Loading...
HomeMy WebLinkAboutSpecification & Contract Documents_October 1990 I I I I I I I I I I I I I I I I I I I COUNTY OF RIVERSIDE OFFICE OF ROAD COMMISSIONER AND COUNTY SURVEYOR SPECIFIC A TIONS AND CONTRACT DOCUMENTS ASSESSMENT DISTRICT NO. '8' FOR CONSTRUCTION OF THE MARGARIT A BRIDGE OVER SANT A GERTRUD IS CREEK, STREET IMPS., WATER SEWER, AND FORCE MAIN IN TEMECULA, CALIFORNIA OCTOBER '''0 W.O.. 88-8744 ADVERTISED FOR BIDS MARCH 26, 1991 .... .~ _.0 \ .. - ~ I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS PAGE Notice Inviting Bids Instruction to Bidders Al-3 Contractor's Proposal Bl-8 Bid Bond Agreement (Time For Completion: Agreement - C7) Cl-7 Performance Bond Payment Bond General Conditions 1-14 Definitions SS Definitions Standard Specifications Director of Transportation Site Inspection Protection of Premises Change Orders Substitution of Equals Final Inspection - Notice of Completion Termination of Contract payments and Monthly Estimates Force Account Payment Final Payment Damages Documents of Contractor Responsibility of Contractor In Emergency Labor Code Obstructions Insurance - Hold Harmless Equal Employment Opportunity Deposit of Securities 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1. I I I I I I I I I I I I I I I I I I I NOTICE INVITING BIDS County of Riverside, herein called Owner, invites sealed proposals for the construction of: MARGARITA ROAD BRIDGE OVER SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT I 161 w.o. I 68-8744 Proposals shall be delivered to the Riverside County Transportation Department, 7th Floor, Riverside County Administrative Center, 4080 Lemon Street, Riverside, California 92501, not later than 10:00 a.m., on Wednesday, APRIL 24, 1991 , to be promptly opened in public at said address. Each proposal shall be in accordance with plans, specifications, and other contract documents, dated AUG. 1990 Plans may be obtained from the RANPAC Engineering Corporation, 27447 Enterprise Circle West, Temecula, California 92390, telephone 714/676-7000 from whom they may be obtained upon deposit of $60.00 per set. No refund. Pursuant to the Labor Code, the governing board of the Owner has obtained from the Director of the Department of Industrial Relations, State of California, his determinations of general prevailing rates of per diem wages applicable to the work, and for holiday and overtime work, including employer payments for health and welfare, pensions, vacation and similar purposes, as set forth on schedule which is on file at the principal office of the owner, and which will be made available to any interested person upon request. The Contractor is required to have a Class "A" license at time contract is awarded. Dated: MARCH 26, 1991 Gerald A. Maloney, Clerk By: Deputy -.; I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO BIDDERS 1. Form of Proposal. The proposal must be made on the form of Contractor's Proposal which is included in the Contract Documents and must be completely filled in, dated and signed. If provision is made for alternates, they must all be bid, unless otherwise provided in the Special Provisions. 2. Bid Bond. The proposal must be accompanied by a 10% Bid Bond, using the form provided in the Contract Documents, or by a certified or cashier's check payable to the order of County in an amount not less than 10% of the amount bid. 3. Submission of Proposal. A proposal must be submitted in a sealed opaque envelope which clearly identifies the bidder and the project. Bids must be received by the time and at the place set forth in the Notice Inviting Bids and may be withdrawn only as stated in the proposal. 4. Contract Documents. The complete Contract Documents are identified in the Agreement. Potential bidders are cautioned that the successful bidder incurs duties and obligations under all of the Contract Documents and that they should not merely examine the Plans and Specifications in making their bid. 5. License. To be considered, a potential bidder must have the kind of license required under provisions of the California Business and Professions Code for the work covered in this proposal when his bid is submitted. This includes a joint venture formed to submit a bid. 6. Quantities. The amount of work to be done or materials to be furnished under the Contract as shown in the Contractor's Proposal are but estimates and are not to be taken as an expressed or an implied statement that the actual amount of work or materials will correspond to the estimate. Cou.nty reserves the right to increase or decrease or to entirely eliminate certain items from the work or materials to be furnished if such action is found to be desirable or expedient. Contractor is cautioned against the unbalancing of his bid by prorating his overhead only into one or two items when there are a number of items listed in the schedule. 7. Interpretation of Documents. Discrepancies, omissions, ambiguities, requirements likely to cause disputes between trades and similar matter shall be promptly brought to the attention of the County, attention Director of Transportation. When appropriate, Addenda will be issued by County. No communication by anyone as to such matters except by an Addendum affects the meaning or requirements of the Contract Documents. Ai A. I I I I I I I I I I I I I I I I I I I 8. ADDENDA. County reserves the right to issue Addenda to the Contract Documents at any time prior to the time set to open bids. Each potential bidder shall leave with the County Transportation Department his name and address for the purpose of receiving Addenda to be mailed or delivered to such names at such addresses. To be considered, a Contractor's Proposal must list and take into account all issued Addenda. 9. Inspection of Site. Bidders must examine the site and acquaint themselves with all conditions affecting the work. By making his bid a bidder warrants that he has made such site examination as he deems necessary as to the condition of the site, its accessibility for materials, workmen and utilities and ability to protect existing surface and subsurface improvements. No claim for allowances - time or money - will be allowed as to such matters. 10. County bidder. Contract Bonds. In addition to the statutory Payment Bond, requires a 100% Performance Bond from the successful All Bonds must be on County's forms contained in the Documents. 11. Bids. Bids are required for the entire work. The amount of the bid for comparison purposes will be the total of all items. The total of unit basis items will be determined by extension of the item price bid on the basis of the estimated quantity set forth for the item. The bidder shall set forth for each item of work in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In case of discrepancy between the item price and the total set forth for the item, the item price shall prevail, provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: a. As to lump sum items, the amount set forth in the "Total" column shall be the item price. b. As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price. A2 -s I I I I I I 12. Award of Contract. Any award of contract will be made subject to the receipt of monies and proceeds from issuance and sale of bonds. The contractors shall execute the contract within ten (10) days after being notified in writing of the award, and shall commence construction within fifteen (15) days after he has been notified in writing to proceed and shall complete all the work and improvements within the time alloted in contract. The Board of supervisors hereby reserves the right to reject any and all proposals, to waive any irregular i ty, and to award the contract to other than the lowest bidder. No bidder may withdraw his bid for a period of ninety (90) days after the bid opening. I I 13. Return of Guarantee. Bid bonds or checks of unsuccessful bidders will be returned by mail when the executed agreement and bonds are received by County. Bid Bonds of the successful bidder will not be returned but is exonerated by its execution and delivery of the Agreement and the bonds. If the guarantee of the successful bidder is a check, it will be returned at the time a Bid Bond would be exonerated. I I I 14. Qualifications of Bidders. No award will be made to any bidder who cannot give satisfactory assurance to the Board of Supervisors as to his own ability to carry out the contract, both from his financial standing and by reason of his previous experience as a contractor on work of the nature contemplated in the contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of bid. I I I I I 15. Subletting and Subcontracting. Bidders are required pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Public Contracts Code) to list in their proposal the name and location of place of business of each subcontractor who will perform work or labor or render services. in or about the construction of the work or improvement or a subcontractor who specifically fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of 1% of this prime contractor's total bid. Failure to list a subcontractor for a portion of the work means that the prime contractor will do that portion of the work. Section 4100.5 of the Public Contracts Code does not apply to this project. It is the County's intent for the Sublet t ing and Subcontracting Fai r Practice Act to apply to all phases of the work. I I I A3 Co I I I I I I I I I I. I I I I I I I I I CONTRACTOR'S PROPOSAL TO: COUNTY OF RIVERSIDE DATE: hereafter called "County": BroDER: (hereafter called "Contractor") THE UNDERSIGNED, Contractor, having carefully examined the site and the Contract Documents for the construction of hereby proposes to construct the work in accordance with the Contract Documents, including Addenda Nos. for the amount stated in this Proposal. By submitting this Proposal, Contractor agrees with County: 1. That unless withdrawn in person by Contractor or some person authorized in writing by Contractor not by telephone or telegram before the time specified in the Notice Inviting Bids for the public opening of bids, this Proposal constitutes an irrevocable offer for 30 calendar days after that date. 2. County has the right to reject any or all Proposals and to waive any irregularities or informalities contained in a Proposal. 3. That the contract shall be awarded upon a resolution or minute order to that effect duly adopted by the governing body of County; and that execution of the Contract Documents shall constitute a written memorial thereof. 4. To execute the Agreement and deliver the Faithful Performance Bond and Payment Bond within 10 days after he is notified that he has been awarded the Contract. 5. To submit to County such information as County may require to determine whether a particular Proposal is the lowest responsible bid submitted. 81 '\ I I I I I I I I I I I I I I I I I I I 6. That the accompanying certif ied or cashier I s check or Bid Bond is in an amount not less than 10% of the total bid submitted and constitutes a guarantee that if awarded the contract, Contractor will execute the Agreement and deliver the required bonds within 10 days after notice of award. If Contractor fails to execute and deliver said documents, the check or bond is to be charged with the costs of the resultant damages to County, including but not limited to publication costs, the difference in money between the amount bid and the amount in excess of the bid which it costs County to do or cause to be done the work involved, lease and rental costs, additional salaries and overhead, increased interest and costs of funding the project, attorney expense, additional engineering and archi tectural expense and cost of maintaining or constructing alternate facilities occasioned by the failure to execute and deliver said documents. 7. By signing this proposal the Contractor certifies that the representations made therein are made under penality of perjury. B2 % I I I I I I I I I I I I I I I I I I- I MARGARITA ROAD BRIDGE over . SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT I 161 w.o. I 68-8744 PROPOSAL It is understood that the quantities shown hereon, except for those quantities marked "FINAL" and "LUMP SUM", are but estimates and that final payment will be based on the actual work performed, subject to such adjustments and alternations as elsewhere provided herein. ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 1. L.S. Mobilization 2. L.S. Furnishing & Applying Water 3. 828 C.Y. Structure Excavation (Bridge) 4. 950 C.Y. Structure Excavation (Type D) 5. 541 C.Y. Structure Backfill (Bridge) 6. 73,800 C.Y. Roadway & Channel Embankment Import 7. 6,000 C.Y. Overexcavation & Recompaction 8. L.S. Finishing Roadway 9. 1,290 L.F. Furnishing Piling (45 Ton) 10. 30 L.F. Driving Piling (45 Ton) B3 <\ I I PROPOSAL I (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 11. 6,048 L.F. Furnishing Piling (Class 70) I 12. 112 L.F. Dr i ving Piling (Class 70) I 13. 448,300 Lbs. Bar Reinforcing Steel (Bridge) 14. 178 C.Y. Structural Concrete I (Bridge Footing) 15. 2,584 C.Y. Structural Concrete I (Bridge) 16. 115 C.Y. Structural Concrete I (Approach Slab) 17. 279 L.F. Joint Seal (Type B, MR=l") -, 18. 578 L.F. Tubular Handrail I 19. 578 L.F. Concrete Barrier (Type 26) 20. L.S. 8" Steel Sleeve I (For Fut. 4" Gas Main) 21. 23 Each Pipe Hanger Assembly I 22. L.S. Electric Conduit (5" PVC) I 23. L.S. Telephone Ducts (4" PVC) I 24. L.S. 5" Openings for Future Utilities 25. L.S. 2" Cable TV Conduits I 26. 32,500 S.F. 6" Concrete Channel Lining I I B4 \0 I I PROPOSAL I (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 27. 16 C.Y. 5' Cut Off Wall (10" Thick) I 28. 95 Each 3" Weep Holes 29. 3 Each Jet. Str. No.6 I 30. 1 Each Jet. Str. No.4 I 31. 90 L.F. 48" RCP 32. 100 L.F. 36" RCP I 33. 55 L.F. 18" RCP 34. 4 Each Conc. Bulkhead I 35. 1,060 C.Y. Riprap (1 Ton) 36. L.S. Grade Access Road I 37. 105 C.Y. 4" D.G. Surface Access Road I 38. 710 L.F. 6' Chain Link Fence 39. 4 Each 14' Double I Chain Link Gate 40. 24,300 S.F. Remove A.C. Pavement I 41. 11,550 S.F. Remove Conc. Pavement 42. 75 L.F. Barricade (RCRD 810) I 43. 275 L.F. Remove 24" CMP I 44. 703 L.F. 4" PVC (C 900) Force Main I 45. 263 L.F. Concrete Encasement (4" PVC) F.M. 46. 743 L.F. 36" VCP Sewer I BS I '\ I I PROPOSAL I (Continued) I ITEM . ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 47. 5 L.F. 15" VCP Sewer 48. 3 Each Manhole (15'+ Deep) I 49. 2 Each 36" End Plug I 50. 1 Each 15" End Plug 51. 359 L.F. Class "B" Bedding I 52. 350 L.F. Class "B-B" Bedding 53. 690 L.F. Remove 4" PVC F.M. I 54. 1,242 L.F. Remove 16" A.C.P. Water I 55. 1,263 L.F. 30" CML & C Water 56. 995 L.F. 16" CML & C Water I 57. 389 L.F. 16" PVC I 58. 205 L.F. Cone. Encasement No.1 (RW 27) 30" Water 59. 205 L.F. Conc. Encasement No.1 I (RW 27) 16" Water 60. 1 Each 30" Butterfly Valve I 61. 1 Each 16" Butterfly Valve 62. 6 Each 30"-45 Degree Elbow I (Bend) 63. 8 Each 16" Elbow (Bend) I 64. 1 Each 30" Blind Flange 65. 1 Each 4" By Pass I 66. 11 Each Conc. Thrust Block I 67. 4 Each Test Station (RW 40) I B6 \1r I I I I I I I I I I I I I I I I I I I PROPOSAL (Continued) ITEM ESTIMATED UNIT OF NO. QUANTITY MEASURE ITEM PRICES TOTAL ITEM (IN FIGURES) (FIGURES) 68. 4 Each 2" A.V. & A.R. Ass'y 69. L.S. Detour Plan (Signs & Barricades) PROJECT TOTAL Items 1 - 69 $ "Words" B7 \~ I I I I I I I I I I I I I I I I I I I BIDDER DATA: Name of Bidder Type of Organization Person(s) Authorized to Sign for Bidder Address Phone Contractor's License Type & Number Expiration Date 8. DESIGNATION OF SUBCONTRACTORS: Contractor submits the following complete list of each subcontractor who will perform work or labor or render service in or about the construction in an amount in excess of 1/2 of 1% of the total bid. PORTION OF THE WORK SUBCONTRACTOR ADDRESS IN WITNESS WHEREOF Contractor executed this Proposal as of the date set forth on Page 1. TITLE "Contractor" B8 \0... I- I I I I I I I I I I I I I I I I I I BID BOND Recitals: 1. "Contractor", has submitted his Contractor I s Proposal to County of Riverside, "County", for the construction of public work for in accordance with a Notice Inviting Bids of County dated 2. a corporation, hereafter called "Surety", is the surety of this Bond. Agreement: We, Contractor as principal and Surety as surety, jointly and severally agree and state as follows: 1. The amount of the obligation of this bond is 10% of the amount of the Contractor's Proposal and inures to the benefit of County. 2. This Bond is exonerated by (1) County rejecting said Proposal or, in the alternate, (2) if said Proposal is accepted, Contractor executes the Agreement and furnishes the Bonds as agreed to in its Proposal, otherwise it remains in full force and effect for the recovery of loss, damage and expense of County resulting from failure of Contractor to act as agreed to in its Proposal. Some types of possible loss, damage and expense are specified in the Contractor's Proposal. 3. Surety, for value received, stipulates and agrees that its obligations hereunder shall in no way be impaired or affected by any extension of time within which County may accept the Proposal and waives notice of any such extension. 4. This Bond is binding on our heirs, executors, administrators. successors and assigns. Dated: By By Title: Attorney in Fact "Surety" Title: "Contractors" STATE OF CALIFORNIA ) SS. COUNTY OF ) On before me personally appeared known to me to be the person whose name is subscribed to the within instrument as Attorney in Fact. Notary Public (Seal) (NOTE: Affix corporate seals.) \~ I I I I I I I I I I I I I I I I I I I AGREEMENT on called "County" and is entered into at Riverside, California and is between County of Riverside hereafter hereafter called "Contractor". THIS AGREEMENT WIT N E SSE T H RECITALS: 1. Contractor has submitted to County his Contractor's Proposal for the construction of County Project, in strict accordance with the Contract Documents identified below and County has accepted said Proposal. 2. Contractor states that he has reexamined his Contractor 's Proposal and found it to be correct, has ascertained that his subcontractors are properly licensed and possess the requisite skill and forces, has reexamined the site and Contract Documents and is of the opinion that he can presently do the work in accordance with the Contract Documents for the money set forth in his Proposal to be paid as provided in the Contract Documents. AGREEMENT: IT IS AGREED BY THE PARTIES AS FOLLOWS: 1. Contract Documents. The entire contract consists of the following: (a) The Agreement. (b) The Notice Inviting Bids. (c) The Instruction to Bidders. (d) The Contractor's ProposaL (e) The Bid Bond. (f) The Payment Bond. (g) The Performance Bond. (h) The General Conditions. (i) The Special Provisions. (j) The Standard Specifications of the State of California Department of Transportation edition of January 1988 as modified in other portions of the Contract Documents. (k) The Standard Plans of the Department of Transportation identified on the plans or in the Special Provisions. (1) The Plans. (m) Addenda Nos. (n) The-Determination of Prevailing Wage Rates for Public Work. (0) Any Change Orders issued. (p) Any additional or supplemental specifications, notice, instructions and drawings issued in accordance with the provisions of the Contract Documents. All of said Documents presently in existence are by this reference incorporated herein with like effect as if here set forth in full and upon the proper issuance of other documents they shall likewise be deemed incorporated. The Bid Bond is exonerated upon execution of this Agreement and the Payment Bond and Fai thful Performance Bond. 2. The Work. Contractor shall do all things necessary to construct the work generally described in Recital No.1 in accordance with the Contract Documents. Cl \~ I I I I I I I I I I I I I I I I I I I MARGARITA ROAD BRIDGE over SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT I 161 w.o. I 68-8744 AGREEMENT It is understood that the quanti ties shown hereon, except for those quantities marked "FINAL" and "LUMP SUM", are but estimates and that final payment will be based on the actual work per formed, subject to such adjustments and alternations as elsewhere provided herein. ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 1. L.S. Mobilization 2. L.S. Furnishing & Applying Water 3. 828 C.Y. Structure Excavation (Bridge) 4. 950 C.Y. Structure Excavation (Type 0) 5. 541 C.Y. Structure Backfill (Bridge) 6. 73,800 C.Y. Roadway & Channel Embankment Import 7. 6,000 C.Y. Overexcavation & Recompaction 8. L.S. Finishing Roadway 9. 1,290 L.F. Furnishing Piling (45 Ton) 10. 30 L.F. Driving Piling (45 Ton) C2 \\ I I AGREEMENT (Continued) I I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 11. 6,048 L.F. Furnishing Piling (Class 70) I 12. 112 L.F. Driving Piling (Class 70) 13. 448,300 Lbs. Bar Reinforcing I Steel (Bridge) 14. 178 C.Y. Structural Concrete I (Bridge Footing) 15. 2,584 C.Y. Structural Concrete I (Bridge) 16. ll5 C.Y. Structural Concrete (Approach Slab) I 17. 279 L.F. Joint Seal (Type B, MR=l") I 18. 578 L.F. Tubular Handrail 19. 578 L.F. Concrete Barrier I (Type 26) 20. L.S. 8" Steel Sleeve I (For Fut. 4" Gas Main) 21. 23 Each Pipe Hanger Assembly I 22. L.S. Electric Conduit (5" PVC) I 23. L.S. Telephone Ducts (4" PVC) 24. L.S. 5" Openings for I Future Utilities 25. L.S. 2" Cable TV Conduits I 26. 32,500 S.F. 6" Concrete Channel Lining I C3 I \~ I I AGREEMENT (Continued) I I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 27. 16 C.Y. 5' Cut Off Wall (10" Thick) I 28. 95 Each 3" Weep Holes 29. 3 Each Jct. Str. No.6 I 30. 1 Each Jct. Str. No.4 31. 90 L.F. 48" RCP I 32. 100 L.F. 36" RCP I 33. 55 L.F. 18" RCP 34. 4 Each Conc. Bulkhead I 35. 1,060 C.Y. Riprap (1 Ton) 36. L.S. Grade Access Road I 37. 105 C.Y. 4" D.G. Surface Access Road I 38. 710 L.F. 6' Chain Link Fence 39. 4 Each 14' Double I Chain Link Gate 40. 24,300 S.F. Remove A.C. Pavement I 41. ll,550 S.F. Remove Cone. Pavement 42. 75 L.F. Barricade (RCRD 810) I 43. 275 L.F. Remove 24" CMP I 44. 703 L.F. 4" PVC (C 900) Force Main 45. 263 L.F. Concrete Encasement I (4" PVC) F.M. 46. 743 L.F. 36" VCP Sewer I I C4 \ll. I I AGREEMENT I (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 47. 5 L.F. 15" VCP Sewer 48. 3 Each Manhole (15'+ Deep) I 49. 2 Each 36" End Plug I 50. 1 Each 15" End Plug 51. 359 L.F. Class "B" Bedding I 52. 350 L.F. Class "B-B" Bedding 53. 690 L.F. Remove 4" PVC F.M. I 54. 1,242 L.F. Remove 16" A.C.P. Water I 55. 1,263 L.F. 30" CML & C Water 56. 995 L.F. 16" CML & C Water I 57. 389 L.F. 16" PVC I 58. 205 L.F. Cone. Encasement No.1 (RW 27) 30" Water 59. 205 L.F. Conc. Encasement No.1 I (RW 27) 16" Water 60. Each 30" Butterfly Valve 1 I 61. 1 Each 16" Butterfly Valve 62. 6 Each 30"-45 Degree Elbow I (Bend) 63. 8 Each 16" Elbow (Bend) I 64. 1 Each 30" Blind Flange 65. 1 Each 4" By Pass I 66. 11 Each Conc. Thrust Block I 67. 4 Each Test Station (RW 40) CS I 1-0 I I I I I I I I I I I I I I I I I I I AGREEMENT (Continued) ITEM ESTIMATED UNIT OF NO. QUANTITY MEASURE ITEM PRICES TOTAL ITEM (IN FIGURES) (FIGURES) -4 Each 2" A.V. & A.R. Ass'y 68. 69. L.S. PROJECT TOTAL Items 1 - 69 "Words" Detour Plan (Signs & Barricades) $ C6 1-\ I I I I I I I I I I I I I I I I I I I 3. Liquidated Damages and Time of Completion. Attention is directed to the provisions in Section 8-1.03, "Beginning of Work" in Section 8-1.06, "Time of Completion", and in Section 8-1.07, "Liquidated Damages", of the Standard Specifications and these Special Provisions. In lieu of the provlslons of the first paragraph of Section 8-1.03 of the Standard Specifications, the Contractor shall begin work within 15 days of the date stated within the written "Notice to Proceed". The Contractor shall diligently prosecute the work to completion before the expiration of 110 working days from the date stated in the "Notice to Proceed". The Contractor shall pay to the County of Riverside the sum of $1,000.00 dollars per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. 4. Compensation. Contractor shall be paid in the manner set forth in the Contract Documents the amount of his Proposal as accepted by County, the above rates, subject to additions and deductions as provided in the Contract Documents. Said Proposal is on file in the Office of the Clerk of the Board of Supervisors of County. IN WITNESS WHEREOF the parties hereto have executed this agreement as of the date set forth on Page 1 of this Agreement. BY TITLE: ATTEST: TITLE: "Contractor" COUNTY OF RIVERSIDE BY Chairman, Board of Supervisors ATTEST: Gerald A. Maloney, Clerk BY Deputy "County" (Seal) C7 1J' I I I I I I I I I I I I I I I I I I I PERFORMANCE BOND Recitals: 1. Agreement dated for construction (Contractor) has entered into an with COUNTY OF RIVERSIDE (County) of public work known as 2. , a (Surety), is the Surety under this Bond. corporation Agreement: We, Contractor, as Principal, and Surety, as Surety, jointly and severally agree, state, and are bound unto County, as obligee, as follows: 1. The amount of the obligation of this Bond is 100% of the estimated contract price for the Project of $ and inures to the benefit of County. 2. This Bond is exonerated by Contractor doing all things to be kept and performed by it in strict conformance with the Contract Documents for the Project, otherwise it remains in full force and effect for the recovery of loss, damage and expense of County resulting from failure of Contractor to so act. All of said Contract Documents are incorporated herein. 3. This obligation is binding on our successors and assigns. 4. For value received, Surety stipulates and agrees that no change, time extension, prepayment to Contractor, alteration or addition to the terms and requirements of the Contract Documents or the work to be performed thereunder shall affect its obligations hereunder and waives notice as to such matters, except the total contract pr ice cannot be increased by more than 10% wi thout approval of Surety. THIS BOND is executed as of By By By Type Name Its Attorney in Fact "Surety" Ti tle "Contractor" Note: This Bond must be executed by both parties with corporate seal affixed. All signatures must be acknowledged. (Attached acknowledgements). 1> I I I I I I I I I I I I I I I I I I I PAYMENT BOND (Public Work - Civil Code 3247 et seq.) The makers of this Bond are , as Principal and Original Contractor and , a corporation, authorized to issue Surety Bonds in California, as Surety, and this Bond is issued in conjunction with that certain public works contract dated , between Principal and COUNTY OF RIVERSIDE a public entity, as Owner, for $ , the total amount payable. THE AMOUNT OF THIS BOND IS ONE HUNDRED PERCENT OF SAID SUM. Said contract is for public work generally consisting of The beneficiaries of this Bond are as is stated in 3248 of the Civil Code and requirements and conditions of this Bond are as is set forth in 3248, 3249, 3250 and 3252 of said code. Without notice, Surety consents to extension of time for performance, change in requirements, amount of compensation, or prepayment under said contract. DATED: Original Contractor - Principal By Surety By Its Attorney In Fact Ti tle (If corporation, affix seal) (Corporate Seal) STATE OF CALIFORNIA COUNTY OF ss SURETY'S ACKNOWLEDGEMENT on before me personally appeared , known to me to be the person whose name is subscribed to the within instrument as attorney in fact of , a corporation, and acknowledged that he subscribed the name of said corporation thereto, and his own name as its attorney in fact. Notary Public (Seal) Riverside County Counsel Approved Form 3-14-74 1A I I I I I I I I I I I I I I I I I I I GENERAL CONDITIONS SS 1. DEFINITIONS: 1. "County", "Contractor", and "Contract Documents" are identified in the Agreement. "County" and "Contractor" includes their authorized representatives are treated throughout as if each were singular in number. "Contractor" includes its surety. 2. "Engineer" and "Director of Transportation" means County Surveyor and Director of Transportation for the County of Riverside, and includes his authorized representatives. 3. "Plans" means the portion of the Contract Documents consisting of all drawings prepared for the direction and charac- teristics of the work. A schedule of said drawings which constitutes the plans as of the execution of the Agreement is set forth in the Special provisions and are supplemented by the Standard Plans referred to in the Special Provisions. 4. "State of California", "Department of Transportation" and "Director of Transportation", means the County of Riverside. SS 2. STANDARD SPECIFICATIONS: The Standard Specifications of the State of California Department of Transportation, edition of January 1988 hereafter called "Standard Specifications", are incorporated herein as modified in these General Conditions, the Special Provisions and the Plans. The following subsections of the Standard Specifications are deleted: 1-1.13, 1-1.15, 1-1.18, 1-1.19, 1-1.25, 1-1.37, 1-1.40, 2-1.01, 2-1.05, 2-1.07, 2-1.095, 5-1.14, 7-1.165, 8-1.01, 8-1.03, 9-1.05, 9-1.06, _9-1.065, 9-1.07, 9-1.07A, 9-1.07B, 9-1.10. Section 3 of the Standard Specifications is deleted. The following deletions and additions are made from the following subsections of the Standard Specifications. Subsection 5-1.04, add to the second paragraph at its end the following sentence: "The General Conditions govern over all of the Contract Documents except the Special Provisions, the Agreement and Bonds." Subsection 7-1.01A (2), strike the last sentence of the second paragraph and in its place read: "These wage rates are on 1 1,..) I I I I I I I I I I I I I I I I I I I file in the Office of the County Clerk and are a part of the Contract." Subsection Transportation" Riverside". 7-1.15, for "Director" read "Director of except for last reference read "County of Subsection 7-1.16, delete references to Subsection 7-1.165. Subsection 8-1.06, strike the last paragraph. Subsection 8-1.08, strike "as provided in the State Contract Act". SS 3. DIRECTOR OF TRANSPORTATION: All work shall be done under the superv1s1on of the Director of Transportation who shall determine the amount, quality, acceptability and fitness of all parts of the work, and interpret the Contract Documents. No act or omission of the Director of Transportation relieves Contractor of the duty to proceed with the work in strict conformity with the Contract Documents. Upon request, Director of Transportation shall reduce to writing any oral order, objection, requirement or determination. Whenever Director of Transportation I s approval is required it shall be in writing only. All communications to County by Contractor shall be via Director of Transportation. No work shall be performed on site other than during normal working hours without the knowledge and consent of Director of Transportation. When in Director of Transportation's opinion, weather or other conditions are such that attempts to perform a portion of the work will probably result in work not in accordance with the Contract Documents, he shall so advise Contractor. When Contractor advises Director of Transportation that he intends to proceed despite such advise, he does so at his periL The Director of Transportation may then order Contractor, in writing which specifies the portion of the work involved and the conditions warranting the issuance of the order, not to proceed on such portion of the work if (1) proceeding will in his judgment have an adverse effect on Contractor 's ability to complete the work within the stipulated time period, or (2) proceeding will in his judgment necessitate unusual tests and procedures to ascertain whether said portion of the work is in accordance with the Contract Documents. Contractor shall comply with such orders at its expense. 2 1,.~ I I I I I I I I I I I I I I I I I I I Nothing herein contained relieves Contractor from the duty to make independent determinations as to weather and other conditions affecting the proper completion of the work. Failure for any reason of Director of Transportation to advise Contractor as to such matters, or to issue an order as above provided, does not relieve Contractor from the duty to accomplish the work in accordance with the Contract Documents. As stated elsewhere, amounts shown in the Proposal and Agreement as to quantities are but estimates only. From time to time Director of Transportation shall direct Contractor as to the prosecution of the work in such a manner as to increase or decrease such estimates as to the work actually to be done. Contractor shall comply with such instructions and shall be paid only for work actually done based on the unit price set out in the Agreement. SS 4. SITE INSPECTION - EFFECT OF OTHER IMPROVEMENTS SHOWN AND CONTRACTOR PROCEDURE: Elsewhere in the Contract Documents reference may be made, graphically, descriptively or both, to the existence or possible existence of other improvements affecting the site and the prosecution of the work such as surface and subsurface utilities, drainage ditches and courses, buildings, fencing, retaining walls, roadways, curbs, trees, shrubs, and similar matters. Such matters are included to be used by Contractor to the extent he deems appropr iate. However, it is expressly understood and agreed: 1. Showing or describing such items does not mean that it is an exhaustive and complete presentation and that as to matters shown or described that they necessarily exist. 2. All graphic presentations are schematic only unless the contrary is clearly set out elsewhere as to a particular matter. 3. Whenever in the plans survey markers are shown, boundaries of the site are shown or contour lines are shown, Contractor may assume that such matters are shown in accordance with acceptable standards. All improvements of the nature above descr ibed, whether elsewhere shown or described or not, shall, unless the contrary is elsewhere specifically directed, remain in place, undisturbed and suitably protected during the course of the work. Whenever during the course of the work a subsurface improvement is discovered which Contractor believes is unknown to County, he shall immediately so inform Director of Transportation. Except as elsewhere provided, whenever in the 3 7,,'\ I I I I I I I I I I I I I I I I I I I course of the work it becomes apparent that the work cannot proceed with out the destruction or relocation of any improvement, whether shown or described or not, Contractor shall immediately cease work affecting such improvements and notify Director of Transportation as to such circumstance and await instructions as to how to proceed. 4. The Contractor shall be required to cooperate fully with all utility forces or forces of other public agencies engaged in relocation, lower ing, al ter ing or otherwise rear ranging any facilities interfering with the progress of work or installing any facilities thereon. The Contractor will also be required to cooperate fully with any County or State forces working on or near the project, or requiring access to the work in the performance of their duties. SS 5. USE OF AND PROTECTION OF PREMISES AND REMOVAL OF DEBRIS: At his expense Contractor shall: 1. Take every precaution against injuries to persons or damage to property. 2. Comply with regulations governing the use of the property. 3. Store and suitably protect his apparatus, equipment, materials and supplies in an orderly fashion on site. 4. Place on the work only such loads as are consistent with the safety of the work. 5. Effect all cutting, fitting, or patching of his work required to make it conform to the Plans and Specifications and interrelate with other improvements or except with the consent of Director of Transportation, cut or otherwise alter existing improvements. 6. Protect and preserve established bench marks and monuments, make no changes in the location of such without the pr ior wr i t ten approval of County, replace and relocate any of them which may be lost or destroyed or which require shifting because of necessary changes in grades or locations. All replacement and relocation work shall be accomplished only after approval of County and under the direct supervision and instruction of Director of Transportation. 7. Before final payment remove all surplus materials, false work, temporary structures, debris, and similar matter resulting from his operations from the site and to put the site in an 4 ~ I I I I I I I I I I I I I I I I I I I orderly condition. 8. Construct, operate and maintain all passageways, guard fences, lights, barr icades and other facilities required for protection by State or municipal laws and regulations and local conditions during the course of the work. 9. Guard County's property from injury or loss. 10. Take all reasonable precautions for dust and noise control and generally conduct operations so as not to constitute a nuisance. 11. The Contractor shall be responsible for the protection of existing signs, fences, concrete curb and gutter and other highway facilities which may be encountered in the roadway. The replacement or repair of any facilities which the County deems necessary as a result of the Contractor I s operations shall be done by the Contractor at his own expense and to the satisfaction of the County Transportation Department. SS 6. CHANGE ORDERS - DETAIL DRAWINGS AND INSTRUCTIONS: Reference Specifications subsections the is made to 4-1.03 and 4-1.03A of the Standard regarding change orders. Wherever in these word "Engineer" appears read "County". Each approved change order shall be considered as an amendment to the Contract Documents and will not be considered approved until executed by the Board of Supervisors, except Director of Transportation can approve certain change orders without the necessity of approval by the Board as provided in a Resolution of the Board adopted April 23, 1974. The above does not 1 imi t the abi li ty of Di rector of Transportation to issue further detail drawings, explanations and instructions which are customarily given by an Engineer during the course of similar work. Director of Transportation will furnish - Contractor wi th reasonable promptness such further detailed explanations, instructions and drawings as may be necessary for the proper execution of the work, and Contractor shall conform to same provided they are consistent with the intent of the Contract Documents. In giving such additional instructions, explanations and drawings Director of Transportation has author i ty to make minor changes in the work which do not involve extra cost and are not inconsistent with the Contract Documents. Contractor's acting on such instructions, explanations and drawings of Director of Transportation means that Contractor agrees that such explanations, instructions and drawings are 5 -z,.Q... I I I I I I I I I I I I I I I I I I I within the scope of the work in accordance with the intent of the Contract Documents and do not constitute a basis for modification of the Contract Documents as to price or time. SS 7. BRAND OR TRADE NAME - SUBSTITUTE OF EQUALS: Reference is made to Section 3400 of the Public Contracts Code, which is by this reference incorporated herein with like effect as if here set forth in full. If a potential bidder believes he knows of an equal to a specified brand or trade name which is not mentioned in the Contract Documents, then such potential bidder may so advise Director of Transportation of such fact, giving all relevant information. If appropriate, an addendum will be issued as to the alleged equal provided that such issuance may be accomplished at least 5 days before the time fixed for opening bids. Unless the subject article or product is expressly designated for matching others in use in a particular public improvement either completed or in the course of completion, any bidder may, as part of its bid proposal, include a request for substitution of an item equal to any specified by brand or trade name. Within 35 calendar days after award of the contract, Contractor may submit to Director of Transportation data substantiating such a request, and the difference, if any, in cost. Director of Transportation shall promptly investigate the request and make a recommendation to County as to equality. The governing body of County shall promptly determine whether the substitute is equal in every respect to the item specified, and approve or deny the request accordingly, and shall notify Director of Transportation of the determination made, who shall advise Contractor in writing of the decision. Unless the request is granted, substitution will not be permitted. Nothing herein shall Authorize a change in the contract price o~ prevent the use of change orders in the manner provided elsewhere in the Contract Documents. SS 8. FINAL INSPECTION - NOTICE OF COMPLETION: When the work is ready for final inspection County shall cause the work to be inspected and subjected to such tests as seem to it to be required for the purpose of determining if the work is complete in every respect. At a meeting of the governing body of County held within 10 days after final inspection, the governing body shall consider 6 ?f> I I I I I I I I I I I I I I I I I I I the facts developed at the inspection. If it is found that the work is apparently complete in every respect, County will accept the work and a notice of completion will be recorded. As between the parties, the recordation of the Notice of Completion, unless recorded because of a cessation of labor, means only that the time for final payment and the commencement of the guarantee period commences to run. SS 9. COUNTY'S RIGHT TO STOP WORK OR TERMINATE THE CONTRACT: (1) Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors, or (2) a receiver or liquidator is appointed for Contractor or any of his property, or (3) Contractor shall refuse or fail after Notice of Warning from County by Director of Transportation to supply sufficient properly skilled workmen or suitable materials, or (4) Contractor fails to prosecute the work with such diligence as will insure its completion within the stipulated time period, or (5) Contractor shall fail to make payments to persons supplying labor or materials for the work, or (6) Contractor does not comply with applicable law or instructions of Director of Transportation, or (7) Contractor is otherwise guilty of a substantial violation of any provision of the Contract Documents, then County without prejudice to such other and further right, remedy or relief it may be entitled to, may by 10 days notice to Contractor, terminate the employment of Contractor and his right to proceed, either as to the entire work, or at County's option, as to any portion thereof as to which delay shall have occurred or breach or miscompliance relates, and may thereupon take possession of the affected work and complete the work by contract or otherwise, as County deems expedient. In such case Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance shall exceed the expense of completion, and other damage, expense or loss of County occasioned by Contractor I s failure to properly perform, such excess shall be paid Contractor. If such expense and damage exceeds the unpaid balance, Contractor is liable to County for the excess. If County elects to proceed under this Section, it may take possession of and utilize in completing the work such materials, supplies, plant and equipment on site which may be necessary or convenient for the purpose of completing the work, County is expressly granted the right - acting via Director of Transportation, an engineer or otherwise - to operate equipment and machinery on site for the purpose of determining whether it has a basis for proceeding under this section. Decision by County not to proceed under this Section does not constitute a waiver by County of any right it might from time to time have against Contractor under the Contract Documents. 7 ';\ I I I I I I I I I I I I I I I I I I I SS 10. PAYMENT AND MONTHLY ESTIMATES: Director of Transportation, once each month, after said work is commenced and until after the completion and acceptance thereof, shall make and deliver to Contractor duplicate certificates stating the value of work then completed according to the contract, estimated according to the standard of the unit contract price, and thereupon Contractor shall be paid an amount sufficient with all previous payments to make the aggregate ninety percent (90%) of the amount earned as certified. The partial payments made as the work progresses will be payment on account on work performed as of the 25th of the month and shall in no way be considered as an acceptance or any part of the work or material of the contract, nor shall they in any way govern the final estimate. No such estimate or payment shall be made when in the judgment of the Director of Transportation the total value of the work done since the last estimate amounts to less than $300. SS 11. PAYMENT FOR EXTRA WORK (FORCE ACCOUNT BASIS): Extra work to be paid for on a force account basis as directed by the Engineer will be paid for as set forth in Section 9-1. 03 of the Standard Specif ications. The labor surcharge, equipment rental rates and the right of way delay factors for each classification of equipment are listed in the Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates. A copy of which is on file at the Office of the Director of Transportation and is hereby incorporated herein in its entirety. SS 12. FINAL PAYMENT: Within thirty (30) days after the completion of the work and its acceptance by the Board of Supervisors, Director of Transportation will make a proposed final estimate in writing of the quantities of work done under the contract and the value of such work and will submit such estimate to Contractor. Within thirty (30) days thereafter Contractor shall submit to Director of Transportation his written approval of said proposed final estimate or a written statement of all claims which he has for additional compensation claimed to be due under the contract. On Contractor 's approval or if he files no claims wi thin said period of thirty (30) days, Director of Transportation will issue a final written estimate as submitted to Contractor and County shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the 8 ?}/ I I I I I I I I I I I I I I I I I I I contract. If Contractor within said period of thirty (30) days files claims, Director of Transportation will issue as a semi-final estimate the proposed estimate submitted to Contractor and the County will within thirty (30) days pay the sum found due thereon after deducting all prior payments and all amounts to be kept and retained under the provisions of the contract, Director of Transportation shall then consider and investigate Contractor's claims and shall make, such revisions in the said estimate as he may find to be due, and shall then make and issue his final written estimate. County will pay the amount so found due after deducting all previous payments and amount to be retained under the contract. All prior or partial estimates and payments shall be subjected to correction in the final estimate and payment. The final estimate shall be conclusive and binding against both parties to the contract on all questions relating to the performance of the contract and the amount of work done thereunder and compensation therefore, except in the case of gross error. Acceptance of final payment constitutes a release of County by Contractor of all claims relating to the work. SS 13. DAMAGES: Contractor acknowledges that failure to perform in strict accordance with the Contract Documents will cause County to suffer special damages in addition to cost of completion of the work in accordance with the provisions of the Contract Docu- ments. Such special damage could include, but is not limited to, lease and rental cost, additional salaries and overhead, interest dur ing construction, attorney expense, additional engineer ing, and inspection expense and cost of maintaining or constructing alternate facilities. SS 14.- DOCUMENTS OF CONTRACTOR: Upon demand, Contractor shall make available to County all documents in its possession relevant to the work accomplished or to be accomplished or any demand or claim of Contractor as to County. This includes copies of documents sent by Contractor or others in its possession. Contractor shall further make available to County conformed copies of all documents submitted to the sureties who executed the Bid Bond, Faithful Performance Bond or Payment Bond for the purpose of obtaining the sureties I signature, including any guarantee or indemnification made to such surety by others for such purpose. Contractor shall maintain in his possession all documents relative to the work for 9 ~ I I I I I I I I I I I I I I I I I I I three years after Notice of Completion. SS 15. RESPONSIBILITY OF CONTRACTOR TO ACT IN AN EMERGENCY: In case of an emergency which threatens loss or injury to property or life, Contractor shall act without previous instructions as the situation may warrant. Contractor shall notify Director of Transportation immediately thereafter. Any compensation claimed by Contractor, together with substantiating documentation shall be submitted to County via Director of Transportation. SS 16. LABOR CODE: Reference is made to Chapter 1, Part 7, Division 2 of the California Labor Code (commencing with Section 1720). By this reference said Chapter 1 is incorporated herein with like effect as if it were here set forth in full. The parties recognize that said Chapter 1 deals, among other things with discrimination, penal ties and forfeitures, their disposition and enforcement, wages, working hours, and securing worker's compensation insurance and directly effect the method of prosecution of the work by Contractor and subject it under certain conditions to penalties and forfeitures. Execution of the Agreement by the parties constitutes their agreement to abide by said Chapter 1, their stipulation as to all matters which they are required to stipulate as to by the provisions of said Chapter 1, constitutes Contractor's certification that he is aware of the provisions of said Chapter 1 and will comply with them and further constitutes Contractor's certification as follows: "I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for worker 's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." Contractor and his subcontractors shall comply with the provisions of SS 1777.5 of the Labor Code regarding apprentices. Contractor shall post at each job site during the course of the work a copy of County's "Determination of Prevailing Wage Rates", copies of said Determination are available from County for this purpose. SS 17. OBSTRUCTIONS: Attention is directed to Sections 8-1.10, "Utility and Non-Highway Facilities", and 15, "Existing Highway Facilities", of the Standard Specifications and these Special Provisions. 10 ~ I I I I I I I I I I I Add the following to the fourth paragraph of "Utility and Non-Highway Facilities", of Specifications is amended to read: Section 8-1.10, the Standard In the event that the utility facilities mentioned above are not removed or relocated by the times specified and, if in the opinion of the Engineer, the Contractor's operations are delayed or interfered with by reason of the utility facilities not being removed or relocated by said times, the State will compensate the Contractor for such delays to the extent provided in Section 8-1. 09, "Right of Way Delays", of the Standard Specif ications, and not otherwise, except as provided in Section 8-1.10, "Utility and Non-Highway Facilities", of the Standard Specifications. SS 18. INSURANCE - HOLD HARMLESS: In lieu of the provisions of Section 7-1.12 the following shall apply: Contractor shall not commence work under this contract until he has obtained the insurance required hereunder and satisfactory proof of said insurance has been submitted to and approved by the County of Riverside. Compensation Insurance: Contractor shall procure and maintain during the life of the contract Worker's Compensation Insurance as required by the State of California. Contractor shall further require each of its subcontractors to procure Worker I S Compensation Insurance as required by the State while working on the project. I I I I I I I I Liability Insurance: Contractor shall take out and maintain during the course of the work combined single limit liability insurance covering bodily injury and property damage insurance and blanket contractual coverage as to the work and obligations covered hereunder in an amount not less than $2,000,000 or the equivalent thereof. Said insurance must contain an endorsement the County of Riverside, R.C.W.D. and E.M.W.D. are named as an additional insured as respects the work covered hereunder and said insurance must not contain, as respects the work covered hereunder, any exclusions as to bodily injury or death or property damage ar ising out of blasting, explosion, or underground damage to wire, pipes, conduits, mains, sewers, tank tunnels or any similar property - i.e. the so-called "x c u" exclusions. The insurance certificate evidencing such insurance must affirmatively state that the insurance carrier (s) will give Owner 30 days written notice prior to cancellation of the insurance or a reducticn in coverage, must state that the "x c u" exclusions are waived or do II -:,4 I I I I I I I I I I I I I I I I I I I not exist in the policy (s); and that County of R.C.W.D. and E.M.W.D. are named as an additional respects the work covered hereunder. Riverside, insured as In the alternate to naming County of Riverside, R.C.W.D. and E.M.W.D. as additional insured, Contractor may take out and maintain during the course of the work and until acceptance by County, R.C.W.D. and E.M.W.D., Owner's Protective Liability Insurance in an amount not less-than $2,000,000 covering County of Riverside, R.C.W.D. and E.M.W.D.. Hold Harmless: Contractor shall hold County of Riverside, R.C.W.D. and E.M.W.D., its officers, agent, and employees free and harmless from any liability whatsoever, including wrongful death, based or asserted upon any act or omission of Contractor, its officers, agents, employees or subcontractors relating to or in anywise connected with or ar ising from the accomplishment of the work, whether or not such acts or omissions were in furtherance of the work required by the Contract Documents and agrees to defend at his expense, including attorney fees, Owner, County of Riverside, R.C.W.D. and E.M.W.D., its officers, agents, employees and independent Archi tect in any legal action based upon any such alleged acts or omissions. SS 19. EQUAL EMPLOYMENT OPPORTUNITY: General: Contractor shall not discriminate in its recruiting, hiring, promotion, demotion of termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age or physical handicap in the performance of this Contract shall comply with the provisions of the California Fair Employment Practice Act (commencing with SS 1410 of the Labor Code), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), as amended, and all administrative rules and regulations issued pursuant to said Acts and Order. See particularly 41 Code of Federal Regulation (CFR) Chapter 60. Contractor shall require each of its subcontractors to comply with the preceding paragraph and shall include in each subcontract language similar to the preceding paragraph. Contractor shall permit access to its records of employment, employment advertisement, application forms and other pertinent data and records by Owner and any State or Federal agency having jurisdiction for the purpose of investigation to ascertain compliance with this Section. 12 :f I I I I I I I I I I I I I I I I I I I Owner may assign an affirmative action representative to monitor Contractor and its subcontractor (s) conduct required by this Section, including the right of entry to the construction site for the purpose of obtaining information from persons performing work on the project providing such inspection does not interfere with the progress of the work. Elsewhere in the Contract Documents specific requirements may be contained covering the same subject matter of this Section. If so, such specific requirements prevail over this Section in case of conflict. Transactions of $10,000 or Under: Contracts and subcontracts not exceeding $10,000 are exempt from the requirements of this Section. No contractor or subcontractor shall procure supplies and/or services in less than usual quantities, to avoid applicability of this Section. With respect to contracts and subcontractors for indefinite quanti ties, this Section applies unless the amount requi red in anyone year under such contract will reasonably be expected not to exceed $10,000. Transactions in Excess of $10,000, but Less Than $50,000: At Owner's request, Contractor shall certify that it has in effect an affirmative action plan and agrees to comply with all State and Federal laws and regulations regarding Fair Employment Practices. Contractor shall maintain a written copy of its affirmative action plan and furnish Owner a copy of the plan upon request. Owner may require Contractor ,to complete an Affirmative Action Compliance Report, on a form furnished by Owner, setting forth definite goals during the term of the Contract. Transactions of $50,000 or More: If Contractor has fifty or more employees and a Ccntract for $50,000 or more, it shall develop and submi t to Owner, wi thin thirty days after award, a written affirmative action compliance program _providing in detail specific steps to guarantee equal employment opportunity. Contractor shall include in its affirmative action program a table of job classifications, which table shall include but need not be limited to job titles, duties, and rates of pay. Contractor shall in each subcontract let to do a portion of the work covered hereunder, where the subcontractor involved has fifty or more employees and the subcontract is for $50,000 or more, impose in the subcontract the above requirements. For the purpose of determining the number of employees, the average of the Contractor's or its subcontractor's employees for 13 ~\, I I I I I I I I I I I I I I I I I I I the twelve month period immediately prior to award, or number of employees the Contractor or its subcontractor when performing this contract, whichever is higher, used. the total Iv! II have shall be Federal Assisted Construction: If this project is a Federally assisted construction project, then the contract provisions contained in 41 CFR SS 60-1.04 (b) are incorporated herein and the Contractor shall likewise incorporate said provisions in each subcontract entered by Contractor to perform the work. Federally assisted construction is identified as such in the Notice Inviting Bids. SS 20. DEPOSIT OF SECURITIES: In accordance wi th Cali fornia Government Code Sect ion 4590 and other applicable law, the Contractor may substitute secur i ties for any moneys wi thheld to ensure per formance under the contract. 14 ~ I I I I I I I I I I I I I I I I I I I MARGARITA ROAD BRIDGE over SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT I 161 W.O. I 68-8744 SPECIAL PROVISIONS DESCRIPTION: The work involves the construction of a reinforced concrete slab, consisting of six spans at 43 feet each for an overall length of approximately 257'-6". The bridge will be 88'-0" in width and will have concrete barrier, type 26, along both sides. The bridge is supported on reinforced concrete wall type piers, and diaphragm abutments all founded on driven precast, prestressed, and concrete piles. Also included the removal of existing asphalt concrete pavement and concrete pavement, construction of dry utili ties, channel lining, storm drain, sewer, water and relocation of 4" sewer force main. SPECIFICATIONS: The work covered herein shall be done in accordance with the details shown on the plans, as outlined in the Eastern Municipal Water District's Standards and Specifications, Rancho California Water District's Standards and Specifications, Riverside County Road Improvement Standards and Specifications, or as provided in these Special Provisions. In the event of conflict, the requirements of the Eastern Municipal Water District' or Rancho California Water District will prevail unless Riverside County Road Improvement Standards and Specifications are more stringent. Utility installation shall conform to the requirements and specifications of the affected utility. SUPPLEMENTAL DEFINITION: The term "District" shall refer to the Eastern Municipal Water District or Rancho California Water District. 15 ~ I I I I I I I I I I I I I I I I I I I COOPERATION WITH OTHER AGENCIES: Attention is directed to Section 7-1.14, "Cooperation," and Section 8-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications. Should construction be under way by other forces, or by other Contractors, adjacent to the work specified, the Contractor shall cooperate to avoid delay or hindrance to such construction. PROGRESS SCHEDULE: Section 8-1.04, "Progress Schedule," of the Standard Specifications is amended by adding the following supplemental requirements: Subsequent to the time that submittal of a progress schedule is required in accordance with these Special provisions, no progress payments will be made for any work until a satisfactory schedule has been submitted to the Engineer. Within ten (10) days after receipt of the Notice to Proceed, the Contractor shall submit for the Engineer's review, two (2) copies of a Preliminary Progress Schedule covering the following project phases and/or activities: 1. Procurement - Submittals fabrication, and delivery procurement activities. (including shop drawings), of key and long lead, time 2. The activities to be accomplished the first 30 work days of the project. 3. The approach to scheduling the remaining work areas or phases of the work. The work for each phase or area must be represented by at least one (summary) activity such that they cumulatively indicate the entire project duration. 4. Approximate cost and duration for each summary activity which is the Contractor's best estimate for all the work it represents, and totals the contract cost. 5. The Contractor I s submittal information shall show all intended submittal dates and shall be incorporated into the final Schedule. 6. Realistic delivery dates for all procurement activities required by Paragraph 1 above. 16 ~ I I I I I I -. I I I I I I I I I I I I 7. The Preliminary Progress Schedule shall describe the activities to be accomplished and their dependency subject to all requirements of the other paragraphs of this clause, where appropriate. All work activities, other than procurement activities, shall be cost loaded. The Preliminary Progress Schedule will be used temporarily to record and monitor the progress of work and shall be the basis for determining the progress payment to the Contractor (s) until the Schedule (discussed hereinafter) has been completely developed and fully approved. All recorded data on the Preliminary Progress Schedule will be incorporated into the first schedule update. 8. The Contractor shall, within five (5) days from receipt of the Engineer's comments, either revise and resubmit the Preliminary Progress Schedule in accordance wi th the Engineer I s comments, or formally request a joint meeting to resolve any objections to the Engineer I s comments. If the aforementioned meeting is held, the Contractor shall revise and resubmit the Schedule within five (5) days following the meeting. Schedule: Within thirty (30) days after the Notice to Proceed, the Contractor shall provide its proposed Schedule and tabulated activity report to the Owner, which shall cover the entire contract duration and shall consist of, but not be limited to, the following: 1. Proposed construction activities, including ,major procurement items and shop drawing submittals, including shop drawing reviews. 2. Proposed durations for construction activities. 3. Proposed sequencing of construction activities. 4. Proposed sequencing of trade crews and major construction equipment. In developing the Schedule, the Contractor shall be responsible for assuring that all subcontractor and sub- subcontractor work, as well as its own work, is included in the Schedule, that work sequences are logical, and that the diagram shows a coordinated plan of work. The Schedule as developed shall show the sequence and interdependence of activities required for complete performance of the work. The work shall be divided into activities with a maximum duration of fifteen (15) days each and not less than one 17 A.. \. I I I I I I I I I I I I I I I I I . I day, unless otherwise directed by the Engineer, except for non- construction activities such as procurement of materials, fabrication of materials, delivery of equipment and concrete curing. Within fifteen (15) days of receipt of the Contractor 's proposed Schedule and tabulated activity report, the Engineer and Contractor will meet for joint review, correction or adjustment. Any areas which, in the opinion of the Engineer, will conflict with timely completion of the project shall be subject to revisions by the Contractor. Wi thin ten (10) days after the joint meeting between the Contractor and the Engineer, the Contractor shall revise the Schedule in accordance with agreements reached during the joint review. Three (3) copies each of the revised Schedule and tabulated activity report will be provided to the Engineer. The tabulated schedules report shall include the following minimum data for each activity. 1. Activity beginning and ending event number or Activity Number (Precedence) 2. Estimated duration 3. Activity description 4. Early start date (calendar dated) 5. Early finish date (calendar dated) 6. Latest allowable start date (calendar dated) 7. Latest allowable finish date (calendar dated) 8. Status (critical) 9. Total float 10. Cost value of each activity The Schedule shall be upgraded on a monthly basis for the purpose of recording and monitoring the progress of work. The Contractor shall meet with the Engineer each month to review actual progress made to date, dates of activities started and completed, and the percentage of work completed to date on each activity started but not completed. Contractor-prepared estimates of the percentage completion of each schedule activity and necessary supporting data shall be submitted three (3) working days prior to the Schedule Update Meeting to be considered in establishing the percentage of work completed as of 18 f4/ I I I I I I I I I I I I I I I I I I I this submittal date. The Contractor, as a part of the monthly update, shall prepare a narrative report relating to the status of construction, submittals, approvals, and procurement. This report shall indicate areas where problems exist and are anticipated, causes, and actions needed to be taken by the Contractor or the Engineer. Upon completion of the joint review, the Contractor shall revise the network to reflect progress to date plus any agreed to revisions on the network, and carry out a computer calculation to determine status which will be submitted to the Engineer. Revisions to the Schedule: If, as a result of the monthly progress update, it appears the schedule does not represent the actual prosecution and progress of the work, the Engineer will request, and the Contractor shall submit, a revision to the schedule logic and sequence of the Schedule by the Contractor. The Contractor may also request revisions to the schedule logic sequence of the Schedule in the event its planning for the project is revised. If the Contractor desires to make changes in the Schedule to reflect revisions in its method of operating and scheduling of its work, the Contractor shall notify the Engineer in writing, stating the reasons for the proposed revision(s). If revision to the schedule logic sequence is contemplated, the Contractor shall so advise the Engineer in writing a least two (2) weeks prior to the next Schedule Update Meeting, describing the revisions and setting forth the reasons therefor. Updating the schedule to reflect actual progress made up to the date of an update will not be considered revision to logic, sequence and schedule; in case of disagreements concerning actual progress to date, the Engineer's determination will govern. Request for revisions of activity, costs, or redistribution or cost following network revisions shall only made in a manner and amounts which are approved by the Engineer. Each updated Schedule shall be will be accompanied by two (2) prepared by the Contractor. 1. A description of all activities completed during the preceding month. forwarded to the Engineer and copies of an Update Report 2. A description of progress made and planned activities listed as started but not completed on the updated Schedule. 19 ~ I I I I I I I I I I I I I I I I I I I 3. A description of any rev1s1onS to the logic, sequence, initial durations, or activity costs for that update. The following computer-produced reports will be provided for each update. 1. Activity Number Sort 2. Total Float Sort 3. Cost on Activity Time Impact Anaylsis for Changes, Delays, Time Extensions, and Contractor Requests: When change orders are initiated, delays are experienced or the Contractor desires to revise the logic, the Contractor shall submit to the Engineer a written Time Impact Analysis illustrating the influence of each change, delay, or Contractor request on the current contract schedule completion date. Each Time Impact Analysis shall include a fragment (fragmentary network analysis) demonstrating how the Contractor proposes to incorporate the change order, delay or Contractor request into the Schedule. The analysis shall demonstrate the time impact based on the date of occurrence of the change, delay, etc., the status of construction at the point in time; and the event time computation of all affected activities. The event times used in the analysis shall be those included in the latest update copy of the Schedule or as adjusted by mutual agreement. Activity time delays will not automatically mean that an extension of contract time is warranted or due the Contractor. It is possible that a strike or contract modification will not affect existing critical activities or cause non-critical activities to become critical, i.e., a strike or modification may result in only absorbing a part of the available total float that may exist within an activity chain of the network, thereby not causing any effect on the contract completion date or time. Float or slack is not for the exclusive use of or benefit of the Engineer or the Contractor. Extensions of time or performance will be granted only to the extent that the equitable time adjustments for the activity or activities affected exceeds the total float along the activity chain involved at the time the change was ordered or delay occurred. Each Time Impact Analysis shall be submitted in triplicate and within fifteen (15) days after a delay occurs or notice of direction for a change is given to the Contractor. In cases where the Contractor does not submit a Time Impact Analysis for a specific change order delay, or Contractor request wi thin the specified period of time, then it is mutually agreed that the particular change order, delay or Contractor request has no time impact on the contract completion date and no time extension is required. Approval or rejection of each Time Impact Analysis by 20 ~ I I I I I I I I I I I I I I I I I I I the Engineer shall be made within fifteen (15) days after receipt of each Time Impact Analysis unless subsequent meetings and negotiations are necessary. Upon approval, a copy of the Time Impact Analysis signed by the Engineer will be returned to the Contractor. Upon mutual agreement by both parties, fragmentary network (s) illustrating the influence of change orders, delays and/or Contractor requests will be incorporated into the Schedule during the first update after agreement is reached. MEASUREMENT AND PAYMENT: Payment for any item of work not included in the proposal but required to be performed by the Contractor in accordance with either the plans or specifications, shall be considered to be included in the payment for other contract items of work and no separate payment will be allowed therefor. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. TRENCH EXCAVATION SAFETY PLANS: Attention is directed to Section 6705 of the Labor Code concerning Trench Excavation Safety Plans. Excavation for any trench 5 feet or more in depth shall not begin until the Contractor has received approval, from the Engineer, of the Contractor's detailed plan for worker protection from hazards of caving ground during the excavation of such trench. Such plan shall be submitted at least 5 days before the Contractor intends to begin excavation for the trench and shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during such excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety and if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared and signed by an Engineer who is registered as a Civil or Structural Engineer in the State of California. GEOTECHNICAL INVESTIGATION: A geotechnical investigation dated January 2, 1988 by Inland Foundation Engineer ing, Inc. is included as information for bidders with these Specifications. 21 ~-5 I I I I I I I I I I I I I I I I I I I IMPOSED LOADS: Construction methods and equ~p,?ent employed by the Contractor shall conform to the prov~s~ons in Section 7-1.02, "Weight Limitations," of the Standard Specifications and the following: Loads imposed on existing, new or partially completed structures shall not exceed the load carrying capacity of the structure, or portion of structure, as determined by the Load Factor Design methods of AASHTO using Load Group III. The compressive strength of concrete (fIe) to be used in computing the load carrying capacity shall be the actual compressive strength at the time of loading, or the value of f' c shown on the plans for that portion of the structure, which ever is smaller. EXAMINATION OF PLANS, SPECIFICATIONS, CONTRACT, AND SITE OF WORK: The bidder shall examine carefully the si te of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of work to be performed, the quantities of materials to be furnished, and as to the requirements of the proposal, plans, specifications, and the contract. When a log of test borings or other record of geotechnical data obtained by the owner I s investigation of subsurface condi tions is included with the project plans, it is expressly understood and agreed that said record does not constitute a part of the contract, represents only the opinion of the geotechnical consultant as to the character of the material or the conditions encountered by it in its investigations, is included in the plans only for the convenience of bidders and its use is subject to all of the conditions and limitations set forth in this section. SUBMITTAL : The Contractor shall contact the Engineer to provide source inspection and obtain and furnish Certificates of Compliance for the following construction items: Bar Reinforcing Steel Prestressing Cable Elastomeric Bearing Pads Deck Joint Seal Steel in Steel Railings Portland Cement Aggregate for Concrete 22 ~ I I I I I I I I I I I I I I I I I I I Test results and Certificates of Compliance shall be furnished to the Engineer as soon as available. The Contractor shall furnish as soon as practicable plans for the review by the Engineer of the following items: 1. Falsework and shoring plans and calculations. 2. Shop Drawings for: a. Bar reinforcement. b. Concrete mix design for each different type of concrete work. c. Steel railings. d. De-watering systems if required. e. Work schedules as requested. Working drawings shall be submitted sufficiently in advance of the start of affected work to allow a minimum of six weeks for the initial review by the Engineer and one week for subsequent correction by the Contractor of the drawings, if required, without delaying the work. GENERAL : Attention is directed to Section 6, "Control of Materials," of the Standard Specifications and these Special Provisions. No slag aggregate will be used. Compressive Strength: The fourth paragraph of Section 90-9.01, "General," of the Standard Specifications is amended to read: When concrete is designated by 28-day compressive strength rather than by cement content, the concrete strength to be used as a basis for acceptance of other than steam cured concrete will be determined from cylinders cured in conformance with Method 1 of California Test 540. If the results of anyone or more of the 28-day strength tests are below the specified strength, the Contractor shall, at his expense, make corrective changes, subject to approval of the Engineer, in the mix proportions or in the concrete fabrication procedures, before placing additional concrete, and shall pay to the State $10.00 for each in place cubic yard of concrete represented by the deficient tests. If the results of anyone or more of the 28-day strength tests fall below 95 percent of the specified strength, the Contractor shall make the aforementioned corrections, and shall pay to the State 23 b..' I I I I I I I I I I I I I I I I I I I $15.00 for each in place cubic yard of concrete represented by the deficient tests. In addition, such corrective changes shall be made when the compressive strength of concrete tested at 7 days indicates, in the judgment of the Engineer, that the concrete will not attain the required compressive strength at 28 days. No single 28-day strength test shall represent more than 300 cubic yards. Aggregates: Section 90-2.02, "Aggregates," of the Standard Specifications is amended by adding the following paragraph: Mineral admixture will be required in the manufacture of concrete containing aggregate, that is determined to be "deleterious" or "potentially deleterious" when tested in accordance wi th ASTM Designation: C 289. The use of mineral admixture in such concrete shall conform to the requirements in Section 90-4.08, "Required Use of Mineral Admixtures," except the use of Class C mineral admixture will not be permitted. Roadway Deck Slab Requirements: The amount of free water used in concrete for roadway deck slabs of highway bridges shall not exceed 325 pounds per cubic yard, plus 20 pounds for each required 100 pounds of cement in excess of 658 pounds per cubic yard. The temperature of mixed concrete for roadway deck slabs of highway bridges and structure approach slabs, immediately before placing, shall be not less than 50 degrees F. nor more than 80 degrees F.. Aggregates and water shall be heated or cooled as necessary to produce concrete within these temperature limits. Neither aggregates nor mixing water shall be heated to exceed 150 degrees F.. If ice is used to cool the concrete, discharge of the mixer will not be permitted until all ice is melted. CURING COMPOUND: The seventh paragraph of Section 90-7. OlB, "Curing Compound Method," of the Standard Specifications is amended to read: Curing compound (1), (2) and (3) listed above shall be applied at a nominal rate of one gallon per 200 square feet. Curing compound (4) shall be applied at a nominal rate of one gallon per 250 square feet. Curing compounds (5) and (6) shall be applied at a nominal rate of one gallon per 150 square feet. Curing compounds (7) and (8) when specified, shall be applied at the rate specified. 24 Mb I I I I I I I I I I I I I I I I I I I AS BUILT DRAWINGS: The Contractor shall keep accurate records on a set of project prints of all additions and deletions to the work, and of all changes in location, elevation and character of the work not otherwise shown on the contract documents. Prior to acceptance of the work, the Contractor shall furnish such "As-Built" information to the Engineer for approvaL Payment for maintaining "As-Built" records shall be considered as included in other items of work and no separate payment will be allowed therefor. SURVEYING: Initial centerline staking of roadway and bridge abutments and piers shall be provided for the Contractor by Ranpac Engineering Corporation. It shall be the Contractor 's responsibility to maintain initial centerline staking as initially provided and to provide all other surveying connected with the work including, but no limited to the following: .....Construction staking .....Setting of line and grade .....Deck screed grades DISPOSAL OF EXCESS EXCAVATION OR MATERIALS: Should excess excavation or other materials be developed during the progress of the work such excess shall be disposed of adjacent to the site, as directed by the Engineer. Full compensation of such disposal will be considered as included in the pr ices paid for the various items of work and no additional allowances will be made therefor. INSPECTION: In addi tion to the inspection by the Engineer, all construction workmanship shall be subject to inspection and approval of Eastern Municipal Water District, Rancho California Water District, the Soils Engineer and the Civil Engineer. Forty-eight (48) hours advance notice shall be given to inspection agencies unless otherwise specified. No work shall be done in the absence of the author ized inspector, or Soils Engineer representative. The County will issue the notice of completion after consulting with the affected agencies. 25 A,o.. I I I I I I I I I I I I I I I I I I I FINAL CLEAN UP: Before final inspection of the work, the Contractor shall clean the roadway, material sites and all ground occupied by him in connection wi th work of all rubbish, excess materials, falsework, temporary structures and equipment. All parts of the work shall be left in a neat and presentable condition. Full compensation for final cleaning up will be considered as included in the prices paid for the various contract items of work and no additional payment will be allowed therefor. ITEMS OF WORK: MOBILIZATION: Mobilization shall conform to the provisions in Section 11, "Mobilization," of the Standard Specifications. Payment will be made in a lump sum basis and no additional compensation will be allowed therefor. TRAFFIC CONTROL SYSTEM: Maintaining traffic shall conform to the provl.sl.ons in 7-1.02 "Weight Limitations", 7-1.06 "Safety and Health Provisions", 7-1.08 "Public Convenience", 7-1.09 "Public Safety". 7-1.12 "Responsibility for Damage", and 12-3.04 "Portable Delineators" of the Standard Specifications and these Special Provisions. All existing traffic control signs and street name signs shall be maintained in visible locations as directed by the Engineer. All construction signs shall be either covered or removed when not required by the nature of the work or if no present hazard to the motorist exists. No payment for extra work will be allowed for work performed as specified in Section 12-2.02 (Flagging Costs) of the Standard Specifications. Dust control shall conform to the provision of Section 10 of the Standard Specifications except that no extra work will be allowed when the Engineer orders the application of water for the purpose of controlling dust caused by public traffic as provided for in the last paragraph of Section 10. Full compensation, except as otherwise provided herein, for conforming to the requirements of this article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefor. 26 ~ I I I I I I I I I I I I I I I I I I I CLEARING AND GRUBBING: Clearing and grubbing shall conform to the provisions in Section 16 of the Standard Specifications. Full compensation therefore shall be considered as included in the prices paid for the earthwork involved and no additional compensation will be allowed therefore. ' PDRNISHING & APPLYING WATER AND AVAILABILITY OF CONSTRUCTION WATER: Furnishing & applying water shall conform to the provisions of Section 17 of the Standard Specifications. After January 31, 1991, Rancho California Water District (RCWD) will not issue construction water meters. For the duration of this project, Contractor shall be responsib le for payment to RCWD of the cost of all water taken through the Assessment District construction water meter. Construction water can be obtained only between the hours of 5:00 pm and 10:00 am (RCWD restriction). Contractor's bid for this project must include allowance for "inconvenient" water procurement hours, and for provision of all water storage and delivery facilities which may be needed to allow completion dates of this Assessment District construction project to be met. NO one shall remove or relocate any stationary construction water meter. RCWD is the only agency permitted to relocate stationary construction meters (upon request of Assessment District). Upon written request, the Assessment District will arrange for RCWD to relocate its construction water meter away from the work area, if Contractor ia able to (or prefers to) provide construction water wi thout using the Assessment Distr ict' s stationary construction water meter. Full compensation for furnishing & applying water shall be considered as included in the lump sum price paid for develop water supply and no addi tional compensation will be allowed therefore. EARTHWORK : Earthwork shall conform to the prov1s1ons of Section 19 of the Standard Specifications and these Special Provisions. Surplus excavated material shall become the property of the Contractor and shall be disposed of outside the highway right of 27 ~ I I I I I I I I I I I I I I I I I I I way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. If structure excavation or structure backfill involved in bridges is not otherwise designated by type, and payment for such structure excavation or structure backfill has not otherwise been provided for in the Standard Specifications or these Special Provisions, such structure excavation or structure backfill will be paid for at the contract price per cubic yard for structure excavation (bridge) or structure backfill (bridge). The provisions of the second paragraph of Section 19-5.03 shall not be required unless ordered by the Engineer. If ordered by the Engineer, such work will be paid for as extra work as elsewhere provided herein. However this provision will not preclude the necessity of conforming to the provisions of the first paragraph of Section 19-5.03 (Relative Compaction). It is expected that all archaeological concerns under the Federal 404 process have been mitigated. However, Contractor will have his grading operation monitored by Indian Watchers (at no cost to the Contractor) who will be onsite during his grading operations. Relative Compaction: Whenever relative compaction is specified to be determined by Test Method No. Calif. 216, the in-place density may be determined by Test Method No. Calif. 231, The in-place densi ty required by Test Method No. Calif. 312 may be determined by Test Method No. 231. The wet weight or dry weight basis and English Units of Measurement may be used at the option of the Materials Engineer. STRUCTURE EXCAVATION AND BACKFILL: Structure excavation and structure backfill shall conform with the requirements of Section 19-3 of the Standard Specifications. The Contractor's attention is directed to the provisions of Section 19-3.04, "Water Control and Foundation Treatment," of the Standard Specifications. The quantity of structure excavation and structure backfill shown on the estimate shall be the final quantity for which payment shall be made unless the dimensions for the work are revised by the Engineer. 28 ~ I I I I I I I I I I I I I I I I I I I FINISHING ROADWAY: Finishing roadway shall conform to Section 22 of the Standard Specifications. Payment will be made on a lump sum basis. PERVIOUS BACKFILL MATERIAL: Pervious backfill material shall conform to the provisions in Section 19-3.065, "Pervious Backfill Material," of the Standard Specifications and these Special Provisions. Payment for pervious backfill will be included in the price paid for structure excavation and backfill. PILING: Piling shall conform to Section 49, "Piling," of the Standard Specifications and these Special Provisions. Piles shall be driven in drilled holes when required by the provisions in Section 49-1.06, "predrilled Holes," of the Standard Specifications. Full compensation for drilling and filling holes, and disposing of material resulting from drilling shall be considered as included in the contract unit price paid for driving the piles involved and no additional compensation will be allowed therefore. MINOR STRUCTURES: Minor structures shall conform to the applicable portions of Sections 90, 51, 52 and 75 of the Standard Specifications. Concrete to be used in the construction of minor structures shall be Class "A" concrete (6 sack mix). The-provisions of the second paragraph of Section 51-1.02 of the Standard Specifications will not apply. All exposed metal shall be galvanized in conformance with Section 75-1.05 of the Standard Specifications. The uni t price each for each minor structure will not be adjusted if the constructed height of said minor structure, including revisions by Engineer, is wi thin + 0.5 foot of the vertical dimension shOwn on the plans. - Payment for all work involved in the construction of minor structures will be on a unit price each and shall include full 29 ~ I I I I I I I I I I I I I I I I I I I compensation for furnishing all labor, mater ials, tools and equipment, and doing all work involved in the complete structure, including structure excavation and backfill, furnishing and placing reinforcement, and metal frames, covers and grates and no further allowances shall be applied. CONCRETE STRUCTURES: Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these Special Provisions. Concrete: The formed surfaces which will be exposed in the completed work of the abutments shall be cured by the forms-in-place method. Other surfaces of said' uni ts shall be cured in accordance with the requirements in Section 90-7.03, "Curing Structures", of the Standard Specifications and these Special Provisions. Finishing bridge deck shall conform to Section 51-1.17 of the Standard Specification and these Special Provisions. The Contractor will be required to use a self propelled bridge deck finishing machine. Falsework: Contractor shall use falsework which will pass all flood waters occurring during construction of the Margarita Road Br idge. Br idge construction on compacted fill, which would decrease the area available for flood water to flow under the bridge, is specifically prohibited. No compacted fill shall be placed above the existing channel surface elevations. Falsework shall conform to the provisions of Section 51-1.06, "Falsework," of the Standard Specifications and these Special Provisions. Falsework design calculations and working drawings shall be signed by an Engineer registered as a Civil Engineer in the State of California. Five sets of falsework drawings and three sets of design calculations shall be submitted for review by the Engineer. Camber strips shall be used to compensate for falsework deflection, vertical alignment and anticipated structure deflection. The Contractor shall determine the correct dimensions of camber strips and submit the proposed details as part of the falsework working drawings. 30 9- I I I I I I I I I I I I I I I I I I I Approach Slabs: Approach slabs, consisting of reinforced concrete approach slabs at structures, shall conform to the details shown on the plans, the provisions in Section 51, "Concrete Structures," and Section 52, "Reinforcement," of the Standard Specifications and these Special Provisions. Concrete for use in approach slabs shall contain not less than 658 pounds of cement per cubic yard. Approach slabs shall be cured by the water method or by the pigmented cur ing compound (State Specification 8030-71D-04) method in accordance with the provisions for curing structures in Section 90-7.01, "Method of Curing," of the Standard Specifications. The top surface of approach slabs shall be finished in conformance with the provisions in Section 51-1.17, "Finishing Br idge Decks," of the Standard Specifications. Edges of slabs shall be edger finished and broomed. Weakened plane joints shall conform to the provisions in Section 40-1. 08B, "Weakened Plan Joints" of the Standard Specifications. Miscellaneous steel parts shall conform to the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications. All steel parts for approach slab ties shall conform to the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications. Joints will be hardboard and expanded polystyrene shall conform to the provisions in Section 51-1.12d, "Sheet Packing, Preformed Pads and Board Fillers," of the Standard Specifications. The pourable seal between the steel angle and concrete barrier shall consist of a 2-component polyurethane sealant conforming to the requirements for Type A and AL seals in Section 51-1.12F(3), "Materials and Installation," of the Standard Specifications. The sealant may be mixed by hand-held power- driven agitators and placed by hand methods. Building paper shall be commerical quality 40-pound felt. Polyvinyl chloride (PVC) conduit at the threaded rod shall be commerica1 quality. A 6 inch thick layer of aggregate subbase (Class 2) shall be placed under approach slabs. Aggregate subbase shall conform to Section 25, "Aggregate Subbases," of the Standard Specifications. Section 25-1.06, "Measurement," and Section 25-1.07, "Payment," of the Standard Specifications are deleted. 31 ~ I I I I I I I I I I I I I I I I I I I The contract price paid per cubic yard for structural concrete, approach slab shall be considered to include full compensation for furnishing, spreading and compacting aggregate subbase, furnishing and installing approach slab ties, furnishing and installing reinforcing steel as shown on the plans and no addi tional compensaton will be allowed therefor. JOINT SEALS: Joint seals shall conform to Section 51-1.12F, "Sealed Joints," of the Standard Specifications and these Special Provisions, and will be Type B. Joints in concrete bridge decks and joints between concrete structures and concrete approach slabs shall be sealed iri conformance with the details shown on the plans, the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these Special Provisions. When ordered by the Engineer, a joint seai larger than called for by the Movement Rating shown on the Plans shall be furnished and installed. Payment to the Contractor for furnishing the larger seal and for saw cutting the increment of additional depth of groove required will be determined as provided in Section 4-1.03, "Changes," of the Standard Specifications. The fifth sub-paragraph of the second paragraph of Section 51-1.12F(3) (b), "Type B seal," of the Standard Specifications is amended to read: The seal shall be furnished full length for each joint with no more than one shop splice in any 60-foot length of seal. One field splice per joint may be made at locations and by methods approved by the Engineer. The seals are to be manufactured full length for the intended joint, then cut at the approved splice section and rematched before splicing. The Contractor shall submit splicing details, prepared by the joint seal manufacturer, to the Engineer for approval prior to beginning splicing work. The Contractor shall demonstrate the adequacy of the procedures to be used in the work before installing seal in the joints. Shop splices and field splices shall have no visible offset of exterior surfaces, and shall show no evidence of bond failure. 32 9' I I I I I I I I I I . I I I I I I I I WATERSTOP: Waterstops shall conform to Section 51-1.14, "Waters tops ," of the Standard Specifications. Full compensation for furnishing and installing waterstops shall be considered as included in the price paid per cubic yard for structural concrete (bridge), and no additional compensation will be allowed therefor. REINFORCEMENT: Reinforcement shall conform to the prov1s10ns in Section 52, "Reinforcement," of the Standard Specifications and these Special Provisions. Reinforcement for concrete structures shall be graded 60 conforming to the provisions in Section 52, "Reinforcement," of the Standard Specifications. The quantity of bar reinforcing steel shown on the estimate shall be made the final pay quantity upon which payment shall be made unless the dimensions for the work are revised by the Engineer. MISCELLANEOUS BRIDGE METAL: Miscellaneous metal shall Conform to the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications and these Special Provisions. REINFORCED CONCRETE PIPE: Reinforced concrete pipe shall conform to the provisions in Section 65 of the Standard Specifications. Payment for all structure excavation and backfill will be considered as included in the contract price paid for reinforced concrete pipe and no addi tional compensation will be allowed therefor. PIPE HANGER ASSEMBLIES: Pipe hanger assemblies shall conform to Section 75," Miscellaneous Metal," of the Standard Specifications, the details shown on the plans and these Special Provisions. The Contractor shall establish the layout of the pipe hangers within the limits shown on the plans. Pipe support layout shall 33 5"\ I I I I I I I I I I I I I I I I I I I be subject to the approval of the Engineer. Pipe hanger assemblies shall be galvanized in accordance with the provisions of Section 75-1.05, "Galvanizing," of the Standard Specifications. The contract unit price paid for this bid item shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in installing pipe hangers complete in place, as shown on the plans and as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer and no additional payment will be allowed therefor. CONCRETE BARRIER: Concrete barriers shall conform to the prov1s1ons of Section 83, "Barriers and Railings," of the Standard Specifications and these Special Provisions. Conduits for future cable television facilities and conduits, pull boxes and anchorages for future electroliers shall be furnished and installed by the Contractor in accordance with Section 86, "Signals, Lighting and Electrical Systems," of the Standard Specifications, the details shown on the plans and these Special Provisions. Conduits shall be extended a minimum of five feet beyond each end of concrete barriers and shall be terminated in No. 5(T) traffic pull boxes. Street lighting and cable television conduits shall be terminated in separate pull boxes. Conduits shall be fitted with expansion couplings at the structure expansion joints. Expansion couplings shall provide movement capability consistent with the movement ratings of the bridge joints. Full compensation for furnishing all mater ials, tools, equipment, labor, incidentals and for doing all the work involved in installing cable television conduits and street lighting conduits, pull boxes and electrolier anchors, complete in place, shall be considered as included in the contract price paid per linear foot for concrete barrier (Type 26), and no additional compensation will be allowed therefore. Pull boxes shall be Type 9A, mounted on top of the barrier railing parapet. Concrete barrier, Type 26A, will be measured and paid for as concrete barrier Type 26. 34 ~ I I I I I I I I I I I I I I I I I I I SIGNING AND BARRIcADING: All signing and barricading shall conform to Riverside County Road Improvement Standards, Ordinance No. 461. 7 and subsequent amendments. The contract unit price paid for signs and barricading shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work including all necessary concrete, excavation and backfill as specified in the Standard Specifications and these Special Provisions. TUBULAR HAND RAILING: Tubular hand railings shall conform to the provisions of Section 83, "Barriers and Railings," of the Standard Specifications and these Special Provisions. Tubular handrailing shall be erected to present a smooth, uniform profile that will match the theoretical bridge profile. Railing expansion joints shall be provided at bridge joints with consistent movement capability and elsewhere in accordance with the manufacturer 's recommendation. At future electrolier locations, tubular hand railing shall be constructed in accordance with the details shown on the plans for railing at electroliers except that the horizontal rails shall be made continuous over the future electrolier locations. CHAIN-LINK FENCE: Fence construction shall conform to the prov1s1ons of Section 80 of the Standard Specifications and Standard FIO of the State Standard Plans. ROCK SLOPE PROTECTION: Rock slope protection shall conform to the prov1s1ons of Section 72-2 of the Standard Specifications and these Special Provisions. Method "B" Placement: The unit price paid per cubic yard for rock slope protection (1 ton rock method "B" placement) shall include full compensations for furnishing all labor , materials, tools, equipment and incidentals, and for doing all work involved in constructing the rock slope 35 '5\ I I I I I I I I I I I I I I I I I I I protection, complete in place, including any excavation and backfill necessary for placing rock slope protection. UTILITY FACILITIES: Section 51-1.19, "Utility Facili ties," of the Standard Specifications is deleted. Utility facilities to be installed on structures shall conform to the details shown on the plans and these Special Provisions. PVC pipe for electric ducts shall be commercial quality and shall conform to Southern California Edison Material Specification No. 215-1981. Plastic pipe for telephone ducts shall conform to the requirements for designation GT80 of the General Telephone Specifications. 'Duct expansion joint fittings shall be provided as shown on the plans. Plastic spacers and metal spacer clamp assemblies for electric ducts shall be supplied by the following listed manufacturers or shall be equivalent thereto as provided for in Section 6-1. 05, "Trade Names and Alternatives," of the Standard Specifications. 1. Armorcast Products, North Hollywood, California 2. Inwesco Incorporated, Azusa, California 3. Maydwel1 & Hardse11 Incorporated, Los Angeles, California Epoxy adhesive shall conform to the provisions in Section 95-1, "General," of the Standard Specifications and at the option of the Contractor, shall conform to the provisions in Section 95- 2.03, "Epoxy Resin Adhesive for Bonding New Concrete to Old Concrete," or in Section 95-2.04, "Rapid Set Epoxy Adhesive for Pavement Markers," or in Section 95'-2.05, "Standard Set Epoxy Adhesive for Pavement Markers," of the Standard Specifications. Timber planks shall be constructed of heart redwood or better, graded in accordance with the provisions in Section 57- 2.02, "'Grading Rules and Requirements," of the Standard Specifications. Concrete masonry blocks shall be hollow, load bearing conforming to ASTM Designation:C90, medium weight classification, Grade N-1. All conduit and/or sleeving shall extend at least 5 feet beyond the outer edge of the cOncrete approach slab for the bridge. Excavation and backfill for utility ducts, conduits and sleeves for portions of such facilities extending from bridge abutments to capped ends shall conform to the provisions of Section 19-3, "Structure Excavation and Backfill," of the Standard 36 (J) I I I I I I I I I I I I I I I I I I I Specifications. Full compensation for excavation and backfill shall be considered as included in the contract price paid for the utility facilities requiring excavation and backfill, and no additional compensation will be allowed therefore. Concrete encasement for ducts shall conform to the requirements for minor structures in Section 51, "Concrete Structures" of the Standard Specifications, the details shown on the plans and these Special Provisions. Full compensation for placing concrete encasement for ducts shall be considered as included in the contract price paid for the encased facility and no additional compensation will be allowed therefore. Conductors and cables for electric and telephone facilities and gas mains will be installed within ducts, conduits and sleeves by other forces and such work is not a part of this contract. In the event that such equipment is installed during the construction per iod, the Contractor shall cooperate wi th other forces or contractors in accordance with Section 7-1.14, "Cooperation," of the Standard Specifications. Full compensation for furnishing all labor, mater ials, tools, equipment, incidentals and for doing all the work involved in installing utility facilities, complete in place, as shown on the plans, and as specified in these Special provisions shall be considered as included in the lump-sum prices paid for electric conduits (5" PVC) , telephone ducts (4" PVC), cable TV (2" PVC), gas main sleeve (12"), and openings for future utilities (5" PVC) and no additional compensation will be allowed therefore. GAS MAIN SLEEVE; The gas main sleeve and hanger assembly shall conform to the details shown on the plans, the provisions of section 75, "Miscellaneous Metal," of the Standard Specifications, these Special provisions, and requirements of Southern California Gas Company. Hi-'rensile inserts shall be capable of safely carrying the minimum loading shown on the plans. All metal parts of hanger assemblies including hardware shall be galvanized after fabrication in accordance with the provisions of Section 75-1. 05, "Galvanizing," of the Standard Specifications. The Contractor shall establish the layout of pipe supports within the limits shown on the plans. Pipe support layout shall be subject to approval of the Engineer. The gas main sleeve shall extend at least 5 feet beyond the outer edge of the bridge approach slab. 37 (q\ I I I I I I I I I I I I I I I I I . I Painting of steel gas main sleeves shall conform to the provisions of Section 59, "Painting," of the Standard Specifications. Full compensation for furnishing all labor, mater ials, tools, equipment and incidentals and for doing all the work involved in furnishing and installing gas main sleeves, including painting, shall be considered as included in the lump sum price paid for gas main sleeve and no additional payment will be allowed therefor. WATER SYSTEM: The water system will be constructed in conformance with the requirements of the Rancho California Water District and Riverside County Road Improvement Standards Ordinance 461.7. In the event of a conflict, the requirements of Rancho California Water District will prevaiL Bidders obligation to base their bid on the latest Standard Specifications, Drawings and Requirements of the governing agency ( for example Rancho California Water District). Do not base your bid on anything that conflicts with the governing agency's latest 'Standards, Specifications, Drawings, or Requirements. The unit price per foot for water pipe shall inClude full compensation for making necessary connections and for all required testing. SEWER SYSTEM: Sewers shall conform to the provJ.sJ.ons in Section 71 "Sewers" of the Standard Specifications and these Special Provisions. The sewer system will be constructed in conformance with the requirements of the Eastern Municipal Water District and Riverside County Road Improvements Standards Ordinance 461.7. In the event of a conflict, the requirements of the Eastern Municipal Water District will prevail. The unit price paid per foot for sewer pipe shall include full compensation for making necessary connections to existing sewers and all structure excavation and backfill. OBSTROCTIONS: Attention is directed to Sections 8-1.10, "Utility and Non-Highway Facilities", and 15, "Existing Highway Facilities" of 38 fJ-' I I I I I I I I I I . I I I I I I I I the Standard Specifications and these Special Provisions. The Contractor's attention is directed to the existence of certain underground facilities that may require special precautions be taken by the Contractor to protect the health, safety and welfare of workmen and the public. Facilities requiring special precautions include, but are not limited to: conductors of petroleum products, oxygen, chlor ine, and toxic or flammable gases; natural gas in pipe lines greater than 6 inches in diameter or pipe lines operating at pressures greater than 60 psi (gage); underground electric supply system conductors or cables ei ther directly buried or in duct or conduit which do not have concentric neutral conductors or other effectively grounded metal shields or sheaths; and underground electrical conductors with potential to ground of more than 300 volts. The Contractor shall notify the Engineer at least twenty-four hours prior to performing any work in the vicinity of such facilities. Forty-eight hours prior to beginning construction, the contractor shall notify the following agencies: Underground Service Alert 1-800-422-4133 Southern California Edison 714-943-8270 General Telephone 714-929-9424 Southern California Gas 714-335-7970 Eastern Municipal Water District 714-925-7676 Rancho California Water District 714-676-4101 39 l;b I " I I I I I I, I I I I I I I I I I I I 0689 Construction Methods & Earthwork 02201-1 SECTION 02201 CONSTRUCTION METHODS I EARTHWORK PART 1 - GENERAL 1.01 REQUIREMENT. A. Verification of Existing Conditions. It shall be the responsi- bil ity of the, Contractor to _ examine the site of the work and to make all investigation necessary, both surface and sub-surface, to determine the character of materi a I s to be encountered and all other exi sti ng conditi ons affecting the work. B. Site Gradinf. The entire site within the area affected by construction shall be c eared and bladed. All surfaces to receive compacted fill shall be cleared of existing vegetation, debris, or other unsuitable materi a 1. Surfaces shall be cut or fill ed to the extent indi cated by fi ni sh grade stakes set by the Engineer. Finish surfaces shall slope uniformly between spot e I eV,ati ons or fini sh contour lines shown on the drawi ngs and away from structures. Subgrade for finished surfaces, concrete, asphalt, etc., the grading tolerance will be plus or minus .05 feet from surface elevations indicated. Rough Si te Gradi nq. All requi rements of Site Gradi ng sha 11 be adhered to, with the exception that in unpaved areas and areas which do not have gradient restraints to allow for proper drainage, the grading tolerance will be plus or minus 0.20 feet from surface elevations indicated. Rough site grading in areas of future pavement shall have grading tolerance of plus or minus 0.10 feet from surface elevations. , C. /!Ii nes, Grades and 11easures. All lines and grades wi 11 be estab I i shed by the Engi neer, and the Contractor sha 11 provi de him with such assistance and materials as may be required. The Contractor shall carefully preserve all survey stakes and reference points. SHOULD ANY STAKES OR POINTS BE REMOVED OR DESTROYED BY ANY ACT OF THE CONTRACTOR OR HIS n1PLOYEES THEY MAY BE RESET AT THE CONTRACTOR'S EXPENSE. Grade stakes for buildings, sidewalks, pump bases, engine bases, utility servi ces and pavi ng shall be furni shed by the Di stri ct as requested by the Contractor. Grade stakes for water system construction will be furnished at 100' stations except as directed by the Engineer for specific applications, and at fire hydrant, blow-off, air valve, and water meter locations. Grade stakes for sewer system construction wi 11 be furni shed at 25' stations and at locations of appurtenances. The Contractor shall inform the Engineer a reasonable length of time in advance of the times and places at which he intends to work in order that lines and fit Construction Methods & Earthwork 02201-2 0689 grades may be' furnished, that inspection may be provided, and that necessary measurements for records and payments may be made with minimum inconvenience. D. Compliance with Regulations. The Contractor shall familiarize himself, and comply with all applicable federal, state, county and municipal rules and regulations pertaining to sanitation, fire protection, and safety. E. Contractor 's Equi '6ment. The Contractor sha 11 provi de such modern plant and equipment as may e necessary in the opinion of the Engineer to perform in a sati sfactory and acceptable manner, a,nd in accordance with the specifications, all, the work required of the Contractor. F. Representati ves for Emerqenci es. The Contractor shall fi 1 e with the District a written list giving the names, addresses, and telephone numbers of at least two (2) of his representatives who can be contacted at any time in case of emergency. The representatives shall be fully authorized and equipped to correct unsafe or inconvenient conditions on short notice. The Contractor shall promptly notify the District of all changes in the listing. G. Power and Water Supply. The Contractor shall provide at his own expense all necessary power required for his operations under the contract. The Contractor sha 11 provi de and ma i nta in in good order such modern power equipment as shall be adequate in the opinion of the Engineer to perform in a safe and satisfactory manner the work required by the contract. The Contractor may obtain water for work under this specification from the sources'as'stated in the Special Provisions and Requirements of this specifi- cation. 1.02 STRUCTURE PROTECTION. A. Contract Drawings. The drawings identify the various pipes, conduits, and other existing utility structures as they are supposed to exist in construction areas, but no error or omission on said drawings shall be construerl to relieve the Contractor from the responsibility of protecting any such pipe, conduit, or other existing utility structures. When deemed necessary by the Engineer, revisions of the contract drawings and additional detailed drawings will be issued to the Contractor during the progress of the work. B. flotification of Underground Service Alert of Southern California. When performing underground work, the Contractor shall call Under9round Service Alert (USA), the one-call underground facility locating service two (2) working days prior to making an excavation. Contractor shall be responsible ,for such notification of sub-contractor's work, or shall require sub-contractor to assume this responsibility. C. Operation of Utilities. No District valves, or appurtenances of other utllity facilities shall be operated by the Contractor without approval and/or instruction from the District or the utility, as appropriate. r.o5 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-3 D. Maintenance of Utilities. Insofar as practical during the progress of the work, the property of any owner of a public utility pipeline or conduit, sewer, culvert, storm drain, drainage ditch, flood control channel, overhead wi res or cables, or underground wi res or cabl es, or any other structure or facility shall not be disturbed but shall be supported and protected against injury and maintained in good operating condition at the expense of the 'Contractor. In no case shall any such property be disturbed or removed without the consent of the owner and approval of the Engineer. The Contractor shall be responsible for making good all damage due to his operations and the provisions of this section shall not be abated even in the event such damage occurs after backfill ing, or is not discovered until after completion of backfilling. The Contractor shall explore the location and depth of underground facilities. sewers, and storm drains sufficiently in advance of pipe laying or other construction operations so that changes in line or grade, or both, can be made in the pipeline without delay of the Contractor's construction schedule, without relaying or reconstructing previously installed pipe or other facili- ties and to avoid wherever possible moving, altering, or reconstruction of the obstructing underground facilities, sewers, or storm drains. The locations of existing underground uti 1 i ties and structures, insofa r as they are known from information furnished by the respective utility companies and agencies and other sources, have been shown on the drawings. It shall be the responsibility of the Contractor to verify the location of these obstructions and to locate any other underground utilities and structures which might necessitate a change in the line and grade of the new work. If the Contractor, while performing the work of construction, discovers utility facilities not identified by the District in contract plans' or specifications. he shall immediately notify the District in writing. In no case shall any utility that has been damaged, whether shown or not shown on the plans, be backfilled without the Contractor notifying the utility company of the damage. Pursuant to Section 4215 of the Government Code, the District shall compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating main or trunkline utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the District or the owner of the utility to provide for said removal or relocation of such utility facilities. Nothing herein shall be deemed to require the District to indicate the presence of exi sting servi ce 1 atera 15 or appurtenances whenever the presence of such utilities can be inferred from the presence of other visible facilities. such as bui 1 dings. meter and juncti on boxes. on or adjacent to the si te of the construction. ()P ,(S Construction Methods & Earthwork 02201-4 E. Utility Construction. If the work requires, as shown on the drawings or as specified, or as required for the Contractor's convenience, that the surface and overhead facilities. underground facilities, sewers and storm drains should be moved, altered, relocated, reconstructed, or temporarily supported, in order that the facilities included in the contract can be constructed, the Contractor shall make all arrangements therefor with the respective owners and shall bear all expenses for movinq, altering, relocating. or temporarily supporting the facilities. In addition, the District may require the moving, altering, or reconstructing of obstructing underground facH ities. sewers, or storm drains, and compen- sation therefor will come under extra work where such work is ordered in writing by the Engineer. Pipelines determined to be abandoned may be destroyed if conflicting with the contract work and properly disposed of. Exposed ends of abandoned pipe- lines shall be plugged for water tightness as approved by the Engineer. 1.03 JOB CONDITIONS. A. Riqhts-of-Way. The District will provide right-of-way for the pipe1 ines to be constructed under the contract. Neither the terms hereof nor anything shown on the drawings in connection with the right-of-way provided by the Di stri ct shall be construed to enti t1 e the Contractor to conduct operations in said right-of-way in violation of any public agency ordinance or regulation restricting interference with water courses and drainage channels, road, alley, or street, until he has obtained permits therefor from the proper authorities. In all of the streets in which his work may fnterfere with inqress or egress of the occupants of the abutting property or of their vehicles, the Contractor shall maintain temporary practical means of ingress and egress or shall make satisfactory arrangements with the occupants for the obstructing of ways to their propertfes for the duration of the interference. Such arrangements shall be made in writing and a copy submitted to the Engineer. Nothing herein shall be construed to entitle the Contractor to the exclusive use of any pub1 ic street or way during performance of the contract work. and he shall so conduct his operations as not to fnterfere unnecessarily with the authorized work of other agencies in such streets and ways. Fences on the right-of-way shall be removed by the Contractor where necessary for the performance of the work, but, where required, ,shall be maintained until the work is completed or their removal is authorized. Where the Contractor removes exi sting fences to faci 1 i tate the work, temporary fence protection for 1 ands adjacent to the ri qht-of-way shall be provided at all times during the continuation of the contract. Such temporary fence protection shall be adequate to prevent livestock from straying from or onto adjacent lands and shall be constructed complete with gates and/or cattle guards. The cost of all work described in this paragraph shall be included in the prices bid for other items of work and no separate payment shall be made therefor. (P\ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-5 Where pipel ines are to be constructed through and adjacent to tracts of improved property, the Contractor shall, where practical, confine his operations within a 3D-foot wide right-of-way or such other width right~of-way as may be desi gnated on the drawings or in the Speci a 1 Provi si ons. If the Contractor's operations are such as to require additional space, the Contractor shall arrange for and secure at his own expense any additional right-of-way required. The Contractor shall enter into written agreements with the landowners and copies of the agreements shall be furnished to the Engineer. 'Where the pipeline is to be constructed through cultivated fields not in public road rights-of-way, the District will obtain and pay for damage to crops over a total overall width of 30 I or such other wi dth as may be designated. Any damage to crops Qutside of the designated right-of-way shall be paid for by the Contractor. B. Safequardinq Excavations and Property. Excavations shall be adequately shored and braced so that the earth will not slide or settle and so that all exi sting improvements of any kind wi 11 be fully protected from damage. Any damage resulting from a lack of adequate shoring and bracing shall be the responsibility of the Contractor. The Contractor. shall effect all necessary repairs or reconstructions at the Contractor's own expense as directed by the Engineer and shall bear all other expenses resulting from such damage. C. Safety Measures. Each bid proposal submitted under these specifi- cations for the construction of a pipeline, sewer, sewage disposal system, boring and jacking pits, or similar trenches or open excavations, or the use of such a trench or open excavation, shall include in appropriate bid items for such work the costs necessary to provide adequate sheeting, shoring, and bracing, or equivalent method for the protection of life or limb, which sha 11 conform to appli cable safety orders, incl udi ng the Constructi on Safety Orders of the California Division of Industrial Safety, in accordance with the requirements of the California Occupational Safety and Health Act. When working in, or connecting to, existing systems in operation, the required safety provisions for work in an operating system will be enforced, including provisions for working in confined air spaces when appropriate. Nothing in this requirement shall be construed to impose tort liability on the awarding body or any of its employees~ D. Trench Shorinq Approval. Any contract for public works involving an estimated expendi ture in excess of twenty-fi ve thousand doll ars ($25,000) for the excavation of any trench or trenches 5' or more in depth, shall require submission by the Contractor and acceptance by the awarding bOdy or by a regi stered ci vil or structural engineer to whom authority to accept has been delegated, in advance of excavation, of a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made 'for worker protec- tion from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards, the plan sh~ll be prepared by a registered civil or structural engineer. Cc& Construction Methods & Earthwork 02201-6 Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders. . Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. E. Trench Permit. Prior to cOl1ll1encing any work in the construction or use of trenches or excavations which are 5' or deeper and into which a person will be required to descend, the Contractor shall apply to the California Division of Industrial Safety and secure a permit therefor, and shall furnish the District with a copy thereof prior to commencing any excavation. F. Safety Officer. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of hazards and accidents. This person shall be the Contractor's Superintendent unless otherwise designated in writing by the Contractor to the District. G. Right to Occupy Completed Portions of Work. The District may wish to occupy or place in service portions of the' completed work before final completion of the contract work and shall be at liberty to do so, but such occupancy or placing in service of any completed portion of the work shall not void the contract nor relieve the Contractor of his responsibility of protection and care of all work until final completion and acceptance of the entire work, provided, however, that expense directly attributable to operation and placing in service the portions of the work shall not be chargeable to the Contractor. 1.04 GUARANTEE. The Contractor hereby guarantees that the entire work constructed by him under the contract wi 11 fully meet all the requi rements thereof as to quality of workmanship, and of materi a 1 s furni shed by him. The Contractor hereby agrees to make at his own expense any repairs or replace- ments made necessary by defective materials or workmanship supplied by him which have become evident within one (1) year, or other guarantee period elsewhere specified, after date of notice of completion and acceptance of the work is filed, and to restore to full compliance with the requirements of these specifi cations inc1 udi ng the test requi rements, any part of the facilities or appurtenant works which during said guarantee period is found to be deficient with respect to any provision of this specification. Replace- ment of backfill where it has settled below the 1 ines establ i shed by the Engineer shall be considered part of such repair work. The Contractor shall make all repai rs and rep1 acements promptly upon receipt of written orders for same from the Engineer. If the Contractor fails to make the repair and replacements promptly, the District may do the work, and the Contractor and his surety shall be liable to the District for the cost thereof. &,0... I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-7 PART 2 - PRODUCTS 2.01 MATERIALS. A. Select Backfill Material, and Special Bedding and Backfill. Select backfill material shall be selected from the excavated material or imported when not available from the excavated material. In either case, it shall be provided at the Contractor's expense, and shall be included in the costs proposed for pipeline installation on the bidding sheets. Where called for on the plans or in these specifications, and not covered by a separate bid item, special bedding or backfill shall be included in pipeline construction costs on the bidding sheets. Where required by the governing agency or by the District to meet compaction requirements of these specifications, or requirements of these specifications for bedding or for select granular backfill, special bedding or imported backfill and disposal of excavated spoil shall be provided at the Contractor's expense. The requi rements for speci a 1 bedding and backfi 11 at the Contractor I s expense as described herein as a part of the Special Conditions or as shown on the Contract Drawings shall supersede and take precedence over any and all other requirements for measurement and/or payment for special bedding or backfi 11 found elsewhere in these specifications. Bedding is defined herein to include sand, rock or concrete base, cradle, or encasement. Backfill materi a 1 is defined herein to include backfill for both trench backfill and pipe bedding (or pipe zone backfill). Special bedding or backfill not called for on the plans or in these specifi- cations, but requi red by the Engineer over and above the regui rements of this specification, shall be constructed at additional cost, at prices reflec- ting current material costs as evidenced by paid vouchers, plus 50% to cover all costs of installation and overhead. The encounter of ground water not anticipated in enqineerinq reports made available for this contract, and the required over-excavation and construction of a stable base as determined necessary by the Engineer shall be considered over and above the requi rements of thi s specifi cati on, and the requi red base shall be paid for at the above stipulated prices. 10 . Construction Methods & Earthwork 02201-8 PART 3 - EXECUTION 3.01 WEATHER LIMITATIONS. Excavating and grading shall be performed only when the weather conditions do not adversely affect the quality of the finished product. Any graded or excavated areas that are damaged by the effect of rain, or other weather condi tions, during any phase of the constructi on, shall be re-excavated, regraded, and recompacted to conform to the herein specified requirements, without additional cost to the District. 3.02 PREPARATION. A. Dust Abatement. The Contractor shall furnish all labor, equipment and means requi red and shall carry out protective measures wherever and as often as necessary in the opinion of the Engineer to prevent his operations from producing dust in amounts damaging to property or causing nuisance. The Contractor shall be responsible for any damage resulting from dust origi- nating from his operations. The dust abatement measures shall be continued until all required resurfacing is completed or until the Contractor has completed arrangements with the proper authorities whereby he is relieved of further responsibility. Such arrangements shall be approved by the Engineer prior to their completion. All compensation to be received for dust abatement shall be included in the prices named for appropriate items of the bidding sheet. B. Utilities and Substructures. The indication of the type and approximate 1 ocati on or exi sting uti 1 i ties and substructures in the Contract Documents represents a dil i gent search of known records, but the accuracy and completeness of such indications are not warranted by the District and utility structures'and services not so indicated may exist. Before commencing any excavations, the Contractor shall investiqate, determine the actual loca- tions, and protect the indi cated uti 1 i ties and structures, shall determine the exi stence, posi ti on, and ownershi p of other uti 1 iti es and substructures in the site or where the work is to be performed by communication with such owners, search of records, or otherwise, and shall protect all such utilities and substructures. C. Control of Water. The Contractor shall acquire such permits and take such measures as may be required, and shall furnish, install, and operate such pumps or other devices as may be necessary to remove any seepage, storm water, or sewage that may be found or may accumulate in ,the excavations during the proqress of the work. The Contractor shall keep all excavations entirely free from water at all times during the construction of the work and until the Enqineer gives permission to cease pumping. He shall keep the complete work reasonably free from accumulations of water and sewage, and shall free it entirely at such times as may be required by the Engineer for inspection or other purposes. Any accumulated water or sewage thus pumped shall be disposed of in accordance with good practice and local ordinances. The Contractor shall provide an adequate dewatering system for the control of surface and groundwater seepage into the excavations as may be requi red during the construction period. The proposed plan of this dewaterinq system shall be submitted to the Engineer for concept approval prior to the instal- lation of the system. 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-9 3.03 CONSTRUCTION. A. Excavation. The Contractor shall perform all excavation necessary or required' for the construction of the facilities covered by these specifica- tions. Excavations may be performed by either hand or machine methods and shall be of sufficient size to provide adequate space for working in accordance ,with safety regulations and practice and the Contract Drawings. Excavations shall include the removal and disposal of all materials of whatever nature and Quantity incl uding water, rock, decomposed granite. or any other type of soil or material. subsurface obstructions and also overhead obstructions which may interfere with the operation of equipment used on the work. Excava- tion shall irrmediately precede subsequent construction, and shall not remain open longer than necessary for construction. Excavation for foundations shall be made only after construction of subgrade. as hereinafter described. has been completed. Over-excavation for foundations shall be filled with concrete. 1. Seismic Investi1ation. In suspected or known fault areas. Contractor shal make his trench or excavation available to the property owner or his geologist for seismic investi- gations as required under the Alquist-Priolo Geologic Hazard Zones Act. Such investigation shall involve no delay to the Contractor. 2. Trench Excavation. Unless otherwise specified in the Special Conditions or on the Contract Drawings, pipeline trenches shall have a minimum clear distance of 6" and a maximum of 9" on each side of the pipe barrel when the pipe ; s properly placed and aligned in conformity with the Contract Drawings. The sides of the trench shall be parallel to and at equal distance on each side of the centerline of the pipe. The maximum length of trench which shall be opened or partially opened at anyone time shall be limited to 500' for sewer lines and one-half mile for water pipelines, except where governed by other agencies or approved by the Engineer. Bell holes or depressions shall be dug by hand at the proper locations of sufficient size to adequately work the joints. but no larger than is required. When the trench is excavated to the 1 ine and grade as shown on the drawings. and the bedding material encountered is rock. the trench shall be excavated an additional depth of at least 4" below the grade for the bottom of the pipe, and the bottom of the trench shall be refilled with approved materi a 1. moi stened and compacted by tamping or by other approved method to the satisfaction of the Engineer. 1Z- . Construction Methods & Earthwork 02201-10 Where ground water is encountered and the native material does not afford a solid foundation for pipe subgrade as specified above. the Contractor shall excavate to such depth below subgrade as detennined necessary by the Engineer and shall construct a stable base by placing crushed rock bedding upon which subgrade can be prepared. Crushed rock for bedding shall be one and one-half inch (l 1/2") maximum size. When the trench has been inadvertently excavated below the designed grade. at the Contractor's expense. the bottom of the trench shall be refilled with approved material, well compacted into place in an approved manner and to the satisfaction of the Engineer. 3. New Subdivision Construction. Where pipelines are to be constructed in new subdivision developments.' it is antici- pated, unless otherwise stated, that sewers will be installed after grading is completed to subgrade in streets and proposed paved areas. and to final grade in other areas; then curbs will be constructed prior to water system construction. Onl y after water system construction will other uti 1 i ties, roadway base. and paving be placed. 4. Excavated Materials. Shall be piled neatly along the side of the trench and adjacent to manhole excavations in such a manner as to be of as 1 ittle inconvenience as possi ble to the public traffic or the occupants of the adjacent property. Through all cultivated areas, topsoil removed from excavations shall be replaced as backfill in the uppennost part of the excavation to a depth as it existed previous to excavation, not exceeding 18". Where topsoi 1 replacement is requi red, excavated topsoil shall be stored separately from other materials and in general shall be replaced as backfill in the same parcel of land from which it came. 5. Manhole Excavations. Shall be made to the depths as indicated on the drawings, with sufficient side clearances to provide adequate working space for the construction of the manhol e structure. When unsati sfactory soi 1 bearing condi ti ons. such as soft mud, Quicksand. or other unstable materials are encountered at the elevation of the bottom of the manhole. the base shall be made finn and solid by removing said unstable material to sufficient depth and replacing same with crushed rock. 'gravel. or other' approved material, well compacted into place in a manner approved by the Engineer. 1'?:> I I I I I I I I I I I I . I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-11 6. Blastinq. The use of explosives on the work shall be subject to the approval of the Enqineer. All operations involving the handlinq and storaqe and use of explosives shall be conducted with every precaution prescribed by the Construction Safety Orders of the Division of Industrial Safety of the State of California and by local laws and requlations. Only competent, reliable men workinq under experienced super- vision shall be pennitted to use explosives. The Contractor will be held responsible for and shall make good any damage caused by blasting or otherwise resulting from disposition or use of explosives on the work. 7. Cuttinq. In cutting or breaking up street surfacing, the Contractor shall use equipment acceptable to the authorities concerned. The pavement to remain in place shall be trirmned with an approved cutting device in such manner as to leave a vertical face with sound, unfractured pavement. All pieces of pavement resultinq from cuttinq or breaking up street surfacing shall be removed from the trench area pri or to trenching. 8. Disposal of Excavated Materials. Insofar as space is avail-, able in the riqht-of-way, such space may be used for temporary storage of excavated material, to be used' for backfill. provided that no material shall be stored or deposited in violation of any ordinance or regulation prohibiting the filling or obstructing of water courses in drainaqe channels. Storage of excavated material in any street or highway shall confonn to the requlations of the publiC authority havinq jurisdiction thereover. All materials removed from the excavations in excess of that stored temporari ly as above specified shall be immediately hauled away and used in backfilling elsewhere, or, if nqt used, shall be disposed of by the Contractor. The di sposa 1 area shall be acqui red by the Contractor. No materials shall be disposed of either temporarily or pennanently on privately or publ icly owned property unless the Contractor shall first obtain pennission therefor from the owner or agency concerned. The Contractor shall furni sh satisfactory evidence to the Enqineer that such consent has been obtained and shall be responsible for all damaqes and claims that may arise in connection therewith. 9. Bracinq and Shorinq. The Contractor shall furnish, place and maintain such bracing and shoring as may be required to support the side of the excavations for the proper protec- tion of workmen. to facil itate the work and prevent damage to the pipes and manholes being constructed. and to prevent damage to adjacent structures or facil ities. Upon completion of the work, all bracinq and shoring shall be removed unless otherwise directed or pennitted by the Engineer. 14; -.. Construction Methods & Earthwork 02201-12 10. Bridqes. Foot bri dqes of approved constructi on, not 1 ess than 4' in width, and provided with hand rails and upriqhts of dressed lumber, shall be installed over the trenches at all crosswalk intersections and at such other points where, in the opinion of the Enqineer, traffic conditions make it advisable. Substantially constructed bridqes, adequate for handling all vehicular traffic, shall be installed over any trench or other excavation in a street intersection whenever such excavation is in excess of half the width of the street crossing. Adequate bridqes shall be provided to make possible the safe and full use of all driveways or roadways used to move vehicles from the publ ic street onto private property. All bridqes required to be installed shall be maintained in place as long as the condition of the work requires their use for the safety or convenience of the public, except that when necessary for the proper prosecution of the work in the immediate vicinity of a bridge, said bridqe shall be relocated to take care of the traffic requirements, or may be temporarily removed for such period or periods of time, at the Contractor's risk, as the Engineer may 'approve. B. Installation. 1. Pipe. The pipe manufacturer shall send a field representative to answer any questions on installation procedures, within 48 hours of request, as coordinated by and thru the Engineer. 2. Concrete Encasement. Where required on the Contract Drawings, concrete cradles and encasements shall be constructed in accordance with the requirements stated thereon. Whenever the maximum allowable width of trench as specified elsewhere in these specifications or in the construction plans or the standard drawinqs, is exceeded for any reason except as provided for in the plans or special conditions or by the written direction of the Engineer, and where the resultinq effect of the exceeded trench width would pl ace loads upon the pipeline exceeding the maximum loads recom- mended by the pi pe manufacturer, the Enqineer may requi re, at hi s di scretion, that the Contractor, at hi s own expense for all labor and materials cradle the pipe in Class "c" concrete, as described' in this specification. C. Fill, Backfill and Gradinq shall moistening, compacting, and other manipulations obtain the required densities, cross sections, finish indicated or specified. include all scarifying, of the soil necessary to lines, grades and surface 1-5 I I I I I I I . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-13 Backfill shall not be placed in trenches or excavations until the pipelines and structures in the particular section involved have been inspected and approved for backfilling by the Engineer. Backfill shall be placed. insofar as practical. as the work progresses, allowing time for concrete (if used) to attain sufficient strength. All excavations outside the completed pipelines and structures shall be back- filled with compacted material to the level of the original ground surface unless otherwise shown on the drawings or ordered by the Engineer. The materials used for backfill shall be imported. selected material. or approved selected excavated materials and shall be placed as directed by the Engineer. All materials placed within 6" of the pipe or structure shall be free from rocks or boulders larger than 1 1/2" maximum dimension. and from unbroken masses of earthy materials which might lodge and thereby cause unfilled pockets in the excavation. Unsuitable material encountered at the surface upon which the bedding material 'is to be p1 aced shall be removed to a depth as detennined in the fi e1 d by the Engineer. Unsuitable material shall be as detennined by the Engineer. If not otherwise specified, removal of material and additional bedding so ordered over and above the amount requi red wi 11 be pai d for in accordance with the specifications unless. however, the necessity for such additional bedding materials has been occasioned by an act or failure to act on the part of the Contractor, in which event the Contractor shall bear the expense of the additional excavation and backfill to the required depth. The Contractor's attention is called "dewatering" procedures to ensure that an otherwise stable foundation will not be rendered unfit due to accumulation of water in the trench excavation. However, the Contractor has the responsibility to reasonably ascertain the soil conditions prior to bid. The cost of removing the unsuitable materials should have been known prior to bid and be included in the bid price. Imported materials (if any) required for fill or backfill shall be provided by the Contractor from areas outside the site at his own expense. Such material shall be as herein specified and must be approved by the Oi strict before delivery to the site. 1. Structure Backfill. The Contractor shall place all backfill about structures to the original ground level, or to the lines shown on the drawings or prescribed by the Engineer. Fill materials shall be of earth only, and be free from debris. vegetation. alkali, or other deleterious substances. All backfill about structures shall be placed in layers not more than 6" thick prior to compaction, which shall be obtained by moistening to optimum moisture content prior to p1 acing and compactinq to maximum density by use of suit- able equipment approved by the Engineer. ~b Construction Methods & Earthwork 02201-14 The Contractor shall take all necessary precautions to protect the structure and underground facilities durinq the placement, compactinq or consolidatinq, and qrading of backfill. 2. Pipeline Backfill. Except as otherwise required by the construction plans or the standard drawings, the material used in backfilling to l' above the pipe shall be cohesion- less, sandy, or sandy gravel material obtained from required excavation or from approved borrow areas, as shown on the Contract Drawings or as directed by the Enqineer. This material shall be carefully placed and compacted to provide a firm continuous beddinq and encasement for the pipe. Pi pe sha 11 be shaded the same day it isla i d to protect it from possible damage and/or thermal expansion. Pipe zone backfill shall be consolidated by careful flooding to saturation only, unless compaction by other means is specified elsewhere in these specifications. Variations to the foreqoinq pipeline backfill requirement, when reconmended by the pipe manufacturer or requested by the Contractor, shall be submitted for approval by the District prior to,the commencement of such pipe installation. The method of compaction shall then be proven before backfilling more than the footage of pipe allowed by the contract specification. In lieu of a specific contract requirement, not more than 1000' of pipe shall be laid and backfilled prior to proving the method of compaction. The remaining trench backfill shall consist of select backfill material from the excavation, when available, free from stones or lumps exceeding 3" in qreatest dimension, and free from veqetable matter or other unsatisfactory material. This select material as defined herein and elsewhere in these specifications, shall be placed in layers not exceedinq 5' in depth. Each lift shall be consolidated in such a manner that the backfi 11 wi 11 meet the requi rements of these specifications. Care shall be taken not to disturb the backfill previously placed, and the Contractor shall at all times protect the pipe against flotation. ' 3. Sewer line Backfill. Backfill shall not be placed in trenches or excavations until the sewer 1 ines and manholes in the particular section involved have been inspected and approved for backfilling by the Engineer. ~"n ,.r.-' .' I . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-15 4. For all sewer pipe, select cohesion1ess, ~ranular backfill shall be used up to an elevation 12" above the top of pipe, imported whenever the En~ineer determines that native material is not satisfactory. Material for this purpose shall conform to the requirements as set forth herein. The pipe zone backfill shall be carefully packed under the haunches of the pipe and brought up simultaneously on both sides, to the full specified depth, so as to prevent any displacement of the pipe from its true a1i~nment. In compactin~ by floodin~, no ponding of water above the surface of the sand will be permitted. Water Line Backfill. Prior to backfilling, all pipe 30" in diameter and 1ar~er shall be either filled with water under pressure or braced with stulls sufficiently to prevent distortion while p1acin~, consolidating and compactin~ back- fill. Prior to backfilling, all trench supports shall be removed unless otherwise approved by the Engineer. Gravel Fill. Gravel fill shall be placed where specified, indicated on the plans, or designated by the Engineer to meet special conditions encountered. Where ~rave1 fill is required, crushed rock may be substituted or added. Crushed rock for foundations shall be as defined for pipe bedding which is described elsewhere in this specifi- cation. 5. The percenta~e composition by weight of gravel fill shall conform to the followin~ gradin~ when determined by Test Method No. Calif. 202: Sieve Sizes 1" 3/4" No. 4 No. 30 No. 200 Percentage Passing Sieves 100 85-100 35- 55 10-30 2-9 6. Compacting and Surfacing. Except as otherwi se specifi ca 11 y required by the encroachment permit or elsewhere in these specifications, the following requirements will apply: The upper portion of the final lift will be backfilled with selected material from the excavation, moistened to optimum moisture content and compacted by mechanical tamping to meet the requirements of the District standards. All backfill in' public roads shall be consolidated and surfacing shall be placed to meet State of California and Riverside. County requirements as stated in the respective permit, whether or not reguired by the inspector for ,that particular agency - unless otherwise approved by the Englneer. , '\i Construction Methods & Earthwork 02201-16 Where backfill is in areas not within public roads. it shall be consolidated and tested to meet the requirements of these specifications. except as otherwise approved by the Engineer. Minimum acceptable field densities specified in District standards shall be detennined in accordance with the testing procedures set forth elsewhere in these specifications. Where sand material of an approved grade is used for backfil- ling. mechanical compaction may be eliminated and compaction obtained by jetting. Except as otherwi se requi red by a speci fi c penni t. where pavement is being replaced. an approved plant mixed surfacing shall be placed to a minimum thickness of 3" when compacted. Surfacing in streets shall be maintained to original street grade after laying and any settlement filled with plant mix surfacing. The edges of trenches which are broken down during the making of subgrade shall be removed and trimmed neatly before refil- ling or resurfacing. When the backfill is complete and excess material removed. the surface will be graded and a layer of approved decomposed granite will be p1 aced with a minimum thickness of 4" when compacted at optimum moisture content by roll ing and to a grade to confonn to the ori gina 1 roadway section.. All pavement outside the pay1 ines damaged by the Contractor shall be trimmed and repaired. If the edge of the excavated trench when trimmed is withi n 2' of the edge of the roadway pavement. then the pavement shall be completely removed to the edge of the roadway and replaced with the replacement of the trench pavement. Except as otherwise directed by the Engineer. after a periOd of not less than 30 days nor more than 60 days. any settlement shall be filled with decomposed granite. The top 2 1/2" sha 11 then be road mi xed whe re a 11 owed. with a mi n i mum of 1 1/2 gallons liquid asphalt binder of grade SC3 or 4 (as directed) per square yard and compacted to the original roadway section. Each phase shall be approved by the Engineer before proceeding to the next operation. Where allowed, the road-mi xed .surfaci n9 operation shall confonn to the Standard Specifications of the State of California Department of Transportati on. , '\<\ .!. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-17 Pavement. curbs. gutters and walks removed. cut or damaged during the construction of facilities shall be replaced or restored to their original condition. or as otherwise specified. Local ordinances governing such replacement shall be adhered to in all respects. Removal and/or' replacement of pavement where -pavement now exi sts. as well as removal and/or repl acement of any other obstructions. will be included in the item cost for the particular installation. unless specifically itemized separately on the bidding sheet. D. Pavinq. Where not required otherwise by specific contract require- ments or pennit requirements incorporated in the contract. the Contractor shall construct new asphalt concrete paving as indicated on the Contract Drawings and as specified herein. All paving proposals and operations shall be subject to the approval of the Engineer. Where this work is included in a lump sum bid item. it is the Contractor's responsibility to satisfy himself as to the exact lengths and/or dimensions of new roads and pavements. Tennina 1 s of all surfaci ng indi cated on the Contract Drawings shall join any existing surfaces in a smooth juncture. 1. Sub-base. a. Preparation. The upper 12" of sub-base in any area to be paved shall be compacted to not less than 95% of maximum density. as detennined by ASTM 0-1557-70 and Method C. b. Weed Killer. After the sub-base has been prepared, a weed killer shall be applied to the entire sub-base. Weed killer shall be Poly-Bor-Chlorate as manufactured by Coast Borax Company, Borascu concentrated type as manufactured by Pacific Coast Borax Company. or approved equal. The weed killer shall be applied according to the manufacturer's pUblished instructions. 2. Aqqreqate Base Course. Aggregate base course shall be gravel fill as specified under Foundations herein. except that 100% shall pass the 3/4" sieve. The aggregate base course shall be the thickness shown on the plans and shall be placed in maximum 4" lifts. Aggregate base course shall be compacted to 95% of maximum density. as specified by ASTM 0-1557. Aggregate base course shall be furni shed. spread and compacted. as specified for Aggregate Base Course in the Standard Specifications. State of California. Department of Transportation. latest edition. A spreader box will not be required but care shall be taken to prevent segregation during placement. Be .. Construction Methods & Earthwork 02201-18 3. Asphalt Concrete. a. Materials. The asphalt concrete shall conform to Section 203 of the PWC Specifications and shall be Type I. Class "C". The asphalt binder shall be 4.8% to 6.0% of the mixture, and be AR 4000 or AR 8000 as determined by the Engineer. b. Proportioning, Mixing, Spreading and Compacting. The proportioning and mixing of aggregates and asphalt, and the spreading and compacting of the asphalt concrete' to make up the asphalt pavement, shall be in accordance with the Standard Specifications, State of California, Department of Transportation, latest edition. The paving machine shall have a self-screening spreader unless approved otherwise by the Engineer. c. Tack Coat. Asphalt which is existing and is to be paved sha 11 be tack coated wi th a grade SS-lh ani oni c emulsion at a rate of 0.10 gallons per square yard. d. Prime Coat. When specified, a prime coat consistinq of Grade SC-250 liquid asphalt shall be applied at a rate between 0.10 and 0.25 gallons per square yard. Grade SC-70 liquid asphalt may be used when approved by the Engineer. e. Paving. The asphalt concrete pavement shall be no less than the thickness as shown on the plans and shall be applied in two (2) lifts. The first lift shall be the leveling course and the second lift shall be the wearing course not less than 1" thick and shall bring the pavement to full thickness. The finished surface shall be free from depressions exceeding 1/4" as measured with a 10-foot straightedge in any direction, except where the drawings show a grade break. f. Fog Seal. The entire asphalt pavement shall be fog sealed with an asphalt emulsion after compaction. The asphalt emulsion shall be Type SS-lh. The materials, procedure, and application shall be in accordance with the Standard Specifications, State of California, Depart- ment of Transportation, latest edition. g. Joining Existing Pavement. to be joi ned by new pa vi ng straight true neat joints. Existing paving which is sha 11 be saw-cut to provi de ~\ ...-.-: . I I I I I I I I I I I I . I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-19 h. Paving Headers. Edges of paving shall be bounded by 2 x 6 net new rough cut redwood unless otherwise shown on the plans. i. Asphalt Curbs. Automatic curbing machines shall be used to construct asphalt curbs. The curb cross section used shall be as shown on the drawings or as approved by the District. 4. j. Paving Removal. Where paving is shown to be removed on the drawings. it shall mean that all asphaltic concrete and aggregate base shall be removed. Removal and Replacement. a. General. Replacement of street. driveway, alley entrance. and other type pavements shall be of the same materi a 1 as the existing pavement. constructed in accordance with the applicable drawi ngs and specifications. The Contractor shall install temporary asphalt pavement of the first course of permanent replacement immediately following backfilling and compaction of trenches that have been cut through pavement. Except as otherwise provided. this preliminary pavement shall be maintained in a safe and reasonably smooth condition until required backfill compaction is obtained and final pavement replacement is ordered by the Engineer. Temporary paving removed shall be hauled from the job site and disposed of at the Contractor's expense. Where a longitudinal trench is partly in pavement. the pavement shall be replaced to the original pavement edge. on a straight line. parallel to the centerline of the roadway. Where no part of a longitudinal trench is in the pave- ment. surfacing replacement will only be required where exi sting surfacing materi a 1 s have been removed or damaged. When the trench cut is in aggregate surfaced areas, the replacement shall be of aggregate base course material compacted to 95% of its maximum density. b. Asphalt Pavement Replacement. Asphalt pavement replace- ment shall be of the same thickness as the adjacent pavement and shall match as nearly as possible the adjacent pavement in texture. SV" ~ Construction Methods & Earthwork 02201-20 Existing asphalt pavements to be removed for trenches or other underground construction or repair shall be cut by a wheel cutter, clay spade, or other device without damaging adjacent pavement that is not to be removed. The Engineer's decision as to the acceptability of the cutting device and its manner of operation shall be final. The existing pavement shall be cut and trill'll1ed after p1 acement of requi red ABC and just pri or to p1 acement of asphalt concrete for pavement replacement, and the trill'll1ed edges shall be painted with a light coating of asphalt cement or emulsified asphalt ill'll1ediately prior to constructing the new abutting asphalt pavements. No extra payment shall be provided for these items, and all costs incurred in perfonoing this work shall be incidental to pipe laying or pavement replacement. Asphalt pavement replacement shall confono to the contour of the original pavement. A 10-foot straightedge shall be laid parallel to the centerline of the, trench when the trench is running parallel to the street and across the pavement replacement when the trench crosses the street at an angle. Any deviation in the cut pave- ment replacement and the old pavement greater than 1/4" in 10 feet (lO-foot straightedge) shall be removed and corrected. c. Portland Cement Concrete Pavement Reo1acement. Where trenches lie within the portland cement concrete section of streets, alleys, driveways, sidewalks, etc., such concrete shall be saw-cut (to a depth of not 1 ess than 1 112") to neat, vertical, true lines in such a manner that the adjoining surfaces will not be damaged. The pavement replacement shall be Class "A" concrete placed to the dimension as shown on the drawings. Expansion joints shall match the existing expansion joints in the old pavement. The surface shall be wood float finish with no greater variance than 1/4" in a 10-foot straightedge either across the pavement re1acement or longitudinal with the centerline of the ditch. Any greater variance than the above 1/4" shall be cause for rejection of the pavement replacement. Before placing the concrete replacement, the edges of the old pavement shall be thoroughly cleaned and given a wash of neat cement and water. '~-; '.'." '''.'.' I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-21 d. Curb, Gutter, and Sidewalk Replacement. Where any concrete curb, gutter, or sidewalk has been removed or displaced, the same shall be replaced to the nearest construction jOints with new asphalt or concrete to the same dimensions, material, and finish as the original construction that was removed. Expansion joints shall be the same spacing and thickness as on the original construction. E. Expansion Joints. Expansion joints shall be constructed in curb, walk, and gutter as shown on the plans or as specified herein. Such jOints shall be filled with premo1ded joint filler. No such joints shall be constructed in crossgutters, alley intersections or driveways except as may be approved by the Engineer. One-half inch (13 1lIII) joints shall be constructed in curb and gutter at the end of all returns except where crossgutter transi ti ons extend beyond the curb return, in which case they shall be placed at the ends of the crossgutter transition. No joints shall be constructed in returns. Where monolithic curb and gutter is constructed adjacent to concrete pavement, no expansi on jOints will be required except at EC and BC of curb returns. ' Expansion joint filler 1/4" (6 nm) thick shall be placed in walk at the EC and BC of all walk returns, around all utility poles which may project into the concrete a long the 1 ine of the work, and in wa 1 k returns between the wa 1 k and the back of curb returns when requi red by the Engineer. At the EC and BC and around utility poles, the joint filler strips shall extend the full depth of the concrete being placed. Joint filler strips between walk and curb shall be the depth of the walk plus 1" (25 1IIlI) with the top set flush with the specified grade of the top of curb. All expansion joint filler strips shall be installed vertically, and shall extend to the full depth and width of the work in which they are installed, and be constructed perpendicular to straight curb or radially to the 1 ine of the curb constructed on a curve. "Expansi on joint fi 11 er materi a 1 s shall completely fill these joints to within 1/4" (6 mm) of any surface of the concrete. Excess filler material shall be trimmed off to the specified dimen- sion in a neat and workmanlike manner. During the placing and tamping of the concrete, the filler strip shall be held rigidly and securely in proper position. F. Weakened Plane Joints. 1. General. Weakened plane joints shall be straight and constructed in accordance with Subsections "Control Joint" and "Plastic Control Joint" below, unless otherwise shown on the drawings. In walk, joints shall be tranverse to the line of work and at regular intervals not 'exceeding 10' (3 m). At curves and walk returns, the joints shall be radial. ~ Construction Methods & Earthwork 02201-22 In gutter, including gutter integral with curb, joints shall be at regular intervals not exceeding 20' (6 m). Where integral curb and gutter is adjacent to concrete pavement, the joints shall be aligned with the pavement joints where practical. 2. Control Joints. After preliminary trowel ing, the concrete shall be parted to a depth of 2. (50 111I1) with a straightedge to create a division in the coarse aggregate. The concrete shall then ,be refloated to fill the parted joint with mortar. Headers shall be marked to locate the weakened pl ane for final joint finishing, which ,shall be accompl ished with a jointer tool having a dep1:h of 1/2" (13 111I1) and a radius of 1/S" (3111I1). The finished joint opening shall not be wider than lIS. (3111I1). 3. Plastic Control Joints. The joint material shall be a T-shaped plastic strip at least i. (25 111I1) deep, having suitabl e anchorage to prevent verti ca 1 movement, and havi ng a removable stiffener with a width of at least 3/4" (20 mm). After preliminary troweling, the concrete shall be parted to a depth of 2" (50111I1) with a straig'htedge. The plastic strip shall be inserted i11 the impression so that the upper surface of the removable stiffener is flush with the concrete. After floating the concrete to fill all adjacent voids, the removable stiffener shall be stripped. During final troweling, the edges shall, be finished to a radius of 1/8" (3111I1) using a slit jointer tool. 3.04 FIELD QUALITY COKTROL. A. Contractor's Responsibility for Safety. The Contractor shall be responsible for initiating, maintaining, and supervising all safety precau- tions and programs in connection with the work. This requirement will apply continuously 24 hours a day every day until final acceptance of the work and shall not be limited to normal working hours. B. WarninQs and Barricades. The Contractor shall provide and maintain barricades, guards, temporary bridges and walkways, watchmen, night lights and danger signals illuminated from sunset to sunrise, and all other necessary appliances and safeguards to protect the work. life, property, the public, excavations, equipment; and materials. Barricades shall be of substantial construction and shall be painted such as to increase their visibility at night. Suitable warning signs shall be so placed and illuminated at night as to show in advance where construction, barricades, or detours exist. Guard rails shall be provided for bridges and walkways over or adjoining excavations, shafts, and other openings and locations where injury may occur. C. Fire Prevention. The Contractor's Safety 'Officer shall inspect the entire work and site, including storage areas. at frequent intervals to verify that fire prevention measures are constantly enforced. ~-5 I I I I I I I I I I I I I I I I I I I I. I I I I I I I I I I I I I I I I I I Construction Methods & Earthwork 02201-23 D. Fi re Exti nqui shers and Hoses. The Contractor shall furni sh and maintain fully charged fire extinguishers of the appropriate type, supplements with temporary fire hoses wherever an adequate water supply exists, at the places where burning, welding, or other operations that may cause a fire are being performed. E. Flammable or Toxic Materials. Only a working supply of flammable or toxic materials shall be permitted on or on any of the permanent structures and improvements, and shall be removed therefrom at the end of each day' s operations. The Contractor shall store flammable or toxic materials and waste separate from the work and stored materials for the work in a manner that prevents spontaneous combustion or dispersion, and none shall be placed in any sewer or drain piping nor buried on the site. F. Safety Helmets, C10thinq, and Equipment. The Contractor shall not permit any person for whom he is responsible or liable to enter or remain on the site ,of the work unless the person is equipped with and wearing a safety helmet. and other protective clothing and safety equipment conforming to the requirements of the District or regulatory agencies, and shall discharge from the site all persons not so equipped. The Contractor shall post conspic- uous signs at appropriate locations warning the public and persons engaged upon the work of this requirement. The Contractor shall furnish for their temporary use such safety helmets, protective clothing, and safety equi pment as the Engineer may request of him. G. Hazardous Areas. The Contractor shall not permit or allow any person or persons to enter any pipe or space containing hazardous or noxi ous substances or gases, or where there is an insufficient amount of oxygen to sustain life and consciousness, or any other hazardous area unless equipped with lawful and appropriate safety equipment and life-supporting apparatus, and unless those entering are continually monitored and guarded by and in communication with other persons outside the space or area who are equipped in the same way, can give an alarm to others for assistance, and initiate immediate rescue operations in the event of mishap. H. Work Durinq an Emerqency. The Contractor shall perform any and all operations and shall furnish any materials and equipment necessary during an emergency endangering life or property and, in all cases, shall notify the District of the emergency as soon as practical, but shall not wait for instruction before proceedinq to properly protect both 1 ife and property. Any additional compensation or extension of contract time claimed by the Contractor on account of an emergency shall be app1 ied for as provided in the specifications. 1. Compaction Tests. All compaction tests required by either the governing agency having jurisdiction over the right-of-way or by the District shall be performed by the District or its agent at District expense. However, in the event these tests prove the compaction to be unacceptable to either the governing agency or the Di stri ct, all subsequent tests requi red by the governing agency or the District shall be performed at the Contractor's expense by an independent soils engineer acceptable to the governing agency and to all parties to the contract, unless performed by the governing agency. ~ Construction Methods & Earthwork 02201-24 Tests will be scheduled within 24 hours of the Contractor's request for tests, at locations to be selected by the Oistrict and/or the governlng agency. However, tests shall not be sched41ed until a minimum 4-hours work is available for the testing laboratory, as determined by the Engineer. Results of these tests shall then be available within 48 hours. In-place soil densities shall be determined by the sand cone method of test in accordance with ASTM Standard 0-1556-64, or by the nuclear method of test in accordance with ASTM Standard 0-2922-071. Optimum soil moisture-density relations shall be determined by the method of test specified in ASTM Standard 0-1557-78, except as otherwise specified in the Special Conditions. In accordance with provisions for guarantee of the work, the Contractor shall return at hi s expense to correct any backfill conditions subsequent1 y found to be substandard by either failure or more extensive testing. The Contractor shall provide all labor and equipment necessary to prepare for all tests and to assist the soils engineer in taking the tests, as directed by the Engi neer. J. Clean-up During Construction. The Contractor shall keep the premises occupied by him in a neat and clean condition, and free from unsightly accumulation of rubbish. Upon completion of the work and before the final estimate is submitted, the Contractor shall, at his own cost and expense, satisfactorily dispose of or remove from the vicinity of the work all plants, buildings, rubbish, rock, unused and excavated materials belonging to him or used under his direction during the construction, and in the event of his failure to do so, the same may be removed and disposed of by the District at the Contractor's expense. Contractor's responsibility shall include satis- factory disposal of all debris or protective material resulting from material delivery such as plastic wrappings, pipe stulls, etc., whether or not the Contractor furnished such material. The Contractor shall carryon hi s operations in such sequence and in such manner as to interfere as little as possible with other improvements. When the constructi on is adjacent to or on resi denti a 1 property or culti vated fields or orchards, disposal of material and backfill 'operations shall be performed in such manner as to restore the properties to their original condi- tion as nearly as practical as determined by the Engineer. Topsoil shall be carefully removed, stockpiled, and replaced after the backfill is placed. As a part of the clean-up operation on faci 1 i ti es in pri vate ri ght-of-way, the Contractor sha 11 restore the soi 1 the full width of the ri ght-of-way to a mechanical condition equivalent to that which existed at the time of the construction operations on such areas, by thoroughly loosening the soil with subsoilers, or other acceptable means and by discing and leveling if necessary, any stones, gravel, or other deleterious material left in spoil banks. On such 1 ands debri s shall be removed by the Contractor before hi s final preparation of the soil and shall be disposed of as required for exca- vated materials. END OF SECTION 02201 ~1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PROCEDURE FOR SEWER FORCE MAIN CONSTRUCTION AT MARGARITA ROAD BRIDGE OVER SANTA GERTRUDIS CREEK For reference see plans prepared by Lohr and Associates, Inc" and signed by Eastern Municipal Water District (E.MW.D.) on March 31,1988. The E,MW,D, sheet numbers are SD-9866 through SD-9869. 1. While present force main remains functional, construct new temporary force main to alignment shown on plans. Do not connect or compromise the integrity of the present system. 2. Plug the inlet sewer entering Manhole No. 10 shown at Station 44 + 08,00 wtth inlet nozzle of pump and pump to temporary storage or to Manhole No, 11 Station 10 + 38. 3. Pump the wet well dry. 4. Add clean water to the system via the sewer outletting Manhole No. 10 Station 44 + 08.00. The water shall be chlorinated to a minimum of 50 ppm and shall not exceed 200 ppm. The method of disinfection shall conform to the provisions of AWWA-C651-86 (latest). 5. Fill the wet well wtth clean chlorinated water, pump the water through the force main. 6. Monttor the quality of the water outletting the force main into Manhole No. 11 Station 10 + 38.00. Five minutes after observing clear chlorinated water outletting the force main, suspend the flushing of the system. 7, Remove as much water from the force main as possible, by pumping, Pig with compressed air. 8. Have a work crew located at both locations for connection so that work on both ends can be done simuttaneously, 9. Cut the existing force main and allow remaining fluid to drain out into a lined sump. This water to be pumped to Manhole No. 11. 10. Make both connections. 11, Pressure test the system for leaks. Repair all leaks. 12. Backfill in accordance wtth EMWD requirements. 13. Remove, cap, or crush in place, the portion of the force main from Station 17 + 50 to Station 24 + 40 that is no longer in service. 14. Prime pressure system via Manhole No. 10 or as directed by the inspector to EMWD Standards and Specilications. 15. 100% Backup. 16. Five (5) days advance notilication by contractor to EMW.D. bm/wpad/procedr.sfm/g: etO .. I I I I I I I I I I I I I I I I I I I Eastern Municipal Water District standard and Specifications for Sewer System Construction and Force Main Construction Contents section 02201 Construction Method and Earthwork section 02761 Furnish and Install vitrified Clay Sewer Pipe System Section 02768 Furnish and Install PVC Force Main section 03300 Cast in Place Concrete section 15058 Cast Iron Fittings section 15081 Gaskets section 15089 Nuts and Bolts section 15331 vitrified Clay Sewer Pipe (Bell & Spigot) section 15340 Manholes and Fittings ~ ~ I- I ~ I I I I I I I I I I I I I I I I I SPECIFICATIONS - DETAILED PROVISIONS Section 02201 -Construction Methods & Earthwork COIITEIIJS PART 1 - GENERAL 1.01 Requ1 rement 1.02 Structure Protection 1.03 Job Conditions 1.04 Guarantee PART 2 - PRODUCTS 2.01 Materials PART 3 - EXECUTIOlI 3.01 Weather LimitatIons 3.02 Preparation 3.03 Construction 3.04 Field Quality Control Paqe 02201-1 02201-2 02201-4 02201-6 02201-7 02201-8 02201-8 02201-9 02201-24 qo .. I .' I I I I I I I I I I I I I I I I I SPECIFICATIONS - OETAILED PROVISIONS Section 02761 - Furnish I Install Vitrified Clay Sewer Pipe System CONTENTS PART 1 - GENERAL Page 1.01 1.02 1.03 1.04 1.05 Description Records Job Conditions Payment Gua ran tee 02761-1 02761-1 02761-1 02761-1 02761-4 PART 2 - PRODUCTS I MATERIALS 2.01 02761-4 Materials Furnished by Contractor PART 3 - EXECUTION 3.01 3.02 3.03 3.04 3.05 3.06 3.07 Installation of Pipe Laterals and Clean-outs Manholes Cleaning Sewer Lines Leakage Tests Sewer Pipe Repairs Latera 1 Markers 02761- 5 02761-7 02761-8 02761-8 02761-8 02761-10 02761-10 ct\ .. I I I I I I I I I I I I I I I I I I I 1089 FII Vitrified Clay Sewer Pipe System 02761-1 SECTION 02761 FURNISH I INSTALL VITRIFIED CLAY SEIlER PIPE SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION. The Contractor shall furnish all labor, material, tools, and equipment required for the complete construction of pipelines, manholes, clean-outs, and other allied structures and appurtenances as stated on the Bidding Sheets, shown on the Contract Drawings, and specified herein, all within the time as stated in the Contract Documents. 1.02 RECORDS. A true and accurate record of the location of all wye branches, laterals, clean-outs, and other connections and appurtenances shall be kept by the Contractor, and such recor,d shall be furnished to the Engineer prior to, or illll1ediately upon, completion of the work. The location of the end of all 1 atera 1 s and main stub-outs shall be shown at ground surface by a marker approved by the Engineer. 1.03 JOB CONDITIONS. The Contractor shall familiarize himself and comply with all applicable state, county and municipal rules and regulations pertain- ing to sanitation, fire protection and safety, and all provisions of the Contract Documents. 1. 04 PA YMENT . pipe, sha 11 A. Measurement For Payment. ,Quantities for installation manholes, and other appurtenances on District-administered be measured for payment as specified herein. 1. Main Sewer Lines will be measured in place along the hori- zontal centerline of the pipe by the linear foot. The measurement will be continuous through all wye and tee branches. fittings, and manholes, except that said measurement will be taken to the center only of manholes where sewer lines terminate. of sewer contracts 2. Laterals will be measured in place along the horizontal centerline of the pipe by the linear foot from the centerline of the main line sewer to the end of the lateral as shown on the construction drawings. 3. Clean-outs will be measured on the basis of each clean-out installed, including wye branch, riser, screw plug, and box with cover. ct~ ~ F&I Vitrified Clay Sewer Pipe System 02761-2 4. Manholes will be measured on the basis of each manhole completely installed. including required stub-outs. 5. Special Bedding will be measured on the basis of the cubic yards of special bedding required to bring the bedding up to grade for the trench size excavated up to the maximum size of trench allowable under these specifications. No allowance will be made for over-excavation except as directed by the Engineer. 6. Bore Casing will be measured on the basis of horizontal centerline distance and shall include all excavation. furnish- ing and placement of casing. furnishing and placement of all required backpacking and grouting around casing. backfil- ling within casing. pipe bracing. restoration of surfaces. and all labor and material for a finished job. Furnishing and installation of pipe within casing shall be included in pipeline measurement. 7. Paving will be measured as a part of project causing removal and/or repl acement of pavi ng. except as otherwi se speci fied on the Bidding Sheet. B. Payment. Payment for quantities of sewer pipe and manholes will be paid in the manner described hereinbelow. No additional compensation will be ~aid above the unit bid price for changes in quantities. Requests for partial payments will not be approved if the record drawings and revised Construction Progress Schedule and bar chart are not kept current. and request for final payment will not be approved until the completed record drawings. ~howing all variations between the work "as-constructed" and as originally shown on the contract drawings or other contract documents. has been delivered to the District. 1. Sewer Pipe. Quantities of, main sewer pipe and laterals measured as stated above and accepted. will be paid for at the respective unit bid prices per horizontal linear foot for the several kinds and sizes of pipe. which prices and payments shall constitute full compensation for furnishing all labor. materials. tools. and equipment necessary to complete the work in place. including pipe. wye branches. fittings. clean-outs. appurtenances. bore casing. excavation. backfill. imported select granular backfill. special bedding. cradles or encasements, laterals where required. testing. removal and restoration of pavements. curbs. gutters and sidewalks. and disposal of surplus earth and rock spoil. Payment for pipe in place shall be further broken down based upon the Contractor I s submittal under Secti on F-10 of these 0.;> I 'I I I . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I t F&I Vitrified Clay' Sewer Pipe System 02761-3 specifications, as concurred by the Engineer, but not to exceed in the ordinary project the following percentages of the linear foot price stated on the Bidding Sheets: Trench excavation Pipe laid in place and shaded Trench backfilled and backfill compacted Testing and clean-up, exclusive of pavement replacement 10% 65% 20% 5% 2. Wye or Tee Branches. Payment for quantities of wye or tee branches and 1/8 bends measured as stated above and ac:epted shall be included in the payment for the unit bid prices for sewer pi pe, whi ch pri ces and payments sha 11 consti tute full compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work in place, includ- ing wye or tee branches only or wye or tee branches pl us 1/8 bends or short pipe sections as applicable, and no additional payment shall be made therefor. 3. Clean-outs. Payment for quantities of clean-outs measured as stated above and accepted will be paid for at the unit bid price stated on the Bidding Sheets, which prices and payments shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to complete the work in place, including wye branch, riser, screw plug, and box with cover, and no additional payments will be made therefor. 4. Manholes. Quantities of manholes measured as stated above and accepted, will be paid for at the respective unit bid prices for the sizes of manholes stated on the Bidding Sheets, which prices and payment shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to complete the work in place, including concrete base, manhole rings and tops, drop manhole inlets and supports, mortar, manhol e frames and covers. steps, stubs, earthwork, testing, removal and restoration of pavement, and disposal of surplus earth. SpeCial Beddinq. Quantities of special bedding measured as stated above and accepted, will be paid for at the stipu- lated cost price, or the respective unit bid price for the quantities as stated on the Bidding Sheets, which price shall constitute full compensation for all labor, materials, and equipment necessary to complete the work in place, includ- ing the special bedding material. 5. q4 . F&I Vitrified Clay Sewer Pipe System 02761-4 6. Bore Casing. Payment for bore casing in place measured as stated above shall be made as specified on the Bidding Sheets. 7. Paving. Payment for quantities of paving measured as stated above and accepted shall be i ncl uded in the unit bi d pri ce for pipeline. Work includes removal and/or restoration of paving and all earthwork. and no additional compensation will be made therefor. except as otherwise provided on the Bidding Sheets. 1.05 GUARANTEE. All work. materials. and equipment shall be guaranteed for the periods of time set forth elsewhere in the Contract Documents for general guaranty or warranty. PART 2 - PRODUCTS & MATERIALS 2.01 MATERIALS FURNISHED BY CONTRACTOR. The' Contractor shall furnish all materials required for' the work. in accordance with thesp. specifications and the latest revision of the applicable specifications for Mterials speci- fied herein. A. Vitrified Clay Pipe (VCP). Unless otherwise sholln. or when shown as VCP. all pipe shall be vitrified clay pipe meeting the requirements of the Detailed Provisions of the District standard specifications. Where ground water is encountered. or when speci fi ed on the constructi on drawings all pipe will be treated for absorption resistance with: 1. Dow-co\'ning 722 silicon. 3% (by weight); or polyvinyl acrylic emulsion. 4% (by volume). 2. Union Carbide - Silicone water' repellent R-20 (Solium methyl silanotate) 5% (by volume). Application shall be by total immersion. B. Pipe Joints. The types of joints approved for use with the types of pipe previously described in this specification are: 1. Compression Joints. Plastisol. Roll-on. and Ring-tite joints, or their approved equal. shall be installed on the respective types of pi pe in accordance wi th the manufacturer's directions. 2. Repair Clamps & Connection Clamps shall be as specified in ASTM 594 Section 5.1.2.3 Test Condition II. with stainless steel A1S13l6 bands and clips. stainless steel A1S1305 bolts and nuts. and stainless steel A1S1304 shear ring; except as otherwise approved by the Engineer. <\-5"" ,I 'I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I F&I Vitrified Clay Sewer Pipe System 02761-5 C. Cast Iron Pipe. Cast iron sewer pipe and fittings, when specifi- cally required, shall, confonn to the latest revision of AWWA Spec. C-106, -108, or -151, with bituminous inside and outside coatings. Joints shall be mechanical or push-on joints confonning to the latest revision of AWWA Spec. C-ll1 or EMWD standard drawings. Ductile Iron Pipe Class 2 (ANSI Thick- ness Class 52) may be used in lieu of Cast Iron Pipe. D. Portland Cement Concrete. All concrete shall meet the requirements of the Detailed Provisions of the District standard specifications, except that only Type II Portland Cement shall be used. E. Portland Cement Mortar. All cement mortar used for construction purposes shall consist of one (1) part Portland Cement (Type II) to two (2) parts of silica sand by volume and moistened with sufficient water to pennit plaCing, buttering, caulking or coating without crumbling, unless otherwise approved by the Engineer. F. Manholes. All manholes, covers, frames and steps shall meet the requirements of the Detailed Provisions of the District standard specifica- tions, and of the District standard drawings. One-piece cone and shaft will not be accepted. Manhole stub-outs shall be included in manhole installations, and shall be of vitrified clay pipe of the size designated on the drawings. All stub-outs shall be plugged for future connection, with neoprene stoppers or approved equal. Manhole frames and covers will be furnished by the Contractor upon prior approval by the District of shop drawings. Such prior approval by the District shall in no way nullify the District's right to accept or reject any individual unit as furnished or as installed. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE shall start at the low end of each section and proceed upgrade. All bell and spigot pipe shall be laid with the bell end upgrade. Assembly of all types of pipe shall be done in strict confonnance with the requirements of the pipe manufacturer. Pipe shall be accurately laid to alignment and grade shown on the drawings or established by the Engineer. Where grade stakes are provided with which to establish the proper pipeline grade, pipe shall be laid to grade within a tolerance of 0.02', or 0.05' cununulative deviation from elevations set at 100' stations. a.,fp t#' F&I Vitrified Clay Sewer Pipe, System 02761-6 Sags. or standing water in pipe. shall meet the following criteria: Does not Comply Does not Comply with Specifications with Specifications Complies with Resulting in and Reconstruction Pipe Slope Specification No Payment is ReQui red less than 0.4S No sag in line greater than 1/4" greater than 1/2" sag sag less than or 1 ess than 1/4" greater than 1/2" greater than 1" equal to 0.7S sag sag sag greater than less than 1/2" greater than 3/4" grea ter than 1 1/2" 0.7S sag sag sag Sag limits may be increased 25 percent for S-inch diameter; 50 percent for 10- inch diameter; 75 percent for l2-inch diameter; and 100 percent for pipe diameter greater than 12-inches. It shall be the Contractor's responsibility to prove to the Engineer's satisfaction that sags do not exceed the limits stated. Lines must be replaced if visual measurements and documentation cannot be provided. If standing water depth in the sag exceeds the value listed under "No Payment". then to compensate for anticipated higher than average pipeline operation and maintenance cost. no payment will be made for construction. The non-payment amount will include all construction costs including such itEms as excavation. pipe installation, backfilling. resurfacing. etc.. for the length of standing water that exceeds the value for "No Payment". Oue to unacceptably high operation and maintenance costs and poor system reliability. pipelines with sag depths exceeding those listed for "Reconstruction is Required" will be rejected. Reconstruction of the entire length of standing water plus 20 feet on each side of the standing water will be required. Damaged pipe must be removed and not reused. A. Bedding. All pipes shall be laid in a bed prepared by hand work. dug true to line and grade. to furnish a true and firm bearing for the pipe throughout its enti re 1 ength. Adjustment of pi pes to 1 i nes and grade shall be made by scraping away or filling in and tamping material under the body of the pi pe throughout its enti re 1 ength. and not by blocking or wedgi ng. Where a hand-shaped trench bottom conforming to barrel of the pipe is not available or practical. Class "Cn bedding shall be utilized below the pipe to a depth of one-eighth (l/S) thp outside diameter of the pipe. but not less than 4". B. Bell Holes shall be provided at the ends of each pipe length. of sufficient size to permit making up the particular type of joint being used. q\ .1 II I . I I I I I I I I I I I I I I I I'.. I I I I I I I I 1 I I I I I I I I I F&I Vitrified Clay Sewer Pipe System 02761-7 C. Alignment. Pipes shall be laid in accurate conformity with the prescribed lines and grades. which alignment shall be obtained by plumbing and measuring from a tightly stretched wire or line running parallel with the flow line grade and supported over the centerline of the sewer by batterboards or bars accurately placed and firmly fastened in place across the trench; or by some other comparable method acceptable to the Engineer. Laser beam may be utilized in lieu of above described wire or line. Pipe alignment shall not deviate from that shown on the plans by more than 3/4 pipe diameter. nor shall it change in alignment more than 2 inches in 20 feet. After each length of pipe has been laid to line and grade. it shall be jointed ,to the preceding section as hereinafter specified. and after said jointing procedure has corrmenced. there shall be no movement of the pi pe whatsoever in subsequent operations. D. Pipe ,Cleaning. Before each new length of pipe is placed, the interior of the preceding pipe shall be carefully cleaned of all dirt and debri s. At all times when the work of i nsta 11 i ng pi pe is not in progress. all openings into the pipe and the ends of the pipe in the trench shall be tightly closed to prevent entrance of animals and foreign materials. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source. shall assume full responsi bil ity for any damage due to thi s cause and shall at hi s own expense restore and replace the pipe to' its specified condition and grade if it is displaced due to floating. , . 3.02 LATERALS ANO CLEAN-OUTS shall be Constructed at the points indicated on the plans. and in accordance with the standard drawings. Connections of house laterals to sewer mains shall be either wye or tee type connections as shown on EMWD standard drawings except that only one type shall be used universally throuQhout the project. Wye branches shall be I aid wi th the axi s of the "Y" enteri ng the ma i n sewer at an angle above the horizontal axis of said main. unless specifically called out otherwise on the plans or in the Special Conditions. but. unless specifi- cally called out otherwise. this angle shall not exceed 450. Where tee type connections of house laterals to sewer mains are selected in accordance with the requirements. the Contractor shall provide a i-foot long section of lateral sewer pipe out of the tee-type branch. Wherever any service connection is to be temporarily blanked off. it shall be plugged with a terra cotta cover secured and made watertight with cement mortar. o,t # F&I Vitrified Clay Sewer Pipe System 02761-8 Lateral connections to existing mains shall be made pursuant to the provlslons of the appropriate standard drawing for saddle connection to the existing main pipe material. 3.03 MANHOLES shall be constructed in the locations and to the dimensions as shown on the drawings. Cast-in-place concrete shall conform to the requirements set forth in Section "Portland Cement Concrete" in these specifications. Pre-cast units shall be assembled accurately with full-bed mortar joi nts. Unless otherwise shown on the drawings. the sewer pipe shall be laid contin- uously through the location of the manhole. After the manhole has been constructed, the open channel shall be formed by splitting the pipe and removing the top h~lf. If the open chaMel cannot be formed in this manner, it shall be formed of concrete wi th the depth equal to the di ameter of the sewer pipe. The floor of the manhole shall slope at least 2" from the sides of the manhole to the open channel. When completed, the top of the manhole cover shall be accurately brought to the elevation called for on the drawings. or if no elevation is indicated, it shall be brought flush with the surface of the surrounding ground or pave- ment. The manholes shall be constructed so that there is not more than 12" of throat section between the top of the cone and the bottom of the frame. When located in roadway subgrades, manholes shall be constructed up to the proper elevation preparatory to street paving, and temporarily covered with planks or steel plates. After paving operations have been completed the temporary covers shall be removed and the frames and covers i nsta 11 ed fl ush with pavement grade. 3.04 CLEANING SEWER LINES. All sanitary sewer mains and laterals shall be flushed with water and "balled" or cleaned by acceptable method prior to testing to ensure that all dirt, debris, and obstructions are removed. This work must be performed in the presence of and to the satisfaction of the Engineer, and the Contractor shall notify the Engineer at least one (1) working day in advance of starting the cleaning work. The contractor shall, following backfill, compaction and line cleaning, provide: L 3/8" minimum pull ropes from manhole to manhole. 2. Equipment and traffic control to assist in the T.V. inspection performed by District's sub-contractor. ' 3.05 LEAKAGE TESTS. All sanitary sewers shall be tested for tightness after they and all appurtenances have been completed, backfilled (except for test tees) and compacted, and are ready for service. In shallow systems, leakage testing shall follow placement of road base material. Tests shall be made on each section, including manholes, from one manhole or test tee to the next, unless grades are flat enough to permit testing two or more sections at one time. The method of required test (water test or air test) shall be determined by the Inspector. '<\1\, I I I . I . I I I I 1 I I I I I I I I . I " I I I I I I I I I I I I I I I I I I F&I Vitrified Clay Sewer Pipe System 02761-9 A. Preparation for Tests. Each section of sewer, including house laterals, between successive manholes shall be tested by closing the lower end of the section to be tested, the inlet sewer of the upper manhole, and the ends of house laterals with stoppers, and filling the pipe and manhole wi th wa ter to a 1 eve 1 of 4' above the invert of the open sewer in the upper terminal. After the section has been filled, it shall be allowed to stand for a sufficient length of time to allow the pipe to absorb what water it will, prior to making the leakage test described in the following paragraphs (Water Test and Air Test). This period of time for absorption of water shall not be less than 30 minutes nor greater than 24 hours. B. Test Procedure and Allowable Leakage. 1. Water Test. The leakage test shall consist of measuring the quantity of water required to maintain the water level at the elevation prescribed in the above paragraph for a period of one (l) hour. The water used in the test shall be measured through a meter or by other means sati sfactory to the Engineer. The allowable leakage shall be computed. from the following formula: E = 0.0015 DL/h where E = allowable leakage in gallons D = inside diameter of the pipe in inches L = length of line being tested in feet h = difference in elevation (in feet) between the water surface in the upper manhole and the invert of the pipe in the lower manhole If the leakage during the test periOd exceeds the allowable leakage, the sewer line shall be overhauled and, if necessary, relaid until the joints hold satisfactorily under the test. 2. Air Test. Installed pipeline shall be field tested in accord- ance with the air test specified in the National Clay Pipe Institute 1967 Supplement to Engineering Manual, and its supplementary tables contained in the NCPI publication entitled "Low Pressure Air Test for Sanitary Sewers {Procedures and Tables)." Isolation of defects by air test shall be the Contractor's responsibility to perform; however, if performed by the District or its agent, they shall be performed at the Contractor's expense. C. Alternate Infiltration Test. If excessive groundwater is encountered in the construction of a section of the sewer, the test for leakage previOUSly described shall not be used. The end of the sewer at the upper structure shall be closed SUffiCiently to prevent the entrance of water and pumping of groundwater shall be discontinued for at least three (3) days, after which the section shall be tested for infiltration. \cP . F&I Vitrified Clay Sewer Pipe System 02761-10 The infiltration into each individual reach of sewer between adjoining manholes shall not exceed 100 gallons per inch of inside diameter of sewer per 24 hours per mile. Infiltration in excess of this amount shall be reduced to a quantity within the specified amount before the sewer will be accepted. In any case, the Contractor shall stop any individual leaks that may be observed. Unless otherwise specified, infiltration will be measured through a meter or by other means satisfactory to the Engineer. D. Manhole Leakage. Should an initial test show excessive leakage in a section of line, it is permissible to draw off the water of a water test and test the manhole that conta'ned water. This test shall be made by plugging all openings in the manh~l'l, filling same with water to the same elevation as used for the initial telL, and checking the loss in a one hour period. The leakage so determined may be deducted from the total leakage in the section of pipe initially tested. If, in the opinion of the Engineer, the manhole leakage thus determined is excessive, the Contractor shall wate"proof the interior of the manhole by applying a coating of grout or an ap~rvved waterproofing material. Excessive 1 eakage is defi ned to be 50 ga 11 ons ppr hour when fi 11 ed to the top of the barrel sections (not including cone or grade rings). Shallow rectangular manholes shall be filled to the top of the manhole sections (not including grade rings), with 50 gallons per hour leakage allowed. 3.06 SEWER PIPE REPAIRS. Sewer pipe leakage in excess of the allowable maximum shall be corrected by repairs acceptable to the Engineer, and retesting as required. Mere sealing of leaks shall not be an acceptable repair. 3.07 LATERAL MARKERS. It shall be requi red of the Contractor to pI ace the required markers at the end of each lateral and to al so return after curb construction to place the required mark in the face of the curb. An "L" may be used in place of the required "S" mark in the curb face. END OF SECTION 02761 \0\ I I I I I I I I I I I I I I I I I I I 1 I' I 1 I I 1 I 1 I 1 1 I I I 1 I 1 I SPECIFICATIONS - DETAILED PROVISIONS Section 02768 - Furnish and Install PVC Force Main CON TEN T S PART 1 - GENERAL 1.01 Description 1.02 Quality Assurance 1.03 Submittals 1.04 Product Delivery 1.05 Job Conditions 1. 06 Payment 1.07 Guarantee PART 2 - PRODUCTS & MATERIALS 2.01 Flange x Hub-End Valves .2.02 Portland Cement Concrete 2.03 Locator Wire 2.04 Telemetry Cable PART 3 - EXECUTION 3.01 General 3.02 Bedding Pipe 3.03 Rubber Gasket Pipe Joints 3.04 Curves, Angles, Closure and Short Sections 3.05 Flange, Fitting and Bolt Protection 3.06 Valve Cap and Riser Installation 3.07 Temporary Bulkheads 3.08 Field Hydrostatic Test Page 02768-1 02768-1 02768-1 02768-2 02768-3 02768-3 02768- 5 02768- 5 02768-5 02768-5 02768-5 02768-6 02768-6 02768-7 02768-7 02768-7 02768-7 02768-8 02768-8 \ oz.. ~ I. I I 1 1 1 I I 1 I 1 I I I I I I I I 1190 Furnish and Install PVC Force Main 02768-1 SECTION 02768 FURNISH AND INSTALL PVC FORCE MAIN PART 1 - GENERAL 1. 01 DESCRIPTION. Under these speci fi cati ons, the Contractor shall furni sh all labor, material, equipment and tools required for the complete installation and testing of force main and appurtenances and allied structures as stated on the Bidding Sheets, shown on the contract drawings or specified herein. and all within the contract time. The Contractor shall be responsible for all work specified herein and the orderly progress and completion of the work in accordance with an approved schedule of construction. The work includes. but is not limited to. all excavation. backfill. disposal, resurfacing of roads and driveways, verification of utilities, installation of all pipe and specials such as tees, elbows, bends and tapers. All anchorage for pipe. such as at the ends of lines, tees. elbows, bends, etc., shall be sufficient to withstand all unbalanced forces. Unless otherwise approved by the Engineer. anchorage shall be provided by means of standard concrete thrust blocks as required by the Contract Drawings and these specifications. All blocking shall be included in the bid price for the installation of pipe. It sha 11 be the respons i bil ity of the Contractor to furni sh the Di stri ct with accurate tie dimensions to all valves installed in the course of construc- ting this project. Refer to Section 02201 of the District's standard specifications for require- ments relating to Construction Methods and Earthwork. 1.02 QUALITY ASSURANCE. Includes the requirements of this specification and the requirements of the latest revision of the following standards as applicable. Unless specifically stated otherwise, the most stringent requirement will govern when there is a conflict. A. AWWA C-900. American Water Works Association (AWWA) C-900 standard for pOlyvinyl chloride (PVC) pressure pipe 4 inches through 12 inches for water. B. AWWA C-905. American Water Works Association (AWWA) C-905 standard for polyvinyl chloride (PVC) transmission pipe 14 inches through 36 inches. C. UniBell PVC Pipe Association Standard B-11. 1.03 SUBMITTALS. Shop drawings for all pipe and appurtenances shall be submitted pursuant to the requi rements of the Contract Documents for Submittals, and shall show the materials, dimensions. stations and all relevant details of all specials. \t>~ - Furnish and Install PVC Force Main 02768-2 1.04 PRODUCT DELIVERY. A. Materials Furnished by the Contractor. Except as otherwise stated on the Bidding Sheet, all materials. including PVC force main and appurtenances. shall be furnished in place by the Contractor. Materials to be furnished by the Contractor shall include that necessary for replacement of all obstructions, road surfacing. etc. The Contractor shall furnish the E~gineer, as soon as issued, duplicate copies of all orders placed outside the qontractor's plant for articles or materials to be furnished by the Contractor for incorporation in the work. The Contrac- tor shall also furnish the Enginee~ with such additional information as reason- ably may be required respecting the character of the material and progress of their procurement. I B. Materials Furnished by ,the District. ONLY AS SHOWN ON THE CONTRACT DRAWINGS OR ON THE BIDDING SHEETS, OR ORDERED BY THE ENGINEER, wi 11 the District furnish any or all of the materials necessary for the completion of the work under these specificatirns. The Contractor shall, within seven (7) days after execution of the contract, meet with the Engineer for approval of his proposed schedule of construction and shall furnish the Engineer a wrrtten statement of the Contractor's require- ments for delivery of materials and equipment to be furnished by the District with the dates upon which deliver~ of each class of said materials and equip- ment will be necessary in order to conform to the Contractor's program of construction. Materials to be furnished by the District, except for pipe. will be delivered to the Contractor f.o.b. the Co~tractor's trucks at the District yard or warehouse, and the Contractor will sign for these materials received. No direct payment will be made to the Contractor for hauling or handling materials or equipment furnished by the District, but payment for such handling and hauling will be included in the ~rices named for the contract items wherein the materials and equipment are ~sed. The Contractor shall be responsible for coordinating the delivery and ~he actual placement of all pipe in accord- ance with his requirements and con~truction schedule, shall properly barricade the pipe and other materials, and shall be responsible for any damage to property as a result of the unlr' ading or placement of the pipe or other materials. . If the delivery of any materials 01 equipment specified herein to be furnished by the Di stri ct shall be delayed by stri kes, acts of God, or other causes beyond the control or without the fault or negl i gence of the Di stri ct, the Contractor shall have no claim agai st the District for such delay in delivery, but shall be entitled to so muc,h additional time wherein to perform and complete the contract on his part! as the Engineer shall certify in writing to be just. C. Haulin and Handl i n The Contractor shall protect all pipe from damage during hauling an handling. Damaged pipe shall be replaced or repaired by the Contractor at his expense, and be subject to approval by the Engineer. v=A. I I I I I I I I I I I I I I I I I I I J I I I I I I I I I I I I I I I I I I I Furnish and Install PVC Force Main 02768-3 1.05 JOB CONDITIONS. ,.'- 1.06 PAYMENT. A. Measurement for Payment. Quantities for installation of pipelines and appurtenances on District-administered projects shall be measured for payment as specified herein and described on the Bidding Sheet: 1. Pipelines. Will be measured in place along the horizontal axis of the pipe by the linear foot, on the basis of pipeline completely installed and tested including earthwork, special bedding included in the work, pipe, gaskets, fittings, specials, concrete and miscellaneous materials. The measurement wi 11 be continuous through all valves and fitti ngs. 2. Valves. Will be measured on the basis of each valve completely installed and tested including valve, valve riser and cap, earthwork and miscellaneous materials. 3. Sewage Air Valves. Will be measured on the basis of each air valve assembly completely installed and tested including tap-tomain, piping, all valves, fittings, valve vault, earthwork, and miscellaneous materials. 4. Special Bedding. Will be measured on the basis of the cubic ya rds of speci a 1 beddi ng requi red to bri ng the beddi ng up to grade for the trench si ze excavated up to the maximum size of trench allowable under these specifications. Only that special bedding for which there are stipulated costs. or for which special bid items are listed in the bid sheet will be measured for payment. No allowance will be made for over-excavation except as directed by the Engineer, or for speci a 1 beddi ng requi red in the contract work under other bid items. 5. Bore Casing. Will be measured on the basis of horizontal centerline distance and shall include all excavation. furnish- ing and placement of casing, furnishing and placement of all required back-packing and grouting around casing, backfil- ling within casing, pipe bracing. restoration of surfaces. and all labor and material for a finished job. Furnishing and installation of pipe within casing shall be included in pipeline measurement. 6. Paving. Will be measured as a part of project causing removal and/or replacement of paving, except as otherwise specified on the Bidding Sheet. \0-5" " Furnish and Install PVC Force Main 02768-4 B. Payment. Payment for quantities for installation of pipeline and appurtenances on District-administered contracts will,c"be paid for in the following manner. Quantities of items listed herein, measured as stated above and accepted, will be paid for at the unit bid prices as stated herein, whi ch pri ces and payments shall constitute full compensation for furni shi ng all labor, equipment and tools necessary to complete the described work in place. No additional compensation will be .paid above the unit bid prices for changes in quantities. 1. Pipelines. Quantities of pipelines will be paid for at the respective unit bid prices per horizontal linear foot for the kinds and sizes of pipe stated in the bidding sheet. Work includes all earthwork, installation and testing of pipe, specials, fittings, anchors, removal and restoration of pavement, curbs, gutters and sidewalks, and clean-up. Payment for pipe in place shall be further broken down based upon the Contractor's submi tta 1 under Secti on F-10 of the Genera 1 Conditions. as concurred by the Engi neer, but not to exceed in the ordinary project the foll owing percentages of the linear foot price stated on the Bidding Sheet: Trench excavation 10% Pipe 1 ai d in pI ace and shaded 65% Trench backfilled and the backfill compacted 20% Testing and cleanup, exclusive of pavement repl acement 5% 2. Fittings and Specials. Payments for quantities of fittings and specials shall be included in the payment for installation of pipelines. Work includes installation of bends. tees, saddles, outlets and tapers with flanges, and all earthwork, and no additional compensation will be made therefore. 3. Valves. Quantities of valves will be paid for at the respective unit bid prices for the size and type of valves stated in the bidding sheet. Work includes installation of valves, valve risers and caps, saddles, flanges, gaskets, bolts, and all earthwork. \O~ 4. Sewage Air Valves. Quantities of air valve assemblies will be paid for at the respective unit bid prices for the size of air valves stated in the bidding sheet. Work includes installation of tap-to-main, valves, service stops, elbows, bends, valve vaults, and all piping. 5. Special Bedding. Quantities of special bedding measured as stated above and accepted, will be paid for at the stipu- 1 ated cost pri ce, or the respecti ve uni t bi d pri ce for the quantities as stated in the bidding sheet, which price shall constitute full compensati on for all 1 abor, materi a 1 s, and equipment necessary to complete the work in place. including the special bedding material. I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I Furnish and Install PVC Force Main 02768-5 6. Bore Casing. Payment for bore casing in place measured as stated above shall be made as specified on the 'bidding sheet. 7. Paving. Payment for quantities of paving measured as stated above and accepted shall be included in the unit bid for pipeline. Work includes removal and/or restoration of paving and all earthwork, and no additional compensation will be made therefore, except as otherwi se provi ded on the bi dding sheet. 1. 07 GUARANTEE. All work, materi a 1 s, and equi pment shall be guaranteed for one year after the filing of the notice of completion except where the periods of time are set forth elsewhere in the contract documents for General Guaranty or Warranty. PART 2 - PRODUCTS & MATERIALS 2.01 FLANGE x HUB-END VALVES. Where valves do not connect to fittings, the fitting may be hub-end, or flange x hub-end. However, where valves connect to cast iron or welded steel fittings, fittings shall be flanged. Where flange x hub-end valves are not available for use with PVC pipe, flanged valves shall be used with flange x hub-end adaptors. All valves shall be hung plumb, with the stems vertical. 2.02 PORTLAND CEMENT CONCRETE. Cast-in-place structures of plain and rei nforced concrete shall conform to the requi rements of Chapter 26 of the Uniform Building Code and ACI 318, unless otherwise approved by the Engineer. Classes of concrete used in the construction of cast-in-place structures shall be proportioned as specified in Section 03300 of the District standard speci fi cati ons. 2.03 LOCATOR WIRE shall be 14-1 solid insulated copper wire {UF)o Locator wire is required except when the force main is parallel to curbs or when telemetry wire is installed in the same trench as the force main. 2.04 TELEMETRY CABLE. On District-administered contracts, the District will supply the telemetry cable for installation in accordance with these specifications and contract drawings. The telemetry cable will be delivered to the Contractor at the District's warehouse. Prior to acceptance and delivery of the cable, a continuity test will be performed by District personnel or the Contractor's representative. Certification of the test results will be acknowledged by the Contractor or his representative in writing. The Contractor will be responsible for the safe handling, installation and retesting for total continuity of the cable installation prior to acceptance by the District. \t;\ .. Furnish and Install PVC Force Main 02768-6 PART 3 - EXECUTION 3.01 GENERAL. It shall be the responsibility of the ,Contractor, prior to start of construction, to meet with the Engineer: A. For approval of schedule of construction for work and completion of pipelines or sections thereof; B. To submit the required forms listed in the General Conditions. C. To coordinate delivery of District-furnished materials. 1. Determine location and placing of the pipe to be unloaded and direction of placing bells; 2. Determine the quantity of pipe to be placed in a particular location; 3. Coordinate delivery of pipe and other materials to meet his construction schedule. D. To furni sh such additi ona 1 i nformati on as may be requi red from time to time as construction progresses, regarding the progress of the procurement and deli very of the requi red equi pment and materials, and/or the scheduling of the work. Any subsequent shuttling of pipe, turning of bells. etc.. will be at the Contractor's expense and no additional compensation will be allowed above the unit bid price, unless authorized by the Engineer in writing, All quantities shown on the Bidding Sheet and the contract drawings indicate the estimated quantities of materials for the completed pipelines in place, 3.02 BEDDING PIPE. A. General. Each section of pipe shall be lowered into the trench in a manner that will prevent injury to the pipe, coating, or joints and shall be carefully bedded to provide continuous bearing and prevent uneven settlement. The inside of the pipe shall be clean and free from foreign material of any kind before being installed. B. Tolerance. The pipe shall be accurately laid to alignment and grade shown on the drawings or estab 1i shed by the Engi neer. Where grade stakes are provided with which to establish the proper pipeline grade, pipe shall be laid to grade within a tolerance of 0.1', or 0.2' cumulative deviation from e 1 evati ons set by adjacent grade stakes. As ordered by the Engi neer, the allowed tolerance may be greater than herein indicated for lines on steep grades, or less than herein indicated for the larger lines or lines on flat grades, where necessary to avoid air pockets. C. Pipe Zone Bedding. The pipe zone bedding material shall conform to the requirements for solid wall PVC pipe on Standard Drawing SB-76. \o~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Furnish and Install PVC Force Main 02768-7 3.03 RUBBER GASKET PIPE JOINTS. After the subgrade has been prepared as specified, the rubber gasket shall be placed in the groove on the spigot ring, and the spigot end of the pipe then entered into the bell of the adjoin- ing pipe and forced into position. Care shall be taken to avoid twisting or cutting the gasket when jointing the pipe. The inside surface of the bell shall be lubricated with a compound of Sherwin-Williams Fluxsoap or approved equal which will facilitate the telescoping of the joint. 3.04 CURVES, ANGLES, CLOSURES AND SHORT SECTIONS. The laying of pipe on curved alignment by means of unsymmetrical closure of spigot into bell rings will be permitted. The amount of pull permitted from normal closure on one side of the joint shall not exceed the manufacturer's reconmendation. For the purpose of reducing the angular deflections at pipe joints and for closure sections, the Contractor shall be permitted to install pipe sections of less than standard length. Where such installations are allowed, Contractor shall be responsible for anchorage of the necessary joints, as directed by the Engineer. 3.05 FLANGE, FITTING AND BOLT PROTECTION. All appurtenances and fittings at the pipeline shall be primed, and wrapped with Protecto-Wrap No. 200 or 300 Coal Tar Resin tape. 3.06 VALVE CAP AND RISER INSTALLATION. In new subdivision developments, Contractor shall leave va 1 ve cans 3" mi nimum below rough-graded subgrade street surface, properly covered, and shall return after paving of the streets is completed by others, to raise the valve slip can and cap to grade. Contractor shall coordinate hi s work with that of the paving contractor to place the slip can during placement of the road sub-base, if desirable. 3.07 TEMPORARY BULKHEADS. The Contractor shall furnish and install complete, a 11 the necessary temporary bulkheads or ski 11 ets and appurtenances thereto in the pipeline used for backfilling or testing purposes and shall remove such bulkheads upon completion of the line. The Contractor shall furnish, at his own expense, any openings in the pipeline or bul khead and any valves or by-pass arrangements which are for his conven- ience in filling, testing and/or emptying the pipeline. At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of the pipe in the trench shall be tightly closed to prevent entrance of animals and foreign materials. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for any damage due to this cause and shall at his own expense restore and replace the pipe to its specified condition and grade if it is displaced due to floating. \cA. . Furnish and Install PVC Force Main 02768-8 If the Contractor, upon approval by the Engineer, elects to test a system utilizing valves and connecting pipe installed by the District, the District will assume responsibility for any leaks occurring in any pipeline or valve furnished and installed by the District. In the event Contractor is unable to satisfactorily test his system because of leaks in the District-installed system, Contractor shall install temporary bulkheads in his construction to perform tests, as determined necessary by the Engineer. Full compensation for furnishing all labor. tools. materials. and equipment (except water when provided by the District), and for doing all work involved in testing. and for repairing any leaks shall be included in the price paid for installation of the pipe, and no additional compensation by the District will be allowed therefore. 3.08 FIELD HYDROSTATIC TEST. Upon completion of the laying, jOinting, backfi 11 i ng. and proper curi ng of the joi nts. and compaction of backfi 11 , the pipeline or portions thereof shall be hydrostatically tested. For convenience of testing, the pipeline may be divided into sections and each section tested separately. Main line valves may be used in lieu of special bulkheads, or if valves are not conveniently located, temporary bulk- heads shall be constructed. Bulkheads shall be constructed to safely withstand the hydraulic pressures imposed upon them. No payment will be made expressly for the work and materials required for the bulkheads and any compensation desired by the Contractor for this work shall be included in the price quoted for the installation of pipe. The Contractor shall have no claim against the Di stri ct by reason of requi red construction of bul kheads due to the omi s- sion of the installation of any or all main line valves. After the section of pipeline has been bulkheaded and completely filled with water, it shall be allowed to stand under pressure a sufficient time to allow the pi pe to obta i n a maximum absorpti on of water and to allow the escape of air from any air pockets. The pressure shall then be increased to the specified tesL pressure as hereinafter described. and shall be maintained at this pressure for not less than four (4) hours. All pipe shall be tested under a pressure 1 1/2 times the design operating pressure of the pipe. pressure class/rating marked on pipe. but not less than 150 pounds per square inch. Maximum test pressure shall not exceed that determined by the Engineer. If any leakage is evidenced in the testing of the pipeline, the various sections of the pipeline shall be isolated for testing between available valves. or between bulkheads located as directed by the Engineer. The maximum allowable leakage for pipe shall be two (2) gallons per day per mile of pipe \'fJ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Furnish and Install PVC Force Main 02768-9 per inch of pipe inside diameter. If the leakage exceeds this amount, the section being tested will be considered defective. The Contractor shall determine the points of leakage, make the necessary repairs and perform another test. This procedure shall be continued until the leakage in each section falls below the allowable maximum for that section of pipeline. Leakage shall be determined by metering the water injected into the pipeline while under the required pressure. The Contractor shall submit to the District before and after the test the gage and meter used so that these devi ces may be tested by this District. The Contractor shall provide all calibrated meters for measurement of leakage, all bulkheads or skillets, piping. calibrated gages, pumps and other equipment, all water not furnished by the District, and all power and labor necessary for the performance of pressure tests sati sfactory to the Engi neer. The Contractor shall furnish all necessary equipment and labor to fill each section of pipeline tested and for pumping the water from one test section to another as may be necessary for obtaining and maintaining the required water pressure and for filling the entire pipeline with water after the conclusion of the testing, as hereinafter provided. The Contractor, at his own expense, shall do any excavation necessary to locate and repair leaks or other defects which may develop under test, including removal of backfill already placed, shall replace such excavated material. and shall make all repairs necessary to meet the required water ti ghtness after whi ch the test shall be repeated until the pi pe meets the test requirements. All tests shall be made in the presence of the Engineer. After the pi pe has met successfully all test requi rements specifi ed herei n. the entire pipeline shall be filled with water and so maintained until the completion of the contract unless otherwise ordered by the Engineer. END OF SECTION 02768 \\~ .. I I . I I I I I I I I I I I I I I I I I SPECIFICATIONS - DETAILED PROVISIONS Section 83300 - Cast-In-Place Concrete CON TEN T S PART 1 - GENERAL Page 1.01 Description 1.02 Reference Standards 1.03 Source Quality Control 1.04 Concrete Mix DeSigns and Preliminary Tests 1.05 Product Delivery. Storage. and Handling 1. 06 Payment PART 2 - PRODUCT 03300-1 03300- 2 03300-2 03300-3 03300-5 03300-6 2.01 Materials 2.02 Concrete Mixes 2.03 Concrete Mixinq 03300-6 03300-11 03300-12 PART 3,- EXECUTION 3.01 Preparation Before Placing 3.02 Waterstops 3.03 Joints in Concrete 3.04 ConveyinQ and Placing Concrete 3.05 Curing formed Concrete 3.0~ Placing Grout 3.07 Anchors. Sleeves. Stair Nosings. Etc. 3.08 Equipment Bases 3.09 Finishing Formed Concrete 3.10 Finishing Slabs and Flatwork 3.11 Curing Slabs and Flatwork 3.12 Formed Stairs and Treads 3.13 Chamfers and Fillets 3.14 Joints with Sealant 3.15 Installation of Pipelines Through Concrete Structures 3.16 Field Quality Control 3.17 Watertightness of Concrete Structures 3.18 Alterations and Rework 3.19 Quality of Work 03300-14 03300-14 03300-15 03300-17 03300- 24 03300-24 03300- 24 03300- 25 03300-25 03300-27 03300-28 03300-29 03300-29 03300-29 03300-30 03300-30 03300-31 03300-31 03300-31 \\-z.... .. I . I I I I I I I I I I I I I I I I I I 1187 Cast-In-Place Concrete 03300-l . " SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 DESCRIPTION. Provide cast-in-place concrete work, complete as indicated, specified and required. including all appurtenant work as indicated. A. Work Included in This Section. Principal items are: 1. All cast-in-place concrete including bases for mechanical and electrical equipment. 2. Concrete standards, materials. mixes and tests. placement. finishing. patching. grouting, and crack repair. 3. Imbedded waterstops for cast-in-place concrete. 4. Concrete curing. 5. Sealing of joints in liquid-containing structures and else- whe re shown. 6. Treatment of concrete surfaces. B. Related Work Not Included in This Section. 1. Formwork (Section 03150). 2. Reinforcing work (Section 03200). 3. Architectural finishing (Section 03356). 4. Sealers. coatings, and waterprOOfing for treating concrete surfaces. 5. Pre-stressed concrete. C. Definitions. 1. Water Bearing Structure shall be construed to mean any struc- ture any part of which contains water or process liquids. or which protects spaces from groundwater. 2. Definitions of surface treatments of concrete structures Waterproofing - The Division 7 material to be applied. or the application of Division 7 material, to either earth- supporting below-grade surfaces or waterbearing surfaces of either existing or new walls common to occupied areas (Le. galleries,' pump rooms. etc.), for the purpose of making such walls impervious to water or sewage. Damp-proofing - The Division 7 material to be applied. or the application of Division 7 material to either , earthsupporting below-grade surfaces or water-bearing surfaces of either existing or new walls common to occupied areas \\~ .. Cast-In-Place Concrete 03300 - 2 .. (i.e. galleries, pump rooms. etc.). for the purpose of retarding the passage or absorption of water or water vapor. An alternate specified method of damp-proofing might be the addition of a suitable admixture or treated cement to the concrete. Coating - The Division 9 material or system. or application of Division 9 material or system. to protect or paint concrete surfaces. Sealer - A coating applied to seal the pores in an uncoated surface. The sealer for surfaces to be painted in the prime or first coat of a Division 9 painting system. The sealer for surfaces to be left unpainted is a clear transparent waterproof coating. Seal Coat - A layer of Division 2 bituminous material applied to seal the concrete surface. Sealant or Sealing Compound - A Division 7 impervious material for the purpose of excluding water by sealing or caUlking joints in water-bearing surfaces or traffic surfaces. for the purpose of excl uding moi sture or sound by sealing or caulking joints in surfaces or partitions. or for the purpose of providing a bond breaker. 1.02 REFERENCE STANDARDS. Except herein modified. concrete work shall conform to requirements of ACI 301-72 (revised 1975). Specifications for Structura 1 Concrete for Bui 1 di nqs, and to reou; rements of ACI Standa rds and ACI Recommended Practices as contained therein. 1.03 SOURCE OUALITY CONTROL. A. Code ReQui rements. Un less more stri ngent requi rements are speci- fied herein and/or shown on the Drawings. all work shall conform to the appli- cable requirements of the Uniform Building Code. 1982 Edition. B. Testing. Materials shall be tested as hereinafter specified and unless specified otherwise all sampling and testing shall be performed by District-approved Testing Laboratory with cost borne by the Contractor. 1. Portland Cement. Submit notarized Mill Certificates. provided by, the cement manufacturer. including full compliance with requirements specified. In the absence of certificates, Testing Laboratory shall perform tests for each 250 barrel s of cement at Contractor's expense. tests made in accord- ance with ASTM C150 with tensile strength test made at 7 days. Cement shall be tagged for identification at location of sampling. 2. Stone Aggregate for Concrete. Test aggregate before and after concrete mix is established and whenever character or source of material is changed. Include a sieve analysis \\~ I I I I I I I I I I I I I I I I I I I I. I I I I I I I I I I I I I I I I I I Cast-In-Place Concrete 03300 - 3 to determine conformity with limits of gradation. In accord- ance with ASTM C75, take samples of aggregates at source of supply or at the ready-mix concrete plant. Submit certified test results. a. Sieve Analysis. ASTM C136. b. Organic Impurities. ASTM C40. Fine aggregate shall develop a color ,not darker than reference standard color. c. Soundness. ASTM C88. Loss resulting therefrom, after 5 cycles, shall not exceed 8% of coarse aggregate, 10% for fine aggregate. d. Abrasion of Concrete AQgreQate. ASTM C131; loss shall not exceed 10l;;% after 100 revolutions, 42% after 500 revolutions. , Deleterious Materials. Materials Finer Than exceed 1% for gravel, ASTM C33. g. Reactivity Potential. ASTM C289. Ratio of silica released to reduction in alkalinity shall not exceed 1.0. e. ASTM C33. 200 Sieve. ASTM 1.5% ,for crushed C117; not to' aggregate per f. h. Cleanliness and Sand Equivalent. For all aggregate, not less than 75 for average of 3 samples tested accord- ing to Test Method No. California 217E (Materials Manual, Testing and Control Procedures - Materials and Research Department, State of California). C. Applicator. The applicator of water-proofing, damp-proofing, coatinQs, sealers, seal coats, or sealants shall be approved by the manufacturer of the material. 1.04 CONCRETE MIX DESIGNS AND PRELIMINARY TESTS. At Contractor's expense, Testing Laboratory shall prepare mix designs for all cast-in-place concrete to have the required 28-day compressive strengths, and shall perform prelimi- nary testinQ in accordance with the following requirements. Test results shall be submitted to the District. A. Mix Designs. 1. Strength Reguirements. Design concrete mixes for use in various locations, for minimum 28-day compressive strengths and maximum aggregate si zes requi red by Structura 1 Drawi ngs and these Specifications, as follows, except as otherwise specified in the Special Conditions: a. Class "AA" , 4,000 psi Concrete. shall be provided throughout except after, or in the Speciai Conditions. Cl ass "AA" concrete as specified herein- b. Class "A", 3,000 psi Concrete. Clas.s "A" concrete shall be provided for concrete used in: \\~ . Cast-In-Place Concrete 03300 - 4 All reinforced concrete, interior and exterior, not otherwise specified; anchors and anchor walls; pipe cradles, encasements, and beam supports; reinforced valve supports; concrete for grout topping (with reduced-sized aggregate as directed); paving, curbs, and gutters; sewer manhole bases and collars; sewer tree lateral clean-out supports; sewer chimney lateral supports. c. liB", be psi Concrete. Cl ass for non-reinforced liB" concrete concrete used Class sha 11 in: sewer overflow encasements; sewer lateral joint encasements; pipe joint mortar; fence post footings; non-reinforced cut-off walls; non-reinforced exterior slabs and stairs on qrade. 2,500 providect d. Class "e", 2,000 psi Concrete. Class lie" concrete sha 11 be provi ded for concrete used in: non-reinforced thrust blocks and pipe pads; valve supports; sewer cl ean-out supports not otherwise specified. e. Class "D" Concrete, strength and use as specified. 2. Basis for Mix Designs. Design concrete mixes for workability of mix and durability of concrete. Concrete mixes shall be rigidly controlled in accordance with laboratory trial batch method or combinations of materials previously evaluated as required by Sections 4.4 and 4.3, respectively, Standard Building Code Requirements for Reinforced Concrete (ACI 318-83), of the American Concrete Institute and to satisfy herein specifi ed concrete strength reQui rements. When, in the opinion of the Engineer, it becomes necessary to increase the cement content to ,gain the required strength, such adjustment shall be made at the Contractor's expense. 3. Water/Cement Ratios. Mixes for normal weight agqregate concrete shall be designed within the following maXlmum water/cement ratios when concrete is to be used in the various locations: \\Cp I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0886 Cast-In-Place Concrete 03300 - 5 a. For 4,000 psi waterbearing water/cement ratios by weight Freshwater-bearing structures Sewage-bearing structures structural concrete as follows: 0.48 maximum 0,45 maximum limit b. For all other concrete, water/cement ratios shall be no greater than 0,53. 4. Admixtures. Add to concrete mixes, upon approval prior to use, and modify mix design proportions accordingly. Contractor shall submit a letter from the manufacturer when two or more admi xtures are proposed, assuring thei r compatibility and advising how they are to be dispensed. B. Preliminary Strength Tests, In laboratory, prepare nine (9) compressi on test cyl i nders for each concrete mi x des i gn (unl ess more tests are required for an earlier age). Fabricate and cure cylinders in accordance with ASTM C3l. Use concrete, aggregates and admixtures proposed for the concrete work. In accordance with ASTM C39, test three sets of two cylinders at 28-day age. For each mix, no individual strength test result shall fall below the required fc'. C. DryinQ Shrinkage Tests. For each mix design used for preliminary strength tests, using same concrete materials including admixtures, prepare three (3) test specimens for dryi ng shri nkage testi ng, Specimens shall be 4" by 4" by 11" prisms fabricated, cured, and tested in accordance with ASTM C157, using 10" effective gauge length. Measurements shall be taken at one (1) day, seven (7) days, fourteen (14) days and twenty-one (21) days of curing, Zero measurement shall be the one day reading when determining shrinkage, The measurements after 7, 14, and 21 days of drying shall be taken and reported separately. The average drying shrinkage of each set of test speCimens after two (2) days of drying shall not exceed 0,036% for concrete in all portions' of waterbearing structures and not exceed 0,05% for all other structural concrete, except concr.ete for footi ngs, pil es and pil e caps will not requi re drying shrinkage tests, Single specimens shall be within a tolerance of 25% of said maximum percentage, D. Reports, File three (3) copies of each mix design, preliminary strength test report, and drying shrinkage test report with District for review and approval. Contractor shall submit a letter of certification by an approved testing laboratory that the concrete materials, mixes, properties, and work conform to the requirements indicated and specified, 1.05' PRODUCT DELIVERY, STORAGE, AND HANDLING. Deliver materials in a timely manner to insure uninterrupted progress of work. Store materials in a manner that will preclude damage and permit ready access for inspection and identi- fication. A. Materials for treatment of concrete surfaces, The contractor shall deliver sealers, coatings, water-proofing, or other surface treatment materials to the site in their original, unopened containers with the manufacturer's labels intact, describing contents and manufacturer, Stored materi a 1 s shall be kept covered and precauti ons sha 11 be taken for the prevention of fire, Empty containers and soiled or oily rags shall be removed from the site at the end of each day's work, \ \"t . Cast-In-Place Concrete 03300 - 6 1.06 PAYMENT. Payment for cast-in-place' concrete shall concrete poured and found acceptable upon the removal of forms of required finishing. Under no conditions will more than made for concrete formed and poured until required finishing is be ba sed upon and performance 90% payment be completed. On large structures requiring construction over multiple payment periods, consideration may be given by the Engineer for payment as follows: A. Forms and rebar in pI ace and accepted for concrete pour - 50% maximum of concrete price per cubic yard. B. Concrete poured and forms stripped, and found acceptable to the stage of construction - 35% maximum of concrete price per cubic yard. C. Concrete finished and found acceptable - 15% of concrete price per cubic yard. PART 2 - PRODUCT 2.01 MATERIALS. A. Portland Cement. Standard brand of domestic Portland cement, ASTM C150, Type II, low alkali. Do not change brand of cement during progress of work without written approval of Engineer. For concrete exposed to sulfate- containing soils, solutions or other chemically aggressive solutions, use Type V Portland cement as specified. B. Normal Weight (Stone) AQgreQates. Furnish natural aggregates from approved pits, free from opaline,' chert, feldspar, mica (fools gold), siliceous magnesium limestone or other deleterious or reactive substances. Conform to ASTM C33 except as modified herein. Fine aggregates shall pass a #4 sieve. Do not use pozzolan or other additives tO,compensate for aggregate alkali reactivity. t. Coarse AggreQates. Clean, hard, fine-grained sound crushed rock or washed gravel which does not contain in excess of 5% in weight of flat, chip-like, thin, elongated, friable or laminated pieces, or more than 2% by weight of total amount of cherty material and soft particles, 'or more than 1% of chert as soft material as defined on Table 3 of ASTM C33. Consider any piece having a major dimension in excess of 5 times its average dimension to be flat or elongated. 2. Maximum Sizes. As indicated on Drawings, except for concrete in water-bearing structures where coarse aggregate sizes per Table 2 of ASTM C33 shall be No. 467 (lis inches), No. 57 (l inch), or No. 67 (3/4 inch) as otherwise required by design, specifications and ASTM C-33, and except that coarse aggregate nominal maximum size shall not exceed one- fifth the narrowest dimension between sides of form, one- third the depth of slabs, or three-fourths of minimum clear spacing between reinforcing bars. \\<6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cast-In-Place Concrete 03300 - 7 .. 3. Quality. All aggregates shall meet the test requirements of Article "Source Qual ity Control" hereinbefore. 4. Abrasive AQgreQate. "Alundum" by Norton Company, "Carborundum" by Union Carbide, or equal aluminum oxide, uniformly graded between No. 12 and No. 30 sieves, applied uniformly at minimum rate of 1/4 lb. per SQ. ft. and locked into cement matrix with the final troweling. C. Admixtures. Use one manufacturer's products throughout. Upon Engineer's approval of use and of a parti cuI a r brand or type, assure that use is reflected in mix designs. 1. General. Use no admixture containing chlorides or trietha- nolamine. Admixtures used in combination shall be physically and chemically compatible and shall be so certified by each admi x manufacturer and by Testi ng Laboratory that prepa red respective mix designs. 2. RetardinQ-Densifier Admixture. In all Class "AA" , Class "A", and Class "B" Concrete use a hydroxylated carboxylic acid type admixture in the amounts recommended by the manufac- turer. The admixture shall provide the following, and Contractor shall provide proof thereof at time of request for approval: a. Decrease drying shrinkage. b. Increase compressive strength at all ages up to and including five years. c. Increase flexural strength, modulus of elasticity, and abrasive resistance. d. The water-cement ratio and required strengths shall be maintained as scheduled (cement factor for a cubic yard of concrete, reduced proportionately). e. There shall be no loss of workability resulting from reduction in slump. If the admixture is of liquid type, it must be considered in proportioning water. 3. Air Entrainment. Use air entrainment additive conforming to ASTM C260 as approved by the District. a. For normal weight aggregate concrete subject, after curing, to freezing temperature while wet shall contain air entrainment within limits of Table 4.6.1 of ACI 318-77 and Table 3.4.1 of ACI 301-72 revised 1975. b. Air Entrainment in Water-bearing Concrete Structures. as determined in accordance with ASTM C231 or Cl73. shall provide air contents as follows for mixes with the following coarse aggregate sizes: 5% I 1% for Size 467 (1y, inch nominal size) 6% I 1% for Sizes 57 or 67 (1 inch or 3/4 inch nominal sizes) \\'\ - Cast-In-Place Concrete 03300 - 8 .. D. Water. From a domestic potable source. E. Expansion Joint Material. Type I, preformed sponge neoprene expansion joint filler conforming to AASHTO Designation M-153. F. Bituminous Mastic. For fills at specificdesiqnated locations (such as fills at precast panel lift-eyes and dowel hole fills in precast concrete panels) use either Hot-Applied Type Joint Sealer, ASTM Dl190 or Cold-Applied Type Joint Sealant, ASTM D1850. Material shall bond to concrete, prevent moisture infiltration and when set, shall be non-tracking at summer tempe ra t u re s . G. Waterstops. Waterstops shall be produced by an extrusion process in such a manner that any cross section shall be dense, homogeneous and free from porosity and other imperfections. They shall be symmetrical in cross- sectional shape and uniform alonq their lenqth. The manufacturer must certify in writinQ that all waterstops are extruded 'from elastomeric polyvinyl chloride compound and that this compound shall be virgin PVC compound and not contain any scrap or reprocessed materials whatsoever. The manufacturer must also certify in writing that all waterstops meet or exceed the physical properties requirements set forth in the U.S. Corps of Engineers' CRD-C572-74 specification' and furnish a copy of certified inde- oendent laboratory test data showing compliance. All waterstop intersections (ells, tees, crosses, etc.) shall be fabricated by the manufacturer and these shall have 2 ft. lonq leqs to facil itate field butt splicing. Where field dimensions are encountered which will not accom- modate the specified waterstop, waterstop of reduced dimension may be approved by the Enqineer for a specific application. H. Concrete 'Joint Sealants. For sealing joints in non-waterbearinq concrete surfaces, use materials conforminq with requirements specified in Section 07920, "Sealants and Caulking". For seal ing concrete joints which will be immersed or intermittently immersed in water or sewage-bearing surfaces, use: Karlee Company's "Lastex M" 100 percent sol ids polyurethane sealant; Mameco International's Vulkem 227. Vulkem 45, or Vulkem 245 contingent upon need for self-levelinQ, non-sag and atmospheric humidity at time of usage; Hunt's Seal Flex 227-U Special Reservoir Grade polyurethane sealant; or equal. 1. Primer. Use primer produced and/or recommended by sea 1 ant manufacture r. 2. Back-up Preformed Joint Filler. Use closed cell polyethylene foam or equal impervious, compatible, compressible foam material recommended for retaininq sealant depth in expansion joints, while curing. Use no bitumen or oil saturated materi a 1 . \z.o I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1187 Cast-In-Place Concrete 03300 - 9 3. Bond Breakers. Bond breakers, where required, shall be pol yethyl ene tape or equa 1 as recommended by sea 1 ant manufacturer to prevent adherence of sealant to back-up materi a 1 . 1. Dry Pack Mortar. Dry pack mortar shall consist of by volume one part special cement, three parts sand and water. The special cement and sand shall be combined in the proper proportions and then thoroughly mixed with the required amount of water. The dry pack mortar shall contain onlY enough water to permit placing and packing and shall be mixed for the time limit as indicated by the manufacturer in advance of use. The dry pack mortar shall be placed against thoroughly wet concrete and shall be cured by water, fog spray, spray-on membranes, sisal kraft paper, or other curing method ~cceptable to the District. 'J. Grout. Grout to be applied to the concrete surface shall consist of one part Portland Cement to three parts dry, washed sand to sufficient water to allow placement, screeding, and finiShing. K. Rich Grout. Rich grout shall consist of by volume one part Port- land Cement, two parts sand and water. The rich grout shall be mixed and cured in the same manner as reguired for dry pack mortar. L. Lean Grout. Lean grout shall consist of by volume one part Port- land Cement, four parts sand and water. Lean grout is intended to be applied under pressure to backfill the annual space between steel casing pipes and carrier pipes. M. Nonshrink Grout. Nonshrink grout shall be made with the following proportions: 'One part Type II Portland Cement (one sack); One part Nonshrink Aggregate (100 lbs.); One part clean, well graded concrete sand (100 lbs.); Approximately 5.5 gallons of water per sack of cement 1. In all locations where the surface of the grout will be exposed to view, the nonshrink grout shall be recessed approx- imately one-half inch back of the exposed surface and the recessed area filled with cement mortar grout. N. Nonshrink Concrete. All nonshrink concrete shall contain one pound of nonshrink aggregate per pound of water that is in excess of two gallons per sack of cement. Recess surface exposed to field as specified for nonshrink grout above. O. Nonshrink Aggregate. Nonshrink aggregate shall be non-metallic as produced by Master Buil ders, an equi va lent product of Sonneborn, or a product by any other manufacturer that wi 11 meet the same ASTM requi rements and egual performance. P. Epoxy. Epoxies for grouting, crack repair, patching, bonding or other uses shall be as follows as manufactured by Adhesive Engineering Company, Sika Chemi ca 1 Company, or equa 1 by other manufacturer. Throughout, use products of single manufacturer. \p ." 0886 Cast-in-Place Concrete 03300-1 ~ 1. All epoxy mlxlng, surface preparation and application shall be made in conformance with manufacturer's printed specifi ca- tions, as approved by the Enqineer. 2. For bonding new concrete to old concrete and for grouting metal anchors, use Sika's "Sikadur Hi-Mod", Adhesive Engineering Company's Concresive 1001-LPL, except Concresive 1170 or 1422 shall be used as recommended by manufacturer to sat i sfy enta iled project temperature and surface moi sture variations at time of application; or egual. 3. For patChing concrete surfaces, making high strenqth epoxy concrete or grout, and grouting metal anchors, use Sika's "Sikadur Hi-Mod LV"; Adhesive Engineering Company's "Concresive 1180"; or equal. 4. For pressure injection or gravity-feed grouting, use Sika's "Hi-Mod LV"; Adhesive Engineering Company's "Concresive Structural Concrete Bonding Process System" as recommended by manufacturer and approved by Engineer; or equal. O. Fl oor Hardener. Use hardened, nonmeta 11 i c aqgregate dust-on type floor hardener consisting of a single manufacturer's system equal to L. M. Scofield Company's natural qray "Lithochrome Hardener" appl ied uniformly at rate of 100 lbs. per 100 sq. ft. of floor space, or Master Builders' natural gray "Premixed Mastercron" applied at rate of one pound per Sq. ft. of floor space. For use with air-entrained concrete, use Burke Company Non-metallic Floor Hardener Group Order #326 applied at rate of 75 lbs, per 100 square feet. Burke Sparten Cote Cure-S~al-Hardener shall be used with Burke Non-Metallic Floor Hardener #326. R. L iguid Curing Compound. Use "TLF" or "Clear 225 TU" by Hunt Process Company, Burke "Rez-X", or egual conforminq to ASTM C309 and oroviding no detrimental affects with deferred finishes. On surfaces within reservoirs or other concrete structures containing potable water, use nontoxic materials which are free of odor and taste. Provide supporting technical data. Floor hardener treated floors shall use materials only as recommended in writing by hardener manufacturer. S. Sheet Curing Materials. ASTM C171, waterproof paper, polyethylene film or white burlap-pOlyethylene sheet, non-staining. T. Vapor Barrier Membrane. Under interior on-grade slabs of occupied areas provide lapped and sealed vapor barrier membrane using Fortiber "Moistop" , "Damproof XX" by Nicolet of California, Incorporated, or equal with manufacturer's recommended polyethylene pressure sensitive tape sealant used continuously at lapped joints, penetrations and at perimeter walls or footing surfaces. Throughout, use prOducts and system of single manufacturer. . \ 7.J; I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0886 Cast-in-Place Concrete 03300-10b .. U. Gasket Seal' for Manhole and Wet Well Precast Concrete Members. Provide gasket seals at mating joint of precast concrete sections. Size gaskets to suit joint dimensions, surface conditions and to assure watertight completed installation. Seal shall consist of either compressible closed- cell neoprene rods with compatible bonding agent recommended by material manufacturer; of No. 95 extruded butyl rod and No. 2 Primer each produced by General Sealants, Incorporated, City of Industry, Cal ifornia; or equal non-bituminous joint sealing compressible gaskets. \~ '. 0886 Cast-in-Place Concrete 03301l-ll .. V. Synthetic Sponge Rubber Filler. Synthetic rubber filler shall be an expanded closed cell sponge rubber, manufactured from a synthetic polymer neoprene base. The material shall be No. 750.3 Ropax Road Stock as manufac- tured by the Presstite Division of Interchemical Corporation; Bondtex as manufactured by Rubatex Corporation; or approved equal. The size of the material shall be 25% qreater in diameter than the nominal joint width. The manufacturer's instructions for surface preparation and application shall be used as a guide for installation, except that the material shall not be installed by stretching beyond its normal length. W. Expans i on Joi nt Fi 11 er. Bituminous fi ber expansion joint fi 11 er shall be in accordance with ASTM D1751. Bituminous expansion joint material shall not be used in joints to be sealed with synthetic rubber sealing compound. X. Concrete Expansion Bolts/Deferred Bolting Device (D.B.D.). Except as otherwise specified. where expansion bolts are called for on the Drawinqs, Pa rabo lt Concrete Anchors as manufactured by the Molly Company, Kwi k-Bo lts as manufactured by McCull och Industri es, Incorporated, or a concrete anchor by any other manufacturer that shall meet the same Federal Specification requirements and shall egual the performance, shall be used. All bolts thus furnished and used on this project shall be manufactured of stainless steel. 2.02 CONCRETE MIXES. A. 28-Day Compressive Strenqth. It shall be the sole responsibility of the Contractor to mix, place. and cure concrete which shall be of ISO lb./cu.ft. nominal density and which shall attain the compressive strengths at 28 days as designated on Structural Drawings or in these specifications for use in various locations. B. Maximum Aqqregate Size. Conform to Article 2.01 B.2. For Class "AA" concrete use 1lo" maximum size aqqregate unless otherwise designated; for Class "A" and Class "B" use l" maximum size aggregate; fo'r Class "C" and Class "D" use 3/4" maximum size aggregate. In no case shall the size of the coarse aqgreqate exceed 75% of the horizontal space between reinforcing bars or between reinforcinq bars and forms. C. Mix Desiqns. Conform with requirements of Article l.04 "Concrete Mix Designs and Preliminary Tests". At least 60 days before any Class concrete is to be placed, the Contractor shall submit for approva 1 for each proposed mix a mix design made by a Civil Engineer registered in California or a Testing Laboratory approved by the District. 1. In lieu of a submittal from the Contractor for a reguired mix design, upon approval of the Engineer the following mixes may be used with a slump of 4 to 5 inches: EMWD Mix #9 (Class "A" structural concrete) Cement: 5.5 sacks/c.y., 517 lbs./c.y. Water: 32-34 gal./c.y. Aggregate: 1985 lbs./c.y. - #3 (3/4" to 1" max.) Sand: 1359 lbs./c.y. \'J...A.. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-12 0188 Admixture: 1.1 lbs/c.y. - Pozzolith Type 300-N, 344-N, or other water-reducing admixture meeting ASTM C-494 Type A (2l fl. oz./c.y.). EMWD Mix #6 (Class "B" concrete) Cement: 4.7 sacks/c.y., 441.8 lbs./c.y~ Water: 30-32 gal./c.y. Aggregate: 415 lbs./c.y. - #4 (3/8" max.); 795 lbs./c.y. - #3 (3/4" - 1" max.); 1006 lbs./c.y. - #2 (lJ," max.) 1230 lbs./c.y. 0.94 lbs./c.y. - Pozzolith Type 300-N, 344-N, or other water-reducing admixture meeting ASTM C-494 Type A (18 fl. oz./c.y.). Sand: Admi xture: EMWD Mix #10 Cement: Water: Aggregate: Sand: Admixture: (Class "C" concrete) 4.5 sacks/c.y., 423 lb./c.y. 32-34 gal./c.y. 1903 lb./c.y. 1480 lb./c.y. None 2.03 CONCRETE MIXING. Concrete shall be ready-mixed, supplied from an off-site 'commercial ready-mix plant approved by District, each load accompanied by a bonded weightmaster's certificate listing the quantity of each concrete ingredient, admixture quantity, water content and slump, and time of loading and departure from ready-mix plant. Also include notations to indicate equip- ment was checked and found to be free of contaminants prior to batching. A. Ready-Mixed Concrete. Unless aporoved otherwise in advance of batching, all concrete of a single design mix for anyone day's pour shall be from a single batch plant of a single supplier. Conform to ASTM C94. except materials, testing and mix design shall be as specified herein. Use transit mixers equipped with automatic devices for recording number of revolu- tions of drum. All applicable mixing reguirements specified herein for concrete mixed at the site shall govern transit-mixed concrete and the District shall have free access to the batching plant at all times. For concrete mixed in top-loading truck mixers, each batch shali be turned not less than 40 and not more than 300 revolutions of the mixer drum at mixing speed when the fine and coarse aggregate are charged into the mixer simultane- ously (cement and water may be charged separately). When the fine and coarse aggregate are charged into the mixer separately, each batch shall be turned' not less than 60 and not more than 300 revolutions of the drum at mixing speeds. For concrete mi xed in end-loading truck mi xers, each batch sha 11 be turned not less than 60 and not more than 300 revolutions of the mixer drum at mixing speed when the mi xer is loaded in excess of 50 percent of the gross drum volume as provided hereinafter. When the mixer is loaded (not to exceed 50 percent of the gross drum volume) the provisions specified for top-loading truck mixers will apply. \z:5 .. Cast-in-Place Concrete 03300-l3 Truck mixers shall be loaded in accordance with manufacturer's capacity ratings, but in no case shall the volume of mixed concrete exceed 50 percent of the gross volume of the drum for top-loading mixers and 58 percent of the gross volume of the drum for end-loading truck mixers. Mixing speed shall be in accordance with manufacturer's recommendations, but in no case shall the speed be less than 4 revolutions per minute or greater than a speed resulting in a peripheral velocity of the drum of 225 feet per minute. The power unit shall be equipped with a governor to insure constant speed. Each truck mixer shall be equipped with a device for counting the number of revol uti ons of the drum, whi ch devi ce shall be interlocked so as to prevent the di scha rge of concrete from the drum before the requi red number of turns. After the drum is once started, it shall be revolved continuously until it has completely discharged its batch. Water shall not be 'admitted to the mix until the drum has started revolving. The right is reserved to increase the required minimum number of revolutions or to decrease the desig- nated maximum number of revolutions allowed, if necessary, to obtain satisfac- tory mixing, and the Contractor will not be entitled to additional compensation because of such increase or decrease. B. Mixinq Water Limitations. If water is added at the batching plant, ready-mixed concrete shall not be held in the mixer for more than one and one-half hours from the time the water is added. When temperature ',of concrete is 850F or above, reduce holding time to 45 minutes. Do not deliver ready-mixed concrete to job with total specified amount of water incorporated therein. Without 2~ gallons of water per cubic yard, then incor- porate in mix before concrete is di scharged from mi xer truck. If no water is added at the batching plant, measured quantities of water shall be added at the site and a minimum of fifteen minutes mixing given, or mixing to over- come segregation. Adding of water shall be under observation of Inspector. Each mixer truck shall arrive at the job site with its water container full. In event container is not full or concrete tests to a greater slump than speCified, the load is subject to rejection. C. Job Mixed Concrete. Contractor shall obtain the approval of the District for equipment and procedures proposed for job mixed concrete. D. Consistency and Slump. Adjust quantity of water so concrete does not exceed maximum slumps specified when placed or specified water cement ratio; use minimum necessary for workability required by the part of the structure being cast. Measure consistency of concrete in accordance with ASTM C143. Concrete exceeding maximum slump will be rejected. Part of Structure Footings and mass concrete not reinforced Slabs, and floors and reinforced footings Columns, walls over 8" thick Walls up to 8" thick Eguipment bases , \~ Maximum 51 ump* . 3 inches 2 to 3 inches 3 to 4 inches 3>, to 4 inches 3 to 5 inches *conforms generally to ACI 2l1.l-74 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-14 PART 3 - EXECUTION 3.01 PREPARATION BEFORE PLACING. Remove excess water from forms before concrete is deposited. Divert any flow of water without washing over freshly deposited concrete. Remove hardened concrete, debris, and foreign materials from interior of forms and from inner surfaces of mixing and conveying equip- ment. A. Forms. Prior to placing concrete, forms shall meet the require- ments of Section 03150, as approved by the Engineer. Concrete to be poured on earthwork such as slabs or stairs on grade shall meet the same requirements for approval prior to pouring as above specified for the approval of forms. B. Reinforcement. Reinforcement shall have been secured under work of Sections 03150 and 03200, and inspected and approved. Embedded metal shall be free of old mortar, oils, mill scale, and other encrustations or coatings that might reduce bond. Wheeled concrete-handling equipment shall not be wheeled over reinforcing nor shall runways be supported on reinforcing. "Break-out" bars or dowels bent for forming, for subsequent stra i ghten i ng prior to adjacent pour, will be allowed with bars of #5 maximum size, only where specifically called out on the Drawings, and only where kinks or breaks are not likely as a result of straightening. This does not imply approval of cold joints where none designed, or any deviation from construction joint reguirements elsewhere in these specifications, C. Wettinq. Wet wood forms sufficiently to tighten up cracks. Wet other materials sufficiently to reduce suction and maintain concrete workabil i ty. D. Earth Subgrade. placing, but not muddied. all loose materials. Lightly dampened 24 hours in advance of concrete Reroll as necessary for smoothness, and remove E. Aggregate Fill Base. Prepare same as earth subgrade, Center 3D-mil plastic sheeting or roofing cap sheet on base course under indicated waterstop joints to retain mix fines within mix and prevent their percolation into base course. 3.02 WATERSTOPS. Heat fuse joints and connections in strict compliance with manufacturer's instructions including heating tools and devices. Water- stops shall be conti nuous in joi nts, foll owing offsets and angl es in joints until spliced to waterstops at intersecting joints, completely sealing the structure. Waterstops shall be aligned and centered in joints. Secure flanges of waterstops to reinforcing bars with 18 gauge wire ties spaced maximum 18 inch center. All waterstops, splices, joints, intersections, and welds shall be tested with an approved holiday spark tester before concrete is placed. Locate waterstops where shown on drawings and in all waterbearing walls and slabs where common to: earth-bearing or earth-support; occupied areas; or above-grade exposed surfaces. \,~.1 ., 0188 Cast-in-Place Concrete 03300-l5 Waterstop shall be positioned correctly during installation and all splices in length or at intersections shall be performed by heat sealing and in accord- ance with manufacturer's recommendations, Waterstop joi nts sha 11 conform to Drawi ng requi rements, if requi rements are shown on the Drawings, and, whether or not requi rements are shown on the Drawings, shall be properly heat-spliced at ends and crosses to preserve continuity. All splicing shall be done using mitered joints. Forms for construction joints shall be constructed in such manner as to prevent injury to waterstops. Waterstops shall be securely held in position in the construc- tion joints by wire ties. In narrow walls requiring both rebar and waterstop, the rebar shall be offset to one side and the keyway and/or waterstop shall be offset to the opposite side suffiCiently to allow placement of both rebar and waterstop without contact, In order to accommodate such an offset, double curta i n stee 1 may be replaced by one properly designed larger bar upon approval by the Engineer, All in-place waterstop installations including locations and joints shall be approved by District prior to placement of concrete. 3,03 JOINTS IN CONCRETE. Locate joi nts in concrete where i ndi cated unl ess otherwise approved, Obtain approval of points of stoppage of any pour, prior to scheduling of pour. A, Construction Joints. Unless otherwise shown, all construction jOints shall be provided with suitable keyways of other keying methods, Clean and roughen contact surfaces of construction joints by removing entire surface and exposing clean aggregate solidly embedded in mortar matrix, Use mechanical chipping, sandblasting, or application of surface mortar retarder followed by washing and scrubbing with stiff broom, Cover and protect waterstops and other inserts from damage. The hardened concrete shall be watered and kept wet for at least 24 hours before placing new concrete, At construction joints not containing waterstops, the coarseness amplitude of the prepared surface shall be 1/4 inch minimum in accordance with ACI 318-77, Section 11.7.9. Starter walls shall be used unless detailed otherwise, Where utilized, starter walls shall extend a minimum of 3\ inches, Where "break-out" bars are required by the contract drawings for future structure extens ions, except where other methods are speci fi ca 11 y set forth on the contract drawings a required mortar-tight enclosure of the reinforcing dowels shall be provided by installing the break-out bars in capped PVC pipe embedded 1" minimum into the structural concrete, \2-~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-16 .' B. Expansion Joints. Provide where indicated, 1/2 inch width unless otherwi se deta iled. Except where syntheti c rubber (sealant) sea 1 ed joints are shown or specified, provide expansion joint filler and jOint sealer, filler head down 1/2 inch to 3/4 inch and sealer finished flush with surface. At synthetic rubber sealed joints, hold filler down 1/2 inch unless otherwise shown, ready to receive sealant. 1. Location of joints in interior slabs on grade shall be as detailed on the Drawings. Sawed control joints shall be as approved by the Engineer. 2. Control joints in exterior slabs shall be located as indicated on the Drawings, or as'follows if not noted: a. Provide bond breaker with 1/2 inch expansion joint material at junction of walls, bases, columns, etc. b. Provide 1/2 inch expansion joints at changes in direction of slabs, or abrupt changes in width and not greater than twenty (20) feet apart on slabs without control joi nts. c. Control joints in exterior slabs shall be sealed with the specified sealer. C. Roof and Floor Slabs. Pour slabs in alternating checkerboard fashion between indicated construction joints, as approved. Slabs in place shall be cured as required elsewhere in these specifications a minimum of 7 days before adjoining slabs are cast. D. Intermediate Screed Strips. Intermediate screed strips shall be required for all slab pours unless otherwise approved. Such approval for the omission of intermediate screeds shall be for each individual pour and no blanket approval shall be given. E. Gasket Seals. At joints between precast concrete manhole and/or wet well units, clean mating surfaces of both members. Then within groove, place and lay continuous rod of specified compressible gasket to provide watertight installation after placement of matching tongued concrete member and compression of the gasket. F. Joining Existing Structures. Where a construction joint to an existing structure requires a waterstop and none is found in the existing structure, Contractor sha 11 joi n the old structure by chamfering the new concrete at the joint and filling the chamfer with specified epoxy sealant. Where required reinforcing is not found protruding from the existing structure, required reinforcing shall be placed by drilling and placing dowels of the proper size and spacing. \'2-'\ ~ Cast-in-Place Concrete 0330D-l7 . . Where required waterstop and reinforcing is found in the existing structure, joints shall be treated as other construction joints under Articles 3.Dl and 3.02. G. Concrete for Buried Electrical. Buried electrical conduits shall be encased in red concrete. Red coloring shall be pure mineral oxide, lime- proof and nonfading. Amount and type of coloring agent used shall not reduce the quality of concrete below that specified. 3.04 CONVEYING AND PLACING CONCRETE. A. Do not pour concrete until reinforcing steel and forms have been inspected and approved. Notify District not less than one full working day in advance of readiness for inspection of forms and reinforcing. Specific approval of individual forms by the Engineer shall be obtained before ordering of concrete. The Contractor shall give the Engineer a minimum of 24 hours notice of a scheduled concrete pour following the completion of forming. Upon inspection of the forms, reinforcing, waterstop placement, etc., the Engi neer wi 11 immedi ate ly issue a written approval to pour concrete showi ng approval of the scheduled pour or disapproval. In the event of disapproval, the Engineer will show the Contractor the specific deficiencies, for correction within the 24 hour period prior to the scheduled pour. Upon notification by the Contractor of correction of deficiencies and reinspection and approval by the Engi neer, the pour may proceed as schedul ed. In the event requi red correct ions are not made, or are not approved, the di sapprova 1 of the pour shall stand and the pour shall not proceed as scheduled, but shall be resched- uled. Any concrete not in accordance with these specifications, out of line, level, or plumb; or showing cracks, rock pockets, voids, stalls, honeycombing, expo- sure of reinforcing, or any other damage which will be detrimental to the work will be considered defective and must be corrected and replaced as directed by the Engineer at no additional cost to the District. Any concrete work that is not formed as indicated; is not true within l/250th of the span; is not true to intended alignment; is not plumb or level where so intended; is not true to intended grades and levels; has voids or honeycombs that have been cut, resurfaced or fi 11 ed, unless under the di rect i on of the Engi neer; has any sawdust, shavings, wood or embedded debris; or does not fully conform to the contract provisions, shall be deemed to be defective and shall be removed from the site. 1. Handle or pump no concrete utilizing aluminum equipment. 2. Delivery tickets shall show the following: a. Batch number. b. Mi x by compressive strength with maximum aggregate size. c. Types and amount of admixtures incl uded. d. Air content. e. Slump. f. Time of loading and discharge. \~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-l8 g. Amount of water put in at batch plant. h. Location in the work. i. Specification class of concrete. j. Date of delivery. 3. If any water is added at the job site, it sha 11 be approved by the Engineer and the del ivery ticket noted as to the amount of water added. One copy of each delivery ticket shall be submitted daily to the Engineer. B. Weather.' Do not pl ace concrete during rain or freezing weather unless approved measures are taken to prevent damage to concrete. Concrete placed during periods of dry winds, low humidity, high temperatures, and other conditions causing rapid drying shall be initially cured with a fine fog spray of water applied immediately after finishing and maintained until final curing operations are started. Also under hot weather conditions, steps shall be taken to reduce concrete temperatures and water evaporation by proper attention to ingredients, prOduction methods, handling, placing, protection, and curing. 1. Preventative measures taken for concrete placement during hot or cold weather shall be approved by' the Engineer. There shall be no placing of concrete when ambient tempera- tures are below 350F or above 100oF, or when such wi 11 be the case within 24 hours of the pour. Any concrete previously placed shall be protected from freezing. C. Conveyinq. Db not drop concrete from its point of release at mixer, hopper, tremies, or conveyances more than 6-feet, nor through reinforc- ing bars in a manner that causes segregation. Provide form windows, tremies, elephant trunks, and equivalent devices as required. The use of chutes for conveying or depositing concrete is not allowed except for small isolated portions of the work and only with prior approval. Deposit concrete directly into conveyances and from conveyances to fina 1 points of repose. Depos it concrete so that the surface is kept level throughout, a minimum being permit- ted to flow from one portion to another. D. Placing Concrete. Concrete shall be placed and compacted within 90 minutes after water is first added to the mix, and no concrete shall be placed after there is evidence of initial set. This placing time shall be reduced to 45 minutes when the temperature of the concrete is 850F or above. Retempering of concrete is not allowed. \':$\ ># 0188 \ 7;)7- Cast-in-Place Concrete 03300-19 I I I I I I I I I I I I I I I I I I I 1. Horizontal Construction Joints, Horizontal surfaces of previously placed and hardened concrete shall be wet and covered with a 6" thick layer of concrete of the design mix with 50% of coarse aggregate omitted just before balance of concrete is placed, Lifts, Pour concrete into forms immediately after mixing in a manner that will prevent separation of ingredients, Except as interrupted by joi nts, all formed concrete shall be placed in continuous, approximately horizontal layers, the depths of which generally shall not exceed 18 inches. 2. a. Walls. Pour walls of water-containing structures, i nc1 udi ng tank exteri or wa 11 s, as one conti nuous operation from footing to top of wall between indicated construction joints at the specified pour rate. Each section of wall shall be in place at least 7 days before the adjoining wall section is cast, Shear walls and columns within tanks and other walls may have horizontal construction joints at approved locations, b. Slabs, Pour slabs as one continuous operation between indicated or approved construction joints. Cure inplace slabs not less than 7 days prior to pouring alternate slabs. Then continue to cure until required curing time is attained, 3, c, Beams and Slabs, Pouring of all beams and slabs must be continuous and monolithic with the floor system where so shown on the Drawings, At least two hours must elapse after depositing concrete in walls or columns before pouring beams, etc, supported thereon, Pumping Concrete, No increase in the specified slumps will be allowed and required water/cement ratios shall be maintained for concrete pumping. Aluminum tubes are not acceptable for conveying concrete.' Equipment shall be capable of maintaining the specified pour rates. Conform with requirements of ACI 3D4.2R-71, except as more stringent requirements are specified herein, Minimum conduit (tube) diameter shall be 4 inches. 4. Pour Rates. a, Verti ca 1 El ements, Pl ace concrete in lifts as specifi ed at a rate that does not overstress forms nor allows the top of a 1 ift to begin to harden before the next lift is placed. Cold joints are not acceptable, I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-20 1187 . . b. Slabs. Place concrete at a rate that ensures all depos- its are joined to concrete that is still plastic and within 10 minutes of the previous pour. Concrete ,adjoining alternate slabs shall not be placed until the adjoining concrete has cured as required elsewhere in this specification for at least seven days unless otherwise approved by the Engineer. 5. Field Tests. During the progress of construction, the District wi.ll have tests made to determine whether the concrete, as being produced, complies with the standards of quality specified herein. These tests will be made in accordance with ASTM C3l and ASTM C39. Each test will consist of a minimum of four cylinders, and the District, at his discretion, may take such tests as frequently as necessary to prove the quality of the concrete. In no case shall less than one test be made of each day's pour or of each 50 yards of concrete. The Contractor shall furnish the concrete for such tests but the remaining testing expense will be borne by the District. Specimens will be cured under job conditions. For all concrete, the standard age of test wi 11 be 28 days, but the 7-day test may be used provided that the relation between the 7 and 28 strengths of the concrete is established by tests for the materials and proportions used. Slump tests will be in accordance with ASTM Cl43. Enforcement of Strength Reguirement. Concrete is expected to reach a higher compressive strength than that indicated as mlnlmum compressive strength. At least the specified minimum cement shall be used, and more cement shall be used, if necessary, to meet all mi nimum and maximum requi rements shown in the table. Failure to meet these conditions shall be considered failure of the concrete. One test shall consist of the results of testing three (3) standard specimens in accordance with ASTM C3l and C39, except that if one specimen in a test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two strengths averaged. Should more than one specimen presenting a given test show defects due to improper sampl ing, mol ding, or testing, the enti re test shall be discarded. \~ ., Cast-in-Place Concrete 03300-2l . . If the concrete fails to meet the specifications in the preceding paragraph, the District shall have the right to ask for additional curing of the affected portion followed by cores taken in accordance with ASTM C42 all at the Contractor's expense. If the additional curing does not bring the average of three cores taken in the affected area to at least the strength specified, the District may require strengthening of the affected portions of the structures by means of additional concrete or steel, or he may require repl acement of these affected porti ons, a 11 at the Contractor's expense. Core tests for below-strength concrete shall be paid for by the Contractor even though such core tests indicate the concrete has obtained the required minimum compressive strength. E. Compaction. Effective compaction shall be obtained by vibration, agitation, spading, and rodding until the concrete is free from voids, air bubbles, or rock pockets. Vibrators shall not be used to transport concrete within the forms. No less than one spare, vibrator for each two vibrators in use on a pour, each in good working condition shall be kept on the job during pours. One experi enced workman sha 11 be assi gned to the ope rat i on of each vibrator as his only duty. Operations not deemed to be satiSfactory by the District shall be immediately corrected. 1. Vibration. All concrete, with the exception of concrete slabs 4 inches or less in depth, shall be compacted with high frequency, internal mechanical vibrating equipment supplemented by hand spading and tamping. Concrete slabs 4 inches or less in depth shall be consolidated by wood or metal grid tampers, spading and settling with a heavy leveling straight edge. Carefully vibrate concrete around waterstops and ensure the waterstops are not bent or damaged. a. Vibrators. Vibrators shall be designed to operate with vibratory element submerged in the concrete, and shall have a frequency of not less than 7,000 impulses per minute when submerged. The vibrating equipment shall be adequate at all times in number of units and power of each unit to consolidate the concrete to the maximum practicable density so that it is free from air pockets, honeycomb, entrapped air and so it closes snugly against all surfaces of forms and embedded items. b. Operation of Vibrators. Do not allow vibrators to contact forms or reinforcing. In vibrating a freshly placed layer of concrete, the vibrator shall be inserted vertically through the preceding layers that are still completely plastic and slowly withdrawn, producing \~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-22 the maximum obtainable density in the concrete without creating voids. Under no circumstances shall the vi brator enter or di sturb concrete that has stiffened or partially set. The interval of vibrator placing shall not exceed two-thirds the effective visible vibration diameter of the submerged vibrator. Avoid excessive vibration that causes concrete segregation or causes an inordinant amount of entrained air to move to the face of the forms, whi ch sha 11 be causes for rejection of the concrete pour. c. Re-Vibration of Retarded Concrete. Concrete containing retarding admixture for structural walls and columns shall be placed by a schedule that allows each layer of concrete to be in place and compacted for at least 30 minutes before the next layer of concrete is placed. Bleed water on the surface of the concrete shall be removed before additional concrete is placed and the concrete in place re-vibrated before the next' lift is placed. At tops of walls and columns concrete containing excess water or fine aggregate caused by vibration shall be removed while plastic, and the space fi 11 ed with compacted concrete of the correct propor- tions, vibrated in place. F. Sl abs. Set screeds at maximum 8 foot centers, as approved, and verify correct elevations with instrument level, and consideration for any camber in the form. Compact and tamp concrete to bring 3/8 inch mortar to surface, and wood float to straightedges and screeds. Make finished surfaces level or" sloped as detailed, with maximum deviation of 1/4 inch from 10 feet straightedge for exposed finishes, and there shall be no low spots to impound water. Do not use steel or plastic floats of any kind of initial floating operations. Unless otherwise specified, do not apply hereinafter specified finishes until surface water disappears and surface is sufficiently hardened. Remove all bleed water and laitance as it appears. G. Tolerances. 1. Forms, sleeves, and inserts shall be set, and concrete shall be cast, to the lines and grades indicated on the plans and as detail ed in these specifi cat ions. The maximum deviation from true line and grade shall not exceed the tolerances listed in the following table. Item Maximum Tolerance Sleeves and inserts Projected ends of anchor bolts Anchor bolt setting +1/8" +1/4" +1/16" -1/8" -0.0" -1/16" \~~ ., \~(. Cast-in-Place Concrete 03300- 23 I I I I I I I I I I I I I I 2. Formed surface tolerances for concrete shall meet requirements for ACI surface classes as follows, unless otherwise specified herein or in the Special Provisions. Class "A" - Exposed interior and exterior concrete to be coated or painted. Abrupt irregularities must meet a modified requirement of 1/16 inch maximum.* Class' "B" Coarse textured concrete intended to receive plaster, stucco or wainscoting. Class "C" - Exposed interior and exterior concrete not requiring coating or painting. Class "D" - Permanently concealed surfaces below permanent ground level or operating water surface. Permitted Irregularities in a 5-foot Template. Type of ACI Surface Irreqularity A Formed Surfaces Checked with Tolerance Class of Surface B C ~ Gradual 1/8 in. 1/4 in. 1/2 in. 1/4 in. 1 in. Abrupt *1/16 in. 1/4 in. 1 in. 3. Deviation in alignment of slabs or walls shall not exceed a rate of l/8 inch in lO feet within the tolerances specified. Slabs shall be uniformly sloped to drain. 4. 5. Regardless of ,the tolerances listed herein, it shall be the responsibility of the Contractor to limit deviations in line and grade to tolerances which will permit proper installation and operation of mechanical equipment and piping. . I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-24 . . 3.05 CURING FORMED CONCRETE. Maintain forms containing concrete in a thor- oughly wet condition until forms are removed. Maintain all concrete in a continuously moist condition for not less than 7 consecutive days after pouring (14 days on projects subject to Federal Wage Determinat i on). Keep concrete moist with fine fog spray until protected by curing materials. Use water curing method, specified liquid membrane-forming compound, or concrete curing paper or mats, all subject to approval for each specific use. Vertical surfaces shall not be cured by sprinkling method unless specifically approved by the Engineer. 3.06 PLACING GROUT. A. Grout all steel bearing plates, columns, parts set to hardened concrete using non-shrink grout. mixed grout, adding only water in the amount recommended and other structural Use an approved pre- by the manufacturer, B. Generally, use driest practicable mix and pack into place so no voids remain between steel and the supporting concrete. C. When necessary, use sufficient water to produce a flowable mixture, and pour, first forming sand dams to retain the grout until partially set. When suffi ci ent set is atta i ned, remove dams and pack grout to refusa 1 on all four sides, to eliminate voidS; fill any resulting edge voids with drier mix. D. In all locations where the surface of the grout will be exposed to view or in an area of high humidity, non-shrink grout shall be recessed to approximately one-half inch back of the exposed surface and the recessed area filled with cement mortar grout. 3.07 ANCHORS, SLEEVES, STAIR NOSINGS, ETC. A. Install in forms, in accordance with layout information provided by their suppliers, all necessary anchors, anchorage inserts, sleeves, slots, etc., required for fastening or passing the work of other Sections; also all such surface items as edge angles, manhole frames and other castings, trench cover frames or gratings, access panels, expansion joint covers, stair nosings, etc., having anchorage features requiring that they be installed before concrete is placed. B. All such items shall be accurately located, carefully plumbed and leveled, securely fastened in place so that alignment and level will not be disturbed during concreting, and protected from damage until concreting is completed. C. Provide all openings and chases in concrete, shown on the Drawings or as otherwise required. \ 1:>1 :# Cast-in-Place Concrete 03300-25 3.08 EQUIPMENT BASES. Provide all concrete bases or foundations shown for equipment or fixtures included in other Sections of the work unless the Drawings or Specifications indicate that bases are to be furnished as part of the equipment. A. Material. In general, use Class "A" or Class "B" concrete as required by Article 1.04, unless otherwise specified on the Drawings. B. Installation of Nuts and Bolts. Work from approved setting Drawings. Use steel or plywood templates and apply nuts above and below, to hold bolts in vertical position. During the course of the placement of any concrete, the Contractor shall have sufficient personnel, of whatever skill or trade required, available to check the location of all embedded anchor bolts, edge angles for grating, or any other item which may be deemed appropriate by the Engineer. This check shall be made immediately after the work has progressed to a point such that the item shall not be subject to disturbance and prior to the concrete having obtained sufficient set such that adjustment of the items, if necessary, cannot be made with unacceptable damage to the concrete. If the operation is such that repeated checks are required, they shall be made. C. Size. Generally, the size indications and dimensions of bases shown on Drawings are approximate. The actual size, in all cases, shall be determined from the equipment furnished. Work from approved equipment supplier's drawings. 3.09 FINISHING FORMED CONCRETE. A. Within 5 days following the removal of forms, the following finish- ing operations shall be performed. No other finishing operations are required for permanently concealed concrete (i .e., concrete below permanent ground surface or operating water level). When specifically approved by the Engineer, finishing of concrete may be performed by units, (i .e. a complete wall, a complete structure, etc.), in which case 10% minimum concrete payment shall be retained for the finishing operation. Finishing operations to be performed: 1. Remove projections and offsets. 2. Saturate form tie holes with water and fill voids with mortar of same mi x as concrete (I ess coarse aggregate), cure and dry; white bonding gl ue manufactured for thi s purpose may be added to the mix in accordance with the manufacturer's instructions. \~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I. Cast-in-Place Concrete 03300-26 3. Patch all damaged areas due to spalling, voids, rock pOckets and bleeding of cement (generally caused by form leaks) with mortar over a concrete adhesive bonding agent manufac- tured for this purpose and appl ied in accordance with the manufacturer's instructions. Cut out all rock pockets 'to sound concrete, edges square to the surface and back beveled, and patch with tempered mortar applied over an approved epoxy concrete adhesive. Large areas (as determined by the Engineer), and all other damaged areas over 1/2 inch in depth shall be repaired similarly. Other damaged areas less than 1/2 inch in depth shall be similarly repaired, but an approved white concrete bonding agent may be used in place of epoxy concrete adhesive. 4. Finish patches flush with adjoining surfaces and cure the same as the original concrete. Attention is directed to the need for properly curing the repa i r patches, and for util i zi ng the proper bondi ng agent for a given situation (i .e., below operating water level). Information regarding the manufacturer's recommended use shall be furnished to the Engineer for his evaluation. Pursuant to the speci fi cati ons, a 11 concrete must be cured for seven (7) days after pouring or patching, including sacked concrete, except concrete sacked after 7 days following pouring or patching needs no further curing. 5. Small air holes may be considered those which would be covered over by sacking, and need not be repaired on external wall s being waterproofed or other areas not required to be sacked under the specifications. Air holes larger than this shall be considered voids. Mi nor cement paste lea ks a re those not expos ing aggregate and which can be covered over by sacking, and should be treated similarly to small air holes. Anything larger shall be considered a rock pocket or a bleed hole, depending upon the condition. Some small bleed holes may, at the discretion of the Engineer, not need to be chi pped out, but may be merely sandblasted to sound concrete prior to patching. B. All exposed interior and exterior formed concrete (i .e., concrete not permanently concealed from direct visible exposure under facility operating conditions, including gallery and equipment room' walls and ceilings), and all concrete to be coated in the finished structure shall, in addition to the foregoing, be Brush-Off Bl ast Cl eaned (SSPC-SP7 -63) to open a 11 paste and air holes and to remove curing compound and dust. It shall then be rubbed with cement of consistent color and burlap and/or with brick and water to eliminate pockets and produce reasonable smooth surfaces suitable for painting. A reasonable smooth surface shall be defined as a surface with no projections or form marks greater than 1/16 of an inch and no indentations after finishing. Chamfers and fillets shall be made straight and true, and uniform. Concrete to be temporarily concealed until facility is expanded shall be considered exposed concrete. \~ # Cast-in-Place Concrete 03300-27 3.10 FINISHING SLABS AND FLATWORK. As specified above, initially compact, bring 3/8 inch mortar to surface and float surfaces. Finished surfaces shall be "puddle-free" and level or sloped as indicated to above specified maximum deviation limits. Surfaces which are not within these limits shall be removed and replaced at no additional cost to District; patching is not acceptable, Keep surface mist with fine fog spray of water to prevent drying during finish- ing operations and until curing media is appl ied. Dusting with cement or sand during finishing operations is not permitted. A. Precautions. loads. Contractor shall use of heavy equipment or Slabs have not been designed for heavy construction repair or replace damaged slabs resulting from his loadings as directed by the Engineer. B. Rough Slabs. Broom surfaces of slab after initial set of concrete leaving coarse aggregate slightly exposed. Apply on following areas and surfaces: 1. Concrete to receive deferred concrete, grout or mortar. 2. Tops of footings for masonry. C. Monolithic Trowel Finish. For all floor, slab, and flatwork surfaces not otherwise indicated or specified. After surface water disappears and floated surface is sufficiently. hardened, steel trowel and retrowel to smooth surface. After concrete has set enough to ring trowel, retrowel to a smooth uniform finish free of trowel marks or other blemishes. Avoid exces- sive troweling that produces burnished areas. D. Steel Float Finish. Same as monolithic trowel finish, except omit second retroweling. Apply on following area and surfaces: 1. Apply on floor slab surfaces in water-bearing structures. 2. Areas scheduled to receive resilient floor coverings. E. Swirl Non-Slip Finish. Prepare same as steel float finish, then perform final troweling with circular motion and slightly lift trowel to produce uniform swirl (sweat trowel) non-slip finishes matching sample selected by District from Contractor-prepared 2-foot square sample panels. Unless otherwi se speci fi ed, provi de uni form coarse texture on exteri or wa lki ng sur- faces. F. Wood Float Finish. Float to screeds. When ready, finish with wood floats to a uniformly textured surface. Apply on following areas and surfaces: 1. Exterior walking surfaces exceeding 1:10 slope. \~ . . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-28 G. Floor Hardener Application. 1. Flo,or hardener shall be appl ied by dust-on method to all interi or exposed concrete floors, and to other specifi ca 11 y designated, floors using specified materials and rates of coverage. 2. Prior to application, the Contractor shall consult with the manufacturer's field representative in regard to appl ica- tion of floor hardener under prevailing job conditions. 3. Float and trowel floor hardener into the surface of freshly floated concrete floors shall be in strict accordance with the manufacturer's printed instructions. 4. Cure as work progresses using method conforming to hardener manufacturer's printed directions. 3.11 CURING SLABS AND FLATWORK. Apply curing media as soon as feasible after finishing operations without marring surfaces, and in any case on same day. Keep surfaces moist until curing is applied.' Upon approval of liquid compounds, apply in strict accordance with materi al manufacturer's publ i shed application rates; apply two (2) spray coats, second coat sprayed at right angle direction from first coat. Carefully mask and protect adjoining surfaces where compound is used. A. Curin Period and Protection. Maintain curing materials in proper sealed condition for minimum of 7 days 14 days on projects subject to Federal Wage Determination) after application. Keep traffic on curing surfaces to the minimum possible, and completely off liquid compound cured surfaces. Immediately restore any damaged or defective curing media. B. Restriction. Do no use liquid membrane-forming curing compound within water-bearing structures, or on surfaces to receive deferred concrete or masonry, or on surfaces to receive fluid-applied protective coatings or waterproofing. C. Liguid Membrane-Forminq Curing Compound. Upon approval, and except as restricted above, use liquid curing compound for all slabs, floors, and flatwork. On slabs having floor hardener treatment, cure such slabs in strict conformance with printed recommendations of floor hardener manufac- turer. Other special precautions may be required if concrete is exposed to freezing or otherwise adverse weather conditions during the curing period. D. Sheet Curing. Use concrete curing sheet material on surfaces where 1 i qui d curi ng is not permitted, and on all joi nts sea led with pressure- sensitive tape; immediately repair any tears during curing period. Verify that surfaces remain damp for full curing periOd; if necessary or directed, lift sheeting and wet surfaces with clean water, and replace sheeting. E. Water Curing. Alternate to either liquid curing compound or sheet curing method where approved. Keep concrete continuously wet by ponding, sprinklers, or equivalent for entire curing period. \A.\ #> Cast-in-Place Concrete 03300-29 I I I I I I I I I I I I I I I I I I I 3.12 FORMED STAIRS AND TREADS. Stair nosings are required on all stairs. Accurately place cast abrasive nosings and screed tread surface flush and level. Cut riser back as indicated. At exterior and wet interior locations, apply coarse textured swirl non-slip abrasive finish on surface of treads and landings. Strip protective tape from the nosings on completion of cement finishing operations. 3.13 CHAMFERS AND FILLETS. Unless otherwise shown on the drawings or direct- ed by the Engi neer, exposed edges of formed concrete structure sha 11 be provided with a 450, 3/4 inch x 3/4 inch chamfer, Where fi llets are shown on the drawings, they shall be formed with a 450, 3/4 inch x 3/4 inch form chamfer, formed with a 3/8 inch radius form, or tooled with a 3/4" radius rounding tool. Where project is an expansion of an existing facility, chamfer selected shall be compatible with chamfer of existing facility. 3.14 JOINTS WITH SEALANT. Sandbl ast joints to clean sound concrete, using oil-free air to provide surfaces free of oil, foreign materials, and moisture. Mix and place primer. and sealant in accordance with manufacturer's printed instructions. Install foam backing in joints so sealant depth is between one-half and two thirds of joint width. Isolate backing from sealant using a bond breaker such as polyethylene tape, aluminum foil, or wax paper. A. Manufacturer's Supervision. A technical representative of the sealant manufacturer shall be present at the time sealant operations are started to supervise and approve preparation, sealant mixing, and sealant applications procedures and applicators. The' representative shall make frequent visits to the site to ensure that sealant installations conform to the manufacturer's instructions, and shall issue a written report to District covering each visit. B. Crack Sealing. Before and after backfilling of the tanks. all cracks over 0.01 inch wide in concrete surfaces of tanks and other water- containing structures shall be cutout as detailed and the groove filled with backing, primer, and sealant. C. Joint Sealer. Unless specified otherwise, IGAS type joint sealer shall be used where joint depth is equal to or greater than twice the joint width. Colma type joint sealer shall be used where the depth to width ratio is less than 2:1. D. Sealant. All sealant shall be placed in strict accordance with the manufacturer's printed specifications by a firm specializing in this type of work for not less than five (5) years, or by the Contractor under direct supervision of the manufacturer's representative. E. Sealant locations. All locations where sealant is placed must be cleaned by sandblasting and be free from oil, foreign materials, and moisture. Lower surfaces of joints shall be isolated with a bond breaker such as polyethylene, wax paper, aluminum foil or polyethylene tape. \ llt'Z- I I I I I I I I I I I I I I I I I I I Cast-in-Place Concrete 03300-30 0287 . . 3.15 INSTALLATION OF PIPELINES THROUGH CONCRETE STRUCTURES. A. Whenever a pipeline or any material terminates or extends at or through a structural wall or sump, the Contractor shall install in advance of pouring the concrete the fitting or special casting required for the partic- ular installation. Otherwise, prepare and submit shop/erection drawings of other installation methods and obtain approvals in advance of commencement of work. B. Whenever any run of pi pe is insta 11 ed per approved shop/erection drawings subsequent to pI acing of concrete. the Contractor sha 11 accurate 1 y position the opening in the concrete for such pipelines. Unless otherwise required, all pipes penetrating fluid containing or earth supporting portions of the structure shall be ring flanged. 1. Opening shall be of sufficient size to permit a perfect final alignment of pipelines and fittings without deflection of any part and to a 11 ow adequate space for sat i sfactory packing where pipe passes through wall to insure watertight- ness around openings so formed. 2. The boxes or cores shall be provided with continuous keyways to hold the filling material in place and to insure a water- tight joint. 3. Boxes or cores shall be filled with nonshrink grout or non- shrink concrete. 3.16 FIELD QUALITY CONTROL. A. Concrete Tests. At District's expense, District's selected Testing Laboratory shall perform the concrete ,tests: 1. Compression Tests. Make one set of at least four standard test cylinders from each day's placing and each 150 cubic yards, or fraction thereof, each class of concrete. Date cyl inder, number and tab, indi cating location in structure from which sample was taken. Indicate slump test result of sample. Do not make more than one set of test cylinders from anyone location or batch of concrete. 2. Test Cylinders. Provide for testing by District or Testing Laboratory to take test cyl inders at the job in accordance with ASTM C31. Test specimens in accordance with ASTM C39 at the age of 7 and 28 days. Contractor shall furnish labor and assistance for casting test cylinders, and shall furnish moi st curi ng cabi nets, as requi red, conformi ng to ASTM C31 at the site. ~ ~ Cast-in-Place Concrete 03300-31 . ' 3. Core Tests. Should strength of concrete, as indicated by tests, fall below required minimum, then additional tests of concrete which the unsatisfactory samples represent may be required by District. Testing Laboratory will make such test in accordance with ASTM C42. Contractor shall fill the holes made by cutting cores with dry pack concrete. Tests for below-strength concrete shall be paid for by the Contractor even though such tests indicate the concrete has obtained the required minimum compressive strength. 4. Air Content. 'At time that compression test cylinders are cast, test a sample of the same concrete for air content in accordance with ASTM C231. 3.17 WATERTIGHTNESS OF CONCRETE STRUCTURES. A. All concrete structures designed to contain or convey fluid shall be tested for watertightness by the Contractor by filling with water to levels approximating what will be attained during operation and measuring the drop in level due to leakage, if any. These tests shall be made under the direction of the District, and if necessary, the tests shall be repeated until water- tightness is insured. B. Rate of filling shall be limited to minimize shock-effect to new concrete construction. Water shall be held under each condition long enough to satisfy the District that the structures are watertight. Structures shall be free of internal or external water leakage. C. The total loss of water-level in any basin ,or flume shall not exceed 1/2 inch depth in 24 hours. Leakage shall be located and stopped and the structure again tested until this requirement is met. If the structure does not meet the test, the Contractor shall repair or replace at his own expense, such part of the work as may be necessary to secure the desired results, as approved by the District. D. Regardless of the rate of leakage, there shall be no visible leakage from any concrete structure. 3.18 ALTERATIONS AND REWORK. Existing concrete surfaces to receive new concrete shall be heavily sandblasted to expose coarse aggregate and produce clean coarse textured surface. Such prepared surfaces shall be coated with epoxy bonding compound immediately prior to placing concrete. The compound shall be an approved equivalent to Sika Chemical Company's "Sikastix Adhesive", Hunt Process Company's "HB Series Epoxy Mortar", or equal of type, mix and 'application in strict accordance with manufacturer's printed recommendations and directions for various conditions. 3.19 QUALITY OF WORK. Concrete work which is found to be in any way defec- tive or out of tolerance may be ordered by the District to be removed and replaced. Should this occur, all costs shall be paid by the Contractor. ' END OF SECTION 03300 \~~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PART 1 - REQUIREMENT 1.01 Cast Iron Fittings SPECIFICATIONS - DETAILED PROYISIOfti Section 15058 - Cast Iron Fittings CONTENTS Page 15058-1 ,/ \A. "'J ~ I' I I I I I I I I I I I I I I I I I I 0590 Cast Irun Fittings 15058-1 SECTION 15058 CAST IRON FITTINGS PART 1 - REQUIREMENT 1.01 CAST IRON FITTINGS. A. Cast iron flanged fittings shall conform to the latest revision of ASA Spec. A-21.10 (AWWA C-110) , flanged fittings. These fittings shall be cement lined in accordance with the latest revision of ASA Spec. A21.4 and shall have standard machine finish. B. Cast iron hub fittings shall conform to the latest revision 'of AWWA C100-52 ASA 21-10-250 p,s.i. for Class 150 and 200 pipe, designed for use with pressure pi pe except as otherwi se specifi ca 11 y stated elsewhere. These fittings shall be cement lined in-- accordance with the latest revision of ASA SplC. A21.4. Size, joint type, and pressure rating (150 or 250 p.s.i.) shall be as specified on purchase order or shown on construction plans and bid sheet. END OF SECTION 15058 \'*' ~ I I I I I I I I I I I I I I I I I I I 0585 Ga skets 15081-1 SECTION 15081 GASKETS PART 1 - REQUIREMENT 1.01 Gaskets for steel and cast iron flanges shall be of dimensions conforming to the requirements of Standard Drawing B-288, and shall be standard full face for pipe 27" diameter and larger. Gaskets shall be 1/16" Johns-Manvi lle or approved equal. END OF SECTION 15081 \~1 ~ : I I- I I I I I I I I I I I I I I I I I 0585 Nuts' Bolts 15089-1 SECTlOfl 15089 NUTS I BOLTS PART 1 - REQUIREMENT 1.01 Bolts and nuts for flanged fittings shall be bare steel conforming to SAE J429 Grade 2 for low or medi um ca rbon s tee 1 meet i ng the fo 11 owi ng requirements, and shall have hex heads and lite-pattern hex nuts. ~" thru 3/4" diameter 55,000 p.s.i. proof strength 57,000 p.s.i. yield strength 74,000 p.s.i. tensile strength 7/8" through l~" diameter 33,000 p.s.i. proof strength 36,000 p.s.i. yield strength 60,000 p.s.i. tensile strength END OF SECTION 15089 \IJS .. I " , I I I I I I I I I I I I I I I I I I ~ - - -.--... . -~.- ~_.~-- SPECIFICATIONS - DETAILED PROVISIONS Section 15331 - Vitrified Clay Sewer Pipe (BeT1 & Spigot) PART 1 - GENERAL 1.01 Requirement 1.02 Measurement and Payment PART 2 - PRODUCTS 2.01 Pipe Design 2.02 Tolerances PART 3 - EXECUTION 3.01 Inspection CON TEN T S Page 15331-1 15331-1 15331-1 15331-1 15331-1 \A.o... .. I. I' I I I I I I I I I I I I I I I I I 0785 Vitrified Clay Sewer Pipe (Bell & Spigot) 15331-1 SECTIlIfI 15331 VITRIFIED CLAY SEVER PIPE (BELL & SPIGOT) PART 1 - GENERAL 1.01 REQUIREMENT. Under this specification, the Contractor shall be required to furnish, deliver, unload and string within the time specified in the Contract Documents, the vitrified clay sewer pipe as specified on the Bidding Sheets, shown on the Contract Drawings, and described in these specifications. 1.02 MEASUREMENT AND PAYMENT. Payment for quantities of pipe will be made at the unit pri ces as stated on the Bidding Sheets or order-to-do-work; or shall be included with the cost of furnishing and installing sewer pipe, where so stated on the Bidding Sheets. PART 2 - PRODUCTS 2.01 PIPE DESIGN. All pipe and plastic gasket joints shall be made in strict conformance with all requirements of the latest revision of ASTM C700, ASTH C425, and to the requi rements of these speci fi cations. All pi pe shall be manufactured and tested in the United States. All pipe and joints manufactured for the conveyance of sewage. permanent bond to the pipe. 2.02 TOLERANCES. Tolerances shall conform to the requirements of the above stated specifications, and the actual cross-sectional area of the inside diameter of the pipe shall be not less than the computed cross-sectional area, based on the stated nominal diameter of the pipe. under these specifications shall be suitable All joint materials shall have a strong, PART 3 - EXECUTION 3.01 INSPECTION. The Engineer or his authorized representative shall at all times have the right to inspect the work and the materials. END OF SECTION 15331 ,*P ~ t I' I I I I I -I I I I I I I I I I I I SPECIFICATIONS - DETAILED PROVISIONS Section 15340 - ~nholes and Ffttings CONTENTS PART 1 - GENERAL Page 1.01 Requirements 1.02 Measurement and Payment I. 03Gua ran tee ' 15340-1 15340-1 15340-1 PART 2 - PRODUCTS 2.01 Manholes 2.02 Rings 2.03 Tops 2.04 Manhole Covers 2.05 Manhole Steps 15340-1 15340-1 15340-1 15340-1 15340-1 \5\ . I .' . I I I I I I I . I I I I I I I . 0787 Manholes and Fittings 15340-1 SECTION 15340 MANHOLES AND FITTINGS PART 1 - GENERAL 1.01 REQUIREMENT. Under this specification, the Contractor shall be required to furnish, deliver and unload within the time specified in the Contract Documents, the manholes and fittings as specified on the Bidding Sheets, shown on the Contract Drawings, and described in these specifications, except as otherwise approved in writing by the Engineer. 1.02 MEASUREMENT AND PAYMENT. Payment for quantities of manholes will be made at the unit prices as sLaLed on the Bidding Sheets. 1.03 GUARANTEE. The Contractor shall guarantee all materials and workmanship of items furnished under these specifications to be free from defects for a period of one (1) year after final completion and acceptance of the entire contract work. The Contractor shall, at his own expense, repair or replace all defective materials or workmanship supplied by him found to be deficient with respect to any provisions of this specification. PART 2 - PRODUCTS 2.01 MANHOLES. All manhole rings, tops. and cones, as constructed in place. shall be designed for A.A.S.H,O, H-20 highway loading, and shall conform to Di stri ct standard drawi ngs and the requi rements of ASTM C-478 and the following requirements. 2.02 RINGS. All manhole rings shall be centrifugally spun or compactly vibrated in forms. 2.03 TOPS. All manhole tops and cones shall be compactly vibrated in forms. 2.04 MANHOLE COVERS. All manhole covers and frames shall conform to District standard drawi ngs and the requi rements for Cl ass 30 gray iron cast i ngs in ASTM Designation A-48. The castings shall be thoroughly cleaned and coaLed with commercial quality asphaltum paint. Frames and covers shall be matchmarked in pairs before delivery to the work, and the covers shall fit into their frames without rocking. 2.05 MANHOLE STEPS. All manhole steps shall conform to District standard drawings and shall be constructed of 3/4" diameter deformed reinforcing steel bars or be of the drop step of 3/4" diameter plain steel bars, and shall be hot-dipped galvanized after fabrication in conformance with,ASTM Designation A-386, or steps may be steel incapsulated with copolymer polypropylene plastic as approved by EMWD for casting-in-place. END OF SECTION 15340 ~ . I, I I I I I I I I I I I I I I I I I I SPECIFICATIONS - DETAILED PROVISIONS Section 07920 - Sealants and Caulking CONTENTS PART 1 - GENERAL Paqe 1.01 Description 1.02 Submittals 1.03 Warranty 07920-1 07920-1 07920-1 PART 2 - PRODUCTS 2.01 Materials 07920-2 PART 3 - EXECUTION 3.01 Genera 1 3.02 Preparation 3.03 Application 3.04 Clean-up and Protection 3.05 Quality Control 07920- 3 07920-3 07920-4 07920-4 07920-4 \~ -- I" I I I I I I I I I I I I I I I I I I Sealants and Caulking 07920 - 1 SECT I ON 07920 SEALANTS AND CAULKI NG PART I - GENERAL 1.01 DESCRIPTION, Reguirements specified in Conditions of the Contract and Division 1 form a part of this Section. Provide all sealant and caulking work. complete as indicated, specified and required. A. Work Included in This Section. Principal items are: I. This Specification is intended to be general in scope as to locations of caulking and sealants. Contractor shall examine all Drawings and Details thoroughly and familiarize himself with the extent of the caulking and sealing involved. Only a complete and absolutely watertight and weathertight jOb will be accepted. 2. Additional information pertaining to sealing and/or caulking will be found in the various specific trade sections and shall be coordinated with the work of this Section. B. Related Work Not in This Section. Concrete Work, Masonry Work, Doors and Frames, Painting, Gypsum Drywall, Weatherstripping and Sound Seal- ing integral to manufactured items. and caulking required for piping. conduit or other mechanical or electrical work. 1.02 SUBMITTALS.. Prior to purchase or del ivery of materials, submit the following, and obtain District acceptance. A. Samples and Technlcal Data. I. Submit technical data by all manufacturers of proposed mater i a Is. _-:-.. 2. Submit material manufacturers' printed preparation and application instructions to District and furnish copies to all trades concerned. B. Shop Drawings and Hock-Ups. When requested, submit the fOllowing in accordance with these Specifications: 1. Full-size detai Is, indicating all the necessary components for each type of joint to be sealed. 2. test sections Shop drawings Observed field conditions and measurements. Mock-up units or shall be also scheduled after receiving written approval of by the District. 1.03 WARRANTY. Contractor shall fully guarantee all materials and workman- ship under this Section for a period of three (3) years from the date of final acceptance of the structure against all defects in both workmanship and materials and he shall promptly correct and/or replace such faulty work if so notified, at no additional cost to the District. \~10 - I ., I I I I I I I I I I I I I I I I I I Sealants and Caulking 07920 - 3 PART 3 - EXECUTION 3.01 GENERAL. A. Perfonn work of this Section by material manufacturer's approved applicator In strict confonnance with manufacturer's printed instructions, or perform such operations under direct supervision of qualified representa- tive of material manufacturer. B. Applicator shall examine all surfaces and report to the General Contractor all conditions not acceptable. 3.02 PREPARATION. A. Thoroughly clean all joints, removing all foreign matter such as dust, oil, grease, water, surface dirt, frost and old caulking materials. Sealant must be applied to the base surface. Previously applied paint or primer must be entirely removed. B. Porous materials such as concrete masonry or stone should be cleaned where necessary by grinding, blast-cleaning, mechanical abrading, acid wash- ing or combination of these methods to provide a clean, sound base surface, for sealant adhesion. 1. Laitance shall be removed by acid washing, grinding, or mech- anical abrading. 2. Form oils shall be removed by blast-cleaning. 3. Loose particles present or resulting from grinding, abrading or blast-cleaning shall be removed by blowing out joints with oil-free compressed air lor vacuuming) prior to application,of primer.cr,sealaQt. C. Non-porous surfaces, such as metal and glass, shall be cleaned either mechanically or chemically. Protective coatings such as methacrylite lacquer on metallic surfaces Shall be removed by a solvent that leaves no residue. Solvent shall be used with clean cloths or Jintless paper towels. Do not allow solvent to air dry without wiping. Wipe dry with clean. dry cloth, or lintless paper towels. D. Joint areas to be protected with masking tape or strippable films shall be cleaned before application of tape or film. E. All joints to receive sealant sha11 be as indicated on shop or Project Drawings. Do not seal joints until they are in compliance with drawings or are acceptable to the Engineer. 1, Joints to receive sealant shall be a minimum of 1/4 in. wide by 1/4 in. deep, unless otherwise approved. 2. For joints in concrete, masonry. or stone: ,'epth of the sealant may be equal to the width of joints up to 1/2 in. wide. For joints l/2 in. to 1 in. wide: depth shall be 1/2 in. For expansion and other joints. I to 2 inches wide: depth shall be no greater than 1/2 the applied sealant width. For joints exceeding 2 in. (5 em) in width: depth shall be as directed ~y sealant manufacturer, \$1 ., I Dep.3.r~ment. oJf Fi:;h .3.nd (t3me 330 Golden Shore, eUl~e 50 Long Beach, CA 90502 fV\ 1.\!L.c..1-1.., 71. '3 /Lt PG.E ReCEIVED Aua 1 0 1990 I I I I I I ATJiJU:~'C. 7 I 199(; Mr. Rodney Barthel Ranp,ac, public \/orks 27447 Encerprise Circle West Temecula, CA 92390 Dear Mr. Bart,hel; Thi~ letter \/ill serve to ammend atre'9.mbect Alteration Aweeme!lt V-ee-693 to inClude those ,;ondi tiol1s for mainten9.nce ,and the requirements of the Army Corp 'Jf Eno;rineer,,; 404 permi t. The conditions identified In the material provi,je in YOI.JI' letter .of July 9, t990 shall be a pare 'Jf this ,agreement by reference and shall be kept ...i th the ao;rreement. at all times. All ,;ondi tlens identified in the materials provided shall be enforcable by the De\Jarement. This ao;rreement ...i 11 no'ol terminate on January I, 1992. I If you have any ':ruestions pIe.sse Gontact me .:it (714i 924-2757. Sincerely: I I ~~~ Michael Giusti Associa1:e Fishery Biologist Re,..ion 5 I I I I I I I I I \@- , , ~ ..-. e'-, I I I I I I I I ,. I I I I I I I I I I , ,,~-..,>.j NU'rW' J.l..... c..h....,.'-'~ Notification No.V-88-693 Page -L of 6 AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION THIS AGREEMENT, entered into between the State of California. Department of Fish and Game, hereinafter called the Department. and Ivan Tenf'lcnt of Riverside County Road DPDilrtmpnt , State of Californla , hereinafter called the operator, is as follows: WHEREAS,pursuant to Section 1603 of California fish and Game Code, the operator, on the 20th day of December, 1988, notified the Department that he intends to substantially divert or obstruct the natural flow of, or substantially change the bed, channel, or bank of, or use material from the streambed of, the following water: Santa Gertrudis and Tucalota creeks , in the County of Riverside, State of California, Section __ Township __ Range __. WHEREAS, the Department (represented by Michael Giusti has made an inspection of subject area on the 9th day of March , 19~, and) has determined that :uch operations may substantially adversely affect existing fish and Jildlife resources including: Riparian and wetland habitats. THEREFORE, the Department hereby proposes measures to protect fish and wildlife during the operator's work. The operator herby agrees to accept the 'following recommendations as part of his work: (see attached list of proposed measures). If the operator's work changes from that stated in the notification specified above, this agreement is no longer valid and a new notification shall be submitted to the Department of Fish and Game. Failure to comply with the provisions of this agreement and with other pertinent code sections, including but not limited to Fish and Game Code Sections 5650, 5652, and 5948, may result in prosecu~ion. Nothing in this agreement authorizes the operator to trespass on any land or property, nor does it relieve the operator of responsibility for compliance with applicable federal, state, or local laws or ordinances. A consummated agreement does not necessarily constitute Department of Fish and Game endorsement of the proposed operation, or assure the Department's concurrence with permits required from other agencies. This agreement becomes effective on Date of Operator's Siqnature and terminates March 1, 1991 . l~ ~ I I I I I I I I I I I I I I I I I \- I I Page 1 of 6 STREAMBED ALTERATION CONDITIONS FOR NOTIFICATION NUMBER: V-88-693 The following provisions constitute the limit of activities agreed to and resolved by this agreement. The signing of this agreement does not imply that the Operator is precluded from doing other activities, at the site. However, activities not specifically agreed to and resolved by this agreement are subject to separate notification pursuant to Fish, and Game Code Sections 1600 et seq.. The operator proposes to alter the streambed by realigning and armoring the stream. The adjacent uplands will be developed for residential dwellings. 1. The operator shall evaluate the possibility of using an alternative means of armoring the banks of the stream. It is preferable that a material which will allow vegetation to establish on the side slopes be used. A material such as "Armorf1ex" or an equivalent would help reduce impacts from realigning the channel. 2. The operator shall use a hydroseed mix of native species to help reestablish grasses and small shrubs within the new channel. This condition does not have to be met if Riverside County Flood Control 3hows proof that these plants would cause a serious flood hazard. Proof of flood hazard shall be submitted to the Department for its concurrence and approval. (No.2 amended, see page 6 ) 3. The operator shall complete the revegetation of the areas identified on the plans submitted with this notification. 4. All revegetation shall be completed within 90 days of completion of the new channel. 5. The operator shall irrigate the plants until they are able to survive without irrigation or will establish a permanent irrigation and maintenance program and submit a written description to the Department for its approval and inclusion in this agreement. 6. The operator shall monitor all revegetation activities for the first six months and provide monthly reports on the success of the revegetation to the Department. The Operator shall monitor quarterly CONCURRENCE (Operator's name) California Department of Fish and Game _ '~{IZ--:::(t-,-~j 3- 3(),S9' (signature) (date) f .. . .. /C, } I ,.' /- L ----L /// i .;,( &6:. , -'0/(; (signature) ;'-/0- f5'/ (date) \~ -- I I I I I I I I 10. Preparation shall be made so that runoff from steep, erodible surfaces will be diverted into stable areas with little erosion I potential. Frequent water checks shall be placed on dirt roads, cat tracks, or other work trails to control erosion. I )age 1 of Q for two years after the initial monitoring and prepare and submit summary reports to the Department for its approval. The operator provided annual reports on the success of the revegetation for 10 after the irrigation has been stopped. shall years 7. The operator where possible shall have mitigation of areas of 4 to 1 rather than operator. The Operator shall submit final riparian channel to the Department for its side slopes on the riparian the 2 to 1 proposed by the engineering drawings of the approval. 8. Disturbance or removal of vegetation shall not exceed the minimum necessary to complete operations. The disturbed portions of any stream channel or lake margin within the high water mark of the stream or lake shall be restored to as near their original condition as possible. 9. Restoration shall include the revegetation of stripped or exposed areas. 11. If a stream channel has been altered during the operations, its low flow channel shall be returned as nearly as possible to its natural state without creating a possible future bank erosion problem, or a flat wide channel or sluice-like area. If a lake margin has been I altered, it shall be returned as nearly as possible to its natural state without creating a future bank erosion problem. The gradient of the streambed or lake margin shall be as nearly as possible the same I gradient as existed prior to disturbance. I I I I 12. Structures and associated materials seasonal flows shall be removed to areas before such flows occur. not designed to withstand high above the high water mark 13. No debris, soil, silt, sand, bark, slash, .awdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthen material from any logging, construction, or associated activity of whatever nature shall be allowed to enter into or placed where it may be washed by rainfall or runoff into, waters of CONCURRENCE (Operator's name) California Department of Fish and Game ~-1;~ lZ:::u,-Sf 33c6? (signature) (date) ~/~~h-,~- ~-/~~ (signature) (date) I I I~ ". I I I I I I I I I I I I I I I I 'a - ~iZ',,-7L,&<_s,-g ~ (signature) Page .! of ~ the State. When operations are completed, any excess materials or debris shall be removed from the work area. No rubbish shall be deposited within 150 feet of the high water mark of any stream or lake. 14. The operator will notify the Department of Fish and Game at least five days prior to the date of commencement of operations and at least five days prior to the date of completion of operations. The operator's can notify by phone to the Streambed Alteration Team at (213) 590-5137 and shall notify in writing the Department at 330 Golden Shore, suite 50, Long Beach CA 90802. 15. The operator shall comply will all litter and pollution laws. All contractors, subcontractors and employees shall also obey these laws and it shall be the responsibility of the operator to insure their compliance. 16. The operator shall provide a copy of the agreement to all contractors and subcontractors, and the Operator's project supervisors. Copies of the agreement must be available at work sites during all periods of active work and must be present Department personnel upon demand. 17. No equipment maintenance shall be done in or near any stream ~hannel or lake margin where petroleum products or other pollutants from the equipment may enter these areas under any flow. 18. Vegetation removed from the stream shall not be stockpiled in the stream bed or on its bank. the sites selected on which to push this material out of the stream should be selected in compliance with the other provisions of this agreement. Where possible brush piles shall be left to provide wildlife habitat. 19. In order to determine if the revegetation techniques used have been successful the plants shall achieve the minimum growth at the end of three and five years. If the minimum growth is not achieved then the Operator shall be responsible for taking the appropriate corrective measures as determined by Department representatives. The Operator shall be responsible for any cost occurred during the revegetation or in subsequent corrective measures. CONCURRENCE (Operator's name) California Department of Fish and Game 3- 3 ('ff} (date) /N/1 / /.,'; I /1U-4].&. ~ (signature) f-r (/ - '67 (date) I I \,,1 * I I I I I I I I I I I I I I I Page 2. of 6 SPECIES Arroyo Willow Black Willow Red Willow Sycamore Cottonwood SIZE AT PLANTING HEIGHT PLANTING CENTERS 3 years 5 years (GALLONS) PB 8 ft 10 ft 15 ft 1 gallon 8 ft 10 ft 15 ft PB 8 ft 12 ft 18 ft 1 gallon 8 ft 12 ft 18 ft PB 8 ft 9 ft 15 ft 1 gallon 8 ft 9 ft 15 ft 1 gallon 20 ft 5 ft 9 ft 5 gallon 22.5 ft 7 ft 13 ft 15 gallon 25 ft 10 ft 18 ft 1 gallon * 7 ft 12 ft 5 gallon * 9 ft 15 ft 15 gallon * 13 ft 20 ft White Alder 1 gallon * 6 ft 11 ft 5 gallon * 8 ft 13 ft 15 gallon * 11 ft 16 ft * = Depending if used as supplemental species (40 ft O.C.) or if dominate species (15 ft O.C.) All Shrub species 1 gallon 5 gallon 15 gallon * * * * = plant in naturalized clumps and randomly scattered. 20. All year and project. planting will have a minimum of 80% survival the first 100% thereafter for the life of the 21. Access to the work site will be via existing roads and access ramps. CONCURRENCE (Operator's name) California Department of I )', FiS,h and Ga~me ~"1'- - I ,~-11(' /.// -..:- ~-'i-r.... f Lu~,w~' 3-3<..-a.'I- /t2''C-/~ "! ~) ;-/1'> --t;r I (signature) (date) (signature) (date) I I \c.8 *' I I I I I I I I ~__ )7,",'- n,-::, "..j 3 - 30 --89 I (Signa~Ure)" (date),. Title /)Nult,,: 2-zv1 t?~,UUol"__1. I // I I I I I I I I l>age ~ of ~ 22, Spoil sites shall not be located within a stream/lake, where spoil will be washed back into a stream/lake, or where it will cover aquatic or riparian vegetation. 23. This lemporary except as agreement does not authorize the construction or permanent dam, structure, flow restriction described in the Operator's notification. of any or fill 24. All provisions of this agreement remain in force throughout the term of the agreement. Any provisions of the agreement may be amended or the agreement may be terminated at any time provided such amendment and/or termination is agreed to in writing by both parties. Mutually approved amendments become part of the original agreement and are subject to all previously negotiated provisions. CONCURRENCE Operator signature California Department of Fish and Game ~JS k/j;.",,;:T (signature) Y-/t/'-(S7 (date) Title Associate Bioloqist 2. ,The operator shall use a hydroseed mix of native species to help re- establish grasses and small shrubs within the new channel. This condition does not have to be ~et if the Riverside County Flood Control and Water Conservation District (RCFC&WCD) indicates that these plants would be unacceptable.' A letter indicating the District's position shall be submitted to our Department for its concurrence ana approval';irr- HA ~ DEPARTMENT OF THE ARMY LOS ANGELES DISTRICT. CORPS OF' ENGINEERS PO 80X 2711 LOS ANGElES. CALIFORNIA 900~3 2325 Rr.....r-'V....i' =. i..r c. 1 C. .~l OCT 2 6 i990 REPLY to .UI[".IIONor October 25, 1990 Office of the Chief Regulatory Branch Deputy Road Commissioner of Riverside County ATTN: Mr. Ivan Tennant P.O. Box 1090 Riverside, Cal j'fornia 92502 Gentlemen: This letter regards Corps' permit 89-177-MD, special condition 3, as amended June 25, 1990. This special condition required you to report on the feasibility of adding "first flush" capacity to the above permitted project. You provided to us, on July 18, 1990, a FACT SHEET and a copy of the California Regional Water Quality Control Board (San Diego Region) Order 90-46, NPDES No. CA0108766, "Waste Discharge Requirements for Stormwater and Urban Runoff" from Riverside County Flood Control And Water Conservation District (RCFCWCD), as authorized by Arthur L. Coe, Executive Officer, on July 16, 1990. In light of the information and requirements provided in this document, the Corps deems special condition 3 of the permit to be met as long as RCFCWCD complies with the NPDES order referenced in this letter. All planned future meetings dealing with special condition 3 of this permit are hereby cancelled. Please submit to the Corps copies of all major reports resulting fr"om future data collection and resultant actions as required by this NPDES order. Thank you for your cooperation in our Regulatory program, If you have any questions, please call ~ark Durham at (213) 894- 5606. Sil)cerel y, .t, /.' (" -- . .. ----.... .(Az.""",-" I ,CC-d.Ic."I"";" / Ch 'Q /~ H 1- p, j,:tY a r I _ S ,\. 0 . 1"" . ... . :-' Chi ef, Regul atory Branch CF: Citizens for ResponsiJle ',iatershed :.\anage'11e",: RANPAC Engineering' Corpo'3:~on nO #l' ~ d ,_... I I I I I I I I I I I I I I I I I I I DEPARTMENT OF THE ARMY 1.0$ ANCELfS nr~TRI("1' rnnp,; or rNOINtc.~~ PO AOq711 lOS 4.NCU.[S, CAUFonNIA flCC)~.;U41 "" ~ - ~ fiL",'" IU ,lflrJ\lfll)Nl"I) June 25, 1990 Office of the Chief Regulatory Branch Deputy Road Commissioner of Riverside Co. P.O. Box 1090 Riverside, California 92502 Gentlemen: Reference is made to your request of June 22, 1990 to amend Permit No. 89- 177-MD which authorized you to discharge ,approximately 200,000 cubic yards of dredged and fill material over approximately 60.5 acres of waters of the U.S. for channelization and bridge construction at North General Kearny, Winchester and Margarita Roads in the Santa Gertrudis and Tucalota Creeks and flOOd plains at their confluence and 0.75 mi1es upstream along Tucalota Creek, and 1.25 miles upstream and 1.23 miles downstream on Santa Gertrudis Creek in Rancho California, Riverside county, California. Under the provisions of 33 Code of Federal Regulations 325.7(b) your permit is modified as follows: You are hereby authorized to begin the project work as soon as the Corps of Engineers receives a signed permit back from you. Additionally, you are to arrange trl.monthly meetings over the next six months between yourself (or your authorized representative), the Corps of Engineers, the Citizens for Responsible Watershed Management, and any other groups or parties interested in discussing the feaSibility of first flush capacity for the permitted project and other future projects in Riverside county. Meetings are to be held at Corps faci1ities, Los Angeles, during normal working hours. After six months, the Corps shall determine if first flush capacity is feasible or practicable (limited to within the channel bottom) within the constraints of this project, or the Corps shall provide additional special conditions to this permit to insure the proviSion of first flush capacity, This permit modification supersedes special condition No.3 of the permit. The conditions of Permit No. 89-177-MD, except as changed herein, remain in full force and effect. \ ' ; \1l .... I I I I I I I I I I I I I I I I I I I -2- Please note that a copy of this letter is being forwarded to those agencies on the enclosed list. Sincerely, GPJL~ ,~ Charles M, Holt, P.E. Chief. Regulatory Branch Enclosures nz... ~ JUt~-~~.-90 TUE ~~:Z5 ~. . C''':''; I I I I I I I I I I I I I I I I I I I u.s. Environmental Protection Agency 'ederal. Activities Branch 215 Fremont Street San Francisco, California 94105 u.s. Fish and Wildlife Service Ecological Services 24000 Avila Road Laguna Niguel, California 92656 California Department of Fish and Game ATTN: Fred Worthley 330 Goldenshore Suite 50 Long Beach, California 90802 Riverside County Flood Control & Water Conservation District ATTN: Ken Edwards P.O. Box 1033 Riverside, California 92502 \13 -- DEPARTMENT OF THE ARMY LOS ANGELES DISTRICT. CORPS Of ENGINHRS PO BOX 2711 LOS ANGELES CALIfORNIA 900~3.232S R[PlY TO ,l.tt(NT'ONOF June 8, 1990 Office of the Chief Regulatory Branch Deputy Road Commissioner of Riverside P.O. Box 1090 Riverside, California 92502 Co. Gentlemen: In response to your request of March 2, 1989 (89-177-MD), there are enclosed two copies of a draft permit (ENG FORM 1721) authorizing you to discharge approximately 200,000 c.y of fill to channelize 60.5 acres of creekbeds and grade for construction of three new bridges at North General Kearny, Winchester, and Margarita Roads in the Santa Gertrudis and Tucalota Creeks and flood plains at their confluence and 0.75 miles upstream along Tucalota Creek, and 1.25 miles upstream and 1.23 miles downstream on Santa Gertrudis Creek in Rancho California, Riverside county, California. THIS PERMIT WILL NOT BECOME VALID UNTIL YOU HAVE TAKEN ALL OF THE FOLLOWING STEPS. 1. The owner or authorized responsible official must sign and date all copies of the permit indicating that he/she agrees to the work as described and agrees to comply with any and all conditions stated in the permit. 2. The signer's name and title, if any, must be typed or printed below the signature. 3. One of the signed permits must be returned to the Corps of Engineers (a pre-addressed envelope is enclosed for your convenience). If we do not receive one of the signed permits within 30 days from the date of this letter. your request for the proposed work will be withdrawn. Please notice that enclosed are pre-addressed postcards for you to notify this office regarding the dates for beginning and completing the authorized activity. Sincerely, Enclosures: tl_l l~, ~-i-L~: Charles M. Holt, P.E. Chief, Regulatory Branch \14 -. I I I I I I I I I I I I I I I I I I I CERTIFICATION OF COMPLIANCE WITH DEPARTMENT, OF THE ARMY PERMIT Permit Number: 89-177-MD Name of Permittee: Deputy Road Commissioner of Riverside Co, Date of Issuance: June 8, 1990 Upon completion of the activity authorized by this permit, sign this certification and return it to the following address: U.S. Army Engineer District ATTN: SPLCO-R-89-177-HD P . O. Box 2711 Los Angeles, California 90053-2325 Please note that your permitted activity is subject to a compliance inspection by an Army Corps of Engineers representative, If you fail to comply with this permit you are subject to permit suspension, modification. or revocation, I hereby certify that the work authorized by the above referenced permit has been completed in accordance with the terms and conditions of the said permit, Signature of Permittee \1:) - I I DEPARTMENT OF THE ARMY PERMIT Permit":'"ee: I Deouty Road Comrnissione~ of Rive~side Co. P,O, Box 1090 Riverside, California 92502 I I Permit Number: I 89-177-MD I t 5SU i n9 Off ice: Los Angeles District I NOTE: The term "yaul1 and its deri.....atives, as used in this permit, means the permittee or any future transferee. The term "this office" refers to the aooropriate aiSTriCT or division office of the Corps of Engineers having jurisdiction over the permitted activity or the appropriaTe official acting under the aUThority of the commanding officer. I I YOu are authorize~ to perform work in accordance ~ith the terms and condi,ions specified belc~ and the attached drawings. I Project Oescriotion: discharge approximately 200,COO cubic yards of dredged and fl I I material over approximately 60.5 acres of waTers of the U.S. for channel ization and bridge construcTion at North General Kearny, Winchester and Margarita Roaas I I Project Locarion: the Santa Gertrudis and TucalaTa Creeks and flood plains at their confluence and 0.75 mi les upSTream along Tucalota Creek, ano 1.25 mi les uostream and 1.23 mi les downSTream on Santa Gertrudis Creek in Rancho Gal ifornia. Riverside :ounty, eal ifornia (see attached drawings). Permit Conditions I General Conditions: I t. The time I imit for completing the authorized activity ends on June 8, 1993. If you find that you need more time to compleTe the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. I 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not rei ieved of this requiremenT if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification from this permii from ihis office, which may require reSToration of the area. I I I \1'- -- I I 3. If you discover any previously unKnown nis~oric or ar:heological remains wni Ie ac:cffipi isning tne activiTY authorizea by this permit, VOL. ml..';:7 immediaTely noti-ty this office at '/IIhat you ~ave found. We wi II initiate the Feder3i and StaTe coordinaTion reauired to determine; f :he ""emains warrant a recovery efforT or if the site is el igible for I isting in the National Register of Historic Places. I I 4. If you sel I the property associaTe~ wi7h t~is oermit, you must obtain the signature of the new owner in The space provideo and fcrwarc a copy of the permit to this office to vei idate the transfer of this authorization. I 5. If a conditioned water qual ity certif ication has been issued fer your project, you must comply with the conditions soecified in tne ce~Tification as special conditions to this permit. For your convenience, a copy of the certification is attached if it conTains such conditions. I 6. You muST al low reoresenTatives from this office to inspect the authorized activity aT any time deemed necessary to ensure that it is bei~g or has been accompi ished with the terms and conditions of your permit. I Special Conditions: See attached sheet(s). I Further Information: I 1. Congressional Authorities: You have ~een ~uThorized to undertake the activity descrioed above pursuant to: Discharoe of dredged or filt material into waters of the United States - Section 4104, Clean Water Act (33 U.S.C. 1344). I 2. Limits of this authorization. I a. This permit does not obviate the ~eed to obtain other Federal, state, or local authorizations required by law. I b. This permit does not grant any property rights or exclusive privi leges. c. This permit does not authorize any injury to the oroperty or righTS of othe~s. I d. This permit does not authorize interference with any existing or proposed Feoeral project. I 3. limits of Federal Liabi I ity. In issuing this permit, the Federal Government does not essume any I iaoi I ity for the fol lowing: I . a. Damages to the permitted project or uses thereof 3S a result of other permitted or unpermitted activities or from natural causes. I b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the publ ic interest. I c. Damages to perscns, property, or to other permitTed or unoermit~ed aCTivities cr structures caused by the activity aUThorized ~y this oermit. d. Design or construction deficiencies with the ~ermitted work. I I \11 ., I I e. Damage claims associated ~itn any fUTure modification, susoension, or revocatio~ :f inis pe:mit. I 4. Rei iance on Appl icant's DaTa: The determination of this off ice that issuance of tnis oermit is n01 contrary to the publ ic interes; was made in rei iance on tne information you proviceQ. I 5. Reevaluation of Permit Decision. any time the circumstances warrant. are not I imited to, the fol lowing: This office may reevaluate its decision on this per~it at Circumstances that could require a reevaluation inc:uoe, but I a. You fai I to comply with the terms and conditions of this permit. b. false, The information provided incomplete, or inaccurate by you in suoport (See 4 above). Of your permit aopl ication proves to heve been I c. Significant new information surfaces which this office did not consider in reac~ing the original publ ic interest decision. I SuCh a reevaluation may result in a determination that it is appropriate to use the suspe~sion. modification, and revocation procedures contained in 33 CFR 325.7 or enforcement procedures such as those contained in 33 CFR 326.J and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order recuiring you to comply with the terms and condj~ions of your permit and for the initiation of legal action where appropriaTe. You wi I J be required to pay for any corrective measure oraered by this office, and if you fai J to compiy with sucn directive, this office may in cerTain situations (such as those specified in 33 CFR 209.170) accompl ish the corrective measures by contrect or otherwise and bi l I you for the cost. I I I 6. Extensions. General condition' establ iShes a time I imit for the completion of the aCTivity authorized by this permit. Unless there are =ircumstances recuiring either a prompT como!etion of the authorized activity or a reevaluation of the Dubl ie interest decision, tne Corps ~i I t normally give favorable consideration to a reQuest for an extension of this time t imit. I Your signature below, as permittee, indicates that you accept and agree to comply with the terms and conditions of this permit. I I (PERM I mE ) <DA TEl I This permit becomes effective when the Federal official, designated to act for the SecreTary of the Army, has signed below. I G~_ l~ , " ' ~'~~ ~i"\C <DATE) twtr I CHARLES M. HOLT Chief, Regulatory Branch (for the District Engineer) I When the structures or work authorized by this permit are sti I r in existence at the time the prooerTy is transferred, the terms and conditions of this permit wi I I continue to be binding on the new owner(s) of the property. To val idate the transfer of this permit and the associates I iabilities associated with campi lance with its terms and conditions, have the transferee sign and date below. I (DATE ) \18 ... I (TilANSFE;:(EE ) I I I I I I I I I I I I I I I I I I I SPECIAL CONDITIONS PERMIT NO, 89-177-MD 1. That the permitoee shall comply wioh all aspeccs of the mitigation plan dated April 19, 1990 as attached hereto. 2, That the permittee shall e~gage a qualified expert (and provide such evidence to the Corps of Engineers prior to initiation of project work) to perform on-site monitoring of paleontological resources during all phases of construction, who shall be empowered to temporarily halt or divert project work to remove specimens, The expert shall oversee preparation, identification, and curation of specimens into an established institution, and shall produce a report of findings to be delivered to the Corps upon publication, 3, That, prior to initiation of any work under this permit, the permittee shall organize a meeting to include the permittee or his authorized representatives, representatives of the U,S. Corps of Engineers Los Angeles District Regulatory Branch, and representatives of Citizens for Responsible Watershed Management, The purpose of this meeting shall be to discuss the feasibility of first flush capacity in the permitted project. The permittee shall not proceed with the work permitted herein until either the Corps determines that first flush capacity is not feasible or practicable within the constraints of this project, or the Corps provides additional special conditions to this permit to insure the provision of first flush capacity, \lq ~ I I DEPARTMENT OF THE ARMY PERMIT (Notification of Commencement and Completion of Work) I PERMIT NO, I DATE WORK WILL COMMENCE ESTIMATED CONSTRUCTION PER 100 (IN WEEKS) I NAME OF CONTRACTOR (PHON_E) I DATE WORK WAS COMPLETED "I hereby certify that the contractor has read and agreed to comply with me terms and conditions of the permit", SIGNATIJRE I (PERMITEE OR AGENT) SPD /..;'A":80 192.R (REPLACES SPK FORM 394, 1 MAY 791 I I I I 1111 I DEPARTMENT OF THE ARMY LOS ANGELES DISTRICT CORPS OF ENGINEERS P.O. BOX 2711 LOS ANGELES. CALIFORNIA 90053.2325 I QFl:'CIAL BUSINESS PE.~ALTY FOR PRIVATE USE 5300 BUSINESS REPLY C~RD ~lRSTCl.AS5 PEAMllt.0 ';'''".. 'o"IAS....'~G,I)N r;c, I POSTAGE Will BE Plo.lD BY THE D!:PAATMENT O~ T,..,E. :..:,'.'v I OEPARTMENT OF THE ARMY LOS ANGELES DISTRICT. CORPS OF ENGINEERS ATTN: REGULATORY FUNCTIONS BRANC~ P.O, BOX 2711 LOS ANGELES. CA 90053.~325 I I I I NO POST':''::;> NEC;.$SAF' ;r '-\':"I..E;:: :N TwlE UNITE!: SiATES I~ ... I I I I I I I I I I I I I I I I I I I l'iIliCHESTER PROPERTIES ASSESSHE1:T DISTRICT (NO, 161') SANTA GERTRUDIS AND Tt:CALOTA CREEKS HABITAT PROTECTIOll PROGRAM APRIL 19, 1990 The following shall be known as the Santa Gertrudis and Tucalota Creeks Habitat Protection Program, by reference, made a part of the U. s, Army Corps of Engineers Section 404 Permit Conditions and Terns of California DepartJ;Jent of Fish and Game Section 1601 Agreement Regarding Channel Maintenance. IVith respect to those portions of the Santa Gertrudis and Tucalota Creek flood control channel to be established as mitiga~ion areas, habitat protection shall be as follows: 1. Habitat Protection: There will be no routine mai::~e- nance, cutting or other disturbance of the 20 foot wild- life corridor or the adjacent vegetated channel wall except for that maintenance required for the removal of exotic vegetation as described in the mitigation prog:::am. Said wildlife corridor shall remain inplace for the project life. Project life shall be defined as the period of time that fill to the waters of the Uni 'Ced States remains. 2. Channel Protection: Disturbance of the 20 foot wildlife corridor or the adjacent vegetated channel wall shall be allowed only during either emergency or routine mai::~e- nance of the channel components. Disturbance shall be accompanied by compliance with Sections 9a and 9b hereinafter and followed by compliance with either Section 7 or 8 hereafter. 3. Emergency Maintenance Defined: The California Depar:::,ent of Fish and Game Code (Chapter 6, Section 1601) defines an emergency as "activities necessary to protect life or proper-:::, " , The Corps of Engineers Regulatory Program Regulations (33 CFR 325.2 (e) (4)) defines an emergency as "... a situation which would result in an unaccept- able hazard to life, a significant loss of proper-:y, or an immediate, unforeseen, and significan~ economic hardship if corrective action requiri::g a permit is no~ undertaken within a time period less than normal time needed to process the applica~ion under standard procedures." 18\ .. I I I I I I I I I I I I I I I I I I I ~~t~~a~ ?=~tec~ion Progra~ ":.p:-:.l, 1990 ::aae. ":.wo For purposes of compL1ance, with said "Habitat Protec~ion Program" the more restrictive definition by the Corps of Engineers shall prevail. 4. Routine Maintenance Defined: Maintenance and repairs performed in conjunction with the regular course of business to assure performance of the channel as pla~ned and designed. 5, Activities Defined: regarding emergency are not limited to: For the subject project activi~ies and routine maintenance include bu~ a. Activities necessary to restore the struct~ral integrity of the channel or the channel wall, b. Activities necessary to prevent degradation of the structural integrity of the channel or the channel wall. 6. Examples of Maintenance: For the subj ect proj ect, examples of routine and emergency maintenance include bu~ are not limited to: a. Repair of soil erosion beneath channel li~ing (ARMORFLEX) . b. Repair of filter material beneath channel li~ing (ARMORFLEX) . c. Replacement of damaged portion of channel lining (ARMORFLEX) . d. Repositioning of channel lining (ARMORFLEX), 7. Disturbance Due to Maintenance: If disturbance of the 20 foot wildlife corridor or adjacent channel wall cannot be avoided all efforts shall be undertaken to minimize such disturbance. Those portions of the 20 foot wildlife corridor or adj acent channel wall which are disturbed during either routine or emergency maintenance or other activities shall be restored by re-establishing habitat in like kind at the same site of disturbance, In accordance with the U. S. Amy Corp of Engineers 404 Permit and the California Department of Fish and Game 1601 Agreement, it shall be the responsibility of Riverside County with funding from the Winches~er Properties Assessment District to provide for any habi ~at restoration which is required as a result of channel ISZ- .. I I I I I I I I I I I I I I I I I I I rtaD~~a~ PY~~ec~ion P=og=a~ Apr.:.l. 1990 page ::::ree maintenance. Habitat restoration shall be as specified hereafter in Section 10. 8. Disturbance Due to Negligence: If the wildlife corridor is disturbed through negligence of either the Riverside County Flood Control and Water Conservation Dis-::rict, other public agency or private entity it shall be the responsibility of the "operator" Riverside County, ;;ith funding from said District, agency or entity to provide for habitat restoration. Habitat restoration shall be ,as specified hereafter in Section 10. 9, Notification: Any necessary maintenance within the 20 foot wildlife corridor shall require notification to the California Department of Fish and Game through the 1601 process and the U.S. Army Corps of Engineers through the 404 Permit process. Notification of these agencies shall be as follows: a. During emergency periods as defined in Sec::ion 3 above, during flood periods or immediately there- after, the agencies shall be notified by telephone (prior to or as soon as possible fOllowing the initiation of maintenance activities) and shall be provided with written notification within 14 days of initiation of maintenance activities. b. During routine, non-emergency maintenance (in other words, activities necessary to prevent degrada::ion of the structural integrity of the channel or the channel wall), the agencies shall be notified in writing a minimum of 10 days prior to the initia-::ion of maintenance activities. 10, Restoration: Habitat restoration shall be governed by the Revegetation, Maintenance & Monitoring Program attached hereto and made a part hereof " to assure the success of restoration efforts wi thin the Winchester Properties Assessment District. Restoration shall ::ake place within a twelve month period follo;;ing "Disturbance", wi thin the months of November, Dece:::ber and January. 11. MOdifications: The Santa Gertrudis and Tucalo::a Creeks Habitat Protection Program shall remain effective unless modified by mutual written agreement of the U, s, ;',rny Corps of Engineers, the California Department of Fish and Game, and Riverside County. / a l,' .;Da,:::/h,7,:'~'-::.: .~.i a: l~ .... I I I I I I I I I I I I I I I I I I I WINCHESTER PROPERTIES ASSESSMENT DISTRICT No. 161 SANTA GERTRUDIS AND TUCALOTA CREEKS CHANNEL PROJECT PRELIMINARY REVEGETATION, MAINTENANCE, AND MONITORING PROGRAM RANPAC Engineering Corporation 27447 Enterprise Circle West Temecula, CA 92390 (714) 676-7000 April 19, 1990 Revised November 12, 1990 \~ .- I I I I I I I I I I I I I I I I I I I Preface: The objective of the mitigation program is to provide compensatory mitigation for resource losses which will occur as a result of the proposed project. The mitigation program will be accomplished through the implementation of an integral process including planning, monitoring, maintenance, and reporting. The elements of the proposed mitigation program are outlined on the following pages. Existing wetlands habitat along Santa Gertrudis and Tucalota Creeks consist of r~parian woodland dominated by scattered mulefat (Baccharis alutinosa), arroyo willow (Salix lasiolepis), and Fremont's cottonwood (Populus fremontii). with the exception of a few large cottonwood trees, the riparian woodland community is in an early seral stage of succession and is primarily even-aged. This is apparently a result of periodic disturbance in the form of flooding. It is anticipated that in the absence of such flooding, the community would develop to a mature cottonwood-willow riparian forest. within the limits of the proposed project, this riparian woodland community currently occupies 2.92 acres. The proposed project would result in the disturbance of 60.5 acres of "waters including the 2.92 acres of wetlands. placement of fill and/or of the United States" The proposed on-site mitigation will consist of two distinct areas: wetland channel sites and upland areas adjacent to the channel. The primary wetland channel site will consist of a 20-foot wide corridor running the length (3.23 miles) of the proposed channel (7.83 acres total). The mitigation area will be located at the base of one side slope. Additionally, a channel will be constructed to convey stormflow from surrounding developments to Tucalota Creek. Riparian woodland vegetation will be established in the tributary channel providing approximately 1.8 acres of riparian woodland. A total of 9.6 acres of riparian woodland will be established as mitigation for impacts to the existing 2.92 acres. This will provide an in-kind replacement ratio of 3.3 to 1. In addition to the 9.6 acres of riparian woodland, 9.5 acres of "upland woodland" will also be created. This habitat type will be established adjacent to the proposed Tucalota Creek channel and adjacent to the storm runoff channel. This will result in the creation of a total of 19.1 acres of habitat. Side slopes of Tucalota constructed of "Armorflex" with native vegetation. and Santa Gertrudis Creeks will be or a similar material and hydro seeded ,The mitigation areas will be monitored for a five-year period. Corrective measures will be undertaken as needed to ensure compliance with specified success criteria. 2 J 85""" - I I I I I I I I I I I I I I I I I I I This plan (titled Preliminary Revegetation, Maintenance, and Monitoring Program) shall be reviewed an approved by regulatory agencies and shall be incorporated to the permit as a special condition. Upon issuance of the permit for the proposed project, a detailed landscaping and mitigation plan shall be submitted for agency review and approval. The implementation of mitigation activities shall not be undertaken until the landscaping and mi tigation plan has been approved by the U. S. Army Corps of Engineers and the California Department of Fish and Game. The landscaping and mitigation plan shall be based on the following outline. 3 ~~ .. I I I I I I I I I I I I I I I I I I I I. LANDSCAPE PLAN A. Landscape grading plan 1. evenly spread surplus soil 2. surface dressing to remove all traces of manmade tracks and provide a natural appearance B. Plant materials 1. planted shrubs and trees a) species b) sizes . c) quantity d) source of plant material 1) on-site materials to the ,extent possible 2) nursery specializing in native plants 2. hydroseeded materials a) species b) lbs. per acre c) source of seed material C. Soil preparation and planting 1. soil amendments 2. fertilizer 3. hole sizes 4. planting layout 5. planting timing (plant during wet season) D. Irrigation system 1. emitter type 2. water source 3. anticipated duration of irrigation E. Permanent natural water system 1. Nuisance runoff 2. Reclaimed water 3. Irrigation backup F. Cleanup procedures G. Maintenance period II. LANDSCAPE INSTALLATION specified in contractor agreement to comply with landscape plan 4 1~7 - I I I I I I I I I I I I I I I I I I I III. MITIGATION AREA INVENTORY schedule: immediately following landscape completion 1. Baseline data compilation A. tag all trees and shrubs with numbered aluminum tags for identification during subsequent monitoring efforts B. verify quantity, planting location, and spacing of trees and shrubs as specified in landscaping plan c. measure and record height of all trees and shrubs as base~ine for future measurements D. map location of each tree and shrub by tag number 2. Verify compliance with landscape grading standards The mitigation sites will be examined to determine if landscape grading has been conducted as specified in the landscape plan. Additionally, compliance with landscape grading standards shall be verified following subsequent work on the site by the landscape contractor (i. e. following replacement of dead or dying plants). 3. Verify landscape cleanup compliance Determine if all debris resulting from landscape contractor's operation has been removed from mitigation area and adjacent lands. Additionally, compliance with cleanup standards shall be verified following subsequent work on the site by the landscape contractor. 5 ISle - I I I I I I I I I I I I I I I I I I I IV. MONITORING schedule: Year 1: Monthly Year 2: Quarterly Years 3 - 5: Semi-annually 1. Success criteria for tree height and tree and shrub survival have been established for the project by the California Department of Fish and Game (Notification No. V-88- 693) as follows: TREE HEIGHTS SPECIES SIZE AT HEIGHT PLANTING 3 years 5 years Arroyo willow 1 gallon 10 feet 15 feet (Salix lasiolepis) Fremont's cottonwood 1 gallon 5 feet 9 feet (Populus fremontii) 5 gallon 9 feet 15 feet 15 gallon 13 feet 20 feet California sycamore 1 gallon 5 feet 9 feet (Platanus racemosa) 5 gallon 7 feet 13 feet 15 gallon 10 feet 1B feet SURVIVAL All plantings shall have a m~n~mum of 80% survival in the first year and 100% thereafter for the life of the project. This shall apply to trees and shrubs. PERCENT COVER In addition to the success criteria established by the California Department of Fish and Game, a success criteria based upon percent cover shall be utilized. Plantings shall achieve minimum of 75% cover by the fifth year of monitoring. This shall apply to trees and shrubs. Hydroseeded species shall attain a minimum of 75% cover each year. 2. Conduct simple random sample of trees and shrubs for growth measurement Using simple random sampling techniques, the mean growth Shall be calculated for the entire tree population within the mitigation area. Calculations shall be based on the mean height of all trees upon the first site visit and upon the mean height of a population sample (30% sample) for subsequent site visits. A random number table and the tree identification numbers shall be used to identify those trees to be measured during random sampling. 6 I~ -- I I I I I I I I I I I I I I I I I I I 3. Conduct simple random sampling of hydroseeded areas for establishment success and percent cover Line-plot transects will be utilized for determining establishment success and percent cover. Permanent transect lines shall be established within the hydroseeded areas. These lines shall be permanently marked on the site and shall be identified on site plans. Along each line, random plots shall be sampled to determine species frequency and percent cover. 4. Determine percent cover of trees and shrubs Percent cover of trees and shrubs shall be determined during field surveys by visual estimation. During field visits in the fall (Le. October), a biologist experienced in ecological measurement shall determine percent cover by visual estimation. Percent cover shall be determined for the entire mitigation area and shall be the combined cover of all tree and shrub species to be planted. 5. Identify plants not in vigorous condition and/or dead/dying plants for replacement During each site visit, those plants which are not in a vigorous condition or which are identified as dead or dying shall be noted by tag number. The list of all such plants shall be submitted to the proj ect proponent. Additionally, recommendations shall be submitted identifying those plants which should be replaced to comply with success criteria. Each year, a map showing those plants not in vigorous condition and/or dead or dying shall be submitted to the project proponent prior to the optimal planting period. 6. Identify other corrective measures necessary for mitigation success. Corrective measures necessary to ensure compliance with success criteria will depend on site conditions during monitoring. It is anticipated that corrective measures could include: modifications to irrigation system, planting additional trees and/or shrubs, provide additional fertilization or, exclude vandals/trespassers. Additional corrective measures may be identified and implemented during the monitoring efforts. 7. Identify exotic plants for removal All exotic plants (i.e. castor bean, giant reed, tamarix,...) shall be removed prior to landscaping. Following landscaping, the location of exotic plants 7 1CJO -- I I I I I I I I I I I I I I I I I I I shall be noted on a site map once each year. The map shall be submitted to the project proponent. It is expected that the landscape contractor shall be responsible for the removal of exotic plants and that removal shall be conducted concurrently with the replacement of dead/dying plants. Therefore, identification of exotic plants shall be conducted during the late summer. The removal of exotic plants shall be accomplished manually (i.e. removing above ground vegetation and digging up and removing roots). If manual removal is found to be ineffective, herbicide shall be appl~ed directly to the exotic plants. 8. Wildlife usage of mitigation area A. A breeding bird survey will be conducted on the mitigation site each year during the monitoring period. The survey shall be conducted during the optimal time for detecting bird species which breed on the site (i.e. May, during the two hour following dawn, five consecutive days). All bird species observed or detected by auditory means (calls) shall be noted. Data generated' by the breeding bird survey will indicate the habitat value of the mitigation area with respect to avifauna. Additionally, the breeding bird survey may indicate the need for corrective measures with respect to parasitic species (i.e. brown-headed cowbird eradication). B. In addition to the breeding bird survey, incidental observations of wildlife species will be recorded during monitoring efforts. This will include elements such as reptiles, mammal sign, and wintering bird species. V. MITIGATION AREA MAINTENANCE schedule: as required in conjunction with monitoring 1. verify replacement of plants not in vigorous condition and dead/dying plants It is expected that replacement of plants shall be conducted by the landscaping contractor once each year during the five year monitoring period. Optimal planting time is considered to be November or December (or as early as possible during the wet season). Therefore, verification of plant replacement shall be conducted once each year. FOllowing verification of plant replacement, a report describing the results shall be submitted to the project proponents. 2. Verify implementation of other corrective measures Other corrective measures identified during the 8 \Q,l -- . I' I I I I I I I I I I I I I I I I I I monitoring program shall be monitored as needed. 3. Verify removal of exotic plants Verification of removal of exotic plants shall be conducted once each year concurrently with verification of plant replacement. Following verification of exotic plant removal, a report describing the results shall be submitted to the project proponent. VI. REPORTING 1. Submit progress reports schedule: same as monitoring (item IV) Progress reports shall include the following elements: A. Dates of site visits and personnel conducting visits. B. Tasks conducted at each site visit. C. Verification of landscape grading and cleanup standards (when applicable). D. Number of plants identified as not in vigorous condition or dead/dying by species and tag number. E. Number of plants identified in D. (above) which have been replaced (when applicable). F. Summary of exotic plant occurrence and removal efforts. G. Statistical analysis of average growth of trees (by species) and of survival/cover of hydroseeded species. H. Determination of percent cover (when applicable). I. Discussion of recol!1l!lended corrective measures (as needed) to ensure compliance with success criteria. J. Summary of wildlife usage of mitigation area. K. Summary of any channel maintenance (see VII). 2. Arrange and attend on-site meeting(s) with agencies On-site meetings for the purpose of inspection by agencies shall be arranged for the spring season during each year of the monitoring period. The monitor shall be responsible for contacting personnel of the U. S. Fish and 9 \qz.. -- I' I I I I I I I I I I I I I I I I I I VII. Wildlife Service, the Corps of Engineers, and the California Department of Fish and Game to schedule on- site meetings. 3. Submit final monitoring report The final monitoring report shall consist of a summary of the five annual progress reports and shall include an assessment of the success of mitigation efforts as defined by agency criteria. ,CHANNEL MAINTENANCE (see Habitat Protection Program for detailed description) schedule:' as needed 1. Avoid impacts to mitigation area 2. Minimize impacts to mitigation area 3. Revegetate any impacted mitigation area to condition and perform monitoring on revegetated specified under III, IV, V, and VI above original area as 4. Notify agencies per maintenance conditions (in compliance with conditions of California Department of Fish and Game 1601 Agreement and U.S. Army Corps of Engineers Section 404 Permit) 10 \lf3. .. I I I I I 1 , PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: I Have installed temporary detour signs along Winchester Road between I-15 and Murrieta Hot Springs Road as per plans date stamped August 21, 1990, and/or as directed by the State's Representative. I A PRE-JOB MEETING WITH THE ASSIGNED STATE'S REPRESENTATIVE, MICK BARNES, (714)795-1604, IS REQUIRED PRIOR TO START OF ANY WORK UNDER THIS PERMIT! FAILURE TO DO SO MAY RESULT IN PERMIT CANCELLATION AND RESUBMITTAL MAY BE I REQUIRED. FURTHER INFORMATION MAY BE ATTAINED BY THE AREA FIELD SUPERVISOR RICHARD MCDONALD, (714)795-2602. DEPARTMEN! OF TRANSPORTATION (CAlTRANS) 13:s'-()T(JVl~~~ ENCROACHMENT PERMIT t'erml t NO. DM-M'PZ02A (Rev 1/90) 08-90-N-MC-1417 . D;st/Co/Rte/PM In compliance with (check one): 08-Riv-79-R2.49iR16.92i17.37 Date ~Your application of AUCJ\lst 21 1990 November 26 1990 Fee Paid Deposit utility Notice No. of $ EXEMPT $ "ona Amount ____Agreement No. of $XXXX I"ona C~ny ____R/W Contract No. of XXXX Bond NlIrber Riv Co Assessment # 161 XXXX c/o Ranpac Eng1neer1ng 26447 Enterprise Circle Temecula, CA 92390 (714)699-3872 RceETv'~D NOV 2 9 1990 West IPermittee's work shall be subordinated to any operations which the State may conduct, and shall not delay, nor interfere with the State forces or State's contractor. I Notwithstanding General Provision NO.3, your contractor will be required to apply for and obtain a permit prior to starting work. I I THE ATTACHED PAGES ARE MADE PART OF THIS PERMIT The following attachments are also incLuded as. part of t~is permit (Check In addition to fee the permittee wilL be biLled applicable) actuaL costs for: I X Yes GeneraL Provisions _ Yes..!... No Review =Yes~ No Uti l hy Maintenance provisions _ Yes L No Inspection - Yes-'l No SpedaL Provisions ...x... Yes Field \Iork _ Yes.....!. No Excavation permit required prior to beginning work: I (If any Caltrans effort expended) Yes XN.A. The information in the environmental documentation has been reviewed and considered prior to approval of this permit. This penmit is void unless the work is completed before MAY 30, 1991 IThiS penmit 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 permits and environmental clearances have been obtained. BARNES APPROVED: PROVINCE 19001417 KEN STEelE District Director IJMH ~BY: '?JtL. _ -- . D. IlES, P.E., District Permit Engineer (Encroachments) \Cf ... I PAGE 2: ATTACHED TO AND MADE PART OF PERMIT NO. 08-90-N-MC-1417 I YOUR ATTENTION IS DIRECTED TO STANDARD SPECIFICATIONS SECTION 7-1.11 I PRESERVATION OF PROPERTY AND BUSINESS AND PROFESSIONS CODE, SECTION 8771. PERMITTEE SHALL PHYSICALLY INSPECT THE WORKSITE AND LOCATE SURVEY MONUMENTS PRIOR TO WORK COMMENCEMENT. MONUMENTS SHALL BE REFERENCED OR RESET IN I ACCORDANCE WITH BUSINESS AND PROFESSIONS CODE. I I I I I I I I I I I I I I I I In addition, if time extension is necessary, a request for time extension should be made a minimum of two (2) weeks prior to completion date stated on the face of the permit. If work has not been started before the completion date, permit may be voided and resubmittal may be required. PERMITTEE SHALL CONTACT STATE'S REPRESENTATIVE FOR FINAL INSPECTION AND APPROVAL OF COMPLETED WORK. \qS- -- I I DEPAR'BfENr OF lRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS DM.M.P-2028 mev. 11891 I I, Aatborttr. Each Encroachment Per- mtt Is Issued In accordance with Chap- ter 3 of DMston I. commenCing with Section 660. et seq.. of the Streets and Highways Code (SHC). 2. __ Except as otherwise pro- vtded for public corporations. fran~ mise holde"" and utilities. En- croachment Pennlts are revocable on fIve(S) days' notice. These General Pr0- VIsions, Utility Malntenance Pro- vtsfons. and any Encroachment Permtt Issued hereunder are revocable or sutr ject to modtftcatlon or abrogation at any time. without preJudice. however. to prtor rights. Including those evtden- ced by Joint use agreements, franchise rights. reserved rtghts, or any other agreements for operating purposes In the State highway rtght-of-way, 3. __ulb1e Partr. No party other than the named permIttee or their agent is authonzed to work under any permit 4, Aceeptanee of PnmaIODC It Is understood and agreed by the permit- tee that the doing of any work under this permit shall constitute an accep- tance of the provisions of this permit and all attachments. 5. NotIcePrtort08tartlDtWorlc Before starting work under the Encroach- ment Permit, the permltteeshaU notify the designated Department represen- tative two 12J working days prtor to inl- t1a1start of work When work has been Interrupted for more than flve(SI work- Ing days, an additional 24- hour noUfication 1s required before restart- Ing work unless a pre-arranged agree- ment has been made with the Department's representative. Unless otherwtse spectfJed, aJl work shall be performed on weekdays and during normal working hours of the Depart- ment's representative. 6. 8taDdarda of CoaatractlOD: All work performed within the highway shaH confonn to recognized standards of construction and the current Depart- ment Standard Specifications, Stan- dard Plans and Manual on High and Low Risk Facilities Within Highway RIghts-of-Way and any Spectal Pr0- visions relating thereto. 7. IupectIOD aJld App....ai by the Department: All work shall be subject to monitortng Inspection. and approval by the Department The per- mittee shall request a final1nspectton and acceptance of the work 8. Keep Permit OD the Wort 81te: The Encroachment Permit or a copy thereof shall be kept at the site of the work and must be shown to any rep- resentative of the Department or any law enforcement officer on demand WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED, 9. CoDlllctlq Permltc If a prtor encroachment confUcts with the p~ posed work. the new permittee must arrange for any necessary removal or relocation wtth the prtor penolttee. Any such removal or relocation will be at no expense to the Department 10. Permlta From Other AleacIea The party or partIes to whom a penott Is Issued shalL whenever requIred by law. secure the written authorization (or any work that must be approved by the Public Utilities CommissIon (PUC) of the State of California. CAl,OSHA. or any other public agency havtng jurt... diction. Failure to complywtth the law. as noted above. wtll invalidate the Department's permIt. 11. _... Ibr ___ Where fac1lltles exist a mtnlmum sIdewalk and blkepath WIdth of four feet (41 shall be maintained at all times (orsafe passage through the work area At no time shall pedestrtans be diverted onto a portion o( the street used (or vehicular traffic. At locations where adjacent altematewalkways cannot be provIded, approprtate signs and barricades shall be Installed at the Umlts o( construction and in advance o( the closure at the nearest crosswalk or Intersectton to divert pedestrians across the street 12. FrotecUOD of TnI!lc: Adequate pro- visions shall be made fortheprotectlon of the traveling public. Warning signs, lights and safety devtces and other measures required (or the public safety. shall conform to the require- ments o( the Manual o( Traffic Controls Issued by the Department. Traffic control (or day or nighttime lane closures shall be In conformance WIth Department Standard Plans for Trafnc Control Systems. NothIng In the permtt Is intended, as to thIrd parties, to Impose on permittee any duty. or standard of care. greater than or dif- ferent than the duty or standard ofcare Imposed by law. 13, IIiDIDlIUD IAterfereIlce _ Traf. tie: All work shall be planned and car. rted out so that there wUl be the least possible Inconvenience to the trave). Ing public. The permttteels authortzed to place properly attired flaggens) to stop and warn conventional highway traffic. Traffic shall not be unreason. ably delayed Flaggingprocedu....shall be In con(onnance with the Instruc- tions to F1aggers pamphlet and/or Manual o( Traffic Controls (or Construction and Maintenance Work Zones Issued by the Department 14, 8tor..e ofEqalpmeDt llIUI Materlala: The penn1ttee shall Install temporary ralllnglTypeKl between any lane cany- Ing public traffic and any obstacle, material stored. or equipment parked W1thln twelve feet 1121 of the lane. I I I I I I I I I I I I I I I I Utilities are subject to the provlslons of Section 22512 of the California Vehicle Code (CVC). 15, Care ofllraiDaCe: If the work contem- plated In any Encroachment Permtt shall Interfere wtth the established drainage. ample provlslon shall be made by the permIttee to provtde for tt as may be directed by the Department 16. 1latlaCRepalra: Ineverycase, the per- mtttee shall be ....ponsible for ....to... Ing to Its former condition as nearly as may be possIble any portIon of the State highway facUlty whtch haa been excavated or otherwise dtsturbed by permIttee. The permIttee shall maln- tain the surface over facUlties placed under any permIt If the highway Is not restored as herein provided (or, orlfthe Department elects to make repairs. permIttee agrees by acceptance of per- mit to bear the cost thereo! 17. Penafta for Record ChIlr- If occupa- tton of highway right-of-way Is under Joint use agreement or under prior easement Encroachment Permits wUl be Issued to the permittee for the pur. pose of provtdlng the Department wtth notice and a record of work The permit will also specify the current terms and conditions relating to public safety, No new or different rights or obligations are Intended to be created by the permit In such cases. and all such prior rights shall be fully protected Encroachment Permits issued In such cases shall have designated across the face thereat "Notice and Record Purposes Only", (District Omce of RIght of Way must gtve approval for thIs designation.) 18, CI.... Up RJcht-o~War- Upon com- pletion of the work all brush. timber. scraps, material ete.. shall be enttrely removed and the rtght-of-way shall be left tn as presentable a condition as existed before work started. 19. Colt ofWorlc Unless otherwise stated on the pennlt orotherseparatewrttten agreemen~ all costs Incurred for work wtthJng the State right.of.way pur. suant to this Encroachment Permit shall be borne by the permittee. and permittee hereby waives all clalms for indemnification or contribution (rom the State (or such work. 20, ActaalColtBDiIDlP When the permlt- tee is to be b11led actual costs (as indicated on the face of the permit). such costs wtll be at the current hourly rate established by the Department (or Encroachment Penn Its. 21. 8ubllllt PlaD; For Installation of all underground factUttes. and all surface work or other activity of consequence. the permittee shall furnish five (5) sets of plans showing location and con- struction or other actlvtty wIth its \', application Thirty 130l days after - I completion and acceptance o( the work. onel1l set of as-bullt plans shall be submitted to the Dlstrlct 22. BoJUllD&: ThIs penn It shall not be effective for any purpose unl.... and until the pennltt.. files wtth the Department a surety bond when requIred by the Department In the fonn and amount required by the Department A bond Is not ordlnartly required of any pubUc corporation or publlcly or pr1vl!.tety.owned utility but will be required of any utlllty that falls to meet any obllgatlon arising out of the work pennitted or done under an Encroachment Permit or (aUs to main. tatn Its plant work. or facllltl.. The sald bond shall remain In foJ;CO for a period of one (1) year after acceptance of the work by the Department 23. KalDtawu:e of 1IJcInra~ The pennlttee agrees. by acceptance of a pennlt to properly matntatn any encroachment This will require inspection and repair of any damage to State facllltles ~ultlng from the encroachment 24, Rupo....blUtyforD......e: TheState of California and all office", and employees thereo( including but not Ilmlted to the Director of Transporta- tion and the Deputy Director, shall not be answerable or accountable In any manner, for inJuty to or death of any person. Including but not Ilmlted to the permittee, persons employed by the pennlttee, persons acting In behalf of the permittee; or for damage to pro- perty from any cause. The permittee shall be ~ponslble for any Ilablllty Imposed by law and for Injuries to or death of any person, Including but not Umlted to the permittee, persons employed by the pennlttee, pe",ons acting In behalf of the permittee. or damage to property artslng out of work. or other activity permitted and done by the permittee under a permit or arts-- Ing out of the failure on the permittee's part to perlorm his obligations under any permit In respect to maintenance or any other obllgatlons, or ~ulttng (rom defects (lr obstructions. or from any cause whatsoever during the prcr gross of the work. or other actlvlty. or at any subsequent time work or other activity Is being perfonned under the obllgatlons provided by and contem- plated by the pennlt The permittee shall Indemnity and save harmless the State of California and all office", and employees thereo( Including but not limited to the DIrec- tor of Transportation and the Deputy Director, from all claims. sutts or actions of eveI)' name, kind and des.. cr1ptlon brought for or on account of Injuries to or death of any person Including but not limited to the permIttee, persons employed by the permittee. persons aCUng In behalf of the permittee and the publ1c. or damage to property rc:sulUng from the I I 1 I I I I I 1- I I I I 1 I 1 I I performance of work or other activity under the permIt or arising out oflhe failure on the pennlttee's part to per- form his obl1gaUons under any penntt In ~pect to matntenance or any other obltgaUons. or resulting from defects or obstructions. or from any cause wIultsoever durlng the progress of the work. or other actMty or at any subse- quent time work or other acttvtty Is being perfonned under the obligations provided by and contemplated by the pennlt except as otherwise provtded by statute. The duty oflhe penntttee to indemnIfy and save hannlesslncludes the duties to defend as set forth In Section 2778 of the CMI Code. The pennltt.. waives any and all rlghts to any type of expressed or implied indemnIty agatnst the Stat.. Its office", or employees. It Is the Intent of the partIes that the pennlttee wtIl indemnIfy and hold harmless the Stat.. Its officers and employees from any and aU claims. sutts or actions as set forth above regardless of the exls- tence or degree oC Cault or negltgence. whether active or passive. prtmwy or secondwy. on the part of the Stat.. the pennlttee, persons employed by the pennlltee, or persons acting In behalf of the pennlttee. 25. Federal ctril IIlCbta Reqglremeata for ......UC __do", A The pennlttee, for hlmsel( his personal representatives. successors in Interest. and assIgns. as part of the consldera- tton hereof. does hereby covenant and ag~tha~l)nop~ononthe~unds oCrace. color. or national origin shall be excluded from partIcIpation In, be denied the ben~ftts o( or be otherwtse subjected to discrimination 'In the use oC said Cacllttles. 2) that In connectt.on wtth the constructIon of any Improvements on said lands and the furnishIng of servtces thereon. no dl.. cr1mlnatIon shall be practiced in the selectIon of employees and contrac- tors. by contractors In the selectIon and retentIon oC ftrst-tler subcontrac- to", In the selection of second-tier subcontractors. 3) that such di!r- crimInation shall not be practIced against the public In theIr access to and use of the Cacllttles and services provided Cor publtc accommodations (such as eating. sleeping, rest. recrea. tion), and operated on, over, or under the space of the r1ght.of-way, and 4) that the pennlttee shall use the pre- mIses In compliance wtth all other requirements imposed pursuant to ntle IS. Code of Federal Regulations, Commerce and Foreign Trade. Subtitle A Office oCthe Secretary of commerce, part 8 115 C.F,R. Part 8) and as said Regulations may be amended. B. That in the event of breach of any of the above nondiscrimination covenants, "the State shall have the right to ter- minate the penntt and to re-.enter and repossess said land and the facilities thereon. and hold the same as If satd" permit had never been made or Issued 26. No Precedent E_b_ this per, mlt Is Issued wtth the unde",tandlng that any particular action Is not to be considered as establishing any precen- dent (1) on the question of the expediency of pennlttlilg any certaIn kind of encroachment to be erected wtthln rlght-of-way of State hIghways, or 12) as to any utlUty of the accep- tablUty of any such penn Its as to any other or future sttuation. 27. Arcbaeololllcal: The pennlttee shall cease work In the vtclnlty of any archaeologlcal resources that are revealed The Pennlt Englneer shall be notified ImmedIately. A qualified archaeologtst retatned by the pennlt- tee will evaluate the sttuatlon and make recommendations to the Pennit Engineer concerning the continuation ofthe work 28. I'llturel(~oflD8tal1atlo.... If the Encroachment Penott was Issued at the request 'of the pennlttee, It Is undel15tood that whenever State con- struction. reconstruction or matn. tenance work on the highway requires the installatIon to be moved, adjusted or relocated the pennltte.. at hIs sole expense. upon request oC the Depart- ment shall comply wtth saId request. 29. PrenlIlDC Wac'" Constructton. alteration, demolition. repair or main- tenance work performed under a per- mit Issued by the Department of Trans- portaUon may requtre the owner/per- mittee to pay all workel15 employed by the contractor and subcontractors the appropriate predetennlned prevailing wage rates as set by the Director of the Department of Industrtal Relations. See CaJlfornla Labor Code. Division 2. Part 7. (commendng with section 17201. Streets and Highways Code. Chapter 3. Article 2 Section 671.1. and Opln Ion of the At torney General of the State of California No. 86.803. dated December 31. 1986, Inquiries or requests for Interpret- aUons relaUve to the enforcement of prevalltngwage requirement should be directed to the State of CaUfornia Department of Industrial RelaUons. 525 Golden Gate Avenue. San Fran- cJsco. Callfornta 94102. ,1~1 .. I I I I I I I I I I I I I I I I I I I GEOTECHNICAL INVESTIGATION WINCHESTER PROPERTIES ASSESSMENT DISTRICT MARGARITA BRIDGE RANCHO CALIFORNIA AREA RIVERSIDE COUNTY, CALIFORNIA Prepared for: Rancho Pacific Engineering Corporation 27710 Jefferson Avenue - Suite 201 Temecula, California 92390 Prepared by: Inland Foundation Engineering, Inc. l3l0 South Santa Fe Avenue San Jacinto, California 92383 January 2, 1988 ~ .. . I .' I I I I I ,. I I I I I I I I Inland Foundation Engineering, Inc. Consulting Soil Engineers P.O, Box 937 1310 S. Santa Fe Ayenue San Jacinto, California 92383 (714) 654.1555 January 2, 1988 Proj ect No. R106-007 Rancho Pacific Engineering Corp. 27710 Jefferson - Suite 201 Temecula, California 92390 Attention: Mr. Walt Dixon Re: Geotechnical Investigation Winchester Properties Assessment District Margarita Bridge Rancho California Area Riverside County, California Gentlemen: Transmitted herewith, is the report of our geotechnical investigation performed for the referenced project. The site under consideration is located approximately 1500 feet northeast of Winchester Road and approximately 1.4 miles northwest of Ynez Road in the San Gertrudis Creek bed in the Rancho California Area of Riverside County, California Our investigation indicates the site is underlain by a variety of alluvial material types. The major limitations for the construction are due to relatively high groundwater and potentially liquefiable soils, Generally, these soils were observed within the upper 15 feet. Below that depth, soils were observed to be relatively dense and resistant to 1 i quefacti on. Our analysis indicates that the structure may be satisfactorily supported upon driven friction piles. We have considered precast concrete piles and steel H piles for our analysis. Due to the presence of potentially liquefiable soils within the upper l5 feet, we have recommended that neither vertical nor lateral support be utilized in the analysis of pile foundations within that zone. It has been our pleasure to be of service to you on this project. If you have any questions, please contact our office. Respectfull y, INLAND FOUNDATION ENGINEERING, INC. RWC:LES;jg Distribution: Addres see (3) ~~cDaniel Engineering (1) P,E. 2~ . I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS Introduction . . . . Scope of Work Project Description Seismic Conditions . Discussion. . . " .... Conclusions and Recommendations Foundation Design . .. Lateral Design . . . , . , , 1 1 1 1 & 2 2 3 3 & 4 4 & 5 General . . . . . . . . . . . , . . . . . , . . . . , , . 5 Appendix A - Field Exploration Boring Logs ... .. Boring Locations . . . . . A-I - A-5 A-2 - A-4 A-5 8-1 - B-7 A-2 - A-4 B-3 & 8-4 8-5 & B-6 B-7 Appendix B - Laboratory Testing . , . . . , . , , Unit Weight and Moisture Content Determinations. Grain Size Analysis Direct Shear Test Triaxial Shear Test, Appendix C - Liquefaction Analysis . . . . . . . . . . . . . . . C-l Appendix D - References. , . , . . . . , . . , . , . . . , , , , , . D-l ZrtS' - !nl;an.1 I=........"l...:..._ 1:__=__....._:__ 1__ I I I I I I I I I I I I I I I I I I I INTRODUCTION Thi s report presents the resul ts of a Geotechni ca 1 Investi gati on performed at the site of the proposed bridge across San Gertrudis Creek. The site under consideration is located approximately 1500 feet northeast of Winchester Road and approximately 1.4 miles northwest of Ynez Road in Rancho California, Riverside County, California. A site plan provided by Rancho Pacific Engineering, was used to locate our boring locations during our investigation. SCOPE OF WORK The purpose of our investigation was to determine certain engineering characteristics of the subsoil and to develop foundation design parameters for the proposed bridge. Our investigation included field exploration, laboratory testing, engineering analysis and the preparati on of thi s report. Our i nvesti gati on was performed in accordance with contemporary soil engineering principles and practice, We make no other warranty, either express or implied. PROJECT DESCRIPTION The project area is located across San Gertrudis Creek, approximately 1500 feet northeast of Winchester Road and approximately 1.4 miles northwest of Ynez Road in Rancho California, Riverside County, California. The proposed bridge is to be constructed across San Gertrudis Creek as part of the proposed Margarita Road. At the time of our investigation the surface of the site was covered with trees, marsh plants and weeds. Access to the site of San Gertrudis Creek was made possible by a paved road used by an active grading project. The site lies within the 100 year flood plain with drainage directed westerly along the flow line of the creek. Our field work was performed across the creek and terminated at the northerly embankment. SEISMIC CONDITIONS The site is located in a seismically active area of southern California. A review of known faults in the area indicate that the site will be most affected by earthquake events along the Elsinore, San Jacinto and San Andreas Fault Zones. There are no active faults mapped within the immediate area. The closest fault to the site is the Wildomar Fault, the easterly branch of the Elsinore Fault Zone. This feature lies 2.2 miles to the west of the proposed bridge site. We anticipate that seismic hazards to the site will be primarily due to ground shaking, lurching within the soil s at the abutment, and liquefaction. Each of these items may be satisfactorily mitigated in the design of the structure. - 1 - 2t:Jr:, -. 1...1:1......1 I:_~._...I_..:__ ~__.:____~__ .__ I I I I I I I I I I I I I I I I I I I The Wildomar Fault, the easterly branch of the Elsinore Fault Zone, is approximately 2.2 miles west of the proposed bridge site. Based on the proximity of the Wildomar Fault, we have considered it to be the "design fault" for our evaluation. Based on the data presented by Greensfelder (1974), we estimate the maximum credible event to be a magnitude of 7.5. For our analysis, we have used a maximum probable event magnitude of 6.0. This would produce a peak horizontal bedrock acceleration of 0.57g at the subject site. Based on statistical data recovered at various earthquake sites, Seed & Idriss developed curves for peak soil accelerations for use in the liquefaction analysis. Based on the analysis by Seed & Idriss, we estimate a peak soil acceleration of O.29g. For design purposes, the repeatable ground acceleration can be estimated as 65 percent of the peak soil acceleration with a value of 0.19g. DISCUSSION The site is underlain by a variety of alluvial soils consisting of layers of sand with gravels, sands with silts, silty sand, and silts. Generally, the consistency of the subsoil may be described as loose to dense with increased depth. Groundwater was encountered at depths ranging from 17 to 28 feet beneath the existing ground surface. For our analysis, we have considered groundwater at the surface to account for surface water flow The consistency of the subsoils for the upper 15 feet was observed to be relatively loose to moderately dense. This was confirmed by observations of undisturbed samples removed from the penetration sampler as well as relatively low Standard Penetration Test blow counts. Calculations were made in order to estimate the liquefaction potential of the suboils during a seismic event. The method used in making this determination was in accordance with the simplified procedures developed by H. Bolton Seed and presented in various publications of the Earthquake Engineering Research Institute. We have considered a lateral acceleration of O.l9g in these calculations. Our calculations generally indicate that the factor of safety against liquefaction is low to moderate for the upper l5 feet of subsoil. Generally, below 15 feet, the liquefaction potential appears to be low with factors of safety greater than l.2. Our design criteria is based on a Factor of Safety of 1,2 or greater for nonliquefiable soils outlined after H. Bolton Seed and I. M. Idriss. Based on our lab data and analysis, we believe a liquefaction hazard exists for the upper 15 feet. Our liquefaction analysis is summarized in Appendix C. 2 Zo1 - . . I I I I I I I I I I I I I I I I I I I CONCLUSIONS AND RECOMMENDATIONS On the basis of our field and laboratory investigation, it is our opinion that the proposed bridge is feasible from a soil mechanic's standpoint. As stated in the previous section, our analysis indicates that a liquefaction hazard does exist on the site. This generally means that a significant loss of the strength of the subsoil should be anticipated during a seismic event. Therefore, foundations will be designed at depths below 15 feet as discussed in the Foundation Section of this report on piles. Foundation Design: , Piles: The results of our investigation indicate that a combination of point-bearing and friction piles may be used to support the proposed structure. For our analysis we have considered precast driven concrete and HP Steel pilings. Support for the point-bearing and friction piles will commence at a depth of approximately 15 feet beneath the existing ground surface. Above that depth, neither lateral nor vertical support should be assumed. We have Octagonal precast, estimated sizes. considered the following pile types and sizes: IS-inch prestress, precast concrete, l4-inch square prestress and steel HPlO X 57 piles. The chart below indicates the vertical load bearing capacity of each of the pile types and !-", I.=. INDIVIDUAL PILE CAPACITIES ~ ::p.=': 1 ~1=, (~:i p=) , .' " ,/ .,i ~/.. ~" ~,/ , " , / ./ ,,' ,./' .-.<~.,;/ '-:,..; ;J ,'/ 1/ .'/ '. ..</ -/ .~ ,'/ .....::/ .,.",#.. .. ~..:;:..... _._n:~ Ir:c~1 "''' :::...../ ..'~ .,;/ .,;r' ..:/- ':qi...1=r~ """"I 1,.....\/=~ .... -;j 1...)(',.....:i .- ...~.... -'~--- .~...-- -:5 I;K~i I:.,: ~ =.~c~: ~ ~ ~ " _0 20 <oj ~'" <00 :)0 .)J 40 . ~ t:" "T0 50 :'J .--~ ~u - 3 - 2Ice - Pile D~p,h (fe~,) Inland Founn.1:,inn FnO'in~ri"(7 ........ I I I I I I I I I I I I I I I I I I I Thes~ are single pile capacities, and should be modified in the case of group piles. This modification should be in accordance with the "Group Efficiency Factor" as follows: (n-l)m+(m-l)n Efficiency = 1 - Q 90nm m = number of rows n - number of piles in a row Q = D/S, in which Q is numerically equal to angle whose tangent is D/S, degrees S = spacing center to center of piles, ft. D = pile diameter ft. The recommendations previously presented are for driven friction piles. For preliminary design purposes, we have assumed the use of precast concrete pil es and steel H-P il es. Other pil e types may al so be considered. During the installation of the pile foundations, monitoring should be performed in order to estimate the load capacity of the individual piles as they are driven. We recommend the use of the ~ave Equation Analysis for this purpose. The soils which were encountered are considered to be cohesionless and are not considered to be s i gnifi cantl y sensi tive. Shoul d pil e load tests be performed, it is our opinion that they be perfonned immediately after placement. We recommend that such testing be performed in an area of our exploratory borings. We further recommend that a continuous record of the drivlng characteristics be made. Lateral Design: Resistance to lateral loads will be provided by a combination of friction acting at the base of the foundation and passive earth pr~ssure. A coefficient of friction of 0.33 between soil and concrete may be used with dead load forces only. A passive earth pressure of 225 pounds per square foot, per foot of depth, may be used for the sides of footings which are poured against recompacted or dense native material, For cantilever retaining walls, we recommend using an equivalent fluid pressure of 70 pounds per cubic foot. This value should be modified in order to provide for surcharge loads such as those caused by heavy trucks adjacent to the retaining wall, , - ~ - Inland Foundation En~ineerin~. !ne. 20<\ ~ I I I I I I I I I I I I I I I I I I I Laterally loaded piles should be analyzed as beams imbedded in an elastic medium. This requires the use of the modulus of subgrade reaction. This term will be dependent upon the depth of the foundation as well as certain characteristics of the pile foundation itself. As stated in the preceding section, this lateral support should not be considered within the upper 15 feet. This is due to the presence of potentially liquefiable soil s during a seismic event. It is probable that the lateral design may be based upon a condition when liquefaction also is occurring. Subgrade modulus is a function of both the depth of the foundation and the width of the foundation. We recommend that horizontal subgrade modulus be used which is equal to 25 times the depth divided by the pile width. This value is in units of kips per cubic foot. GENERAL The findings and recommendations of this report are based upon an interpolation of soil conditions between boring locations. We recommend that the pile driving operation be performed under the observation of a representative of Inland Foundation Engineering, Inc. A continuous count of the number of blows required for each foot should be made available to the Soil Engineer on the site. Information on the type of driving equipment should be submitted prior to construction. - 5 - Inland Foundation Engine-erin~, !nc. 2\0 .. I I I I I I I I I I I I I I I I I I I APPENDIX A FIELD EXPLORATION For our field investigation, three exploratory borings were excavated by means of a truck mounted rotary auger rig at the approximate locations shown on Figure No. A-5. Continuous logs of the materials encountered were made on the site by a Soil Engineer. These are presented on Figure Nos. A-2 through A-4. Representative undisturbed samples were obtained within our borings by driving a thin-walled steel penetration sampler with successive 30 inch drops of a 140 pound hammer. The number of blows required to achieve each six inches of penetration were recorded on our boring logs and used for estimating the relative consistencies of the subsoils. Two different samplers were used. The first sampler used was the Standard Penetration Sampler for which published correlations relating the number of hammer blows to the strength of the soil are available. The second sampler type was larger in diameter, carrying brass sample rings having inner diameters of 2.5 inches. Undisturbed samples were removed from the sampler and placed in moisture sealed containers in order to preserve the natural soil moisture content. They were then transported to our laboratory for further observations and testing. - ,-\-1 - Inland Foundation En'!Zine.oe:rinoz, !oe. Z-\l - E'Jdu;; No. I :rroject No. RID6-007 Project Rilnrho Pnrifir Samole Types S.P.r.. 21;" J.D. Rings Hammer Weight 140 1bs. Dale llllfi/R7 Drop 30 inches I I I I I I I I I I I I I I I I I I I SOIL PROPERTIES moisture dry content density percent lbs/cf Clayey sand,fine to medium, red-brown, moist, moderately dense. FILL. sample ~ S "" '" P. b.<l -c:i 5 to '_ T.o:l.o relative compaction percent soil depth type soil description and remarks I- . I- . I- ~ . I 5 "6 7" Sand with gravel, medium to coarse, gray-brown, slightly moist, mod- erately dense. 5.8 -[X .r l- I- l- I- . I- 10 .'-- I- .[X 1-' .r I- . I- . I- 15 'r--: V I- .[6 I- . I- - 20 h ~ .~ I- . 4 ~ 9 Iron Oxide minerals. 6.0 ~ ~ 6 Increased gravels, subrounded. 8.3 Groundwater at 17.0 feet. J- ~ 1 Wet. 17.3 Silty sand, fine, moist, moderately dense, brown. Sand with gravel, medium to coarse, gray-brown, moist, moderately dense ,1 ~ands_ Silty clay, fine, stiff, brown, moist cohesive. I- . I- 25 to:-: I- .X l"- I- . - - . - 30 . r: '- ~ I- I'- I- 20.0 16.7 ~ 4 2 18.0 ~ ~ 8 I- . - 35 ,-, - X - .~ - . I- 40 l- I- - ~ ~ 2 20.6 Sandy sflt, fine, stiff, brol'ln, moist. 6 9 TO 21.3 15.0 6 "8 Tt 4 ~ F~12 No. "--2_ - GeOtechnicai Investigation Uinchester Properties Assessment Hargarita Bridge-Rancho CA Area BOR ING LOG Inland Foundation Fngineering, Inc. Gist. Z\l.. Boring No. 1 (Con't) :rrojcct No. R106-007 Project Rancho Pacific Sample Types S.P.r. 21;" J.D. Rings Hammer Weight 1401bs. I I I I I I I I I I I I I I I I I I I SOIL soil desc:-:ption and remarks Silty sand, with clay, trace of gravels, fine to coarse, red~brow , moist, dense, micaceous. Gravelly sand, course, gray-brown, moist, dense, channel sands rounded. PROPER TIES moisture dry content density percent lbs/cf 13.8 12.8 12.1 16.5 Sandy silt, with clay, fine, brown, 20.1 stiff, moist, cohesive. End of Boring - 76.5 feet Groundwater encountered - 17.0 feet Bedrock - None BOR ING LOG Inland Foundation Fngineering, lnc. 16.6 relative compaction percent Dale 1l/16/87 Drop 30 inches soil depth type sample '" S ""~ P. bD"O 5 '" '- T.o:l.o l- I- l- I-' , ~ ""- n ~ ~ I- 23 I- - l- I- . I- 60 'B< ~ I- + I- ,I'-' 5 l- . I- 0 I- 65 .)< ~ ~ - 3 I- - - =0 2' I- - I- 7(\ 6 I- .r>( '2 I- ,I'-' '6 r- I- ~ 75 .X: J I- 2 I- , '7 ~ , l- I- 80 , I- , r- - . - I- 85 - t- - l- I- t", 0 t- o - ' , - - - ~ - I- , l- t" - I- - Georecnnical Investigation Winc~esrer Prooerties Assessment Dis~. 'lal"C-r'" Or1'"ae Ranc.o L-A 'rea I':::, .....u..... \.0 -, :, .""\ 2- - - 2\;;> Figure A-~' ' (C;n. I I I I I I I I I I I I I I I I I I I BQ.-!ng No. Sample Types 2 Projcct No. R106-007 Project Rancho Pacific S.P.T. 2';" J.D. Rings Hammer Weight 140 lbs. Dale 11/16/87 Drop 30 inches SOIL PROPERTIES sample moisture dry relative soil depth '" S ~ soil des::-iption and remarks c ootent density compacti on "" type P. . 30 lbs/cf to.!> "0 0 percent percent T to . - -"" :l .0 Silty sand, with clay, with trace of gravel, fine to coarse, moist, - moderately dense. FILL ~ . I 1 Z 11 Sand with silt, fine to medium, gray- 20.6 98.9 IT brown, slightly moist, loose to - , moderately dense. - ,.. . 6 9.3 10 . X 8 l- rs ,.: . ~ I- - , ~ - ~ \/ 4 Sandy silt with clay, fi ne, gray- 20.0 104.0 - 6, 6 brown, moderately stiff to stiff, - - cohesive. Iron Oxide materials. - - Mottling - ?O - Groundwater 2 Silty clay, fine, brown, soft to mod- 13.7 I- - ~ "3 erate1y stiff, moist, cohesive, I- - 3 'plastic. f- IS.8 I- - 5 ?~ Sands \'lith silt, fine to medium, brow - - .6 2 , 18.5 110.8 '8 moist, dense. - - - - J ?f\ - 6 '- - 0 Sandy silt, with clay, fi ne, brOl'In, 14.S 'T stiff, moist. l- f- - I- 3 Calcareous minerals. 1-.35 . ~ 3 18.1 106.8 f- . "4 '. - - Silty sand, fine, with clay, brOl'ln , '- stiff, moist. '- 40 - J I- t;z 13.3 I- - J I- - 6 End of Bori ng - 41. 5 feet I- - Groundwater encountered - 20.0 feet I- - Bedrock - None I- 45 - l- . l- I- I- 50 ' Geotechnical Investigation Figure BORING LOG Winchester Properties Assessment Oist. No. Inland Foundation Fngineering, Inc. f1argarita Bridge - Rancho CA Area 'U'\ "-- I I I I I I I I I I I I I I I I I I I Boring No. Sample Types 3 Projcct No.RlD6-007 Project R"nrhn Puifir S.P.T. 21;" I.D. Rings Hammer Weight 140 1bs. D3le 11/111/87 lliop 30 inches . SOIL PROPERTIES sample moisture dry relative soil depth S ""~ soil description and remarks content density compaction type p. . >- b.<l "0 0 percent lbs/cf percent T to . - .0 :l.o Silty sand, with clay, with trace of I- gravel, fine to coarse, red-brown, I- , moderately dense, slightly moist. FILL l- . - ~ ~ Sand with gravel, medium to coarse, 3.8 l- .. - 6 .4- red-brown, slightly moist, I- - 5 moderately dense. I- - I- - 9 12.1 94.8 10 - Gray-brown. ~ 12 - 14 - , ~ 15 <- Channel sands. 4.6 . ~ --i Light brown. . 8 . 4.9 100.6 I- 2 I- 20 - 6 ~ . 5 - 14.7 - j. 25 _ ~ . ~ - I'- 9 - 18.9 - 5 30 . 51 Ity sand, t1ne, gray-Drown, riiot,c, 25.9 96.2 ^ 0 moderately dense. - 6 . Silty clay, fine, brown, moderately - stiff, moist, cohesive, slightly 11.3 35 _ X ~ plastic. - ~ - ~ 5 - 21. 3 An - 5 Silty sand, fine to med1um, g ray- 19.8 110.0 Y 5 brown, moist, dense. . L..:o o ' / End of Boring - 41.5 feet Groundwater encountered - 28.0 feet 45 Bedrock - None . . - 50 - I Geotechnical Investigation Figure BORING LOG Winchester Properties Assessment Dist. No. Inland Foundation Fngineering, lnc. Margarita Sridge - Rancho Cri .~rea Vt~ ,~- -,- - I I I I I I I I I I I I I I I I I I I APPENDIX B LABORATORY TESTING Representative undisturbed and bulk soil samples were obtained in the field and returned to our laboratory for additional observations and testing. Laboratory testing was generally performed in two phases The first phase consisted of testing in order to determine the compaction of the existing natural soil and the general engineering classifications of the soils across the site. This testing was performed in order to estimate the engineering characteristics of the soil and to serve as a basis for selecting samples for the second phase of testing. The second phase consisted of soil mechanics testing. This testing included direct shear, consolidation and expansion testing and was performed in order to provide a means of developing specific design recommendations based on the strength and settlement characteristics of the soil. CLASSIFICATION AND COMPACTION TESTING Uni t Wei ght and Moi sture Content Oeterminati ons: Each undi sturbed sample was we1ghed and measured 1n order to determine its unit weight. A small portion of each sample was then subjected to testing in order to determine its moisture content. This was used in order to determine the dry density of the soil in its natural condition. The results of this testing are shown on the Boring Logs (Figure Nos. A-2 through A-4). Classification Testing: Seven soil samples were selected for classiflcatlon testing. This testing consists of mechanical grain size analyses and Atterberg Limits determinations These provide information for developing classifications for the soil in accordance with the Unified Classification System. This classification system categorizes the soil into groups having simil ar engineering characteristics. The results of this testing ar2 very useful in detecting variations in the soils and in selecting samples for further testing. The results of this testing are presented on Figure Nos. B-3 and B-4. - g- 1 - v1 .. l_l__....J r _ I.. . ' I I I I I I I I I I I I I I I I I I I SOIL MECHANICS TESTING Direct Shear Testing: Two samples were selected for direct shear test1ng. ThlS testlng measures the shear strength of the soil under various normal pressures. and is used in developing parameters for foundation design and lateral design. Testing was performed using recompacted and undisturbed test specimens which were saturated for a minimum of 24 hours prior to testing. Testing was performed using a strain controlled test apparatus with normal pressures ranging from 375 to 2190 pounds per square foot. The results of this testing are s~own on Figure Nos. B-5 and B-6. Triaxial Shear Testing: One sample was selected for Triaxial Shear Testlng. This testing measures the shear strength of the soil under various normal pressures and is used in developing parameters for foundation design and lateral design. Testing was performed using recompacted test specimens. Testing was performed using remolded strain controlled test apparatus with confining pressures ranging from 1440 to 4320 pounds per square foot. The results of this testing are shown on Figure No. B-7. - B-2 v~ . Inland Foundation Emzine-erin2:. ~nr. - . . I I I I I I I I I I I I I I I I I I I APPENDIX C Liquefaction Analysis '_J__J r~_ '.' _ . Z2.~ _ I I I I I I I I I I I I I I I I I I I LIQUEFACTION ANALYSIS Boring No: 1 Acceleration: 0.29g Depth 5 10 15 20 25 30 35 40 45 50 55 60 65 Overburden Effect i ve Induced stress Safety Pressure Pressure rd Ratio N Ratio Factor Remark 600 290 0.99 0.39 17 0.51 1.3 1200 580 0.98 0.38 21 0.51 1.3 1800 870 0.97 0.38 18 0.38 1.0 2425 1185 0.96 0.37 27 0.51 1.4 3050 1500 0.94 0.36 29 0.49 1.4 3675 1815 0.92 0.35 13 0.20 0.6 D50<0.25mm 4300 2130 0.89 0.34 25 0.35 1.0 D50<0.25mm 4925 2445 0.85 0.32 25 0.33 1.0 D50<0.25mm 5550 2760 0.80 0.30 25 0.30 1.0 D50<0.25mm 6175 3075 0.75 0.28 85 0.96 3.4 6825 3415 0.70 0.26 60 0.62 2.4 7475 3755 0.65 0.24 87 0.84 3.4 8125 4095 0.60 0.22 100 0.90 4.0 C-l 2.~_ In lane Founrbtinn f:nO'inpp..ino lnr I I I I I I I I I I I I I I I I I I I APPENDIX D References 27-l-~ Inland Foundation En~ineerin~. !nc. I I I I I I I I -, I I I I I I I I I I REFERENCES 1. McDaniel Engineering Company, Inc., "Scope of Work Geotechnical Investigations for Bridges", June 29, 1987, pp 1-51. 2. Seed, H. G. and I. M. Idriss, "Ground Motions and Soil Liquefaction During Earthquakes", Earthquake Engineering Research Institute, December, 1982, pp 34-47. 3. Bowles, Joseph E., "Foundation Analysis & Design", McGraw-Hill Book Company, 1982, pp 593-604. 4. Greensfe1der, Roger W., "Maximum Credible Rock Acceleration From Earthquakes, in California", California Division of Mines & Geology, 1974, pp 1-12. 5. Riverside County, Planning Department, "Seismic/Geologic I.lap of Murrieta-Rancho Ca1 ifornia Area", Sheet No. 147. z.z..1 D-l ~