes 0 1 17 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. DAVID A. 6Ehft 2 (Print n me of Owner or President of ll ij p ration /Company) bgftloK 68TQIJCi W of-, Bidder Au I d Signature/Title P12CS) DCn1 i Title t-4- 6 -D 6 Date Subscribed and sworn to before me this 0T day of P121 L [SEAL] JU011H L. 11ADOR Commlasfon # 1396781 Notary Public - California Orange County W QMy Comm. ExplMs Jon 28.20 18 , 1 t f If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. Div I D A. gE "a 2 ' (Print ( me of Owner or President o%U1 ration /Company) &- t ?, l,Cf119TOXT1 W C� FSf bn) —I Bidder Ad Sipnaturerritle ' PRES) DEN i Title N y- 6 -D 6 Date Subscribed and sworn to before me this G'E" day of APRIL , 2006. [SEAL] 4 61 6b�r JUDITH L. BEADOR Commisslon N 1396781 Notary Public - Calilomla Orange County ' My Comm. Expires Jan 28, 2007 I I 18 Mse l "l 111M = = = i I♦ = M = M ® = "age" 3 _ License Detail CALIEORNI_A CONTRACTORS $TATE.LICENSE BOARD Contractor License # 720483 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124_6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 04/10/2006 * * * Business Information * * * BEADOR CONSTRUCTION COMPANY INC 26320 LESTER CIR CORONA, CA 92883 Business Phone Number: (909) 674 -7352 Entity: Corporation Issue Date: 03/26/1996 Reissue Date: 07/16/1998 Expire Date: 07/31/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. http: //Nvww2.csib.ca.gov /CSLB LIBRARY/ License +Detail.asp ?LicNum = 720483 04/10/2006 M L "se II" M � M M M ! = M M M * * * Classifications * * * C5iRi Description 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * M M ellage'IMR 3 M CONTRACTOR'S BOND: This license filed Contractor's Bond number 523744C in the amount of $10,000 with the bonding company INDEMNITY COMPANY OF CALIFORNIA. Effective Date: 01101/2004 Contractor's Bonding_HistoU BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) DAVID ALLEN BEADOR certified that he /she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 07/16/1998 * * * Workers Compensation Information * * * This license has workers compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Policy Number: DTEUB1161C28306 Effective Date: 0111512006 Expire Date: 01115/2007 Workers Compensation History * * * Miscellaneous Information * * * Date Description 07116/1998 LICENSE REISSUED TO ANOTHER ENTITY http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detail.asp ?LicNum= 720483 04/10/2006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' CONTRACT NO. 3562 ' NOTICE TO SUCCESSFUL BIDDER ' The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the ' "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract Documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful ' bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by ' an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. ' Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of the A.M. Best Rating Guide. Coverages shall be provided as specified in the Contract Documents. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all Contract Documents have been received and approved by the City. 1 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 ' THIS AGREEMENT, entered into this _ day of , 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and BEADOR CONSTRUCTION COMPANY, INC., hereinafter "Contractor," is made with reference to the following facts: . ' WHEREAS, City has advertised for bids for the following described public work: 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT The work necessary for the completion of this contract consists of, but is not limited to, distributing notices to affected residents, traffic control, removing interfering portions and abandoning in place existing sewer facilities, lining of existing sewer main, constructing sewer main, sewer manholes; and other incidental items of work to complete the project, and restoring affected surface improvements such as asphalt concrete pavement, sidewalks (paths), curbs, and restoration of landscaping improvements. WHEREAS, Contractor has been determined by City to be the lowest responsive and ' responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3562, Standard Specifications for Public Works Construction (current adopted edition and all supplements) Appendixes, and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 ' C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Four Million, Sixty-Three Thousand, Three Hundred and 001100 Dollars ($4,063,300.00). This compensation includes ' (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance ' of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before ' making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY CONTRACTOR ' City of Newport Beach Beador Construction Co., Inc. Public Works Department 26320 Lester Cricle 3300 Newport Boulevard Corona, CA 92883 t Newport Beach, CA 92663 951 - 674-7352 Attention: Michael J. Sinacori 951- 674 -7495 Fax (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: ' "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such ' provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a current A.M. Best ' Rating Guide rating of A -, or better, and no smaller than Financial Size Category Class VII, or better, and insurers must be a California Admitted Insurance Company. The City and /or Orange County Sanitation District may require ' Contractor to substitute any insurer whose rating drops below the levels herein specified and the substitution shall occur within twenty (20) days of written notice to Contractor by the City, Orange County Sanitation District, and /or their agents. ' 21 Contractor shall furnish City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association with original certificates of insurance and with original endorsements effecting coverage ' required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City and Orange ' County Sanitation District before Work commences. City and Orange County Sanitation District reserve the right to require complete, certified copies of all required insurance policies, including endorsements, at any time. ' Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries or death to persons or damages to property, which may arise from or ' in connection with the performance of the Work hereunder by Contractor, his /its agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. ' 1. Minimum Scope of Insurance ' Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 ' 0287 covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. ' c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. ' 2. Minimum Limits of Insurance Coverage limits shall be no less than: ' a) General Liability: $2,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage and $4,000,000.00 aggregate bodily injury, personal injury, and property damage. b) Automobile Liability: $2,000,000.00 combined single limit per accident for bodily injury and property damage, including non -owned and hired vehicles. c) Workers' Compensation and Employers Liability: Workers' Compensation, in accordance with the Workers' Compensation Act of the State of California for a minimum of $1,000,000.00, or such minimum limits as the ' required by the State, whichever is greater. Such Workers' Compensation Insurance shall be endorsed to provide for a waiver of subrogation against the City and Orange County Sanitation District. ' 22 1 ' 3 r r r r4 r r r 1 r r r i 1 r r r Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholder, directors, members, officers, officials, employees, agents, consultants attorneys and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects the City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their officers, agents, officials, employees, consultants and volunteers. Any insurance or self- insurance maintained by the City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, Orange County Sanitation 23 District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. V. The insurance afforded by the policy for contractual liability shall include liability assumed by Contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage ' The insurer shall agree to waive all rights of subrogation against the City Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members officers, agents, officials, employees, consultants, attorneys and volunteers for losses arising from Work performed by Contractor for the City. c) All Coverages ' Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City and Orange County Sanitation District. ' All of the executed documents referenced in this contract must be returned within ten (10) Working days after the date on the "Notification of Award," so that the City and Orange County Sanitation District may review ' and approve all insurance and bonds documentation. 5. Acts of God ' Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is ' determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in ' accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop Work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 24 H. RESPONSIBILITY FOR DAMAGES OR INJURY City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association and all officers, officials, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association and each of their past, present and future members, partners, officers, officials, directors, employees, agents, consultants, volunteers, affiliates, assignees, shareholders, representatives, attorneys, subsidiaries, members, parent and affiliated entities and their respective successors, heirs and assigns (collectively, 'Indemnified Parties') for, from and against any costs, expenses, damages, and losses, including actual attorneys fees ('Losses') of any kind or character to any person or property arising directly or indirectly from or caused by any of the following (i) Contractor's construction activities; (ii) any defect in the Project Work performed by Contractor; (iii) any act or omission of Contractor or its respective officers, directors, shareholder members, partners, employees, agents, contractors, subcontractors, suppliers, representatives and affiliates ('Contractor Representatives'); (iv) any accident or casualty within or arising out of the Project Work; (v) any violation or alleged violation of any law, ordinance or statute now or hereafter enacted arising out of the Project Work; (vi) Contractor's performance under this Agreement or the construction by Contractor of any improvements pursuant to this Agreement; (vii) the violation of any Environmental Laws or the failure to clean up and mitigate the consequences of the spill or release of any Hazardous Substance; (viii) any liens for any provider of work, labor, material or services claiming by, through, or under Contractor relating to the Project Work, (ix) the negligence or willful misconduct of Contractor or any of Contractor's Representatives in the performance of the Project Work and (x) any breach of this Agreement. Contractor shall not be required to indemnify, hold harmless and defend the Indemnified Parties from the sole or active negligence or willful misconduct of the Indemnified Parties. As used herein, the term "Environmental Laws" shall mean "any and all present and future federal, state or local laws (whether common law, statute, rule, regulation or otherwise), permits, orders and any other requirements of Governmental Authorities relating to the environment or any "Hazardous Substance" or "Hazardous Substance ' Activity" (as defined herein) (including, without limitation, the Comprehensive Environmental Response, Compensation and Liability Act of 1980 (42 U.S.C. §§ 9601 25 et seq.) as amended from time to time and the applicable provisions of the California Health and Safety Code and California Water Code)." As used herein, the term "Hazardous Substance" shall mean "any (a) chemical, compound, material, mixture or substance that is now or hereinafter defined or listed in, or otherwise classified pursuant to any Environmental Law as a "hazardous substance ", "hazardous material," "hazardous waste," "extremely hazardous waste," "infectious waste," "toxic waste," "toxic pollutant," or any other formulation intended to define, list or classify substances by reason of deleterious properties or affect and (b) petroleum, petroleum by- products, natural gas, natural gas liquids, liquefied natural gas, synthetic gas usable for fuel (or mixtures of natural gas in such synthetic gas), ash, municipal solid waste, steam, drilling fluids, produced waters and other wastes associated with the exploration, development and production of crude oil, natural gas or geothermal resources." 4. The Contractor shall be responsible for the satisfaction or payment of any liens for any provider of work, labor, material or services claiming by, through, or under Contractor relating to any Project work or the property where the Project work is to be performed. The Contractor shall also indemnify, hold harmless and defend the Indemnified Parties for, from and against any such liens, including reasonable Attorneys' fees incurred as a result of such liens. Contractor shall not be required to indemnify, hold harmless and defend the Indemnified Parties from the sole or active negligence or willful misconduct of the Indemnified Parties. Such liens shall be discharged by the Contractor, as applicable within ten (10) days of notice of filing thereof by bonding, payment or otherwise, provided that Contractor may contest, in good faith and by appropriate proceeding, any such liens. 5. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 6. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3 -4, above. 7. The rights and obligations set forth in this Article shall survive the termination of this Contract. DEFAULT In the event Contractor fails to comply with any provisions of the Contract Documents ( "Default "), which Default shall not have been cured within seven (7) calendar days after receiving written notice specifying such Default, the City may, in addition to any other remedies provided at law or in equity, immediately or any time thereafter terminate this Agreement upon written notice to the Contractor. J. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. K. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 26 1 L. WAIVER A waiver by City or any term, covenant, or condition in the Contract ' Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. ' M. THIRD PARTY BENEFICIARY to the Contract which shall read as follows: "The Big Canyon Country Club shall be a third party beneficiary of the terms of this Agreement with respect to the property owned by the Big Canyon Country Club ( "Property") or the entry, or ' performance of any portion of the Work, thereon or restoration by Contractor, the Contractor's employees, agents, material suppliers, subcontractors, and their employees. The requirements of the Contract Documents that affect the Project work at the Property ' shall not be rescinded, amended, or otherwise modified without the prior written consent of the Big Canyon Country Club, which consent shall not be unreasonably withheld. However, the City may make modifications or amendments to this Agreement without the consent of Big Canyon Country Club that either (a) do not affect the Project work at the ' Property, or (b) are not inconsistent with the Contract Documents (including, but not limited to, changes in Contractor compensation). ' IN WITNESS WHEREOF, the parti have caused this contract to be executed the day and year first written above. nF FWWto ' ATTEST: APPROVED AS TO FORM: ot" c ' AARON C. HARP Assistant City Attorney 1 1 1 1 l.J 1 27 BEADO C S RUCTION CO., INC. By: rp rate Officer) Title: Prir 0 Title: Secretary /Treasurer Print Name: David A_ Beador CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 4 -18 -06 before me, JUDITH L. BEADOR NAME OF NOTARY PUBLIC personally appeared, DAVID A. BEADOR personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. ax(SEAL) NO Y PUBLIC SIGNATURE' JUDITH L. BEADOR Commission # 1396781 Z z Notary Public - California Orange County My Comm. Expires Jan 28, 2007 OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT PREMIUM INCLUDED IN PERFORMANCE BOND ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' CONTRACT NO. 3562 72BCSDV4055 ' BOND NO. LABOR AND MATERIALS PAYMENT BOND ' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to BEADOR CONSTRUCTION COMPANY, INC., hereinafter designated as the "Principal," a contract for construction of VARIOUS CITY WIDE SEWER IMPROVEMENTS ' AND BIG CANYON TRUNK SEWER REPLACEMENT PROJECT, Contract No. 3562 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, ' all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3562 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's ' subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: ' NOW, THEREFORE, We the undersigned Principal, and, HARTFORD FIRE INSURANCE COMPANY duly authorized to transact ' business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of Four Million, Sixty -Three Thousand, Three Hundred and 001100 Dollars ($4,063,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of ' Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. ' THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for ' any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of ' employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum speed in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by ' the provisions of Section 3250 of the Civil Code of the State of California. ' . • 28 I The Bond shall inure to the benefit of any and all persons, companies, and corporations ' entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. ' And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from Its obligations under this Bond. ' This Labor and Materials Payment Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. ' IN WITNESS WHEREOF, this instrument has been d executed by the above named Principal and Surety, on the 17 day of APRIL 006. BEADOR CONSTRUCTION CO., INC. (Principal) Autho na remtle ' HARTFORD FIRE INSURANCE COMPANY Name of Surety riz ge ignature ' ONE POINTE DRIVE BREA, CA 92822 YUNG T. MULLICK, ATTORNEY -IN -FACT ' Address of Surety Print Name and Titte 714 -674 -1321 Telephone ' NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED ' 29 I 1 11 1 1 1 1 1 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 4 -18 -06 before me, JUDITH L. BEADOR NAME OF NOTARY PUBLIC personally appeared, DAVID A. BEADOR personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. (SEAL) N JARY PUBLIC SIGNATURE JUDITH L. BEADOR 911MV Commission # 1396781 z Nofary Public - California an Orange County Comm. Expires Jon 28, 2007 OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT CALIFORNIA ALL- PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On April 17, 2006 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. SIGNA OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT JENNIFER C. GIB;N COMM. ,11470955 v ¢ t Noary PWIC Cslltamis ro a ORANGECOUNTY A My Lamm, E>s Iret Feb 17, I008 (SEAL) POWER OF ATTORNEY Direct 690 EBOND,T -4 HARTFORD, CONNECTICUT 06115 call: 888 - 266 -3488 or fax: 860- 757 -5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Aaencv Code: 72- 263463 % Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Q Hartford insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana " Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, cc up to the amount of unlimited: James W. Moilanen, Yung T. Mullick, Jennifer C. Giboney, Frances Lefler Of Laguna Hills, CA their true and lawful Attomey(s }in -Fad, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �t•r, � rrrty _ .I.K••'•"•'ra � Ls +: a d"n'r► p2E x�In°"'o R g •`Y• 9��M�mN�„ N•raY 177�t+' 3rYTQ &@,, Ipit • �..; `ii • � nuns• rxw' '4: Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD vv David T. Akers, Assistant Vice President On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. •Onp • Scott E. Pascka Notary Public CERTIRCATE My Commission Expires October 31.2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of APRIL 17, 2006. Signed and sealed at the City of Hartford. N y 1900 a R i97r f� . - t F Gary W. Stamper, Assistant Vice President POA 2004 ' WHEREAS, Principal has executed or is about to execute Contract No. 3562 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; HARTFORD FIRE INSURANCE COMPANY ' NOW, THEREFORE, we, the Principal, and , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Four Million, SixtyThree Thousand, Three Hundred and 001100 Dollars ' ($4,063,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors ' and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep ' and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true ' Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall tbecome null and void, 1 30 PREMIUM: $49,128.00 -BASED ON FINAL CONTRACT PRICE CITY OF NEWPORT BEACH ' PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS ' AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 35 62 ' BOND NO. 72BCSDB4055 ' FAITHFUL PERFORMANCE BOND The premium charges on this Bond is .$ 49,128.00 ' being at the rate of $ 1.2091 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to BEADOR CONSTRUCTION COMPANY, INC., hereinafter designated as ' the "Principal ", a contract for construction of 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT PROJECT, Contract No. 3562 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. ' WHEREAS, Principal has executed or is about to execute Contract No. 3562 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; HARTFORD FIRE INSURANCE COMPANY ' NOW, THEREFORE, we, the Principal, and , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Four Million, SixtyThree Thousand, Three Hundred and 001100 Dollars ' ($4,063,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors ' and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep ' and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true ' Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall tbecome null and void, 1 30 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action In law or equity against Surety to enforce the obligations of-this Bond. . Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has been Surety above named, on the 77 day of APRIL BEADOR CONSTRUCTION CO., INC. (Principal) HARTFORD FIRE INSURANCE COMPANY Name of Surety ONE POINTE DRIVE BREA, CA 92822 Address of Surety 714 -674 -1321 Telephone executed by the Principal and 7 YUNG T. MULLICK, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F.'\USERSVPBWtShamclComracbiFY 0546V05 -06 Sewer Main LlningCDM$Supeft Sewer Impr. C35621WALDEN -NOLAN DOCUMENTS1100% DocumentelCONTRACT C -356203 -22-06 MJS:doc .. 31 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 4 -18 -06 before me, JUDITH L. BEADOR NAME OF NOTARY PUBLIC personally appeared, DAVID A. BEADOR personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. N00hY PUBLIC RIw OlMyComm. " • . OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) COUNTY OF ORANGE On April 17, 2006 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ( (SEAL) OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT JENNIFER C. MONEY COMM. # 1470955 Notary Public Collfomia N Mr C, ffpae We 1 2U08 Ipany Profile �` Company Profile Pagel of2 HARTFORD FIRE INSURANCE COMPANY 55 FARMINGTON AVENUE, SUITE 100 HARTFORD, CT 06105 -3725 800 - 243 -5860 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 19682 0091. 0085 -1 January 07, 1870 UNLIMITED- NORMAL Property & Casualty CONNECTICUT Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the Sllossamy.. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS PLATE GLASS ' http: / /cdinswww. insurance. ca. gov /pls /wu_co_prof /idb_co_.prof utl.get_co _prof?p_EID =... 04/21/2006 Company Profile 1 1 1 I' 1 1 I I SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company-Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Companv Representative in My Area Financial Rating-Organizations Last Revised - April 17, 2006 03:14 PM Copyright © California Department of Insurance Page 2 of 2 ' http: / /cdinswww. insurance. ca .gov /pls/wu_co_prof/idb_co_prof utl.get . co proVp_EID =... 04/21/2006 I i ACORD .� feA 'OrL 1 n � . � DATE MD ) � g PRODUCER 909- 941 -6899 Driver Alliant Insurance THIS CERTIFICATE K ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Jay Freeman ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 3270 Inland Empire Blvd., #100 COMPANIES AFFORDING COVERAGE COMPANY A Travelers Property Casualty Ontario, CA 91764 INSURED Beador Construction, Company, COMPANY B RSUI ,ndemnity/rBC Inc' 26320 Lester Circle COMPANY The c e rraYelers Indemnity co COMPANY Corona CA 92883 D _. .:...:.... . ............................... ,..,._ ..; .. .,.,;. is THIS IS TO CERrIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CID TYPE OF INSURANCE POLICY NUMBER POUCYEFFOCTIVE DATE IMM/OONY) POUCYE%PIRANON DATE Ihffih& ] LIMITS A GENERAL LIABILITY DTECO1161C283 12120105 12/20/06 GENERAL AGGREGATE 6 2000,000 PRODUCTS - COMP /OP AGO 6 2,000,000 X COMMERCIALGENERALUAEILITY CLAIMSMADE M OCCUR PERSONAL S ADV INJURY S 1,000,000 EACH OCCURRENCE 6 11000,000 OWNER'S S CONTRACTOR'S PROT X FIRE DAMAGE (Any one ere) 6 300,000 PD Dad: 05,000 MEDEXPIAnyon,N.N 6 5000 A AUTOMOBILE UARILTY ANY AUTO DT8101161C283 12/20/05 12/20/06 COMBINED SINGLE LIMIT 6 11000,000 X BODILY INJURY IN, perooN 6 ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY IN, arcUUUI e HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE 6 OMAOEUMHUTY AUTO ONLY - EA ACCIDENT 6 OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT E AGGREGATE F B Mnc' 5lJAS1UTY NHA215461 12/20/05 12120/06 EACH OCCURRENCE 5 91000,000 AGGREGATE 6 9,000,000 UMBR0.LAFORM X OTHER MAN UMBRELLA FORM 8 C WORKERS COMPENSATION AND EMPLOYERS' UAZsJTY DTEU61161 C283 06 1115/06 1115/07 X I ''C ST A IMTU- TORY LITS ER ' ......:. 0. EACH ACCIDENT 8 1,000,000 THE PROPRIETOR/ INCL PARTNERSRXECUTIVE OFFICERS ARE: X EXCL EL DISEASE - POLICY LIMIT 6 1,000,000 EL DISEASE - EA EMPLOYEE 6 1,000,000 OTHER • 10 Days Notice for Non -Pay. DESCRIPTION OF OPERATIONS /LOCATN]NSIVN(ICUSIMPECIAL ITEMS Re: Big Canyon Trunk Sewer Replacement, Contract X3562. City of Newport Beach, Orange COunty Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association (Continued on attached.) rE€tllAfiNiJ1DFAi.... ;. :° xgA4cLLARhlM ,. .. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach Public Works Department Afro: Michael Department 3300 Newport Boulevard Newport Beach, CA 92663 EXPIRATION GATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL •30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL 11 NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Crlhrpmx.S AGEm; OR FOPRE6EyTATIVES. AVTHO T T :...:. . .: ..:.:..... 1 I 1 F 11 1 1 1 Continued from Description of Operations section. .their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys and volunteers are additional insureds as per forms attached as respects to General Liablity and Auto Liability. Primary wording is included. Waiver of Subrogation applies as respects to General Liability and Workers' Compensation. This cancels and replaces the certificate issued on 4/17/06. ' POLICY NUMBER: DTECO1161C283 05 COMMERCIAL GENERAL LIABILITY ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' BLANKET ADDITIONAL INSURED (CONTRACTORS OPERATIONS) ' This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY - CONTRACTORS COVERAGE PART ' 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization you are required to include as an additional insured on this policy by a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. The person or organization is only an additional insured with respect to liability ' caused by "your work" for that additional insured. 2. The insurance provided to the additional insured is limited as ' a) In the event that the limits of liability stated in the policy follows: exceed the limits of liability required by a written contract or written agreement in effect during this policy period and ' signed and executed by you prior to the loss for which coverage is sought, this endorsement shall be limited to the limits of liability required by such contract or agreement. This endorsement shall not increase the limits stated in Section III ' - LIMITS OF INSURANCE. b) The insurance provided to the additional insured does not apply to "bodily injury ", "property damage ", "personal injury ", or "advertising injury" arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: I. The preparing, approving or failing to prepare or approve ' maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and II. Supervisory or inspection activities performed as part of any related architectural or engineering activities. ' c) This insurance does not apply to "bodily injury" or "property damage" caused by "your work" included in the "products - completed operations hazard ". ' 3. Subpart (1)(a) of the Pollution exclusion under Paragraph 2., Exclusions of Bodily Injury and Property Damage Liability Coverage (Section I - Coverages) does not apply to you if the "bodily injury" or "property damage" arises out of "your work" performed on premises which are owned or rented by the additional insured at the time "your work" is performed. Copyright, The Travelers Indemnity Company, 2002 CG D2 48 10 02 Page 1 of 2 1 COMMERCIAL GENERAL LIABILITY ' 4. Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement in effect during this policy period and signed and executed 1 by you prior to the loss for which coverage is sought specifically requires that this insurance apply on a primary or non - contributory basis. When this insurance is primary and there is other insurance available to the additional insured from any source, we will share ' with that other insurance by the method described in the policy. 5. As a condition of coverage, each additional insured must: 1 1 Page 2 of 2 Copyright, The Travelers Indemnity Company, 2002 CG D2 48 10 02 a.) Give us prompt written notice of any "occurrence" or offense ' which may result in a claim and prompt written notice of "suit ". b.) Immediately forward all legal papers to us, cooperate in the ' defense of any actions, and otherwise comply with policy conditions. c.) Tender the defense and indemnity of any claim or "suit" to any other insurer which also insures against a loss we cover under this endorsement. This includes, but is not limited to, any insurer which has issued a policy of insurance in which the additional insured qualifies as an insured. For purposes of this requirement, the term "insures against" refers to any ' self- insurance and to any insurer which issued a policy of insurance that may provide coverage for the loss, regardless of whether the additional insured has actually requested that the insurer provide the additional insured with a defense and/ or indemnity under that policy of insurance. d.) Agree to make available any other insurance that the additional insured has for a loss we cover under this ' endorsement. 1 1 Page 2 of 2 Copyright, The Travelers Indemnity Company, 2002 CG D2 48 10 02 POLICY NUMBER: DTECO1161C283 05 COMMERCIAL GENERAL LIABILITY CG D3 16 07 04 - EXCERPT, BLANKET WAIVER OF SUBROGATION ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ' GENERAL DESCRIPTION OF COVERAGE - Provisions A. -H, and J. -N. of this endorsement broaden coverage, and provision I. of this endorsement may limit coverage. The following listing is a general coverage ' description only. Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement carefully to determine rights, duties, and what is and is not covered. A. Broadened Named Insured B. Extension of Coverage - Damage To Premises Rented To You - Perils of fire, explosion, lighting, smoke, water ' - Limit increased to $300,000 C. Blanket Waiver of Subrogation D. Blanket Additional Insured - Managers or Lessors of Premises E. Incidental Medical Malpractice ' F. Extension of Coverage - Bodily Injury G. Contractual Liability - Railroads H. Additional Insured - State of Political Subdivisions I. Other Insurance Condition ' J. Increased Supplementary Payments - Cost of bail bonds increaded to $2,500 - Loss of earnings increased to $500 per day ' K. Knowledge and Notice of Occurrence or Offense L. Unintentional Omission M. Personal Injury - Assumed by Contract N. Blanket Additional INsured - Lessor of Leased Equipment PROVISIONS C. BLANKET WAIVER OF SUBROGATION We waive any right of recovery we may have against any person or ' organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you; ongoing operations performed by you or on your behalf, done under a contract with that person or organization; "your ' work "; or "your products ". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the 1 "personal injury" or "advertising injury" offense is committed. Copyright 2004 The St. Paul Travelers Companies, Inc. Excerpt - Blanket Waiver of Subrogation, CG D3 16 07 04 1 ' POLICY NUMBER: DT8101161C283 05 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' ADDITIONAL INSURED This endorsement modifies insurance provided under the following: ' BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM ' TRUCKERS COVERAGE FORM Paragraph c. of the WHO IS AN INSURED provision includes the person or organization indicated below, but only for his, her or its ' liability because of acts or omissions of an "insured" under paragraphs a. or b. of that provision, subject to the following additional provisions: ' 1. No liability is assumed by that person or organization for the payment of any premiums stated in the policy or earned under th policy. ' 2. In the event of cancellation of the policy, written notice of cancellation will be mailed by us to that person or organization. Person or Organization ANY PERSON OR ORGANIZATION WHOM YOU HAVE AGREED IN WRITTEN CONTRACT. CA T3 01 02 99 Page 1 of 1 1 I ... 1 1 The Travelers Indemnity Company of Connecticut A Member of Travelers Group WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 04 03 06 (01) -- POLICY NUMBER: DTEUB1161C283 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. we will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 5 % OF THE CALIFORNIA WORKERS' COMPENSATION PREMIUM OTHERWISE DUE ON SUCH REMUNERATION. Schedule Person or Organization City of Newport Beach, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association, their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys and volunteers Job Description Big Canyon Trunk Sewer Replacement, Contract #3562 DATE OF ISSUE: 01/15/06 ST ASSIGN: California RPR -21 -2006 08:44 FROt4 `! �/ p 70:819496443318 P.1 /1 Faxfk��V7 4.�3/D t CERTIFICATE OF INSURANCE CHECKLIST ' City of Newport Beach ' This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: V11, D & Dept. /Contact Received From: Sau„ Date Completed: (a sent to: Sh n By: � % Company/Person required to have certificate= �}— ..>t ClCt' n CUCis._� I. GENERAL LIABILITY '�����► S ' A. INSURANCE COMPANY: r B. AM BEST RATING (A: VII or greater): C. ADMITTED Company (Must be California Admitted); Is Company admitted in California? Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? .LOGc 14.E E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? Yes ❑ N ' F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): is it included? YJ Yes © No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? & Yes [] No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by I. hagiigence" wording? NOTIFICATION OF CANCELLATION: Although there is a provision that requires ❑ Yes o notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. ' 11. AUTOMOBILE LIABILITY `� 1 ' >RV$S A. INSURANCE COMPANY: 12r�YTy B. AM BEST RATING (A: VII or greater): C. ADMITTED COMPANY (Must be California Admitted): No Is Company admitted in California? es D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? 1- rp;l E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? es ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is It included? yjl *- ❑ Yes ❑ No ' G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION 7 �%T ✓ A. INSURANCE COMPANY: c tAs B. C. � AM BEST RATING (A: VII or greater): ny LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? Ye No HAVE ALL ABOVE REQUIREMENTS BEEN MET? /s �❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETEDI t CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Page: 1 of 9 ADDENDUM NO. 1 1 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 ' DATE: 03 -22-06 BY: '�- ' u Works Director TO: ALL PLANHOLDERS ' SPECIAL PROVISIONS: SPECIAL PROVISION, 2-3.1, GENERAL Replace the text of Special Provision 2 -3.1, General, with the following: "Add to this section: The replacement and repair of the OWNER's turf, vegetation (landscaping) and ' irrigation related Work on the OWNER PROPERTY shall be done in accordance with the applicable sections of the Special Provisions and the Landscape Special Provisions attached hereto as Appendix B and, pursuant to the requirement imposed by OWNER as ' a condition to obtaining consent to site access, such Work shall be conducted by the following applicable subcontractors: ' a) SOUTHWEST GROWERS AND LANDSCAPING, INC. 21251 Bushard Street Huntington Beach, CA ' Contact Person: Mr. Ron Jessee 714/964 -9511 b) CHRISTENSEN IRRIGATION COMPANY, INC. 3505 Cadillac Avenue, Ste 0 -206B Costa Mesa, CA ' Contact Person: Mr. Scott Murray 714/556 -6076 Page: 2 of 9 Contractor must utilize these two firms for all turf, vegetation (landscaping) and irrigation related Work on the OWNER PROPERTY and note them in the Designation of Subcontractor(s) portion of the Special Provisions or the bid may be considered non - responsive." SPECIAL PROVISION, 4- 1.3.4, Inspection and Testing. Replace the text of Special Provision 4- 1.3.4, Inspection and Testing, with the following: "All material and articles furnished by the Contractor shall be subject to rigid inspection and no material or article shall be used in the Work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the Work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. ' The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and re- testing due to ' failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his Work, such tests and inspections shall be paid for by the Contractor. ' The Contractor shall request inspection at least 24 hours in advance of the time inspection is required by the OWNER. Inspection requests are made thru the City and not to the ' OWNER directly. Inspection will be required by the OWNER on the following stages of the Work: ' a) Prior to removals of the existing landscaping and turf. b) During preliminary grading, soil preparation, and initial weeding. ' c) When trees are spotted for planting, but before planting holes have been excavated. ' d) When finish grading has been completed. ' e) Before commencing boring Work near the stream approximately 100 -120 yards from the hole #2 green, OWNER shall be notified to assure that trees in that area are not impacted by the Work. ' f) As specified in the Landscape Special Provisions attached hereto as Appendix B. Plants shall be subject to inspection and approval or rejection by the City and /or OWNER at place of growth and upon delivery to site at any time before or during progress of the Work." SPECIAL PROVISION, 64, CONSTRUCTION SCHEDULE AND COMMENCEMENT OF ' WORK. ' , Page: 3 of 9 Replace the text of Special Provision, Section 6 -1, CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK, with the following: "Add to this section: The time of ' completion as specified in Section 6 -7, shall commence on May 15th, 2006 and Work shall be diligently pursued thereafter. No Work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted; and a schedule of Work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) Working days prior to commencing any Work. Schedule may be bar chart or CPM style. The Contractor and its on -site superintendent shall be required to attend a second mandatory pre- construction meeting with OWNER at the OWNER PROPERTY to discuss compliance with the Contract Documents. No Work will be permitted on OWNER PROPERTY until after the second mandatory pre - construction meeting has been conducted. The Contractor shall schedule his Work such that the Big Canyon Trunk Sewer Replacement and Work shown on City Sewer Improvements drawing 20 of 24 are the first ' priority of Work (see Section 6 -7 and 6 -9 for specific time of completion and liquidated damages associated with this Work). In addition, the Contactor shall follow the following phasing schedule pertaining to the Work and provide a separate schedule to the City for ' this Work prior to the pre- construction meeting ('Separate Schedule'). The Separate Schedule, which will be provided to the OWNER at the pre - construction meeting held at the OWNER PROPERTY, shall indicate the dates each phase of Work will take place: Phase 1 Clubhouse and Driving Range Area. Work in this phase shall include the Big Canyon Trunk Sewer Replacement between Station 51 +50 and 65 +07.45 and all associated laterals. In addition, the City Sewer Improvements shown on sheet 20 of 24 shall be completed in this phase. Work shall proceed from downstream to upstream on all installations. The first phase of Work shall start on May 15th, 2006. The portion of Phase 1 between Station 51 +50 and 58 +00 (the 'Initial Priority Work') shall be completed by June 30, 2006. Access for Phase 1 shall be from Big Canyon Clubhouse ('Clubhouse') parking lot. The Contractor shall not be allowed to perform any Work on the City Sewer Improvements shown on sheet 20 of 24 on June 15,16,17, 22 and 23 because the OWNER requires entire use of the Clubhouse parking lot on these dates. Accordingly, the Contractor shall cease Work in the Clubhouse parking lot on those days and remove all equipment, tools, debris and other impediments to the ability of patrons or guest of OWNER to park vehicles and walk to OWNER'S facilities (and assure their safety in doing so), and all excavations shall be backfilled and repaved or covered with steel plates or other devices to allow the parking spaces in the Clubhouse parking lot to be used during such dates. Access to other Phase 1 Work on June 15,16,17, Page: 4 of 9 22 and 23 will be limited and staging for the Work on those days will be from the Driving Range. ' Phase 2 Golf Course Area Holes No. 1 and 9. Work in this phase shall include the Big Canyon Trunk Sewer Replacement between Station 40 +00 & 51 +50 and all associated laterals. Work shall proceed from downstream to upstream on all installations. Access for Phase 2 will be from the Big Canyon Drive between the 3rd and 4th holes. ' Phase 3 Golf Course Area Hole No. 2. Work in this phase . shall include the Big Canyon Trunk Sewer Replacement between Station 21 +50 & 40 +00 and all associated laterals. Work shall proceed from downstream to upstream ' between Station 25 +50 and 40 +00. The jacking operation between 25 +50 to 21 +50 shall proceed from upstream to downstream. Access for Phase 3 will ' be from Big Canyon Drive between the 3rd and 4th holes. Phase 4 Golf Course Area Hole No. 3. Work in this phase shall include the Big ' Canyon Trunk Sewer Replacement between Station 18 +40 & 21 +50. Work shall proceed from downstream to upstream. Access for Phase 4 will be from Big Canyon Drive between the 3rd and 4th holes. Phase 5 Golf Course Area Hole No. 4. Work in this phase shall include the Big Canyon Trunk Sewer Replacement between Station 14 +13.65 & 18 +40 and ' 8 -inch sewer Work on Big Canyon Drive. Work shall proceed from downstream to upstream. Access for Phase 5 will be from Big Canyon Drive between the 3rd and 4th holes. ' Phase 6 Work in this phase shall include the necessary connection to existing sewers and abandonment of existing Big Canyon Trunk Facilities between Station ' 14 +13.65 and 65 +07.45. Access for Phase 6 will be from Big Canyon Drive between the 3rd and 4th holes. Phase 7 Golf Course Holes 13 and 17. Work to be included in this phase shall include the Big Canyon Trunk Sewer Replacement between Station 72 +85.59 & 77 +64.25. Work shall proceed from downstream to upstream on all installations and include connection to and abandonment of existing trunk sewers. Access for Phase 7 shall be from MacArthur Boulevard. In addition, the lining of the existing Big Canyon Trunk Sewer between Station 65 +07.45 and 72 +85.59 shall be accomplished during this phase. Work on Phase 1 shall be completed prior to performing any other Project Work ' unless the Contractor obtains the express written permission of the City's designated representative (hereinafter `Engineer'). OWNER is in the process of constructing a project commonly known as the Big Canyon Country Club Pond Fill Project ' (`Pond Fill Project'). Contractor shall be required to coordinate Phase 1 Work with the contractor hired by the OWNER for the Pond Fill Project. Page: 5 of 9 Work on Phases 2 through 7 shall not commence until after July 5th, 2006. Except as provided above, Work on the City Sewer and Storm Drain improvements may be done concurrently with the Big Canyon Trunk Sewer Replacement and can proceed in a schedule determined by the Contractor. Work on Phases 2 through 7 shall progress so that golf play on not more than one hole at a time shall be impacted or altered by the Work. Entry on OWNER PROPERTY is restricted to the portions of the OWNER PROPERTY which are: (a) specifically described in the Contract Documents; (b) depicted as the 'Proposed Work and Work Zone' (collectively, the 'Work Zone') on plans for the Work prepared by Walden & Associates, sheets G0002 (2 of 17), G0002A (2A of 17), G0002B (26 of 17), and G0002C (2C of 17); and (c) depicted as the Construction Storage Area and Construction Access Routes on Appendix D (the 'Construction Map'). The areas described in (a) through (c) of this Section are collectively referred to herein as the 'Access Area'. Entry by the Contractor, the Contractor's employees, agents, material suppliers, subcontractors, and their employees on portions of the OWNER PROPERTY other than the Access Areas shall be deemed to be a breach of the Contract. The Contractor shall phase the Work so that the intended use of the OWNER PROPERTY and the OWNER's inconvenience are minimized. Therefore, the Contractor shall complete the Big Canyon Trunk Sewer Replacement, including required testing, restoration and final clean -up in one phase at a time or between manholes before moving to the next phase of Work. Contractor shall maintain a path of cart and pedestrian travel . between golf holes at all times. In the event Contractor takes access through a golf hole upon which Work is not then in progress, Contractor shall control its vehicles such that golfers on such golf hole shall have the right of way. In other words, vehicles on the course on such holes shall wait for golfers to hit before proceeding. OWNER shall not be liable to Contractor, the Contractors employees, agents, material suppliers, subcontractors, or their employees or injury to persons or damage to property from being struck by a golf ball. ' Contractor may periodically (i.e. irregularly) use the Jamboree Road access to the OWNER PROPERTY through OWNER's maintenance yard for deliveries of materials 1 needed for Work proximate to Jamboree Road, provided such access is between the hours of 6:30 AM to 2:30 PM and the maintenance yard is then open. The Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents. If Work falls behind the approved schedule, the Contractor shall be prohibited from starting additional Work until ' he has exerted extra effort to meet its original schedule and has demonstrated that it will be able to maintain its approved schedule in the future. Such stoppages of Work shall in no way relieve the Contractor from its overall time of completion requirement, nor shall it ' be constructed as the basis for payment of extra Work because additional men and equipment were required on the job. The term 'Work' as used herein shall include all removals, adjustments, installation, and replacements." Page: 6 of 9 SPECIAL PROVISION, 6 -7.4, WORKING HOURS. Replace the text of Special Provision 6 -7.4, Working Hours, with the following: "Normal Working hours are limited to 7:00 a.m. to 4:30 p.m. Monday through Friday. Should the Contractor elect to Work later than 4:30 p.m. up to 6:30 p.m. weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, the Contractor shall first obtain special permission from the City; provided, however, for Phase 1 of the Work, the Contractor shall Work on Saturday at least from 8:00 a.m. to 4:00 p.m. Except as set forth above regarding Phase 1 Work, a request to Work during any of these hours must be made at least 72 hours in advance of the desired time period, except in emergencies involving immediate hazard to persons or property. A separate request must be made for each Work shift. The Engineer reserves the right to deny any or all such requests. Denial of such request(s) will not be sufficient reason to grant the Contractor an extension of time. No Work shall occur on Sundays." SPECIAL PROVISION, 7 -7 COOPERATION AND COLLATERAL WORK. Replace the text of Special Provision, 7 -7, Cooperation and Collateral Work with the following: "Add to this section: No shutdowns of water service to the OWNER PROPERTY may occur, except as provided in this Section 7. Contractor shall be responsible to perform all shut downs of private water facilities of OWNER as required. City forces will perform all shut downs of public water facilities as required. The Contractor shall give the City and /or OWNER seven (7) calendar days advance notice to have the effected water service(s) shut down. The City acknowledges that the golf course vegetation will require periodic watering especially during the heat of the summer. A six -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 4:00 p.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department and OWNER, as applicable. The City must approve any nighttime Work in advance. Failure to comply with the shut down procedures will prevent the shut down of the water and the Contractor shall take full responsibility for the construction of the sewer or its appurtenances. No time extensions will be granted for failing to comply with this procedure. The OWNER anticipates the Pond Fill Project and other construction around the Club House, generally between or near stations 51 +50 and 58 +00 of the Big Canyon Trunk Sewer Replacement area during the construction period of the Work. The Contractor shall coordinate its Work with OWNER's construction as well as the operation of existing and new utilities and facilities of OWNER during the course of the Work. The Contractor shall permit others engaged in Work to accomplish such Work without undue interference or delay. The Contractor shall notify the City and the OWNER If OWNER utilities, which are in operation require shut -off. The Contractor shall maintain OWNER's utilities, which may be scheduled for abandonment, but cannot be do to timing issues, such as transferring flow to the new sewer line. This may require, but not be limited to temporary ' . Page: 7 of 9 bypassing unless other provisions are made with the City of Newport Beach and the OWNER. ' The cost and expense of said temporary bypassing and coordination shall be considered to be included in the price bid for other items of Work and no other compensation will be allowed therefore." SPECIAL PROVISION 7 -9, PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Replace the text of Special Provision 7 -9, Protection and Restoration of Existing Improvements, with the following: "Delete the last paragraph and add the following: Contractor shall restore all ground conditions modified by Contractor and all vegetation (landscaping), irrigation facilities and improvements of OWNER damaged or removed by Contractor to their condition prior to the commencement of the Work, as soon after completion of the Work as possible. Such restoration within a Phase shall occur as soon as that Phase of the Work is completed so that the facilities of OWNER are placed back into pre -Work condition as soon as practicable. All cost to the Contractor for protecting, removing, restoring, repairing, replacing, or reestablishing existing improvements shall be included in the various bid items unless otherwise specified. The Contractor shall provide OWNER with a warranty for all restoration Work. The warranty period shall be one year from the acceptance of the Work by the City. OWNER shall receive a maintenance period of ninety (90) days for all turf installed. The Contractor shall provide the City a minimum of 72 (equal to three (3) standard rolls of film) color photographs of the initial site conditions prior to the start of construction. The Contractor shall also provide a minimum of 24 additional color photographs per month to document conditions of the Work in progress. The Contractor shall provide the City a minimum of 72 color photographs of finished site conditions of the completed Project. The photographs shall be of such views as to document Project conditions during the progress and at the conclusion of the Project at the locations where previous construction photograph documentation was obtained. All photographic Work shall be performed by a qualified photographer acceptable to the City. Each print shall have a glossy finish and be mounted in plastic sleeving on a non - flexible backing. The overall dimensions of each mounted print shall be 4 x 6 inch with 8- t 1/2 x 11 inch backing and 1 -1/4 inch flexible binding margin on the long side to permit storage in a standard 3 ring binder. ' Documentation binders submitted to the City shall bear a label with the following information: it r 1. City's name ' 2. Project name 3. Project number 4. Limits (if applicable) 5. Binder Number (if applicable) it r Page: 8 of 9 The film negatives shall be retained in the files of the photographer until the completion of the project and then shall be turned over to the City. Each photograph shall have attached to the backing a label containing thereon in neat permanent lettering: ' 1. Short description of view 2. Photograph number (i.e. 1 of 72) 3. Date taken ' 4. Location The cost and expense of said photographic documentation, compilation, transfer, ' duplication and equipment shall be considered to be included in the price bid for other items of Work and no other compensation will be allowed therefore." SPECIAL PROVISION, 7 -10.1, Traffic and Access Replace the text of Special Provision, 7 -10.1, Traffic and Access with the following: "Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH, 1996 Edition) published by Building News, Inc. Pedestrian access within the limits of the Work must be maintained at all times. The Contractor shall cooperate with the Engineer and OWNER to provide access that may be impacted by construction operations on the OWNER PROPERTY, particularly path and Work across fairways during construction. The Contractor. shall furnish and install signage, barricades, delineators, yellow safety ribbon, green 4 -foot high safety fence and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected areas of Work. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." Special Provision, 7 -10.2, Storage of Equipment and Materials in Public Streets. Replace the text of Special Provision 7 -10.2, Storage of Equipment and materials in Public Streets, with the following: "Delete the first paragraph and add the following: Construction materials and equipment may only be stored on the OWNER PROPERTY in areas shown on the Construction Map, or in streets, roads, sidewalk, if approved by the Engineer. The City and OWNER have provided three (3) staging areas for this Project as indicated on the Plans. Only storage areas within the OWNER PROPERTY as shown on the Construction Map may be used without the prior written consent of the OWNER. The storage areas in the Clubhouse parking lot and on the driving range may only be used during Phase 1 of the Work. The OWNER requires use of the entire Clubhouse parking lot on June 15,16,17, 22 and 23. The Clubhouse parking lot shall not be used for staging or storage on those days. Staging on those days shall be from the Driving Range. The Contractor shall cease all Work in the Clubhouse parking lot on those days and remove all equipment, tools, debris and other impediments to the ability of patrons or guest of OWNER to park vehicles and walk to OWNER's facilities (and assure their safety in doing so). Prior to move -in, the Contractor shall take photos of the laydown (staging) areas and '. Page: 9 of 9 A ' provide one set to the City and one set to OWNER. The Contractor shall restore the laydown (staging) areas to their pre - construction or better condition. The Engineer shall require new base and pavement if the pavement condition has been compromised during ' construction at no additional cost to the City, District or OWNER." APPENDIX D ' Replace Appendix D with the Construction Map attached hereto. CONTRACT DOCUMENTS: Replace the CONTRACT, LABOR AND MATERIALS BOND, and FAITHFUL ' PERFORMANCE BOND with the attached. ' Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. ' bff8 X012 CUOS VRL T(D �J CC) C Bidder's Name (Please Print) Authorized Signature & Title F:WSMS1PBW1&mmeContmcWY 05.OM5.06 Sewer Main Lining.CDMB Superior Sewer h qr. P35624WALDEN-NOLAN DOCUMENTMIOM OOC wftm ADDENDUM t.DOC ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' CONTRACT NO. 3562 ' THIS AGREEMENT, entered into this _ day of , 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and NAME OF CONTRACTOR, hereinafter "Contractor," is made with reference to the following facts: ' WHEREAS, City has advertised for bids for the following described public work: 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS ' AND BIG CANYON TRUNK SEWER REPLACEMENT The work necessary for the completion of this contract consists of, but is not limited to, distributing notices to affected residents, traffic control, removing interfering portions and ' abandoning in place existing sewer facilities, lining of existing sewer main, constructing sewer main, sewer manholes; and other incidental items of work to complete the project, and restoring affected surface improvements such as asphalt concrete pavement, sidewalks ' (paths), curbs, and restoration of landscaping improvements. WHEREAS, Contractor has been determined by City to be the lowest responsive and responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is ' based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3562, Standard Specifications for Public Works Construction (current adopted edition and all supplements) Appendixes, and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 I. ' C. I COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of (INSERT CONTRACT DOLLAR AMOUNT). This compensation includes: ' (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, ' (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance ' of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before ' making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for ' compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. ' E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY CONTRACTOR ' City of Newport Beach Public Works Department 3300 Newport Boulevard ' Newport Beach, CA 92663 Attention: Michael J. Sinacod (949) 644 -3342 ' F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: ' "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such ' provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a current A.M. ' Best Rating Guide rating of A -, or better, and no smaller than Financial Size Category Class VII, or better, and insurers must be a California Admitted Insurance Company. The City and /or Orange County Sanitation District may require Contractor to substitute ' any insurer whose rating drops below the levels herein specified and the substitution shall occur within twenty (20) days of written notice to Contractor by the City, Orange ' County Sanitation District, and/or their agents. 1 21 Contractor shall furnish City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association with original certificates of insurance and with original endorsements effecting coverage ' required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City and Orange County Sanitation District before Work commences. City and Orange County Sanitation District reserve the right to require complete, certified copies of all required insurance policies, including endorsements, at any time. ' Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries or death to persons or damages to property, which may arise from or ' in connection with the performance of the Work hereunder by Contractor, his /its agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance ' Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage ' "occurrence' form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 ' covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 ' 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. ' c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: ' a) General Liability: $2,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage and $4,000,000.00 aggregate bodily injury, personal injury, and property damage. b) Automobile Liability: $2,000,000.00 combined single limit per accident for ' bodily injury and property damage, including non -owned and hired vehicles. ' c) Workers' Compensation and Employers Liability: Workers' Compensation, in accordance with the Workers' Compensation Act of the State of California for a minimum of $1,000,000.00, or such minimum limits as the ' required by the State, whichever is greater. Such Workers' Compensation Insurance shall be endorsed to provide for a waiver of subrogation against the City and Orange County Sanitation District. ' 22 I� ' 3. Deductibles and Self- Insured Retentions ' Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, Orange County Sanitation t District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholder, directors, members, officers, officials, employees, agents, consultants attorneys and volunteers; or ' Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. t4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages ' i. City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of ' Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles ' owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, employees, consultants, ' attorneys or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or ' primary source of recovery as respects the City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their officers, agents, officials, employees, consultants and volunteers. Any insurance or self- insurance maintained by the ' City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, employees, consultants, attorneys and ' volunteers shall be excess of the Contractor's insurance and shall not contribute with it. ' iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, Orange County Sanitation ' 23 ' Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' ' prior written notice by certified mail, return receipt requested., has been given to City and Orange County Sanitation District. ' All of the executed documents referenced in this contract must be returned within ten (10) Working days after the date on the "Notification of Award," so that the City and Orange County Sanitation District may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop Work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 31 District, Big Canyon Country Club, Big Canyon Community ' . Association and the Canyon Hills Community Association their shareholders, directors, members, officers, agents, officials, ' employees, consultants, attorneys and volunteers. iv. Contractor's insurance shall apply separately to each insured ' against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. V. The insurance afforded by the policy for contractual liability shall ' include liability assumed by Contractor under the indemnification /hold harmless provision contained in this Contract. ' b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City ' Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association their shareholders, directors, members officers, agents, officials, employees, consultants, attorneys and volunteers for losses arising from Work performed by Contractor for the City. c) All Coverages ' Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' ' prior written notice by certified mail, return receipt requested., has been given to City and Orange County Sanitation District. ' All of the executed documents referenced in this contract must be returned within ten (10) Working days after the date on the "Notification of Award," so that the City and Orange County Sanitation District may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop Work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 31 1 v ♦'. H. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association and all officers, ' officials, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in ' performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from ' any cause arising from Contractor's work on the Project, or the -work of any subcontractor or supplier selected by the Contractor. ' 3. Contractor shall indemnify, hold harmless, and defend City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association and each of their ' past, present and future members, partners, officers, officials, directors, employees, agents, consultants, volunteers, affiliates, assignees, shareholders, representatives, attorneys, subsidiaries, members, parent and affiliated entities and their respective successors, heirs and assigns ' (collectively, 'Indemnified Parties') for, from and against any costs, expenses, damages, and losses, including actual attorneys fees ('Losses') of any kind or character to any person or property arising directly or indirectly from or caused by any of the following (i) Contractor's construction activities; (ii) any defect in the Project Work performed by Contractor; (iii) any act or omission ' of Contractor or its respective officers, directors, shareholder members, partners, employees, agents, contractors, subcontractors, suppliers, representatives and affiliates ('Contractor Representatives'); (iv) any accident ' or casualty within or arising out of the Project Work; (v) any violation or alleged violation of any law, ordinance or statute now or hereafter enacted arising out of the Project Work; (vi) Contractor's performance under this t Agreement or the construction by Contractor of any improvements pursuant to this Agreement; (vii) the violation of any Environmental Laws or the failure to clean up and mitigate the consequences of the spill or release of any ' Hazardous Substance; (viii) any liens for any provider of work, labor, material or services claiming by, through, or under Contractor relating to the Project Work, (ix) the negligence or willful misconduct of Contractor or any of Contractor's Representatives in the performance of the Project Work and (x) any breach of this Agreement. Contractor shall not be required to indemnify, hold harmless and defend the Indemnified Parties from the sole or active negligence or willful misconduct of the Indemnified Parties As used herein, the term "Environmental Laws" shall mean "any and all present and ' future federal, state or local laws (whether common law, statute, rule, regulation or otherwise), permits, orders and any other requirements of Governmental Authorities relating to the environment or any "Hazardous Substance" or "Hazardous Substance Activity" (as defined herein) (including, without limitation, the Comprehensive Environmental Response, Compensation and Liability Act of 1980 (42 U.S.C. §§ 9601 ' 25 J. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the ' Contract Documents. K. CONFLICT If there is a conflict between provisions of this Contract and any other ' Contract Document, the provisions of this Contract shall prevail. 1 26 ' et seq.) as amended from time to time and the applicable provisions of the California Health and Safety Code and California Water Code)." As used herein, the term "Hazardous Substance" shall mean "any (a) chemical, compound, material, mixture or substance that is now or hereinafter defined or listed in, or otherwise classified pursuant to any Environmental Law as a "hazardous substance ", "hazardous material," "hazardous waste," "extremely hazardous waste," ' "infectious waste," "toxic waste," "toxic pollutant," or any other formulation intended to define, list or classify substances by reason of deleterious properties or affect and (b) petroleum, petroleum by- products, natural gas, natural gas liquids, liquefied natural ' gas, synthetic gas usable for fuel (or mixtures of natural gas in such synthetic gas), ash, municipal solid waste, steam, drilling fluids, produced waters and other wastes associated with the exploration, development and production of crude oil, natural gas or geothermal resources." 4. The Contractor shall be responsible for the satisfaction or payment of any liens for any provider of work, labor, material or services claiming by, through, or under Contractor ' relating to any Project work or the property where the Project work is to be performed. The Contractor shall also indemnify, hold harmless and defend the Indemnified Parties for, from and against any such liens, including reasonable Attorneys' fees incurred as a result of such liens. Contractor shall not be required to indemnify, hold harmless and defend the Indemnified Parties from the sole or active negligence or willful misconduct of the Indemnified Parties. Such liens shall be discharged by the Contractor, as applicable within ten (10) days of notice of filing thereof by bonding, payment or otherwise, provided that Contractor may contest, in good faith and by appropriate proceeding, any such liens. ' 5. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. ' 6. Nothing in this article., nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the ' terms of this Contract, except to the extent provided for in H.3-4, above. 7. The rights and obligations set forth in this Article shall survive the termination of this ' Contract. I. DEFAULT In the event Contractor fails to comply with any provisions of the Contract Documents ( "Default "), which Default shall not have been cured within ' seven (7) calendar days after receiving written notice specifying such Default, the City may, in addition to any other remedies provided at law or in equity, immediately or any time thereafter terminate this Agreement upon written notice to the Contractor. J. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the ' Contract Documents. K. CONFLICT If there is a conflict between provisions of this Contract and any other ' Contract Document, the provisions of this Contract shall prevail. 1 26 L. WAIVER A waiver by City or any term, covenant, or condition in the Contract ' Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. M. THIRD PARTY BENEFICIARY to the Contract which shall read as follows: "The Big Canyon Country Club shall be a third party beneficiary of the terms of this Agreement with respect to the property owned by the Big Canyon Country Club ( "Property') or the entry, or performance of any portion of the Work, thereon or restoration by Contractor, the Contractor's employees, agents, material suppliers, subcontractors, and their employees. The requirements of the Contract Documents that affect the Project work at the Property shall not be rescinded, amended, or otherwise modified without the prior written consent of the Big Canyon Country Club, which consent shall not be unreasonably withheld. However, the City may make modifications or amendments to this Agreement without the ' consent of Big Canyon Country Club that either (a) do not affect the Project work at the Property, or (b) are not inconsistent with the Contract Documents (including, but not limited to, changes in Contractor compensation). ' IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ' ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation CITY CLERK By: Mayor ' APPROVED AS TO FORM: NAME OF CONTRACTOR By: ' AARON C. HARP (Corporate Officer) Assistant City Attorney Title: ' Print Name: 1 (Financial Officer) Title: Print Name: ' 27 (Financial Officer) Title: Print Name: ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' CONTRACT NO. 3562 BOND NO. ' LABOR AND MATERIALS PAYMENT BOND t WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to NAME OF CONTRACTOR, hereinafter designated as the "Principal," a contract for construction of VARIOUS CITY WIDE SEWER IMPROVEMENTS AND BIG ' CANYON TRUNK SEWER REPLACEMENT PROJECT, Contract No. 3562 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3562 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact ' business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of (INSERT CONTRACT DOLLAR AMOUNT) lawful money of the United States of America, said sum being equal to ,100% of the ' estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, .provisions, or other supplies, implements or ' machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce ' the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 28 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. ' This Labor and Materials Payment Bond shall' be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of 2006. 1 NAME OF CONTRACTOR (Principal) LJ Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT ' CONTRACT NO. 3562 ' BOND NO. ' FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ ' being at the rate of $ thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion ' adopted, awarded to NAME OF CONTRACTOR, hereinafter designated as the "Principal ", a contract for construction of 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT PROJECT, Contract No. 3562 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract ' Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. ' WHEREAS, Principal has executed or is about to execute Contract No. 3562 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of (INSERT CONTRACT DOLLAR AMOUNT) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. ' THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 1 11 1 30 It ' As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, ' including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of ' the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full tforce and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the ' death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and ' Surety above named, on the day of 2006. NAME OF CONTRACTOR (Principal) Authorized Signature/Title Name of Surety Authorized Agent Signature Address of Surety Print Name and Title Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED FAUSERS\PBW1SharedlContrac1sTY 05.06105-06 Sewer Main Lining -CDM &Superior Sewer Impr. C- 35WWALDEN -NOLAN DOCUMENTS11000% Documents \CONTRACT C -3562 03.22.06 WS.doc 31 �J 7 L Addendum No. 2 - Page: 1 of 26 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 1 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS ' AND BIG CANYON TRUNK SEWER REPLACEMENT CONTRACT NO. 3562 ' DATE: 03 -31 -06 BY: / Pu Ii� wo s Director TO: ALL PLANHOLDERS i' SPECIAL PROVISIONS: 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Replace the two paragraphs on page 4 and 5 of 9 in Addendum No. 1 that start with Work on ' Phases 2 through 7 shall not commence unffl after July 5th, 2006 ...... with the following: Work on Phases 2 through 7 shall not commence until after June 26th, 2006. Except as provided above, Work on the City Sewer and Storm Drain improvements may be done concurrently with the Big Canyon Trunk Sewer Replacement and can proceed in a schedule determined by the Contractor. 1 For Work on Phases 2 through 7, the Contractor shall complete its work one hole at a time so that golf play on more than one hole is not impacted or altered by the Work. The Contractor would ' be deemed to be "completed its work" on a golf hole when it has completed the sewer installation (s), backfilled and compacted the trenches and any other surface irregularities created by the Work back to the level of the surrounding surfaces not disturbed by the Work, removed all ' remaining dirt and debris from the area and moved all men, equipment, barricades or other obstructions off of that golf hole. The landscape restoration efforts related to the Big Canyon Trunk Sewer Replacement does not have to be completed prior to moving to the next phase of Work and ' can be done concurrently as the Contractor transitions from one phase to the next. Restoration efforts associated with Phase 7 may be done after the required time of completion defined in Section 6 -7.1 but must be completed with in 10 working days of the end of that phase. ' F:WSERSTBMShared\ Contracts\FV 05- 06m-06 Sewer Main Lining- CDMg Supenor Sewer IM, C- 3569WFLDEWNOLAN DOCUMENTS \100 %Documenlst DDENDUM2 wa.DOC I i Il 6 -7 TIME OF COMPLETION Addendum No. 2 - Page: 2 of 26 ' Replace the second paragraph of Section 6 -7.1 with the following: ' In addition, the Contractor shall complete all work for the Big Canyon Trunk Sewer Replacement and work shown on sheet 20 of 24 of the City Sewer Improvements within 100 consecutive working days, including material and pipe delivery, starting from the date in the ' "Notice to Proceed" exclusive of any maintenance periods. If work on Phase 1 is completed prior to June 26, 2006, the working day time for the Big Canyon Trunk Sewer will stop until this date. ' SECTION 9 — MEASUREMENT AND PAYMENT Replace the text of Special Provision 9 -3.1 Item Numbers A8, A9, All 2 and A15 and add A44, with the following: " Item No. A8 Install 36" Steel Casing (t =0.50) per OCSD Std. Dwg. S -030: Work under this item shall include, but not be limited to, obtain all necessary permits, shop drawing ' submittals, excavation, shoring and closing of jacking and receiving pits, installation of casing by bore and jack operation including control of alignment and grade, filling annular space between casing and 15" VCP main with a low density cellular concrete (LDCC), installation of end seals and !' all other work necessary to install the casing complete in place. Item No. A9 Install 15" VCP "microtunneling type pipe" such as Mission Clay Pipe "No -Dig" or approved equal within Steel Casing per OCSD Std. Dwg. S -030: Work under this item ' shall include, but not be limited to, shop drawing submittals, providing redwood skids and installation of 15" VCP main and all other work necessary to install the 15" VCP sewer main complete in place. At each end of pipe within steel casing, Contractor shall transition from 15 -inch VCP microtunneling pipe to two each 2 -foot lengths of bell and spigot pipe prior to connecting to the manholes. ' Item No. Al2 Construct Modified Manhole (A =84 ") with PVC -lined modified flat top concrete lid, with 1 -24" and 1 -36" frame and cover per Orange County Sanitation District Standard Plan S -050 and S-053: Work under this item shall include furnishing and installing all materials, t bypassing of existing sewer main, bypassing of existing sewer laterals, shop drawings are required for lifting lugs (3) spaced equally around the diameter of the concrete manhole lid and all other work necessary to install the manhole complete in place. Refer to Appendix A for additional ' information and requirements. Item No. A15 Construct Vortex Drop Structure, as manufactured by IPEX, Inc. 1 -800- ' 463 -9572 in New Manhole (A =84 "): Work under this item shall include but not be limited to furnishing and installing all materials, bypassing of existing sewer main, and all other work necessary to install the Vortex drop structure complete in place including, but not limited to ' attaching the Vortex dissipating pool to the manhole floor in the following manner: 1. The 1/2" EDP base plate shall extend 3.10- inches beyond the vertical sides of the dissipating pool to act as a flanged connection to the manhole floor; 2. 4- 316SS female bolt receptacles shall be cast into ' place in the manhole floor. Female bolt receptacle locations shall correspond to the manufacturer's pre - drilled holes on the bottom flange; 3. 4- 316SS bolts shall be inserted through holes in the Vortex's extended bottom plate into the female receptacles in the manhole floor to allow for Vortex removal if necessary; 4. The top barrel- shaped portion of the Vortex structure ' shall be secured with 2 stainless steel straps, bolted into the manhole wall; 5. Patching the PVC manhole lining as required. Refer to Appendix A for additional information and requirements. F1USERSTEIVASharecRCon0ac WY 05- 06105-06 Sewer Main Lining- CUM&Supegw Saver lrrpr. C,3562MALDEN- NOIAN DOCUMENTS100% D0wmen15%0DENDUM2 wa.DOC Addendum No. 2 - Page: 3 of 26 Item No. A44 Construct Drop Manhole with 2- 6" drops per City of Newport Beach Standard Plan Std. Dwg. Std: 112 -L and Std. - 403 -L: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing and all other work necessary to install the drop manhole complete in place. ' SPECIAL PROVISION, 7-8.9 SEWER FLOW BYPASS. ' Add to the text of Special Provision, 7 -8.9, Sewer Flow Bypass with the following: "Add to this section: "Contractor shall use fusion - welded HDPE pipe, or bolted aluminum or steel pipe with victaulic-type joints (NO quick - connectors will be allowed)." SECTION 500- -- PIPELINE SYSTEM REHABILITATION 500 -1.1.2 Submittals. Replace paragraph 1. with the following: . 1. Submit the following documentation of the Contractor's qualifications with the bid package: a. Documentation that the Contractor is certified and licensed for the CIPP lining process. b. Documentation that the Contractor has a minimum of 3 years installation experience in the State of California and has installed -a minimum of 1,000,000 lineal feet of CIPP liner or fold and form pipe using the Contractor's own forces within the State of California. C. Documentation shall list agency, project name, date installed, agency contact person, and phone number. d. Documentation that the onsite foreman who will perform the installation has a minimum of 2 years experience installing the bidder's liner product. e. Documentation of their employees' cognizance and ability to comply with all Federal and State OSHA regulations regarding confined space entry. f. Company History stating years in service. g. The apparent low, 2nd and 3rd bidders shall provide five (5) letters of recommendations from agencies in the State of California seven (7) calendar days from bid opening. Failure to provide recommendation letters shall render the bid non - responsive and the bid may be rejected $00 - 1.1.10 Warranty Replace this section with the following: ' 500- 1.1.10 Warranty. Add the following section: "The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to the City, any and all defects, breaks, or failures of the work occurring within one (1) year following the date of acceptance of the work due to faulty or inadequate materials or workmanship, ' and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is ' FAUSERSIPSvA$ham&Contmd T-Y 05-OW5 06 Sewer Main Lining- ODM&Superior Sewer Impr. C-3562\ WALDEN -NOLAN DOCUMENTS 1DO %Da rnentg%])DENDUM 2 wa.DOC Addendum No. 2 - Page: 4 of 26 caused, in whole or in part, from activities of the Contractor performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface of subsurface work done under the contract, or in any adjacent surface or subsurface improvements not included in the work under the contract, the Contractor shall repair the same and the one (1) year warranty period required shall, within relation to such required repair, be extended one (1) year from the date of completion of such repair." BIG CANYON TRUNK SEWER REPLACEMENT IMPROVEMENT PLANS: DRAWING NO. G0003, Sheet 3 of 17, Grid A7 Replace SEWER IMPROVEMENT NOTES: 1C, 15, 17 AND 19 with the following (THIS APPLIES NO. I DESCRIPTION SEWERIMPROVEMENTS 1C CONSTRUCT MODIFIED MANHOLE (A =84 ") WITH PVC -LINED MODIFIED FLAT TOP CONCRETE LID, W124" and 36" FRAME & COVER PER O.C.S.D. STD. DWGS. S -050 & S -053 AND VORTEX DROP STRUCTURE PER DETAIL "A" ON SHEET 4 15 CONSTRUCT 48" DROP MANHOLE WITH FRAME & COVER PER CITY OF NEWPORT BEACH STD. DWG. STD.-1 12-L & STD.403 -L. TWO 6" DROPS 17 CONSTRUCT 36" STEEL CASING FOR 15" VCP INSTALLATION PER O.C.S.D. STD. DWG. 5 -030 ANNULAR SPACE SHALL BE FILLED WITH LOW DENSITY CELLULAR CONCRETE LDCC . 19 INSTALL 15" VCP MICROTUNNELLING -TYPE PIPE INSIDE CASING WITH REDWOOD SKIDS. DRAWING NO. C1001, Sheet 4 of 17, Grid C9 Clarification of Detail A, Section A -A: Concrete Manhole Shelf shall be 3" higher then the existing exfluent 15" VCP. Add 316 SS between 4- and Female Add 316 SS between 4- and Bolts DRAWING NO. C1002, Sheet 5 of 17, Grid C8 Replace Construction Note 17 and add Construction Note 19. Grid F5 Add the followina note: CASING NOTE: STEEL CASING SHALL TERMINATE 4' SHORT OF PROPOSED MANHOLE TO ALLOW FOR FLEXIBILITY IN TWO- 2' JOINTS IN CARRIER PIPE AND THE TRANSITION FROM MICROTUNNELING PIPE TO BELL AND SPIGOT VCP PIPE. F:WSERS1P13WIShareMConvactsTY 05.06W, -W Sewer Main LiningCOM& Superior Sewer Impr .C- 356ZWALDEN- MOLAN DOCUMENT IODWDaumenlsWDDENDUM2 wa.DOC Addendum No. 2 - Page: 5 of 26 DRAWING NO. C1003, Sheet 6 of 17, Grid B8 Replace Construction Note 1A with Construction Note 1B, replace Construction Note 17 and add Construction Note 19 Grid C3 Add the following note: CASING NOTE: STEEL CASING SHALL TERMINATE 4' SHORT OF PROPOSED MANHOLE TO ALLOW FOR FLEXIBILITY IN TWO- 2' JOINTS IN CARRIER PIPE AND THE TRANSITION FROM MICROTUNNELING PIPE TO BELL AND SPIGOT VCP PIPE. DRAWING NO. C1006, Sheet 9 of 17, Grid C9 Clarification of Existing Segment Add to Line "I" profile the following note: ALIGNMENT NOTE: CONSTRUCTION OF THIS APPROXIMATELY 60 -FOOT SEGMENT WAS COMPLETED BY BCCC POND FILL PROJECT'S CONTRACTOR. CONTRACTOR SHALL VERIFY JOIN POINTS BEFORE ANY CONSTRUCTION. NOTIFY ENGINEER OF ANY DISCREPANCIES. DRAWING NO. C1007, Sheet 10 of 17, Grid C3 Clanfication of Existing Segment Add to Line "A" profile the following note: ALIGNMENT NOTE: CONSTRUCTION OF THIS APPROXIMATELY 50 -FOOT SEGMENT WAS COMPLETED BY BCCC POND FILL PROJECT'S CONTRACTOR. CONTRACTOR SHALL VERIFY JOIN POINTS BEFORE ANY CONSTRUCTION. NOTIFY ENGINEER OF ANY DISCREPANCIES. DRAWING NO. C1007, Sheet 10 of 17, Grid D1 Add Detail of Line "I" Drop Manhole, see sheet 24 of 26 for additional information. Grid F3 Replace Construction Note 16 with Construction Note 15 and add the following Note: COORDINATION NOTE: RELOCATION OF EXISTING SEWER SERVICES AND CONSTRUCTION OF PROPOSED SEWER SERVICES TO BE COORDINATED WITH BCCC TO MAINTAIN OPERATIONAL SEWER SERVICES TO ALL CLUB HOUSE FACILITIES AT ALL TIMES. Grid D7 Add Construction Note 15. DRAWING NO. C1008, Sheet 11 of 17, Grid C6 Station 65 +07.45 — Change Existing 48" Manhole to Proposed 60 ". Grid E6 At Station 65 +07.45 Replace Construction Notes 2 and 13 with Construction Note 1 B and Removal & Replacement Note 1. DRAWING NO. C1009, Sheet 12 of 17, Grid C7 Replaced note SEE DETAIL ON SHEET 15 with LINE THROUGH EXISTING MANHOLE AND NEW PIPE. EXISTING MANHOLE TO BE REMOVED. Quantity of pipe lining increases from 403.22 to 428.06 if. Grid C8 Delete Construction Note 2. Grid F7 At Station 72 +85.59 Replace Construction Notes 2 and 13 with Removal & Replacement Note 1. FAUSERSTBMShamdkConbscts \FY 050%0506 Sewer Main LiningCDM& Sup6or Sewer Inpr. C356MALDEN -N0LA14 DOCUMENTV00% DO imntsVADDENDUM2 wa.DOC P, ' DRAWING NO. C1012, Sheet 15 of 17, Grid D4 Add Removal & Replacement Note 1 Addendum No. 2 - Page: 6 of 26 Grid D6 Add the following Note: CONTRACTOR SHALL REMOVE EXISTING PIPE PRIOR TO MANHOLE CONSTRUCTION AND PROVIDE FOR BYPASS SYSTEM DURING CONSTRUCTION. BYPASS PIPING SHALL BE FUSION - WELDED HDPE, OR BOLTED ALUMINUM OR STEEL WITH VICTAULIC -TYPE JOINTS NO QUICK - CONNECTORS ALLOWED Grid C8 Revised Detail of Line "A° Manhole at Station 65 +07.45, see sheet 25 of 26 for additional information. Grid C9 Revised Detail of Line "A" Manhole at Station 72 +85.59, see sheet 26 of 26 for additional information. APPENDIX A OCSD SPECIAL PROVISIONS: Replace the text of OCSD Special Provision, 1.5, DEWATERING with the following: A. General ' 1) WORK OF THIS SECTION a. The WORK of this Section includes site - dewatering necessary to lower and control ' groundwater levels and hydrostatic pressures to permit excavation and construction to be performed properly under dry conditions. . b. Dewatering operations shall be adequate to assure the integrity of the finished project. The responsibility for conducting the dewatering operation in a manner which will protect adjacent structures and facilities rests solely with the ' CONTRACTOR. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the CONTRACTOR. ' c. The Contractor shall bear the sole responsibility for the design, installation, and operation of the dewatering system to comply with the requirements of this section. The CONTRACTOR shall be required to install additional dewatering equipment as may be required throughout the duration of the project to maintain specified ' groundwater levels. ' 2) RELATED SECTIONS a. The WORK of the following Section applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. ' 3) STANDARD SPECIFICATIONS a. Except otherwise indicated in this Section of the Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). F.WSERSIPSWSShamMCo.tmc 1FV 05-06105 -06 Sewer Main Uning- COM& Supenor Sewer lmpr.CJ56ZWALDEN -NOLAN 00CUMENTS1100% D,=Mn 1ADDENDUM2 w .DDC 1 4) I 1 Addendum No. 2 - Page: 7 of 26 SCHEDULE AND PLAN a. The following shall be submitted to the Engineer for review and approval: Prior to commencement of excavation, a detailed plan and schedule, with description, for dewatering of excavations, piezometers, estimated dewatering rates, volume and equipment requirements shall be submitted with the dewatering plan. The plan shall be signed and sealed by a California registered Civil Engineer, Geotechnical Engineer, Engineering Geologist or Hydrogeologist with experience of at least one dewatering operation of similar magnitude and complexity in a recently completed construction project. The qualification of the dewatering system design shall be submitted to the Engineer for approval. The CONTRACTOR shall make an independent investigation of the soil conditions to be dewatered. The dewatering plan shall be prepared specifically to accommodate soil materials and groundwater conditions of the site. ii. Demonstration of proposed system and verification that adequate personnel, materials and equipment are readily available, including standby equipment. iii. A copy of the executed industrial waste permit approved by OCSD. 5) CONTROL AND OBSERVATION a. Adequate control shall be maintained to ensure that the stability of excavated and ' constructed slopes are not adversely affected by water, that erosion is controlled and that flooding of excavation or damage to structures does not occur. b. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed daily to detect any settlement which may develop. tC. A daily report shall be maintained recording the following: ' L Groundwater elevations of ground water and piezonmetric water levels in observation wells (if any). ii. Change in elevation of reference points as stated herein to detect settlement in adjacent structures. Engineer may suspend work if any settlement ' exceeds 0.05 feet. d. After dewatering is discontinued, a weekly report shall be maintained for two ' months recording: i. Change in elevation of reference points as stated herein to detect settlement in adjacent structures. 6) INSPECTION ' a. During or after trench excavation, when CONTRACTOR observes sufficient groundwater to be present that may prevent proper installation of pipe bedding, pipelines, backfill and compaction, then CONTRACTOR shall call for inspection of conditions by the ENGINEER. The ENGINEER shall inspect the conditions and i determine if unacceptable conditions are present for pipe installation. ' F:WSERST9WSnaredrContMCuAFY 06-06\06-06 Sewer Main UninD .CDMBSupenor Sewer loipr. G3W WALDEN -NOLAN DOCUMENTS400 %DO nwnWADDENDUM2 wa.DOC Addendum No. 2 - Page: 8 of 26 b. If unacceptable trench conditions are found by the ENGINEER, then the CONTRACTOR will be authorized to mobilize and start dewatering operations of the pipeline trench. C. Damp soils or low volumes of groundwater in the bottom of trenches are not sufficient cause for trench dewatering. 7) MEASUREMENT AND PAYMENT a. Separate payments shall be made as specified in the contract for providing all dewatering equipment and apparatus, for mobilization /demobilization of dewatering equipment, and for all dewatering operations. b. The CONTRACTOR shall also be responsible for all costs associated with the discharge of dewatering effluent into the Districts sanitary sewer system. C. Storm water run -off flowing into the excavation site shall be minimized to the maximum extent possible. All water entering the excavation site shall be subject to all dewatering requirements specified in this document. Protection of adjacent structures from adverse effects of dewatering shall be the responsibility of the CONTRACTOR. 8) PERMITS a. The CONTRACTOR shall obtain a no -fee Industrial Waste Discharge Permit from the District for discharging effluent from dewatering operations in the District's sanitary sewer system. b. The CONTRACTOR shall be responsible for all costs associated with obtaining all proper permits and for maintaining permit compliance, including all costs associated with permit violations. B. PRODUCTS 1) EQUIPMENT a. Dewatering, where indicated, includes deep wells, well points, piezometers, sump pumps, temporary pipelines for water disposal, and rock or gravel placement, and other means including standby pumping equipment maintained on the jobsite continuously. 2) FOUNDATION ROCK a. Foundation rock shall be included in the dewatering system to replace weakened soil within the excavation. Rock shall be 1 -1/2 inch maximum crushed stone placed in minimum 12 -inch layers and completely wrapped inch filter fabric. Foundation rock shall be used in addition to bedding material as called for in the Specifications and shall be used at the CONTRACTOR'S discretion, or as directed by the ENGINEER. Foundation rock shall be considered to be part of the dewatering system. F;WSERSIPBWSSho,ed Co."e \FV05.06105-08Sewer Main Lining- MM& SupoHm Sewer)mpr.C,&%ZWALDEN.NOV+N DOCUMENTV00% Dpou ts%DDENDUM2 w .DOC Addendum No. 2 - Page: 9 of 26 C. EXECUTION 1) GENERAL REQUIREMENTS a. All water encountered in the trench shall be disposed by the CONTRACTOR in such a manner as will not damage public or private property or create a nuisance or health nuisance. The CONTRACTOR will be allowed to dispose of dewatering water in the DISTRICT'S sanitary sewer system, not the City of Newport Beach's sewer system. The CONTRACTOR shall furnish, install, and operate pumps, pipes, appliances, and equipment of sufficient capability to keep trench excavation free from water until the trench is backfilled, unless otherwise authorized by the ENGINEER. No dewatering from inside the trench will be permitted while the pipeline is being installed, unless it is approved by the ENGINEER. b. Dewatering shall be performed in compliance with Subsection 306 -3.3 of SSPWC and as specified herein. C. As independent assessment of the subsurface conditions shall be performed prior to submitting a dewatering plan. The assessment shall be signed and sealed by a California registered Geotechnical Engineer, Engineering Geologist or Hydrogeologist. d. An adequate system shall be designed, installed and maintained to lower and control the ground water to permit excavation, construction of manholes, and placement of fill materials to be performed under dry conditions. The system shall include two piezometers at each structure and one piezometer at the midpoint of each pipeline reach. The piezometers shall be properly installed to accurately reflect the groundwater depth adjacent to the excavation. e. Sufficient dewatering equipment shall be installed to pre -drain the water - bearing strata below the bottom of foundations, sewers and other excavations. f. The hydrostatic head in water - bearing strata below foundations, drains, sewers and other excavations shall be reduced to ensure that the water level and ' piezometric water levels are below the excavation surface at all times. The piezometric water level shall be maintained a minimum of 3 feet below the excavation surface. No excavation shall be made without proof of required lowered groundwater levels. g. The system shall be placed into operation prior to excavation below ground water level to lower the ground water level and shall be operated continuously 24 hours a ' day, 7 days a week until drains, sewers and manholes have been constructed and fill materials have been placed and dewatering is no longer required. Groundwater will need to remain depressed until adequate loading from proposed structures and uplift resistance to buoyant forces can be provided. All dewatering wells, well points and piezometers shall be installed under the supervision of a California registered Geotechnical Engineer, Engineer Geologist, or Hydrogeologist. The registered professional shall submit a written certificate that the system has been installed according to the dewatering plan. ' h. The site shall be graded to facilitate drainage. Surface runoff shall be diverted from excavations. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to F9USENSIPBWV ShareolCommcls\FYOS.DSW5 -0B Sewer Main UniN- MMSSupwior Sewer lmpr. C- 356MWALDEWNOLAN DOCUMENMIM DDC n5\ADDENDUM 2 we.DOC Addendum No. 2 - Page: 10 of 26 sumps, and then be pumped or drained by gravity away from the excavation and disposed of in compliance with local, State and Federal regulations. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled flow of water, the affected areas shall be excavated and replaced with foundation rock completely wrapped in filter fabric at no additional cost to the DISTRICT. k. Flotation of structures and facilities shall be prevented by maintaining a positive and continuous removal of water. The dewatering system shall be in continuous operation until all manholes and pipelines are properly backfilled. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the subsurface. A continual check shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. M. A no -fee Industrial Waster Discharge Permit shall be obtained from the DISTRICT to discharge dewatering effluent into the sanitary sewer system. n. The release of groundwater to its original level shall be performed in such a manner as not to disturb natural foundation soils, prevent disturbance of compacted backfill and prevent flotation or movement of structures, pipelines and sewers. Replace the text of OCSD Special Provision, 7- 2.1 -B, GENERAL with the following: "Annular spaces between the carrier pipe and the casing shall be filled with a low density cellular concrete (LDCC), see Section 02432.° Replace the text of OCSD Special Provision, 8- 8.1 -A, INSTALLATIONS OF STEEL CASING with the following: "Steel casing shall be installed by bore and jack methods, without the use of water or air, at the locations and grades shown on the Contract Documents and subject to the approval of the agency having jurisdiction over the area containing the bore and jack operations. The Contractor must use a microtunnel -type bore operation, the use of an auger bore method will not be allowed." Replace the text of OCSD Special Provision, 8- 8.2 -A, INSTALLATIONS OF CARRIER PIPE with the following: "Sewer carrier pipe conforming to these Standard Specifications for the, designated pipe shall be the "microtunneling" type vitrified clay pipe such as Mission Clay Pipe "No -Dig" pipe and shall be installed within the tunnel to the line and grade shown on the Contract Documents. The pipe shall be supported on redwood skids as shown in Standard Drawing S -030 prior to grouting and as shown on the Contract Documents. Concrete shall not be placed until the placement method and equipment has been approved. The slab, when placed separately, shall be cured for at least 4 days prior to the application of heavy loading." ' Replace the text of OCSD Special Provision, 8- 8.3 -B -1, INTERIOR GROUTING with the following: "After the carrier pipe has been installed in the casing, the intervening annular space shall be filled with a low density cellular concrete (LDCC), as specified by Section 02432. In general, LDCC F: WSERSWBWMShared tContmM\FY05.06`A 06 Serer Main Lining- COM&Supenor Sewer lmpr. C- 356ZWALDEN- NOLAN DOCUMENTS\10M OOwrne LSW)DENDUM2 w .DOC Addendum No. 2 - Page: 11 of 26 backfill will be considered completed when no more LDCC can be forced into the annular space. The CONTRACTOR shall protect and preserve the interior surfaces of the steel casing from damage." ' Add the following text to OCSD Special Provisions: SECTION 02432 — LOW DENSITY CELLULAR CONCRTE PART 1- GENERAL ' 1.1 SCOPE This section includes filling the annular space and any voids outside the carrier pipe installed in the steel casing with low density cellular concrete (LDCC). 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02340 — BORING AND JACKING STEEL CASING 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS American Concrete Institute (ACI): ACI 523.1 R, Guide for Cast -in -Place Low Density Concrete. ACI 523.3R, Guide for Cellular Concretes Above 50 pcf, and for Aggregate Concretes above 50 pcf with Compressive Strengths Less than 2500 psi. American Society for Testing and Materials (ASTM): ASTM C 94, Specification for Ready -Mixed Concrete. ASTM C 138, Standard Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete. ASTM C 150, Specifications for Portland Cement. ASTM C 495, Standard Test Method for Compressive Strength of Lightweight Insulating Concrete. ASTM C 567, Standard Test Method for Unit Weight of Structural Lightweight Concrete. ASTM C 618, Specifications for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. ASTM C 796, Standard Method of Testing Foaming Agents for Use in Producing Cellular Concrete Using Preformed Foam. ASTM C 869, Standard Specification for Foaming Agents Used in Making Preformed Foam for Cellular Concrete. F:UISERSIPBW4Shared Cantrwts\FY05-0 6105-06 Sever Main Lining- CDM&Supadi Sewer Imp, C356 WALDEN -NOLAN DOCUMENTSt100% DOaMMMADDENWM2 wa.DOC ' Addendum No. 2 - Page: 12 of 26 ' 1.4 SUBMITTALS The following shall be submitted in accordance with the GENERAL REQUIREMENTS. 1 1.4.01 Qualifications Qualifications of CONTRACTOR, personnel and manufacturer. ' 1.4.02 Product Data Mix designs for each cellular concrete mix proposed for use. Each mix design shall show the ingredients of the mix and shall include: a. Type, brand, source, and amounts of cement, pozzolans, admixtures, and other additives. b. Source and amount of water. 'C. Representative samples of materials for materials testing and mix proportion testing. ' d. Combined grading of each mix design. e. Specific gravity of all materials. f. Results of required tests. A certificate of compliance signed by the supplier identifying the type of fly ash and stating ' that the fly ash is in accordance with ASTM C 618 and these specifications. Supporting test data shall be fumished when requested by the ENGINEER. All testing and sampling procedures shall be in accordance with ASTM C 311. ' Water: Use potable water. Verify with foaming agent supplier that the water contains no substance deleterious to the foaming agent. ' Concrete Admixtures: Material specifications and instructions for use. Air content, unit weight, and compressive strength test results for proposed mix design. 1.4.03 Equipment Manufacturer's specifications and operation instructions for equipment. Pumps. Foam generators and ancillary equipment 1.4.04 Work Plan The work plan for placing low density cellular concrete including sequence of work, type(s) of equipment, location of equipment, placing procedures, (i.e., batching, mixing, and pumping procedures), pumpline arrangement (including moving and breaking), end bulkhead details, communications provisions, methods for monitoring mix, testing procedures, and cleanup procedures. The work plan shall include pumping pressures, pumping rates, volumes to be placed per day, injection locations, and sequence of ' placement and pumping. ' FA USERSTBWGharedlCmIracts WY05.06W506 Sewer Main LiningCDM &Sumnor Sewer 1m . C35621WALDEWNCLAN DOCUMENTW00% D rnenlz ADDENDUM2 wd.DOC I Addendum No. 2 - Page: 13 of 26 1.4.05 Test Reports and Certifications a. Mill test reports for cement. b. Certificates of compliance for each load of cement and pozzolan. C. Certificates of compliance for all admixtures. d. A delivery ticket with the information stated in section 16 of ASTM C 94; excepting actual scale weights of materials shall be furnished to the ENGINEER with each batch of concrete before unloading at the site. e. A printout of the actual scale weights for all loads batched shall be submitted to the ENGINEER at the end of each working day. Daily reports and records of concrete placement, including but not limited to, volumes placed, stationing of placement, injection locations, pressures, unit weight and air content testing results, time of placement, and designation of cylinder samples prepared that day. Test reports indicating the results of compressive strength tests from a certified testing laboratory. ' 1.5 DEFINITIONS 1.5.01 Low Density Cellular Concrete A lightweight cementitious material that contains stable air or gas cells uniformly distributed throughout the mixture of a volume percentage greater than 20 percent. a PART 2 — PRODUCTS 2.1 MATERIALS 2.1.01 Cement Portland Cement, ASTM C 150, Type I or 11. 2.1.02 Water Use potable water free from deleterious amounts of alkali, acid, and organic materials which would adversely affect the setting time or strength of the LDCC. 2.1.03 Admixtures Admixtures may only be used when specifically approved by foaming agent supplier in writing. 2.1.04 Foaming Agent Foaming agent shall comply with ASTM C 869 when tested in accordance with ASTM C 796. 2.1.05 Type and Manufacturer Mearl Geofoam Liquid Concentrate manufactured by The Mearl Corporatioh, Roselle Park, NJ. Foam Liquid Concentrate manufactured by Cellufoam Concrete Systems or equal. 2 -1.06. Flvash. Type F. F:IUSEPSkPSWISharedlCoMrdciS{ 05- 06105-06 Sewer Main Lining- CDMBSupenar Sewer Impr. C- 3562\ WALDEN -NOLAN DOCUMENTS1100% DocumenL\ADDENDUM2 wa.DOC Addendum No. 2 - Page: 14 of 26 2.2 MIX DESIGN 2.2.01 General Low density cellular concrete mix shall be designed in accordance with the requirements of ACI 523.1R, ACi 523.3R and the additional requirements specified herein. Mixes shall be adjusted in the field as necessary to meet the requirements of these specifications. The foaming agent material manufacturer's field services representative shall approve all changes to the mix designs. Minimum 28-day compressive strength (ASTM C495): 200 psi. Minimum 56-day compressive strength (ASTM C495): 250 psi 2.2.02 Limiting Requirements Unless otherwise specified, each LDCC mix shall be designed and controlled within the following limits: a. Wet Density: Wet density (unit weight) of the LDCC shall be not less than 50 pd, plus or minus 5 pcf, at the point of placement, unless a higher density is required to achieve strength requirements. b. Only Type F flyash will be permitted. Fyyash /cement ratios shall not exceed 1.0 by weight. 2.2.03 Preformed Foam Preformed foam shall be generated by combining controlled quantities of air, water, and foaming agent under pressure. Foam shall retain its stability until the cement sets to form a self- supporting matrix. The resulting LDCC shall have essentially closed cell and low ' water absorptive characteristics. The concentration of foam agent shall be in accordance with the foaming agent material manufacturer's recommendations. a. Admixtures: The admixture content, batching method, and time of introduction to the mix shall be in accordance with the manufacturer's recommendations for minimum shrinkage and for compliance with these specifications. Admixtures may be used when specifically approved by foaming agent material manufacturer and shall be in accordance with their recommendations. No calcium chloride or admixture containing chloride from other than impurities from admixture ingredients will be acceptable. b. A test mix shall be designed and tested in accordance with ASTM C 796 for each consistency intended for use. These results will be compared with field test results to confirm consistent properties are obtained in the Feld. Testing for each mix shall be as follows: C. Two sets of compression test cylinders (3 inches by 6 inches), three cylinders per set, shall be made from each proposed LDCC mix. One set of three cylinders shall be tested at an age of 7 days and the other set shall be tested at an age of 28 days. LDCC test specimens shall be made, cured, stored, and tested in conformity with ASTM C 495. d. Determine total air content of,each proposed LDCC mix in accordance with ASTM C 796. e. Determine unit weight of each proposed LDCC mix in accordance with ASTM C 567, FAU5ERS %PBW\ShareELCm1rac:s%FY05.06\05-06 Sewer Main Uning- COMBSuMdor Sewer lm . C.35621WALDEWNOLAN DOCUMENTS \100% D0WMnt5%DDENDUM2 wa.DOC ' 2.3. EQUIPMENT Addendum No. 2 - Page: 15 of 26 ' 2.3.01. General Use equipment for mixing and injecting LDCC which is designed for underground backfill grouting service. Maintain equipment in good operating condition, capable of satisfactorily mixing, agitating, and forcing LDCC backfill into injection ports at a uniform flow rate under the required constant pressure. ' Backfill grouting equipment shall be configured so flushing can be accomplished with grout intake valves closed, with water supply valve open, and with grout pump running at full speed. An adequate inventory of spare parts or backup equipment shall be provided to ensure that operable backfill grouting equipment is available at all times during the work. Maintain sufficient quantities of spare pressure gauges, stop valves, and other wear parts on site. 2.3.02. Foam Generator A foam generator shall be used to produce a predetermined quantity of preformed foam ' which shall be injected into the mixer and blended with the cement slurry. The foam generator shall be timer - controlled to repetitively discharge a preselected quantity or to discharge continuously at a fixed rate. Foam generating equipment shall be tested and ' calibrated for dilution percentage, density, and volume output. Two types of foam generating systems, batch and continuous generating, are acceptable. The batch system shall consist of a tank in which the foam liquid concentrate and water are first premixed. This dilute solution is then discharged from either a pressurized tank or by means of a mechanical pump through a foam making nozzle in which this solution is blended with compressed air in fixed proportions. A continuous generating system container, which continuously draws the concentrate directly from its shipping container, automatically blends it with water and compressed air in fixed proportions, and forms the stable microbubbled foam. Both types utilize a foam refining columns or nozzle calibrated for foam quality and discharge rate. The foam nozzles may be timer - controlled to repetitively discharge any preselected quantities or to discharge continuously at a fixed rate. ' Batching, mixing and pumping equipment shall be compatible and of sufficient size and capacity to place LDCC to distances and volumes proposed by the CONTRACTOR. Provide graphical or digital printout records of batch scale readings, accurate to one (1) pound, of the dry mix ingredients before delivery to mixer. Specially designed batch mixers may also be used in conjunction with surge hopper equipped pumps. The rates of mixing and pumping shall be properly adjusted and a continuous flow of LDCC shall be obtained at the point of placement. ' 2.3.03 Injection Hoses, Pipes and Connections Use hoses or pipes of proper type and diameter to withstand maximum injection pressures used. ' F:WSERSIPSNAShareo\Con1wcts1FY 0546105 -06S ewer Main lining- CDWSuperiw Sewer Inw .C- 3562MALDEN- NOIAN DOCUMENTS \100. DownenWADDENDUM2 w.DOC i Addendum No. 2 - Page: 16 of 26 ' At the point of injection, suitable valves and calibrated pressure gauges shall be provided so that the pressure and grout flow at the grout hole may be regulated and monitored. Provide at or very near the point of injection, a system of valves in the line transporting the grout that will allow easy access for collection of test specimens. Provide an automatic bypass valve set to the maximum pressure specified. Injecting connections shall vary with the construction methods proposed by the CONTRACTOR. ' Provide suitable stop valves at the injection point for use in maintaining pressure, as required, until grout has set. 2.4 QUALITY CONTROL. 2.4.01. Qualifications ' The CONTRACTOR or Subcontractor supplying and placing LDCC shall be capable of developing a mix design, and batching, mixing, handling and placing low density cellular concrete under casing conditions; shall have furnished and placed low density cellular concrete on at least three casings of the general type and the size specified herein which ' have been in successful operation; and shall have a record of experience and quality of work using low density cellular concrete that is satisfactory to the ENGINEER. As an alternative, the CONTRACTOR may employ a manufacturer's representative to supervise supplying and placing of LDCC. The manufacturer's representative shall be capable of complying with the qualifications specified for the CONTRACTOR and shall be ' acceptable to the ENGINEER. The manufacturer's representative shall supervise all LDCC operations including training the CONTRACTOR's personnel, mixing designs, and placement of LDCC in the annular space of the casing. 2.4.02 Personnel Qualifications Workers, including the LDCC CONTRACTOR's superintendent and foreman, shall be fully qualified to perform the work. The LDCC CONTRACTOR's superintendent shall have had previous experience under similar ground and casing conditions or the LDCC supplying and placing shall be performed under the supervision of the foaming agent supplier's representative. 2.4.03 Field Services The foaming agent material manufacturer shall provide engineering field services to review the project and the material application prior to any preparation; to approve the applicator, the material used, the equipment, and the procedure to be used; to approve setup before production of LDCC; and to observe during initial application. The field representative of the material manufacturer shall submit, in writing, approvals of proposed material, equipment, application procedures, applicator, and setup before production. PART 3 - EXECUTION 3.1 GENERAL Low density cellular concrete shall be properly placed as specified herein. LDCC shall be made using preformed foam process equipment approved by the foaming agent material manufacturer. FAUSERSWBW;SheledCC "cWTY 05-06105-06 Sewer Wm LmmgCDM& Supeno, Sewer Imp, C35WWALDEN -NOtAN DOCUMENTS110M DocumailaWDDENDUM2 w .DOC Addendum No. 2 - Page: 17 of 26 ' Methods for completely filling the annular space between pipe and the surrounding ground or initial support shall be acceptable to the ENGINEER. No standing water shall be allowed where low density cellular concrete is to be placed. Bulkheads shall be constructed at the end of each reach of pipe to be backfilled. a. Bulkheads shall be constructed so the annular space will be completely backfilled. b. Bulkheads shall incorporate a minimum 1 -inch diameter drain pipe in the invert of the casing to facilitate drainage of water during concrete backfilling. This pipe shall be securely capped and plugged once LDCC backfill begins to flow from the drain line. c.An opening shall be provided in the casing's crown to allow entrapped air to escape. Vent outlets shall be provided as required. Inform the ENGINEER at least 24 hours in advance of the times and place where placement of cellular concrete is anticipated. 3.2 BATCHING AND MIXING. 3.2.01 General Conform to the requirements of accepted submittals and the foaming agent manufacturer's recommendations. 3.2.02 Mixing All LDCC shall be mechanically mixed to produce a uniform distribution of the materials with a suitable consistency and the specified limiting requirements. Excessive mixing shall be avoided in order to reduce the possibility of changes in unit weight and consistency. In batch mixing operations, follow the manufacturer's recommendations concerning the order of charging the mixer with the various ingredients. The as -cast unit weight shall be monitored at the point of placement. Allowance should be made for any additional mixing that may result from the method of placement, such as mechanical or pneumatic pumping, and for any unit weight changes that may result from these methods. For continuous mixing operations, provision shall be made for continuous rate of addition of all mix components at appropriat e machine, and in the correct ratio, to assure uniformity an d requirements at the point of placement. reasonably uniform and positions in the mixing the specified limiting rAlternative methods for batching and mixing LDCC will be considered by and must be acceptable to the ENGINEER. 3.3 PLACING LDCC. j' 3.3.01 General Requirements All annular space between the casing pipe and the carrier pipe shall be completely filled with low density cellular concrete. Force LDCC into all irregularities to completely fill the annular space with low density cellular concrete to the maximum extent possible. Place LDCC in accordance with approved submittals. o F;WSERSPBV.AShan: f lreM61FY 0506115-06 Sev r WIn Lining -CDM& Superior Sewer lmW. C- 3562MALDEN -NOLAN DOCUMENTS000 %Dpa ts%DDENDUM 2 w .DOC i Addendum No. 2 - Page: 18 of 26 ' Monolithic pours shall only be permitted if the carrier pipe is completely filled with water and CONTRACTOR can demonstrate that his placement techniques will not induce movement of the pipe. ' If CONTRACTOR elects to not fill carrier pipe with water, CONTRACTOR shall place LDCC in three or more equal volume lifts. ' CONTRACTOR shall submit calculations demonstrating that his method of placement shall not cause the carrier pipe temperature to exceed 185 degrees F from the heat of hydration of the LDCC. ' Maximum length of LDCC pours shall not exceed 500 feet unless CONTRACTOR can clearly demonstrate that placement beyond these lengths can be accomplished assuring complete backfill of the annulus with no thermal damage to the carrier pipe. ' Pressure gauges of appropriate range for monitoring the low density cellular concrete injection pressures shall be located in the line transporting the LDCC as close to the point of injection as possible. Volume of LDCC injected shall be calculated on an indirect basis and compared with the anticipated volume per foot of pipe backfilled. ' Provide a means of direct communication between the injection point and the pump operator. ' 3.4 FIELD QUALITY CONTROL. ' 3.4.01 General Field control tests, including unit weight (wet density), air content test, and compression tests shall be performed by the CONTRACTOR and the results submitted to the ENGINEER. The frequency specified herein for each field control test is approximate. A greater or lesser number of tests may be made, as required by the ENGINEER. Test specimens shall be collected within the casing at or near the connection where the LDCC is being injected. The CONTRACTOR shall assist the ENGINEER in obtaining additional test cylinders. Supply all materials necessary for fabricating the test cylinders. Provide at or very near the point of injection, a system of valves in the line transporting the LDCC, which will allow easy access for collection of test specimens without disconnecting ' the line from the outlet. Submit the valve arrangement to the ENGINEER for review at least 15 days prior to commencing LDCC backfilling operations. Monitor carrier pipe temperature for one week after grout placement. 3.4.02 Unit Weight Unit weight (wet density) tests shall be made from the first batch mixed each day, after a change in mix design, every 30 minutes during pumping, and from each batch of LDCC from which compression test cylinders are made. Unit weight shall be determined in ' F:WSERStPBWkSher¢dtContnxtsTY 05-0 6105-06 Sewer Main Uning- CDM&SUpeA" Sewer Inr. C- 35621 WALDEN -NOLAN DOCUMENTS \100% DO.MMSWDDENOUM2 wa.DOC Addendum No. 2 - Page: 19 of 26 ' accordance with ASTM C 567. Unit weight at the point of placement shall be within plus or minus 5 percent of the unit weight established for the mix design being placed. Adjust mix as required to obtain the specified wet density. 3.4.03 Air Content An air content test shall be made from the first batch mixed each day, and from each batch of LDCC from which concrete compression test cylinders are made. Air content at the point of placement will be the difference between the wet density at the point of placement less the wet density at the point immediately before the addition of preformed foam. Air content shall be determined in accordance with ASTM C 138 except there will be no vibration or rodding of the sample. 3.4.04 Compression Tests One set of six (6) test cylinders (3 inches by 6 inches) shall be made for each shift when LDCC is placed. One additional set shall be made from each additional 200 cubic yards, or major fraction thereof, placed in any one shift. Two cylinders from each set will be tested at an age of 28 days and two cylinders from each set will be tested at an age of 56 days. Compressive strength of LDCC shall be considered satisfactory if both of the following requirements are met: a. Average of three consecutive compressive strength tests equal or exceed the specified unconfined compressive strength. b No individual compressive strength test (average of two cylinders) is below the specified unconfined compressive strength by more than 20 percent. A strength test shall be the average of two compressive strengths of two cylinders made from the same concrete sample and tested at 28 days. Test cylinders shall be made in the field, cured and stored in the laboratory, and tested in accordance with ASTM C 495. Each set of compression test cylinders shall be marked or tagged with the date and time of day the cylinders were made, the location in the work where the LDCC represented by the cylinder was placed, batch number, unit weight (wet density), and the air content. 3.5 PROTECTION AND CLEAN UP Take all necessary precautions to protect and preserve the interior of the pipe from damage. Spills shall be minimized and shall be cleaned up immediately. Any damage to the pipe caused by or occurring during the backfilling operations shall be repaired by a method approved by the ENGINEER, at no additional cost to the OWNER. During backfilling work, provide for adequate disposal of all waste and wastewater. Remove and properly dispose of all waste resulting from backfilling operations. Remove all formwork, bulkheads, or other material used to contain the LDCC. Add to the text of OCSD Special Provision, 12.1, THE REQUIREMENT with the following: "Add to this section: F. The Contractor shall furnish, install, and test No -Dig Microtunneling pipe in the ' steel casing. No -Dig pipe shall meet the requirement of ASTM C 1208, Standard Specification for Vitrified Clay Pipe and Joints for Use In Jacking, Sliplining, and Tunnels, latest revision. No -Dig vitrified clay microtunneling pipe shall be manufactured by MCP Industries, Inc. or approved equal. F:UJ5ERSIPBW15h8redAC0nuecL0Y 05-0W546 Sewer Mein Lining-CDM &SUperlor 5errer trtpr. G35824WALDEN�OLAN DOCUMEMS5100 %DOnmenls%DDENDUM2 w.DDC Addendum No. 2 - Page: 20 of 26 The pipe shall have a minimum compressive strength of 7000 psi. The pipe joint collar shall be manufactured using Series 316 stainless steel or better. Pipe shall have Equalizer compression rings." Replace the text of OCSD Special Provision, 14.2 -E -1, INSTALLATION OF VITRIFIED CLAY PIPE with the following: "Two 2 -foot vitrified clay pipe sections of the same inside diameter as the adjoining pipe shall be placed at the inlet and outlet to each manhole, structure or casing. Pipe bells shall be cast into manholes or structures as shown on Standard Drawing S -050. For the 15" VCP microtunneling pipe inside the steel casing, Contractor shall provide a transition at each end of the steel casing from 15" VCP microtunneling pipe to 15" VCP bell and spigot pipe for the two 2- footjoints." Replace the text of OCSD Special Provision, 19.7, PRECAST BASE SECTIONS AND BASES with the following: "Precast base sections or manhole bases are not allowed." Replace the text of OCSD Special Provision, 20. 15, HYDROSTATIC TESTING with the following: "Vacuum testing shall be performed for all manholes per ASTM C -1224 unless otherwise noted." Delete the text of OCSD Special Provision, 23.2 -B, TESTING OF PIPELINE Replace the text of OCSD Special Provision, 23.2 -C, TESTING OF PIPELINE with the following: "Air Pressure Test shalt be in conformance with SSPWC Section 306 - 1.4.4. The Contractor will be required to perform air tests on the vitrified clay pipe and fittings and allow the Engineer to witness those tests and inspect the pipe and joints for leaks and other defects in the pipe which would cause the pipe to be rejected until it can be replaced or otherwise successfully pass the inspection tests." Replace the text of OCSD Special Provision, 23.3 -A, TESTING OF MANHOLES with the following: "All sewer manholes shall be vacuum - tested for leakage in accordance with ASTM C -1224. If the vacuum test inspection fails which is indication of air leakage at manhole joints, the Contractor will be required to replace or repair all the manholes or joints until the manholes will pass the vacuum test. Additionally, the Contractor will allow the Engineer to conduct an inspection on the PVC "T- lock" lined manholes such that all the seams and joints in the PVC plastic "T -lock" lining are inspected and "spark tested" by the Engineer. If any "T -lock" lined seams and joints fail this inspection, the Contractor will be required to apply additional PVC "weld strips" by the heat weld method until the manhole PVC lined seams and joints completely pass the inspection." Delete the text of OCSD Special Provision, TESTING OF MANHOLES 23.3 -C, Replace the text of OCSD Special Provision, 23.4 -A, CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION with the following: "Television inspection for VCP alignment and grade and damaged or defective pipe in place; after the pipe has been installed, backfilled and compacted to grade, tested for leakage, manholes raised to grade, but prior to final resurfacing, the pipe shall be videotaped from manhole -to- manhole. Videotaping procedures shall conform to requirements of SSPWC Section 500 -1.1.5 Television Inspection. In addition, the system shall continuously display the following on- screen data; contract number, date, time, distance (in feet) from the insertion manhole and manhole identification codes. Should videotaping indicate any faulty installation of the pipe, repairs or replacements shall be made at the CONTRACTOR's expense by a method acceptable-to the ENGINEER. Repaired pipe and /or segments shall be retested and F:\ USERS�PBVASharedlCmtractslFY .05.OM5 .06 Sewer Main Uniig -CDM &Superior Sewer rrrpr. G35621 WALDEN -NOLAN DOCUMEWV 00% DOamentsWDDENDUM 2 wa.DOC Addendum No. 2 - Page: 21 of 26 revideotaped, at no additional cost to the DISTRICT, until final acceptance is achieved. The Contractor will also be required to clean the pipe after installation and allow the Engineer to schedule a closed circuit television (CCTV) inspection of the pipe before sewage flow is allowed to be placed within the pipe. If defective pipe or joints are found during the inspection, the Contractor will be required to replace the pipe or otherwise fix offset joints, excessive sags, pipe breaks or cracks or other noticeable defects found as a result of the CCTV inspection." Replace the text of OCSD Special Provision, 32.1 -C, GENERAL with the following: 'Special terminations shall be required at sluice and slide gate frames, manholes, pipe sleeves, and at other such locations in existing structures to receive PVC liner. The CONTRACTOR shall submit drawings showing details of how terminations not shown on the Contract Documents are to be made. Methods of making terminations shall be subject to the ENGINEER'S approval. Approved bonding agents may be used to seal edges where PVC linerjoins metal items cast in concrete. All surfaces to be bonded shall be cleaned. Mixing and application of approved bonding agents shall be in accordance with the manufacturer's instructions. All welds shall be fused across their entire width." Replace the text of OCSD Special Provision, 32.2 -13, QUALIFICATION OF INSTALLERS (Welders) with the following: "Each welder shall possess a welding certification from the product manufacturer, and shall prequalify by successfully passing a welding test before doing any welding. Requalification may be required at any time deemed necessary by the ENGINEER. All test welds shall be made in the presence of the DISTRICT'S representative and shall consist of the following: Two pieces of liner, at least 15 inches long and 9 inches wide, shall be lapped 1 -1/2 inches and held in a vertical position. 2. A welding strip shall be positioned over the edge of the lap and welded to both pieces of liner. ■ 3. The weld specimen shall be submitted to the ENGINEER and shall be tested as follows: ' a. Each welding strip, tested separately, shall be subjected to a probe test as described in Section 32.12 B Testing. There shall be no separation between the welding strip and liner when the welds are submitted to the probe test. b. Three test specimens shall be cut from the welded sample and tested across the welds. If none of the specimens fail when tested as specified herein, the weld will be considered as satisfactory. C. If one of the specimens fails to pass the probe test, a retest will be permitted. The retest shall consist of testing three additional specimens cut from the original welded sample. If all three of the retest specimens pass the test, the weld shall be considered satisfactory. d. A disqualified welder may submit a new welding sample when, in the opinion of the ENGINEER, there has been sufficient off-the-job training or experience to warrant reexamination. C. Weld Inspectors: Weld inspectors shall posess a welding certification from the liner product manufacturer, and shall be acceptable to OCSD." Replace the text of OCSD Special Provision, 32.5 -C -2, INSTALLATION OF WELDING STRIPS with the following: "Welding strips shall be fusion welded to joint strips and liner by qualified ' F:IUSERSI BW15M1aredlCon"dAFV 05-0610606 Sewer Main Lining -CDM& Superior Sewer lmpr. C- M621WALDEN-NOLAN DOCUMENT 51100 %Dp mentMDDENDUM 2 "DOC Addendum No. 2 - Page: 22 of 26 welders using only approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. Replace the text of OCSD Special Provision, 32.5- C -3 -a, JOINT REINFORCEMENT with the following: "A 12 -inch long welding strip shall be applied as a reinforcement across each joint in liner that extends to the lower terminal edge of liner on each side of a pipe or structure. These reinforcement strips shall be centered over the joint being reinforced, shall be located as close to the lower edge of liner as practicable, and shall be welded in place after the transverse welding strips have been tested." Replace the text of OCSD Special Provision, 32.12, TESTING with the following: " A. Shop Testing 1 B. 1. All liner shall be shop tested for holes, using an approved spark detector operating at a minimum of 20,000 volts. Sheets having holes shall be satisfactorily repaired in the shop and retested prior to shipping the sheets to the project site or the pipe manufacturing plant. Repairs shall be made only by welders prequalified as provided herein. 2. All sheets to be used in reinforced concrete pipe shall be tested at the pipe manufacturer's plant as well as in the field. Field Testing ' 1. All Quality Assurance testing (probing of welds and holiday detection of all lined surfaces) shall be performed by a qualified third -party inspection firm hired by OCSD. The surface of liner shall be cleaned to permit visual inspection and spark testing. All suspect welds showing discoloration shall be physically tested with a nondestructive probing method as discussed in this section. ' 2. All liner, when installed, shall be tested by the CONTRACTOR in the presence of the ENGINEER, using a spark -type detector. All areas of liner failing to meet the field test shall be properly repaired and retested. 3. The CONTRACTOR shall furnish a high - voltage detector for testing. The detector shall be set at 20,000 volts and a ground wire from instrument ground output terminal attached to the conductive substrate to ensure a positive electrical contact. When testing concrete surfaces, the ground wire shall be attached to the rebars. If they are not visible, the ground wire shall be placed directly against the bare concrete surface and weighted with a damp cloth or paper sand - filled bag. 4. Periodically during the test, the exploring electrode should contact the conductive substrate to verify that the instrument is properly grounded. The exploring electrode should move over the surface of the dry liner at a rate of approximately 1 ft/sec (0.3 ' m /sec) using a single pass. Moisture on the coating surface may cause erroneous indications. If moisture exists, remove or allow the surface to dry before conducting the test. ' 5. Discontinuities that require repair shall be identified with a marker that is compatible with the repair coating or one that is easily removed. 6. All repairs to the liner shall be retested by the CONTRACTOR in the presence of the ENGINEER. i, F:W,91F SMBWLShamdlCantra&aWY 05.06105,06 Sewer Main UningCDM& Superior Sewer Mpr, C35620ALDEN -NOLAN DOCUMENTS0007, 11.rnenM%ADDE11DUM2 " DOC Addendum No. 2 - Page: 23 of 26 ' 7. Any spark testing of liner by the CONTRACTOR for the CONTRACTOR'S own purpose shall be done with a detector approved by the ENGINEER. ' 8. Holiday testing shall be made following these procedures. W. The quality of work of all welders shall be probe tested before more than 200 linear feet of weld strip has been applied. Thereafter, all welds shall be tested within 30 working days ` after installation. I10. All suspect welds showing discoloration shall be physically tested with a nondestructive probing method as follows: a. After the weld has completely cooled to ambient temperature, forcibly jab the end of a flexible 1 -112 -inch wide putty knife up against the weld as if trying to lift the weld strip from the underlying liner. ' b. Test the quality of the entire weld seam on both sides of the weld strip and repair any area that loosens during this inspection by welding a 1 -inch wide weld strip to the edge of the existing strip. {' 1 1 I c. Start the repair weld a minimum' /: inch from the end of the separation and continue a minimum'' /: inch beyond the separation. d. If a puddle did not form or if pinholes are present in the puddle alongside the weld strip, re -heat the area by fanning with the air tool and immediately make several passes using the pressure roller to ensure the weld is complete. 11. The CONTRACTOR shall provide all equipment required to test liner in the manner recommended by the manufacturer and as described above. The CONTRACTOR shall also provide personnel qualified to perform the testing. Testing shall be performed in the presence of the ENGINEER. PRE -BID MEETING — See attached Minutes and Sign -up Sheet. PROPOSAL Contractor shall replace the Proposal with the attached Addendum No. 2 Proposal. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. ots" O Tz C 00 ) RL Bidder's Name (Please Print) 6 gnature & Title ES(DFAO1 ' F:USERWOMSharedlCont2tlsTY G5 W6 06 Sew Main Un1n9.COM &Superior Sewer trrpr. C35621WALDEWNOLAN DOCUMEW&100% Documents) DDENDUM 2 "DOC Addendum No. 2 - Page: 24 of 26 4 LO J 1 J 127.83 126.94 I� 6" (TYP) 2' STUB FOR INCOMING CONNECTOR I� PLUG W/ V.C. STOPPER ' LINE "I" M.H. 10 +86.00 LOCATION OF DROP ' CLEANOUTS NOT TO SCALE ' PROJECT NO. BIG CANYON TRUNK SEWER REPLACEMENT 5 -62 SEWER IMPROVEMENTS DRAWING N0. PLAN & PROFILE 0100% FROM STA. 52 +00.00 TO STA. 59 +00.00 &LINE "F' & "I" 10 17 OF ' RWSERSTBMSnared\CO� GB M!5-06 Sewer Main Lining- CDMBSuperior Sewer Impr. G35 WALDEWNOLAN DOCUMENTS000 %Dacur tSADDENDUM2 wa DOC 1 1 II I 1 Addendum No. 2 - Page: 25 of 26 PIPE PRIOR TO MANHOLE CONSTRUCTION AND PROVIDE FOR BYPASS SYSTEM DURING CONSTRUCTION AS REQUIRED. BYPASS PIPING SHALL BE FUSION —WELDI HDPE, OR BOLTED ALUMINUM OR STEEL WITH VICTAULIC —TYPE JOINTS (NO QUICK — CONNECTORS ALLOWED) A =N 61'24149" E LARGEST B =N 0613'02" E RADIUS C =N 3641'14" E POSSIBLE MANHOLE STA. 65 +07.37 LINE "A" DETAIL NO SCALE (SEE SHT. 11) PROJECT NO. BIG CANYON TRUNK SEWER REPLACEMENT 5 -62 SEWER IMPROVEMENTS DRAWING NO. PLAN & PROFILE 01012 LINE "E" AND MISC. DETAILS 15 nF 17 F.I USERS %PBWLS7iareNCM"CtslFV 05.0605-06 Sewer Main Lining- CDMSSuperiv Sewer 4,x. C.3%ZWALDEN -N0LAN DDCUMENTSIM0 D=nwnwADDENDUM 2 w .DO OFFSET MANHOLE BASE cD o TO PROVIDE SHELVES n -� +I `� EXIST. 8" VCP OF EQUAL LENGTH = TO REMAIN. 2 g 4 V) 18 24'43'35" 1DIRECTION OF FLOW 3 A =N 61'24149" E LARGEST B =N 0613'02" E RADIUS C =N 3641'14" E POSSIBLE MANHOLE STA. 65 +07.37 LINE "A" DETAIL NO SCALE (SEE SHT. 11) PROJECT NO. BIG CANYON TRUNK SEWER REPLACEMENT 5 -62 SEWER IMPROVEMENTS DRAWING NO. PLAN & PROFILE 01012 LINE "E" AND MISC. DETAILS 15 nF 17 F.I USERS %PBWLS7iareNCM"CtslFV 05.0605-06 Sewer Main Lining- CDMSSuperiv Sewer 4,x. C.3%ZWALDEN -N0LAN DDCUMENTSIM0 D=nwnwADDENDUM 2 w .DO PIPE PRIOR TO MANHOLE CONSTRUCTION AND PROVIDE FOR BYPASS SYSTEM DURING CONSTRUCTION AS REQUIRED. BYPASS PIPING SHALL BE FUSION -WELDI HOPE, OR BOLTED ALUMINUM OR STEEL WITH VICTAULIC -TYPE JOINTS (NO QUICK - CONNECTORS ALLOWED) 7 L LINE THROUGH M.H. TO NEW M.H. 73+15.43 Addendum No. 2 - Page: 26 of 26 /% If--' 2 �J 4 16'45'27" A =N 89'41'06" E B =N 89'41'06" E MANHOLE STA. 72 +85.59 LINE "A" DETAIL NO SCALE (SEE SHT. 12) l NO. BIG CANYON TRUNK SEWER REPLACEMENT 5 -62 SEWER IMPROVEMENTS DRAWING NO. PLAN & PROFILE C1012 LINE "E" AND MISC. DETAILS 15 OF 17 P:\USERSIPBWMhorechCOntra \F'OS-0610S-OSSewer/.bin Loring- CDM&Superior Sewer brpr. C• 35azwALDEN- NOLAN DOCUMENM100% DpwmenfsNDDENDUM2 w DOC ION �OIR O N /% If--' 2 �J 4 16'45'27" A =N 89'41'06" E B =N 89'41'06" E MANHOLE STA. 72 +85.59 LINE "A" DETAIL NO SCALE (SEE SHT. 12) l NO. BIG CANYON TRUNK SEWER REPLACEMENT 5 -62 SEWER IMPROVEMENTS DRAWING NO. PLAN & PROFILE C1012 LINE "E" AND MISC. DETAILS 15 OF 17 P:\USERSIPBWMhorechCOntra \F'OS-0610S-OSSewer/.bin Loring- CDM&Superior Sewer brpr. C• 35azwALDEN- NOLAN DOCUMENM100% DpwmenfsNDDENDUM2 w DOC Pre -Bid Minutes 2005 -2006 VARIOUS CITY SEWER IMPROVEMENTS AND OCSD BIG CANYON TRUNK SEWER REPLACEMENT Contract No. 3562 Monday, March 27, 2006 @ 9:00 a.m. Meeting was opened by Mike Sinacori (MS) with the City of Newport Beach (NB) around 9:10 a.m. MS welcomed everyone and made introductions of the following project team representatives: George Berger (GB), CNB Ed Burt (EB), CNB Chuck Winsor (CW), Orange County Sanitation District (OCSD) Mandy Taylor (MT), OCSD Terry Krie (TK), OCSD Dave Bacon (DB), Walden & Associates (W &A) Steve Krieger (SK), W&A Michael Helma (MH), Trans Systems Jeff Beardsley (JB), Big Canyon Country Club (BCCC) John Lamrock (JL), Southwest Landscape (SL) MS requested the audience introduce themselves and what company they represented. See sign in sheet. MS reminded all audience members to sign in and make sure they had the meeting agenda. MS then went over the Scope of Work of the project, including the following: MS informed the audience that Addendum number 1 has been issued and was mailed on Thursday, March 23, 2006 and a second addendum will be issued before March 31, 2006. MS informed the audience that the full size color aerial of the BCCC was available at the city for $20 and will include phase locations indicated in Addendum number 1 MS informed the audience that there were two different projects one for NB and one for OCSD. MS stated inspection will be by OCSD on their portions and NB on theirs MS informed the audience that there will be NO work or backup bells before 7:00 a.m. and this will be strictly enforced. MS stated that the General Contractors must use SL for all restorations within the BCCC. MS asked the audience if the 85 working days for the BCCC work was sufficient, due to the fact the there are substantial liquidated damages. MS stated that the audience's answers could lead to a possible addendum for additional time. ' Pre -Bid Minutes 2005 -2006 Various City Sewer Main Improvements and ' OCSD Big Canyon Trunk Sewer Replacement Contract No. C -3562, Page 2 ' CW stated that in an upcoming addendum the pipe inserted into the casing was to be of the "NO DIG" variety and that typical bell and spigot would not be allowed. ' MS stated that the City's start date was critical and if a contractor could not start on that date they should not submit a bid for this project. Questions and Answers Q — Will flow data be provided? ' A— Main line flows are provided on the improvement plans Q — Will the city provide (in writing) that the contractor is allowed to work extended hours, including Saturdays? A — Yes, and will also stipulate that there will be no extra costs for inspections ' Q — Will the contractor be allowed to work on one phase while the previously worked phase is being restored? A — Yes, that is the idea Q — What type of pipe will the city allow for the required bypassing? A — It will be up to the individual contractor and will be reviewed by NB and OCSD when shop drawings are submitted. ' Q — How will restoration of the area be handled when there is only lining involved? A — Lining subcontractor should included costs into its lineal footage ' Q — Under section 500 -1.1.2 it states that the lining contractor has to have installed 5000,000 lineal feet is that true? A — No, there was an extra zero added, its 500,000. It will be clarified in the upcoming addendum. Meeting adjourned at approximately 10:30 a.m. All who attended the meeting were then taken on a Project Site Tour See attached Sign -Up Sheet for those contractors in attendance. F: \USERS\PBW \Shared \Contracts \FY 05-06\05 -06 Sewer Main Lining- CDMBSuperior Sewer Impr. C- 3562\WALDEN -NOLAN DOCUMENTS \100% Documents \BCCC Sewer Pre Bid min 03 27 2006.doc 11 1 1 C] I I I 1 I i; • il� i _— u w .d. R� � C�� s }v '1 9j1r} SCyy{' A' � ew- ;,9k -S u. 90U. s�2 5� Ott( C7EaaGC JN+IS �c1ESeo /dF+�Rrx.+e� yoloo S.w6s7Vn� i�+/`C �/- $4$4.. CoLfcbf S �ttoe� ► su's� t+c ,ca ('�lo�� -w too // /��7°t2n FF 42 $, XU �o�^s, • lam. lVdl Ml Ls —, (A R Sib -71'4 -a43h G�PP�f,= oh Se �i eer s -ve-, \m("7 ;s�� cac,c�t�aa _ �a+aD_��a a� aa� 0 ---SAL- oft" d-� Etta (Scow. U.�ew it• . 9 qi�! • Q20 -� ��- �i�CC� -' �c A?- e ;I 96u /�f.tfce 2A 961- 2,S4- z4-z.* -� Tel C GI Cc2�95 . �4s' sGZt� S mod¢ � p�VDe 1Ti Rob � Cx,AWprnP� tttbi �taetr -OT- �A Rr 2 5�2-- S72-Y4DGG - i� - - rnrRA r_a,�,�9� 1, Aja� 0, IRESCt� 1 7 �H. v� a v i'�S �'778Z fewe*4-�'cvwsr L-4- "a �oK �..cl, 1P4 -373 3 30 °t rf -5j ' $tSi Fox ,,,.r�, ,+r- qR- 71 Z!/ u 11 A Addendum No. 2 - PR 1 of 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT (OCSD) CONTRACT NO. 3562 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3562 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE PART A: BIG CANYON TRUNK SEWER REPLACEMENT (OCSD) Al. Lump Sum Mobilization, Demobilization and Cleanup ollars and �k-Ai _Cents $ Z Lump Sum ' A2. Lump Sum Traffic Control @CM K -tl a and z Cents $ Lump Sum A3. 5,000 L.F. Construct 15" VCP Sewer per OCSD Std. Dwg. S -010 @cnphw%Ayed `� �U Dollars and _,��� ZQ-YO Cents $ _ $ (per �J Per Linear Foot < ' Addendum No. 2 - Pr 2 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE ' A4. 465 L.F. Construct 12" VCP Sewer per OCSD Std. Dwg. S -010 @ Whii Dollars And 7 PND Cents Per Linear Foot A5. 1,000 L.F. Construct 8" VCP Sewer per ' OCSD Std. Dwg. S -__01I10 @ n� buj]2["Dollars Cents $ $��u Per Linear Foot ' A6. 770 L.F. Cleaning and Preliminary CCTV Inspection of Existing 12" VCP Sewer Main @ ",re- Dollars and Cents $ 3 . $ (° Per Linear qoot Addendum No. 2 - Pr 3 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A10. 10 EA. Construct Manhole (A =60 ", C =36 ") per OCSD Std. Dwg. S -050 & S -053 Cq�o' t J)fao4 1a ollars and ZeW Cents $ 19 ( $ X00 Per Each A11. 8 EA. Construct Manhole (A =60 ", C =24 ") per OCSD Std. Dwg. S -050 & S -053 ca)LAOM { GM1L1 Dollars and ze,KD Cents $ IyT $ 1 0(X� Per Each A13. 1 EA. Construct Water -Tight Manhole (A =60 ", C =24 ") per OCSD Std. Dwg. S -050 & S -054 @WQe T LUS0.lJ Dollars �7p;� and �� ��� LC..r � Cents - $ (`CD $ Per Each A14. 4 EA. Remove Existing Temporary Plug @ 13)\4 r U 1 (ej Dollars and 2,e IOD Cents $ ( 0 rn $ T(i co Per Each A15. 1 EA. Construct Vortex Drop Structure in New Manhole (A =84 ") o(Y Dollars and O Cents $ $ (P- Per Each Addendum No. 2 - Pr 4 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A17. 12,750 S.F. Construct 6" PCC Path W/ W.W.M. (,, @ Ylue Dollars and Cents $ 5- Per Square Foot A18. 375 L.F. Construct 6" Curb @ .Pay I+D 5PJJ241 Dollars and 22XU Cents $ c2 $ 10.10 Per Linear Foot A19. 5 EA. Construct Manhole per City.of Newport Beach Std. Dwg. Std.-1 12-L & Std. Dwg. Std401 -L @ 1 5)X V Dollars and Cents $ (D, nbo $ 3 Per Each A20. Lump Sum Relocate Existing 8" Waterfall Force Main Around New Sewer a QY1SD CWd Dollars and zelyb Cents $ I Lump Sum Addendum No. 2 - Pr 5 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A22. Lump Sum Remove Existing VCP as Required A25. Lump Sum Remove and Replace or Protect in Place Existing Water Lines g6rtA Dollars Ij and @y ►11( y�i Dollars and 7 -P- � Cents $ Lump Sum Lump Sum A23. 22 EA. Abandon Existing Sewer Manhole per Specifications A26. Lump Sum Remove and Replace or Protect @ 4 64 ollars in Place Existing Irrigation, and Electrical and Communication Lines 712VC7 Cents $ $ Per Each and IA24. 7,075 L.F Cleaning and Abandon Existing VCP per Sp fecications @—&d Dollars and 2 evo Cents Per Linear Foot IF $ �q a. • a $ $ 4Zi A25. Lump Sum Remove and Replace or Protect in Place Existing Water Lines Ij @y ►11( y�i Dollars and Z�YD Cents Lump Sum A26. Lump Sum Remove and Replace or Protect in Place Existing Irrigation, Electrical and Communication Lines Dollars and Z t4i 0 Cents Lump Sum A27. Lump Sum Remove and Replace or Protect in Place Existing Sand Bunker (Trap) IEllJJQLAd Dollars and IF $ �q a. • a $ $ 4Zi Addendum No. 2 - Pr 6 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL Z P Cents Lump Sum A28. Lump Sum Remove and Replace or Protect in Place ExistiJng� Green @Sid( `;b Dollars and Z' rb Cents Lump Sum A29. Lump Sum Remove and Replace or Protect in Place Existing Fairway @P.1 A�1 �'v',f�`ii1�fAJ�Dollars and Z £iD Cents Lump Sum A30. Lump Sum Remove and Replace or Protect in Place Existing Tee B_oJx @Pi�JR,t hUYC�YF3A Dollars and 7_�Nb Cents Lump Sum 1 A31. Lump Sum Remove and Replace Existing Landscaping in Kind AA�,, CawC�ilt►(4iP��Qf1`i� 4 4L�ollars and 7-Ph, Cents Lump Sum A32. 12,750 S.F. Sawcut and Remove PCC Paths ' @Li X-) - Dollars and N Z� Cents Per Square Foot tA33. Lump Sum Protect Existing Tree Crintl �Yvrn� Dollars and ZP'w 1 Cents $ c2_ MWE-1 Y $ i A!67 rfk I I Addendum No. 2 - Pr 7 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum A38. 60 S.Y. APC Placement 0(7+�h�t�fPt ef1Mt�LP Dollars —and ? t' Cents $ $ 1 Per Square Yard A39. Lump Sum Preparation of��Water Pollution Control Plan (or �I ti `Y! OJSJ U t Dollars and 29" Cents $ JC) n(� Per Lump Sum A34. 1 EA Remove Tree @ 4W 41,t 'OlDl"� Dollars and ' ze_m Cents $ 3,0M $ Per Each A35. 375 L.F. Sawcut and Remove Curb V�6 Dollars and ? Porn Cents $ $ 3 3_157 ' Per Lineal Foot A36. 1 EA. Re- abandoned Existing Sewer Manhole mWDollars and 7 e4O Cents $ ._33QU $ 3,301'� ' Per Each A37. 135 V.F. Rehabilitate Existing Sewer Manhole @jh e(' mljlt� Dollars and 22AC> Cents $ $ Per Vertical Foot A38. 60 S.Y. APC Placement 0(7+�h�t�fPt ef1Mt�LP Dollars —and ? t' Cents $ $ 1 Per Square Yard A39. Lump Sum Preparation of��Water Pollution Control Plan (or �I ti `Y! OJSJ U t Dollars and 29" Cents $ JC) n(� Per Lump Sum Addendum No. 2 - Pr 8 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A40. Lump Sum Construction Surveying Dollars and ZV D Cents A41. Lump Sum 1 1 ' A42. 3 C.Y. A43. Lump Sum Per Lump Sum Trench Excavation Safety Measures and Implementation J @P.�PtehAk MA Dollars and 2tvv Cents Per Lump Sum Slurry Fill Existing 15" VCP @G& YbUP4 { Dollars and ZP._,b'b Cents Per C.Y. Prepare As -Built Plans $ l I-rS� Mi $ � - j 5 KUICW and `z -ej"o Cents Per Lump Sum SUBTOTAL PRICE IN WRITT��ENrr WORDS FOR ITEMS Al —A44 Dollars and Cents $ za<� Subtotal Price Items Al -A41 (Figures) Addendum No. 2 - Pr 9 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE PART B: 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS B1. Lump Sum Mobilization, Demobilization and Cleanup �%1K itlAi`uYft1 �Ca -�p�� ►wu ��ar%heJL�i'p' ollars —and ' "P' ' Cents Lump Sum ' B2. Lump Sum Traffic Control @ Dollars ' and �2. 'e.Uo Cents Lump Sum B3. 8376 L.F. Cleaning, Pre- and Post- Installation CCTV Inspection of Existing 8 -Inch ' VCP Sewer Including Locating Existing Sewer Laterals A%je @ Dollars and 7 �Yb Cents $_ Per Linear Foot B4. 8376 L.F. Install CIPP Lining Within Existing 8" VCP (Intl. C.I. & Stl Pipe) Sewer ' Main @ Dollars and zero Cents $ Q Per Linear Foot ' B5. 236 EA. Re- establish Sewer Lateral Service Connection by Remote Cutting Device ' Dollars AL4and ZP k,o Cents $ Q�p Per Each B6. 13 EA. Furnish /Install 48 -Inch Diameter Manhole per CNB Std -401 -L EUIV4 Dollars and 1 7 Q Cents $ r" �'�� olvi $ $ - i $ Q�yy. @ eI Cdh lA _ Dollars and ��� Cents $ �� $ �� --_0 COD Per Linear Foot B11. 695 L.F. Furnish/Install 12" VCP Sewer Incl. Pavement Removal, Trenching, Bedding, Backfilling & Subgrade Preparation @ P I� G� Dollars and GoCents $ � $ Per Linear r Foot B12. 5360 S.F. Reconstruct AC Pavement Section Per CNB Std - 105 -L -B Addendum No. 2 - Pr 10 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE' PRICE IPer Each B7. 279 L.F. Furnish /Install Sewer Lateral Pipe per CNB Std -406 -L (Use VCP in lieu of S`DR 35 PVC Pipe) @ i)Yl e 111, rl9J Dollars and Cents � u $ t Z $ ( (� Per Linear Foot B8. 18 EA. Fumish /Install Sewer Lateral Cleanout per CNB Std -406 -L ' @Six hl it y1 en Dollars and YU Cents $ (4 $ j - Per Each B9. 307 L.F. Furnish /Install 8" VCP Sewer Incl. Trenching, Bedding Backfilling & Subgrade Preparation @ Gnt' I/I 4k&6 e4h�,Dollars �J_ land Cents $ �_ $ Per Linear Foot B10. 625 L.F. Remove /Reconstruct 8" VCP Sewer Incl. pavement Removal, Trenching, Bedding, Backfilling _ & Subgrade Preparation @ eI Cdh lA _ Dollars and ��� Cents $ �� $ �� --_0 COD Per Linear Foot B11. 695 L.F. Furnish/Install 12" VCP Sewer Incl. Pavement Removal, Trenching, Bedding, Backfilling & Subgrade Preparation @ P I� G� Dollars and GoCents $ � $ Per Linear r Foot B12. 5360 S.F. Reconstruct AC Pavement Section Per CNB Std - 105 -L -B Addendum No. 2 - Pr 11 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE @ A euf Dollars and z,e_ro Cents Per Square Foot B13. 4810 S.F. Reconstruct PCC Pavement Section Per CNB Std - 105 -L -B, 140 & 141 @ P; _n Dollars and Z 1,L M Cents Per Square Foot B14. 145 L.F. Pipe Burst Existing 8° CIP or VCP Sewer & Install 8" HDPE SDR 17 f Sewer Main . &, Fittings @ 1 ,LtID Y A*6(_ed Dollars and 2 eirb Cents Per Linear Foot B15. 3 EA. Furnish /Install Terminal Sewer Cleanout Per CNB Std -400 -L 1 B16. @`IKi(Ze't Y ��Ctldl Dollars and 2fyp Cents Per Each 1932 S.F. Remove and Reconstruct 4" PCC Sidewalk Per City Std-1 80-L ' B17. 40 L.F B18. 2 EA. @ I(1'C Dollars and Z e Cents Per Square Foot Remove and Reconstruct PCC Curb and Gutter (to Match Existing) per City Std- 182 -L @ Dollars and T Cents Per Linear Foot Furnish /Install Sewer Chimney Lateral w /Cleanout $ I I $ 10 $ 9 r • TM AI, $ �w Addendum No. 2 - Pr 12 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 per CNB Std -408 -L 1 @ Dollars and Z�XU Cents $ .37, (� $ Per Each B19. 5 EA. Remove and Dispose Existing Lamphole /Cleanout .! @�uf k0AKLMW A#kollars and Z Cents $ $ Per Each B20. 3 EA. Remove and Dispose Existing Manhole _�� fj dlhiyeP `F�i1Zk � Dollars and � Z� Cents $ 2-`O OW — $ 10� Per Each B21. 1 EA. Abandon Existing Manhole l�1Sv PC��t[CIhU Dollars ' �Q and Cents $ 3.� 34 f� $ l A l Per Each B22. 2 EA. Join Existing Manhole and Reconstruct Base for New Pipe As Directed By City Inspector t @ I TlL r► V'(f hl Dollars ' and zee Cents $ r $ Per Each ' B23. 1 EA. Plug & Abandon Existing 8" VCP Sewer ' ( 1kf 4DkfAM Dollars and Cents $ '75, $� Per Each B24. Lump Sum Construction Surveying @S fC(1�ilb�£ili(� D Ilarrsrl3l I' Addendum No. 2 - Pr 13 of 15 ' ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE and ' --P,i' a Cents $ Q Per Lump Sum B25. Lump Sum Trench Excavation Safety Measures and Implementation I@ 1 e1b)fA4to�x" Dollars and `Z, -P—M Cents $ _ ' Per Lump Sum B26. Lump Sum Prepare As -Built Plans @ tl'6 Dollars ' and 7 P Vb Cents $ Per Lump Sum SUBTOTAL PRICE IN WRITTEN WORDS FOR ITEMS 131 - B26 ' �r�l (�Ph(�p4ffti f�iN�61mIF£11/��� Dollars and Cents $ cy_,� Subtotfil Price Items B1 -1326 (Figures) ' Addendum No. 2 - Pr 14 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE PART C: 2005 -2006 VARIOUS CITY STORM DRAIN IMPROVEMENTS C1. Lump Sum Mobilization, Demobilization and Cleanup @ 1�ZeY1 iX)r6re4 Dollars Z eyo Cents $ I f ­706 Lump Sum C2. 22 L.F. Install CIPP Lining Within Existing 12" Diameter Storm Drain Including Pre - Installation CCTV, Cleaning and Post - Installation, CCTV Inspection (@ Buck Gulley Lift Station) C - _WuhuroL14-and Dollars ze.�lb Cents $ $ Per Linear Foot C3. 93 L.F. Install CIPP Lining Within Existing 15' Diameter Storm Drain Including Pre - Installation CCTV, Cleaning and Post - Installation, CCTV Inspection (@ 225 Canal Street) @ Q!IP �JAV1LAV_Q� Dollars and Z'eKb Cents $ 1co $ Per Linear Foot C4. Lump Sum Prepare As -Built Plans Dollars and ��� Z J erD Cents $ ;`i 100 $ Per Lump Sum SUBTOTAL PRICE IN WRITTEN WORDS FOR ITEMS C1 - C4 and Cents I r $ f 1 . w3o Subtotal Price Items C1 -C4 (Figures) R Addendum No. 2 - Pr 15 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE PROJECT TOTAL PRICE IN WRITTEN WORDS L and Gtr Cents $ 3 TotAl Price (Figures) Items Al -A43, 61 -B26, & C1 -C4 The award of the contact, if made, will be to the lowest responsible bidder as determined solely by the City using the total price bid for items Al -A43, B1 -628 and C1-C4 inclusive. The alternate sewer alignment A -1 bid will not be considered by the City for the award of the contract. Date °!S`(- 6'74 -"7302 -70 Bidder's Telephone & Fax Numbers Bidder's License No(s). and Classification(s) .mac 9 A V I MCC-1 on Bid' Auth rized Signature and Title It 3& Lfs,a z 6e«e Coq W3 Bidder's Address See Section 500 -1.1.2 For Required Bid Submittals F: \Users \PBW\Shared \Contracts \FY 05-06 \05-06 Sewer Main Lining -CDNI &Superior Sewer Impr. C- 3562\WALDEN -NOLAN DOCUMENTS \100% Documents\PROPOSAL C -3562 03- 01- 06.doc SECTION 1 1 -2 SECTION 2 2 -3 2 -3.1 2 -5 2 -5.2 2 -6 2 -9 . 2 -9.3 2 -9.6 SECTION 3 3 -3 3 -3.2 3 -3.2.3 SECTION 4 4 -1 4 -1.1 4 -1.3 4 -1.3.4 SECTION 5 5 -1 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT (OCSD) CONTRACT NO. 3562 INTRODUCTION PART 1 - -- GENERAL PROVISIONS TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS DEFINITIONS SCOPE AND CONTROL OF THE WORK SUBCONTRACTS General PLANS AND SPECIFICATIONS Precedence of Contract Documents WORK TO BE DONE SURVEYING Survey Service Survey Monuments CHANGES IN WORK EXTRA WORK Payment Markup CONTROL OF MATERIALS MATERIALS AND WORKMANSHIP General Inspection Requirements Inspection and Testing UTILITIES LOCATION 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 4 5 5 1 1 1 1 1 1 1 5 -2 PROTECTION 5 5 -7 ADJUSTMENTS TO GRADE 6 5 -8 SALVAGED MATERIALS 6 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6 -2 PROSECUTION OF WORK 8 6 -7 TIME OF COMPLETION 8 6 -7.1 General 8 6 -7.2 Working Day 8 6 -7.4 Working Hours 8 6 -9 LIQUIDATED DAMAGES 9 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 9 7 -5 PERMITS 9 7 -7 COOPERATION AND COLLATERAL WORK 9 7-8 PROJECT SITE MAINTENANCE 10 7 -8.5 Temporary Light, Power and Water 10 7 -8.6 Water Pollution Control 10 7 -8.6.1 Best Management Practices and Monitoring Program 10 7 -8.9 Sewer Flow Bypass 10 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 11 7 -10 PUBLIC CONVENIENCE AND SAFETY 12 7 -10.1 Traffic and Access 12 7 -10.2 Storage of Equipment and Materials in Public Streets 12 7 -10.3 Street Closures, Detours, Barricades 12 7 -10.4 Public Safety 13 7- 10.4.1 Safety Orders 13 7 -10.5 "No Parking" Signs 14 7 -10.7 Notices to Residents 14 7 -15 CONTRACTOR'S LICENSES 15 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 15 SECTION 9 MEASUREMENT AND PAYMENT 15 9-3 PAYMENT 15 9 -3.1 General 15 9 -3.2 Partial and Final Payment 26 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 27 201 -1 PORTLAND CEMENT CONCRETE 27 201 -1.1.2 Concrete Specified by Class 27 201 -2 REINFORCEMENT FOR CONCRETE 27 201 -2.2.1 Reinforcing Steel 27 207 -17 PVC PLACTIC PIPE 27 207 -17.1 General 27 207 -18 HIGH - DENSITY POLYETHYLENE (H.D.P.E) SOLID WALL PIPE 27 207 -18.1 General 27 207 -18.5 Submittals 27 207 -18.6 Warranty 28 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 28 212 -2 IRRIGATION SYSTEM MATERIALS 28 212 -2.1 Pipe and Fittings 28 212 -2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings 28 212 -2.2 Valves and Valve Boxes 29 212 -2.2.1 General 29 212 -2.2.4 Remote Control Valves 29 212 -2.2.6 Quick Coupler Valve and Assembly 29 212 -2.2.7 Valve Boxes 29 212 -2.4 Sprinkler Equipment 29 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 30 300 -1 CLEARING AND GRUBBING 30 300 -1.3 Removal and Disposal of Materials 30 300 -1.3.1 General 30 300 -1.3.2 Requirements 30 300 -1.5 Solid Waste Diversion 30 ' SECTION 302 ROADWAY SURFACING 30 302-5 ASPHALT CONCRETE PAVEMENT 30 ' 302 -5.1 General 30 302 -5.4 Tack Coat 30 ' 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 31 302 -6.6 Curing 31 ' SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 31 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS ' GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 31 303 -5.1 Requirements 31 303 -5.1.1 General 31 ' 303 -5.4 Joints 31 303 -5.4.1 General 31 303 -5.5 Finishing 31 ' 303 -5.5.1 General 31 303 -5.5.2 Curb 31 ' SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 32 308 -1 GENERAL 32 ' 308 -2.2 Trench Excavation and Backfill 32 308 -5.2 Irrigation Pipeline Installation 32 ' 308 -5.2.1 308 -5.2.3 General Plastic Pipeline 32 33 308 -5.3 Installation of Valves, Valve Boxes, and Special Equipment 33 ' 308 -5.4 308 -5.4.2 Sprinkler Head Installation and Adjustment Location, Elevation and Spacing 33 33 308 -5.4.3 Riser and Nozzle Line Installation 33 ' 308 -5.6 308 -5.6.1 Flushing and Testing General 34 34 308 -5.6.2 Pipeline Pressure Test 34 ' 308 -5.6.3 308 -5.6.4 Sprinkler Coverage Test Operation Test 34 34 PART 4 ' SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE ' AND UNTREATED BASE MATERIAL 34 400 -2 UNTREATED BASE MATERIALS 34 ' 400 -2.1 General 34 400 -2.1.1 Requirements 34 I I 1 PART 5 1 SECTION 500 PIPELINE SYSTEM REHABILITATION 34 1 500-1 PIPELINE REHABILITATION 500 -1.1 Requirements 34 34 500 -1.1.1 General 34 500 -1.1.2 Submittals 35 1 500 -1.1.4 Cleaning and Preliminary Inspection 36 500 -1.1.5 Television Inspection 36 500 -1.1.7 Miscellaneous, Access /Insertion Pits 37 1 500- 1.1.10 Warranty 37 500 -1.2.4 Sewer Bypassing and Dewatering 37 500 -1.4 Cured -In -Place Pipe Liner (CIPP Liner) - Type A 38 1 500 -1.4.1 General 38 500 -1.4.2 Material Composition and Testing 38 500 -1.4.4 Chemical Resistance 38 ' 500 -2 MANHOLE AND STRUCTURE REHABILITATION 38 500 -2.1.1 General 38 1 500 -2.1.2 Measurement and Payment 38 500 -2.4.2 Cleaning 39 500 -2.4.4 APC Placement 39 1 500 -2.4.6 Primer and Lining Materials 39 500 -2.47 Lining Application 40 500 -2.4.9 Repair Methods 40 1 APPENDIX A 1 ORANGE COUNTY SANITATION DISTRICT SPECIAL PROVISIONS APPENDIX B ' LANDSCAPING SPECIAL PROVISIONS ' APPENDIX C CITY CALTRANS PERMIT (for Coast Highway Pipe Bursting at Orange Street) 1 APPENDIX D ' BIG CANYON COUNTRY CLUB (GOLF COURSE) AERIAL PHOTO PHASING EXHIBIT APPENDIX E ' UNDERGROUND CLASSIFICATION FOR 36 -INCH JACKED CASING i 1 I 1 1 1 1 1 SP 1 OF 40 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2005 -2006 VARIOUS CITY SEWER MAIN IMPROVEMENTS AND BIG CANYON TRUNK SEWER REPLACEMENT (OCSD) CONTRACT NO. 3562 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (City Drawing Nos. S- 5152 -S, D- 5347 -S & OCSD Drawing No. 5 -62); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 edition), including supplements; (5) OCSD Special Provisions (included in Appendix A); Landscape Special Provisions (included in Appendix B). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction (GREEN BOOKI as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 -2 DEFINITIONS. Add to this section: "Big Canyon Trunk Sewer Replacement (OCSD) - Work to be completed as shown in Bid Items Al thru A43. Construction Access Agreement — The Construction Access Agreement entered into between the City and OWNER for construction of the Big Canyon Trunk Sewer Replacement City — The City of Newport Beach ' District — The Orange County Sanitation District (OCSD) ' OWNER — Big Canyon Country Club OWNER PROPERTY — The property owned by OWNER that is depicted on the map attached to the Construction Access Agreement as Exhibit A ' entitled "Joint Trunk and City Sewer Improvement Big Canyon Development City of Newport Beach," as golf course, driving range, clubhouse and related recreational and maintenance facilities. 1 H 11 SP2OF40 SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -3 SUBCONTRACTS 2 -3.1 General. Add to this section: The replacement and repair of the OWNER's turf, vegetation (landscaping) and irrigation related Work on the OWNER PROPERTY shall be done in accordance with the applicable sections of these Special Provisions and the Landscape Special Provisions attached in Appendix B and conducted by the following applicable subcontractors: a. SOUTHWEST GROWERS AND LANDSCAPING, INC. 21251 Bushard Street Huntington Beach, CA Contact Person: Mr. Ron Jessee 714/964 -9511 b. CHRISTENSEN IRRIGATION COMPANY, INC. 3505 Cadillac Avenue, Ste 0 -2066 Costa Mesa, CA Contact Person: Mr. Scott Murray 714/556 -6076 Contractor must utilize these two firms for all turf, vegetation (landscaping) and irrigation related Work on OWNER PROPERTY and note them in the Designation of Subcontractor(s) portion of these Special Provisions or the bid may be considered non - responsive." 2-5 PLANS AND SPECIFICATIONS ' 2-5.2 Precedence of Contract Documents. Ad d Provisions in Appendix A shall take precedence construction of the Big Canyon Trunk Sewer. 1 1 1 to this section: The OCSD Special over the Special Provisions for the 2-6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of, but is not limited to, distributing notices to affected residents, traffic control, removing interfering portions and abandoning in place existing sewer facilities, lining of existing sewer main, constructing sewer main, sewer manholes, cleanouts, sewer laterals, pipe bursting; and other incidental items of work to complete the project, and restoring affected surface improvements such as asphalt concrete pavement, sidewalks (paths), concrete curbs & gutters, and landscaping. All construction for the work shall reference these special provisions, the Standard Specifications and all contract related documents, and Appendices." 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Walden & Associates and can be SP3OF40 ' contacted at (949) 660 - 0110. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48- ' hours in advance of any work. In addition, the filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner ' Records for review by the City a minimum of three (3) working days before the anticipated Work. ' All existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." ' 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the ' City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the ' Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3--- CHANGES IN WORK t3-3 EXTRA WORK 3-3.2 Payment ' 3 -3.2.3 Markup. Replace this Section with: "(a) Work by Contractor. The following percentages shall be added to the ' Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 ' To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of ' the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." F, SP4OF40 SECTION 4 - -- CONTROL OF MATERIALS ' 4 -1 MATERIALS AND WORKMANSHIP 4 -1.1 General Add to this section: "The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the entire Work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the City, District or OWNER, shall make any repairs or replacements made ' necessary by defects in materials, equipment, or workmanship that become evident within one year after the date of recordation of the Notice of Completion. Within this one year period, the Contractor shall also restore to full compliance with requirements ' of these contract documents any portion of the Work which is found to not meet those requirements. The Contractor shall hold the City, District and OWNER harmless from claims of any kind arising from damages due to said defects or noncompliance. ' Contractor hereby also guarantees for a period of one (1) year from the date of final acceptance of the Work by City that the Contractor shall repair or remove and replace ' any Work, together with any other Work which may be displaced in so doing, that is found to be defective in workmanship and /or materials without any expense to City, District, OWNER or their or its assigns, ordinary wear and tear excepted. If Contractor fails to comply with this warranty within one (1) week after being notified in writing, City, District, OWNER or their assigns are authorized to proceed to have the defects remedied at Contractor's expense. Contractor shall pay the cost and charges thereof immediately on demand. If, in the opinion of City, District, OWNER or their assigns, defective work detected during the guarantee period creates a dangerous condition or requires immediate correction or modification to prevent further loss to City, District, ' OWNER or their assigns or to prevent interruption of City's, District's, OWNER's or their assigns' operations, City, District, OWNER or their assigns shall be authorized to repair the condition without prior notice to the Contractor and Contractor shall pay the cost ' and charges thereof immediately upon demand. Contractor's obligations under this section are in addition to Contractor's other express or implied assurances under this Contract and State law and in no way diminish any other rights that City, District, ' OWNER or their assigns may have against Contractor for faulty materials, equipment, or work. Contractor agrees that this warranty and guarantee shall be freely assignable to the Orange County Sanitation District without any further notice to or consent from ' Contractor. The Faithful Performance Bond and Labor and Materials Bond required under this Agreement shall continue in full force and effect for the guarantee period. t Failure to comply with any notice provided in this Section will cause the District, City and/or City (on behalf of OWNER) to file claim against the bond." ' 4 -1.3 Inspection Requirements ' 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor ' shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. ' SP5OF40 ' The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and re- testing due to failed tests or inspections are required because of unsatisfactory results in the manner ' in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. The Contractor shall request inspection at least 24 hours in advance of the time inspection is required by the OWNER. Inspection requests are made thru the City and not to the OWNER directly. Inspection will be required by the OWNER on the ' following stages of the Work: Prior to removals of the existing landscaping and turf. ' During preliminary grading, soil preparation, and initial weeding. When trees are spotted for planting, but before planting holes have been excavated. When finish grading has been completed. When all specified work, except the maintenance period, has been completed. ' Plants shall be subject to inspection and approval or rejection by the City and/or OWNER at place of growth and upon delivery to site at any time before or during progress of the Work. SECTION 5 - -- UTILITIES ' 5 -1 LOCATION. Add the following: "Prior to any Construction, the Contractor shall verify all existing utilities visually and by contacting the City, who will then notify the ' OWNER. Contractor is required to locate existing utilities, by potholing, prior to any Construction. Potholing information will be given to the City and OWNER prior to any Work. OWNER's irrigation system consists of but is not limited to the following: ' 4, 6 and 8 -inch ductile iron pipe reclaimed water system. 8 and 10 -inch C -900 PVC rubber ring joint pipe reclaimed water system 4 and 6 -inch Class 200 PVC rubber ring joint potable water system 2 -inch Schedule 40 PVC solvent weld joint laterals Contractor shall protect in place or relocated as required by its work. All Payments will be made at the Contract Unit Price bid and shall be considered full payment for each line protected in place or relocated, including but not limited to, reconstruction of main lines as required, and all other incidentals required to provide a complete irrigation system and no additional compensation shall be allowed, therefore." ' 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide ' and install a new pull or meter box or cover of identical type and size at no additional cost to the City and/or OWNER." 1 ' SP6OF40 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade Private, District. and City owned sewer manholes, cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. ' 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all manhole covers and frames from existing sewer manholes that are abandon. Salvaged materials shall be ' delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 --- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK ' 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the "Notice to Proceed', anticipated to be May 15th, 2006." ' No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. The Contractor and its on -site superintendent shall be required to attend a second mandatory pre - construction meeting with OWNER at the OWNER PROPERTY to ' discuss compliance with the Construction Access Agreement and the Contract Documents. No work will be permitted on OWNER PROPERTY until after the second mandatory pre - construction meeting has been conducted. The Contractor shall schedule his work such that the Big Canyon Trunk Sewer Replacement and work shown on City Sewer Improvements drawing 20 of 24 are the first priority of work (see Section 6 -7 and 6 -9 for specific time of completion and liquidated damages associated with this work). In addition, the Contactor shall follow the following phasing schedule pertaining to the work and provide a separate schedule to the City for this work. The ' schedule, which will be provided to the OWNER at the second pre - construction meeting held at the Big Canyon Country Club, shall indicate the dates each phase of work will take place: ' Phase 1 Clubhouse & Driving Range Area. Work in this phase shall include the Big Canyon Trunk Improvements between Station 51 +50 & 65 +07.45 and all associated laterals. In addition, the City Sewer Improvements shown on sheet 20 of 24 shall be completed in this phase. Work shall proceed in from downstream to upstream on all installations. The first phase of work is ' anticipated to start on May 15th, 2006 and access for this work shall be from Big Canyon Clubhouse parking lot (see access aerial photo exhibit in Appendix D). ' Phase 2 Golf Course Area Holes no. 1 and 9. Work in this phase shall include the Big Canyon Trunk Improvements between Station 40 +00 & 51 +50 and all SP7OF40 ' associated laterals. Work shall proceed in from downstream to upstream on all installations and access for this work will be from the Big Canyon Country ' Club's maintenance facilities off Jamboree Road. Phase 3 Golf Course Area Hole No. 2. Work in this phase shall include the Big ' Canyon Trunk Improvements between Station 21 +50 & 40 +00 and all associated laterals. Work shall proceed in from downstream to upstream between Station 25 +50 and 40 +00. The jacking operation between 25 +50 to ' 21 +50 shall proceed from upstream to downstream. Access for this work will be from the golf course maintenance facilities off Jamboree Road. Phase 4 Golf Course Area Hole No. 3. Work in this phase shall include the Big Canyon Trunk Improvements between Station 18 +40 & 21 +50. Work shall proceed from downstream to upstream. Access for this work will be from the golf course maintenance facilities off Jamboree Road. Phase 5 Golf Course Area Hole No. 4. Work in this phase shall include the Big Canyon Trunk Improvements between Station 14 +13.65 & 18 +40 and 8 -inch sewer work on Big Canyon Drive. Work shall proceed from downstream to upstream. Access for this work will be from the golf course maintenance facilities off Jamboree Road. Phase 6 Work in this phase shall include the necessary connection to existing sewers and abandonment of existing Big Canyon Trunk Facilities between Station 14 +13.65 and 65 +07.45. Access for this work will be from the golf course maintenance facilities off Jamboree Road. ' Phase 7 Golf Course Holes 13 & 17 and Canyon Hills Park area. Work to be included in this phase shall include the Big Canyon Trunk Improvements between ' Station 72 +85.59 & 77 +64.25. Work shall proceed in from downstream to upstream on all installations and include connection to and abandonment of existing trunk sewers. Access for this work shall be from Macarthur ' Boulevard. In addition, the lining of the existing Big Canyon Trunk Sewer between Station 65 +07.45 and 72 +85.59 shall be accomplished during this phase. Work on Phase 1 shall be completed prior to performing any other Project work unless the Contractor obtains the express written permission of the Engineer. Contractor shall be required to coordinate Phase 1 Work with the contractor hired by the OWNER for the Big Canyon Fill Project. ' Work on Phases 2 thru 7 shall not commence until after July 5th, 2006. Except as provided above, work on the City Sewer and Storm Drain improvements can be done concurrently with the Big Canyon Trunk Sewer Replacement and can proceed in a schedule determined by the Contractor. ' The Contractor shall be prohibited from: (1) accessing the OWNER PROPERTY at any location other than the locations indicated; (2) conducting work outside of the "work SP8OF40 ' zone" indicated on the Plans on OWNER PROPERTY; and /or (3) performing other work not permitted in the Contract Documents on the OWNER PROPERTY. tThe Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents. If work falls behind the ' approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet its original schedule and has demonstrated that it will be able to maintain its approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from its overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job. t The term "Work" as used herein shall include all removals, adjustments, installation, and replacements." ' 6 -2 PROSECUTION OF WORK. Add to this section: "The Contractor shall phase it work so that the intended use of the property and the OWNER's inconvenience are minimized. Therefore, the Contractor shall complete the Big Canyon Trunk Sewer ' Replacement, including required testing, restoration and final clean -up in one phase at a time or between manholes before moving to the next phase of work." 6 -7 TIME OF COMPLETION 6 -7.1 General. Replace this section with: "The Contractor shall complete all work under the Contract within 220 consecutive working days, including material and pipe delivery, starting from the date in the "Notice to Proceed" exclusive of any maintenance ' periods. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. ' In addition, the Contractor shall complete all work for the Big Canyon Trunk Sewer Replacement and work shown on sheet 20 of 24 of the City Sewer Improvements within t 85 consecutive calendar days, including material and pipe delivery, starting from the date in the "Notice to Proceed" exclusive of any maintenance periods. 6 -7.2 Working Day. Revise 3) to read: "any City holiday, defined as January 1 st, the third Monday in January (Martin Luther King, Jr. Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday. Saturday's will not be considered as a working day against the total time. 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m. ' Monday through Friday. Should the Contractor elect to work later than 4:30 p.m. up to 6:30 p.m. weekdays or ' between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. Work on Saturday's is encouraged for the Big Canyon Trunk Sewer i ' SP9OF40 Replacement. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period, except in emergencies involving immediate hazard to persons or property. A separate request must be made for each ' work shift. The Engineer reserve the right to deny any or all such requests. Denial of such request(s) will not be sufficient reason to grant the Contractor an extension of ' time. 6 -9 LIQUIDATED DAMAGES. Revise paragraph one, sentence three to read: "For ' each consecutive calendar day after the 85 working days specified for completion of the Big Canyon Trunk Sewer Replacement and work shown on sheet 20 of 24 of the City Sewer Improvements, as adjusted in accordance with subsection 6 -6, the Contractor ' shall pay to the City or have withheld from monies due it, the daily sum of $3,500.00; and for each consecutive working day after the 220 working days specified for completion of the all work, as adjusted in accordance with subsection 6 -6, the ' Contractor shall pay to the City or have withheld from monies due it, the daily sum of $1,500.00." ' Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $3,500 and $1,500 per day specified above is the minimum value of the costs and actual damage caused by the ' failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7.5 PERMITS. Add to this section: "The Contractor shall follow the provisions of the City's Caltrans Permit contained in Appendix C of these Special Provisions and ' incorporated herein and pay for all necessary fees associated with the Caltrans requirements. The Caltrans permit requirements apply to Orange Street Pipe - Bursting work at West Coast Highway as shown on City Sewer Improvement plan 13 of 24. ' 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "OWNER's forces will perform all shut downs of private water facilities as required. City forces will ' perform all shut downs of public water facilities as required The Contractor shall give the City and /or OWNER seven (7) calendar days advance notice to have the effected ' water service(s) shut down. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 ' p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be ' coordinated with the City of Newport Beach, Utilities Department and OWNER. The City must approve any nighttime work in advance. ' Failure to comply with the shut down procedures will prevent the City and/or OWNER from shutting down the water and the Contractor shall take full responsibility for the SP 10 OF 40 ' construction of the sewer or its appurtenances. No time extensions will be granted for failing to comply with this procedure." ' The OWNER anticipates construction around the Club House, generally between stations 53 +00 and 58 +00 of the Big Canyon Trunk Sewer Replacement, area during ' the construction period. The Contractor shall be responsible for coordinating its Work with the operation of existing and new utilities and facilities during the course of its Work. The Contractor shall permit others engaged in work to accomplish their portion t of work without undue interference or delay. The Contractor shall coordinate its operations with this work. The Contractor shall notify the City and the OWNER or its representative when utilities, which are in operation require shut -off." ' 7 -8 PROJECT SITE MAINTENANCE ' 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned ' to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or ' retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, pond or lake." ' 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the tfollowing: a. No placement of construction materials where they could enter marine waters. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. ' e. Minimizing usage of water when sawcutting. f. Providing measures to capture or vacuum -up water contaminated with ' construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. ' The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the golf course, adjacent storm drains and streets for compliance. ' Failure of the Contractor to follow the BMP plan will result in immediate cleanup by City Forces and the back charging of the Contractor for all costs plus 15 percent. ' 7-8.9 Sewer Flow Bypass. The Contractor shall bypass all sewage flows during construction operations, as required. The bypass shall be made by diverting the effluent flow at an upstream access manhole and pumping it through a separate SP 11 OF 40 conduit to a downstream reentry point or to an adjacent sewer system. The effluent level in the bypass pumping manhole shall not be allowed to rise more than 1 foot ' above the crown of the incoming sewer pipe. The Contractor shall at all times be responsible for the operation of this bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. Primary bypass ' system and backup bypass system shall be designed to handle 120% of the peak flow as specified by the City. Both systems shall be connected together for immediate switch over. A trained operator shall be stationed at the pumps on a continuous basis. ' The Contractor shall also provide flow bypassing for all sewer flows during the lining of the 12 -inch sewer main, as required. Plans for bypassing shall be submitted by the Contractor to the City for approval prior to construction, allowing at least 10 Working ' Days for review and return of comments. Approval by the City does not in anyway relieve the Contractor of its responsibilities provided for in this section or of any public liability for sewage spills under this Contract. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS ' Delete the last paragraph and add the following: "All cost to the Contractor for protecting, removing, restoring, repairing, replacing, or reestablishing existing improvements shall be included in the various bid items unless otherwise specified. Add to this section: The Contractor shall provide the City a minimum of 72 (equal to ' three (3) standard rolls of film) color photographs of the initial site conditions prior to the start of construction. The Contractor shall also provide a minimum of 24 additional color photographs per month to document conditions of the work in progress. The Contractor shall provide the City a minimum of 72 color photographs of finished site conditions of the completed project. The photographs shall be of such views as to ' document project conditions during the progress of the project at the locations where previous construction photograph documentation was obtained. ' All photographic work shall be performed by a qualified photographer acceptable to the City. Each print shall have a glossy finish and be mounted in plastic sleeving on a non - flexible backing. The overall dimensions of each mounted print shall be 4 x 6 inch with ' B -112 x 11 inch backing and 1 -1/4 inch flexible binding margin on the long side to permit storage in a standard 3 ring binder. ' Documentation binders submitted to the City shall bear a label with the following information: ' 1. City's name 2. Project name 3. Project number ' 4. Limits (if applicable) 5. Binder Number (if applicable) The film negatives shall be retained in the files of the photographer until the completion of the project and then shall be turned over to the City. Each photograph shall have attached to the backing a label containing thereon in neat permanent lettering: ISP 12 OF 40 ' 1. Short description of view 2. Photograph number (i.e. 1 of 72) 3. Date taken 4. Location The cost and expense of said photographic documentation, compilation, transfer, duplication and equipment shall be considered to be included in the price bid for other ' items of work and no other compensation will be allowed therefore." 7 -10 PUBLIC CONVENIENCE AND SAFETY ' 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard ' Specifications and the Work Area Traffic Control Handbook (WATCH, 1996 Edition) published by Building News, Inc. ' Pedestrian access within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer and OWNER to provide access that may be impacted by construction operations, particularly path and working across fairways ' during construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, green 4 -foot high safety fence and any other measures deemed necessary by the Engineer and OWNER to safely direct the public around areas of construction, and into (and out of) the affected areas of work. Such ' measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." ' 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, sidewalk or within OWNER PROPERTY if approved by the ' Engineer. The City and OWNER have provided three (3) staging areas for this Project as indicated on the exhibit in Appendix D. Staging areas 1 and 2 may only be used during Phase 1 Project work. Prior to move -in, the Contractor shall take photos of the laydown (staging) areas and provide one set to the City and one set to OWNER. The Contractor shall restore the laydown (staging) areas to their pre - construction or better condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction at no additional cost to the City, District or OWNER." ' 7 -10.3 Street Closures, Detours, Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the first pre - construction ' meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of ' the traffic control plan and also utilize the traffic control plans provided for work on Superior Avenue and Big Canyon Drive. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: SP 13 OF 40 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners." 5. The contractor shall maintain a minimum of one travel lane in each direction at all times or provide flag men when not practical to maintain the two traveled lanes. All travel lanes shall be open during non - working hours. 6. Vehicular access to all driveways shall be maintained at all times. At the end ' of the work each day, and on weekends complete access shall be maintained." ' If the Contractor elects to use Alternative 1 (road closure alternative) for the traffic control on Big Canyon Drive, a $30,000 payment ($1,000 per day for 30 days) is ' required five (5) days prior to the road closure paid to the Big Canyon Community Association for the first month of the anticipated road closure. If the Contractor completes the work in less than 30 days the Association will refund the remaining balance. If the work takes longer than 30 days, a second deposit of $30,000 will be required five (5) days prior to the second month that the road is closed. The maximum length of road closure can only be 60 calendar days. Payments can be made to the following: ' Big Canyon Community Association c/o Village Way Management Attention Diana Wright ' Post Office Box 4708 Irvine, California 92646 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely ' and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of ' the public and workers. 1 I 1 lJ 1 SP 14 OF 40 The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. The Contractor shall submit to the City for acceptance, in advance of any excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any pit, trench or trenches 5 -feet or more in depth. The plan shall be prepared by a registered civil or structural engineer licensed in the State of California. As part of the plan, a note shall be included stating that the registered civil or structural engineer certifies that the plan complies with CAL -OSHA Construction Safety Orders, or that the registered civil or structural engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or other provisions of the Safety Orders. The detailed plan showing the design of shoring, etc., which the Contractor is required to submit to the City for acceptance in advance of excavation will not be accepted by the City if the plan is based on subsurface conditions which are more favorable than those revealed by the investigations made by the City or the Engineer or their consultants; nor will the plan be accepted if it is based on soils - related design criteria which is less restrictive than the criteria set forth in the report on the aforesaid investigations of subsurface conditions. The detailed plan showing the design of shoring, etc, shall include surcharge loads for nearby embankments and structures, for spoil banks, and for construction equipment and other construction loading. The plan shall indicate for all trench conditions the minimum horizontal distances from the side of the trench to its top to the near side of the surcharge loads. Nothing contained in this section shall be construed as relieving the Contractor of the ' full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection.' 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least Forty -eight (48) hours in advance of the need for enforcement. ' The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- ' inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. ' The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. ' 7 -10.7 Notices to Residents. Ten (10) working days prior to starting work, the Contractor shall deliver a tri -fold notice to the OWNER and residents describing the ' SP 15 OF 40 ' project and indicating the limits of construction. The City will provide the notice. Forty - eight (48) hours before restricting vehicular or pedestrian access to garages, parking ' spaces, sidewalks, etc., the Contractor shall distribute to affected residents a written notice stating when construction operations will start and approximately when vehicular and pedestrian accessibility will be restored. The written notices will be prepared by the ' Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of god, strikes or other alterations of the schedule will require re- notification using an explanatory letter furnished by the ' Engineer and delivered by the Contractor. The Contractor shall provide all residents, OWNER and businesses impacted by any ' utility shutdown written notice twice; once three (3) days in advance and once twenty - four (24) hours in advance of any service interruption. The City will review and approve the notification format prior to the Contractor's distribution. The Contractor shall submit the notice to the Engineer at lest five (5) working days prior to distribution for approval. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of ' work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. ' 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the ' Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer ' prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities ' are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9-3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for ' the other related items of work. The following items of work pertain to the bid items included within the Proposal: ' SP 16 OF 40 ' PART A: BIG CANYON TRUNK SEWER REPLACEMENT (OCSD) ' Item No. Al Mobilization, Demobilization and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this contract and provide as -built drawings at the completion of the project. These drawings must be kept up to date and submitted to the engineer prior to request for final payment ' Item No. A2 Provide Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all other costs incurred in notifying the residents. The Contractor shall implement traffic (golf cart) control per drawings prepared by the Contractor and submitted to the Engineer and OWNER for approval prior to beginning work in area affecting golf cart travel or vehicular movement within the parking lot. The Contractor shall utilize the ' approved traffic control plans when working in Big Canyon Drive. In addition this item shall include providing the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, green four -foot high ' safety fence, flashing arrow sign, K -rail, striping, flag men and all other work necessary to comply with the WATCH manual, latest edition, City of Newport Beach Requirements and all Caltrans requirements. 1 1 1 E 1 1 1 1 Item No. A3 Construct New 15" VCP Sewer Main, Including Bedding, Backfill and Trench Resurfacing in accordance with the OCSD Std. Dwg. S -010: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer main complete and in place. Refer to Appendix A for additional information and requirements. Item No. A4 Construct New 12" VCP Sewer Main, Including Bedding, Backfill and Trench Resurfacing in accordance with the OCSD Std. Dwg. S -010: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer main complete and in place. Refer to Appendix A for additional information and requirements. Item No. A5 Construct New 8" VCP Sewer Main, Including Bedding, Backfill and Trench Resurfacing in accordance with the OCSD Std. Dwg. S -010: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer main complete and in place. Refer to Appendix A for additional information and requirements. ' SP 17 OF 40 ' Item No. A6 Cleaning and Preliminary Inspection of Existing 12" VCP Sewer Main, Including CCTV Inspection: Work under this item shall include, but not be limited ' to, providing all the necessary equipment, materials and labor to perform the Preliminary Cleaning and Television Inspection described in the Specifications. ' Item No. A7 Install Cured -In -Place Pipe Lining within Existing 12" VCP Sewer Main: Work under this item shall include, but not be limited to, furnishing and installing all pipe lining materials, bypassing of existing sewer main, bypassing of ' existing sewer laterals, all required material testing, post - installation television inspection and all other work necessary to install the pipe complete in place. Item No. A8 Install 36" Steel Casing (t =0.50) per OCSD Std. Dwg. S -030: Work under this item shall include, but not be limited to, obtain all necessary permits, excavation, shoring and closing of jacking and receiving pits, installation of casing ' including control of alignment and grade, backfilling annular space between casing and 15" VCP main with a sand backfill, installation of end seals and all other work necessary to install the casing complete in place. Item No. A9 Install 15" VCP within Steel Casing per OCSD Std. Dwg. S -030: Work under this item shall include, but not be limited to, providing skids and installation ' of 15" VCP main and all other work necessary to install the 15" VCP sewer main complete in place. ' Item No. A10 Construct Manhole (A =60 ", C =36 ") per Orange County Sanitation District Standard Plan S -050 and S -053: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of ' existing sewer laterals, and all other work necessary to install the manhole complete in place. Refer to Appendix A for additional information and requirements. ' Item No. A11 Construct Manhole (A =60 ", C =24 ") per Orange County Sanitation District Standard Plan 5 -050 and S -053: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of ' existing sewer laterals, and all other work necessary to install the manhole complete in place. Refer to Appendix A for additional information and requirements. ' Item No. Al2 Construct Modified Manhole (A =84 ", C =36 ") per Orange County Sanitation District Standard Plan S -050 and 5 -053: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, and all other work necessary to install the manhole complete in place. Refer to Appendix A for additional information and requirements. ' Item No. At Construct Water -Tight Manhole (A =60 ", C =24 ") per Orange County Sanitation District Standard Plan S -050 and S -054: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, ' bypassing of existing sewer laterals, and all other work necessary to install the water tight manhole complete in place. Refer to Appendix A for additional information and ' requirements. 1 ' SP 18 OF 40 ' Item No. A14 Remove Existing Temporary Plug: Work under this item shall include removing two (2) existing 8" and two (2) existing 15" plugs in existing sewers prior to joining the new work. Item No. A15 Construct Vortex Drop Structure, as manufactured by Vortex Flow, Inc. 1- 800 -463 -9572 in New Manhole (A =84 "): Work under this item shall include but not be limited to furnishing and installing all materials, bypassing of existing sewer main, and all other work necessary to install the vortex drop structure complete in place including, but not limited to attaching the Vortex dissipating pool to manhole floor in the following manner: 1. The bottom plate of the dissipating pool should extend several inches beyond the vertical sides of the dissipating pool; 2. Female bolt receptacles to ' be cast into place in manhole floor; 3. Bolts to be inserted through holes in the vortex's extended bottom plate into female receptacles in the manhole floor to allow for vortex removal if necessary and securing the top barrel- shaped portion of Vortex with 2 ' stainless steel straps, bolted into the manhole wall and patching then PVC manhole lining as required. Refer to Appendix A for additional information and requirements. ' Item No. A16 Remodel Existing Sewer Manhole Bases for new pipe(s): Work under this item shall include but not be limited to bypassing of existing sewer main, remodeling the base of the existing sewer manhole to accommodate the addition of a ' proposed sewer main as per details on the plans and all other work necessary to provide a new manhole base complete in place. Existing sewer mains shall be either protected in place, or plugged and abandoned. ' Item No. A17 Construct 6" PCC path per detail on sheet 3: Work under this item shall include furnishing and installing all materials, importing base material, ' compaction, and PCC construction, and all other work necessary to install the PCC path complete in place. ' Item No. A18 Construct 6" PCC curb per detail on sheet 3: Work under this item shall include furnishing and installing all materials, importing base material, compaction, and PCC construction, and all other work necessary to install the PCC ' curb complete in place. Item No. A19 Construct Manhole per City of Newport Beach Standard Plan ' Std. Dwg. Std: 112 -L and Std. - 401 -L: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing and all other work necessary to install the manhole ' complete in place. Item No. A20 Relocate Existing 8" Waterfall Force Main: Work under this ' item shall include furnishing and installing all pipe material including, but not limited to, , exposing utilities in advance of pipe excavation operations, trench excavation, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, including required horizontal and vertical fittings, connections to existing facilities, removal, abandonment or protection of ' interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to relocate the force main complete in place. ' SP 19 OF 40 ' Item No. A21 Remove and Dispose Existing Sewer Manhole: Work under this item shall include exposing utilities in advance of work, excavation, removing and disposing of existing manhole shaft, frame, cover, and base and backfilling the vacated area with sand, and all other items as required to complete the work in place. Item No. A22 Remove Existing VCP Sewer Main as Required: Work under this item shall include but not be limited to sawcutting, removing, and disposing of existing VCP to accommodate the addition of the proposed sewer main or manhole as shown on the plans. Remaining sewer mains shall be either protected in place, or plugged and abandoned as shown on the plans. ' Item No. A23 Abandon Existing Sewer Manhole: Work under this item shall include but not be limited to removing and disposing of existing manhole rings, shaft, ' frame, and cover to a depth of six feet below grade and backfill the vacated area with sand, and all other items as required to complete the work in place. Item No. A24 Cleaning and Abandon Existing VCP: Work under this item shall include but not be limited to cleaning the sewer main before it is abandon and abandoning the existing sewer mains, as required and all other items as required to ' complete the work in place. Item No. A25 Remove and Replace or Protect in Place Existing Water Lines: Work under this item shall include removal and replacement or protecting in place existing water lines larger than 2" in nominal diameter to match the condition prior to start of construction. ' Item No. A26 Remove and Replace or Protect in Place Existing Irrigation, Electrical and Communication Lines: Work under this item shall include removal and ' replacement or protecting in place existing irrigation, electrical and communication lines to match the condition prior to start of construction. Item No. A27 Remove and Replace or Protect in Place Existing Sand Trap: Work under this item shall include removal and replacement or protecting in place existing sand trap to match the condition prior to start of construction and to the satisfaction of the BCCC representative. Item No. A28 Remove and Replace or Protect in Place Existing Green: Work under this item shall include removal and replacement or protecting in place existing green to match the condition prior to start of construction and to the satisfaction of the BCCC representative. Item No. A29 Remove and Replace or Protect in Place Existing Fairway: Work under this item shall include removal and replacement or protecting in place existing fairway to match the condition prior to start of construction and to the satisfaction of the BCCC representative. Item No. A30 Remove and Replace or Protect in Place Existing Tee Box: Work under this item shall include removal and replacement or protecting in place 1 I 1 1 SP 20 OF 40 existing tee box to match the condition prior to start of construction and to the satisfaction of the BCCC representative. Item No. A31 Remove and Replace Existing Landscaping in Kind: Work under this item shall include removal and replacement of landscaping to match the condition prior to start of construction and to the satisfaction of the BCCC representative. Refer to Appendix B for additional information and requirements. ' Item No. A32 Sawcut and Remove PCC Path: Work under this item shall include but not be limited to sawcutting, removing, and disposing of existing PCC path, subgrade compaction, restoration of any private improvements damaged during ' construction, and all other items as required to complete the work in place. All path replacements shall occur to the nearest full slab. ' Item No. A33 Protect Existing Tree: Work under this item shall include but not be limited to required measures to protect the tree from damage or injury during the sewer construction including the use of a state certified arborist to direct Contractors operations. Item No. A34 Remove Tree: Work under this item shall include but not be ' limited to cutting, removing, and disposing of the existing tree including the root ball. Item No. A35 Sawcut and Remove PCC Curb: Work under this item shall ' include but not be limited to sawcutting, removing, and disposing of existing PCC curb, subgrade compaction, restoration of any private improvements damaged during construction, and all other items as required to complete the work in place. All curb reconstruction shall extend to the nearest joint. Item No. A36 Re- abandoned Existing Sewer Manhole: Work under this item ' shall include but not be limited to verifying if manhole was previously abandoned if not then the work shall include removing and disposing of existing manhole rings, shaft, frame, and cover to a depth of six feet below grade and backfill the vacated area with ' sand, and all other items as required to complete the work in place. Item No. A37 Rehabilitate Existing Sewer Manhole: Work under this item ' shall include but not be limited to cleaning, waterproofing and applying 125 mil minimum polyurethane lining, and all other items as required to complete the work in place. ' Item No. A38 APC Placement: Work under this item shall include but not be limited to restoring interior walls of the existing manhole to original section dimensions, ' and to regain coverage of reinforcing steel, and all other items as required to complete the work in place. ' Item No. A39 Preparation of Water Pollution Control Program: Work under this item shall include development, implementation, and maintenance of a Water ' Pollution Control Program (WPCP) and all other items as required to complete the work in place. Contractor shall be responsible for preparing, prior to start of any work, and maintaining onsite throughout the length of this Contract a Storm Water Prevention i SP 21 OF 40 Pollution Plan (SWPPP) in accordance with the requirements and guidelines as set forth in the State Water Resources Control Board (SWRCB) — Order No. 99 -08 -DWG; National Pollutant Discharge Elimination System (NPDES), General Permit No. CAS000002; Waste Discharge Requirements (WDRS) for Discharges of Storm Water runoff Associated with Construction Activity. Item No. A40 Construction Surveying: Work under this item shall include surveying, construction staking, and all other work items as required to complete the ' work in place. Item No. A41 Trench Excavation Safety Measures and Implementation: Work under this item shall include but not be limited to submitting a detailed plan to the engineer prior to excavating any trench greater than five feet in depth per the project specifications and implementation of the required shoring and bracing to complete the work in place Item No. A42 Slurry Fill Existing 15" VCP: Work under this item shall include but ' not be limited to all work necessary to fill approximately 50 lineal feet of existing 15" VCP sewer in place. ' Item No. A43 Prepare As -Built Plans: Work under this item shall include providing one set of redlined prints reflecting any changes made during construction. Redline Plans shall be kept clean, fully legible, up to date, and provided to the Engineer ' prior to request for payment for said work. ' PART B: 2005 -2006 VARIOUS CITY SEWER IMPROVEMENTS Item No. 131 Mobilization. Demobilization and Cleanup: Work under this item ' shall include all mobilization and demobilization, preparation and scheduling of materials, labor and equipment as necessary to complete the work under this section of the contract. ' Item No. B2 Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all other costs incurred in notifying the residents. The Contractor shall implement traffic control per drawings prepared by a Traffic Engineer licensed in the State of California and submitted to the Engineer for approval prior to beginning work in area affecting travel or ' vehicular movement. The Contractor shall utilize the traffic control plan provided in the plans for work on Superior Avenue. In addition, this item shall include complying with ' traffic control plans required by the project including, but not limited to, preparation of project related traffic control plans, signs, cones, barricades, green four -foot high safety fence, flashing arrow sign, K -rail, striping, flag men and all other work necessary to ' comply with the WATCH manual, latest edition, City of Newport Beach requirements and all Caltrans requirements. Item No. B3 Cleaning and Pre- and Post - Installation CCTV Inspection of Existing 8 -Inch VCP Sewer Including Locating Existing Sewer Laterals. Work under I 1 1 SP 22 OF 40 this item includes providing all necessary equipment, tools, materials, and labor to perform this work as described herein and elsewhere in these Special Provisions. Pipe) Sewer Main. Work under this item includes providing all necessary equipment, tools, materials, and labor to perform this work as described herein and elsewhere in these Special Provisions. Item No. B5 Re- establish Sewer Lateral Service by Remote Cutting Device. Work under this item includes providing all necessary equipment, tools, materials, and labor to locate and reconnect sewer lateral using CCTV and remote cutting device to perform this work as described herein and elsewhere in these Special Provisions. Work under this item shall include furnishing and installing all materials, removing and disposing of existing improvements, exposing existing utilities in advance of work, temporary bypassing of existing sewer main, temporary bypassing of existing sewer laterals, excavation, temporary patching or plating, control of ground and /or surface water, disposal of excess excavated materials, backfilling and compaction, furnishing and installing all materials, all required material testing, pre -and post - installation CCTv inspection, and all other work necessary to install the manhole complete in place. Item No. B7 Furnish /Install Sewer Lateral Pipe Der CNB Std -406 -L (Use ' VCP in lieu of SDR 35 PVC Pipe): Work under this item shall includes, but not be limited to, exposing utilities in advance of the work, excavation, pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ' ground or surface water, backfill, compaction, disposal of excess excavated materials, and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer lateral complete and in place. 1 1 1 1 1 Item No. B8 Furnish /Install Sewer Lateral Cleanout CNB Std - 406 -L: Work under this item shall include the furnishing and installation of the cleanout assemblies associated with the Sewer Lateral Pipe (described in Bid Item No. 137), including but not be limited to, exposing utilities in advance of the work, excavation, pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer cleanout(s) complete in place. Item No. B9 Furnish /Install New 8" VCP Sewer Main, Including Bedding, Backfill and Trench Resurfacing in accordance with the CNB Std - 105 -L -A and Std -105- L=B: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, removal and disposal of interfering portions of existing sewer pipe, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements, CCTV inspection and all other work necessary to construct the sewer main complete and in place. I 1] 1 1] [1 SP 23 OF 40 Item No. B10 Remove and Reconstruct 8" VCP Sewer Main, Including Bedding, Backfill and Trench Resurfacing in accordance with the CNB Std - 105 -L -A and Std - 105 -L -B: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, existing pipe removals, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements, CCTV inspection, and all other work necessary to construct the sewer main complete and in place. Item No. B11 Furnish /Install New 12" VCP Sewer Main, Including Bedding. Backfill and Trench Resurfacing in accordance with the CNB Std - 105 -L -A and Std -105- L =B: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, removal and disposal of interfering portions of existing sewer pipe, disposal of excess excavated materials, compaction, CCTV inspection, and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer main complete and in place. ' Item No. B12 Reconstruct AC Pavement Section per CNB Std - 105 -L -B: Work under this item shall include, but not be limited to, subgrade compaction, tack coat, placement of AC (minimum 4" thick but not less than 1" thicker than existing adjacent ' AC section) over a minimum of 8" CMB, and all other work necessary to complete the work in place. ' Item No. B13 Reconstruct PCC Pavement Section per CNB Std - 105 -L -B, 140 & 141: Work under this item shall include, but not be limited to, topographic survey and as- builting of pre - project conditions for grade control on existing concrete flowlines, ' joins, edges, grade breaks and other critical areas to provide for a basis for construction grades after installation of pipe and subgrade preparation, subgrade compaction, construction of the PCC Pavement (minimum 8" thick) in accordance with the ' referenced standards, and to meet pre - project grades and flow lines , and all other work necessary to complete the work in place. ' Item No. B14 Pipe burst Existing 8" CIP or VCP Sewer and Install 8" HDPE SDR 17 Sewer Main and Fittings: Work under this item shall include pipe bursting the existing sewer main and furnishing and installing all pipe materials including, but not limited to, exposing utilities in advance of the work, excavation and repair of pipe bursting pits, pavement removal and disposal, temporary patching or trench plating, ' bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, installation of pipe and butt fusion of joints, HDPE fittings, couplings, potholing existing utilities, removal and disposal of interfering portions of existing sewer 1 pipe, CCTV inspection, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer main complete and in place. Item No. B15 Furnish /Install Sewer Terminal Cleanout CNB Std - 400 -L: Work under this item shall include the furnishing and installation of the cleanout assemblies SP 24 OF 40 including but not be limited to, exposing utilities in advance of the work, excavation, pavement removal and disposal, temporary patching or plating, bypassing of sewer flow ' as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements and all other work necessary to complete the work in place. ' Item No. B16 Remove and Reconstruct 4" PCC Sidewalk per CNB Std - 180 -L: Work under this item shall include but not be limited to, sawcutting, removing and disposing of existing PCC sidewalk material, subgrade compaction, construction of new 4" PCC sidewalk, repairing of adjacent damaged improvements (caused by Contractor's demolition and construction operations) including private property facilities, and all other ' work necessary to construct the work in place. Item No. 617 Remove and Reconstruct PCC Curb and Gutter (to Match ' Existing) per CNB Std - 182 -L: Work under this item shall include but not be limited to, sawcutting, removing and disposing of existing PCC curb and gutter material, subgrade compaction, construction of new PCC curb and gutter to match existing conditions and ' join points, repairing of adjacent damaged improvements (caused by Contractor's demolition and construction operations) including private property facilities, and all other work necessary to construct the work in place. Item No. B18 Furnish /Install Sewer Chimney Lateral w /Cleanout per CNB Std - 408 -L: Work under this item shall include the furnishing and installation of the lateral ' pipe and Cleanout assemblies including but not be limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, disposal of ' excess excavated materials, and replacement of all improvements to match existing improvements and all other work necessary to complete the work in place. ' Item No. B19 Remove and Dispose Existing Lamphole /Cleanout: Work under this item shall includes but not limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, bypassing of sewer flow as required, removal ' and disposal of existing improvements, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, and replacement of all improvements to match existing improvements and all other work necessary to ' complete the work in place. Item No. B20 Remove and Dispose Existina Manhole: Work under this item ' shall includes but not limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, bypassing of sewer flow as required, removal and disposal of existing improvements, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements and all other work necessary to complete the work in place. Item No. B21 Abandon Existing Manhole: Work under this item shall include but not be limited to excavations, removing and disposing of existing manhole rings, shaft, frame, and cover to a depth of six feet below grade and backfill the vacated area with sand, control of ground or surface water, compaction, disposal of excess 1 ' SP 25 OF 40 ' excavated materials, and replacement of all improvements to match existing improvements and all other work necessary to complete the work in place. ' Item No. B22 Join Existing Sewer Manhole /Reconstruct Base for New Pipe: Work under this item shall include but not be limited to bypassing of existing sewer ' main, remodeling the base of the existing sewer manhole to accommodate the addition of a proposed sewer main as directed by City Inspector, and all other work necessary to provide a new manhole base and connect new sewer pipe complete in place. Existing ' sewer mains shall be either protected in place, or plugged and abandoned. Item No. B23 Plug and Abandon Existing 8" VCP Sewer: Work under this ' item shall include all work necessary to plug and abandon the existing sewer in place. Item No. B24 Construction Surveying: Work under this item shall include ' surveying, construction staking, and all other work items as required to complete the work in place. ' Item No. B25 Trench Excavation Safety Measures Implementation: Work under this item shall include but not be limited to submitting a detailed plan to the engineer prior to excavating any trench greater than five feet in depth per the project ' specifications and implementation of the required shoring and bracing to complete the work in place. ' Item No. B26 Prepare As -Built Plans: Work under this item shall include providing one set of redlined prints reflecting any changes made during construction. Redline Plans shall be kept clean, fully legible, up to date, and provided to the Engineer prior to request for payment for said work. ' PART C: 2005 -2006 VARIOUS CITY STORM DRAIN IMPROVEMENTS Item No. C1 Mobilization. Demobilization and Cleanup: Work under this item shall include all mobilization and demobilization, preparation and scheduling of materials, labor and equipment as necessary to complete the work under this section of the contract. Item No. C2 Install CIPP Lining Within Existing 12" Diameter Storm Drain Including Pre- installation CCTV. Cleaning, and Post- Installation CCTV Inspection. ' Work under this item includes providing all necessary equipment, tools, materials, and labor, including the control and disposal of nuisance /rainwater during construction, to ' perform this work as described herein and elsewhere in these Special Provisions. 1{...... K1— nn I. -_a.0 ^IMM 1:_.__ %ARLL:_ r_:_a:. --. .IGII n:_._&_- n - -:— ' •.. V.VG.M V VaGG41V 11 VV 1 Y VIGGII IIIIV• CIIIV 1 VJl- IIIJ4GIIQa1V 11 VV 1 Y IIIJNV Va1V 11. Work under this item includes providing all necessary equipment, tools, materials, and labor, including the control and disposal of nuisance /rainwater during construction, to perform this work as described herein and elsewhere in these Special Provisions. SP 26 OF 40 Item No. C4 Prepare As -Built Plans: Work under this item shall include providing one set of redlined prints reflecting any changes made during construction. ' Redline Plans shall be kept clean, fully legible, up to date, and provided to the Engineer prior to request for payment for said work. 9-3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." 1 1 [1 1 1 1 1 SP 27 OF 40 PART 2 - CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 207 -17 PVC PLASTIC PIPE ' 207 -17.1 General. Add to this section: "All PVC plastic pipe shall be SDR 35." ' 207 -18 HIGH - DENSITY POLYETHYLENE (H.D.P.E.) SOLID WALL PIPE 207 -18.1 General. Add to this section, "All pipe and couplings for the 8 -inch pipe- ' bursted gravity sewer shall have an SDR (Strength /Diameter Ratio) of 17 yielding a pressure rating of at least 100 psi. The pipe shall be Plexco type pipe as manufactured by Chevron Chemical Company. All piping shall be clearly marked with the name of the ' manufacture, size and type. Pipe shall be continuous lengths by the butt fusion method. Butt fusing shall be done by a certified technician. Certificates shall be provided to the City prior to any fusing activities. Fittings shall be mitered Plexco type ' fittings made of the same materials as the Plexco pipe. Mitered fittings shall be assembled using angular cut pipe segments fused together into a single fitting." 207 -18.5 Submittals. The Contractor shall provide the following submittals with the bid: Submit the following documentation of the Contractor's qualifications with the bid package: a. Documentation that the Contractor is certified for the butt fusing process. b. Documentation that the Contractor has a minimum of 2 years installation experience and has installed a minimum of 5,000 lineal feet of H.D.P.E. pipe using the Contractor's own forces. c. Documentation shall list agency, project name, date installed, agency contact person and phone number. d. Documentation that the onsite foreman who will perform the installation has a minimum of 2 years experience installing the bidder's product. ' SP 28 OF 40 e. Documentation of their employee's cognizance and ability to comply with all Federal and State OSHA regulations regarding confined space ' entry. f. Company history stating years in service. ' 2. Submit shop drawings in accordance with the Standard Specifications, including points of insertion and methodologies. ' 3. Submit manufacturer's installation instructions, including recommendation for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing. 1 1 1 1 1 r 207 -18-6 Warranty. The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to the City, any and all defects, breaks, or failures of the work occurring within one year following the date of acceptance of the work due to faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the Contractor performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any contract, the Contractor shall repair the same and the one year warranty period required shall, within relation to such required repair, be extended one year from the date of completion of such repair. SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS 212 -2 IRRIGATION SYSTEM MATERIALS 212 -2.1 Pipe and Fittings 212 -2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Change the last sentence in the second paragraph to: "Schedule 80 only, shall be supplied when threaded joints are specified or otherwise permitted by the OWNER." Add to this section: "All pipes shall be homogeneous throughout and free from cracks, holes, foreign materials, blisters, deleterious wrinkles, and dents. Irrigation pipe and fittings used to transport reclaimed water shall be color coded purple. Pipe shall be marked as follows: "CAUTION — RECLAIMED WATER." All pipes shall be Permanently marked with the following: Manufacturer's name or trademark, size, schedule, type of pipe, pressure rating, (psi) for water at 73 degrees F and a National Sanitation Foundation (N.S.F.) certification seal or marking." ' SP 29 OF 40 ' 212 -2.2 Valves and Valve Boxes ' 212 -2.2.1 General "Valves shall be of the size, type and capacity to match existing or as designated by the OWNER and with the requirements specified herein. ' All valves except quick couplers shall be capable of satisfactory performance at a working pressure of 200 psi. Valves shall be designed to permit disassembly to replace sealing components without removal of the valve body from the pipeline. ' Shutoff Valves: Sizes 2 -inch and smaller shall be all bronze ball type (Stockham, Crane, Nibco, Gee, Kennedy, or equal). Sizes 2 -1/2 -inch and larger shall be iron body ' brass trimmed with other features the same as for 2 -inch size. The valve manufacturer shall submit a written guarantee stating that the valves will ' operate under dirty water conditions for a period of 1 year after date of final acceptance." ' 212 -2.2.4 Remote Control Valves "Remote control valves shall be Electrically operated. They shall be brass bodied with resilient solenoid valve seat surface, equipped with flow control adjustment, and capability for manual operation. They shall ' be made so that they may be readily disassembled for servicing, slow opening and adjustable closing speed, and self - cleaning." ' 212 -2.2.6 Quick Coupler Valve and Assembly "Quick couplers shall be of the Acme thread keyway type. Quick couplers shall be constructed of rod brass and cast brass, shall have a maximum capacity of 20 gpm, and shall have a 1 -inch bottom female pipe ' thread and wastewater caution sticker. Install in remote control valve box with remote control valve or individually below grade in a valve box to match existing or as designated by the OWNER. Quick - coupling valve assemblies shall include the valve, ' corresponding key and hose swivel." ' 212 -2.2.7 Valve Boxes "Valve Boxes and Covers shall be Precast portland cement concrete, sized as required for easy access to the valve. Covers shall be cast iron double toggle locking lid. Remote Control Valve (RCV) Box Lids shall be marked with the controller letters and station numbers called to match existing or as designated by the OWNER. Letters shall be 2 inches in height and made using stencils and black paint. All stencils and paint shall be approved by the OWNER prior to application." 212 -2.4 Sprinkler Equipment "Existing sprinklers are to be reused. Care must be given to protect from damage at all times. OWNER will verity condition prior to reinstalling heads. If the existing sprinkler has been damaged the Contractor shall repair or replace the sprinkler to the satisfaction of the OWNER at no cost to the City, District or OWNER." F ' SP 30 OF 40 ' PART 3 - CONSTRUCTION METHODS ' SECTION 300 -- EARTHWORK 300 -1 CLEARING AND GRUBBING ' 300 -1.3 Removal and Disposal of Materials ' 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines ' may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. ' The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at ' the end of each work day." 300 -1.3.2 Requirements. ' (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 % inch" of the last ' sentence with the words "two (2) inches." ' 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed ' of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated ' and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. ' SECTION 302 - -- ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT ' 302-5.1 General. Add to this section: "The asphalt concrete used shall be III -C3- AR- 4000." ' 302 -5.4 Tack Coat. Add to this section: `Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — ' tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." ' SP 31 OF 40 ' 302-6 PORTLAND CEMENT CONCRETE PAVEMENT ' 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until PCC has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength ' may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." ' SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION ' 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall ' be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured PCC improvements subject to vehicle ' loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." ' 303 -5.4 Joints ' 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut s parallel to the centerline of the alley, to the limits shown on the plan or as otherwise directed by the Engineer. The Contractor may also sawcut at the property lines, ' adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C. ' and P.C.C. within private property where necessary or where directed by the Engineer, in a manner that matches the adjoining existing private property in structural section, texture and color." ' 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The ' Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 - 3402." SP 32 OF 40 ' SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION ' 308 -1 GENERAL. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could ' compromise the stability of the tree that is to be "Protected in Place." The Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway at ' (949) 644 -3083 and a OWNER representative a minimum of five (5) workdays prior to beginning the work. The Contractor shall describe its method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester ' and the OWNER representative will decide at that time if a formal submittal is required for review by the City and the OWNER. ' If the Contractor encounters large tree roots, it shall cease work at that location and immediately contact the City's Urban Forrester and OWNER representative for inspection. Upon inspection, the Urban Forrester and OWNER representative may ' require the Contractor to formally submit a plan for removing the large roots to the City and OWNER for review. In all cases where inspection of the irrigation system is required and where portions of the work are specified to be performed under the direction and inspection of the ' OWNER, the Contractor shall notify the OWNER at least 48 hours in advance of the times such inspection and direction is required. ' Make adjustments where necessary to conform to actual field conditions to the satisfaction of the OWNER. Make the irrigation system operational with uniform and adequate coverage of the areas to be irrigated, prior to planting. 1 1 1 1 1 Contractor shall refer to Appendix B for additional information and requirements." 308 -2.2 Trench Excavation and Backfiil lines - 18- inches." 308-5-2. Irrigation Pipeline Installation Replace number (3) with "Lateral sprinkler 308-5.2.1 General Add to this section: " Backfill trenches so that the specified thickness of topsoil is restored to the upper part of the trench. Compact trench backfill through paved areas in 8 -inch layers to 95 percent relative compaction up to subgrade to receive asphalt concrete paving and base material. Resurface trenches through paved areas to match an existing pavement." Place all mainlines under paving in Schedule 40 PVC sleeves. Oversize the sleeves sufficiently to house the pipe, fittings, and control valves." ' SP 33 OF 40 ' 308 -5.2.3 Plastic Pipeline Replace the 7th paragraph with "Plastic pipes shall not be field threaded." And the 9th paragraph with "Pipe shall be protect from tool damage ' during assembly. Vises shall have padded jaws and strap wrenches shall be used for installation of fittings and nipples." 308 -5.3 Installation of Valves, Valve Boxes, and Special Equipment Replace with the following: `Provide and install all valves and other equipment in strict accordance with the manufactures recommendation and the direction of the OWNER in ' a normal upright position, a minimum of 6- inches from the edge of curbs, walks, or pavement, in planting areas. Make all equipment readily accessible for operation, maintenance, and replacement. Install valves the same size as the pipeline in which they are installed, unless otherwise directed by the OWNER. Install gate valves and sectional control valves below ground. House in a covered acceptable box that will permit access for field servicing. Mark covers of shutoff valves "IRRIG. EFFLUENT" and automatic control valve covers "RCV IRRIG. EFFLUENT" in 2 -inch cast letters. In addition, with an approved black paint, on the automatic control valve box cover stencil the controller letter and station number 2- inches in height. Quick - coupler valves shall have red covers and shall be installed to match existing or at the direction of the OWNER. Mark valve box cover "Q.C. IRRIG. EFFLUENT" in 2 -inch cast letters. Set valve boxes and valve markers to finish grades on a 12 -inch deep layer of 1 -inch size crushed rock and set valves at sufficient depth to provide clearance between cover and valve handle or key when the valve is in the fully open position. Place crushed rock below the valve. Do not cover the valve with crushed rock." 308 -5.4 Sprinkler Head Installation and Adjustment. ' 308 -5.4.2 Location, Elevation and Spacing Replace with the following: "Do not exceed the maximum irrigation head spacing shown on the Drawings or recommended by the manufacturer. Locate irrigation heads projecting above finish grades at least 6- inches away from adjacent ' curbs, walks, paving, and similar improvements unless otherwise indicated. 308 -5.4.3 Riser and Nozzle Line Installation Replace with the following: "Install ' risers perpendicular to finished grade to obtain optimum coverage of the area. All risers shall be prethreaded Schedule 80 PVC unless otherwise indicated (length and diameter as required). ' Provide threaded pipe between the connection to the lateral or main and sprinkler head." 1 ' SP 34 OF 40 308 -5.6 Flushing and Testing ' 308 -5.6.1 General Add to this section: "All equipment, materials, and labor necessary to perform the tests shall be furnished by the Contractor and all tests shall be conducted in the presence of the Engineer and ' OWNER." 308 -5.6.2 Pipeline Pressure Test Replace the last sentence in the 18t paragraph with "The constant test pressure and the duration of the test for all pipes is 80 psi for 2 (two) hours." I 308-5.6.3 Sprinkler Coverage Test Add to this section "to the satisfaction of the OWNER." ' 308 -5.6.4 Operation Test Add to this section "to the satisfaction of the OWNER." IPART 4 PORTLAND CEMENT CONCRETE ' 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 1 400 -2.1.1 Requirements. Add to this section: 'The Contractor may use crushed aggregate base or crushed miscellaneous base as base materials." ` PART 5 ' SECTION 500 - -- PIPELINE SYSTEM REHABILITATION 500 -1 PIPELINE REHABILITATION 500 -1.1 Requirements 500 -1.1.1 General. Add to this section: 'The Contractor shall field verify the ' pipe diameter at the manholes and lengths prior to ordering liner materials. The Contractor shall notify the Engineer of any discrepancies between information obtained in the field and project specifications. Installation of the sewer lining shall be performed by a Contractor licensed by the manufacturer /owner of the process. Bidders are required to submit copies of such ' licenses with their bids. A bidder's failure to do so shall render their bid non- responsive. Minimum pipe liner wall thickness: ' SP 35 OF 40 The liner's wall thickness shall be calculated per ASTM F 1216 -93, Appendix X1, "Fully Deteriorated Gravity Pipe Condition." The physical properties listed below shall be ' used for the ASTM F 1216 -93 calculations. The Contractor shall submit with the bid one clear, accurate and legible copy of all calculations, signed by a registered Civil Engineer in the State of California. If the calculations are not included with the bid ' proposal, the bid shall be considered non - responsive. Mean Diameter (D)= 8 -inch, 10 -inch, 12 -inch, and 15 -inch ' Depth of pipe (H) = Assume 20 -feet for 8- inches, 15 -feet for 10- inches, 12 -inch and 15- inch pipe. Height of water above top of pipe (Hv,)= Assume 15- -feet for 8 -inch and 7 -feet for 10- ' inch, 12 -inch and 15 -inch pipe. H2O highway loads Soil Modulus (E's) = 1000 psi t Soil Density = 120 pcf Ovality= (q) 2% Factor of safety (N) = 2 I Flexural strength (v;) in accordance with ASTM D790. Provided by the proposed liner manufacturer. Instantaneous Flexural Modulus (E;) in accordance with ASTM D 790. Provided by the proposed liner manufacturer. Long term Flexural Modulus (E L) in accordance with ASTM D 2990. Provided by the proposed liner manufacturer. 1 All other variables are per accepted industry standards or per the proposed liner manufacturer recommendation, which ever is greater. To determine the thickness (t) of the proposed liner the following rearranged equation ' shall be used: (as determined by ASTM F 1216) r 1= 0.721D (N9tC) 2 1/3 1 lELRWBTE J ' If the pipe liner process requires a thicker DR for the site, or existing pipeline condition designed with a 2 to 1 safety factor the Contractor shall provide the thicker pipe required. Cured- in- Place Liner (CIPP) designs shall use extra thickness as required by the manufacturer to compensate for resin migration/ seal factor to fill joints, cracked or ' deteriorated pipelines. Post testing for minimum design thickness shall be in accordance with ASTM D5813, 500 -1.1.2 Submittals. Add to this section: "The Contractor shall provide the following submittals with the bid (Failure to provide all submittals with the bid shall render the bid non - responsive and the bid shall be rejected): ' 4. Submit documentation of all design calculations and assumptions for thickness and hydraulic capacity in accordance with ASTM F1216 for fully deteriorated pipe, gravity flow. Also provide third party test value for instantaneous flexural modulus (Ei) per ASTM D790 and long term (10,000 HR) Flexural Modulus (EL) per ASTM D2990. ' 5. Submit liner size, liner and resin materials, and resin manufacturer's heating requirements. 6. Submit manufacturer's installation instructions including recommendations for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing." 500 -1.1.4 Cleaning and Preliminary Inspection. Add to this section: ' "Water shall be provided as defined in these Special Provisions, Section 7 -8.5. Water used for flushing during the cleaning operations shall be piped or conveyed into the sewer system. The water shall not be allowed to flow onto portions of the golf course or streets with vehicular traffic." 500 -1.1.5 Television Inspection. Add to this section: "Any obstruction encountered that will prevent liner insertion shall be called to the attention of the Engineer. If the obstruction cannot be removed by conventional sewer cleaning equipment, then the Contractor shall excavate to uncover and remove or repair the SP 36 OF 40 1. Submit the following documentation of the Contractor's qualifications with the bid package: a. Documentation that the Contractor is certified and licensed for the CIPP lining process. b. Documentation that the Contractor has a minimum of 3 years installation experience and has installed a minimum of 5000,000 lineal feet of CIPP liner using the Contractor's own forces. C. Documentation shall list agency, project name, date installed, agency contact person, and phone number. d. Documentation that the onsite foreman who will perform the installation has a minimum of 2 years experience installing the bidder's liner product. e. Documentation of their employees' cognizance and ability to comply with all Federal and State OSHA regulations regarding confined space entry. f. Company History stating years in service. 2. Submit shop drawings in accordance with the Standard Specifications, including points of insertion and methodologies. 3. Submit documentation of third party chemical resistance testing for the proposed felt and resin system in accordance with the Standard 1 Specifications for Public Works Construction (latest edition) or ASTM D5813 for CIPP lining. ' 4. Submit documentation of all design calculations and assumptions for thickness and hydraulic capacity in accordance with ASTM F1216 for fully deteriorated pipe, gravity flow. Also provide third party test value for instantaneous flexural modulus (Ei) per ASTM D790 and long term (10,000 HR) Flexural Modulus (EL) per ASTM D2990. ' 5. Submit liner size, liner and resin materials, and resin manufacturer's heating requirements. 6. Submit manufacturer's installation instructions including recommendations for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing." 500 -1.1.4 Cleaning and Preliminary Inspection. Add to this section: ' "Water shall be provided as defined in these Special Provisions, Section 7 -8.5. Water used for flushing during the cleaning operations shall be piped or conveyed into the sewer system. The water shall not be allowed to flow onto portions of the golf course or streets with vehicular traffic." 500 -1.1.5 Television Inspection. Add to this section: "Any obstruction encountered that will prevent liner insertion shall be called to the attention of the Engineer. If the obstruction cannot be removed by conventional sewer cleaning equipment, then the Contractor shall excavate to uncover and remove or repair the ' SP 37 OF 40 obstruction as defined in these Special Provisions, Section 500 -1.2, Pipeline Point Repair. The presence of an obstruction shall be demonstrated to the Engineer at the ' site of each obstruction. Removal of such obstructions shall be authorized in writing, by the Engineer. Obstructions may include, but not be limited to, offset or separated joints, protruding laterals or other such obstructions not shown on plans, or any sharp object which may damage the liner. The cost of such work shall be considered extra work and paid per 3 -3." 500 -1.1.7 Miscellaneous, Access /insertion Pits (c) Add to this section: "Access pits excavated in paved streets shall be covered with steel plates until resurfacing has been completed. The steel plates may be removed during the workday at locations where entry is required but shall be replaced at the end of the workday. The plates shall be of a type that will support all types of vehicular traffic at the work location; and shall be pinned down to prevent ' displacement of the plate by traffic vibration. The steel plate shall overlap the maximum dimensions of any excavation to provide a minimum of 12- inches of bearing support between the pavement surface and the plate. To prevent inflow of surface water and excessive vibration, the Contractor shall place and maintain a berm of temporary ' resurfacing material, equal to the thickness of the steel plate, around the entire perimeter. The berms shall be maintained daily and a stockpile of temporary resurfacing material shall be available at the job site during the entire period that plates are in use. The installation of steel plates shall in no way relieve the Contractor from the responsibility of installing proper and adequate barricades and warning devices adjacent to and around the excavations." 500 - 1.1.10 Warranty. Add the following section: "The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to the City, any and all defects, breaks, or failures of the work occurring within two years following the date of acceptance of the work due to faulty or ■ inadequate materials or workmanship, and for damage or disturbances to other ■ improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the Contractor performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface of subsurface work done under the contract, or in any ' adjacent surface or subsurface improvements not included in the work under the contract, the Contractor shall repair the same and the one two warranty period required shall, within relation to such required repair, be extended one two from the date of completion of such repair." 500 -1.2.4 Sewer Bypassing and Dewatering. Add to this section: ' "Contractor is required to provide bypassing of the sewer main during the lining process. The Contractor shall submit a plan for bypassing for approval by the City. Approval by the City does not in anyway relieve the Contractor of its responsibilities ' provided for in this section or of any public liability for sewage spills under this Contract." SP 38 OF 40 ' 500 -1.4 Cured -In -Place Pipe Liner (CIPP Liner) — Type A 500 -1.4.1 General. Replace the first sentence of this section with: "CIPP liner for the rehabilitation of pipelines shall use an approved thermosetting polyester resin, installed by an inversion or pull in method per ASTM F1216 or F1743 and 1 D5813." 500 -1.4.2 Material Composition and Testing. Revise this section to delete the term "epoxy resin" and replace it with the term "polyester resin." 500 -1.4.4 Chemical Resistance. Replace the first sentence of this section with: "The CIPP liner system furnished shall include a polyester resin meeting the I chemical resistance test requirements of ASTM D5813. Proof of meeting these requirements shall be provided to the Engineer with the Contractor's bid." 500 -2 MANHOLE AND STRUCTURE REHABILITATION ' 500 -2.1.1 General. Add to this section: "It is the intent of these specifications that the manhole to be lined shall be completely sealed and protected by the specified lining, without ground water infiltration. The liner must be continuous, without seams, ' free from any holes or defects, and completely bonded to the existing structures. The Contractor shall furnish all services, labor, materials and equipment necessary to perform the work at the locations specified per the contract. All work shall be performed without restriction or interruption of flows. The City may require testing of the materials and methods of compliance with these requirements prior to delivery to the job site and/or prior to acceptance depending upon the alternate selected. ' The Contractor shall submit a detailed catalog of the coating product and the manufacturer's recommended procedures for performing the work at the pre- ' construction meeting. The Contractor shall submit shop drawings per 2 -5.3 showing the type of proposed ' bypass system to be used during the manhole rehabilitation process. It is the responsibility of the Contractor to take adequate measures to insure that no debris is allowed to enter the sewer system. If at any time debris does enter the sewer system, ' the Contractor shall clean the sewer system to a point downstream as determined by and to the satisfaction of the Engineer. All costs associated with the cleaning of the sewer system and the removing of the debris shall be bome by the contractor and no additional compensation shall be allowed, therefore. The Contractor shall provide traffic control per 7 -10." 500 -2.1.2 Measurement and Payment. Delete and replace with the following: "Manhole rehabilitation will be measured from the rim or finish surface to the shelf of the manhole plus two (2) vertical feet (v.f.) to cover any miscellaneous concrete in the base area. Measurement shall be made to the nearest half (0.5) foot. Payment will be made at the Contract Unit Price bid per vertical foot (v.f.) and shall be full payment for each manhole rehabilitated, including but not limited to, reconstruction of invert as required, damp proofing and/ or waterproofing concrete surfaces as ' SP 39 OF 40 ' required, and all other incidentals required to provide a completely rehabilitated manhole and no additional compensation shall be allowed, therefore." ' 500 -2.4.2 Cleaning. Add to this section: "Contractor shall ascertain actual field conditions by observation and inspection of the manhole. The surfaces to be restored are the walls of the manhole from the top of the chimney (rim) to the base, including the shelf. All interior surfaces shall be water blasted to ' remove all deteriorated brick, concrete, or any existing coating until a good grade of brick or concrete is exposed. All grease or residue shall be removed during the surface preparation. ' Prior to the APC placement and the polyurethane liner, the Contractor shall stop all leaks (waterproofing) in the existing structure. The method used to stop the leaks shall be at the Contractor's option as approved by the City. The City shall not be responsible for any approved method for stopping leaks, which fails to meet the criteria. All costs associated with waterproofing shall be included in the price bid for manhole rehabilitation and no additional compensation shall be allowed, therefore." 500 -2.4.4 APC Placement. Add to this section: "The Contractor will not be ' allowed to apply the APC until after the Engineer has approved the preparation of the existing interior surfaces. APC shall be applied to remove all surface irregularities and to provide a smooth surface on which to apply the polyurethane liner. All surfaces shall be as dry as possible prior to installation of the liner. APC will be required on all brick manholes. On concrete manholes, APC shall be required in variable thickness to restore walls to original section dimensions, and to regain coverage of reinforcing steel. Payment for APC placement shall be considered to be included in the contract unit price for each square yard placed and no other ' compensation will be allowed therefore." ' 500 -2.4.6 Primer and Lining Materials. Add to this section: "The Contractor shall use Sancon 100, TuffStuff, Zebron or an approved equal Durathane 100 type of lining and provide a 5 -year warranty on the liner. wOnce the coating formulation is accepted and approved by the City, it shall not be changed except by authority of the Engineer, or in conjunction with N.S.U. Products. ' The lining shall be 125 mil coating of high build, anti - corrosive and anti - abrasive impact resistant, two component, 100% solids, non- solvented, hybrid polyurethane coating, with a shore "D" hardness of 57 at 77 degrees Fahrenheit. The material must be able to pass the flexibility as prescribed by A.S.T.M. D -1737, using cylinder mandrel of 0.5 inches. The flash point of the fluid mixture is 450 degrees Fahrenheit open zahn cup. 1 ' SP 40 OF 40 ' The coating material shall meet or exceed the Applicable Standards in addition to the following specifications ": ' 500 -2.4.7 Lining Application. Delete and replace with the following: 'The polyurethane lining application shall take place after the APC has cured for a minimum of 24 hours and shall be applied to all interior surfaces, including the grade rings and ' shelves from 3 inches below the low -flow water level to the cover. Prior to the polyurethane applications, the manhole surfaces shall be primed with the epoxy primer to a thickness of 3 mils minimum to 5 mils maximum. Prior to the epoxy primer becoming tack -free, the polyurethane lining shall be immediately applied to a thickness of 125 mils minimum. The polyurethane lining shall be continuous, without seams, uniform in color, fully cured, and free of pinholes, surface imperfections and blisters. ' The color shall be white or cream. The complete coating shall be impermeable to sewer gases and liquids and non - conducive to bacterial or fungus growth. The lining shall be capable of repair at any time during its life. Application of the polyurethane ' liner shall be as specified by the manufacturer. The Contractor shall furnish two plugs to permit measurement of the thickness. Contractor shall use only installers trained and licensed by the manufacturer. All personnel working in the area shall wear the air support outfit as approved by the manufacturer. There shall be no deviation from or exception to this requirement. The Contractor shall take all necessary measures to prevent damage to installed coating from equipment and materials used in and during the course of the work. ' Upon completion, all tools, excess materials, etc. shall be removed and the structure left in a clean and presentable condition." ' 500 -2.4.9 Repair Methods. Add to this section: "If it has been determined by the Engineer that the existing frame and cover are in disrepair the Contractor shall remove and install a new frame and cover per City standards Std.-1 12-L and Std. - 409 -L. ' Payment for manhole frame and cover removal and new frame and cover installation shall be considered extra work and paid per 3 -3, which shall include full compensation for furnishing all labor, materials, tools, equipment and incidents required to install the new ' manhole frame and cover." F: \UserslPBW\Shared \Contracts \FY 05 -06 \05-06 Sewer Main Lining•CDM &Superior Sewer Impr. C- 3562 \WALDEN -NOLAN DOCUMENTS\100% Documents\SPECS C -3562 03 -02 -06 AH.doc- Solution Concentration Acetic Acid 5% ' Sulfuric Acid Ferric Acid 20% 1 % Petroleum Oils and Greases ' Vegetable and Animal Oils ' 500 -2.4.7 Lining Application. Delete and replace with the following: 'The polyurethane lining application shall take place after the APC has cured for a minimum of 24 hours and shall be applied to all interior surfaces, including the grade rings and ' shelves from 3 inches below the low -flow water level to the cover. Prior to the polyurethane applications, the manhole surfaces shall be primed with the epoxy primer to a thickness of 3 mils minimum to 5 mils maximum. Prior to the epoxy primer becoming tack -free, the polyurethane lining shall be immediately applied to a thickness of 125 mils minimum. The polyurethane lining shall be continuous, without seams, uniform in color, fully cured, and free of pinholes, surface imperfections and blisters. ' The color shall be white or cream. The complete coating shall be impermeable to sewer gases and liquids and non - conducive to bacterial or fungus growth. The lining shall be capable of repair at any time during its life. Application of the polyurethane ' liner shall be as specified by the manufacturer. The Contractor shall furnish two plugs to permit measurement of the thickness. Contractor shall use only installers trained and licensed by the manufacturer. All personnel working in the area shall wear the air support outfit as approved by the manufacturer. There shall be no deviation from or exception to this requirement. The Contractor shall take all necessary measures to prevent damage to installed coating from equipment and materials used in and during the course of the work. ' Upon completion, all tools, excess materials, etc. shall be removed and the structure left in a clean and presentable condition." ' 500 -2.4.9 Repair Methods. Add to this section: "If it has been determined by the Engineer that the existing frame and cover are in disrepair the Contractor shall remove and install a new frame and cover per City standards Std.-1 12-L and Std. - 409 -L. ' Payment for manhole frame and cover removal and new frame and cover installation shall be considered extra work and paid per 3 -3, which shall include full compensation for furnishing all labor, materials, tools, equipment and incidents required to install the new ' manhole frame and cover." F: \UserslPBW\Shared \Contracts \FY 05 -06 \05-06 Sewer Main Lining•CDM &Superior Sewer Impr. C- 3562 \WALDEN -NOLAN DOCUMENTS\100% Documents\SPECS C -3562 03 -02 -06 AH.doc- 11 C APPPENDIX A ORANGE COUNTY SANITATION DISTRICT (OCSD) ' SPECIAL PROVISIONS 1 1 1 1 1 1 F 1 APPENDIX A OCSD SPECIAL PROVISIONS APPENDIX A ' OCSD SPECIAL PROVISIONS INDEX 1 ' APPENDIX A OCSD SPECIAL PROVISIONS Section 02200 — EARTHWORK ................................................. ..............................1 Section 02278 — ABANDONMENT OF PIPE STRUCTURES ... .............................19 Section 02340 — BORING AND JACKING STEEL CASING .. ............................... 21 Section 02539 — SITE SANITARY SEWAGE LINES ( LATERALS ) ....................... 27 ' Section 02622 —VITRIFIED CLAY PIPE ................................ ............................... 30 Section 02624— EXISTING UTILITIES ................................... ............................... 35 ' Section 02726 — MANHOLE AND PRECAST VAULT CONSTRUCTION .............. 37 Section 02730 — SANITARY SEWER SYSTEM TESTING ..... ............................... 45 Section 02999 — TEMPORARY HANDLING OF SEWAGE FLOW ........................ Section 48 03310 — CAST -IN -PLACE CONCRETE ..................... ............................... 53 Section 06620 — PLASTIC LINER (POLYVINYL CHLORIDE) ............................... 72 1 ' APPENDIX A OCSD SPECIAL PROVISIONS 7 I F 11 F J 1 Section 02200 EARTHWORK PART1- GENERAL 1.1 THE REQUIREMENT A. The work of this section includes all earthwork required for construction of the WORK. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, grading and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting, shoring and bracing necessary to safely support the sides of all excavation; supporting structures above and below ground; all pumping, ditching, draining, dewatering, and other required measures for the removal or exclusion of water from the excavation; filling and compacting to elevations shown on the Contract Documents; all backfilling around structures and pipe and all backfilling of trenches and pits; the disposal of excess and unsuitable excavated materials; borrow of materials to make up deficiencies for fills; and all other incidental earthwork, all in accordance with the requirements of the Contract Documents. B. The elevations shown on the Plans as existing are taken from the best available data and are intended to give reasonably accurate information. The CONTRACTOR is responsible for determining exact quantities of excavation and fill required. C. Pits and fills used for the erection of the CONTRACTOR'S construction facilities shall be filled or removed upon the completion of the work and leveled to meet the existing contours of the adjacent ground. D. After all structures have been completed, the ground surface shall be brought to the finished grade elevations and relative compaction indicated on the Contract Documents. E. All finished ground surfaces shall be bladed and dressed to present a surface not varying over 0.10 foot at local humps or depressions and to the satisfaction of the ENGINEER. Local depressions, which can contain water shall be no more than 0.05 -foot deep. F. Contaminated Soil: The CONTRACTOR shall notify the DISTRICT if any soil suspected of being contaminated is encountered. Contaminated soil contains chemical or biological substances which are hazardous to the health of individuals working near the soil as defined under Sections 101(14) and 101(33) of the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), or volatile organic compounds listed in Rule 1166 of the South Coast Air Quality Management District. Upon notification by the CONTRACTOR, the DISTRICT will immediately test the atmosphere near the soil for flammability, oxygen deficiency and hydrogen sulfide, and take soil samples as appropriate to determine the nature and extent of contamination. The DISTRICT will notify the Orange County Environmental Health Care Agency, the California Regional Water Quality Control Board, the South Coast Air Quality Management District and other required regulatory agencies having jurisdiction and obtain permits as necessary. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. SSPWC, as applicable B. Project Specifications 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the General Requirements. B. Comply with the current provisions of the following Codes and Standards: 1. Commercial Standards: APPENDIX A 1 OCSD SPECIAL PROVISIONS ' ASTM C 136 Test Method for Sieve Analysis of Fine and Coarse Aggregates ' ASTM D 422 Test Method for Particle-Size Analysis of Soils ASTM D 1556 Test Method for Density of Soil in Place by the Sand- ' Cone Method ASTM D 1557 Test Methods for Moisture- Density Relations of Soils and Soil- Aggregate Mixtures Using 10 -lb (4.54 -kg) ' Rammer and 18 -in (457 -mm) Drop ASTM D 1633 Test Method for Compressive Strength of Molded Soil - Cement Cylinders ' ASTM D2166 Test Method for Unconfined Compressive Strength of Soils ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine ' Aggregate ASTM D 2435 Test Method for One Dimensional Consolidation Properties of Soils ' ASTM D 2487 Classification of Soils for Engineering Purposes ASTM D 2901 Test Method for Cement Content of Freshly -Mixed Soil- ' Cement ASTM D 2922 Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth) ' ASTM D 3017 Test Methods for Moisture Content of Soil & Rock in Place by Nuclear Methods (Shallow Depth) UBC No. 29 -2 Test Method for Expansion Index of Soils ' 2. Standard Specifications: SSPWC Sections 203 -1, 203 -2, 203 -3 - Bituminous Materials SSPWC Section 211 - Soil and Aggregate Tests SSPWC Section 300 - Earthwork ' SSPWC Section 306 -1- Open Trench Operations 3. California Labor Code. 1.4 CONTRACTOR SUBMITTALS ' A. Submittals, including samples of materials, shall be in accordance with the General Requirements. ' B. The CONTRACTOR'S attention is directed to the provisions for "Shoring and Bracing Drawings" in Section 6705 of the California Labor Code and SSPWC Section 306 -1.1. The CONTRACTOR, prior to beginning any trench or structure excavation 5 feet deep or over shall submit to the ENGINEER and shall be in receipt of the ENGINEER'S written acceptance ' of the CONTRACTOR'S detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, and other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. The plans shall be ' prepared by a qualified civil or structural engineer licensed in the State of California and employed by an independent design consultant firm insured against errors and omissions to the extent required by the ENGINEER. The submittal(s) shall include a site location map referencing existing features; detailed plans; elevations, and various sections indicating all excavation slopes, shoring components and connections and showing all structures and ' APPENDIX A 2 OCSD SPECIAL PROVISIONS utilities potentially influenced by the performance of shoring, trenching or structure excavation along with supporting calculations; notes including sequence of construction, materials, and ' other clarification as required by the California Labor Code, SSPWC, and the contract documents. C. The CONTRACTOR shall submit for the ENGINEER'S review, drawings and data showing his proposed design and plan for dewatering of all work areas, which shall include the planned method of dewatering, excavation and shoring, the location and capacity of such facilities as dewatering wells, well points, pumps, sumps, collection and discharge lines, the standby units proposed, and protective fills and ditches required for control of groundwater ' and surface water. The plan for dewatering shall be submitted to the ENGINEER 15 days prior to the start of construction. The CONTRACTOR shall furnish such other information as may be required for the complete understanding and analysis of the dewatering and ' excavation plan by the ENGINEER. Review by the ENGINEER shall not relieve the CONTRACTOR of the responsibility for the adequacy of the dewatering and excavation plan or for furnishing all equipment, labor, and materials necessary for performing the various parts of the work. If, during the progress of work, it is determined by the ENGINEER that the dewatering system and excavation plan are inadequate or the CONTRACTOR'S plan of construction inoperative, the CONTRACTOR shall, at his expense, furnish, install and operate such additional dewatering equipment as ' may be necessary to perform the work in a manner satisfactory to the ENGINEER. 1.5 DEWATERING — SEE DIVISION 01 — GENERAL REQUIREMENTS, SECTION 59 ' 1.6 SHORING OF EXCAVATIONS The CONTRACTOR shall be fully responsible for providing and constructing shoring and bracing to prevent slides or cave -ins and to protect all existing improvements in the vicinity from damage as required. 1. Shoring and sheeting shall also be installed during excavation as necessary to prevent disturbing material that is under an adjacent structure or pipe. 2. Whenever the ENGINEER considers any DISTRICT facility in jeopardy due to excavation, the CONTRACTOR shall take the measures necessary, subject to approval of the ENGINEER, to protect the facility in question. All costs associated with these protective measures shall be borne by the CONTRACTOR. Backfill of any "unauthorized excavation" shall be performed as directed by the ENGINEER. Damage to existing structures due to "unauthorized excavation" shall be immediately repaired or replaced to ' the satisfaction of the ENGINEER at the CONTRACTOR'S expense. 3. All piling required for shoring shall be installed by drilling. Driven piles of any types will not be allowed without the approval of the ENGINEER. ' 4. The CONTRACTOR shall not begin excavation operations until the shoring drawings have been reviewed by the ENGINEER. Review of the CONTRACTOR'S shoring plans shall not be constructed to invalidate other provisions of these Specifications or relieve the CONTRACTOR of the responsibilities inherent in the pursuance of the work. The CONTRACTOR shall, at its cost and for all its shoring work, obtain permits from all regulatory agencies as required. 5. The CONTRACTOR shall furnish all labor, equipment, and materials to construct, install, and remove the entire shoring system including removal of lagging, soldier beams, and bracing and detensioning of tiebacks. Full compensation for the shoring and its removal shall be considered as included in the Contract Price and no additional compensation will ' be allowed. 6. Design of shoring shall be in accordance with the applicable requirements of the Safety Orders of the Division of Industrial Safety, State of California. The CONTRACTOR shall ' be responsible for providing more extensive shoring or bracing systems than those ' APPENDIX A 3 OCSD SPECIAL PROVISIONS I I 1 1 11 1 1 required by the Construction Safety Orders when necessitated by conditions indicated on the drawings, specified, or otherwise required by the Work. 7. The shoring and bracing shall be designed in accordance with the data provided in the Geotechnical Investigation Report and shall consider all surcharge loads imposed. 8. Where the shoring support system is within 10 feet of a street, it shall be designed to withstand a minimum surcharge load equivalent to 2 feet in height of earth added to the active earth pressure in the upper 10 feet of shoring. Shoring support systems adjacent to other structures shall be designed to withstand all loads applied to the shoring system from adjacent structures. 9. Where shoring will support adjacent structures or facilities and excessive deflection can lead to structure settlement, braced or tieback shoring shall be utilized. Braced or tieback shoring supporting adjacent nearby facilities shall be designed and constructed to limit the maximum horizontal deflection of the shoring to 1 inch or less as directed by the ENGINEER. Deflection of the shoring system shall be monitored on a weekly basis by a licensed surveyor employed by the CONTRACTOR. Monitoring of the shoring shall be performed in the presence of the ENGINEER, with a written report to be submitted to the ENGINEER within 24 hours. 10. Any delay and /or expense incurred due to excess shoring deflection shall be at the CONTRACTOR'S expense. 11. Tieback anchors shall be installed in accordance with the design from the registered civil engineer responsible. 1.7 SAFETY MEASURES A. Safe conditions shall be maintained at the jobsite meeting all provisions of the California OSHA and all other applicable safety codes. Barricades and lighting meeting the requirements of all agencies having jurisdiction shall be placed at each end of all excavations and at such places as may be necessary along excavations to warn all pedestrians and vehicular traffic of such excavations. Lights shall also be placed along excavations from sunset each day to sunrise of the next day until such excavation is entirely backfilled, compacted, and paved. All excavations within the treatment plant fenced property shall be barricaded and lighted in such a way as to prevent persons from falling or walking into any excavation. All excavations outside the treatment plant confines shall be fenced with a minimum 7 -foot high chain link fence during all non - working hours. This fence shall be constructed to prevent any person from entering the excavation. Signs stating "Danger, Deep Hole" shall be clearly displayed on all sides of the excavation. B. Safe and suitable ladders that project 2 feet above the top of the trench shall be provided for all trenches greater than 4 feet in depth. A minimum of one ladder shall be provided for each 50 feet of open trench. 1.8 QUALITY ASSURANCE A. General: All soils testing will be done by a testing laboratory of the ENGINEER'S choice at DISTRICT'S expense except as specified in Subsection C and F below. B. The DISTRICT will pay for the initial cost of all compaction tests. If any compaction fails to meet the relative compaction tests set forth, the CONTRACTOR shall pay for subsequent compaction tests by deducting their costs from the Contract amount. C. The CONTRACTOR shall make all necessary excavations for compaction tests as directed by the ENGINEER, and all work in connection with compaction testing by the CONTRACTOR shall be included in the various contract bid prices, and no additional allowance will be made therefor. Safe access shall be provided to conduct the test. D. Where soil material is required to be compacted to a percentage of maximum dry density, the maximum dry density at optimum moisture content will be determined in accordance with the ' APPENDIX A 4 OCSD SPECIAL PROVISIONS H L CJ latest version of ASTM D 1557. In -place field density tests will be performed in accordance with ASTM D 1556; (sand cone) and /or ASTM D 2922 and ASTM D 3017 (nuclear gauge). The type, number and location of field density tests will be determined by the ENGINEER. One sand -cone test (ASTM D 1556) will be taken for every four nuclear tests (ASTM D 2922 and 3017). E. All imported fill material shall be sampled at the CONTRACTOR'S expense and shall be subject to approval by the ENGINEER. F. Where imported fill material is required to possess certain gradation, strength, and settlement properties, the grain size distribution of soils will be determined using ASTM D 422, the gradation of concrete aggregate and base materials will be determined using ASTM C 136, the sand equivalent of soils will be determined using ASTM D 2419, the consolidation of soils will be determined using ASTM D 2435, the unconfined compressive strength of soils will be determined using ASTM D 2166, and the expansion index of soils will be determined using UBC No. 29 -2. G. Testing of soils shall comply with any permit conditions included as part of this permit PART 2 - PRODUCTS 2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS A. General: Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock, or sand, and free from grass, roots, brush, or other vegetation; contamination; or deleterious material. Suitable materials may be obtained from onsite excavations, may be processed onsite materials, or may be imported provided these materials meet all the requirements in the contract documents. If imported materials are required to meet the requirements of this Section or to meet the quantity requirements of the project, the CONTRACTOR shall provide the imported fill materials and the required reports of test results at no additional expense to the DISTRICT, unless a unit price item is included for imported materials in the bidding schedule. B. Select material: Select material shall be free from organic matter or debris. All of the material shall pass through a 1 -1/2 -inch screen. Not more than 10 percent by weight shall pass the 200 -mesh sieve and the material shall have sufficient gradation to compact to 95 percent relative compaction. Use of select material shall be subject to the ENGINEER'S approval. ' C. Unclassified fill: Unclassified fill shall consist of all fill unless separately designated. Unclassified fill shall conform to the requirements of SSPWC Section 300-4 and the requirements stated in the recommendations of the Geotechnical Report. r P D. Granular Soil: Wherever the Term "granular soil" is used in the Contract Documents, it shall be defined as a soil having a minimum sand equivalent of 30 as determined in accordance with the latest revision of the State of California, Department of Transportation, Test Method No. CA 217 and not more than 20 percent of it by weight will pass through a 200 -mesh sieve. E. Imported Sand: Wherever the term "imported sand" is used in the Contract Documents, it shall be defined as sand having a minimum sand equivalent of 70 as determined by the latest revision of the State of California, Department of Transportation, Test Method No. CA 217. F. The following types of suitable granular materials are designated and defined as follows: 1. Crushed Aggregate Base (CAB) shall conform to the requirements of SSPWC Section 200 -2.2. 2. Crushed Miscellaneous Base (CMB) shall conform to the requirements of SSPWC Section 200 -2.4. ' APPENDIX A 5 OCSD SPECIAL PROVISIONS C 3. Crushed Rock: Crushed rock shall be the product of crushing rock or gravel. Fifty percent of the particles retained on a 3/8 -inch sieve shall have their entire surface area composed of faces resulting from fracture due to mechanical crushing. Not over 5 percent shall be particles that show no faces resulting from crushing. Less than 20 percent of the particles that pass the 318 -inch sieve and are retained on the No. 7 sieve shall be waterworn particles. Gravel shall not be added to crushed rock. ' Where crushed rock is specked on the Contract Documents, it shall conform to the following gradation: % -inch Maximum Crushed Rock Sieve Sizes % Passing ' 2 inches 1 1/2- inches - ' 1 inch 100 3/4 inch 90 -100 ' 1/2 inch 30 -60 318 inch 0 -20 ' No. 4 0 -5 No. 8 4. Gravel: Gravel shall be defined as particles that show no evidence of mechanical crushing, are fully waterworn and are rounded. For pipe bedding where gravel is specified, crushed rock may be substituted or added. Where gravel is specified on the ' Contract Documents, the material shall have the following gradations: Sieve sizes 1 -inch Max. Gravel 3/8 -inch Max. Gravel ' % Passing % Passing ' 2 inches - 1 1/2- inches 100 ' 1 inch 90 -100 - 3/4 inch 60 -80 100 1/2 inch - - ' 3/8 inch 0 -15 90 -100 No. 4 0 -5 0 -15 ' No. 8 - 0 -5 APPENDIX A 6 OCSD SPECIAL PROVISIONS �J If the surface remains tacky, sufficient sand shall be applied to absorb the excess ' asphalt. 5. Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded ' and shall meet the following gradation requirements: Sieve Size Percentage Passing t1 I. Pervious Backfill material shall conform to the requirements of SSPWC Section 300 -3.5.2 ' -inch 100 3/4 -inch 90-100 ' 3/8 -inch 40-100 No. 4 25-40 ' No. 8 18-33 ' No. 30 5- 15 No. 50 0 - 7 No. 200 0 - 3 ' Section 200 -1 for pipes 24 inches or smaller in diameter. The drainrock shall have a sand equivalent value not less than 75. The finish- graded ' surface of the drainrock immediately beneath hydraulic structures shall be stabilized to ' provide a firm, smooth surface upon which to construct reinforced concrete floor slabs. The CONTRACTOR shall use, at its option, one of the asphalt types listed below, conforming to SSPWC Section 203 -2 or SSPWC Section 203 -3. ' Type l Type 2 Tvpe 3 ' Designation SC -70 SC -250 RS -1 Spray Temperature (T) 135 -175 165 -200 70 -120 ' Coverage (gal/sq yd) 0.50 0.50 0.50 If the surface remains tacky, sufficient sand shall be applied to absorb the excess ' asphalt. G. Primary Structural Fill shall conform to the requirements stated in the recommendations of the Geotechnical Report. ' H. Structure Backfill material shall conform to the requirements of SSPWC Section 300 -3.5.1 and the requirements stated in the recommendations of the Geotechnical Report. I. Pervious Backfill material shall conform to the requirements of SSPWC Section 300 -3.5.2 ' and the requirements in the recommendations stated in the recommendations of the Geotechnical Report. ' J. Pipe Bedding Material: Unless otherwise indicated, pipe - bedding material shall be crushed rock, aggregate fill, granular soil, imported sand, or 318 -inch maximum gravel as specified herein. ' 1. Type A Bedding material shall conform to the requirements for 3/4 -inch Crushed Rock, f- inch Crushed Rock, No. 3 Concrete Aggregate, No. 4 Concrete Aggregate, or Portland Cement Concrete Sand in SSPWC Section 200 -1 for pipes larger than 24 inches in diameter. Type A Bedding material shall conform to the requirements for Type B Bedding material or the requirements for Portland Cement Concrete Sand in SSPWC ' Section 200 -1 for pipes 24 inches or smaller in diameter. 2. Type B Bedding material shall conform to the requirements for 1 -inch Crushed Rock or ' No. 4 Concrete Aggregate in SSPWC Section 200 -1. IAPPENDIX A 7 OCSD SPECIAL PROVISIONS ' 3. Concrete Pipe Bedding material shall conform to the requirements of SSPWC Section 201 -1. ' 4. Pipe zone materials for ductile iron pipe with polyethylene wrap shall be granular soil, imported sand, or 318 -inch maximum gravel in conformance with the requirements of SSPWC Section 200 -1. K. Sand - Cement Slurry material shall conform to the requirements of SSPWC Section 201 -1 for Trench Backfill Slurry. L. Soil Cement material shall conform to the requirements of SSPWC Section 301 -3.1. ' M. Topsoil material shall conform to the requirements of SSPWC Section 212 -1.1. 2.2 USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES ' A. The CONTRACTOR shall use the types of materials as designated herein for all required fill, backfill, and embankment construction hereunder. B. Fill and backfill types shall be used in accordance with the following provisions: ' 1. Embankment fills shall be constructed of Unclassified Fill material, as defined herein. 2. Pipe zone backfill, as defined under "Pipe and Utility Trench Backfill" herein, shall consist ' of the following materials for each pipe material listed below. a. Mortar coated pipe, concrete pipe, and uncoated ductile iron pipe shall be provided Type A Bedding, Type B Bedding, or Concrete Pipe Bedding materials as defined ' herein for pipe zone backfill material. b. Coal tar enamel coated pipe, polyethylene encased pipe, tape wrapped pipe, and other non -mortar coated pipe shall be backfilled with sand backfill conforming to SSPWC Section 200-1 or Concrete Pipe Bedding material as defined herein for pipe zone backfill material. c. Plastic pipe and vitrified clay pipe shall be backfilled with 314 -inch Crushed Rock ' conforming to SSPWC Section 200 -1 or Concrete Pipe Bedding material as defined herein for pipe zone backfill material. 3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill' shall ' be Unclassified Fill material as defined herein unless conditions require the use of a designated material as indicated in the Contract Documents. 4. Final backfill material for pipelines under paved areas, as defined under "Pipe and Utility ' Trench Backfill' shall be Crushed Aggregate Base or Crushed Miscellaneous Base material as defined herein. 5. Trench backfill and final backfill for pipelines under structures shall be the same material ' as used in the pipe zone, except where concrete encasement is required by the Contract Documents. 8. Aggregate base materials under pavements shall be Crushed Aggregate Base or ' Crushed Miscellaneous Base material constructed to the thicknesses shown or specified. 7. Backfill around or behind structures shall consist of Structure Backfill as defined herein unless indicated otherwise in the Contract Documents. 'B. Fill materials beneath structures shall be as follows: a. Fill beneath hydraulic structures or other water retaining structures with underdrain ' systems shall be Drainrock material, as defined herein, constructed to the limits and thicknesses shown or specified. b. Fill beneath structures without underdrain systems shall be Primary Structural Fill as ' defined herein. APPENDIX A 8 OCSD SPECIAL PROVISIONS ' c. Fill beneath structures where groundwater must be removed to allow placement of concrete shall be Primary Structural Fill as defined herein. 9. Backfill used to replace pipeline trench over - excavation shall consist of Type B Bedding material as defined in Subsection 2.1 J. 2. 10. The top 6 inches of fill on reservoir roofs, embankment fills around hydraulic structures, ' and all other embankment fills shall consist of Topsoil as defined herein. PART 3 - EXECUTION ' 3.1 CLEARING, GRUBBING AND STRIPPING A. Clearing, grubbing and stripping shall be performed in accordance with Section 02110 Clearing, Grubbing and Stripping. ' 3.2 GRADING AND STOCKPILING A. The CONTRACTOR shall control grading in a manner to prevent water from running into ' excavations. Obstruction of surface drainage shall be avoided and means shall be provided whereby storm water flow is not interrupted in existing gutters, and other surface drains, or temporary drains. Storm water management plans shall be as specified in Section 02270 and in the General Requirements of these specifications. Material for backfill or for protecting excavation in public roads from surface drainage shall be neatly placed and kept shaped so as to cause the least possible interference with public travel. Free access must be provided to all fire hydrants, watergates, meters, and private drives. Stockpiling of excavated materials ' is not allowed in the street right -of -way or on the golf cart path. B. Finished grading at any point shall not vary more than 0.10 foot above or below the grade established by the Contract Documents. 3.3 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown or ordered. Unless otherwise provided, the entire construction site shall be stripped of all vegetation, debris, and all deleterious materials, and such materials shall be removed from the site prior to performing any excavation or placing any fill. The CONTRACTOR shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measures for the removal or exclusion of water, including taking care of storm water, groundwater (dewatering if required), and wastewater reaching the site of the work from any source so as to prevent damage to the work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable State of California safety requirements and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926), and the Contract Documents. Structure excavation shall conform to the dimensions and elevations indicated on the Contract Documents for each structure including trenching for adjacent piping. In locations where soil of suitable bearing value is encountered at a different elevation from that indicated on the Contract Documents, the ENGINEER may direct in writing that the excavation be ' carried to elevations above or below those indicated on the Contract Documents. Excavation shall extend at least 24 inches from walls and footings to allow for placing and removal of forms, installation of services, and inspection. Undercutting will not be permitted. Where a structure would be located partially on fill and partially on undisturbed native material, the entire area shall be over - excavated to a depth of 6 inches below the elevations indicated and recompacted to 95 percent maximum density. 1 ' APPENDIX A 9 OCSD SPECIAL PROVISIONS I 1 1 n L LJ LJ F i I 1 L Safe and suitable ladders that project 2 feet above the top of the trench shall be provided for all trenches greater than 4 feet in depth. A minimum of one ladder shall be provided for each 50 feet of open trench. B. Excavation Beneath Structures and Embankments: Except where otherwise specified for a particular structure or ordered by the ENGINEER, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath structures or fills shall be over - excavated. The subgrade areas beneath embankments shall be excavated to remove not less than the top 8 inches of native material and where such subgrade is sloped, the native material shall be benched. When such over - excavation is shown, both over - excavation and subsequent backfill to the required grade shall be performed by the CONTRACTOR. When such over - excavation is not shown on the plan and not specified but is ordered by the ENGINEER, such over - excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established and approved by the ENGINEER prior to commencing the work; otherwise payment will be made in accordance with a negotiated price. After the required excavation or over -excavation has been completed, the exposed surface shall be scared to a depth of 8 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain the required relative compaction. C. Excavation in Poor Soil: If excessively wet, soft, spongy, unstable, or otherwise unsuitable material, as determined by the ENGINEER, is encountered at the bottom of the excavation or the surface upon which the pipe bedding material is to be placed including the vertical sides of a specified pipe trench, the unsuitable material shall be removed to a depth as required by the ENGINEER, disposed of, and replaced with approved fill or bedding material. Removal and replacement of material so ordered shall be paid for by the DISTRICT as "Extra Work" unless provided for in the Schedule of Prices. The CONTRACTOR shall maintain adequate dewatering procedures to ensure that an otherwise stable foundation will not be rendered unfit due to accumulation or movement of water in the excavation. If the necessity for such additional excavation and material has been occasioned by an act or failure to act on the part of the CONTRACTOR, the CONTRACTOR shall bear the full expense of the additional excavation and backfill to the required depth. D. Overexcavation: Where excavation is carried below the limits shown on the Contract Documents, adjustments shall be made as determined by the ENGINEER to meet requirements incurred by the deeper excavation beneath pipe or structure. Overdepth excavation in such locations shall be rectified by backfilling with approved fill or bedding material or other means specified. Overexcavation not required by the Contract Documents or directed by the ENGINEER shall be rectified at the expense of the CONTRACTOR. E. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base, if such base is called for; otherwise it shall extend to the paving thickness. After the required excavation has been completed, the exposed surface shall be scarified to a depth of at least 12 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain 95 percent of maximum dry density. F. Excavation Subgrade and Below Subgrade: 1. Excavate and shape subgrade to line, grade, and cross- section shown on Drawings. Following receipt of written acceptance for the subgrade by the ENGINEER and local building official, compact the subgrade with approved equipment until the top 6 inches is compacted to 90 percent of maximum dry density at optimum moisture content as determined by ASTM D 1557. Remove all soft, loose, or otherwise unsuitable material and replace with suitable sandy material. The finished subgrade shall be firm, hard and unyielding. The subgrade shall be considered to extend over the full width of the base course. Compaction shall extend 18 inches beyond the edge of paving, curb, or form. 2. Where the ENGINEER deems subgrade material to be unsatisfactory, excavation below subgrade will be required to such depths as necessary to remove the unsatisfactory ' APPENDIX A 10 OCSD SPECIAL PROVISIONS ' material. Excavation below grade shall be of the same dass'rfication as that above it provided it is removed in the same operation as the normal excavation. Special equipment or hand excavation may be required because of the presence of shallow utilities or other unforeseen conditions. G. Notification of ENGINEER: The CONTRACTOR shall notify the ENGINEER at least 2 working days in advance of completion of any structure excavation and shall allow the ENGINEER a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials. ' 3.4 PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Any water evident in the excavation shall be pumped out or otherwise removed in accordance with Division — 01 General Conditions Section 59 - Dewatering as necessary to keep the bottom of the excavation free and clear of water during the progress of the work. B. Pipes Under 42- inches In Diameter: The overall trench width for pipes with diameters of 42 inches or less shall not be more than 16 inches nor less than 12 inches wider than the largest concrete cradle around the pipe so no displacement will occur. In the event of movement, the CONTRACTOR shall remove and replace all pipe and cradle affected. Concrete cradle work as required above shall be performed at the expense of the CONTRACTOR and shown on the record drawings. C. Limit of Open Trench: Except by express written permission of the ENGINEER, the maximum ' amount of open trench permitted in any one location shall be 500 feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is greater. All trenches shall be fully backfilled and paved with the first course of pavement at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. The maximum working length allowed without the first course of pavement is 1,000 feet. D. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. ' Rounding out the trench to form a cradle for the pipe will not be allowed. Trench bottom raked by toothed excavators is not acceptable. E. Trench Over - Excavation: Where the Drawings indicate that trenches shall be over- , excavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. F. Excavation in Poor Soil: If excessively wet, soft, spongy, unstable, or otherwise unsuitable ' material, as determined by the ENGINEER, is encountered at the bottom of the excavation or the surface upon which the pipe bedding material is to be placed including the vertical sides of a specified pipe trench, the unsuitable material shall be removed to a depth as required by the ENGINEER, disposed of, and replaced with approved fill or bedding material. Removal APPENDIX A 11 OCSD SPECIAL PROVISIONS outside diameter of the pipe to be laid therein, measured at a point 12 inches above the top of the pipe, exclusive of branches. Excavating and trenching shall be true to line so that the pipe is centered within the trench and a clear space of not more than 8 inches nor less than 6 inches in width is provided on each side of the largest outside diameter of the pipe in place. Where the trench width, measured at a point 12 inches above the top of the bell of the pipe is wider than the maximum set forth above for all pipe sizes, the trench area around the pipe shall be set with steel reinforcing and backfilled with Class C concrete to form a cradle for the pipe as shown on Standard Drawing S -011. Special care shall be used when pouring the concrete cradle around the pipe so no displacement will occur. In the event of movement, the CONTRACTOR shall remove and replace all pipe and cradle affected. Concrete cradle work as required above shall be performed at the expense of the CONTRACTOR and shown on the record drawings. C. Limit of Open Trench: Except by express written permission of the ENGINEER, the maximum ' amount of open trench permitted in any one location shall be 500 feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is greater. All trenches shall be fully backfilled and paved with the first course of pavement at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. The maximum working length allowed without the first course of pavement is 1,000 feet. D. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. ' Rounding out the trench to form a cradle for the pipe will not be allowed. Trench bottom raked by toothed excavators is not acceptable. E. Trench Over - Excavation: Where the Drawings indicate that trenches shall be over- , excavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. F. Excavation in Poor Soil: If excessively wet, soft, spongy, unstable, or otherwise unsuitable ' material, as determined by the ENGINEER, is encountered at the bottom of the excavation or the surface upon which the pipe bedding material is to be placed including the vertical sides of a specified pipe trench, the unsuitable material shall be removed to a depth as required by the ENGINEER, disposed of, and replaced with approved fill or bedding material. Removal APPENDIX A 11 OCSD SPECIAL PROVISIONS and replacement of material so ordered shall be paid for by the DISTRICT as "Extra Work" unless provided in the schedule of prices. The CONTRACTOR shall maintain adequate dewatering procedures to ensure that an otherwise stable foundation will not be rendered unfit due to accumulation or movement of water in the excavation. If the necessity for such additional excavation and material has been occasioned by an act or failure to act on the part of the CONTRACTOR, the CONTRACTOR shall bear the full expense of the additional excavation and backfill to the required depth. G. Where pipelines are to be installed in embankment or structure fills, the fill shall be constructed to a level at least one foot above the top of the pipe before the trench is ' excavated. H. Obtain ENGINEER'S approval before beginning excavation. Complete clearing and grubbing prior to the start of trenching. Do not permit excavated materials to cover brush or trees prior to disposal. 3.5 OVER - EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over - excavation by the CONTRACTOR carried below the grade not ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. Such work shall be performed by the CONTRACTOR at his own expense. 3.6 EXCAVATION IN LANDSCAPE & TURF AREAS A. Where excavation occurs in landscape and turf areas, the landscape and turf shall be carefully removed and stockpiled to preserve it for replacement. Excavated material may be placed on the turf; provided, that a drop cloth or other suitable method is employed to protect the turf from damage. The turf shall not remain covered for more than 72 hours. Immediately after completion of backfilling, compaction and testing of the pipeline, the landscaping and turf shall be replaced in a manner so as to restore the landscape and turf as near as possible to its original condition and to the satisfaction of the ENGINEER. CONTRACTOR shall provide new turf if stockpiled turf has remained so for more than 72 hours within the scope of the contract. The top 3 inches of backfill shall remain uncompacted to promote growth. ' 3.7 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed on the plan, trees shall be protected in place from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the ENGINEER. Trees shall be supported and irrigated during excavation by means previously reviewed by the ENGINEER. The CONTRACTOR shall replace all trees that die that are shown on the Contract Drawings as being protected in place. 3.8 ROCK EXCAVATION A. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 113 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of solid rock and which cannot be removed without systematic drilling and blasting. Where solid rock is encountered, it shall be removed below grade and the excavation backfilled with approved pipe- bedding material to provide a compacted foundation cushion with a minimum thickness of 3 inches under the pipe bell. Removal of rock and additional pipe bedding material over and above bedding required in the Contract Documents shall be paid for by the DISTRICT as "Extra Work" unless provided for in the Schedule of Prices. Cobbles or boulders encountered at the trench bottom or pipe subgrade shall be removed a minimum of 12- inches beneath the pipe and replaced with approved pipe bedding material. I IAPPENDIX A 12 OCSD SPECIAL PROVISIONS I Bedding material shall be compacted to 90 percent relative density per the contract documents to provide uniform support and a firm foundation. B. Said rock excavation shall be performed by the CONTRACTOR; provided, that should the quantity of rock excavation be affected by any change in the scope of the work, an appropriate adjustment of the contract price will be made under a separate bid item if such bid item has been established; otherwise payment will be made in accordance with a negotiated price. C. Explosives and Blasting: Blasting will not be permitted, except by express permission of the ' ENGINEER and other governing agencies on a case -by -case basis. The use of explosives will be subject to the approval and regulations of all agencies having jurisdiction. If blasting is utilized at the site of the work, the CONTRACTOR shall take all precautions and provide all protective measures necessary to prevent damage to property and structures or injury to person. Prior to blasting, the CONTRACTOR shall secure all permits required by law for blasting operations and shall provide any additional hazard insurance required by the DISTRICT. The CONTRACTOR shall have fully qualified and experienced blasting personnel and foreman in charge of all blasting operations. D. The CONTRACTOR will be held responsible for all and shall make good any damage caused by blasting or resulting from its possession or use of explosives on the WORK. E. All operations involving the handling, storage, and use of explosives shall be conducted in accordance with the requirements of the OSHA Standards for Construction, and in accordance with all local laws and regulations. ' 3.9 DISPOSAL OF EXCESS EXCAVATED MATERIAL A. The CONTRACTOR shall remove and dispose of all excess excavated material at a site selected by the CONTRACTOR and reviewed by the ENGINEER. All incurred expenses shall be borne by the CONTRACTOR. B. Unsuitable material shall be defined as material containing excessive amounts of organic matter, peat, blue clay, trash or debris; or as designated by the ENGINEER; or debris produced by clearing, grubbing, and demolition of existing structures, pavement, or pipe; or soil classified by test method ASTM D2486 as groups OL, CH, MH, OH or PT; or not meeting the grading or classification specified for the work. C. All unsuitable and surplus material shall be disposed of in a legal manner by the CONTRACTOR and all costs associated with disposal shall be borne by the CONTRACTOR. No unsuitable or surplus material shall be dumped on private property unless written permission is furnished by the owner of the property and unless a grading permit is issued from the local jurisdiction. D. Unsuitable and surplus material within the confines of the treatment plants shall be disposed of by the CONTRACTOR as specified above. E. Excess unsuitable and surplus materials shall be kept separated from materials of other CONTRACTORS working in the same area. 3.10 PROTECTION OF SUBGRADE A. After preparing the subgrade as specked, all traffic on the subgrade shall be avoided. ' Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for ' transporting materials over the prepared subgrade shall be equipped with pneumatic tires. B. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross - section, will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. 1 APPENDIX A 13 OCSD SPECIAL PROVISIONS C. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. D. The subgrade shall be maintained in the finished condition until the first succeeding course or steel or concrete is placed. E. The ENGINEER has the right to test the reworked subgrade and approve or disapprove the Isubgrade depending on its condition. 3.11 BACKFILL - GENERAL ' A. Backfill consists of the preparation and placement of materials for structural foundations, pipeline bedding, backfill for excavations and fill for roadways and embankments. In public rights -of -way, the requirements of the local agency having jurisdiction shall take precedence over these Specifications. B. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed ' around or upon any structure until the concrete has attained specified strength to withstand ' the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested and coated, and the structures shall be full of water while backfill is being placed. ' C. Material used in the work shall be uniform and shall contain no trash, wood, vegetation, sludge, peat and no rocks or Gods larger than the size allowed by the Contract Documents. No material greater than 4 inches in any dimension shall be placed within 1 foot of any pipe, manhole or structure. Excavated material and material from borrow sites may be used where they meet the requirements of the Contract Documents. Blending or other processing may be ' necessary before a material is acceptable to the ENGINEER. Borrow sites shown on the Plans shall be excavated within the limits indicated. All costs for testing, processing and transporting materials are included in the Contract price. D. Except for drainrock materials being placed in over - excavated areas or trenches, backfill shall be placed after all water is removed from the excavation. 3.12 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be carefully placed, leveled and compacted in horizontal layers of the depth specified in the Contract Documents. When compaction is achieved using mechanical 1 equipment the layers shall be evenly spread in loose lifts not exceeding 8 inches in thickness so that when compacted each layer shall not exceed 6 inches in thickness. Each layer of fill material shall cover the length and width of the area to be filled before the next layer of material is placed. The moisture content of the material shall be controlled and water shall be applied as necessary to achieve the specified compaction and for the prevention of dust nuisance. No fill or rock shall be placed on standing water in any excavation. B. Fill under Structures: The fill under structures, including fill to replace unsuitable material removed below the specified excavation or unauthorized over- excavation, shall be constructed in horizontal layers of select material not to exceed 8 inches in depth, or if under footings, the heights of the walls or footings shall be increased, or space shall be refilled with Class C concrete at the expense of the CONTRACTOR, as may be directed by the ENGINEER. Any fill material used shall be compacted to a minimum relative compaction of 95 percent throughout. ' Where the underlying soil has been disturbed by any activity, such as clearing and grubbing, it shall be compacted to a minimum relative compaction of 95 percent before placing any fill. C. Structural Backfill: All backfill around structures shall be made with select material or ' imported sand compacted to a minimum relative compaction of 95 percent up to the street zone. Compaction shall be performed in horizontal layers not to exceed 8 inches in depth. No backfill shall be placed against concrete structures until the 28-day concrete strength has been reached as specified. ' APPENDIX A 14 OCSD SPECIAL PROVISIONS ' 3.13 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer of fill shall be mechanically compacted using proper compaction equipment (not rubber tire or wheel rolling) to the specified percentage of maximum dry density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. The backfill shall be placed in horizontal layers of the specified depths or of such depths approved by the ENGINEER and compatible with the compacting equipment being used and the backfill material being placed. Each layer shall be evenly spread, properly moistened, or dried as necessary and compacted to the specified relative compaction. Any damage or displacement to pipes or structures as a result of the CONTRACTOR'S operation shall be repaired or replaced at the CONTRACTOR'S expense. B. Fill on reservoir and structure roofs shall not be placed until at least 30 days after the concrete roof slab has been placed or the concrete has reached design strength as approved by the ENGINEER. Equipment weighing more than 10,000 pounds when loaded shall not be used on a roof. A roller weighing not more than 8,000 pounds shall be used to compact fill on a roof. C. Flooding, ponding, or jetting shall not be used to densify any fill materials with the exception 1 of holes remaining from the extraction of H- beams, plates and piles or otherwise approved by the ENGINEER. D. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the depth of the fill at that time, but not less than 5 feet. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. E. Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557. Where agency or utility company requirements govern, the highest compaction standards shall apply. r-. J 1 J APPENDIX A 15 OCSD SPECIAL PROVISIONS D. During spreading each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Pipe zone backfill materials shall be manually spread around the pipe so that when compacted the pipe zone backfill will provide uniform bearing and side support. i E. Where the backfill material moisture content is below the optimum moisture content water shall be added before or during spreading until the proper moisture content is achieved. ' F. Where the backfill material moisture content is too high to permit the specified degree of compaction the material shall be dried until the moisture content is satisfactory, at or slightly above optimum moisture content. ' 3.13 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer of fill shall be mechanically compacted using proper compaction equipment (not rubber tire or wheel rolling) to the specified percentage of maximum dry density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. The backfill shall be placed in horizontal layers of the specified depths or of such depths approved by the ENGINEER and compatible with the compacting equipment being used and the backfill material being placed. Each layer shall be evenly spread, properly moistened, or dried as necessary and compacted to the specified relative compaction. Any damage or displacement to pipes or structures as a result of the CONTRACTOR'S operation shall be repaired or replaced at the CONTRACTOR'S expense. B. Fill on reservoir and structure roofs shall not be placed until at least 30 days after the concrete roof slab has been placed or the concrete has reached design strength as approved by the ENGINEER. Equipment weighing more than 10,000 pounds when loaded shall not be used on a roof. A roller weighing not more than 8,000 pounds shall be used to compact fill on a roof. C. Flooding, ponding, or jetting shall not be used to densify any fill materials with the exception 1 of holes remaining from the extraction of H- beams, plates and piles or otherwise approved by the ENGINEER. D. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the depth of the fill at that time, but not less than 5 feet. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. E. Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557. Where agency or utility company requirements govern, the highest compaction standards shall apply. r-. J 1 J APPENDIX A 15 OCSD SPECIAL PROVISIONS i 1 1 i i r i 1 Percentage of Location or Use of Fill Maximum Densitv Pipe zone backfill portion above bedding for flexible pipe. 90 Pipe zone backfill bedding and over - excavated zones 95 under bedding /pipe for flexible pipe. Pipe zone backfill portion above bedding for rigid pipe. 90 Pipe zone backfill bedding and over - excavated zones 95 under bedding /pipe for rigid pipe. Final backfill, beneath paved areas or structures. 95 Final backfill, not beneath paved areas or structures. 90 Trench zone backfill. 90 Embankments. 90 Embankments, beneath paved areas or structures. 95 Backfill beneath structures. 95 Backfill around structures. 95 Topsoil 85 Aggregate base 95 3.14 PIPE AND UTILITY TRENCH BACKFILL A. Pipe Zone Backfill: The pipe zone is defined as that portion of the vertical trench cross - section lying between a plane 12 inches below the bottom surface of the pipe, i.e., the trench subgrade, and a plane at a point 12 inches above the top surface of the pipe. The bedding for flexible pipe is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The bedding for rigid pipe is defined as that portion of the pipe zone ball material between the trench subgrade and a level line which varies from the bottom of the pipe to the spring line as shown. APPENDIX A 16 OCSD SPECIAL PROVISIONS I I I B. Bedding: The bottom of a pipe trench excavation indicated on the Contract Documents is the foundation line where pipe- bedding material is placed. The CONTRACTOR shall replace any material below the foundation line that has been disturbed or removed during excavation at no additional cost to the District. Material shall be replaced with crushed rock bedding as directed by the ENGINEER. Crushed rock bedding shall be mechanically consolidated to the satisfaction of the ENGINEER before laying pipe. Where poor soil is encountered, it shall be replaced as specified in the Pipeline and Utility Trench Excavation section of the specification. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines, unless otherwise specified or shown on the Plans. For other pipelines the bedding may be omitted if all the following conditions exist. 1. The pipe bears on firm, undisturbed native soil, which contains only particles that will pass a one -inch sieve. 2. The trench excavation is not through rock or stones. 3. The trench subgrade soils are classified as suitable fill and backfill materials per Subsection 2.1. 4. The trench subgrade soils have, as a maximum, a moisture content that allows compaction. C. Where bedding is required, after compacting the bedding the CONTRACTOR shall perform a final trim using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. Pipe shall be carefully bedded as shown on the appropriate bedding detail. Particular attention shall be given to the underside of the pipe and fittings to provide a firm bedding support along the full length of the pipe. The CONTRACTOR shall be responsible for accurately shaping the pipe subgrade to fit the bottom of the pipe for a width of at least 0.4 times the pipe outside diameter. Use of a drag template shaped to conform to the outer surface of the pipe will be required if other methods do not give satisfactory results. Each bell and spigot joint shall be recessed in the bedding material in such a manner as to minimize loading on the bell of the pipe. Crushed Aggregate Base or Crushed Miscellaneous Base shall be compacted to a minimum relative density of 95 percent. Backfilling shall be carried on simultaneously on each side of the pipe to prevent displacement. Care shall be exercised in backfilling to avoid damage to the pipe. D. The pipe zone shall be backfilled with the specified backfill material. The CONTRACTOR shall exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. E. Backfill at manholes over 60- inches in diameter shall be the same specified backfill material composition and compaction as in the adjacent pipe trench. Backfill materials for manholes 60- inches and less in diameter shall be backfilled with sand -cement slurry per Subsection 2.1 K. F. Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross - section lying between a plane 12 inches above the top surface of the pipe and a plane at a point 30 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade. If concrete or sand - cement slurry backfill are used, the CONTRACTOR shall secure the pipe to prevent flotation. G. Final Backfill: Final backfill is all backfill in the trench cross - sectional area within 18 inches of finished grade, or if the trench is under pavement, all backfill within 18 inches of the roadway subgrade. 1 APPENDIX A 17 OCSD SPECIAL PROVISIONS 3.15 EMBANKMENT CONSTRUCTION A. Embankments and roadway fills shall mean all earth fills in holes, pits or depressions necessary to bring the final grade or pavement subgrade to the specked contours. B. The area where an embankment is to be constructed shall be cleared of all vegetation, roots and deleterious materials. Following this, the surface shall be moistened, scarified to a depth of 6 inches, and rolled or otherwise mechanically compacted. Embankment fill material shall be placed and spread evenly in horizontal layers. Each layer shall be moistened or aerated, as necessary. Each layer shall not exceed 6 inches of compacted thickness. The embankment fill and the scarified layer of underlying ground shall be compacted to 90 percent of maximum dry density per the requirements of the recommendations in the Geotechnical Report. ' C. Material for embankments or roadway fills may consist of excavated material from structures or of a mixture of such excavated materials and materials borrowed by the CONTRACTOR from other approved sources. The material shall have no rocks or clods larger than 6 inches and shall be compacted in 8 -inch maximum lifts to a minimum relative compaction of 90 percent, up to the street zone. D. If the ground surface is in a loose, uncompacted condition, it shall be compacted to a minimum relative compaction of 90 percent or to 95 percent if included in the street zone. E. No material shall be placed beyond the sloping lines of embankment unless so ordered by the ENGINEER. Compaction shall be as specified for each zone. F. When an embankment fill is to be made and compacted against hillsides or fill slopes steeper than 4:1, the slopes of hillsides or fills shall be horizontally benched to key the embankment fill to the underlying ground. A minimum of 12 inches normal to the slope of the hillside or fill shall be removed and recompacted as the embankment fill is brought up in layers. Material thus cut shall be recompacted along with the new fill material at the CONTRACTOR'S expense. Hillside or fill slopes 4:1 or flatter shall be prepared in accordance with Paragraph A, above. G. Where embankment or structure fills are constructed over pipelines, the first 4 feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe. I I L IAPPENDIX A 18 OCSD SPECIAL PROVISIONS 4.4 QUALITY ASSURANCE (NOT USED) PART 5 - PRODUCTS 5.1 SAND A. Sand shall be in conformance with Section 200 -1.5.5 of SSPWC ' 5.2 CONCRETE AND BRICKS A. Concrete and Brick shall be in conformance with Section 201 and 202 of SSPWC. APPENDIX A 19 OCSD SPECIAL PROVISIONS Section 02278 ' ABANDONMENT OF PIPE AND STRUCTURES PART 4 - GENERAL 4.1 THE REQUIREMENT A. This section covers the work necessary for the abandonment of pipe and structures. B. The CONTRACTOR shall furnish all labor, tools, equipment, materials, and supplies to complete the work as indicated on the Drawings and specified herein. C. Existing pipe shall be abandoned per SSPWC 306 -5, by placing an 8" brick and mortor cap at each end of the pipe to be abandoned as shown on the drawings. Manhole cones and adjusting rings shall be completely removed and disposed of, unless otherwise shown. D. Manholes to be abandoned shall be done utilizing the following procedure: 1. Remove MH cone section, if there is not a cone section, remove MH to 6' below ground surface. 2. Core drill four 2 -inch diameter holes in MH bottom at 90 degrees; OR break ' bottom. 3. Fill MH with sand to 1 foot from ground surface and compact to 90% relative compaction. 4. Backfill MH to finish grade with native material and compact to 90% relative compaction. ' E. The CONTRACTOR shall repair or replace all asphalt, concrete pavement, earthwork, landscaping, or other surface damaged by the abandonment operations. F. The CONTRACTOR shall provide traffic control as required and approved by the agency having jurisdiction. G. Existing pipe and manholes shall be abandoned in accordance with the construction ' sequence specified. Under no circumstances shall abandonment take place before existing sewers and manholes are out of service and all flow is directed to new or alternate pipes. 4.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork 4.3 CONTRACTOR SUBMITTALS ' A. B. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. The CONTRACTOR shall submit for review to the ENGINEER the methods, materials, and procedures to be used. 4.4 QUALITY ASSURANCE (NOT USED) PART 5 - PRODUCTS 5.1 SAND A. Sand shall be in conformance with Section 200 -1.5.5 of SSPWC ' 5.2 CONCRETE AND BRICKS A. Concrete and Brick shall be in conformance with Section 201 and 202 of SSPWC. APPENDIX A 19 OCSD SPECIAL PROVISIONS I I 1 0 1 11 F L_ PART 3 - EXECUTION 3.1 The CONTRACTOR is responsible for selection of methods and materials to be used. Abandonment's shall be shown in the construction schedule and coordinated with the sequence of construction. Appropriate plugs shall be installed and accepted by the ENGINEER. The CONTRACTOR shall accurately as -built the materials used and limits of the abandonment on the record drawings. The CONTRACTOR shall repair any linings damaged during the abandonment operations and inform the Engineer of any additional linings that require repair. Lined manholes or structures where work occurred shall be spark tested to verify the existing lining is leak proof. ' APPENDIX A 20 OCSD SPECIAL PROVISIONS I ' APPENDIX A 21 OCSD SPECIAL PROVISIONS Section 02340 BORING AND JACKING STEEL CASING PART 6 - GENERAL 6.1 THE REQUIREMENT A. The CONTRACTOR shall furnish and install bored or jacked steel casing, complete and in place, all in accordance with the requirements of the Contract Documents. Carrier pipe installation within the steel casing shall be in accordance with the requirements contained within this Section. B. In the performance of the work, the CONTRACTOR shall comply with the lawful requirements of the State of California, Department of Transportation, California Division of Industrial Safety, California Regional Water Quality Control Board, Orange County Public Facilities and Resources Department, cities and other public agencies, railway companies, public utilities or other facilities with respect to safeguarding traffic and other improvements which might be endangered by the boring and jacking operations. The approach trenches in public streets will not be permitted to remain open for extended periods of time. C. The CONTRACTOR shall secure all necessary permits for start and prosecution of boring and jacking construction, including drilling or blasting permits if rock is encountered. All work shall conform to the necessary permits, current specifications and other requirements. D. If the CONTRACTOR is not ready to place the carrier pipe in the casing at the time of completion of boring and jacking operations, the ends shall be bulkheaded. Approach trenches in public streets shall be backfilled, temporary surfacing placed thereon, and the affected portion of the street reopened to traffic. E. The CONTRACTOR shall be responsible for maintaining the specified line and grade, and for preventing settlement of overlying structures, or other damage due to the boring and jacking operations, as determined by the local agency or owner of the property over the tunnel. F. All tunnel supports shall comply with the requirements of Tunnel Safety Orders of the State of California, Department of Industrial Relations. G. The CONTRACTOR shall notify "DIGALERT" 48 hours prior to beginning excavation, tunneling or boring operations. ' 6.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 03310 Cast -in -Place Concrete C. Section 02622 Vitrified Clay Pipe D. Section 02730 Sanitary Sewer System Testing 6.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL ' REQUIREMENTS. B. Commercial Standards: ' ASTM A 283 Specification for Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ' ASTM A 570 Specification for Flat - Rolled Carbon Steel Sheets of Structural quality ANSI /AWS D1.1 Structural Welding Code ' C. Comply with SSPWC 306 -2.1: General ' APPENDIX A 21 OCSD SPECIAL PROVISIONS r u D. Comply with SSPWC 306 -2.3: Jacking Steel Casing 6.4 CONTRACTOR SUBMITTALS A. Shoo Drawings: The CONTRACTOR shall submit shop drawings of pipe casing in accordance with the requirements of SUBMITTALS of the GENERAL REQUIREMENTS as applicable: 1. The CONTRACTOR, prior to beginning any trench or structure excavation 5 feet deep or over, shall submit to the ENGINEER and shall be in receipt of the ENGINEER'S written acceptance of the CONTRACTOR'S detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, or other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. The CONTRACTOR'S attention is directed to the provisions for "Shoring and Bracing Drawings" in Section 6705 of the California Labor Code. If such plan varies from the shoring system standards established in the Construction Safety Orders of the State of California, such alternative systems plans shall be prepared by a civil or STRUCTURAL ENGINEER licensed in the State of California. 2. Casing installation schedules, which shall include schedules of excavation, pipeline installation, and backfill operations. APPENDIX A 22 OCSD SPECIAL PROVISIONS 3. Material list including diameter, thickness, and class of steel casing, method of fabrication ' and detail of field joints. 4. Detailed locations and sizes of all boring or jacking and receiving pits and the jacking ' head proposed to be used 5. The method of transporting the pipe in the casing and the method of "tugging" the pipe into the joints. 6. Details of concrete support blocks and bracing to prevent the carrier pipe from shifting or floating during the filling of the annular space. Include full details of proposed tunnel supports including connections, longitudinal and transverse bracing, foot blocks and metal skids, the proposed method of backpacking tunnel supports, location of grout ' connection holes and other pertinent details. 7. All permits associated with the boring or jacking operations. B. Certifications: The CONTRACTOR shall furnish a certified affidavit of compliance for all pipe and other products or materials furnished under this Section of the Specifications and the following supplemental requirements: ' 1. Physical and chemical properties of all steel. C. All expenses incurred in making samples for certification of tests shall be borne by the ' 6.5 CONTRACTOR. QUALITY ASSURANCE A. All boring or jacking operations shall be done by a qualified CONTRACTOR with at least 5 ' years experience involving work of a similar nature. B. The CONTRACTOR shall give the ENGINEER a minimum of 3 days advance notice of the start of an excavation or boring operations. ' C. All work shall be performed in the presence of the ENGINEER and other public agency representative as required by the contract. ' D. Welding Requirements: All welding procedures used to fabricate steel casings shall be prequalified under the provisions of ANSI /AWS D1.1. Welding procedures shall be required for, but not necessarily limited to, longitudinal and girth or special welds for pipe cylinders, casing joint welds, reinforcing plates and grout coupling connections. 1 APPENDIX A 22 OCSD SPECIAL PROVISIONS d ' E. All welding shall be done by certified welders, welding operators, and tackers who have had adequate experience in the type of materials to be used. Welders shall be qualified under the provisions of ANSVAWS D1.1 by an independent local, approved testing agency not more than 6 months prior to commencing work on the casing or pipeline. Machines and electrodes similar to those used in the work shall be used in qualification tests. The CONTRACTOR shall furnish all material and bear the expense of qualifying welders. ' 6.6 SAFETY A. The DISTRICT will obtain from the State Department of Industrial Relations, Division of ' Occupational Safety and Health, Mining and Tunneling Unit, an "underground classification" of "Non Gassy", "Potentially Gassy ", or "Gassy" for each tunnel. It shall be the CONTRACTOR'S responsibility to see that the work is done in conformance with the State requirements for these classifications. It shall also be the CONTRACTOR'S responsibility to conduct the required safety meeting with representatives from the Mining and Tunneling Unit prior to beginning construction of each tunnel. APPENDIX A 23 OCSD SPECIAL PROVISIONS B. An Underground Classification of "Potentially Gassy" has been assigned to the tunnel in ' this project. The Tunnel in this project shall be constructed under the rules, regulations, and orders developed by the Division of Occupational Safety and Health and approved by the Board for those tunnels which are classified as "Potentially Gassy ". These requirements are contained in Title 8, California Code of Regulations, Tunnel Safety orders and in Division 5, Part 9 of the Labor Code. It shall be the CONTRACTOR'S responsibility to see that the WORK is done in conformance with all applicable federal, state, and local safety requirements. ' C. The CONTRACTOR shall schedule a preconstruction conference with the Division of Occupational Safety and Health, Mine Safety Unit prior to commencing any activity associated with the tunnel construction. The Division may be contacted at; 6150 Van Nuys Blvd. Suite 310, Van Nuys California 91401 -3333, Telephone number (818) 901 -5420. D. The Underground Classification Number C076- 059 -06T is included at the end of this specification section and shall be conspicuously posted at the job site. ' PART 7 - PRODUCTS 2.1 GENERAL ' A. Steel casing shall be welded steel pipe of the diameter and plate thickness indicated. The steel pipe casing shall conform to ANSI /AWWA C200, subject to the following supplemental requirements. The casing shall be of the diameter and thickness indicated and shall be furnished complete with welded joint ends and pressure grout couplings as shown on Standard Drawing 5 -030. The CONTRACTOR shall be fully responsible for the sufficiency of the casing provided and may select a greater diameter or thickness for the method of work, loading characteristics, site conditions, or possible interferences at no additional cost to the ' DISTRICT. B. Annular spaces between the carrier pipe and the casing shall be filled with clean sand and 100% shall pass a Standard No. 30 sieve. ' APPENDIX A 23 OCSD SPECIAL PROVISIONS 7.2 MATERIALS ' A. Steel Casing 1. The steel casing pipe shall be in accordance with ASTM A283, Grade C, unless shown otherwise. The minimum diameter and wall thickness shall be as shown in table below. Minimum Wall Thickness ' It shall be the CONTRACTOR'S responsibility for selecting a casing at or above the minimum size specified, so that the jacking can be done with sufficient accuracy to allow installation of the carrier pipe to the grade shown on the Contract Documents. All increased costs resulting from the CONTRACTOR'S use of steel casing pipe with a larger diameter or thickness than ' the minimum specified shall be borne solely by the CONTRACTOR. 2. The CONTRACTOR shall provide 2 -inch grout connections regularly spaced at 5 feet on center alternating at 45 degrees from plumb each side of the vertical centerline. ' 3. Casing section joints shall be butt - welded, lap welded, or welded using butt straps in the field. Each end of the casing for butt - welding shall be prepared by providing .25 -inch by 45- degree chamfer on the outside edges. ' B. Grout: Grout shall consist of one part Portland cement, three parts sand and the minimum amount of water necessary to obtain the desired consistency and all grout mixtures shall contain 2 percent of bentonite by weight of the cement. Portland cement, water and sand ' shall conform to the applicable requirements of specification Section 03310, except that sand to be used shall be of such fineness that 100 percent will pass a Standard No. 8 sieve and at least 45 percent, by weight, will pass a Standard No. 40 sieve. Bentonite shall be a commercial - processed powdered bentonite, Wyoming type, such as Imacco -gel, Black Hills or equal. C. Grout Connections: The CONTRACTOR shall provide 2 -inch grout connections with cast ' iron plug on the interior of the steel casing pipe, located as shown on Standard drawing S- 030. Longitudinal spacing between the grout connections may be decreased to provide more frequent grouting, but in no case shall the spacings shown or specified be exceeded. PART 8 - EXECUTION 8.1 INSTALLATION OF STEEL CASING ' A. Steel casing shall be installed by jacking and /or boring methods, without the use of water or air, at the locations and grades shown on the Contract Documents and subject to the approval of the agency having jurisdiction over the area containing the boring or jacking operations. B. The bore and receiving pits for jacking or boring operations shall be adequately shored to safeguard the existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. ' C. Should appreciable loss of ground occur, the voids shall be backpacked promptly with soil cement to the extent practicable. ' APPENDIX A 24 OCSD SPECIAL PROVISIONS Casing pipe sizes Up to 150' Length Over 150' Length '6" to 28" 1/4" 1/4" 30" to 38" 3/8" 1/2" ' 40" to 60" 1/2" 3/4" 62" to 72" 3/4" 3/4" ' It shall be the CONTRACTOR'S responsibility for selecting a casing at or above the minimum size specified, so that the jacking can be done with sufficient accuracy to allow installation of the carrier pipe to the grade shown on the Contract Documents. All increased costs resulting from the CONTRACTOR'S use of steel casing pipe with a larger diameter or thickness than ' the minimum specified shall be borne solely by the CONTRACTOR. 2. The CONTRACTOR shall provide 2 -inch grout connections regularly spaced at 5 feet on center alternating at 45 degrees from plumb each side of the vertical centerline. ' 3. Casing section joints shall be butt - welded, lap welded, or welded using butt straps in the field. Each end of the casing for butt - welding shall be prepared by providing .25 -inch by 45- degree chamfer on the outside edges. ' B. Grout: Grout shall consist of one part Portland cement, three parts sand and the minimum amount of water necessary to obtain the desired consistency and all grout mixtures shall contain 2 percent of bentonite by weight of the cement. Portland cement, water and sand ' shall conform to the applicable requirements of specification Section 03310, except that sand to be used shall be of such fineness that 100 percent will pass a Standard No. 8 sieve and at least 45 percent, by weight, will pass a Standard No. 40 sieve. Bentonite shall be a commercial - processed powdered bentonite, Wyoming type, such as Imacco -gel, Black Hills or equal. C. Grout Connections: The CONTRACTOR shall provide 2 -inch grout connections with cast ' iron plug on the interior of the steel casing pipe, located as shown on Standard drawing S- 030. Longitudinal spacing between the grout connections may be decreased to provide more frequent grouting, but in no case shall the spacings shown or specified be exceeded. PART 8 - EXECUTION 8.1 INSTALLATION OF STEEL CASING ' A. Steel casing shall be installed by jacking and /or boring methods, without the use of water or air, at the locations and grades shown on the Contract Documents and subject to the approval of the agency having jurisdiction over the area containing the boring or jacking operations. B. The bore and receiving pits for jacking or boring operations shall be adequately shored to safeguard the existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. ' C. Should appreciable loss of ground occur, the voids shall be backpacked promptly with soil cement to the extent practicable. ' APPENDIX A 24 OCSD SPECIAL PROVISIONS ' D. Jacking Head: A steel jacking head shall be fitted to the lead section of the casing in such a manner that it extends around the entire outer surface of the steel casing and projects at least 18 inches beyond the driving end of the casing. The jacking head shall not protrude more than 0.5 inches outside of the outer casing surface. The head shall be securely anchored to prevent any wobble or alignment variation during the boring or jacking operations. To minimize voids outside the casing, excavation shall be carried out entirely within the jacking head and not in advance of the head. Excavated materials shall be removed from the casing as the boring or jacking operation progresses and no accumulation of excavated materials within the casing shall be permitted. E. Jacking Pit 1. The excavations for the boring or jacking operations shall be adequately shored and dewatered to safeguard existing substructures and surface improvements and to ensure ' against ground movement in the vicinity of the jack supports. Heavy guide timber, structural steel, or concrete cradles of sufficient length shall be provided to assure accurate control of boring or jacking alignment. The CONTRACTOR shall provide adequate space within the excavation to permit the insertion of the lengths of casing to be bored or jacked. Timbers and structural steel sections shall be anchored to ensure action of the jacks in line with the axis of the casing. A bearing block, consisting of a timber or structural steel framework, shall be constructed between the jacks and the end ' of the casing to provide uniform end bearing over the perimeter of the casing and distribute the jacking pressure evenly. 2. Interfering utilities shown on the contract drawings within jacking pits shall be relocated at ' the CONTRACTOR'S expense. F. Control of Alignment and Grade 1. Allowable grade deviations in horizontal and vertical alignments shall be no greater than 0.2 feet per 100 feet in any direction over the length of the jacking or boring to a maximum deviation of 0.5 feet. The steel casing shall be installed so as not to restrict the installation of the carrier pipe to plan line and grade. Stricter tolerances than the above ' may be shown on the Contract Documents. 2. If required by the ENGINEER, the augers shall be removed from the casing, for every 100 feet of casing length, to check for correct line and grade. Corrections shall be made ' as required to keep the casing within the required horizontal and vertical tolerances. The grade and alignment shall be checked by optical surveying or laser equipment. In all cases, casing length shall be equal to auger length. ' 3. The CONTRACTOR shall control the application of the jacking pressure and excavation of materials ahead of the casing as it advances to prevent the casing from becoming earthbound or deviating from the required line and grade. 4. The CONTRACTOR shall restrict the excavation of the materials to the least clearance necessary to prevent binding in order to avoid loss of ground and consequent settlement or possible damage to overlying structures. ' 8.2 INSTALLATION OF CARRIER PIPE A. Sewer carrier pipe conforming to these Standard Specifications for the designated pipe shall ' be the "flush bell" type for reinforced concrete pipe and the "Flared bell" type for vitrified clay pipe and shall be installed within the tunnel to the line and grade shown on the Contract Documents. The pipe shall be supported on metal skids or concrete cradle prior to grouting as shown on the Contract Documents. Concrete shall not be placed until the placement ' method and equipment has been approved. The slab, when placed separately, shall be cured for at least 4 days prior to the application of heavy loading. When vitrified clay pipe is used, the skids shall be as shown in Standard Drawing S -030 and shall be installed in such a manner as to relieve the bells from all load and bearing. APPENDIX A 25 OCSD SPECIAL PROVISIONS I B. The carrier pipe shall be braced or filled as shown on the drawings to prevent shifting or flotation during backfilling operations. The carrier pipe shall be as specified in Section 02622 ' Vitrified Clay Pipe. C. Joints: All joints of the carrier pipe within the casing shall be joined in accordance with the specification Sections for the type of pipe material installed. D. Application of Mortar Lining and Coating to Joints: Application of mortar to the interior and exterior joints shall be performed in accordance with the requirements of the specification Sections for the type of pipe materials installed and as provided for in these Specifications. No exterior or interior joints of the carrier pipe shall have mortar grout applied over a seam until the seam has cooled. E. Testing of the Carrier Pipe: Prior to grouting, the sewer carrier pipe shall pass a successful test for leakage as described in section 02730 Sanitary Sewer System Testing. F. Closing of Pits 1. After jacking equipment and excavated materials from boring or jacking operations have been removed from the jacking pit, the CONTRACTOR shall prepare the bottom of the jacking pit for the pipe foundation accordance with the appropriate Section. 2. Bore pits shall be backfilled with 2 -sack cement slurry from the top of pipe bedding to 12" ' above the top of pipe. 3. The CONTRACTOR shall fill and recompact all materials 12" above the top of pipe in accordance with specification Section 02200 Earthwork. ' 8.3 GROUTING A. Exterior Grouting 1. Grouting equipment and material shall be on the jobsite before the jacking operations and drilling of grout holes have been completed so that grouting around the exterior of the casing can begin immediately after the jacking operations have been completed. ' 2. The lean grout shall be as specified under Subsection 2.2 B. 3. Immediately after completion of the boring or jacking operations, the CONTRACTOR shall inject grout through the grout connections in such a manner as to completely fill all voids outside the casing pipe resulting from the boring or jacking operations. Grout pressure 4 psi maximum at the grout fitting shall be controlled so as to avoid deformation of the steel casing and avoid movement of the surrounding ground. After completion of ' the grouting operations, the CONTRACTOR shall close the grout connections with cast - iron threaded plugs. 4. Should appreciable loss of ground occur during the jacking operation, the voids shall be ' backpacked promptly to the extent practical with soil cement consisting of a slightly moistened mixture of one part cement to five parts granular material. Where the soil is not suitable for this purpose, the CONTRACTOR shall import, at the CONTRACTOR'S ' expense, suitable material. The soil cement shall be thoroughly mixed and rammed into place as soon as possible after the loss of ground. B. Interior grouting ' 1. After the carrier pipe has been installed in the tunnel, the intervening annular space shall be filled with sand under pressure. The CONTRACTOR shall furnish sand, equipment, hoses, valves, and fittings for filling the annular space between the casing and carrier pipe. Sand shall be conveyed by air through a hose and deposited by air pressure in its final position. The sand shall be free of lumps to flow unimpeded and to completely fill all voids. In general, sand backfill will be considered completed when no more sand can be forced into the annular space. The CONTRACTOR shall protect and preserve the interior ' surfaces of the steel casing from damage ' APPENDIX A 26 OCSD SPECIAL PROVISIONS Section 02539 ' SITE SANITARY SEWAGE LINES (LATERALS) PART 9 - GENERAL 9.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. ' B. House laterals shall be constructed of the type and size shown on the Plans and at the locations indicated by the ENGINEER in conformance with the Contract Documents. The term "house lateral' is used in the Contract Documents to designate a branch sewer laid from ' a sanitary sewer main to points at a curb or property line, or where shown on the Plans from which sewer service can be obtained through a proper sewer extension by the property owner. ' 9.2 RELATED WORK ELSEWHERE A. Section 02200 Earthwork ' B. C. Section 02622 Vitrified Clay Pipe and Fittings Section 02550 Asphalt Concrete Pavement D. Section 02730 Sanitary Sewer System Testing ' 9.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Work in this section shall be performed in accordance with the Standard Specifications for Public Works Construction ( SSPWC) Section 306 -1.4, unless otherwise specified herein. C. Standard Drawing S -10 D. Standard Drawing S -71 ' E. Standard Drawing S -72 9.4 CONTRACTOR SUBMITTALS ' A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS, and the requirements of this section. PART10- PRODUCTS ' 10.1 PIPE AND FITTINGS A. All house laterals and fittings shall be constructed of vitrified clay pipe and shall conform to the requirements of Section 02622 Vitrified Clay Pipe and Fittings. ' 10.2 STOPPERS A. Fittings and stoppers shall be made in accordance with SSPWC Section 207 -8.3. PART 11 - EXECUTION 11.1 CONSTRUCTION ' A. House laterals and wye branch fittings shall be of the diameter and of the form shown on the Contract Documents. Each wye branch fitting shall have a barrel diameter equal to the diameter of the sanitary sewer main and the spur (or branch) diameter indicated on the Contract Documents. Wye branch fittings shall be set at an angle of 45 degrees from horizontal and shall be supported by pipe bedding material in accordance with the details ' APPENDIX A 27 OCSD SPECIAL PROVISIONS ' shown on the Contract Documents. No wye branch shall be placed closer than 5 feet downstream from the outside of any structure. All wye branch fittings that are to be left unconnected shall be plugged with a stopper as specified in Subsection 2.2 A. and marked as specified herein. B. All costs of furnishing, installing and supporting wye branch fittings for house laterals shall be 1 included in the contract price paid per linear foot for the sewer main complete in place; the cost of such fittings shall not be included in the unit price of house laterals. Tee branches shall be installed only where specifically indicated or ordered by the ENGINEER. ' C. House laterals shall be joined to wye branch fittings at the sanitary sewer main with a combination of straight sections and/or eighth bends. All eighth bends are a part of house lateral sewer line. Quarter bends are not allowed. D. All house laterals shall be plugged with a stopper in the last joint of each tributary house lateral and shall be securely sealed in place as specified in Subsection 2.2 A. The stopper shall withstand the internal pressure generated during the test for leakage and shall be installed in such a manner that it may be removed without damage to the socket. E. Resurfacing of excavations for house laterals shall conform to the provisions of Section 02550 Asphalt Concrete Pavement and other applicable portions of the Contract Documents. 11.2 SPECIAL REQUIREMENTS A. Location of House Laterals: The exact location and stationing of house laterals is not shown on the contract drawings. The CONTRACTOR shall either protect in place or replace ' appropriate sections of each house lateral. Branch fittings for future house laterals shall be treated similarly. B. Depth of House Laterals: Minimum cover over house laterals at the property line shall be at ' least 5 feet. Unless otherwise ordered by the ENGINEER, laterals shall not be laid on a slope of less than 1/4 -inch per foot. Depending on the elevation of the property to be served, the CONTRACTOR may be directed to lay the lateral with more than 5 feet of cover at the ' property line, in order to achieve a 1/4 -inch per foot slope. In cases where property grades, in relation to sewer grades, are critical, the CONTRACTOR may be directed by the ENGINEER to lay the house laterals on a slope of 1/8 -inch per foot or less to the property line. The ENGINEER will be the sole judge regarding the slope and minimum cover ' necessary at each location. C. Marking Location of Upper End of House Lateral: The CONTRACTOR shall mark the location of each house lateral at its upper end by chiseling a letter "S" 1 -1/2 inches high on ' the top of the curb. If the terminal point of the house lateral is more than 8 feet beyond the curb line or curb improvements do not exist, the CONTRACTOR shall furnish and install a 2- inch by 4 -inch marker extending from 1 -inch above the end of the lateral to 1 -inch above the ' finish grade of the lot to be serviced. The CONTRACTOR shall mark in a similar manner the upper end of all house connections located beyond a terminating manhole or the capped ends of wyes and tees located between ' manholes. All costs involved in chiseling "S" on curbs or furnishing and installing the 2 -inch by 4 -inch marker shall be included in the contract price paid for house laterals in place. 11.3 PRESERVATION OF PROPERTY ' APPENDIX A 28 OCSD SPECIAL PROVISIONS A. Any and all damage to improvements, whether in private property or in public right -of -way, ' which occurs as a result of the CONTRACTOR'S operation in connection with the installation of house laterals, shall be repaired and restored to the original condition to the satisfaction of ' the ENGINEER at the CONTRACTOR'S sole expense. Improvements shall include but not be limited to curbs, gutters, paving, driveways, lawns, shrubs, fences and retaining walls. This provision shall apply whether such improvements are shown on the Contract Documents or not. ' APPENDIX A 28 OCSD SPECIAL PROVISIONS 11.4 SITE DRAWINGS ' A. The CONTRACTOR shall furnish drawings showing the location of branch fittings and the upper end of all house laterals with dimensions to buildings, curbs, trees or tie points. 11.5 RECORD DRAWINGS TO BE FURNISHED BY CONTRACTOR A. The CONTRACTOR shall keep a set of record drawings of the project available for review at any time during normal business hours, and shall submit the record drawings to the ENGINEER for approval within 30 days of the completion of the project. F1 t] F] I 1 CIS r ' APPENDIX A 29 OCSD SPECIAL PROVISIONS Section 02622 VITRIFIED CLAY PIPE PART 12- GENERAL 12.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents. B. The CONTRACTOR shall furnish, install, and test vitrified clay pipe, fittings, and appurtenances of the dimensions and to the lines and grades shown on the Contract Documents. Vitrified clay pipe is identified by the nominal diameter of pipe in inches followed by the abbreviation VCP. Pipe shall have Type "G" (polyurethane) joints. Four -inch through 12 -inch pipe sizes may have Type "D" or Type "Z" rubber coupling joints. C. The CONTRACTOR shall not store pipe upon the roadway or parkway of residential streets for more than 5 days or upon commercial streets for more than 3 days. D. Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02200 Earthwork, of these Standard Specifications. E. This Section covers the furnishing and installation of vitrified clay pipe and fittings for sewers and drains, as specified and shown, complete, in accordance with the requirements of the Contract Documents. 12.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 02730 Sanitary Sewer System Testing 12.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ASTM C 12 Practice for Installing Vitrified Clay Pipe Lines ASTM C 301 Method of Testing Vitrified Clay Pipe ASTM C425 Specification for Compression Joints for Vitrified Clay Pipe and Fittings ASTM C 700 Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated ASTM C 828 Standard Recommended Practice for Low - Pressure Air Test of Vitrified Clay Pipe Lines (4- to 12 -in) 2. Standard Specifications SSPWC Section 207 -8 Vitrified Clay Pipe. 12.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. Certifications: The CONTRACTOR shall furnish a certified affidavit of compliance for all pipe and other products or materials furnished under this Section, as specked in the referenced standards and the following supplemental requirements: 1. Hydrostatic test reports. APPENDIX A 30 OCSD SPECIAL PROVISIONS H I I I 11 1 1 1 1 I 2. Three -edge bearing strength test reports. 12.5 QUALITY ASSURANCE A. Quality assurance shall conform with, SSPWC Sections 207 -8.2 and 207 -8.5 requirements. B. Imperfections: Imperfections in pipe and fittings containing blisters, cracks, and chips in excess of the limitations herein will be rejected; however, certain cracks and chips meeting the requirements of SSPWC Section 207 -8.2.4 may be repaired in accordance with SSPWC Section 207 -8.6. C. Clay Pipe Repair: Clay pipe with imperfections meeting the requirements of SSPWC Section 207 -8.2.4 may be repaired in accordance with SSPWC Section 207 -8.6. D. Inspection of Repairs: All pipe to be repaired shall be inspected by the ENGINEER after preparation for repair, and again after repair has been made. Repairs made without prior inspection shall be rejected. The ENGINEER may require retesting of any repaired pipe to demonstrate its soundness. The DISTRICT shall be reimbursed for all costs incurred for inspection and testing of repaired pipe. E. Factory Testing Requirements: All pipe shall meet the testing requirements of SSPWC Section 207 -8.5 PART 13- PRODUCTS 13.1 GENERAL A. All pipe and fittings shall conform with SSPWC Section 207 -8.1 requirements. B. Except as otherwise indicated, vitrified Gay pipe and fittings, including perforated pipe, shall be extra - strength manufactured in accordance with ASTM C 700. C. All pipe and fittings shall be clearly marked with the name or trademark of the manufacturer, the location of the manufacturing plant and extra strength designation. D. Dimensions and Tolerances 1. Limits for dimensional variation shall be according to Table 2 of ASTM C 700. 2. The pipe diameter shall not vary from a true circle by more than 2.5 percent of nominal diameter. The maximum bevel of the ends of the pipe to be laid on a curve is 4 degrees. Plain -end pipe shall not be beveled. 3. Except for special purposes, the minimum standard length of straight pipe, exclusive of socket depth, shall be 40 inches. Pipe shall not deviate from straight by more than 1/16 - inch per foot of length measured from the concave side of the pipe. 13.2 FITTINGS AND STOPPERS A. All fittings and stoppers shall conform to the requirements of SSPWC Section 207 -8.3. B. All joints for stoppers shall be adequate to withstand the internal pressure of the leakage and infiltration test. 13.3 JOINTS A. Joints shall be in accordance with SSPWC Sections 207 -8.4 and 208.2 requirements. 13.4 BEDDING AND ENCASEMENT MATERIALS A. All bedding and encasement materials shall be as shown on Sheet 2 of the Contract Drawings. 1 APPENDIX A 31 OCSD SPECIAL PROVISIONS II I F1 1 J I '1 I I PART 14 - EXECUTION 1.1 GENERAL 14.2 A. Trench excavation, bracing methods, foundation preparation, pipe bedding, trench backfill and related operations shall be in accordance with the requirements of Section 02200 Earthwork. B. The sewer shall be constructed to the alignment and grade shown. The grade line shown on the profile is the invert or interior bottom of the pipe. The excavation shall be made a sufficient distance below the grade line to allow for the placing of the sewer pipe and the supporting bedding if such bedding is shown. Should the trench be excavated to a depth greater than required, the CONTRACTOR shall refill such excess excavation with the same fill material as specified for the overlying fill or bedding and compacted as required for such overlying fill or bedding. C. Sewer pipelines shall never be used as drains for removing water that has infiltrated into the trenches. INSTALLATION OF VITRIFIED CLAY PIPE A. Installation of pipe shall be in accordance with SSPWC Section 306 -1.2 as modified by Standard Plan S -10. Pipe laying shall proceed upgrade with spigot ends pointing in direction of flow. After a section of pipe has been lowered into the prepared trench and immediately before joining the pipe, the ends of the pipe to be joined shall be cleaned, and the rubber gasket lubricated, all in accordance with the pipe manufacturer's written instructions. Assembly of the pipe length shall be in accordance with the recommendations of the manufacturer of the type of joint used. Al special tools and appliances required for joining the pipe shall be provided by the CONTRACTOR. When cutting or machining of the pipe is necessary, only tools and methods recommended in writing by the pipe manufacturer and accepted by the ENGINEER shall be employed. B. Field Jointing of Clay Pipe shall be in accordance with SSPWC Section 306 -1.2.3 C. Laying Vitrified Clay Pipe 1. All pipe shall be laid without break, upgrade from structure to structure, with the socket ends of the pipe upgrade. Pipe shall be laid to the line and grade shown on the Plans and in such a manner as to form a close concentric joint with the adjoining pipe and prevent sudden offsets of the flow line. Mating surfaces shall be cleaned and lubricated prior to jointing as recommended by the manufacturer. The interior of the sewer pipe shall be cleaned of all dirt and superfluous materials as the work progresses. See Section 02200 Earthwork, of these Specifications for additional requirements including dewatering and pipe bedding construction. 2. The CONTRACTOR shall take all necessary precautions to prevent excavated or other foreign material from getting into the pipe during the laying operations. At all times, when laying operations are not in progress and at the close of the day's work, the ends of the pipe in the trench shall be closed with a tight - fitting cap or stopper to prevent entry to animals and foreign materials. 3. Sags, or standing water in the pipe, shall be classified as follows for 6 -inch diameter pipe: Pipe Slope Acceptable Unacceptable: No Payment Unacceptable: Replace Pipe <0.4% /4" or less % "< and < Y" 'W or greater 0.4% <and <0.7% /2" or less W < and <1" 1" or greater <0.7% %" or less %" < and < 1' /s' 1'/" or greater APPENDIX A 32 OCSD SPECIAL PROVISIONS 11 I I n 1 1] !\' Sag may increase by 25% for each pipe size over 6 -inch as follows: 8 -inch 25 %, 10 -inch 50 %, 12 -inch 75 %, greater than 12 -inch 100 %. (a) Unacceptable Pipe a. No payment amount includes all construction costs including, but not limited to, excavation, pipe installation, backfilling, resurfacing, tunneling, etc., for the length of pipe that the standing water exceeds the sag amounts specked. b. Replace pipe includes all construction costs including, but not limited to, excavation, pipe installation, backfilling, resurfacing, tunneling, etc., for the length of pipe that the standing water exceeds the sag amounts specified, plus 20 linear feet of pipe in each direction. Damaged pipe must be removed and disposed of, and new pipe installed and retested. D. Installation of Clay Pipe Branches and Fittings Wyes of the sizes specified on the Contract Documents shall be installed for all sewer house connections and for future sewer house connections as shown on the Contract Documents. Tees shall be installed for chimneys as shown. The main barrel of branch fittings placed in line and grade with the vitrified clay pipe sewer shall be of the same construction as said sewer. Installation, earthwork, and bedding for branches shall conform to the applicable provisions set forth for vitrified Gay sewer pipe. Unless otherwise specified, the branch of wye fittings shall be included upward at an angle not greater than 45 degrees from horizontal. No wye or tee for a sewer house connection branch shall be located closer than 5 feet downstream from the outside of any structure. 2. The CONTRACTOR shall place pipe - bedding material per Section 02200 Earthwork, of these Standard Specifications, at least 8 inches deep under every non - vertical branch when installed. I 3. Stoppers and caps shall be installed in such a manner that they may be removed without damage to the pipe or joint sealing component. 1, L 1 I P, F E. Vitrified Clay Pipe at Manholes or Structures 1. Two 2 -foot vitrified clay pipe sections of the same inside diameter as the adjoining pipe shall be placed at the inlet and outlet to each manhole or structure. Pipe bells shall be cast into manholes or structures as shown on Standard Drawing 5 -050. All necessary precautions shall be taken to prevent uplift or floating of the pipe prior to the completion of the backfilling operation. The CONTRACTOR shall assume full responsibility for any damage due to this cause and shall, at its own expense, restore and replace the pipe to its specified condition and grade if it is displaced due to floating. 14.3 TESTING AND ACCEPTANCE A. General: It is the intent of the Contract Documents that the completed sewer pipe of all types, along with manholes and other appurtenances, shall be watertight. B. Testing of vitrified clay pipelines shall be performed as specified in Section 02730 Sanitary Sewer System Testing. C. Even though a section of sewer may have previously passed the leakage or infiltration test, each section of pipe shall be tested subsequent to the last backfill compacting operation thereon. If, in the opinion of the ENGINEER, heavy compaction equipment or any of the operations of the CONTRACTOR may have affected the required watertight integrity of the pipe, structure, or appurtenances, additional leak testing is required. The CONTRACTOR ' APPENDIX A 33 OCSD SPECIAL PROVISIONS I [- II 11 1 1 1 i IAPPENDIX A 34 OCSD SPECIAL PROVISIONS shall furnish all materials required for the tests and bear all associated costs in connection therewith. Tests shall be made in the presence of the ENGINEER. D. If the leakage and/or infiltration rate is greater than the amount specified in Section 02730 Sanitary Sewer System Testing, the sewer shall be repaired, or, if necessary, the pipe shall be removed and re -laid at the CONTRACTOR'S expense. The sewer will not be considered acceptable until the leakage and /or infiltration rate, as determined by the appropriate test, meets the allowable limit. Even when infiltration is less than the specified amount, the CONTRACTOR shall stop any observed individual leaks when ordered to do so by the ENGINEER. The CONTRACTOR shall furnish all labor and materials for making the tests required at his own expense. All tests must be completed before the street or trench is ' resurfaced, unless otherwise directed by the ENGINEER. E. Tests for Alignment and Grade, and Damaged or Defective Pipe in Place: After the pipe has been installed, tested for leakage, backfilled to existing grade, manholes raised to grade and the street resurfaced, the pipe shall be "balled" from manhole to manhole with a sewer scrubbing ball of type and size to be approved by the ENGINEER. In addition to and after "balling" the pipe, all straight sewers and inletloutlet ends of curved sewers will be "mirrored" by the ENGINEER, with the assistance of the CONTRACTOR'S forces. All "balling" and "mirroring" shall be done in the presence of the ENGINEER and shall constitute tests for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. Should "balling" and "mirroring" indicate any faulty installation of the pipe, repairs or replacements shall be made at the CONTRACTOR'S expense as directed by the ENGINEER. I [- II 11 1 1 1 i IAPPENDIX A 34 OCSD SPECIAL PROVISIONS L r-, Section 02624 fEXISTING UTILITIES PART 15- GENERAL 15.1 THE REQUIREMENT A. Utilities that cross a DISTRICT facility, sewer trench or similar excavations shall be protected ' in place, removed and reconstructed, or abandoned as indicated in the Contract Documents. B. Procedures 1. The CONTRACTOR shall notify the utility owner 48 hours in advance of the crossing construction and shall coordinate the construction schedule in accordance with the utility service requirements. 2. The CONTRACTOR shall notify "DIGALERT" 48 hours prior to beginning excavation, tunneling or boring operations. 3. The CONTRACTOR shall not interrupt the utility service function, disturb the support base, or modify any facility without authority from the utility owner or the ENGINEER. 4. The utility owner shall have access to the work site as necessary. 5. The CONTRACTOR shall immediately notify the ENGINEER and utility owner if any utility is disturbed or damaged during the course of the work. The CONTRACTOR shall bear the costs of repair or replacement of any marked utility where damage was caused by the CONTRACTOR'S activities. 6. Notify the ENGINEER immediately of the discovery of any utility that was omitted from the Plans, incorrectly shown or not properly marked. If a utility does not provide location information or marking services in the field, the CONTRACTOR shall immediately notify the ENGINEER. Follow the procedures as specified in Section 76 of the GENERAL REQUIREMENTS, 15.2 RELATED WORK SPECIFIED ELSEWHERE 1 A. Section 02200 Earthwork 15.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with applicable sections of SSPWC Section 5 Utilities. PART 16 - PRODUCTS — NOT USED PART 17 - EXECUTION A. Protect in place 1. As indicated on the Plans or directed by the ENGINEER, the CONTRACTOR shall protect the utility in place and maintain the utility in service. A utility may only be removed with written permission from the ENGINEER. ' 2. All existing pipelines and other utilities shall be supported across the excavation as shown on the Contract Documents. Supporting structures shall end at a pipe joint to ensure flexibility at the end of the support. The primary purpose of the support is to prevent settlement of the utility after construction. A typical reinforced concrete beam support is shown on Standard Drawing S -20. A typical concrete wall support is shown on Standard Drawing S -21. ' APPENDIX A 35 OCSD SPECIAL PROVISIONS I 7 I I 11 ' APPENDIX A 36 OCSD SPECIAL PROVISIONS 3. Compaction: The CONTRACTOR shall take special precautions to compact under and around the utility to ensure that no voids exist. B. Remove and Reconstruct 1. Where indicated on the Plans or as directed by the ENGINEER, the CONTRACTOR shall remove the utility and reconstruct it with new materials. The CONTRACTOR shall take appropriate measures to provide temporary service for the disconnected utility. All reconstruction work shall be with new materials of the same size, type, and quality as those removed. ' 2. For sewer pipe 4 to 12 inches in diameter, replacement shall consist of at least two lengths of vitrified clay plain -end pipe conforming to Section 02622 Vitrified Clay Pipe, of these Standard Specifications. Unless otherwise approved by the ENGINEER, only Type Z (Synthetic Rubber Coupling) and Type G (Bell and Spigot Compression Joint) joints shall be allowed. 3. Compaction: Prior to replacement of the utility, the trench shall be backfilled and compacted as specified in the Contract Documents by approved means to an elevation one foot above the top of the utility. A cross trench of the proper width shall be excavated for the utility and it shall be laid, backfilled, and compacted as specified in Section 02200 Earthwork, of these Standard Specifications or as directed by the ENGINEER. C. Abandoned Utilities 1. Interfering portions of abandoned utilities shall be removed and disposed of as unsuitable material. The cut ends shall be plugged with brick and mortar or concrete. D. Alternative Construction - Sand Slurry 1. Sand slurry consisting of one sack (94 pounds) of portland cement per cubic yard of sand and sufficient moisture for workability may be substituted for other backfill materials to aid in reducing compaction difficulties. Specific methods and procedures must be submitted to the ENGINEER for approval prior to construction. I 7 I I 11 ' APPENDIX A 36 OCSD SPECIAL PROVISIONS I H. Precast Manholes: Precast manholes, shall conform to the size, shape, form and details shown on the Contract Documents and shall be installed in accordance with Standard Drawing S -050 unless otherwise indicated on the Contract Documents. The precast cylinder or shaft units, precast concrete taper or cone sections, and precast eccentric flat -top sections shall be designed and manufactured for AASHTO H -20 loading. The CONTRACTOR shall submit shop drawings of all precast manholes. The minimum allowable steel shall be hoops of No. 4 wire cast into each unit sufficient for handling. The tongue and groove joint for all manhole shaft sections between precast concrete shaft units, including the joint with the cast - in- place concrete base, shall be filled with plastic sealing compound conforming to Federal Specification SS- S -210A, to make a watertight joint. Once the shafting has settled and been subjected to a negative air pressure or vacuum, the outside of all joints shall then be grouted and wrapped per Standard Drawing S-050. Sections of various heights shall be set perfectly plumb and used to bring the top of the manhole ring and cover to the required elevation. Concrete manhole bases shall be cast in place. I. Drop Manholes: Drop manholes, if allowed, shall conform with the requirements of Standard Drawing S -051. The drop inlet pipe shall be the same diameter as the intercepted sewer. 18.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 02550 Asphalt Concrete Pavement IAPPENDIX A 37 OCSD SPECIAL PROVISIONS Section 02726 MANHOLE AND PRECAST VAULT CONSTRUCTION PART 18- GENERAL ' 18.1 THE REQUIREMENT A. This section covers the work necessary for the construction of manholes and precast vaults. Manhole and vault details are as shown on the Drawings. B. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. C. Manhole locations are fixed and cannot be moved or relocated from locations shown on the Drawings to accommodate pipe manufacturing or laying. If necessary, special lengths of pipe shall be provided to meet manhole location requirements. D. Precast concrete manholes and vaults shall be constructed at the locations shown for precast eccentric or concentric manhole or vault units in accordance with Standard Drawing S -050 (PVC lined manholes) unless otherwise indicated on the Contract Documents. E. Manholes and precast vaults /shafts shall be built without steps or ladders. Flattop manholes shall only be used in locations specifically shown on the Plans. F. Manhole and precast vault covers located in areas subject to vehicular traffic shall be designed for AASHTO H -20 loading. Manholes and vaults located in all four -way street intersections shall have bolt -down covers. Manholes and vaults located along gutters or surface run -off areas shall also have bolt -down covers. G. All manholes connected to sewers 12 inches or larger shall have PVC liner. New manholes shall be lined with ribbed PVC sheet, cast -in -place during manufacturing on precast shaft, cone or grade ring sections. The inside portion of concrete manhole bases which includes the 1 manhole invert, trough and shelf shall be PVC lined in accordance with the Contract Documents. Existing unlined manholes that are being repaired shall be lined in accordance with the Contract Documents. H. Precast Manholes: Precast manholes, shall conform to the size, shape, form and details shown on the Contract Documents and shall be installed in accordance with Standard Drawing S -050 unless otherwise indicated on the Contract Documents. The precast cylinder or shaft units, precast concrete taper or cone sections, and precast eccentric flat -top sections shall be designed and manufactured for AASHTO H -20 loading. The CONTRACTOR shall submit shop drawings of all precast manholes. The minimum allowable steel shall be hoops of No. 4 wire cast into each unit sufficient for handling. The tongue and groove joint for all manhole shaft sections between precast concrete shaft units, including the joint with the cast - in- place concrete base, shall be filled with plastic sealing compound conforming to Federal Specification SS- S -210A, to make a watertight joint. Once the shafting has settled and been subjected to a negative air pressure or vacuum, the outside of all joints shall then be grouted and wrapped per Standard Drawing S-050. Sections of various heights shall be set perfectly plumb and used to bring the top of the manhole ring and cover to the required elevation. Concrete manhole bases shall be cast in place. I. Drop Manholes: Drop manholes, if allowed, shall conform with the requirements of Standard Drawing S -051. The drop inlet pipe shall be the same diameter as the intercepted sewer. 18.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 02550 Asphalt Concrete Pavement IAPPENDIX A 37 OCSD SPECIAL PROVISIONS ' C. Section 02730 Sanitary Sewer System Testing D. Section 03310 Cast -in -Place Concrete E. Section 06620 Plastic Liner 18.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ASTM A 48 Specification for Gray Iron Castings ASTM C 33 Specification for Concrete Aggregates ASTM C 150 Specification for Portland Cement ' 2. Standard Specifications: SSPWC Section 206 -3 Gray Iron Casting 3. Federal Specification SS-S-21 OA — Plastic Sealing Compound ' 18.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. Shoo Drawings: The CONTRACTOR shall furnish complete shop drawings for all precast manhole sections, cast iron frames and covers, and appurtenances for review by the ' ENGINEER in accordance with SUBMITTALS of the GENERAL REQUIREMENTS. 18.5 QUALITY ASSURANCE A. Inspection: After installation, the CONTRACTOR shall demonstrate that all manhole sections have been properly installed and tested, level, with tight joints, at the correct elevations and orientations, and that the backfilling has been carried out in accordance with the Contract 1 Documents. PART 19- PRODUCTS 1 19.1 GRANULAR SUBBASE A. Granular subbase shall conform to Section 02200 Earthwork. The thickness of the subbase material used to support concrete manhole bases shall be the same as the adjacent pipline bedding. 19.2 CONCRETE 1 A. Ready- mixed, conforming to ASTM C 94, Alternate B. The concrete class for manhole bases shall be 650 -C -4000. The concrete class for manhole shaft and precast vault walls and top shall be 650- C-4000 and contain at least 6 sacks of cement per cubic yard. Maximum size of aggregate shall be 1.5 inches. Slump shall be between 2 and 5 inches. B. All concrete, mortar, and grout used in the construction of manholes shall conform to SSPWC Section 201. Mortar shall be Class C. 19.3 FORMS A. Exterior exposed surfaces of forms shall be made of plywood. Others shall be matched boards, plywood, or other approved material. Provide forms on all vertical surfaces. Trench ' walls, large rock, or earth will not be approved as form material. 19.4 REINFORCING STEEL A. Conform to ASTM A 615, Grade 60, deformed bars. 1 APPENDIX A 38 OCSD SPECIAL PROVISIONS I ' B. Reinforcement for poured -in -place concrete bases is required for 72 -inch diameter and larger manholes unless otherwise shown on the Drawings. 19.5 POURED -IN -PLACE MANHOLES A. Poured -in -place type manholes may be used provided all details of construction are accepted by the ENGINEER. 19.6 PRECAST MANHOLE SECTIONS A. Precast manhole sections shall be minimum 60 inches inside diameter, conforming to Standard Plan S -050 and to ASTM C 478. Minimum wall thickness shall be 6 inches for reinforced sections and 8 inches for unreinforced sections. Provide eccentric cones for all manholes. Cones shall have same wall thickness and reinforcement as manhole shaft section. Top and bottom of all sections shall be parallel. Joints shall be tongue- and - groove with rubber gasket -type material such as RAM NECK or approved equal conforming to ASTM C 443. The CONTRACTOR'S attention is directed to specification for mortar /mastic sealing compound hereinafter. B. Prior to the delivery of any size of precast manhole section on the jobsite, yard tests will be conducted at the point of manufacture. The precast sections to be tested will be selected at random from the stockpiled material, which is to be supplied for the job. All test specimens ' will be mat tested, and shall meet the permeability test requirements of ASTM C 14. 19.7 PRECAST BASE SECTIONS AND BASES A. At the option of the CONTRACTOR, precast base sections or manhole bases may be used provided all details of construction are approved by the ENGINEER. Base sections shall have the base slab integral with sidewalls. Base slab shall be constructed per Standard Plan S -050. Tie reinforcing steel to wall steel. ' 19.8 MANHOLE SHAFT /RISER EXTENSIONS A. Concrete grade rings for extensions shall be PVC lined by using Tee -lock cast -in -place at the ' manufacturer, be a maximum of 6 inches high each and shall be approved by The INSPECTOR before installation. The total height of grade rings shall not be less than 12 inches nor be more than 24 inches above the cone section. ' B. In general, manhole extensions will be used on all manholes in roads or streets or in other locations where a subsequent change in existing grade may be likely. Extensions will be limited to a height of from 12 to 24 inches. Finish grade for manhole covers shall conform to finished ground or street surface level, unless otherwise directed by the ENGINEER. 19.9 MORTAR A. Standard premixed mortar conforming to ASTM C 387 or proportion 1 part portland cement to 2 parts clean, well - graded sand which will pass a 1/8 -inch screen. Admixtures may be used not exceeding the following percentages of weight of cement: Hydrated lime, 10 percent; diatomaceous earth or other inert materials, 5 percent. Consistency of mortar shall be such that it will readily adhere to the pipe when using the standard tongue- and - groove type joint. If ' the Keylock type joint is used, the consistency shall be such that excess mortar shall be forced out of the groove and support is not provided for the next precast manhole section to be placed. Mortar mixed for longer than 30 minutes shall not be used. 19.10 MASTIC SEALING COMPOUND A. Preformed plastic sealing compound used shall be QUIKSEAL or LTM by Associated Concrete Products or equal, meeting requirements of Fed. Specification SS-S- 00210. 19.11 PIPE STUBOUTS FOR FUTURE SEWER CONNECTIONS A. Pipe stubouts shall be 8 -inch VCP unless otherwise specified on the Drawings. Strength ' classifications shall be the same class as in adjacent trenches. Where there are two different APPENDIX A 39 OCSD SPECIAL PROVISIONS IAPPENDIX A 40 OCSD SPECIAL PROVISIONS classes of pipe at a manhole, the higher strength pipe will govern strength classification. Rubber gasketed watertight plugs shall be furnished with each stubout adequately braced against all hydrostatic or air test pressures. Stubouts shall be installed as shown on Standard Plan S -050; or S -051, unless otherwise shown on the Drawings. 19.12 PRECAST CONCRETE VAULT A. The precast concrete vault shall be precast with a 28 -day, 4000 -psi minimum compressive strength concrete and designed for AASHTO H -20 loading. Minimum dimensions are shown on the Drawings. Provide openings for pipes and grating as shown on the Drawings. 19.13 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be fabricated of cast iron in the size and shape detailed on the Drawings. Castings shall be tough, close - grained gray iron, sound, smooth, clean, free from blisters, blowholes, shrinkage, cold shuts, and all defects, and shall conform to ASTM A 48, Class 30B. Plane or grind bearing surfaces to ensure flat, true surfaces. Covers shall be true and seat within ring at all points. ' B. Frames shall have a minimum opening diameter of 36 inches. C. Manhole frame and cover sets of the type, size and quantity indicated on the Contract Documents, shall be installed at the locations shown on the plans in accordance with Standard Drawings S-053 and S -054. In general, manhole frames and covers shall be for covers 36- inches in diameter. D. Frames and covers shall be designed for H -20 loading. Before leaving the foundry, all castings shall be thoroughly cleaned and subjected to a hammer inspection. The interior surfaces of the manhole frame and cover shall be coated in the field with not less than 60 mils of coal -tar epoxy as specified in Section 09800 Protective Coating of these Standard ' Specifications. E. Each cover shall be ground or otherwise finished so that it will fit in its frame without rocking. Frames and covers shall be shipped to the site in match - marked sets. Covers shall have the word "SEWER' and "O.C.S.D." cast thereon in 3" high letters as shown on the Standard Drawings S-053 and S -054. No other lettering shall appear on the top of the covers. F. Standard manhole frame and cover shall be Model A -1251 as manufactured by Alhambra Foundry Co., Ltd., Model R- 1739 -A as manufactured by Neenah Foundry Co., or equal. Bolted manhole frame and cover shall be Model A -1251 B -6 as manufactured by Alhambra Foundry Co., Ltd., or equal. G. Certification: When required by the ENGINEER, covers shall be tested by use of the ' Transverse Test and be able to sustain a minimum breaking load of 2200 pounds using a test bar measuring 1.2 inches in diameter and 21 inches long, with a distance between supports of 18 inches. A laboratory certification containing transverse test results for each lot of castings shall be furnished by the foundry. PART 20 - EXECUTION 20.1 EXCAVATION AND BACKFILL A. Conform to applicable portions of Section 02200 Earthwork. Backfill around manholes shall be 2 -sack cement -sand slurry up to an elevation in the pipe trench where compaction ' equipment can be utilized. 20.2 PAVING A. Pavement removal and replacement for all excavations necessary for the construction or ' repair of manhole shall conform to the provisions of Section 02550 Asphalt Concrete Pavement, of these Standard Specifications. IAPPENDIX A 40 OCSD SPECIAL PROVISIONS 20.3 CONCRETE BASE A. Manhole bases shall be constructed of Class 650- C4000 concrete to the form and dimensions shown on the Contract Documents. B. All concrete manhole bases shall be formed and poured on a granular subbase (6- inches minimum) having the same thickness as the bedding under the sewer on which the manhole base is being built. Place and thoroughly compact with a mechanical or power vibrating tamper. C. That portion of the base above the invert elevation of the sewer pipe shall be formed and lined with PVC plastic Tee -lock to provide a smooth channel section as shown on the Drawings. The forms shall be checked and approved by the ENGINEER for accuracy of dimensions and relative smoothness prior to pouring of the base. If approved by the ENGINEER, free forming of bases may be allowed on pipelines 10 inches or smaller. The concrete shall be vibrated while it is being poured into the form. Channels shall vary uniformly in size and shape from inlet to outlet, if required. The manhole base shall be poured as one monolithic pour. D. Construct concrete base in conformance with the details shown on the Drawings. Vibrate to density the concrete, screed and provide a tongue- and - groove circular recess in the top of the base so that the first precast manhole shaft section to be placed has a level, uniform bearing surface throughout the full circumference. E. Install mastic sealing compound on base to assure watertight seal between base and manhole shaft wall. First section shall be properly located, set and plumbed. F. If material in bottom of trench is unsuitable for installation of the manhole, excavate below the flow line as directed by ENGINEER, and backfill to required grade with gravel. 20.4 PLACING PRECAST MANHOLE SHAFT SECTIONS A. Clean ends of sections of foreign materials. Place two wraps of mastic sealing compound completely around the groove of lower section. Set next section in place. Fill remaining ' interior and exterior joint cavity completely with mortar of the proper consistency. Trowel interior and exterior surfaces smooth on standard tongue -and- groove joints. Wipe or otherwise clean the excess mortar from the inside of the Keylock joint. Prior to completion, apply negative pressure or vacuum to manhole. B. Prevent mortar from drying out and cure by applying an approved curing compound or comparable approved method. Chip out and replace all cracked or defective mortar. 1 Completed manhole shall be rigid and watertight. 20.5 MANHOLE INVERT A. Construct manhole inverts in conformance with details shown on the Drawings, and with ' smooth transitions to ensure an unobstructed flow through manhole hole. Remove all sharp edges or rough sections, which tend to obstruct flow. Where a full section of pipe is laid through a manhole, saw cut and break out the top section as indicated and cover exposed ' edge of pipe completely with mortar. Trowel all mortar surfaces smooth. B. All manhole channels shall not be less than inlet diameter. Channels shall be formed smooth and round to allow cleaning to be pulled through the entire manhole. ' 20.6 FLEXIBLE JOINTS A. Furnish and install 2 each — 2 -foot long pipe joints from all manhole walls per Standard Drawings S -050. Lay pipes entering manhole holes on firmly compacted granular base rock ' to undisturbed earth. Gravel base materials shall be as previously specified. APPENDIX A 41 OCSD SPECIAL PROVISIONS I 20.7 PIPE STUBOUTS FOR FUTURE SEWER CONNECTIONS A. Install vitrified clay pipe stubouts in manholes for future sewer connections as shown on the drawings or as required by the ENGINEER. Maximum length to first joint shall be 1.5 feet outside the manhole shaft wall. Grout pipes in precast walls or form manhole base around pipe sections to provide watertight seal around pipes. Construct invert channels in accordance with details shown on the Drawings. Provide compacted granular rock as specified hereinbefore to undisturbed earth under all stubouts. B. Install semi - permanent plugs at the end of stubouts with gasket joints similar to sewer pipe ' being used. Plugs shall be capable of withstanding all internal or external pressures without leakage. All plugs to be braced to prevent blowoffs. C. All stubs shall be plugged with a factory stopper in the socket end, and a brick and mortar I plug in the spigot end. Brick and mortar plugs may be used on both ends of stubs greater than 21 inches in diameter. 20.8 PERMANENT PLUGS ' A. Clean interior contact surfaces of all pipes to be cut off or abandoned as shown. Construct concrete plugs or factory-made stoppers at the end at of all pipes 18 inches or less in diameter. Minimum length of concrete plugs shall be 8 inches. For pipe 21 inches and ' larger, the plugs may be constructed of common brick or concrete block. Plaster the exposed face of block or brick plugs with mortar. All plugs shall be watertight and capable of withstanding all internal and external pressures without leakage. 20.9 MANHOLE EXTENSIONS A. Install extensions in conformance with the details shown on the Drawings, and to height determined by the ENGINEER. Lay grade rings in mortar with sides, plumb and tops level. Seal remaining interior and exterior joints with mortar as specified for manhole sections. Extensions shall be watertight. B. Repair lining per Subsection 3:17 20.10 MANHOLE FRAMES AND COVERS A. Install frames and covers on top of manhole to positively prevent all infiltration of surface or 1 groundwater into manholes. Frames shall be set in mortar on top of grade rings as shown on Standard Drawing 5 -055. Set frames so that tops of covers are flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. ' B. The elevation at which manhole frames and covers are to be set shall be as directed by the ENGINEER in the field. Covers shall be installed flush with traveled pavement and shoulders, 1/10 -foot above the surface between the traveled way and the roadside ditch, and 18- inches above the surface in the roadside ditch, where applicable. For flush installations ' the tolerance is +118 -inch with installation as shown on Standard Drawing 5 -055. C. The frames and covers shall be cleaned of all foreign materials and to a fine appearance and fit. All costs for installing manhole frame and cover sets in place as described herein, ' including all necessary concrete work, shall be included in the applicable contract unit price. 20.11 MANHOLE COLLARS A. Construct a 12 -inch wide Class B concrete collar around the exterior perimeter of the manhole frame and grade rings as shown on Standard Drawing 5 -055. B. The concrete collar shall extend down to the eccentric cone or flat -top as shown on Standard 1 Drawing S -055. 1 ' APPENDIX A 42 OCSD SPECIAL PROVISIONS I 20.12 MANHOLE OVER EXISTING SEWERS A. Construct manhole over existing operating sewer lines at locations shown. Perform necessary excavation as specified above, break into existing line, and construct manhole hole. B. Maintain flow through existing sewer lines at all times, and protect new concrete and mortar work for a period of 7 days after concrete has been placed. Advise ENGINEER of plans for diverting sewage flow and obtain ENGINEER'S approval before starting. ENGINEER'S approval will not relieve CONTRACTOR of responsibility for maintaining adequate capacity for flow at all times and adequately protecting new and existing work. C. Construct the new base under the existing sewer and the precast sections as specified herein. 1 D. Break out the existing pipe within the new manhole shaft or base section, cover the edges with mortar, and trowel smooth. Make sure that PVC lining protects base. ' 20.13 SPECIAL MANHOLES A. Construct special manhole in conformance with applicable parts of these Specifications and as shown on the Drawings. ' 20.14 PRECAST CONCRETE VAULT A. Install precast concrete vault at the locations shown on the Drawings. Provide necessary excavation and backfill as specified herein. 20.15 HYDROSTATIC TESTING A. Hydrostatic testing shall be performed as specified in Section 02730 Sanitary Sewer System Testing. 20.16 MANHOLE REPAIR (NOT APPLICABLE FOR NEW MANHOLES, UNLESS DAMAGED) A. General 1. The CONTRACTOR shall perform all concrete, mortar, gunite, grout and lining repair; installation of new liner, frame and cover; adjustment to grade; and paving as necessary ' for a complete repair of manholes as indicated on the Contract Documents. All work shall be performed without restriction or interruption of sewer flows. Detailed plans shall be submitted by the CONTRACTOR prior to the beginning of construction, showing the type of any proposed or required bypass systems to be used. 2. It is the responsibility of the CONTRACTOR to take adequate measures to ensure that no debris is allowed to enter the sewer. If at any time debris does enter the sewer, the CONTRACTOR shall clean the sewer to a point downstream as determined by and to the satisfaction of the ENGINEER. All costs for cleaning the sewer to remove the debris that was allowed to enter the sewer shall be borne by the CONTRACTOR. Existing rings and covers shown to be replaced shall be broken and disposed of by the CONTRACTOR in the presence of the ENGINEER. B. Surface Preparation 1. All interior surfaces shall be water blasted to remove all deteriorated brick, concrete, or any existing coating until a solid structure of brick or concrete is exposed. All grease and attached residue shall be removed during the surface preparation. Water blasting shall be performed with a high - pressure water blaster with an adjustable pressure range of 5000 to 8000 psi. Debris from water blasting shall not be allowed to enter the sewer. ' C. Leak Stoppage 1. Prior to the application of the mortar- leveling course for any liner, the CONTRACTOR shall stop all leaks in the structure. The method for stopping the leaks shall be the IAPPENDIX A 43 OCSD SPECIAL PROVISIONS 7 LL 1 1 I �I I 1 IJ I 1 Ci J CONTRACTOR'S option as approved by the ENGINEER. The DISTRICT shall not be responsible for any method or procedure that fails to stop leaks. D. Mortar Application 1. Preparation of the existing surfaces shall be approved by the ENGINEER before application of the mortar - leveling course. Mortar or gunite shall be applied to remove all surface irregularities and to provide a smooth surface on which to apply the liner. All surfaces shall be as dry as possible prior to the installation of the liner. 2. A mortar- leveling course shall be required on all brick manholes. A mortar - leveling course is not required on precast concrete manholes unless indicated otherwise. 20.17 MANHOLE LINING (NOT APPLICABLE TO 48 -INCH DIAMETER MANHOLES) A. PVC Liner 1. PVC liner for new manholes shall be fumished and installed according to Section 06620 Plastic Liner, of these Standard Specifications, Standard Drawing S-050 and as described herein. 2. All T -lock ribs shall be oriented vertically. Field joints in liner between precast concrete sections shall not be made until the joint mortar has been allowed to cure at least 48 hours. 3. Plastic liner (other than Tee -lock which is cast -in- place) for existing manholes and repairs shall be plain sheet and shall be attached to the structure by RAM -NEK by Henry Company, Kent Seal by Hamilton Kent or approved equal. All areas of repair shall be spark tested by the CONTRACTOR in the presence of the ENGINEER. All areas of repair shall be patched by the CONTRACTOR to the satisfaction of the ENGINEER. 4. The liner must be continuous, seamless, free from any holes or defects, and completely bonded to the existing structure, and have returns at joints with unlined surfaces. 5. Liner shall comply with all requirements of Section 210 -2 of SSPWC B. Polyurethane Lining (Not Used) ' APPENDIX A 44 OCSD SPECIAL PROVISIONS 23.1 GENERAL A. All pipeline trenches shall be backfilled and compacted per Section 02200 Earthwork, prior to testing of pipe. ' APPENDIX A 45 OCSD SPECIAL PROVISIONS Section 02730 rSANITARY SEWER SYSTEM TESTING PART 21 - GENERAL ' 21.1 THE REQUIREMENT A. The CONTRACTOR shall fumish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specked herein. B. This section covers the performance of all pipeline flushing and testing, complete, for sanitary sewer system piping as specified herein and in accordance with the requirements of the I Contract Documents. C. This section includes the requirements for television inspection of the installed pipe after flushing and testing, but prior to final acceptance and introduction of sewage flow. ' 21.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork B. Section 02622 Vitrified Clay Pipe C. Section 02726 Manhole and Precast Vault Construction 21.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with the current provisions of the following Codes and Standards. 1. Standard Specifications SSPWC Section 306 -1.4, Testing Pipelines. 2. Standard Specifications SSPWC Section 500 - 1.1.5, Television Inspection. 21.4 CONTRACT SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. ' B. The CONTRACTOR shall submit in writing all proposed plans for testing, and for water conveyance, control and disposal. The CONTRACTOR shall also submit written notice 48 hours in advance of the proposed testing schedule for review and concurrence of the ENGINEER. PART 22 - PRODUCTS 22.1 GENERAL A. Temporary valves, plugs, bulkheads, and other air pressure testing and water control equipment and materials shall be provided by the CONTRACTOR subject to the ENGINEER'S review. No materials shall be used which will be injurious to pipeline structure and future function. Air test gages shall be laboratory- calibrated annually test gages and shall be recalibrated by a certified laboratory at the CONTRACTOR'S expense prior to the leakage test, only if required by the ENGINEER. PART 23 - EXECUTION 23.1 GENERAL A. All pipeline trenches shall be backfilled and compacted per Section 02200 Earthwork, prior to testing of pipe. ' APPENDIX A 45 OCSD SPECIAL PROVISIONS A. If required by the ENGINEER, all sewer manholes shall be hydrostatically tested for leakage after installation, but prior to being backfilled. Prior to hydrostatic testing, all manholes shall be visually inspected for leaks. All leaks or cracks shall be repaired by the CONTRACTOR, prior to hydrostatic testing, to the satisfaction of the ENGINEER and the INSPECTOR. All ' pipes entering the manhole shall be sealed at a point outside the manhole walls so as to include testing of the pipe /manhole joints. The manhole shall be filled with water to a level 2 inches below the top of the frame. Safety lines shall be secured to all plugs utilized. A manhole may be filled 24 hours prior to time of testing, if desired, to permit normal absorption into the pipe walls to take place. After a period of at least one hour to allow the water level to stabilize, the water level shall be checked. The water level shall again be checked after a period of 4 hours. Leakage in each manhole shall not exceed 0.1 gallon per hour per foot of head above the invert. If the water level is reduced by this amount or greater, the leakage shall be considered excessive. The CONTRACTOR shall then be required to make all necessary repairs and retest the manhole. The exterior of the manhole shall be inspected during this period for visible evidence of leakage. Visible moisture, sweating, or beads of water on the exterior of the manhole shall not be considered leakage, but any water running across the surface will be considered leakage and shall be repaired to the satisfaction of the ENGINEER and the INSPECTOR regardless of the volume of water lost. ' B. Manholes and appurtenances shall be as watertight and free from infiltration as possible. Any evidence of leakage shall be repaired to the satisfaction of the ENGINEER at the expense of the CONTRACTOR. ' C. When, in the ENGINEER'S opinion, the groundwater table is too low to permit visual detection of leaks, project manholes shall be hydrostatically tested. D. All costs of testing manholes for water tightness shall be included in the appropriate contract ' unit price. 3.4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION ' A. Television inspection for VCP alignment and grade and damaged or defective pipe in place; after the pipe has been installed, backfilled and compacted to grade, tested for leakage, manholes raised to grade, but prior to final resurfacing, the pipe shall be videotaped from manhole -to- manhole. Videotaping procedures shall conform to requirements of SSPWC Section 500 -1.1.5 Television Inspection. In addition, the system shall continuously display APPENDIX A 46 OCSD SPECIAL PROVISIONS B. Release of water from pipelines, after testing has been completed, shall be performed as reviewed by the ENGINEER. C. All testing operations shall be performed in the presence of the ENGINEER. 23.2 TESTING OF PIPELINE A. General: All gravity sewer pipes and service laterals shall be tested for exfiltration and /or infiltration and deflection, as specked. All manholes shall be tested for leakage, as specified. Manholes shall be tested prior to backfill placement, whereas all pipe shall be backfilled and ' compacted prior to testing. All leakage tests of sanitary sewer systems shall be in conformance with SSPWC Section 306 - 1.4.1. For pressure sewers (force main) tests, the water pressure shall be measured at the lowest point of the pipeline section being tested. 1 B. C. Water Exfltration Test shall be in conformance with SSPWC Section 306 - 1.4.2. Air Pressure 1.4.4. Test shall be in conformance with SSPWC Section 306 - D. At the CONTRACTOR'S option, joints may be air tested individually, joint by joint, with the use of specialized equipment. The CONTRACTOR shall submit its joint testing procedure for ' the ENGINEER'S review and approval prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The minimum allowable pressure drop shall be 1.0 psi over a 30- second test period. 23.3 TESTING OF MANHOLES A. If required by the ENGINEER, all sewer manholes shall be hydrostatically tested for leakage after installation, but prior to being backfilled. Prior to hydrostatic testing, all manholes shall be visually inspected for leaks. All leaks or cracks shall be repaired by the CONTRACTOR, prior to hydrostatic testing, to the satisfaction of the ENGINEER and the INSPECTOR. All ' pipes entering the manhole shall be sealed at a point outside the manhole walls so as to include testing of the pipe /manhole joints. The manhole shall be filled with water to a level 2 inches below the top of the frame. Safety lines shall be secured to all plugs utilized. A manhole may be filled 24 hours prior to time of testing, if desired, to permit normal absorption into the pipe walls to take place. After a period of at least one hour to allow the water level to stabilize, the water level shall be checked. The water level shall again be checked after a period of 4 hours. Leakage in each manhole shall not exceed 0.1 gallon per hour per foot of head above the invert. If the water level is reduced by this amount or greater, the leakage shall be considered excessive. The CONTRACTOR shall then be required to make all necessary repairs and retest the manhole. The exterior of the manhole shall be inspected during this period for visible evidence of leakage. Visible moisture, sweating, or beads of water on the exterior of the manhole shall not be considered leakage, but any water running across the surface will be considered leakage and shall be repaired to the satisfaction of the ENGINEER and the INSPECTOR regardless of the volume of water lost. ' B. Manholes and appurtenances shall be as watertight and free from infiltration as possible. Any evidence of leakage shall be repaired to the satisfaction of the ENGINEER at the expense of the CONTRACTOR. ' C. When, in the ENGINEER'S opinion, the groundwater table is too low to permit visual detection of leaks, project manholes shall be hydrostatically tested. D. All costs of testing manholes for water tightness shall be included in the appropriate contract ' unit price. 3.4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION ' A. Television inspection for VCP alignment and grade and damaged or defective pipe in place; after the pipe has been installed, backfilled and compacted to grade, tested for leakage, manholes raised to grade, but prior to final resurfacing, the pipe shall be videotaped from manhole -to- manhole. Videotaping procedures shall conform to requirements of SSPWC Section 500 -1.1.5 Television Inspection. In addition, the system shall continuously display APPENDIX A 46 OCSD SPECIAL PROVISIONS the following on- screen data; contract number, date, time, distance (in feet) from the insertion manhole and manhole identification codes. Should videotaping indicate any faulty installation of the pipe, repairs or replacements shall be made at the CONTRACTOR's expense by a method acceptable to the ENGINEER. Repaired pipe and /or segments shall be retested and revideotaped, at no additional cost to the DISTRICT, until final acceptance is achieved. APPENDIX A 47 OCSD SPECIAL PROVISIONS Section 02999 ' TEMPORARY HANDLING OF SEWAGE FLOW PART24- GENERAL ' 24.1 WORK DESCRIPTION This section provides the specification for the CONTRACTOR'S responsibilities for the temporary ' handling of sewage, monitoring of odors and the implementation of best management practices (BMPs) for mitigating odors. This includes the inspection, construction, modifications, and relocations of District sewers and facilities. ' 24.2 CONTRACTOR SUBMITTALS Unless otherwise indicated, the following shall be submitted to the ENGINEER within 15 days after receiving the Notice to Proceed, in compliance with the GENERAL REQUIREMENTS, and as specified herein. For each phase or operation: A. Sewage bypass pipe material and fittings. B. Plans showing details of proposed method of temporary handling of sewage flow, routing and protection of bypass lines, containment areas, equipment location, schematic of pump set -up and discharge, and proposed sequencing. C. Pump characteristic curves, electrical, controls, and instrumentation. D. Spill Prevention, Control, and Countermeasure plan as described in Part 3.2 of this ' specification. E. Monitoring reports, readings, schedules and information as required in Paragraph 3.3, Odor Monitoring including materials, methods and equipment to be used to monitor odors. ' 24.3 PAYMENT Unless otherwise provided in these specifications, full compensation for temporary handling of sewage, the spill prevention, control and counter measure plan, and odor monitoring shall be ' included in the contract unit price for which such work is appurtenant thereto, and no additional allowance shall be made therefore. Said various contract unit prices shall include all labor, materials, tools, and equipment necessary or incidental to the temporary sewer service ' operations. DISTRICT forces will not assist the CONTRACTOR with flow handling, or installation of diversions during the work. PART25- PRODUCTS 25.1 PUMPING EQUIPMENT In the event the CONTRACTOR elects to use engine driven pumps, the engines shall be muffled in such a manner that the maximum noise level will not exceed 80 dBA at a distance of five feet ' from the engine. Lower noise levels may be specified in the permit by governing agencies. Regardless of the noise level, soundproofing shields not less than eight feet high shall be provided around each engine to absorb noise. Standby pumping equipment shall be onsite continuously during pumping to provide 100 percent standby pumping capacity. The CONTRACTOR shall provide manpower to continuously monitor the pumping equipment on a 24- hour basis while in operation and activate standby equipment, if necessary. Standby pumping shall be directly connected or capable of being installed within one half the time estimated the line will surcharge. Pumping equipment and piping shall be pressure tested and leak free prior to operation. The pumping system and /or odor control system shall be completely operational to the satisfaction of the ENGINEER, prior to the existing system being taken out of service. ' APPENDIX A 48 OCSD SPECIAL PROVISIONS 25.2 TEMPORARY PLUGGING OF SEWER Plugs shall be a heavy -duty inflatable type with a steel rod through plug centerline, a retaining plate and an eye -lift on both ends. Plugs shall be new, made of natural rubber and shall show no cracks or signs of damage. The plugs shall have a flexible sealing design to compensate for any irregular interior surface of the corroded pipe. The plug length shall be suitable for the speck application and shall be equipped with continuous pressure monitoring and an audible alarm when pressure drops below the minimum pressure, as recommended by the manufacturer. Eye - lifts shall be secured by a 5/8" diameter stainless steel pulling cable and accessible without ' requiring entry for plug removal. To expedite removal, plugs shall be installed on the upstream side of manholes, unless otherwise approved by the ENGINEER. A double block and bleed may be required to protect workers per O.S.H.A. ' PART 26 - EXECUTION 3.1 TEMPORARY HANDLING OF SEWAGE The CONTRACTOR shall construct, operate, maintain, and remove, without damage to existing ' structures, all temporary sewage handling facilities. The CONTRACTOR shall investigate and monitor the flow depth and odor conditions in the existing sewer during low and high flow periods. Additional consideration shall be given for inflow and infiltration during wet weather. Flow and odor data on the existing DISTRICT facilities may be available from the DISTRICT. However, the DISTRICT does not guarantee the depth of flow or odor concentration during the construction. Temporary means may require the construction of bypass lines and bulkheads, pumping, scrubbers, chemical treatment, or a combination thereof. Under no circumstances shall sewage or solids be deposited onto the ground surface, streets, or into ditches, catch basins or storm drains or natural drainage ways. Sewage shall be handled in a manner so as not to create a public nuisance, health hazard, or odor complaint. ' 3.2 The CONTRACTOR shall be responsible for continuity of sanitary sewer service to each facility connected to the trunks sewers during the execution of the work to be performed under this Contract. In the event that sewage backup or odors occur and enters dwellings, other structures, or affect the public, the CONTRACTOR shall be responsible for cleanup, repair, property damage costs, fines imposed by jurisdictional authorities, and all claims arising therefrom. All spills shall be contained and returned to the sewer system and odors mitigated. SPILL PREVENTION, CONTROL AND COUNTERMEASURE PLAN The CONTRACTOR shall prepare, submit and carry out a spill prevention, control and countermeasure plan that incorporates the following, for each phase of the work: A. The CONTRACTOR shall include or reference in the plan, materials provided as submittals per 1.2 above. B. The CONTRACTOR shall provide in the plan a description of all emergency equipment for bypassing flow, containment, cleanup, and repair of any damage. Specifics shall include as applicable, but are not limited to: (a) 1) Pipe patch kits (b) 2) Sand bags (c) 3) Rubber matting (d) 4) Bypass pipes, pumps, and other relevant equipment (e) 5) Extra pumps (f) 6) Secondary containment in trench or other surrounding land relief C. The CONTRACTOR shall maintain equipment on site. APPENDIX A 49 OCSD SPECIAL PROVISIONS D. The CONTRACTOR shall provide the DISTRICT with at least three (3) people who can be contacted and are available 24 hours per day by phone to address on site emergencies. The ' CONTRACTOR shall provide the daily schedule with names, phone numbers, and hourly working schedules of three persons that may be brought on site any time. CONTRACTOR shall provide notification of any substitution in writing at least two days in advance. When ' bypassing flows, CONTRACTOR shall have at least two people on site 24 hours per day to monitor and maintain the bypass and implement the emergency procedures in case of an emergency. ' As the CONTRACTOR is excavating for a new trench and comes across moderate leaks in the existing pipe, the CONTRACTOR shall make coupling /clamp repairs as soon as possible to minimize sewage flow into the trench. If the leak is too large to make fast coupling repair, the CONTRACTOR shall start bypassing (see bypassing sequence below), then make repair. 3) In case of catastrophic leak, the CONTRACTOR shall immediately start the bypassing sequence: a) Plug downstream side of the upstream manhole. b) Insert bypass pump. The pump shall be sized to handle peak flow of the sewer. c) Connect hose from pump to discharge point. NOTE: Hose shall already be in place ' and connected to a downstream discharge point at all times when working near or with live sewers. 4) In event of any spill, the CONTRACTOR shall immediately and in parallel with above ' activities, notify the DISTRICT'S Control Center at 714 - 593 -7025 and request the DISTRICT'S Collections staff to be dispatched. The CONTRACTOR should attempt to give the best indication of the approximate size of the spill (1,000 gallons is small; 1,000 ' gallons to 10,000 gallons is medium; and X10,000 gallons is large) along with the approximate amount, if any, of sewage reached a storm drain or channel to the Control Center staff so they can dispatch the appropriate response. ' Collections staff will respond to monitor the CONTRACTOR'S clean -up related activities ' APPENDIX A 50 OCSD SPECIAL PROVISIONS E. The CONTRACTOR shall describe the method used to protect storm drains during construction on the plan. The description shall include where the storm drains are located (simple map of sewer pipe, storm drains, waterways, and any relief features) that could assist in containing the spill. The plan shall describe how storm drains will be blocked in the event of a spill. Describe any other response - related plans (bypass pumping set ups, etc.). (2) The CONTRACTOR shall coordinate the plan with the construction storm water management Best Management Practices (BMP) (see Section 02270) to protect water quality and respond to spills of sewage, groundwater, or fuels, ensuring ' there are no conflicts with implementing each of the respective programs. The CONTRACTOR shall describe all spill prevention measures (e.g. monitoring of ' upstream manholes, monitoring in the trench). F. The following incorporated into the CONTRACTOR'S spill procedures shall be plan. 1) If a spill is detected or a catastrophic pipe failure occurs, the immediate priority of the CONTRACTOR shall be to prevent any sewage from reaching surface waters and storm ' drains. The CONTRACTOR shall immediately protect all drains using rubber mats or sand bags. ' 2) The CONTRACTOR shall anticipate the following failure mode in his plan and be prepared to act accordingly. ' As the CONTRACTOR is excavating for a new trench and comes across moderate leaks in the existing pipe, the CONTRACTOR shall make coupling /clamp repairs as soon as possible to minimize sewage flow into the trench. If the leak is too large to make fast coupling repair, the CONTRACTOR shall start bypassing (see bypassing sequence below), then make repair. 3) In case of catastrophic leak, the CONTRACTOR shall immediately start the bypassing sequence: a) Plug downstream side of the upstream manhole. b) Insert bypass pump. The pump shall be sized to handle peak flow of the sewer. c) Connect hose from pump to discharge point. NOTE: Hose shall already be in place ' and connected to a downstream discharge point at all times when working near or with live sewers. 4) In event of any spill, the CONTRACTOR shall immediately and in parallel with above ' activities, notify the DISTRICT'S Control Center at 714 - 593 -7025 and request the DISTRICT'S Collections staff to be dispatched. The CONTRACTOR should attempt to give the best indication of the approximate size of the spill (1,000 gallons is small; 1,000 ' gallons to 10,000 gallons is medium; and X10,000 gallons is large) along with the approximate amount, if any, of sewage reached a storm drain or channel to the Control Center staff so they can dispatch the appropriate response. ' Collections staff will respond to monitor the CONTRACTOR'S clean -up related activities ' APPENDIX A 50 OCSD SPECIAL PROVISIONS to ensure the spill is cleaned in accordance with DISTRICT'S standards and permit. It is the CONTRACTOR'S responsibility to provide the primary means for pipe repair and spill ' recovery and clean -up including mobilizing any necessary equipment to be onsite within an hour of a spill. Clean up may require a sweeper truck, vector truck, and /or other equipment. All DISTRICT time and material and special equipment for spill cleaning will ' be deducted from the CONTRACTOR'S progress payment 5) The CONTRACTOR shall attempt to pond the water in an area away from storm drains that can be easily and fully recovered for discharge to the DISTRICT'S collection system. ' This ponding activity should not impact any environmentally sensitive areas. 6) The CONTRACTOR and ENGINEER with the assistance of District's Collections staff shall coordinate the most efficient and appropriate response, repair, and cleanup as soon as possible. The CONTRACTOR will cooperate with the DISTRICT staff to the fullest extent possible in order to minimize the impacts and volume of the spill in the most efficient manner possible. ' 7) NO form of disinfection is allowed (especially if the water is reaching State waters). All wash water and sewage - contaminated wash water must be contained and recovered in the same manner as the sewage. 8) In the event of a spill, the CONTACTOR shall be prepared to document the spill, its likely cause, and the coordinated response with a video camera and photographs. The ' CONTRACTOR is required to attend a debriefing immediately after the spill is contained and cleaned up. G. The CONTRACTOR shall comply with the Regional Water Quality Control Board, Health ' Department, and the DISTRICT Standards, permits, and regulations. The CONTRACTOR shall cooperate with DISTRICT staff and other regulators and environmental agencies. In the event the Regional Water Quality Control Board levies a fine on the District because of a ' sewage spill caused by the Contractor (directly or indirectly) due to his lack of attention to procedures or other negligence, the CONTRACTOR shall be held responsible and liable for reimbursing the DISTRICT for the entire amount of any fine imposed by the Regional Water Quality Control Board. The California Water Code gives the Regional Water Quality Control Board to fine up to $10 per gallon and $10,000 per day for an illicit discharge. 3.3 ODOR MONITORING ' APPENDIX A 51 OCSD SPECIAL PROVISIONS The CONTRACTOR shall comply with the Odor Monitoring requirements as specified below: ' A. The CONTRACTOR shall prepare a listing of all potential construction activities that might produce odors. For each of these construction activities, the CONTRACTOR shall include ' the scheduled construction date(s), expected construction duration(s), a listing of the ' potential receptors, and the distance to these receptors. Potential nuisance odor areas shall include open manholes, and open sewers where sewage gases can be present or can be ' released. Potential nuisance odor areas do not include covered manholes that are sealed or plugged (closed) sewer pipes. ' APPENDIX A 51 OCSD SPECIAL PROVISIONS All potential construction activities that might produce odors shall be identified on the ' construction schedule as required in the General Requirements. If multiple construction activities of this type are required simultaneously due to schedule constraints, multiple sets of gas analyzers shall be obtained and provided for monitoring. ' B. For each site where potential odors may be produced, the CONTRACTOR shall prepare a plan for monitoring with the use of four gas analyzers. The high range gas analyzers shall be located in the manhole and the three low range gas analyzers shall be located in a circular ' APPENDIX A 51 OCSD SPECIAL PROVISIONS ' D. After acceptance of the monitoring plan for the specific construction site where odors are anticipated, the CONTRACTOR shall notify the ENGINEER and the INSPECTOR at least forty-eight (48) hours in advance of the proposed work. E. The CONTRACTOR shall, prior to the commencement of any work, place all gas analyzers as identified on the reviewed shop submittal. ' F. The CONTRACTOR shall determine the means of achieving less than 10 ppbv at the receptors, as required in the General Requirements, prior to the commencement of all work. Where mitigative measures are planned, they shall be in place during the construction period. ' G. The CONTRACTOR shall download and record the readings of the hydrogen sulfide gas concentrations daily and present these results in a tabular format to the DISTRICT. Readings shall be logged at an interval to be determined by the DISTRICT. Readings shall ' be organized in a way that specifies which gas analyzer was used and the location of the analyzer. The CONTRACTOR shall provide these organized readings to the INSPECTOR at a frequency to be determined by the DISTRICT (which may be daily or less frequently). ' H. The DISTRICT may choose to download the data directly from the hydrogen sulfide gas analyzers that the CONTRACTOR has set up on -site. The DISTRICT may also set up independent hydrogen sulfide gas analyzers at the construction site for additional monitoring. ' If the CONTRACTOR's hydrogen sulfide gas analyzer readings do not reasonably correlate with the DISTRICT's hydrogen sulfide gas analyzer readings, the DISTRICT may require calibration of all gas analyzers, and reevaluation of the monitoring set up. I. The CONTRACTOR shall record the wind speed and prevailing wind direction where the high range gas monitor has been installed. Depending on wind speed and direction, the CONTRACTOR may be required by the DISTRICT during the course of construction to adjust the locations of the three low range gas analyzers so that at least one of the three low range gas analyzers remains directly downwind of the high range gas monitor and the remaining two monitors also relocated to maintain the 120 degree separation. ' APPENDIX A 52 OCSD SPECIAL PROVISIONS pattern approximately 120 degrees separation and at a distance and height (between 6 and 12 feet above the ground) as approved by the DISTRICT. The CONTRACTOR shall submit ' each monitoring plan in the form of a Shop Submittal for review and acceptance. C. The CONTRACTOR shall obtain fully functioning and calibrated hydrogen sulfide gas analyzers to measure hydrogen sulfide emission concentrations from potential odor areas ' during construction. The CONTRACTOR shall obtain three low range hydrogen sulfide gas analyzers, and one high range hydrogen sulfide gas analyzer. The hydrogen sulfide gas analyzers shall be Odalog as manufactured by App -Tek International Pty Ltd or approved equal. The low range hydrogen sulfide gas analyzers shall be capable of measuring and ' logging hydrogen sulfide gas concentrations between 0.01 and 2 ppmv. The high range hydrogen sulfide gas analyzer shall be capable of measuring and logging hydrogen sulfide gas concentrations between 0 to 200 ppmv. The CONTRACTOR shall also obtain one ' software kit for downloading data from the gas analyzer, and one calibration kit for calibrating the gas analyzer per the manufacturer requirements. All gas analyzers and accessories that are purchased by the CONTRACTOR shall become the property of the DISTRICT at the end of the project. The analyzers shall be in good working order when turned over to the District. The software and calibration kits shall also be provided at the same time. Prior to purchase, the CONTRACTOR shall submit a shop submittal for review and acceptance. The CONTRACTOR shall ensure that the gas analyzers are calibrated by the manufacturer. ' D. After acceptance of the monitoring plan for the specific construction site where odors are anticipated, the CONTRACTOR shall notify the ENGINEER and the INSPECTOR at least forty-eight (48) hours in advance of the proposed work. E. The CONTRACTOR shall, prior to the commencement of any work, place all gas analyzers as identified on the reviewed shop submittal. ' F. The CONTRACTOR shall determine the means of achieving less than 10 ppbv at the receptors, as required in the General Requirements, prior to the commencement of all work. Where mitigative measures are planned, they shall be in place during the construction period. ' G. The CONTRACTOR shall download and record the readings of the hydrogen sulfide gas concentrations daily and present these results in a tabular format to the DISTRICT. Readings shall be logged at an interval to be determined by the DISTRICT. Readings shall ' be organized in a way that specifies which gas analyzer was used and the location of the analyzer. The CONTRACTOR shall provide these organized readings to the INSPECTOR at a frequency to be determined by the DISTRICT (which may be daily or less frequently). ' H. The DISTRICT may choose to download the data directly from the hydrogen sulfide gas analyzers that the CONTRACTOR has set up on -site. The DISTRICT may also set up independent hydrogen sulfide gas analyzers at the construction site for additional monitoring. ' If the CONTRACTOR's hydrogen sulfide gas analyzer readings do not reasonably correlate with the DISTRICT's hydrogen sulfide gas analyzer readings, the DISTRICT may require calibration of all gas analyzers, and reevaluation of the monitoring set up. I. The CONTRACTOR shall record the wind speed and prevailing wind direction where the high range gas monitor has been installed. Depending on wind speed and direction, the CONTRACTOR may be required by the DISTRICT during the course of construction to adjust the locations of the three low range gas analyzers so that at least one of the three low range gas analyzers remains directly downwind of the high range gas monitor and the remaining two monitors also relocated to maintain the 120 degree separation. ' APPENDIX A 52 OCSD SPECIAL PROVISIONS I J. If hydrogen sulfide concentrations exceed 10 ppbv at any of the low range gas monitors (DISTRICT or CONTRACTOR) during the course of construction work or tie -ins, the ' CONTRACTOR shall invoke Best Management Practices (BMPs) for mitigation, and notify the DISTRICT immediately. If the CONTRACTOR fails to mitigate ambient hydrogen sulfide concentrations below 10 ppbv at the receptors using BMPs, the CONTRACTOR shall stop ' work immediately and coordinate with the DISTRICT on further odor mitigation and control prior to commencement of work at the site where odors are released. K. The CONTRACTOR shall abide by the following Best Management Practices (BMPs), at a ' minimum, to prevent emissions of nuisance odors when hydrogen sulfide concentrations exceed 10 ppbv during the course of construction work: i. Cover manholes and openings where bypass pumps are used with plywood or other approved material, including sealing cracks and edges with sealing putty or caulking. Ensure that all covers are secure, safe from vandalism and safe from potential life and safety hazards (i.e. falling or tripping hazards). ' ii. Seal open sewer pipes during tie -ins ' ill. Keep the duration of open manholes to a minimum iv. Plug sewers as necessary to reduce odor emissions 'V. Provide in -line bypasses in closed conduits when working in manholes vi. Reasonably prevent sewer gases from escaping the construction work area If the DISTRICT staff determines that odor control is required during construction, the CONTRACTOR shall coordinate with the DISTRICT staff for odor control and mitigation requirements. All chemical, liquid or vapor treatment measures will be provided by the DISTRICT. ' Section 03310 CAST -IN -PLACE CONCRETE ' PART27- GENERAL 27.1 THE REQUIREMENT ' A. The CONTRACTOR shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, in accordance with the requirements of the Contract Documents. ' 27.2 RELATED WORK SPECIFIED ELSEWHERE A. Project Specifications ' 27.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. ' B. Comply with the current provisions of the following Codes and Standards. 1. Federal Specifications and Standards: UU- B -790A (Int.Amd. 1) Building Paper, Vegetable Fiber (Kraft, Waterproofed, Water Repellant and Fire Resistant). ' APPENDIX A 53 OCSD SPECIAL PROVISIONS I Il U I 11 Il U 11 1] PS 1 U.S. Product Standard for Concrete Forms, Class 1 2. Commercial Standards: Concrete Reinforcement ACI 301 Specifications for Structural Concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement ACI 318 Building Code Requirements for Reinforced Concrete ACI 347 Recommended Practice for Concrete Form- work ASTM A 82 Specification for Steel Wire, Plain, for Concrete ASTM C 42 Reinforcement ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for ASTM C 114 Concrete Reinforcement ASTM C 31 Practices for Making and Curing Concrete Test Specimens in the Field ASTM C 33 Specification for Concrete Aggregates ASTM C 39 Test Method for Compressive Strength of Cylindrical ASTM C 156 Concrete Specimens ASTM C 42 Methods of Obtaining and Testing Drilled Cores and ASTM C 192 Sawed Beams of Concrete ASTM C94 Specification for Ready -Mixed Concrete ASTM C 114 Method for Chemical Analysis of Hydraulic Cement ASTM C 136 Method for Sieve Analysis of Fine and Coarse Aggregate ASTM C 143 Test Method for Slump of Portland Cement Concrete ASTM C 150 Specification for Portland Cement ASTM C 156 Test Method for Water Retention by Concrete Curing Materials ASTM C 192 Method of Making and Curing Concrete Test Specimens in the Laboratory ASTM C 260 Specification for Air - Entraining Admixtures for Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non - extruding and Resilient Bituminous Types) ASTM E 119 Method for Fire Tests of Building Construction and Materials AW S D1.4 Structural Welding Code - Reinforcing Steel WRI Manual of Standard Practice for Welded Wire Fabric 27.4 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall, in accordance with the GENERAL REQUIREMENTS submit detailed plans of the falsework proposed to be used. Such plans shall be in sufficient detail ' APPENDIX A 54 OCSD SPECIAL PROVISIONS to indicate the general layout, sizes of members, anticipated stresses, grade of materials to be used in the falsework, and typical soil conditions. ' B. The CONTRACTOR shall furnish shop bending diagrams, placing lists, and drawings of all reinforcing steel prior to fabrication in accordance with the GENERAL REQUIREMENTS. C. Details of the concrete reinforcing steel and concrete inserts shall be submitted by the CONTRACTOR at the earliest possible date after receipt by the CONTRACTOR of the Notice to Proceed. Said details of reinforcing steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. The shop bending diagrams shall show the ' actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. The shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. D. Where mechanical couplers are required or permitted to be used to splice reinforcing steel, the CONTRACTOR shall submit manufacturer's literature which contains instructions and recommendations for installation for each type of coupler used; certified test reports which ' verify the load capacity of each type and size of coupler used; and shop drawings which show the location of each coupler with details of how they are to be installed in the formwork. E. The CONTRACTOR shall submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding; merely a statement that AWS procedures will be followed is not acceptable. The CONTRACTOR shall submit certifications of procedure qualifications for each welding procedure used and certification of welder qualifications, for each welding procedure, and for each welder performing the work. Such qualifications shall be as specified in AWS D1.4. F. Mix Designs: Prior to beginning the WORK, the CONTRACTOR shall submit to the ENGINEER, for review, and approval, preliminary concrete mix designs for each Gass and ' j. Air content. k. Compressive strength based on 7 day and 28 day compression tests, including standard deviation calculations, corroborative data (if applicable), and required ' average comprehensive strength per ACI 318, Section 5. I. Time of initial set. m. Certification stamp and signature by a Civil or Structural engineer registered in state ' of California. ' APPENDIX A 55 OCSD SPECIAL PROVISIONS type of concrete specified herein. The mix designs shall be designed by an independent testing laboratory acceptable to the ENGINEER. All costs related to such mix design shall be borne by the CONTRACTOR. 1 1. Each concrete mix submittal shall contain the following information: a. Slump on which the design is based. ' b. Total gallons of water per cubic yard. 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 aggregate per cubic yard. ' g. Weight (surface dry) of each aggregate per cubic yard. h. Brand, type, and ASTM designation, active chemical ingredients and quantity of each admixture. ' i. Copy of the Building and Safety Research Report Approval for each concrete admixture. ' j. Air content. k. Compressive strength based on 7 day and 28 day compression tests, including standard deviation calculations, corroborative data (if applicable), and required ' average comprehensive strength per ACI 318, Section 5. I. Time of initial set. m. Certification stamp and signature by a Civil or Structural engineer registered in state ' of California. ' APPENDIX A 55 OCSD SPECIAL PROVISIONS ' APPENDIX A 56 OCSD SPECIAL PROVISIONS n. Certificate of Compliance for Cement. 2. Certified Delivery Tickets: Where ready -mix concrete is used, the CONTRACTOR shall provide certified weighmaster delivery tickets at the time of delivery of each load of concrete, which shall contain the following information: t a. Date b. Name of Vendor c. Name of Contractor d. District job /contract number e. Public weighmaster's signature ' f. Number of cubic yards in the load g. Actual weights of cement, pozzolan and of each size of aggregate t h. Amount of water added at the plant (including free water in aggregate) i. Amount in the of water aggregate j. Brand and type of cement ' k. Brand and amount of admixture (if used) I. Amount of water allowed to be added at the site for the specific design mix. m. Amount of water added at the jobsite n. Time and when the batch was dispatched ' o. Time when the batch left the plant Time began p. unloading q. Time unloading finished ' G. When a water - reducing admixture is to be used, the CONTRACTOR shall furnish mix designs for concrete both with and without the admixture. 27.5 QUALITY ASSURANCE A. The CONTRACTOR shall provide samples from each heat of reinforcing steel delivered in a quantity adequate for testing. Costs of initial tests will be paid by the DISTRICT. Costs of ' additional tests due to material failing initial tests shall be paid by the CONTRACTOR. B. The CONTRACTOR shall provide samples of each type of welded splice used in the work in a quantity and of dimensions adequate for testing. At the discretion of the ENGINEER, radiographic testing of direct butt welded splices will be performed. The CONTRACTOR ' shall provide assistance necessary to facilitate testing. The CONTRACTOR shall repair any weld which fails to meet the requirements of AWS D1.4. The costs of testing will be paid by the DISTRICT; except, the costs of all tests which fail to meet specified requirements shall be ' paid by the CONTRACTOR. C. Tests on component materials and for compressive strength of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ' ASTM C 143. D. The cost of all laboratory tests on cement, aggregates, and concrete, will be borne by the DISTRICT. However, the CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. E. Concrete for testing shall be supplied by the CONTRACTOR at no cost to the DISTRICT, and the CONTRACTOR shall provide assistance and facilities to the INSPECTOR in obtaining ' samples, and disposal and cleanup of excess material. ' APPENDIX A 56 OCSD SPECIAL PROVISIONS ' 3. Concrete compressive strength tests representing concrete poured -in -place, shall attain the 28 -day compressive strength specified in the specifications or as shown on the plans. 4. The CONTRACTOR shall remove from the work and replace at no cost to the DISTRICT ' any in place concrete represented by a compressive strength cylinder test failing to meet the specified 28 -day compressive strength. The CONTRACTOR shall at its own expense make any corrective changes in the mix deemed necessary by the ENGINEER. The changes in the mix shall be approved by the ENGINEER prior to the placement of any ' additional concrete subsequent to a failing compressive strength test. 5. As an alternative to the removal of concrete represented by a failed cylinder compressive strength test and subject to the approval of the ENGINEER, the concrete represented by ' the failed compressive strength cylinder test or tests may be cored in place. The corings shall be taken by the CONTRACTOR in the presence of the INSPECTOR and tested at the CONTRACTOR'S expense in accordance with ASTM C 42, except as modified herein, by a certified laboratory acceptable to the INSPECTOR. The cores shall be 4 inches in diameter, unless otherwise directed by the ENGINEER. At least three cores shall be taken in each area represented by a failed 28 -day concrete compressive strength cylinder test. Unless otherwise directed by the ENGINEER, the cores shall be ' tested wet following a 40 hour submergence. If each core produces compressive strength results at least 85 percent or greater than the specified 28 -day compressive strength, the concrete may be accepted. The CONTRACTOR shall remove from the ' work and replace at no cost to the DISTRICT any in -place concrete represented by failing core tests. H. Construction Tolerances: The CONTRACTOR shall set and maintain concrete forms and ' perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, ' permissible deviations will be in accordance with ACI 347. I. The CONTRACTOR shall provide written identification of reinforcing steel by heat number, and certification, release number and type from the point of fabrication to the place of final incorporation of the rebars into the work. ' APPENDIX A 57 OCSD SPECIAL PROVISIONS F. Field Compression Tests: 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the ENGINEER to insure continued compliance with these specifications. Each set of test specimens will be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6 -inch diameter by 12 -inch high cylinders. 3. Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days as necessary and 2 at 28 days. Any remaining cylinder will be held to verify test results, if needed. G. Evaluation and Acceptance of Concrete: 1. The compressive strength of concrete shall be sampled and tested in accordance with ASTM C 172, ASTM C 42, ASTM C 31, ASTM C 39, and as specified herein. 2. Acceptance of concrete placed shall be based on the 28 day compressive strength test results. A 28 -day compressive strength test shall consist of the average compressive strength of two concrete test cylinders fabricated from a single load of fresh concrete except that, if a cylinder should show evidence of improper handling, molding, or testing, ' said cylinder shall be discarded and the compressive strength test shall than consist of the remaining cylinder. ' 3. Concrete compressive strength tests representing concrete poured -in -place, shall attain the 28 -day compressive strength specified in the specifications or as shown on the plans. 4. The CONTRACTOR shall remove from the work and replace at no cost to the DISTRICT ' any in place concrete represented by a compressive strength cylinder test failing to meet the specified 28 -day compressive strength. The CONTRACTOR shall at its own expense make any corrective changes in the mix deemed necessary by the ENGINEER. The changes in the mix shall be approved by the ENGINEER prior to the placement of any ' additional concrete subsequent to a failing compressive strength test. 5. As an alternative to the removal of concrete represented by a failed cylinder compressive strength test and subject to the approval of the ENGINEER, the concrete represented by ' the failed compressive strength cylinder test or tests may be cored in place. The corings shall be taken by the CONTRACTOR in the presence of the INSPECTOR and tested at the CONTRACTOR'S expense in accordance with ASTM C 42, except as modified herein, by a certified laboratory acceptable to the INSPECTOR. The cores shall be 4 inches in diameter, unless otherwise directed by the ENGINEER. At least three cores shall be taken in each area represented by a failed 28 -day concrete compressive strength cylinder test. Unless otherwise directed by the ENGINEER, the cores shall be ' tested wet following a 40 hour submergence. If each core produces compressive strength results at least 85 percent or greater than the specified 28 -day compressive strength, the concrete may be accepted. The CONTRACTOR shall remove from the ' work and replace at no cost to the DISTRICT any in -place concrete represented by failing core tests. H. Construction Tolerances: The CONTRACTOR shall set and maintain concrete forms and ' perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, ' permissible deviations will be in accordance with ACI 347. I. The CONTRACTOR shall provide written identification of reinforcing steel by heat number, and certification, release number and type from the point of fabrication to the place of final incorporation of the rebars into the work. ' APPENDIX A 57 OCSD SPECIAL PROVISIONS I PART 28 - PRODUCTS 28.1 FORM AND FALSEWORK MATERIALS A. Except as otherwise expressly accepted by the ENGINEER, all lumber brought on the job site for use as forms, shoring, or bracing shall be new material. ' B. Materials for concrete forms, formwork, and falsework shall conform to the following requirements: 1. Lumber shall be Douglas Fir or Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete ' formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood, or other approved material that will not ' adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade shown. Metal forms shall be an approved type that will accomplish such results. ' Forms for exposed exterior concrete surfaces shall be American Plywood Association (APA) High Density Overlay (HDO) Plyform Class I Ext. 48" X 96" X 3/4" minimum thickness. Forms for other concrete surfaces shall be American Plywood Association (APA) Douglas Fir B -B Plyform Class I Exterior PS 1 -76 3/4 -inch minimum thickness. C. Unless otherwise shown, exterior corners in concrete members shall be provided with 3/4- t inch chamfers or tooled to a 1/2 -inch radius. Re- entrant corners in concrete members shall not have fillets unless otherwise shown. D. Forms and falsework to support the roof and floor slabs shall be designed for the total dead ' load, plus a live load of 30 psf (minimum). 28.2 FORM TIES A. Form ties shall be provided with a plastic cone or other suitable means for forming a conical hole to insure that the form tie may be broken off back of the face of the concrete. The maximum diameter of removable cones for rod ties, or of other removable form -tie fasteners having a circular cross - section, shall not exceed 1 -1/2- inches; and all such fasteners shall be such as to leave holes of regular shape for reaming. B. Removable taper ties may be used when approved by the ENGINEER. I 28.3 REINFORCEMENT STEEL A. All reinforcement steel for all cast -in -place reinforced concrete construction shall conform to the following requirements: ' 1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade 60 Billet Steel Reinforcement with supplementary requirement S -1, or as otherwise shown. 2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A 185 and ' the details shown; provided, that welded wire fabric with longitudinal wire of W9.5 size wire shall be either furnished in flat sheets or in rolls with a core diameter of not less than 10- inches; and provided further, that welded wire fabric with longitudinal wires larger than W9.5 size shall be furnished in flat sheets only. 3. Spiral reinforcement shall be cold -drawn steel wire conforming to the requirements of ASTM A 82. ' B. Accessories: APPENDIX A 58 OCSD SPECIAL PROVISIONS I . Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during concrete placement. Slab bolsters shall have gray plastic- coated legs. 2. Concrete blocks (dobies), used to support and position reinforcement steel, shall have the same or higher compressive strength as specified for the concrete in which it is ' located. Where the concrete blocks are used on concrete surfaces exposed to view, the color and texture of the concrete blocks shall match that required for the finished surface. Wire ties shall be embedded in concrete block bar supports. 28.4 MECHANICAL COUPLERS A. Mechanical couplers shall be approved by the DISTRICT. Location of the Mechanical Couplers shall be approved by the ENGINEER. The couplers shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars being spliced at each splice. B. Where the type of coupler used is composed of more than one component, all components ' 28.6 CONCRETE MATERIALS A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags ' or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished for the work shall comply with the requirements of Sections 201, 203, ' and 204 of ACI 301, as applicable. C. Storage of materials shall conform to the requirements of Section 205 of ACI 301. D. Materials for concrete shall conform to the following requirements: ' 1. Cement shall be standard brand portland cement conforming to ASTM C 150 for Type V. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic ' matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this Section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/I TDS) shall not be used. APPENDIX A 59 OCSD SPECIAL PROVISIONS required for a complete splice shall be supplied. This shall apply to all mechanical splices, including those splices intended for future connections. C. The reinforcement steel and coupler used shall be compatible for obtaining the required ' strength of the connection. D. Couplers which are located at a joint face shall be a type which can be set either flush or recessed from the face as shown. The couplers shall be sealed during concrete placement to completely eliminate concrete or cement paste from entering. After the concrete is placed, couplers intended for future connections shall be plugged and sealed to prevent any contact with water or other corrosive materials. Threaded couplers shall be plugged with plastic ' E. plugs which have an O -ring seal. Hot forged - sleeve -type couplers shall not be used. 28.5 WELDED SPLICES ' A. Welded splices shall be provided where shown and where approved by the ENGINEER. All welded splices of reinforcement steel shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcing bars which are connected. ' B. All materials required to perform the welded splices to the requirements of AWS D1.4 shall be provided. ' 28.6 CONCRETE MATERIALS A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags ' or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished for the work shall comply with the requirements of Sections 201, 203, ' and 204 of ACI 301, as applicable. C. Storage of materials shall conform to the requirements of Section 205 of ACI 301. D. Materials for concrete shall conform to the following requirements: ' 1. Cement shall be standard brand portland cement conforming to ASTM C 150 for Type V. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic ' matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this Section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/I TDS) shall not be used. APPENDIX A 59 OCSD SPECIAL PROVISIONS 3. Aggregates shall be obtained from pits acceptable to the ENGINEER, shall be non - reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified herein. Lightweight sand for fine aggregate will not be permitted. 4. Ready -mix concrete shall conform to the requirements of ASTM C 94. ' 5. Admixtures: The ENGINEER may require the use of admixtures or the CONTRACTOR may propose to use admixtures to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the CONTRACTOR'S expense. The use and continued use of an admixture shall be approved by the ' ENGINEER. Admixtures specified herein, other than calcium chloride, shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non -toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. These admixtures shall not be used in greater doses than those recommended by the ' manufacturer or permitted by the ENGINEER. The permitted dosage of the admixture shall not exceed that which will result in an increase in the driving shrinkage of the concrete in excess of 20 percent when used in precast or prestressed concrete, or 10 percent when used in any other structural concrete. The strength of concrete containing ' the admixture in the amount of proposed shall, at the age of 48 hours and longer be not less than that of similar concrete without the admixture. The admixture shall not adversely affect the specified air content, unless permitted by the ENGINEER. ' a. Set controlling admixture shall be either with or without water- reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set retarding admixture such as Master Builder's Pozzolith ' 300R, or equal shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees, a set accelerating admixture such as Master Builder's Pozzolith 50C, or equal shall be used. ' b. Low range water reducer shall conform to ASTM C 494, Type A. It shall be either a hydroxylated carboxylic acid type or a hydroxylated polymer type. The quantity of admixture used and the method of mixing shall be in accordance with the manufacturer's instructions and recommendations. ' 6. Calcium Chloride: Calcium chloride will not be permitted to be used in concrete. 28.7 CURING MATERIALS A. Materials for curing concrete as specified herein shall conform to the following requirements: 1. Concrete curing compound shall be MB 429 as manufactured by Masterbuilders, Cleveland, OH; or equal. The curing compound shall contain a fugitive dye so that areas ' of application will be readily distinguishable. 2. Polyethylene sheet for use as concrete curing blanket shall be white, and shall have a nominal thickness of 6 mils. The loss of moisture when determined in accordance with ' the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. 3. Evaporation retardant shall be a material such as manufactured by Masterbuilders, ' Cleveland, OH. 28.8 JOINT MATERIALS ' A. Materials for joints in concrete shall conform to the following requirements: 1. Preformed joint filler shall be a non - extruding, resilient, bituminous type conforming to the requirements of ASTM D 1751. ' APPENDIX A 60 OCSD SPECIAL PROVISIONS E I I 1 F--1 II n J L� ri i J 2. Elastomeric joint sealer shall conform to the requirements of Section 07900 Joint Sealants. 3. Mastic joint sealer shall be a material that does not contain evaporating solvents; that will tenaciously adhere to concrete surfaces; that will remain permanently resilient and pliable; that will not be affected by continuous presence of water and will not in any way contaminate potable water; and that will effectively seal the joints against moisture infiltration even when the joints are subject to movement due to expansion and contraction. The sealer shall be composed of special asphalts or similar materials blended with lubricating and plasticizing agents to form a tough, durable mastic substance containing no volatile oils or lubricants and shall be capable of meeting the test requirements set forth hereinafter, if testing is required by the ENGINEER. 28.9 MISCELLANEOUS MATERIALS A. Epoxy adhesives shall be the following products for the applications specified: 1. For bonding freshly- mixed, plastic concrete to hardened concrete, Sikadur Hi -Mod Epoxy Adhesive, as manufactured by Sika Chemical Corporation, or equal. 2. For bonding hardened concrete or masonry to steel, Sikadur Hi -Mod Gel, or equal. 28.10 CONCRETE DESIGN REQUIREMENTS A. General: Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specked. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the CITY. All changes shall be subject to review by the ENGINEER. B. Water - Cement Ratio and Compressive Strength: The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Class of Concrete Min 28 -Day Compr. Max size Cement Maas W/C Strength Type of Aggregate per cu yd Ratio (psi) Work (in) (sacks) (by weight) 4,000 All 1 7 0.44 concrete 28.11 CONSISTENCY A. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: PART OF WORK SLUMP (IN) Footings and slabs 3" +1/21 -1 Other work 3° +1° ' APPENDIX A 61 OCSD SPECIAL PROVISIONS 28.12 MEASUREMENT OF CEMENT AND AGGREGATE A. The amount of cement and of each separate size of aggregate entering into each batch of concrete shall be determined by direct weighing equipment furnished by the CONTRACTOR and acceptable to the ENGINEER; provided that, where batches are so proportioned as to contain an integral number of conventional sacks of cement, and the cement is delivered at the mixer in the original unbroken sacks, the weight of the cement contained in each sack may be taken without weighing as 94 pounds. 28.13 MEASUREMENT OF WATER ' A. The quantity of water entering the mixer shall be measured by a suitable water meter or other measuring device of a type acceptable to the ENGINEER and capable of measuring the water in variable amounts within a tolerance of one percent. 28.14 READY -MIXED CONCRETE A. At the CONTRACTOR'S option, ready -mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the supplementary requirements specked herein. B. Ready -mixed concrete shall be delivered to the site of the work, and discharge shall be completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 300 revolutions, whichever is first. In hot weather, or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete shall not exceed 90 degrees F. C. Truck mixers shall be equipped with electrically- actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the ' resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum ' before actuating the revolution counter for determining the number of revolution of mixing. E. Each batch of ready -mixed concrete delivered at the job site shall be accompanied by a certified weighmaster delivery ticket furnished to the INSPECTOR in accordance with the ' Paragraph in Part 1 entitled "Certified Delivery Tickets ". F. The use of non - agitating equipment for transporting ready -mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready -mixed concrete will ' not be permitted. The quality and quantity of materials used in ready -mixed concrete and in batch aggregates shall be subject to continuous inspection at the batching plant by the INSPECTOR. ' PART 29 - EXECUTION 29.1 GENERAL FORMWORK REQUIREMENTS A. Forms to confine the concrete and shape it to the required lines shall be used wherever ' necessary. The CONTRACTOR shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the WORK and replaced at the CONTRACTOR'S expense. A sufficient ' number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and federal regulations. All design, construction, maintenance, preparation, and removal of forms shall be in accordance with ACI 347 and the trequirements specified herein. APPENDIX A 62 OCSD SPECIAL PROVISIONS ' B. All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. 29.2 CONSTRUCTION ' A. Vertical Surfaces: All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is called for on the Drawings. Not less than 1- inch of concrete shall be added to the thickness of the concrete member as shown where ' concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without ' caving or sloughing until the concrete has been placed. B. Construction Joints: Concrete construction joints will not be permitted at locations other than those shown or specified, except as may be acceptable to the ENGINEER. When a second ' lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. C. Form Ties: 1. Embedded Ties: Wire ties for holding forms will not be permitted. No form -tying device ' or part thereof, other than metal, shall be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. The use of snap -ties which cause spalling of the concrete upon form stripping or tie removal will not be permitted. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strengthen forms, the rods shall remain embedded and shall terminate not less than 1 -inch back from the formed face or faces of the concrete. 2. Removable Ties: Where taper ties are approved for use, after the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or ' polyurethane tapered plug shall be located at the wall centerline. The hole shall be completely filled with non - shrink or regular cement grout. Exposed faces of walls shall have at least the outer 2- inches of the exposed face filled with a cement grout which shall match the color and texture of the surrounding wall surface. 29.3 REUSE OF FORMS A. Forms may be reused only if in good condition and only if acceptable to the INSPECTOR. ' Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. 29.4 REMOVAL OF FORMS A. Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid damage to the concrete. No heavy loading on green concrete will be permitted. The period of time for formwork removal shall be in accordance with ACI 318, Chapter 6 and Section 303 -1.4.1 of Standard Specifications and as follows: 1. In the case of concrete members subject to bending stresses, where the member relies ' upon forms for vertical support, forms shall remain in place until test cylinders attain a minimum comprehensive strength of 75 percent of the 28 -day strength specified herein, provided, that no forms shall be disturbed or removed under individual panel or unit before the concrete in the adjacent panel or unit has attained 75 percent of the specified 28 -day strength and has been in place for a minimum of 7 days. APPENDIX A 63 OCSD SPECIAL PROVISIONS I I I i 1 1 1 1 1 1 2. Forms for all vertical walls and columns shall remain in place at least 3 days after the concrete has been placed. 3. Formwork removal shall also be subject to the curing requirements of these specifications and as authorized by the ENGINEER. 4. The time required to establish said strength shall be determined by the ENGINEER based on test cylinders made for this purpose from the concrete placed and in accordance with ACI 318 and the curing requirements of these specifications. It the time so determined is more than the minimum time specified above, then that time shall be used as the minimum length of time. Forms for all parts of the WORK not specifically mentioned herein shall remain in place for periods of time as determined by the ENGINEER. 29.5 GENERAL REINFORCEMENT REQUIREMENTS A. All reinforcement steel, welded wire fabric, couplers, and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the supplementary requirements specified herein. 29.6 FABRICATION A. General: Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as modified by the Drawings. B. The CONTRACTOR shall fabricate reinforcement bars for structures in accordance with bending diagrams, placing lists, and placing drawings. Said drawings, diagrams, and lists shall be prepared by the CONTRACTOR as specified under General Requirements. C. Bending or Straightening: Reinforcement shall not be straightened or rebent in a manner which will injure the material. Bars with kinks or bends not shown shall not be used. All bars shall be bent cold, unless otherwise permitted by the ENGINEER. No bars partially embedded in concrete shall be field -bent except as shown or specifically permitted by the ENGINEER. 29.7 PLACING A. Placing: Reinforcement steel shall be accurately positioned as shown, and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcement steel shall be supported by concrete, plastic or metal supports, spacers or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcement steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, the CONTRACTOR shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. B. The portions of all accessories in contact with the formwork shall be made of concrete, plastic, or steel coated with a 1/8 -inch minimum thickness of plastic which extends at least 112 -inch from the concrete surface. Plastic shall be gray in color. C. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. D. Bars additional to those shown which may be found necessary or desirable by the CONTRACTOR for the purpose of securing reinforcement in position shall be provided by the CONTRACTOR at its own expense. ' APPENDIX A 64 OCSD SPECIAL PROVISIONS J J J 1 J r7 LJ I r-. J E. Placing Tolerances: Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 318 except where in conflict with the requirements of the Building Code. F. Spacing Requirements: The minimum spacing requirements of ACI 318 shall be followed for all reinforcing steel. G. Welded wire fabric reinforcement placed over horizontal forms shall be supported on slab bolsters having gray, plastic - coated standard type legs as specified herein. Slab bolsters shall be spaced not less than 30- inches on centers, shall extend continuously across the entire width of the reinforcing mat, and shall support the reinforcing mat in the plane shown. H. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 -feet on centers in any direction. The construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete shall not be used. 29.8 SPLICING A. General: Reinforcement bar splices shall only be used at locations shown. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the ENGINEER. B. Splices of Reinforcement: The length of lap for reinforcement bars, unless otherwise shown, shall be in accordance with ACI 318, for a class B splice. C. Welded splices shall be performed in accordance with AWS D 1.4. D. Laps of welded wire fabric shall be in accordance with the ACI 318. Adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. 29.9 CLEANING AND PROTECTION A. Reinforcement steel shall at all times be protected from conditions conducive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcing shall be reinspected and, if necessary recleaned. 29.10 PROPORTIONING AND MIXING A. Proportioning: Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301. B. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. Slump: Maximum slumps shall be as specified herein. D. Retempering: Retempering of concrete or mortar which has partially hardened will not be permitted. 29.11 PREPARATION OF SURFACES FOR CONCRETING A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. B. Joints in Concrete: Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the ENGINEER, the new concrete cannot be incorporated integrally with that previously ' APPENDIX A 65 OCSD SPECIAL PROVISIONS C ' placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the Drawings call for joint ' surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. C. Placing Interruptions: When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints ' shall be made only where acceptable to the ENGINEER. D. Embedded Items: No concrete shall be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have ' been completed and accepted by the INSPECTOR at least 24 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the ' surrounding or adjacent concrete is placed. E. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown on the Drawings or by shop drawings and shall be acceptable to the ' INSPECTOR before any concrete is placed. Accuracy of placement is the responsibility of the CONTRACTOR. F. Casting New Concrete Against Old: Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by sand - blasting (exposing aggregate) prior to the application of an epoxy bonding agent. Application shall be according to the bonding agent manufacturer's instructions and recommendations. ' G. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall the ' CONTRACTOR allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or ' other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. H. Corrosion Protection: Pipe, conduit, dowels, and other ferrous items required to be ' embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2- inches clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. ' I. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided for during the placing of concrete. ' J. Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. K. Cleaning: The surfaces of all metalwork to be in contact with concrete shall be thoroughly ' cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed. 29.12 HANDLING, TRANSPORTING, AND PLACING ' A. General: Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this Section. B. Non - Conforming Work or Materials: Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from ' APPENDIX A 66 OCSD SPECIAL PROVISIONS ' the work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the CONTRACTOR. C. No concrete shall be placed except in the presence of the INSPECTOR. The CONTRACTOR shall notify the INSPECTOR in writing at least 48 hours in advance of placement of any ' concrete. D. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used ' for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 -feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of ' depositing and in no case after depositing shall any portion be displaced in the forms more than 6 -feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 -feet; and care shall be taken to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be ' placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 -feet of vertical rise per hour. E. The surface of the concrete shall be level whenever a run of concrete is stopped. To insure a ' level, straight joint on the exposed surface of walls, a wood strip at least 3/4 -inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about 1/2 -inch above the underside of the strip. About one hour after the concrete is placed, the strip shall u ' APPENDIX A 67 OCSD SPECIAL PROVISIONS be removed and any irregularities in the edge formed by the strip shall be leveled with a ' trowel and all laitance shall be removed. F. Conveyor Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the CONTRACTOR'S conveying, hoisting and placing system ' shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the ENGINEER. Chutes longer than 50 -feet will not be permitted. Minimum ' slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and ' chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. G. Temperature of Concrete: The temperature of concrete when it is being placed shall be not more than 90 degrees F nor less than 40 degrees F in moderate weather, and not less than ' 50 degrees F in weather during which the mean daily temperature drops below 40 degrees F. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum ' temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the CONTRACTOR shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. ' The CONTRACTOR shall be entitled to no additional compensation on account of the foregoing requirements. H. Cold Weather Placement: Earth foundations shall be free from frost or ice when concrete is placed upon or against them. u ' APPENDIX A 67 OCSD SPECIAL PROVISIONS 11 1 1 1 1 11 1 1 i 1 1 C r 1 C 1 L� 29.13 PUMPING OF CONCRETE A. General: If the pumped concrete does not produce satisfactory end results, the CONTRACTOR shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment: The pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, the CONTRACTOR may have a standby pump on the site during pumping. C. The minimum diameter of the hose (conduits) shall be 4- inches. D. Pumping equipment and hoses (conduits) that are not functioning properly, shall be replaced. E. Aluminum conduits for conveying the concrete shall not be permitted. F. Proportioning: Minimum compressive strength, cement content, and maximum size of aggregates shall be as specked herein. G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the middle range as possible. Gradation of fine aggregate shall conform to ASTM C 33, with 15 to 30 percent passing the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness modulus of sand used shall not be over 3.00. 29.14 TAMPING AND VIBRATING (NOT USED) 29.15 FINISHING CONCRETE SURFACES A. General: Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown are defined as tolerances and are specked in the table under Section 1.5 H. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. Concrete finishes shall be as specified in accordance with the following grades of finish. Where no grades of finish are specked, the grade of finish shall be F -3 for vertical surfaces and S -3 for flatwork and for all concrete exposed to view. C. Vertical Surfaces (NOT USED) D. Flatwork 1. Finish S -1: Sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8 -inch. No further special finish is required. 2. Finish S -2: After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Excessive floating of surfaces while the concrete is plastic and dusting of dry cement and sand on the concrete surface to absorb excess moisture will not be permitted. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4 -inch. Joints and edges shall be tooled where shown or as determined by the ENGINEER. 3. Finish S -3: After the floated surface (as specified for Finish S -2) has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities.Steel- trowel finish, free from trowel marks and all irregularities. 1 APPENDIX A 68 OCSD SPECIAL PROVISIONS 7 77 I-1 i r- f LJ n 7 L J d 4. Finish S -4: Steel trowel finish (as specked for Finish S -3) without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid. Stiff bristle brooms or brushes shall not be used. Finish shall be subject to ENGINEER's approval. E. Unformed surfaces shall be finished according to the following schedule: UNFORMED SURFACE FINISH SCHEDULE METHOD Area Finish Grade slabs and foundations to be covered with concrete or fill material S -1 Floors to be covered with grouted tile or topping grout S -2 Slabs to be covered with built -up roofing S -2 Slabs and floors to receive architectural finish S -2 Slabs S -4 29.16 CURING AND DAMPPROOFING A. General: All concrete shall be cured for not less than 10 days after placing, in accordance with the methods specified herein for the different parts of the work, and described in detail in the following paragraphs: SURFACE TO BE CURED OR DAMPPROOFED METHOD Unstripped forms 1 Construction joints between footings and walls, and between floor slab and columns 2 Encasement concrete and thrust blocks 3 All concrete surfaces not specifically provided for elsewhere in this paragraph 4 1. Method 1: Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 10 days of placing the concrete, curing shall be continued in accordance with Method 4. 2. Method 2: The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. 3. Method 3: The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. 4. Method 4: The surface shall be sprayed with a liquid curing compound. a. It shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. ' APPENDIX A b. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. 69 OCSD SPECIAL PROVISIONS C I 1 1 i 1 1 i 1 1 J 1 1 1 i 1 1 c. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. d. Where curing compound is specified, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2 hours after removal of forms from contact with formed surfaces. Repairs required to be made to formed surfaces shall be made within the said 2 -tour period; provided, however, that any such repairs which cannot be made within the said 2 -hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet- sandblasted to remove the curing compound, following which repairs shall be made as provided herein. e. Whenever the air temperature exceeds 85 degrees F or the wind speed exceeds 25 mph at the time of placement, the concrete shall be treated as follows. Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. f. During the curing period, no traffic of any nature and no depositing of any materials, temporary or otherwise, shall be permitted on surfaces coated with curing compound. Foot traffic and the depositing of materials may be allowed after three days if the surface is covered with 518 -inch plywood placed over polyethylene sheets. 5. The CONTRACTOR may submit alternate methods of curing, which maintain the concrete in a continuously wet condition, for acceptance by the ENGINEER. 29.17 PROTECTION A. The CONTRACTOR shall protect all concrete against injury until final acceptance by the DISTRICT. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. The CONTRACTOR shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. Immediately following the first frost in the fall, the CONTRACTOR shall be prepared to protect all concrete against freezing. After the first frost, and until the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours after it is placed. 29.18 CURING IN COLD WEATHER A. Water curing of concrete may be reduced to 6 days during periods when the mean daily temperature in the vicinity of the worksite is less than 40 degrees F; provided that, during the prescribed period of water curing, when temperatures are such that concrete surfaces may freeze, water curing shall be temporarily discontinued. B. Concrete cured by an application of curing compound will require no additional protection from freezing if the protection at 50 degrees F for 72 hours is obtained by means of approved insulation in contact with the forms or concrete surfaces; otherwise, the concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily temperature rises above 40 degrees F for more than 3 successive days, the specified 72 -hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 1 APPENDIX A 70 OCSD SPECIAL PROVISIONS degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, special care shall be taken to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide ' atmosphere by application of curing compound; provided, that the use of curing compound for such surfaces is otherwise permitted by these Specifications. 29.19 TREATMENT OF SURFACE DEFECTS ' A. As soon as forms are removed, all exposed surfaces shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be ' smoothed will not be permitted. No repairs shall be made until after the method of repair has been submitted to and approved by the ENGINEER and inspected by the INSPECTOR. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing ' minor voids, holes, honeycombing, or similar depression defects shall have them repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the CONTRACTOR at its own expense. ' B. Defective surfaces to be repaired shall be cut back from trueline a minimum depth of 112 -inch over the entire area. Feathered edges will not be permitted. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for ' bonding by the removal of all laitance or soft material, and not less than 1132 -inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of shooting with shotcrete or with cement mortar so that while the repair material is being applied, the surfaces under ' repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The material used for repair proposed shall consist of a mixture of one sack of cement to 3 cubic feet of sand. For exposed walls, the cement shall contain such a ' proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie -rod cones shall be reamed so as to leave the surfaces of the holes clean ' and rough. These holes then shall be repaired in an approved manner with non - shrink grout. Holes left by form -tying devices having a rectangular cross - section, and other imperfections having a depth greater than their least surface dimension, shall not be reamed but shall be repaired in an approved manner with non - shrink grout. tD. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of this Section, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. Surfaces of said repairs shall receive the same kind and amount of curing treatment as required for the concrete in the repaired section. ' 29.20 CARE AND REPAIR OF CONCRETE A. General: The CONTRACTOR shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the ' DISTRICT. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or ' which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the CONTRACTOR'S expense. 1 APPENDIX A 71 OCSD SPECIAL PROVISIONS I ' Section 06620 ' ASTM D 638 Test Method for Tensile Properties of Plastics. ASTM D 790 Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating ' Materials. ASTM D 412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers- ' Tension 30.4 CONTRACTOR SUBMITTALS ' A. Submittals shall be made in accordance with the Project Specifications. B. The following submittals and specific information shall be provided. 1. Shoo Drawings: The CONTRACTOR shall furnish shop drawings of all fabricated items ' and accessories in accordance with the Project Specifications. 2. The CONTRACTOR shall submit to the ENGINEER shop drawings of installation details showing how each structure will be lined. These drawings shall show how returns, corners and joints will be located and constructed. No liner shall be placed until these drawings have been favorably reviewed by the ENGINEER. ' APPENDIX A 72 OCSD SPECIAL PROVISIONS PLASTIC LINER (POLYVINYL CHLORIDE) ' PART30- GENERAL 30.1 THE REQUIREMENT ' A. The CONTRACTOR shall furnish and install vinyl plastic liner in reinforced concrete structures as shown on the Plans and herein specified. The liner shall effectively protect the concrete underneath from corrosion. The liner shall be continuous and free from any holes, defects or other faults, and all joint welding and sealing shall be as impervious as the liner. ' All vinyl plastic liner shall be white. B. Interior areas of reinforced concrete structures shall be sealed and protected with the specified lining as shown on the Plans. All joints between individual sheets or sections of ' liner shall be continuously heat welded using welding strips of the same material as the liner but without the integral extension ribs. C. Unless otherwise noted, all material, methods and testing required for the installation of liners ' in reinforced concrete manholes and structures, and the field sealing and welding of joints shall be done in strict conformity with applicable published sections of the Standard 30.2 Specifications for Public Works Construction, latest edition. RELATED WORK SPECIFIED ELSEWHERE A. Project Specifications ' 30.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. ' B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ' ASTM D 638 Test Method for Tensile Properties of Plastics. ASTM D 790 Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating ' Materials. ASTM D 412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers- ' Tension 30.4 CONTRACTOR SUBMITTALS ' A. Submittals shall be made in accordance with the Project Specifications. B. The following submittals and specific information shall be provided. 1. Shoo Drawings: The CONTRACTOR shall furnish shop drawings of all fabricated items ' and accessories in accordance with the Project Specifications. 2. The CONTRACTOR shall submit to the ENGINEER shop drawings of installation details showing how each structure will be lined. These drawings shall show how returns, corners and joints will be located and constructed. No liner shall be placed until these drawings have been favorably reviewed by the ENGINEER. ' APPENDIX A 72 OCSD SPECIAL PROVISIONS I F U 1 P LJ 30.5 QUALITY ASSURANCE (NOT USED) PART 31 - PRODUCTS 31.1 COMPOSITION A. The materials used in all sheets of plastic liner and in all joint, corner and welding strips for the liner shall be a high molecular weight polyvinyl chloride (PVC) resin and other necessary ingredients compounded to make permanently flexible sheets and strips. PVC resin shall constitute not less than 99 percent, by weight, of the resin used in the formulation. Copolymer resins shall not be permitted. B. The material used in joint strips and in plain sheets of plastic liner shall be identical to that used in sheets having locking extensions. C. Changes in formulation shall be permitted only after prior notification of the ENGINEER and satisfactory demonstration to the ENGINEER that the modified plastic liner meets or exceeds all requirements in this Specification. D. Plastic liner shall be impermeable to sewage gases and liquids and shall be nonconducive to bacterial or fungal growth. All lines shall be factory checked electrically to ensure freedom from any porosity. E. The lining shall have good impact resistance, shall be flexible, and shall have an elongation sufficient to bridge a 1/8 -inch wide settling crack, which may occur in the pipe structure or joint after installation, without loss of the lining integrity. F. Once cast into the concrete of structures, the lining shall be permanently and physically attached to the concrete by T- shaped integral locking extensions and shall not rely on an adhesive bond except where specifically indicated. The lining shall withstand a 15 psi back hydrostatic pressure applied to the under surface of the lining without losing anchorage and without rupture or leakage. 31.2 PHYSICAL PROPERTIES A. At any time prior to final acceptance of the work, including during manufacture, the ENGINEER may sample any sheet or strip. Samples shall be subject to the following tests: 1. Tensile specimens shall be prepared in accordance with ASTM D 412, Test Method B. These shall be cut from sheets, joint strips and flat welding strips. 2. Weight change specimens shall be 1- by 3- inches and of specified sheet thickness. ' 3. Test specimens shall be conditioned to a constant weight at 110 F before and after submersion in the following solutions for a period of 112 days at 77 °F ±50. At 28-day intervals, tensile specimens and weight change specimens shall be removed from each of the chemical solutions and tested. LJ 1 C ' APPENDIX A CHEMICAL SOLUTION CONCENTRATION Sulphuric Acid 20% Sodium Hydroxide 5% Ammonium Hydroxide 5% Sodium Hypochlorite 1% Nitric Acid 1% Ferric Chloride 1% Soap 0.1% Detergent (Linear Alkyl Benzyl Sulfonate or 0.1% 73 OCSD SPECIAL PROVISIONS I J 1 1 1 Gas) Bacteriological mgll BOD not less than 700 'Volumetric percentages of concentrated C.P. grade reagents. 4. All plastic liner sheets, joint, corner and welding strips shall have the following physical properties when tested at 77° F +50: Property Initial After 112 days exposure in above listed chemical solutions'" Tensile Strength 2200 psi min. 2100 psi min. Elongation at break 200% min. 200% min. Indentation hardness (Shore durometer, Tyde D) Inst. 50 -60 +5 with respect to initial test result Weight change +1.5% ' "`If any specimen fails to meet the 112 -day requirements before completion of the 112 - day exposure, the material shall be subject to rejection. 5. Liner locking extension embedded in concrete shall withstand a test pull of at least 100 ' pounds per linear inch, applied perpendicularly to the concrete surface for a period of one minute, without rupture of the locking extensions or withdrawal from embedment. This test shall be made at 75 °F +50. F 1 C 1 1 6. All plastic liner sheets, including locking extensions, all joint, corner and welding strips shall be free of cracks, cleavages, or defects adversely affecting the protective characteristics of the material. The ENGINEER may authorize the repair of such defects by approved methods. 7. Specimens shall meet the requirements listed under 'PHYSICAL PROPERTIES ", set forth above. B. Thickness of Material 1. Liner to be bonded to concrete by means of integral locking extensions embedded in the concrete shall have a minimum thickness of 0.065 -inch. Liner to be bonded to concrete or steel surfaces by means of adhesive shall have a minimum thickness of 0.094 -inch. Welding strips shall have a minimum thickness of 0.094 -inch and a maximum thickness of 0.156 -inch. Joint strips shall have a minimum thickness of 0.075 -inch. C. Sheet and Strip Size 1. Sheets of liner shall be as large as practicable to adequately fit the intended use 2. Large sheets shall be formed in the shop by lapping basic size sheets a minimum of 0.50 -inch and fusing the sheets together in such a manner as to produce a continuous welded joint. Specimens taken from shop welded joints shall show no cracks or separation and shall be tested in tension after flexing. Each specimen shall withstand a minimum load of 132 pounds per linear inch of weld, or the product of 2000 psi times the minimum thickness in inches of the material adjoining the weld, whichever is greater. The thickness shall be taken within a 2 -inch gage length. 3. Tears, cracks, wrinkles or separation in the laps shall be cause for rejection. APPENDIX A 74 OCSD SPECIAL PROVISIONS n H I 1 I 1 1 J J 4. Joint strips shall be 4 +0.25- inches wide and shall have each edge beveled prior to application. 5. Welding strips shall be 1 +0.15 -inch wide. All welding and outside corner strips shall have edges beveled at time of manufacture. D. Locking Extensions 1. All liner cast into concrete shall have integral locking extensions embedded in the concrete. Liner may be bonded to concrete surfaces with an adhesive if specifically shown on the Plans. Locking extensions shall be of the same material as the liner plate and shall be integral with the sheets for liner plate. Locking extensions shall have an approved cross section with a minimum height of 0.375 -inch and a minimum web thickness of 0.0851nch. They shall be approximately 2 -1/2 inches apart and shall be made so that when the extensions are embedded in concrete, the liner will be held permanently in place. 2. Locking extensions shall be parallel and shall be continuous except where omitted for joints and transverse weep channels. E. Weep Channels 1. At 8 -foot maximum intervals along liner longitudinally, a gap not less than 2 inches (3 -1/2 inches in the case of extruded sheets) nor more than 4 inches wide shall be left in all locking extensions for liners of cast -in -place structures to provide an unobstructed transverse weep channel. Any area behind liner that is not properly served by regular weep channels shall have additional weep channels 2- inches wide provided by cutting away locking extensions. Provisions shall be made to permit water behind the liner of concrete manhole shafts to drain into the weep channels of the lined structure. Weep channels shall be cut into the extruded sheet so that a maximum of 1/32 -inch of the base locking extension is left on the sheet. 2. At transverse joints in cast -in -place structures, a gap of not less than 2 inches nor greater than 4 inches shall be left in all locking extensions to provide a transverse weep channel. If locking extensions are removed to provide a weep channel at joints, the base of the extension left on a sheet shall not exceed 1/32 -inch. 3. A transverse weep channel shall be provided approximately 12 inches from each liner return where surfaces lined with plastic linerjoin surfaces that are not so lined. 4. As part of the work of installing the liner, all outlets of transverse weep channels shall be cleared of obstructions that would interfere with their proper function. F. Flaps 1. When transverse liner flaps are required, they shall be fabricated so that a maximum of 1/32 -inch in height of the locking extension is left on the sheet. 31.3 ADHESIVES AND CLEANERS ' A. Adhesives, solvents and activators proposed for use for application to plain sheet shall be submitted to the ENGINEER for approval. Adhesives used on the liner shall be limited to those products approved by the ENGINEER. No adhesive shall be applied to liner or to any of the liner strips, which will deleteriously affect the liner, or strip in any way. The use of most adhesives and solvents is subject to record- keeping rules of the SCAQMD as described in ' Section 09800 Protective Coating. B. Adhesive products and flammable solvents shall not be used for any purpose in connection with plastic liner with locking extensions. C. Cleaning agents for use with plastic liner with locking extensions shall be water soluble or dispersable, nonflammable, and not detrimental to the plastic liner. APPENDIX A 75 OCSD SPECIAL PROVISIONS PART 32 - EXECUTION 32.1 GENERAL ' 32.2 1 1 'J !I A. The installation of all plastic liner shall be done in accordance with the Contract Documents. B. Liner shall be applied and secured to the forms and inspected and approved by the ENGINEER prior to the placement of reinforcing steel. C. Special terminations shall be required at sluice and slide gate frames, manholes, pipe sleeves, and at other such locations in existing structures to receive PVC liner. The CONTRACTOR shall submit drawings showing details of how terminations not shown on the Contract Documents are to be made. Methods of making terminations shall be subject to the ENGINEER'S approval. Approved bonding agents may be used to seal edges where PVC liner joins metal items cast in concrete. All surfaces to be bonded shall be cleaned. Mixing and application of approved bonding agents shall be in accordance with the manufacturer's instructions. QUALIFICATION OF INSTALLERS A. Applicators: The application of plastic liner to forms and other surfaces shall be considered as highly specialized work. Personnel performing this type of work shall be trained in methods of installation and shall demonstrate their ability to the ENGINEER. B. Welders: Each welder shall prequalify by successfully passing a welding test before doing any welding. Requalification may be required at any time deemed necessary by the ENGINEER. All test welds shall be made in the presence of the DISTRICT'S representative and shall consist of the following: 1. Two pieces of liner, at least 15 inches long and 9 inches wide, shall be lapped 1 -1/2 inches and held in a vertical position. 2. A welding strip shall be positioned over the edge of the lap and welded to both pieces of liner. Each end of the welding strip shall extend at least 2 inches beyond the liner to provide tabs. 3. The weld specimen shall be submitted to the ENGINEER and shall be tested as follows: a. Each welding strip tab, tested separately, shall be subjected to a 10 -pound pull ' normal to the face of the liner with the liner being held firmly in place. There shall be no separation between the welding strip and liner when the welding tabs are submitted to the test pulls. I 1 b. Three test specimens shall be cut from the welded sample and tested in tension across the welds. If none of the specimens fail when tested as specified herein, the weld will be considered as satisfactory in tension. c. If one of the specimens fails to pass the tension test, a retest will be permitted. The retest shall consist of testing three additional specimens cut from the original welded sample. If all three of the retest specimens pass the test, the weld shall be considered satisfactory. d. A disqualified welder may submit a new welding sample when, in the opinion of the ENGINEER, there has been sufficient off- the-job training or experience to warrant reexamination. 32.3 PLACING PLASTIC LINER A. Coverage 1. Liner shall cover, as a minimum, the areas to be lined as shown on Standard Drawing 5- 050. The offset of each longitudinal terminal edge of sheet shall not be greater than 1- 1/2 inches. ' APPENDIX A 76 OCSD SPECIAL PROVISIONS 11 1 1 1 1 [1 1 1 1 1 1 1 i 11 2. At a station where there is a difference in coverage, and the longitudinal terminal edges of liner downstream from said station are lower than those upstream, the terminal edges of the liner installed in the section of structure immediately upstream from the station shall be sloped uniformly for the entire length of the section of structure from the limits of the smaller coverage to those of the greater coverage. Wherever the longitudinal terminal edges of liner downstream from the station are higher than those upstream, the slope shall be accomplished uniformly throughout the length of the section of structure immediately downstream from the station. An approved locking extension shall be provided along all tapered lower terminal edges of liner. B. Positioning Liner 1. All liner installed in a cast -in -place structure shall be positioned so that the locking extensions are vertical in walls and parallel to the axis of the structure in slabs. All liner installed in precast structures shall be positioned with locking extensions horizontal unless otherwise indicated on the Plans. 2. Liner sheets shall be closely fitted to inner forms. Sheets shall be cut to fit curved and warped surfaces using a minimum number of separate pieces. 3. The CONTRACTOR shall furnish sketches to the ENGINEER showing the proposed layout of the liner sheets for cast -in -place structures. The sketches shall show the location and type of all field welds. 4. The ENGINEER may require the use of patterns or the marking of sheet layouts directly on the forms where complicated or warped surfaces are involved. 5. At transverse joints between regular size sheets of liner used in cast -in -place structures, the space between ends of locking extensions, measured longitudinally, shall not exceed 4 inches. Where sheets are cut and joined for the purpose of fitting irregular surfaces, this space shall not exceed 2 inches. C. Securing Liner in Place 1. Unless alternative methods are approved by the ENGINEER, liner shall be secured in place to the inner pipe forms with steel banding straps and the sheet shall be provided with strap channels. Only finish nails may be used on wood forms. 2. Where form ties or form stabilizing rods pass through liner, provisions shall be made to maintain the liner in close contact with the forms during concrete placement. D. Liner Returns A liner return shall be installed where shown on the Plans and wherever surfaces lined with plastic liner join surfaces that are not so lined, such as brick, clay pipe, cast -iron pipe, manhole frames, and metal or clay tile gate guides. 2. Unless otherwise indicated, returns shall be made as follows: 1 1 1 1 1 APPENDIX A a. Each liner return shall be a separate strip of liner at least 3 inches wide joined to the main liner by means of approved corner strips. b. Corner strips shall be welded continuously to the return and to the main liner and applied wherever possible from the back of the lining. c. Locking extensions shall be provided on returns to lock the returns to the concrete of plastic - lined, cast -in -place structures. Locking extensions will not be required on liner returns installed on lined precast concrete structures. d. Each liner shall be sealed to adjacent construction with which it is in contact as shown on the Plans or as approved by the ENGINEER. 77 OCSD SPECIAL PROVISIONS ' 32.4 CONCRETE OPERATIONS A. Concrete Placement 1. Concrete placed against liner shall be carefully vibrated to avoid damage to the liner and to produce a dense, homogeneous concrete securely anchoring the locking extensions into the concrete. External vibrators shall be used in addition to internal vibrators, particularly along the lower terminal edge of plastic liner. 2. If approved stiffeners are used along locking extensions of liner installed in forms for pipe, they shall be withdrawn completely during the placement of concrete in the forms. The concrete shall be revibrated to consolidate the concrete in the void spaces caused by the withdrawal of the stiffeners. B. Form Removal 1. In removing forms, care shall be taken to protect liner from damage. Sharp instruments shall not be used to pry forms from lined surfaces. When forms are removed, any nails ' that remain in the liner shall be pulled without tearing the liner and the resulting holes clearly marked. Form tie holes shall be marked before ties are broken off and all areas of serious abrasion of the liner shall be marked. ' 2. Banding straps used in securing liner to forms for cast -in -place structures shall be removed within the limits of the unlined invert, and voids left in the invert at the edge of the liner shall be filled with cement mortar or other material approved by the ENGINEER. 32.5 FIELD JOINING OF LINER A. General. 1. No coating of any kind shall be applied over any joint, corner or welding strip, except where nonskid coating is applied to liner surfaces. 2. Adhesive shall not be applied to the surfaces of cement mortar in pipe joints, or to the surfaces of liner or joint strips opposite said mortar and concrete surfaces. 3. Transverse joints are those perpendicular to the locking extensions. B. Field Joints in Pipe Installations: (NOT USED) C. Field Joints in Cast -in -Place Structures 1. Field joints in liner on cast -in -place structures shall be one of the following types: a. Type C -2. A Type C -2 joint shall be made by overlapping sheets not less than 1 -1/2 inches and securing the overlap to the adjacent liner by means of a welding strip. The upstream sheet shall overlap the downstream sheet. The length of that part of the overlapping sheet not having locking extensions shall not exceed 4 inches. A welding strip shall be applied to the back of the joint. This type of joint may be used at any transverse liner joint other than those collateral with contraction joints in concrete and shall be used for liner joints made at longitudinal joints in concrete. ' 2. Installation of Welding Strips a. Welding strips shall be fusion welded to joint strips and liner by qualified welders ' using only approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. b. At the lower terminal edges of liner, each transverse welding strip shall be extended at least 2 inches to provide a tab for testing the weld as described in the Section 3.12 B.7., Field Testing. 3. Joint Reinforcement ' APPENDIX A 78 OCSD SPECIAL PROVISIONS I a. A 12 -inch long welding strip shall be applied as a reinforcement across each joint in liner that extends to the lower terminal edge of liner on each side of a pipe or ' structure. These reinforcement strips shall be centered over the joint being reinforced, shall be located as close to the lower edge of liner as practicable, and shall be welded in place after the transverse welding strips have been tested and the test tabs removed. 32.6 APPLICATION OF PLASTIC LINER WITH ADHESIVES A. Concrete Surfaces ' 1. The concrete surface shall be etched by sandblasting to develop a slightly granular surface. Permits for the equipment and allowable methods from the SCAQMD shall be posted on or near sandblasting equipment as required. When permitted by the ' ENGINEER, the concrete surface may be acid etched in lieu of being sandblasted. 2. After the sandblasting, the concrete surface shall be thoroughly cleaned of dust. Surfaces etched with acid shall be thoroughly dried before applying primer. 3. The concrete surface shall then receive two brush coats of an approved primer. Coverage shall not exceed 250 square feet per gallon for each coat of primer. The first coat of primer shall be thinned with an equal amount of approved thinner. The first primer coat shall be permitted to dry for at least 2 hours before the application of the second primer coat. The second coat of primer shall be applied unthinned and permitted to dry for at least 4 hours. ' 4. The concrete surface and the back surface of the liner shall each be given two coats of an approved adhesive. Two hours drying time shall be allowed between application of these coats. Coverage shall not exceed 250 square feet per gallon for each coat of ' adhesive. 5. One coat of an approved activator shall be applied to both the adhesive coat on the liner and the adhesive coated concrete. Application of activator shall be limited to the extent ' that the application of coated liner can be completed within a 20- minute period. The activator shall be applied evenly by brushing. Coverage of the activator shall not exceed 500 square feet per gallon. 6. When the surface of the adhesive is barely tacky to the touch, the liner shall be positioned with one edge firmly pressed down. The liner shall then be rolled into place, care being taken to avoid the formation of air pockets. All joints shall be tight fitting butt joints. The surface of the liner shall be rubbed vigorously to secure the liner firmly in place. 7. Corner and welding strips shall be positioned over all joints and welded in place. 32.7 NON -SKID SURFACES: (NOT USED) 32.8 APPLICATION OF PLASTIC LINER BY MECHANICAL MEANS: (NOT USED) 32.9 APPLICATION OF PLASTIC LINER TO STEEL SURFACES: (NOT USED) ' 32.10 PROTECTION AND REPAIR OF LINER A. All necessary measures and precautions shall be taken to prevent damage to liner from ' equipment and materials used in, or taken through, the work. Any damage to installed liner shall be repaired by the CONTRACTOR in accordance with the requirements set forth herein for the repair of liner. ' B. All nail and tie holes and all cut, tom, and seriously abraded areas in the liner shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch. The use of this method is limited to patches that can be made with a single welding strip. The use of parallel, overlapping or adjoining welding strips shall not be permitted. ' Larger patches may consist of smooth liner over the damaged area with edges covered with ' APPENDIX A 79 OCSD SPECIAL PROVISIONS u ' welding strips fused to the patch and to the liner adjoining the damaged area. The size of a single patch of the latter type shall be limited only as to its width, which shall not exceed 4 inches. C. Wherever liner is not properly anchored to concrete, or wherever patches larger than those permitted above are necessary, the repair of liner and the restoration of anchorage shall be as directed by the ENGINEER. 32.11 GAS FLAPS: (NOT USED) LJ I Ir L� 1 1 32.12 TESTING A. Shop Testing 1. All liner shall be shop tested for holes, using an approved spark detector operating at a minimum of 10,000 volts. Sheets having holes shall be satisfactorily repaired in the shop and retested prior to shipping the sheets to the project site or the pipe manufacturing plant. Repairs shall be made only by welders prequalified as provided herein. B. Field Testing 1. The surface of liner shall be cleaned to permit visual inspection and spark testing. All welds shall be physically tested with a nondestructive probing method. All liner, when installed, shall be tested by the CONTRACTOR in the presence of the ENGINEER, using a spark -type detector. All areas of liner failing to meet the field test shall be properly repaired and retested. 2. The CONTRACTOR shall furnish a high - voltage detector for testing. The detector shall be set at 10,000 volts and a ground wire from instrument ground output terminal attached to the conductive substrate to ensure a positive electrical contact. When testing concrete surfaces, the ground wire shall be attached to the rebars. If they are not visible, the ground wire shall be placed directly against the bare concrete surface and weighted with a damp cloth or paper sand - filled bag. 3. Periodically during the test, the exploring electrode should contact the conductive substrate to verify that the instrument is properly grounded. The exploring electrode should move over the surface of the dry liner at a rate of approximately 1 fUsec (0.3 misec) using a single pass. Moisture on the coating surface may cause erroneous indications. If moisture exists, remove or allow the surface to dry before conducting the test. 4. Discontinuities that require repair shall be identified with a marker that is compatible with the repair coating or one that is easily removed. 5. All repairs to the liner shall be retested by the CONTRACTOR in the presence of the ENGINEER. 6. Any spark testing of liner by the CONTRACTOR for the CONTRACTOR'S own purpose shall be done with a detector approved by the ENGINEER. 7. Holiday testing shall be made following these procedures. 8. Each welding strip that extends to a lower edge of the liner shall be tested. The welding strips shall extend below the liner providing a tab. A 10 -pound pull shall be applied normal to the face of the pipe or structure by means of a spring balance. Liner adjoining the welding strip shall be held against the concrete during application of the force. The 10 -pound pull shall be maintained if a weld failure develops, until no further separation occurs. Defective welds shall be retested after repairs have been made. Tabs shall be trimmed away neatly by the liner installer after the welding strip has passed inspection. The CONTRACTOR shall provide all equipment required to test liner in the manner recommended by the manufacturer and as described above. The CONTRACTOR shall also provide personnel qualified to perform the testing. Testing shall be performed in the presence of the ENGINEER. APPENDIX A 80 OCSD SPECIAL PROVISIONS I 1 7 I I I I APPENDIX B APPPENDIX B LANDSCAPING SPECIAL PROVISIONS BCCC LANDSCAPING 1 1 1 1 1 APPENDIX B LANDSCAPING PART1- GENERAL 1.1 1.2 1.3 THE REQUIREMENT A. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This Section covers the reconstruction or repair of an automatic irrigation system, complete and operable, in accordance with the requirements of the Contract Documents. C. The irrigation system shall include, but not be limited to, all pipes, fittings, sprinklers, valves, automatic control valves, controllers, valve boxes, drain valves, hose bibb valves, operating wrenches, riser assemblies, direct burial wires, electrical connections, wiring and other appurtenances, piping, connections, testing, cleanup, maintenance and adjustments necessary for a complete operating system, ready for immediate use upon completion. Minor items necessary for proper construction and functional operation of this system, not specifically described on the plans or in the Contract Documents, shall be included as a part of the work of this Section. D. Landscaping as referred to herein shall include, but not be limited to the following work: soil preparation, installation of headers, weed control, finish grading, furnishing and installing plant materials, tree staking and tying, cleanup, guarantee. RELATED WORK SPECIFIED ELSEWHERE A. Project Specifications B. SSPWC Section 212 C. SSPWC Section 308 CONTRACTOR SUBMITTALS Submittals shall be made in accordance with the SSPWC and the project specifications. A. General: The Contractor shall furnish a certificate with each delivery or bulk material delivery, stating source, quantity, and type of material. All materials shall conform to specification requirements. All certificates shall be delivered to OWNER at the time of each delivery. All bulk delivered materials shall be delivered with level load volume plainly marked on the truck bed. B. Topsoil Report: Topsoil report as well as literature on fertilizers, peat, mulch, "Silva- fiber" and seed mixes, shall be submitted to OWNER as specified. C. Certificates of Inspection: Certificates of inspection of plant material, as may be required by Federal, State, or other authorities having jurisdiction, shall be furnished to OWNER and accompany the shipment. D. Certified Report on Topsoil Analysis: The Contractor shall submit for approval by OWNER a certified report by an approved analytical laboratory showing analyses of representative samples of topsoil proposed for use. The topsoil shall not be delivered to the site until approval is received APPENDIX B BCCC LANDSCAPING ' from OWNER. Approval of the laboratory report does not constitute final acceptance. Topsoil shall be subject to rejection by the OWNER on or after delivery if it is found not to meet the ' requirements of the Specifications or does not conform to the laboratory test results. 1.4 QUALITY ASSURANCE A. General: All plants furnished by the Contractor shall be true to type or name as shown in the Contract Documents and shall be tagged in accordance with the standard practice recommended by the Agricultural Code of the State of California; however, determination of plant species or ' variety will be made by OWNER B. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of ' plants, and certificates shall be delivered to OWNER. C. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be ' planted. Evidence that such clearance has been obtained shall be filed with OWNER. D. All inspections herein specified will be made by OWNER. The Contractor shall request ' inspection at least 24 hours in advance of the time inspection is required. Inspection will be required on the following stages of the WORK: t. Prior to removals of the existing landscaping and turf. 2. During preliminary grading, soil preparation, and initial weeding. ' 3. When trees are spotted for planting, but before planting holes have been excavated. 4. When finish grading has been completed. ' 5. When all specified work, except the maintenance period, has been completed. E. Plants shall be subject to inspection and approval or rejection by OWNER at place of growth ' and upon delivery to site at any time before or during progress of the work based on: 1. Quantity, quality, size, and variety; ' 2. Ball and root condition; and 1 1 3. Latent defects and injuries resulting from handling, disease, and insects. F. Plants approved at pre - planting inspection shall still be subject to rejection during planting if found not to be in compliance with the Specifications. G. Rejected plants shall be identified in an obvious manner, removed from the site and replaced with acceptable equals. H. Plants shall have been grown in nurseries, which have been inspected by the governing authorities. Inspection of plant materials required by OWNER shall be the responsibility of the Contractor, who shall have, if required, secured permits or certificates prior to delivery of plants to site. APPENDIX B BCCC LANDSCAPING 1.5 ' 1.6 1 1 1.7 I. In the event of conflict between the requirements of these Special Provisions, the Project Specifications and the SSPWC, the document highest in precedence shall control. The precedence shall be: 1. Appendix B — Landscaping Special Provisions. 2. Project Specifications. 3. SSPWC. CLEANUP A. Upon completion of all planting operations, the portion of the project site used for work or storage area by the Contractor shall be cleaned of all debris, superfluous materials, and equipment. All such materials and equipment shall be entirely removed from the project site. Cleaning shall be done in a manner that will not result in any discharge of contaminated materials into any catch basin. B. All walks or pavement shall be swept or washed clean upon completion of WORK. C. During the entire Contract period, plant containers that have been cut or removed from plant materials shall be removed from the project site daily. MAINTENANCE OF LANDSCAPING PLANTING PRIOR TO ACCEPTANCE OF PROJECT A. General: The Contractor shall be responsible for protecting and watering all planting until final acceptance of all work under the contract. B. Watering: Trees and shrubs shall be thoroughly soaked after planting and provided with additional water at intervals as necessary to provide for good health and growth of the planting. C. Upon completion of sodding, the entire area shall be soaked to saturation by a fine spray. The new planting shall be kept moist during dry weather or whenever necessary for proper establishment of the lawn. Care shall be taken to avoid excessive washing or puddling on the surface and any such damage caused thereby shall be repaired by the Contractor at its own expense. D. Protection: The Contractor shall provide adequate protection to all newly sodded areas including the installation of temporary fences approved by OWNER to prevent trespassing and damage, as well as erosion control, until final inspection. E. The Contractor shall replace any materials or equipment it has damaged or which have been damaged by its employees or Subcontractors. F. Partial utilization of the project by OWNER, OCSD or the City shall not relieve the Contractor of any of the requirements contained in the Contract Documents. G. Any sprinkler lines broken or disrupted by the Contractor shall be immediately repaired to proper working order, or replaced and to the satisfaction of the OWNER. FINAL INSPECTION AND GUARANTEE A. Final inspection of all lawns and plantings will be made at conclusion of the contract WORK and must be actable to both the City and the OWNER.. APPENDIX B BCCC LANDSCAPING [1 II 1 I I 1 H H tl B. Written notice requesting final inspection shall be submitted to the City and the OWNER at least 10 days prior to the anticipated inspection date. C. Final acceptance of the Work will be accepted upon written approval by the City and the OWNER, on the satisfactory completion of all Work, but exclusive of the replacement of plant material. D. Plants used for replacement shall be of the same size and variety specified in the plant list. Plants shall be furnished, planted, staked, and mulched as specified. PART 2 - PRODUCTS 2.1 GENERAL A. All landscaping materials for soil conditioning, weed abatement, or planting shall be first - grade, commercial quality and shall have certificates indicating the source of material, analysis, quantity, or weight attached to each sack or container or provided with each delivery. Delivery certificates shall be given to OWNER as each shipment of material is delivered. A list of the materials used, together with typical certificates of each material, shall be submitted to OWNER prior to the final acceptance of the job. 22 TERMINOLOGY AND QUALIFICATIONS A. Plants or plant material having characteristics not conforming to terms as defined will not be accepted. The terms "plant material" or "plants" refer to all vegetation, whether trees, shrubs, ground cover, or herbaceous vegetation. B. Quality refers to structure and form, as evidenced by density and number of canes and branches, compactness, symmetry, and general development without consideration of size or condition. Standard quality indicates the least acceptable quality. Plants shall be typical of the species and variety of good average uniform growth, shall be well formed and uniformly branched, and shall have the minimum number of canes specified, free from irregularities, or shall conform to minimum quality index. Where the number of canes is not specifically stated in describing this grade, the standards of the "Horticultural Standards" as adopted by the American Association of Nurserymen, shall apply. In this case, the number of canes and other factors for the appropriate classification under "quality definition" in the Horticultural Standards shall be the Quality index. Plant material below this standard will be considered "culls" and are not acceptable. Plants shall be nursery grown. C. Specimen means an exceptionally heavy, symmetrical, tightly -knit plant, so trained or favored in its development and appearance as to be outstanding, superior in form, number of branches, compactness, and symmetry. D. Size is the factor controlled by dimensions representing height or spread, or both, without consideration of quality or conditions. For standard quality, a dimension is given for height or container size, or a dimension is given for height as well as container size. E. Height is usually indicated with a tolerance. The smaller dimension is the minimum acceptable. The larger dimension represents the maximum permissible. The average dimension of all plants must equal the average of the tolerance figures shown on each item. F. Condition is the factor controlled by vitality and ability to survive and thrive and be comparable with normal plants of the same species and variety in the vicinity, at the same season of the year. In addition, plants shall be free from physical damage or adverse conditions that would prevent thriving. Conditions also sometimes refer to state of growth, i.e., whether "dormant APPENDIX B BCCC LANDSCAPING 1 C 1 1 1 i I I' 1 1 1 1 condition" or "growing condition" and this state shall be comparable to plants of similar species in the vicinity or leaves, formation of buds, and the like. G. Cane means a primary stem which starts from the ground, or close to the ground, at a point not higher than 114 the height of the plant. H. Caliber shall be taken 12 inches above the finish grade or ground, as a guide, or where a dimension in trunk appears to form the head of the tree. I. Foliage line is maximum dimension in case of specimen plants. It measures from ground to lowest part of body of plant. J. Collected plants shall not be used 2.3 PLANT MATERIALS A. Plants shall meet requirements of the Contract Documents and the OWNER and shall be in accordance with the botanical names and applicable standards of quality, size, condition, and type. They shall be true to name, genera, species, and variety in accordance with reference publications. B. Plant names are defined in "Standardized Plant Names" and "Bailey's Encyclopedia of Horticulture ". When a name is not found in either reference, the accepted name used in the nursery trade shall apply. 2.4 SOD GRASS A. Sod shall contain at least 85 percent permanent grass suitable to the climate in which it is to be placed; not more than 25 percent nursing grass; not more than 10 percent weed and undesirable grasses, and shall be of good texture, free from obnoxious roots, stones and foreign materials. The sod shall be cut in 16 -inch squares, 16 -inch wide strips, 4 -ft wide strips or 4 -ft wide squares, uniformly 1 -112- inches thick with clean cut edges. B. Sod varieties will be site specific as follows: a. Fairway sod: Tifway 11 Hybrid Bermudagrass b. Rough sod: Bulls eye Bermuda grass c. Greens sod: A -4 Bentgrass. C. The Contractor will be required to coordinate placement of sod and its location with OWNER prior to beginning of any sod replacement. 2.5 MISCELLANEOUS MATERIALS A. Bunker sand shall be Augusta White from Valley Rock and Sand. PART 3 - EXECUTION 3.1 GENERAL A. The landscape work shall not be performed at any time when it may be subject to damage by climatic conditions. APPENDIX B BCCC LANDSCAPING I� B. The Contractor shall verify all dimensions. Any discrepancies or inconsistencies discovered on the plans shall be brought to the attention of the City and OWNER. Dimensions and plant ' locations shall be coordinated with the OWNER and final location shall be site - oriented by the planter and OWNER. ' C. In case of conflict between the plant list totals and total plant count of the Contract Documents, the Contractor shall provide the higher number of plants. D. The Contractor shall provide temporary fencing, barricades, covering, or other protections to ' preserve existing landscaping items indicated to remain and to protect the adjacent properties and other structures when they may be damaged by the landscape work. E. The Contractor shall remove and /or relocate landscape items such as trees, shrubs, grass, other vegetation, improvements, and obstructions as shown on Drawings or otherwise specified. ' F. It shall be the responsibility of the Contractor to avail itself of any information regarding utilities, which are in the area of work and to prevent damage to the same. The Contractor shall provide protection to the utilities as necessary. G. The Contractor shall provide protection to structures, sidewalks, pavements, and other facilities in areas of work, which are subject to damage during landscape work. Open excavations shall be provided with barricades and warning lights, which conform to the ' requirements of governing authorities and the State's OSHA safety requirements. H. Planting areas include all areas to be landscaped unless specified or shown otherwise. ' 3.2 SOIL PREPARATION A. The landscape work shall not begin until all other trades have repaired all areas of ' settlement, erosion, rutting, etc., and the soils have been re- established, recompacted, and refinished to finish grades, to OWNER approval. I H H H U H B. Areas requiring grading by the landscaper including adjacent transition areas shall be uniformly level or sloping between finish elevations to within 0.10 -ft above or below required finish elevations. C. The landscape work shall not proceed until after walks, curbs, paving, edging, and irrigation systems are in place. The contract operations shall be completed to a point where the landscape areas will not be disturbed. The subgrade shall be cleaned free of all waste. D. During grading waste materials in the planting areas such as weeds, rocks (2- inches and larger) building materials, rubble, wires, cans, glass, lumber, sticks, etc., shall be removed from the site. Weeds shall be dug out by the roots. E. Fertilizers, additives, seed, peat, etc. subject to moisture damage shall be kept in a weatherproof storage place in such a manner that they will be kept dry. F. After removal of waste materials, the planting area subgrade shall be scarified and pulverized to a depth of not less than 6 inches and all surface irregularities below the cover of topsoil removed. G. Finish grading shall consist of: 1. Final contouring of the planting areas. APPENDIX B 1 BCCC LANDSCAPING 1 1 3.3 3.4 2. Placing 4 inch of topsoil over all areas to be planted unless shown or specified otherwise. 3. Placing all soil additives and fertilizers. 4. Minor adjustment of finish grades as required. 5. Removing waste materials such as stones, roots, or other undesirable foreign material and raking, disking, dragging, and smoothing soil ready for planting. H. Any unusual subsoil condition that will require special treatment shall be reported to the City and OWNER. I. Surface drainage shall be provided by molding the surfaces to facilitate the natural run -off of water. Low spots and pockets shall be filled with topsoil and graded to drain properly. J. Finish grade of all planting areas shall be 1 -112- inches below finish grades of adjacent pavement of any kind. DELIVERY, STORAGE, AND HANDLING OF PLANT MATERIAL A. Plant material shall be planted on the day of delivery if possible. The Contractor shall protect the stock in a temporary nursery at the project site where it shall be protected from sun and drying winds and shall be shaded, kept moist, and protected with damp soil, moss, or other acceptable material. Plants shall be planted within 24 hours after delivery. SODDING A. Grass sod shall be provided by the Contractor and shall be placed in the location as coordinated with OWNER. The Contract Price for Remove and Replace Existing Landscaping in Kind is based on the work area allowed on the Plans and NO additional compensation will be allowed for areas requiring grass sod disturbed by the Contractor. B. The soil shall be prepared and fertilized before grass sodding. The Contractor shall prepare only enough ground that can be planted within 24 hours thereafter. C. Soil preparation shall consist of the following: 1. Preparation of sub -grade grading shall be per "Part 3 -- Execution" in Paragraphs entitled "General" and "Soil Preparation ", herein. 2. Finish grading shall be per "Part 3 -- Execution" in Paragraph entitled "Soil Preparation ", herein. Topsoil required at areas to be sodded shall be 1 -1/2- inches. The soil additives and fertilizer for finish grading shall consist of mulch at 5 cu yd /1000 sq ft and commercial fertilizer at 20 Ib /1000 sq ft. D. Grass sod shall be cut and laid on site the same day. E. The grass sod shall be placed over leveled, compacted, and prepared finish graded soil. The topsoil and sub -base shall be moist enough to resist shifting. F. Grass sod on slopes should be staked down by pegging (driving) a wooden peg through the sod. Wire stakes shall not be used for pegging sod. G. Grass sod shall always be laid across slopes. APPENDIX B BCCC LANDSCAPING 1 I H. All new grass sod shall be rolled or firmly but lightly, tamped with a suitable wooden or metal tamper, sufficiently to set or press grass sod into underlying soil. ' I. After grass sodding has been completed, the grass sodded area shall be cleaned up and thoroughly moistened by sprinklers. xxxxx t APPENDIX B BCCC LANDSCAPING I I I r- L I I I i APPPENDIX C i CITY CALTRANS PERMIT (for Coast Highway Pipe Bursting at Orange Street) I I I i I 11 H I STATE OF CALIFORNIA • DEPARTMENT C — RANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. 2/98) In compliance with (Check one): ' X Your application of 12.2055 M. SINACORI, UTILITIES ENGINEER 949/644 -3342 Of of of 12 -ORA -I -VAR September 12, 2005 EXEMPT TO CITY F , PERM ITTEE ' And subject to the following, PERMISSION IS HEREBY GRANTED to: Enter onto all conventional State highways (EXCLUDING FREEWAYS) within the Newport Beach city limits to perform routine maintenance and make emergency repairs to existing sewer, electrical and water facilities. ' Al performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 600 (Utility Permits) of the Encroachment Permits Manual, and the attached Provisions. Permittee shall contact the State Permit Inspector shown on the attached Inspector Territories List between 7 AM and 9 AM a minimum of two working days prior to the start of routine work and as soon as possible for emergency repairs. Failure to comply with this requirement will result in suspension of this permit. 1 When a Contractor is hired, Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans "DP" permit authorizing the Contractor to perform the work within the State Highway right of way in Permittee's behalf. A deposit of $246.00 is required at the time of application. ❑ Utility Notice No. (Check applicable): Review ❑ Yes X No Inspection ❑ Agreement No. ❑ ❑ R!W Contract No. ' TO: No Utility Maintenance Provisions X Yes ❑ CITY OF NEWPORT BEACH Special Provisions 3300 NEWPORT BOULEVARD ❑ No NEWPORT BEACH, CA 92663 M. SINACORI, UTILITIES ENGINEER 949/644 -3342 Of of of 12 -ORA -I -VAR September 12, 2005 EXEMPT TO CITY F , PERM ITTEE ' And subject to the following, PERMISSION IS HEREBY GRANTED to: Enter onto all conventional State highways (EXCLUDING FREEWAYS) within the Newport Beach city limits to perform routine maintenance and make emergency repairs to existing sewer, electrical and water facilities. ' Al performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 600 (Utility Permits) of the Encroachment Permits Manual, and the attached Provisions. Permittee shall contact the State Permit Inspector shown on the attached Inspector Territories List between 7 AM and 9 AM a minimum of two working days prior to the start of routine work and as soon as possible for emergency repairs. Failure to comply with this requirement will result in suspension of this permit. 1 When a Contractor is hired, Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans "DP" permit authorizing the Contractor to perform the work within the State Highway right of way in Permittee's behalf. A deposit of $246.00 is required at the time of application. I In addition to fee, the pennittee will be billed I ne Tollowing attachments are also included as part of this permit (Check applicable): Review ❑ Yes X No Inspection X Yes X No X Yes ❑ No General Provisions X Yes No Utility Maintenance Provisions X Yes ❑ No Special Provisions ❑ Yes ❑ No A Cal -OSHA permit required prior to beginning work; I In addition to fee, the pennittee will be billed actual casts for: ❑ Yes X No Review ❑ Yes X No Inspection X Yes X No Field Work (If any Caltrans effort expended) permit. This permit is void unless the work is complete before September 12, 2007. This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary oermits and environmental clearances have been obtained. File: 05 -0443 'HOSSEIN SHAKER-State Permit Inspector SHAHRYAR DERAVI -State Permit Inspector Mtce (2) I /'/ Av� Prepared by Raouf Fam dry Mohtashatni, District Perrot City of Newport Beach 1205- NUM - 0443 September, 12, 2005 AN APPROVED WATER POLLUTION CONTROL PROGRAM (WPCP) and WPCD (drawing) IS REQUIRED FOR ANY WORK INVOLVING EXCAVATION. In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: I • Permittee shall contact the State Permit Inspector at least 48 hours prior to implementing traffic control which requires lane closures for any routine work, and as soon as possible for emergency work. • Whenever the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder or parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the ' limits of this work. • All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of the each work period. • Orange vests and hard hats shall be worn at all times while working within State right -of -way. ' Except during emergencies, the full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. ' In case of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. ' • Unless otherwise approved by the Permits Representative, no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, or between 3:00 PM and 6:30 PM. ' Immediately following completion of the work permitted herein, Permittee shall fax to 949/724 -2265 the Permit Number, completion date and the signature of Permittee's Representative to close this file. I LEI I Page 2 of 2 I STATE OF CALIFORNIA • DEPARTMENTOF TRANSPORTATION 2. ROUTE ' STANDARD ENCROACHMENT PERMIT APPLICATION '12 677 SL LI r3 TR -0100 (REV. 0212004) P Permission is requested to encroach on the State highway right-of -way as follows: _ (Complete all BOXES (write N/A if not applicablel) 5. CITY This application is not complete until all requirements have been approved. STAMP • 1. COUNTY 2. ROUTE 3.POSTMILE '12 677 SL LI r3 ORANGE VARIOUS VARIOUS _ 4. ADDRESS OR STREETNAME 5. CITY CITY OF NEWPORT BEACH 6. CROSS STREET (Distance and direch'on from site) 7. PORTION OF RIGHT -OF -WAY DATE OF SIMPLEX STAMP q N/A e. WORK TO BE PERFORMED BY 9. EST. START DATE 10. EST. COMPLETION DATE la OWN FORCES ® CONTRACTOR Annual Permit 11. MAX .DEPTH AVG. DEPTH AVG. WIDTH LENGTH SURFACE TYPE 12. EST. COST IN STATE RNV EXCAVATION 73. PRODUCT TYPE DIAMETER VOLTAGE I PSIG 14. CALTRANS PROJECT EA. NUMBER PIPES 1s. ❑ Double Permit Parent Permit Number Applicant's Reference Number / Utility Work Order Number ' 16. Have your plans been reviewed by another Cahrans branch? NO ❑ YES[] (If "YES ") Who? 17. Completely describe work to be done within STATE highway right- of-way : Attach 6 complete sets of FOLDED plans (folded 8.5" x 11" [216 mm x 280 mm]), and any applicable specifications, calculations, maps, etc. All dimensions shall be in dual units (English and metric), OR exclusively in metric units. Permit application for work in State right of way for maintenance, emergency repairs, and /or minor replacement of existing water, sewer, or electrical facilities installed by developers or contractors. This permit application is also requesting permission to allow potholing for existing facilities, and minor lane closures for adjacent city road improvement projects. 1 ' 18. Is a city, county, or other agency involved in the approval of this project? m YES (ff "YES ", check type of project and attach environmental documentation and conditions of approval.) ' ❑ COMMERCIAL DEVELOPMENT ❑ BUILDING ❑ GRADING ❑ OTHER ® CATEGORICALLYEXEMPT ❑ NEGATIVE DECLARATION ❑ ENVIRONMENTAL IMPACT REPORT ❑ OTHER ❑ NO (if "NO ", please check the category below which best describes the project, and complete page 4 of this application.) ' ❑ DRIVEWAY OR ROAD APPROACH, RECONSTRUCTION, MAINTENANCE, OR RESURFACING ❑ FENCE ❑ PUBLIC UTILITY MODIFICATIONS, EXTENSIONS, HOOKUPS ❑ MAILBOX ❑ FLAGS, SIGNS, BANNERS, DECORATIONS, PARADES AND CELEBRATIONS ❑ EROSION CONTROL ❑ OTHER ❑ LANDSCAPING 19. WIII this project cause a substantial change in the significance of a historical resource (45 years or older), or cultural resource? ❑ YES 0 NO (If "YES ", provide a description) 20. Is this project on an existing highway or street where the activity involves removal of a scenic resource including a signdicanl tree or stand of trees, a rock outcropping or a historic building? ❑ YES 0 NO (11 "YES ", provde a description) 21. Is work being done on applicant's property? ❑ YES jZ NO (If "YES ", attach site and grading plans.) ADA NOTICE: For individuals with sensory disabilities, this document is available in altcroate formats. For information call (916) 654 -6410 or TDD (916) 6543880 or write to Records and Forms Management, 1120 N Street MS-89, Sacramento, CA 95814 I STATE OFCAUFORNIA• DEPARTMENTOF TRANSPORTATION Page 2 STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 0212004) .'r r 14 U 22. Will this proposed project require the disturbance of soil within highway right-of -way? 0 YES ❑ NO If "YES ", estimate the area in square feet AND acres: 300 (varies W/ repairs) (�) < 0.1 ra�ra�l 23. Will this proposed project require dewatering? I0 YES ❑ NO If "YES ", estimate daily volume in gallons per day: minor If required (gpd) 24. How will any storm water or ground water be disposed of from within or near the limits of this proposed project? ❑Storm Drain System m Combined Sewer / Storm System ❑ Storm Water Retention Basin []Other (explain): PLEASE READTHEFOLLOWING CLAUSES PRIORTO SIGNINGTHIS ENCROACFIMENTPERMITAPPLiCATION The applicant, understands and herein agrees to that an encroachment permit can be denied, andlor a bond requiredfornon- paymentofpriororpresentencroachmentpen nitfees. Encroachment Permit fees maystillbe due when an application is withdrawn or denied, and that a denial may be appealed, in accordance with the California Streets and Highways Code, Section 671.5. All work shall be done in accordance with Caltrans rules and regulations subject to inspection and approval. ' The applicant, understands andherein agrees to the genera/ provisions, specialprovisions and conditions of the encroachment permit, and to indemnify and hold harmless the State, its officers, directors, agents, employees and each ofthem (lndemnitees) from and againstanyandall claims, demands, causes ofaction, damages, costs, expenses, actual attorneys'fees, judgments, losses and liabilities ofeverykind and nature whatsoever (Claims) arising outof orin connection with the issuance andlor use of this encroachmentpermitfor. I)bodifyinjutyand( or death to persons including but not limited to the Applicant, the State and its officers, directors, agents and employees, the indemnities, and the public; and 2) damage to property of anyone. Except as provided bylaw, the indemnification provisions stated above shall apply regardless of the existence or degree of fault of Indemnities. The Applicant, however, shall not be obligated to indemnify Indemnities for Claims arising from conduct delineated in Civil Code Section 2782. DISCHARGES OFSTORM WATER AND NON-STORM WATER: Work within State highway right- of- wayshaUbe conducted in compliance with all applicable requirements of the National Pollutant Discharge Elimination System (NPDES) permitissued to the Department of Transportation (Department), to govern the discharge ofstorm ' waterandirion-storm waterfrom its properties. Workshallaiso be in compliance with all otherapplicable Federal, State andLocallaws and regulations, and with the Department's EncroachmentPermits Manual and encroachment permit. Compliance with the Departments NPDES permit requires amongst other things, the preparation and submission ofa Storm WaterPollution Protection Plan (SWPPP), ora Water Pollution Control Program (WPCP), and the approval ofsame by the appropriate reviewing authority prior to the start of any work. Information on the requirements may also be reviewed on the Department's Construction Website at: ' http: / /www. dot. ca. gov /hg/construc /stormwaterl.htm 25. NAME of APPLICANT or ORGANIZATION (PH t,,Type) E- MAILADDRESS CITY OF NEWPORT BEACH ADDRESS of APPLICANT or ORGANIZATION WHERE PERMIT IS TO BE MAILED (Include City and Zip Code) 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CA 92663 PHONE NUMBER I FAXNUMBER (949)644 -3311 (949)6, 3308 26. NAME of AUTHORIZED AGENT/ ENGINEER (Print or Type) IS LETTEROFAUTHORIZATIONATTACHED -E- MAIL ADDRESS MICHAEL J.SINACORI ❑ YES ❑ No msinacori @city.newport- beach.Ca -t ADDRESS of AUTHORIZED AGENT / ENGINEER (Include City and Zip Code) 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CA 92663 PHONE NUMBER FA%NUM BER - (949) 644 -3342 (949)6, 3308 27. SIGNATURE of APPLICANT or OR NIZATION 28. PRINT OR TYPE NAME 29.TfRE 30. DATE 'IMICHAEL SINACORI UTILITIES ENG. 9/02/2005 i-. -- -. ,. STATE OF CALIFORNIA• DEPARTMENTOF TRANSPORTATION Page 3 STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 0212004) ' PERMITNUMBER 1 1 1 LJ PI 1 (�II IJ 1 1 I I 1 i - --� -- - - JFEE.GALCULATION F©R CAL7uRANSiU_SE „ _, x ❑ CASH ❑ CREDITCARD El CHECK NUMBER �Q EXEMPT NAME ON CARD NAMEONCHECK ❑ PROJECT EA PHONENUMBER PHONENUMBER ❑ DEFERRED BILLING(UUlity) CA`LC`ULATED BY I(1) (2) REVIEW 1. HOURS @ $ 2. HOURS @ $ 1. FEE I DEPOSIT ' S DATE 2. FEE/ DEPOSIT 5 DATE TOTAL FEE I DEPOSIT $ $ INSPECTION I. HOURS @ 5 2. HOURS @ $ 1. FEE/ DEPOSIT 5 DATE 2. FEE/ DEPOSIT S DATE TOTAL FEE/ DEPOSIT 5 S FIELDWORK HOURS @ $ S $ $ EQUIPMENT 8 MATERIALS DEPOSIT 5 DAIS DEPOSIT $ DATE DEPOSIT $ CASH DEPOSITIN LIEU OF BOND $ I S S TOTAL COLLECTED CASHIER'S INITIALS 5 5 $ • The current hourly rate is set annually by Headquarters Accounting. District Office staff do not have authority to modify this rate. PERFORMANCEBOND ❑ DATE §MOUNT PAYMENTBOND ❑ DATE SMOUNT LIABILITY INSURANCE REQUIRED? ❑ YES ❑ NO AMOUNT $ STATE OF CALIFORNIA- DEPARTMENT OF TRANSPORTATION Page 4 STANDARD ENCROACHMENT PERMIT APPLICATION TR -01 DO (REV. 02/2004) 'to J N U � 4 _ ' INSTRUCTIONS for completing page 4 This page needs to be completed when the proposed project DOES NOT involve a City, County or other public agency. Youranswers to these questionswill assist departmental staff in identifying any physical, biological, social oreconomic resources that maybe affected byyourproposed projectwithin the State highway right-of-way. And, to determine which type of environmental studies 1 maybe required to approveyour application foran encroachment permit. It is the applicant's responsibility forthe production of all required environmental documentation and supporting studies, In somecases this maybe costly and time -consuming. If possible, attach photographs of the location of the proposed project. Please answerthese questions to the best of your ability. Provide a description of any "YES' answers (type, name, number, etc.) 1. Will any existing vegetation and/or landscaping within the highway right -of -way be disturbed? no 2. Will the proposed project Involve any soil disturbance within highway rlghtof -way (trenching or excavation)? 3. Are there waterways (river, creek, pond, natural pool or dry streambed) adjacent to or within the limits of the project ' or highway right- of�way? 4. Is the proposed project located within five miles of the coast line? yes S. Will the proposed project generate construction noise levels greater than 66 dBA (i.e. jack- hammering, pile driving)? no ' 6. Will the proposed project incorporate land from a public park, recreation area or wildlife refuge open to the public? ' 7. Are there any recreational trails or paths within the limits of the proposed project or highway right -of -way? no a. Will the proposed project impact any structures, buildings, mil lines, or bridges within highway right-of-way? no 9. Will the proposed project impact access to any businesses or residences? no 10. Will the proposed project impact any existing public utilities or public services? no 11. Will the proposed project impact existing pedestrian facilities, such as sidewalks, crosswalks, or overcrossings? no 12. Will new lighting be constructed within or adjacent to highway right-of-way? no 1 STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION ENCROACIIMENT PERMIT ANNUAL UTILITY PROVISIONS TR - 0160 (Rev. 2194) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent, may perform routine or emergency maintenance on such facility in accordance with the following provisions: UEI. EXCLUSIONS: These provisions do not authorize tree trimming, work on freeways, expressways, aerial capacity increase on designated "Scenic Highways ", or other activities not specifically provided for in this permit. UE2. POSSESSION OF PERMIT REQUIRED: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. UE3. NOTICE REQUIRED: Before starting work, the EP% nUI permittee shall notify the Department's representative. In emergencies, the Department's representative shall be notified as soon as possible. 1 UE4. STANDARDS OF WORE: All work shall conform to recognized standards of utility construction and Department's current Standard Specifications. UES. EMERGENCY REPAIRS: The permittee may make emergency repairs, altering traffic flow, excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement ' present a definite public hazard or serious interruption of essential service. In such cases, the Department's representative shall he notified immediately. ' UE6. OPEN EXCAVATIONS: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in ' accordance with general provisions, 'Protection of Traffic ". Backfill and pavement replacement shall be performed in accordance with General Provisions, 1 "Restoration and Repairs in Rights of Way ". UE7. TRAFFIC CONTROL HOURS: Work requiring traffic control shall be conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized by the Department's ' representative. DES. WORK PERMITTED - AERIAL: I. Install additional capacity (in the same location), except facilities over the traveled way on designated "Scenic Highways ", or on Structures. 2. Maintain, inspect, remove, repair or replace (in the same location) all aerial facilities except over the traveled way or on Structures. 3. Perform insulator washing and interconnect splicing of cables. 4. Install or remove service connections with potential to ground of 300 volts or less, except over the traveled way. 5. Install, maintain, remove, repair or replace aerial service connections with potential to ground of 300 volts or less, over the traveled way when specifically stated in permit. 6. Installations and clearances shall be equal to those required by either the State of California Public Utilities Commission orders or the California Occupational Safety and Health Regulations (CAL - OSHA), Division of Industrial Safety, Safety Orders, promulgated in the California Code of Regulations, Title 8, Chapter 4, whichever is greater. UE9. WORE PERMITTED - UNDERGROUND: 1. Maintain, inspect, remove, repair or replace (in the same location) all underground facilities except those requiring trenching in the traveled way. 2. Install additional capacity in existing ducts except for facilities not in compliance with the Department's current "Manual on High and Low Risk Facilities within Highway Rights of Way" or on Structures. 3. Install air flow monitoring transducers and piping in existing ducts. 4. Banccling, potholing, cleaning, rodding and placing float ropes. 5. Adjust access cover to grade and replace in kind or with larger size pull boxes. 6. Interconnect splicing of cables. 7. Install service connections perpendicular to the highway using jacking and boring methods under the traveled way. Electrical service is restricted to a potential to ground of 300 volts or less. Gas and domestic water services are restricted to 5.08 centimeter (2 ") in diameter or less. 8. Permanent pavement patching for work authorized by this permit. UE10. FAILURE TO COMPLY: Failure to comply with the terms and conditions above shall be grounds for - revocation of this permit. ' EP% nUI I I I u 1 d STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT UTILITY MAINTENANCE PROVISIONS TR -0161 (REV. 2194) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govem): UM1. Exclusions: These provisions do not authorize tree trimming, work on freeways, expressways, or other activities not specifically provided for in this permit. UM2. Possession of Permit Required: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS.PROVIDED. UM3. Notice Required: Before starting work, the permittee shall notify the Department's representative. In emergencies, the Departments representative shall be notified as soon as possible. UM4. Standard of Work: All work shell conform to recognized standards of utility construction and the Department's current Standard Specifications. UM5. Emergency Repairs: The permittee may make emergency repairs, altering traffic flow, excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement present a definite public hazard or serious interruption of essential service. In such cases, the Departments representative shall be notified immediately. UM6. Open Excavations: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in accordance with the General Provisions "Protection of Traffic'. Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e., 'Making Repairs', 'Backfilling ). UM7. Service Connection: These provisions do not authorize installation of conduit, cable, gas, or water service connections within Slate highway right -of- way, regardless of the location of the main, existing conduit or cable. All new underground or pipe abandon services must be covered by individual permits. See Section "UME.4' regarding service connections for aerial wires. EP 94 0004 — .__ UM8. Routine Inspection and Maintenance: 1. Routine Maintenance and Inspection: Routine Maintenance and inspection on the roadbed shall be conducted between 9:00 a.m. and 3:00 p.m., or as otherwise authorized in writing by the Department's representative. 2. Manholes: The permittee may open existing manholes to repair underground cables. Where the manhole lies within the improved surface of the highway, the permittee will provide adequate protection for traffic in accordance with the General Provisions "Protection of Traffic". 3. Excavations: Excavations for routine inspection and repair of pipeline and cables shall: a Not be made in improved surfaces, landscaped areas or closer than 3.04 meter (10') to the edge of the pavement without a special permit; and b. Not uncover more than 15.24 meter (50') of line at any one time. 4. Poles, Lines: Permittee is authorized to: a. Stub, or reset existing pole, provided no change in location of pole or anchor is made. Stubs and anchors must not be placed between existing pole and traveled way. b. Replace poles, guy poles, and crossarms in same location limited to two (2) consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c. Replace broken pins and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack guys. d. Repair and complete transfer work on existing aerial cables. e. Install new and replace existing transformers on existing poles. f. Replace aerial wires and crossarms on existing poles except where wires cross the highway. Unless otherwise specifically required by the Department, protected cable, tree wire or plastic tree wire guard used for communication lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section °f." does not apply to scenic highways. g. Installations and clearances shall be equal to those required by either the California Public utilities Commission Orders or the California Occupational Safety and Health (CAL -OSHA) Safety Orders, whichever is greater. h. Clear grass from around base of poles and excavate h I J L r� I iJ r^ I I I I J i L� I7I L� STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR -0045 (REV (191,004) AUTHORITY: The Department's authority to issue encroachment 12. .permits is provided under, Div. 1, Chpt. 3, Art. 1, Sect. 660 to 734 of the Streets and Highways Code. REVOCATION: Encroachment permits are revocable on five days notice unless otherwise stated on the permit and except as provided by law for public corporations, franchise holders, and utilities. These General Provisions and the Encroachment Permit Utility Provisions are subject to modification or abrogation at any time. Permittees' joint use agreements, franchise rights, reserved rights or any other agreements for operating purposes in State highway right of way are exceptions to this revocation. 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit fees when due can result in rejection of future applications and denial of permits. 4. ASSIGNMENT: No party other than the pennittee or pennince's authorized agent is allowed to work under this permit. 5. ACCEPTANCE OF PROVISIONS: Permitme understands and agrees to accept these General Provisions and all attaclunents to this permit, for any work to be performed under this permit. 6. BEGINNING OF WORK: When traffic is not impacted (see Number 35), the perminee shall notify the Department's representative, two (2) days before the intent to start permitted work. Pemiittee shall notify ire Department's Representative if the work is to be interrupted for a period of five (5) days or more, unless other vise agreed upon. All work shall be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this permit. 13. PERMITS FROM OTHER AGENCIES: This permit is invalidated if the permittee has not obtained all permits necessary and required by law, from the Public Utilities Commission of the State of California (PUC), Califomia Occupational Safety and Health Administration (Cal- OSHA), or any other public agency having jurisdiction. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum passageway of 4' (1.21 meter) shall be maintained through the work area at existing pedestrian or bicycle facilities. At no time shall pedestrians be diverted onto a portion of the street used for vehicular traffic. At locations where safe altemate passageways cannot be provided, appropriate signs and barricades shall be installed at the limits of construction and in advance of the limits of construction at the nearest crosswalk or Intersection to detour pedestrians to facilities across the street. 14. PUBLIC TRAFFIC CONTROL: As required by law, the permittee shall provide traffic control protection warning signs, lights, safety devices, etc., and take all other measures necessary for traveling public's safety. Day and night time lane closures shall comply with the MUTCD and CA Supplement (Part 6, Temporary Traffic Control), Standard Plans, and Standard Specifications for traffic control systems. These General Provisions are not intended to impose upon tie pennittee, by third parties, any duty or standard of care, greater than or different from, as required by law. 15. MINIMUM INTERFERENCE WITH TRAFFIC: Pennittee shall plan and conduct work so as to create the least possible inconvenience to the traveling public; traffic shall not be unreasonably delayed. On conventional highways, permittee shall place properly attired flagger(s) to stop or warn the traveling public in compliance with the MUTCO and CA Supplement (Chapter 6E, plugger Control). . 7. STANDARDS OF CONSTRUCTION: All work performed within 16. highway right of way shall conform to recognized construction standards and current Department Standard Specifications, Department Standard Plans High and Low Risk Facility Specifications, and Utility Special Provisions. Where reference is made to "Contractor and Engineer," these are amended to be read as "Pennittee and Department representative." S. PLAN CHANGES: Changes to plans, specifications, and permit provisions are not allowed without prior approval from the Stale representative 9. INSPECTION AND APPROVAL: All work is subject to monitoring and inspection. Upon completion of work, permittee shall request a final inspection for acceptance and approval by the Department. The local agency pennittee shall not give final construction approval to its contractor until final acceptance and 17 approval by the Department is obtained. 10. PERMIT AT WOR.KSITE: Pemiittee shall keep the permit package or a copy thereof, at the work site and show It upon request to any Department representative or law enforcement officer. if the permit lg package is not kept and made available at the work site, the work shall be suspended. 11. CONFLICTING ENCROACHMENTS: Pennittee shall yield start or work to ongoing, prior authorized, work adjacent 10 or within the 19 limos of the project site. When existing encroachments conflict with new work, the pennittee shall bear all cost for rearrangements, (e.g., relocation, alteration, removal, etc.). STORAGE OF EQUIPMENT AND MATERIALS: The storage of equipment or materials is not allowed within Stale highway right -of- way, unless specified within the Special Provisions of this specific encroachment permit. If Encroachment Permit Special Provision's allow for ft storage of equipment or materials within the State right of way, the equipment and material storage shall comply with Standard Specifications, Standard Plans, Special Provisions, and the Highway Design Manual. The clear recovery zone widths must be followed and are lire minimum desirable for lire type of facility indicated below, freeways and expressways -9 in, conventional highways (no curbs) -6 m, conventional highways (with curbs)- 0.5 m. If a fixed object cannot be eliminated, moved outside the clear recovery zone, or modified to be made yielding, it should be shielded by a guardrail or a crash cushion. CARE OF DRAINAGE: Permitlee shall provide alternate drainage for any work interfering with an existing drainage facility in compliance with the Standard Specifications, Standard Plans and/or as directed by the Department's representative. RESTORATION AND REPAIRS IN RIGHT OF WAY: Pemiittee is responsible for restoration and repair of State highway right of way resulting from permitted work (State Streets and Highways Curie, Sections 6,70 et. seq.) RIGHT OF WAY CLEAN UP: Upon completion of work, pemhittee shall remove and dispose of all scraps, brush, timber, materials, etc. off the right of way. The aesthetics of the highway shall be as it was before work started. i ' 20. 21. COST OF WORK: Unless slated in the permit, or a separate written agreement, the permittee shall bear all costs incurred for work within the State right of way and waives all claims for indemnification or contribution from the State. ACTUAL COST BILLING: When specified in the permit, the Department will bill the perminee actual costs at the currently set hourly rate for encroachment permits. 22 AS -BUILT PLANS: When required, pertmittee shall submit one (1) ' set of as -built plans within thirty (30) days after completion and 25. approval of work in compliance with requirements listed as follows: ' 23. 24. I Upon completion of the work provided herein, the permittee shall send one vellum or paper set of As -Built plans, to the State representative. Mylar or paper sepia plans are not acceptable. 2. All changes in the work will be shown on the plans, as issued with the permit, including changes approved by Encroachment Permit Rider. 3. The plans are to be stamped or otherwise noted AS -BUILT by the permittee's representative who was responsible for overseeing the work. Any original plan that was approved with a State stamp, or Caltrans representative signature, shall be used for producing the As -Built plans. 4. If As -Built plans include signing or striping, the dates of signing or striping removal, relocation, or installation shall be shown on the plans when required as a condition of the permit. When the construction plans show signing and striping for staged construction on separate sheets, the sheet for each stage shall show the removal, relocation or installation dates of the appropriate staged striping and signing. 5. As -Built plans shall contain the Permit Number, County, Route, Post Mile, and Kilometer Position on each sheet 6. Disclaimer statement of any kind that differ from the obligations and protections provided by Sections 6735 tivough 6735.6 of the California Business and Professions Code, shall not be included on the As -Built plans. Such statements constitute non- compliance with Encroachment Permit requirements, and may result in the Department of Transportation retaining Performance Bonds or deposits until proper plans are submitted. Failure to comply may also result in denial of future permits, or a provision requiring a public agency to supply additional bonding. PERMITS FOR RECORD PURPOSES ONLY: When work in the right of way is within an area under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), a fee exempt permit is issued to the pernuttee for the purpose of providing a notice and record of work. The Permittee's prior rights shall be preserved without the intention of creating new or different rights or obligations. "Notice and Record Purposes Only" shall be stamped across the face of the permit BONDING: The pemminee shall file bond(s), in advance, in tine amount set by tine Department. Failure to maintain bond(s) in full force and effect will result in the Department stopping of all work and revoking permit(s). Bonds are not required of public corporations or privately owned utilities, unless penunee failed to comply with the provision and conditions under a prior permit. The surety company is responsible for any latent defects as provided in California Code of Civil Procedures, Section 33715. Local agency pemtittee shall comply with requirements established as follows: In recognition that project construction work done on State property will not be directly funded and paid by Slate, for the purpose of protecting stop notice claimants and the interests of State relative to successful project completion, the local agency pemnhtee agrees to require the construction contractor furnish both a payment and performance bond in the local agency's name with both bonds complying with the requirements set forth in Section 3 -1.02 of State's current Standard Specifications before performing any project construction work. The local agency permittee shall defend, indemnify, and hold harmless the Slate, its officers and employees from all project construction related claims by contractors and all stop notice or mechanic's lien claimants. The local agency also agrees to remedy, in a timely manner and to State's satisfaction, any latent defects occurring as a result of the project construction work. FUTURE MOVING OF INSTALLATIONS: Pennittee understands and agrees to rearrange a permitted installation upon request by the Department, for State construction, reconstruction, or maintenance work on the highway. The permittee at his sole expense, unless under a prior agreement, JUA, or a CCUA, shall comply with said request. 26. ARCHAEOLOGICA UHISTORI CAL: If any archaeological or historical resources are revealed in the work vicinity, the permittee shall immediately stop work, notify the Department's representative, retain a qualified archaeologist who shall evaluate the site, and make recommendations to the Department representative regarding the continuance of work. 27. PREVAILING WAGES: Work performed by or under a permit may require permittee's contractors and subcontractors to pay appropriate- prevailing wages as set by the Department of Industrial Relations. Inquiries or requests for interpretations relative to enforcement of prevailing wage requirements are directed to State of California Department of Industrial Relations, 525 Golden Gate Avenue, San Francisco, California 94102. 28. RESPONSIBILITY FOR DAMAGE: The State of California and all officers and employees thereof, including but not limited to the Director of Transportation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of any person, including but not limited to the pernlitlee, persons employed by the pennittee, persons acting in behalf of the pernnittee, or for damage to property from any cause. The permittee shall be responsible for any liability imposed by law and for injuries to or death' of any person, including but not limited to the perminee, persons employed by the permtttee, persons acting in behalf of the pennittee, or for damage to property arising out of work, or other actit.ity permitted and done by the pennittee under a permit, or arising out of the failure on the permittee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit The perminee shall indemnify and save harmless the State of California, all officers, employees, and State's contractors, thereof, including but not limited to the Director of Transportation and the Deputy Director, from all claims, suits or actions of every name, kind and description brought for or on account of injuries to or death of any person, including but not limited to the pennittee, persons employed by the pennittee, persons acting in behalf of the pennittee and the public, or damage to property resulting from the performance of work or other activity under the permit, or arising out of the failure on the pemtittee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstrniqums, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by (lie permit, except as otherwise provided by statute. The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The n pennittee waives any and all rights to any type of expressed or implied 34. FIELD WORK REIMBURSEMENT: Pennittee shall reimburse indemnity against the State, its officers, employees, and State State for field work performed on permrttee's behalf to correct or contractors. It is the intent of the parties that the permittee will remedy hazards or damaged facilities, or clear debris not attended to indemnify and hold harmless the State, its officers, employees, and by the permittee. State's contractors, from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or 35. NOTIFICATION OF DEPARTMENT AND TI14C: The permittee negligence, whether active or passive, primary or secondary, on the shalt notify the Department's representative and the Transportation part of the Slate, the pemritee, persons employed by the permittee, or Management Center (TMC) at least 7 days before initiating a lane acting on behalf of the permittee. closure or conducting an activity that may cause a traffic impact. A confirmation notification should occur 3 days before closure or other For the purpose of this section, "State's contractors" shall include potential traffic impacts. In emergency situations when the corrective ' contractors and their subcontractors under contract to the Stale of work or the emergency itself may affect traffic, TMC and the California performing work within the limits of this permit. Department's representative shall be notified as soon as possible. 29. NO PRECEDENT ESTABLISHED: This permit is issued with the 36. SUSPENSION OF TRAFFIC CONTROL OPERATION: The understanding that it does not establish a precedent. permittee, upon notification by the Department's representative, shall ' immediately suspend all lane closure operations and any operation 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC that impedes the Bow of traffic. All costs associated with this ACCOMMODATION: suspension shall be borne by the permittee. A The permittee, for himself, his personal representative, successors ' in interest, and assigns as part of the consideration hereof, does hereby 37. UNDERGROUND SERVICE ALERT (USA) NOTIFICATION: covenant and agree that: Any excavation requires compliance with the provisions of 1. No person on the grounds of race, color, or national origin shall be Government Code Section 4216 et. seq., including, but not limited to excluded from participation in, be denied the benefits of, or be notice to a regional notification center, such as Underground Service ' otherwise subjected to discrimination in the use of said facilities. Alert (USA). The permittee shall provide notification at least 48 hours - - 2. That in connection with the construction of any improvements on before performing any excavation work within the right of way. said lairds and the furnishings of services thereon, no discrimination shall be practiced in the selection and retention of first -tier subcontractors in the selection of second -tier subcontractors. 3. That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation), ' and operation on, over, or under the space of the right of way. 4. That the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal ' Regulations, Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Commerce, Part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. S.Thal in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to ' re -enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF HIGHWAYS: The penmace agrees, by acceptance of a permit, to properly maintain any encroachment. This ' assurance requires the permittee to provide inspection and repair any damage, at permittee's expense, to State facilities resulting from the encroachment. ' 32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets and Highways Code Section 682.5, the Department of Transportation shall not be responsible for the conduct or operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold ' hornless the Slate and the city or county against any and all claims arising out of any activity for which the permit is issued. ' Permittee understands chid agrees that it will comply with the obligations of Titles 11 and III of the Americans with Disabilities Act of 1990 in the conduct of the event, and further agrees to indemnify and save harmless the State of California, all officers and employees ' thereof, including but not limited to the Director of Transportation, from arty claims or liability arising out of or by virtue of said Act. 33. PRIVATE USE OF RIGHT OF WAY: Highway right of way shall not be used for private purposes without compensation to the State. The gifting of public property use and therefore public finds is prohibited under the California Constitution, Article 16. n C 1 1 11 1 1 1 APPPENDIX D 1 BIG CANYON COUNTRY CLUB (GOLF COURSE) AERIAL PHOTO PHASING EXHIBT 1 1 1 1 1 1 L.J I u :r •u R •ice.. +K„ . _ w-rte f ^s • i( JI Y • iy' •„ f -.. d d •�s • r t � (,- .y ' ' ',� • ♦ Y ���• ` ' T of '1.. � Nei 'I •Tip/ r.� • .lS! .� Y -*4 Ar .��; 1•; ,. .� • � � C� alt �1 • �; 7 id, � ♦ 4 .: � E 1 �� w ��t•.rr •r. Jo If 7 c7 •`L Ul :._- or r , � �,•' .t,t ,7' ".fit �[�� .,� i . r , �� b ,' /' f � \ �t 1 ', a� • , � ,+ti � . 1 � ° -� .! :` .��• � •!`Y rr, ;..� •i•�! ( ,• +i' ' /, � it �i1 M • ;�. .• ` 1�t J ��,' ?�+aY • •!' t � r ' �t�'('� ,�. J 'I: • f �.•' . �� '' �.`'LJ`• r s C� , 1 ''� j[ /1 •� � I '( A � � ! ° • � rq fir' ,� !� I� �'1•..' 1 •. • ;��i �..�'i% � rte;. .. y P /, . ���!' • ; r f _ ', 3 i / ,� f• ( M i Xv �f �� • ••. .•_te a / / •. '' ��• • R ��`I•of On 06 . j er r da w E E N m t CL m U > o 2 °1 n o c N E c o cr c E ° ¢` m �• M V ur V o- � a N (j c a3i Q E w C urr , W N y V C fJ V Q • f c U Q W U 0 O O •• c c Z O m x U N 'jy¢w1:�I •11 CL m U T W •� l '�• Q .� C U C U N N , m� c'• U � m m CD co Al :r •u R •ice.. +K„ . _ w-rte f ^s • i( JI Y • iy' •„ f -.. d d •�s • r t � (,- .y ' ' ',� • ♦ Y ���• ` ' T of '1.. � Nei 'I •Tip/ r.� • .lS! .� Y -*4 Ar .��; 1•; ,. .� • � � C� alt �1 • �; 7 id, � ♦ 4 .: � E 1 �� w ��t•.rr •r. Jo If 7 c7 •`L Ul :._- or r , � �,•' .t,t ,7' ".fit �[�� .,� i . r , �� b ,' /' f � \ �t 1 ', a� • , � ,+ti � . 1 � ° -� .! :` .��• � •!`Y rr, ;..� •i•�! ( ,• +i' ' /, � it �i1 M • ;�. .• ` 1�t J ��,' ?�+aY • •!' t � r ' �t�'('� ,�. J 'I: • f �.•' . �� '' �.`'LJ`• r s C� , 1 ''� j[ /1 •� � I '( A � � ! ° • � rq fir' ,� !� I� �'1•..' 1 •. • ;��i �..�'i% � rte;. .. y P /, . ���!' • ; r f _ ', 3 i / ,� f• ( M i Xv �f �� • ••. .•_te a / / •. '' ��• • R ��`I•of On I I I I 1 [1 I I I 7 7 C APPPENDIX E UNDERGROUND CLASSIFICATION FOR 36 -INCH JACKED CASING I 1 1 'Fi u J J 1 1 1 1 1 1 1 1 1 1 1 i C07 &059 -06T State of California Department of Industrial Relations DMSION OF OCCUPATIONAL SAFETY AND HEALTH MINING AND TUNNELING UNIT Van Nuys Office R5D2 Underground Classification Big Canyon Trunk Sewer Replacement! Orange County Sanitation District (NAME OF TUNNEL OR ONE AND COMPANY NAME) Of CIO Widen & Associates fonorange County Sanitation District, Fountain Valley CA 92728 (MAILING ADDRESS) at Near Big Canyon Country Club Goff Course Newport Beach CA (LOCATION) has been classified as '"'POTENTIALLY GASSY"" (CLASSIFICATION) W required by the Calil mla Labor Code Section 7955. The Divtebn shag be notified It sufficient quantities of aamnuible gas or vapors have been encountered underground. Classifications are based on the Ca9rormFa Labor Code Part 9, Tunnel Safety Orders and Nine Safely Orders. A 36- diameter by approximately 400 feet tong casing to be lacked from Station 21+40 to Station 25+43, south of Big Canyon Drive along the westerly edge of the golf course second fairway and an existing lake, Newport Beach, Orange County. Date _ February 1, 2006 J. Wintry for (Senior Engim;er)