Loading...
HomeMy WebLinkAboutSpecification & Contract Documents_September 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 SPECIFICATIONS AND CONTRACT DOCUMENTS ASSESSMENT DISTRICT NO. 181 . FOR CONSTRUCTION OF THE 36' TRUNK SEWER ALONG SANT A GERTRUDIS CREEK AND CROSSING 1-15 IN TEMECULA, CALIFORNIA SEPTEMBER 1990 W.O.# 88-8744 ADVERTISED FOR BIDS APRIL 2, 1991 .... .- ? \ ~ .. _..wi".. 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-12 Bid Bond Agreement (Time For Completion: Agreement - Cll) Cl-11 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 Assignment of Claims Claims Resolution 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 -z.. I I I I I I .1 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: CONSTRUCT 36" TRUNK SEWER ALONG SANTA GERTRUDIS CREEK AND CROSSING 1-15 ASSESSMENT DISTRICT , 161 W.O. , 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 Sept. 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 $75.00 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: April 2, 1991 Gerald A. Maloney, Clerk By: Deputy :3> I I I I I I I I I I I I I I .1 I I I I INSTRUCTIONS TO BIDDERS 1. Form of Proposal. The proposal must be made on the form of Contractors' 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. County 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. A" Al 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. requi res a All Bonds Documents. In addition to the statutory Payment Bond, lOO% Performance Bond from the successful must be on County's forms contained in the ll. 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 -5 I I I I I I I I I I I I I I I I I I I 12. Award of Contract. Any subject to the receipt of monies sale of bonds. award of contract will be made and proceeds from issuance and 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 irregularity, 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. 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 deli very 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. 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. 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 Subletting and Subcontracting Fair Practice Act to apply to all phases of the work. (p A3 I I . . ~- . . . .' . I . ,- I I t " t I I 1 t CONTRACTOR'S PROPOSAL TO: COUNTY OF RIVERSIDE DATE: hereafter called "County": BIDDER: (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 execut ion 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. BI ~ I I I I I I I I I I I I I I I I I I I 6. That the accompanying certified or cashier'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 architectural 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 CONSTRUCT 36" TRUNK SEWER ALONG SANTA GERTRUDIS CREEK AND CROSSING I-15 ASSESSMENT DISTRICT f 161 w.o. f 68-8744 PROPOSAL ALTERNATE I It is understood that the quantities shown hereon, except for those quanti ties marked "PINAL" 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. Clearing & Grubbing 2. L.S. Furnishing & Applying Water 3. 32,300 C.Y. Excavation 4. 62,500 C.Y. Import Prom Borrow Site 5. 17,300 C.Y. Overexcavate & Recompact 6. 12,7ll L.F. 36" VCP Sewer 7. 4,025 L.F. 30" VCP Sewer 8. 1,166 L.F. 2411 VCP Sewer 9. 16 L.F. 18" VCP Sewer 10. 65 L.F. 15" VCP Sewer ll. 628 L.F. 12" VCP Sewer 12. 5 L.P. 10" VCP Sewer 13. 25 L.F. 8" VCP Sewer B3 ~ I I PROPOSAL (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 14. 25 Each Standard Manholes I 15. 39 Each Deep Manholes (15' Over) I 16. 10 Each Temp. End Plug I 17. 9,606 L.F. Bedding (Class "B") 18. 331 L.F. Bedding (Class "BBII) I 19. 5,980 L.F. Bedding (Class "e") 20. 1,250 L.F. Bedding (Class "D") I 21. 655 L.F. Concrete Encasement No.1 Per SA43 I 22. 803 L.F. Bore & Jack 60" Steel Casing I 23. 122 L.F. Bore & Jack 54" Steel Casing I 24. 30 L.F. Trench Install 54" Steel Casing 25. 10 L.F. Trench Install 32" I Steel Casing 26. 1 Each 60" Manhole I 27. 3 Each Reconstruct Manholes I 28. 1 Each Remove Existing Manhole 29. I Each Abandon Exist. M.H. I (Rem. Cone & Slurry Backfill) I 30. 2 Each Remove Existing 36" Plug & Connect I 31. 3 Each Slurry Backfill at M.H. I B4 \0 I I PROPOSAL (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 32. 444 L.F. Remove 15" VCP Sewer I 33. 545 L.F. Abandon Exist. 15" VCP (Crush In Place) I 34. 275 L.F. Abandon & Slurry Fill 15" VCP Sewer I 35. 61,900 S.F. Construct All Weather Access Road I 36. 5,637 L.F. Remove & Replace Chain Link Fence I 37. I Each Install EMWD Marker Post I 38. 40,531 S.F. Install CL 50 Armorflex Channel Lining With Geotextile (Nicolon Filter Weave 70/20) I 39. 900 S.F. Remove & Replace A.C. Pavement I 40. 201 C.Y. Blown Silica Sand (Annular Space) I 41. L.S. Detour Traffic Control (Jefferson Avenue) I 42. L.S. Detour Traffic Control (Ynez Road) I 43. 96 L.F. Remove Exist. 36" CML & C 44. 117 L.F. Slurry Fill I Abandon 36" Waterline 45. 1 Each Install 36"x12" I Steel Reducer 46. 2 Each Install 12" Wedge Valve I I BS \\ I I I I I I I I I I I I I I I I I I I PROPOSAL (Continued) ITEM ESTIMATED NO. QUANTITY 47. 521 48. 4 49. 4 50. I 51. 8 52. I 53. 2 54. 213 55. 208 56. 185 57. 4 58. 550 59. 55 SUBTOTAL DEDUCT PROJECT TOTAL Items I-59 "Wordsll UNIT OF MEASURE L.F. Each Each Each Each Each Each L.F. L.F. L.F. Each S.F. C.Y. ITEM ITEM PRICES TOTAL (IN FIGURES) (FIGURES) Install 12"-12 GA. Steel Full Weld Waterline Highline Install 12"-90 Degree Steel Bend Install 12"-45 Degree Steel Bend Install 24"x24"xI2" Tee Install Thrust Block Install Shear Ring Cut & Weld Steel Plates To Exist., 36" Waterline to Remain Concrete Encase 36" CML & C Waterline 18" RCP 24" RCP Concrete Anchor Mirafi 700 Blanket W/9" No.3 Backing (Protective Cover) Riprap (1/4 Ton) "Words" IIWords" B6 $ $ $ \1--- I I I I I I I I I I I I I I I I I I I CONSTRUCT 36" TRUNK SEWER ALONG SANTA GERTRUDIS CREEK AND CROSSING 1-15 ASSESSMENT DISTRICT I 161 W.O. I 68-8744 PROPOSAL ALTERNATE I I 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) I. L.S. Clearing & Grubbing 2. L.S. Furnishing & Applying Water 3. 32,300 C.Y. Excavation 4. 62,500 C.Y. Import From Borrow Site 5. 17,300 C.Y. Overexcavate & Recompact 6. 4,852 L.F. 36" VCP Sewer 7. 2,172 L.F. 30" VCP Sewer 8. 991 L.F. 24" VCP Sewer 9. 65 L.F. 15" VCP Sewer 10. 628 L.F. 1211 VCP Sewer II. 5 L.F. 10" VCP Sewer B7 \~ I I PROPOSAL (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 12. 25 L.F. 8" VCP Sewer I 13. 1 Each 60" Manhole I 14. 25 Each Standard Manholes 15. 39 Each Deep Manholes I (15' Over) 16. 3 Each Slurry Backfill M.H. I 17. 10 Each Temp. End Plug 18. 5,170 L.F. Bedding (Class "BtI) I 19. 2,509 L.F. Bedding (Class "ell) I 20. 803 L.F. Bore & Jack 60" Steel Casing 21. 122 L.F. Bore & Jack 54" I Steel Casing 22. 655 L.F. Concrete Encasement I No.1 Per SA43 23. 2 Each Remove existing 36" I Plug & Connect 24. 61,900 S.F. Construct All Weather Access Road I 25. 1 Each Remove Existing M.H. I 26. 275 L.F. Abandon & Slurry Fill 15" VCP Sewer I 27. 444 L.F. Remove 15" VCP Sewer 28. 545 L.F. Abandon 15" VCP (Crush In Place) I I I BS \A, -.------- I I PROPOSAL (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 29. 30 L.F. Trench Install 54" Steel Casing 30. 10 L.F. Trench Install 32" I Steel Casing 31. 3 Each Reconstruct Exist. M.H. I 32. I Each Abandon Exist. M.H. (Rem. Cone & Slurry I Backfill) 33. I Each Install EMWD Marker Post I 34. 5,637 L.F. Remove & Replace Chain Link Fence I 35. 40,531 S.F. Install CL 50 Armorflex Channel Lining with Geotextile (Nicolon I Filter Weave 70/20) 36. 332 L.F. 36" Spirolite CL 160 I 37. 625 L.F. 36" Spirolite CL loa I 38. 100 L.F. 36" Spirolite CL 63 39. 6,800 L.F. 36" Spiroli te CL 40 I 40. 705 L.F. 30" Spiroli te CL 63 41. 1,145 L.F. 30" Spirolite CL 40 I 42. 175 L.F. 24" Spi roli te CL 63 I 43. 9,263 L.F. Full Crushed Rock Envelope Bedding 44. 201 C.Y. Blown Silica Sand I (Annular Space) I I B9 \~ I I I I I I I I I I I I I I I I I I I ITEM NO. 45. 46. 47. 48. 49. 50. 51. 52. 53. 54. 55. 56. 57. 58. 59. ESTIMATED QUANTITY 60 900 213 96 117 1 2 521 4 4 I 8 I UNIT OF MEASURE C.Y. S.F. L.S. L.S. L.F. L.F. L.F. Each Each L.F. Each Each Each Each Each PROPOSAL (Con tinued) ITEM Pressure Grouting (Annular Space) Remove & Replace A.C. Pavement Detour Traffic Control (Jefferson Avenue) Detour Traffic Control (Ynez Road) 36" CML & C Full Weld Waterline Remove Exist. 36" CML & C Slurry Fill Abandon 36" Waterline Install 36"x12" Steel Reducer Install 12" Wedge Valve Install 12"-12 GA. Steel Full Weld Waterline Highline Install l2"-90 Degree Steel Bend Install 12"-45 Degree Steel Bend Install 24"x24Ix12" Tee Install Thrust Block Install Shear Ring BlO ITEM PRICES TOTAL (IN FIGURES) (FIGURES) \~ 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 ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 60. 2 Each Cut & Weld Steel Plates to Exist., 36" Waterline To Remain 61. 213 L.F. Concrete Encase 36" CML & C Waterline 62. 208 L.F. 18" RCP 63. 185 L.F. 24" RCP 64. 4 Each Concrete Anchor 65. 550 S.F. Mirafi 700 Blanket Wig" No.3 Backing (Protective Cover) 66. 55 C.Y. Riprap (1/4 Ton) SUBTOTAL $ IIWordsll DEDUCT $ "Words" PROJECT TOTAL Items 1-66 $ "Words" Note: Prior to award of the contract the Contractor will be required to submit revised unit prices, if applicable, to account for the amount shown on the deduct line. Bll ,"\ 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 l~ 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" B12 \~ I . I . I I I I . I I I I, .' I I I I I BID BOND Recitals: 1. "Contractor", has submitted his Contractor'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 ) SSe 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.) ,q, I I I 1 I I' I 1 I I I I I 1 I I I I I AGREEMENT THIS AGREEMENT is entered into at Riverside, California and is between County of Riverside hereafter hereafter called "Contractor". on called "County" and WIT N E SSE T H RECITALS: 1. Proposal Contractor has submitted to County his Contractor's for the construction of County Project, instrictaccordance identified below and County has with the Contract Documents 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 Faithful Performance Bond. 2. The Work. Contractor shall do all things necessary to construct the work generally descr ibed in Reci tal No. 1 in accordance with the Contract Documents. Cl "J,P I I I I I I I I I I I I I I I I I I I CONSTRUCT 36" TRUNK SEWER ALONG SANTA GERTRUDIS CREEK AND CROSSING I-15 ASSESSMENT DISTRICT f 161 w.o. f 68-8744 AGREEMENT ALTERNATE I 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. Clearing & Grubbing 2. L.S. Furnishing & Applying Water 3. 32,300 C.Y. Excavation 4. 62,500 C.Y. Import From Borrow Site 5. 17,300 C.Y. Overexcavate & Recompact 6. 12,711 L.F. 36" VCP Sewer 7. 4,025 L.F. 30" VCP Sewer 8. 1,166 L.F. 24" VCP Sewer 9. 16 L.F. 18" VCP Sewer 10. 65 L.F. 15" VCP Sewer ll. 628 L.F. 12" VCP Sewer 12. 5 L.F. 10" VCP Sewer 13. 25 L.F. 8" VCP Sewer C2 -z,\ I I AGREEMENT (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) I 14. 25 Each Standard Manholes 15. 39 Each Deep Manholes (15' Over) I 16. 10 Each Temp. End Plug I 17. 9,606 L.F. Bedding (Class "B") 18. 331 L.F. Bedding (Class "BB") I 19. 5,980 L.F. Bedding (Class lien) 20. 1,250 L.F. Bedding (Class "0") I 21. 655 L.F. Concrete Encasement No.1 Per SA43 I 22. 803 L.F. Bore & Jack 60" Steel Casing I 23. 122 L.F. Bore & Jack 54" Steel Casing I 24. 30 L.F. Trench Install 54" Steel Casing I 25. 10 L.F. Trench Install 32" Steel Casing 26. 1 Each 60" Manhole I 27. 3 Each Reconstruct Manholes I 28. 1 Each Remove Existing Manhole I 29. 1 Each Abandon Exist. M.H. (Rem. Cone & Slurry Backfill) I 30. 2 Each Remove Existing 36" Plug & Connect I 31. 3 Each Slurry Backfill at M.H. I C3 1J-' . .. I I AGREEMENT (Continued) I ITEM ESTIMATED UNIT OF ITf PRICES TOTAL I NO. QUANTITY MEASURE ITEM (I FIGURES) (FIGURES) 32. 444 L.F. Remove 15" VCP Sewer I 33. 545 L.F. Abandon Exist. 15" VCP (Crush In Place) I 34. 275 L.F. Abandon & Slurry Fill 15" VCP Sewer I 35. 61,900 S.F. Construct All Weather Access Road I 36. 5,637 L.F. Remove & Replace Chain Link Fence I 37. 1 Each Install EMWD Marker Post I 38. 40,531 S.F. Install CL 50 Armorflex Channel Lining With Geotext ile (Nicolon Filter Weave 70/20) I 39. 900 S.F. Remove & Replace A.C. Pavement I 40. 201 C.Y. Blown Silica Sand (Annular Space) I 41. L.S. Detour Traffic Control (Jefferson Avenue) I 42. L.S. Detour Traffic Control (Ynez Road) I 43. 96 L.F. Remove Exist. 36" CML & C I 44. 117 L.F. Slurry Fill Abandon 36" Waterline 45. I Each Install 36"x12" I Steel Reducer 46. 2 Each Install 12" Wedge Valve I I C4 z;!1 I I AGREEMENT (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 47. 521 L.F. Install 12"-12 GA. I Steel Full Weld Waterline Highline I 48. 4 Each Install 12"-90 Degree Steel Bend I 49. 4 Each Install 12"-45 Degree Steel Bend 50. I Each Install 24"x24"x12" Tee I 51. 8 Each Install Thrust Block I 52. I Each Install Shear Ring 53. 2 Each Cut & Weld Steel I Plates To Exist., 36" Waterline to Remain 54. 213 L.F. Concrete Encase I 36" CML & C Waterline 55. 208 L.F. 18" RCP I 56. 185 L.F. 24" RCP I 57. 4 Each Concrete Anchor 58. 550 S.F. Mirafi 700 Blanket 1'1/9" No.3 Backing I (Protective Cover) 59. 55 C.Y. Riprap (1/4 Ton) I SUBTOTAL $ I "Wordsll DEDUCT $ "Words" I PROJECT TOTAL $ I Items 1-59 IIWords" I C5 z^ I I I I I I I I I I I I I I I I I I I CONSTRUCT 36" TRUNK SEWER ALONG SANTA GERTRUDIS CREEK AND CROSSING 1-15 ASSESSMENT DISTRICT t 161 w.o. f 68-8744 AGREEMENT ALTERNATE II 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. Clearing & Grubbing 2. L.S. Furnishing & Applying Water 3. 32,300 C.Y. Excavation 4. 62,500 C.Y. Import From Borrow Site 5. 17,300 C.Y. Overexcavate & Recompact 6. 4,852 L.F. 36" VCP Sewer 7. 2,172 L.F. 30" VCP Sewer 8. 991 L.F. 24" VCP Sewer 9. 65 L.F. 15" VCP Sewer 10. 628 L.F. 12" VCP Sewer 11. 5 L.F. 10" VCP Sewer C6 z,~ I I AGREEMENT (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 12. 25 L.F. 8" VCP Sewer I 13. 1 Each 60" Manhole I 14. 25 Each Standard Manholes 15. 39 Each Deep Manholes I (15 . Over) 16. 3 Each Slurry Backfill M.H. I 17. 10 Each Temp. End Plug 18. 5,170 L.F. Bedding (Class liB") I 19. 2,509 L.F. Bedding (Class "C" ) I 20. 803 L.F. Bore & Jack 60" Steel Casing 21. 122 L.F. Bore & Jack 54" I Steel Casing 22. 655 L.F. Concrete Encasement I No.1 Per SA43 23. 2 Each Remove existing 36" I Plug & Connect 24. 61,900 S.F. Construct All Weather Access Road I 25. 1 Each Remove Existing M.H. I 26. 275 L.F. Abandon & Slurry Fill 15" VCP Sewer I 27. 444 L.F. Remove 15" VCP Sewer 28. 545 L.F. Abandon 15" VCP (Crush In Place) I I I C7 tf, I I AGREEMENT (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 29. 30 L.F. Trench Install 54" I Steel Casing 30. 10 L.F. Trench Install 32" I Steel Casing 31. 3 Each Reconstruct Exist. M.H. I 32. I Each Abandon Exist. M.H. (Rem. Cone & Slurry I Backfill) 33. 1 Each Install EMWD Marker Post I 34. 5,637 L.F. Remove & Replace Chain Link Fence I 35. 40,531 S.F. Install CL 50 Armorflex Channel Lining With Geotextile (Nicolon I Filter Weave 70/20) 36. 332 L.F. 36" Spi roli te CL 160 I 37. 625 L.F. 36" Spirolite CL 100 I 38. 100 L.F. 36" Spirolite CL 63 39. 6,800 L.F. 36" Spi rolite CL 40 I 40. 705 L.F. 30" Spi roli te CL 63 41. 1,145 L.F. 30" Spirolite CL 40 I 42. 175 L.F. 24" Spiroli te CL 63 I 43. 9,263 L.F. Full Crushed Rock Envelope Bedding 44. 201 C.Y. Blown Silica Sand I (Annular Space) I I C8 -z,.'\ I I AGREEMENT (Continued) I ITEM ESTIMATED UNIT OF ITEM PRICES TOTAL I NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 45. 60 C.Y. Pressure Grouting I (Annular Space) 46. 900 S.F. Remove & Replace I A.C. Pavement 47. L.S. Detour Traffic Control I (Jefferson Avenue) 48. L.S. Detour Traffic Control I (Ynez Road) 49. 213 L.F. 36" CML & C Full Weld Waterline I 50. 96 L.F. Remove Exist. 36" CML & C I 51. 117 L.F. Slurry Fill Abandon 36" Waterline I 52. 1 Each Install 36"x12" Steel Reducer I 53. 2 Each Install 12" Wedge Valve 54. 521 L.F. Install 12"-12 GA. I Steel Full Weld Waterline Highline 55. 4 Each Install l2"-90 Degree I Steel Bend 56. 4 Each Install 12"-45 Degree I Steel Bend 57. 1 Each Install 24"x24"x12" Tee I 58. 8 Each Install Thrust Block 59. I Each Install Shear Ring I I I C9 # 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 ITEM PRICES TOTAL NO. QUANTITY MEASURE ITEM (IN FIGURES) (FIGURES) 60. 2 Each Cut & Weld Steel Plates to Exist., 36" Waterline To Remain 61. 213 L.F. Concrete Encase 36" CML & C Waterline 62. 208 L.F. 18" RCP 63. 185 L.F. 24" RCP 64. 4 Each Concrete Anchor 65. 550 S.F. Mirafi 700 Blanket W/9" No.3 Backing (Protective Cover) 66. 55 C.Y. Riprap (1/4 Ton) SUBTOTAL $ "Words" DEDUCT $ "Words" PROJECT TOTAL Items 1-66 $ "Words" Note: Pr ior to award of the contract the Contractor will be required to submit revised unit prices, if applicable, to account for the amount shown on the deduct line. ClO 1)'\ 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 provisions 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 125 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 "County" (Seal) Deputy Cll ;P I I I I I I, 1. 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 price cannot be increased by more than 10% without approval of Surety. THIS BOND is executed as of By By By Type Name Its Attorney in Fact "Surety" Title "Contractor" Note: This Bond must be executed by both parties with corporate seal affixed. All signatures must be acknowledged. (Attached acknowledgements). ?\ 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 Title (If corporation, affix seal) Its Attorney In Fact (Corporate Seal) STATE OF CALIFORNIA COUNTY OF ) ) ss SURETY' 5 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 ~ I I I I I I I I I I I I I I t I I I I GENERAL CONDITIONS SS 1. DEFINITIONS: 1. "County", "Contractor", and "Contract Documents" are identified in the Agreement. "County" and "Contractor" includes thei r author ized 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, 8-1.0l, 8-l.03, 9-1.05, 9-1.06, 9-1.065, 9-1.07, 9-1.07A, 9-1.078, 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 ?P I I I I I I I I I I I I I I I I I 1 I file in the Office of the County Clerk and are a part of the Contract." Subsection Transportation" Riverside". for "Director" read "Director for last reference read "County of of 7-1.15, except 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 supervlslon 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's approval is requi red 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 wi thin the stipulated time per iod, 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 y.. 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 prosecut ion 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 di tches 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 appropriate. However, it is expressly understood and agreed: 1. Showing or descr ibiog such items does not mean that it is an exhaustive and conlplete 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 boundar ies of the site are Contractor may assume that with acceptable standards. plans survey markers are shown, shown or contour lines are shown, such matters are shown in accordance All improvements of the nature above described, 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 -9 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, lowering, altering or otherwise rearranging 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 wi th regulations governing the use of the property. 3. Store and sui tably 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 prior written 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 work, temporary structures, debris, and from his operations from the site and surplus similar to put materials, false matter resulting the site in an 4 ?:P 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, barricades 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. II. 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 resul t of the Contractor'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 regarding change orders. Wherever word "Engineer" appears read "County". Standard in these 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 limit the ability of Director 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 with reasonable promptness such further detai led explanations, ins t ruct ions and draw i ngs 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 authority to make minor changes in the work which do not involve extra cost and are not inconsistent with the Contract Documents. Contractor's acti ng on such inst ruct ions, explanations and drawings of Director of Transportation means that Contractor agrees that such explanations, instructions and drawings are 5 1>'V 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 and the District 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 and the District data substantiating such a request, and the difference, if any, in cost. The District 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 or 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 ~ 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: (I) Contractor shall be adjudged bankrupt or make an assignment for the benefit of credi tors, 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 wi th 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 mater ials 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'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 Sect ion does not constitute a waiver by County of any right it might from time to time have against Contractor under the Contract Documents. 7 '3:>0... I I I I SS 10. PAYMENT AND MONTHLY ESTIMATES: I '. Director of Transportation, once each month, after said work is commenc.ed 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. I 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. I SS II. PAYMENT FOR EXTRA WORK (FORCE ACCOUNT BASIS): I 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 Specifications. 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. I I I SS 12. FINAL PAYMENT: - I 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 subnl1 L such estimate to Contractor. within thirty (30) days thereafter Contractor shall submit to Director of Transportation his wr i tten approval of said proposed final estimate or a written statement of all claims ~Ihich he has for additional compensation claimed to be due under the contract. I l I On Contractor's approval or if he files no claims within 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 I . 8 I Ap 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 during construction, attorney expense, additional engineering, 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' 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 1\\ 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 documen ta t ion shall be submi t ted to County via Di rector 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 I 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, penalties 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 tG 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 b:k' I I I I I I I I 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 Specifications, 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's Compensation Insurance as required by the State while working on the project. 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 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 arising 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 pr ior to cancellation of the insurance or a reduction in coverage, must state that the "x c u" exclusions are waived or do 11 bt.~ 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 Riverside and E.M.W.D. are named as an additional insured as respects the work covered hereunder. In the alternate to naming County of Riverside 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 and E.M.W.D., Owner's Protective Liability Insurance in an amount not less-than $2,000,000 covering County of Riverside and E.M.W.D.. Hold Harmless: Contractor shall hold County of Riverside 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 arising 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 and E.M.W.D., its officers, agents, employees and independent Architect 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 <:.:'c. any State or Federal agency having jurisdiction for the purpose of investigation to ascertain compliance with this Section. 12 * 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 may be contained covering the Section. If so, such specific Section in case of conflict. Documents specific requirements same subject matter of this requirements prevail over this 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 quantities, this Section applies unless the amount required in anyone year under such contract will reasonably be expected not to exceed $IO,OOO. Transactions in Excess of $IO,OOO, 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 Contract for $50,000 or more, it shall develop and submit to Owner, within 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 limi ted 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 AoG 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 will 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 with California Government Code Section 4590 and other applicable law, the Contractor may substitute secur i ties for any moneys withheld to ensure performance under the contract. SS 21. ASSIGNMENT OF CLAIMS: I I I I I I I In submitting a bid on this public works project, or any subcontractor agreeing to supply goods, services, or materials, and entering a contract pursuant thereto, the Contractor and/or subcontractor do offer and agree to assign to the Owner all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgement by the parties. SS 22. CLAIMS RESOLUTION: In accordance with Public Contract Code Section 20104- 20104.8 and other applicable law, public works claims of #375,000 or less which arise between the Contractor and the Owner shall be resolved following the statutory procedure unless the Owner has elected to resolve the dispute pursuant to Public Contract Code SS 10240 et seq. 1. All claims shall be accompanied by substantiating filed on or before the date submitted in writing and documentation. Claims must be of final payment unless other 14 A.(P I I I I I I I I I I I I I I I I I I I notice requirements are provide in the contract. "Claim" means a separate demand by the claimant for (1) a time extension, (2) payment of money or damages arising from work done by or on behalf of the claimant and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled, or (3) an amount the payment of which is disputed by the Owner. (a) Claims Under $50,000. The Owner shall respond in writing to the claim within 45 days of receipt of the claim, or, the Owner may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the Owner may have. If addi tional information is needed thereafter, it shall be provided upon mutual agreement of the Owner and the claimant. The Owner's written response shall be submitted 15 days after receiving the additional documentation, or within the same per iod of time taken by the claimant to produce the additional information, whichever is greater. (b) Claims over $50,000 but less than or equal to $375,000. The Owner shall respond in writing within 60 days of receipt, or, may request in writing within 30 days of receipt of the claim, any additional documents supporting the claim or relating to defenses or claims the Owner may have against the claimant. If additional information is needed thereafter, it shall be provided pursuant to mutual agreement between the Owner and the claimant. The Owner's response shall be submitted within 30 days after receipt of the further documents, or within the same period of time taken by the claimant to produce the additional information or documents, whichever is greater. If the construction of the project herein is damaged, which damage is determined to have been proximately caused by an act of God, in excess of 5% of the contract amount, provided that the work damaged is builtin accordance with applicable building standards and the plans and specifications, then the Owner, upon certification by the Engineer, may, without prejudice to any other right or remedy, terminate the contract. 2. If the claimant disputes the Owner's response, or if the Owner fails to respond within the statutory time period, the claimant may so notify the Owner within 15 days of the receipt of the response or the failure to respond, and demand an informal conference to meet and confer for settlement. Upon such demand, the Owner shall schedule a meet and confer conference within 30 days. 1 (+a A,1. I I I I I I I 1 I I I I I I I I I I I 3. If following the meet and confer conference, the claim or any portion thereof remains in dispute, the claimant may file a claim pursuant to Government Code SS 900 et seq. and Government Code SS 910 et seq. For purposes of those provisions, the time within which a claim must be filed shall be tolled from the time the claimant submits the written claim until the time the claim is denied, including any time utilized for the meet and confer conference. 4. If a civil action is filed to resolve any claim, the provisions of Public Contract Code SS 20104.4 shall be followed, providing for nonbinding mediation and judicial arbitration. 14b A,t{; I I I I I I I I I I I I I I I I I I I CONSTRUCT 36" TRUNK SEWER ALONG SANTA GERTRUDIS CREEK AND CROSSING 1-15 ASSESSMENT DISTRICT '161 W.O. '68-8744 SPECIAL PROVISIONS DESCRIPTION: . In general, this project consists of relocating existing 36" water main. and constructing sewer facilities along Santa Gertrudis Creek and crossing 1-15 in the Temecula area of Riverside County. 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, 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 will prevail unless Riverside County Road Improvements Standards and Specifications are more stringent. It is also the intent of the Specifications that the Special Conditions shall govern over both the Contract Drawings and the Standard Specifications. SUPPLEMENTAL DEFINITIONS: .. shall refer to the Eastern Municipal The term "District" Water District. ORDER OF WORK: It is the responsibility of the Contractor to obtain an encroachment permit from Caltrans and pay all fees for work done within the state right-of-way. The Contractor shall diligently prosecute the work to completion according to the following schedule: 1. Sewer installation shall begin downstream at Station 9+90 and proceed upstream. 15 Ao.. I I I I I I I I I I I I I I I I I I I 2. To allow for sewer gradient correction, each steel casing pipe shall be installed upstream at least 1,000 feet in advance of sewer construction. 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. Full compensation due to such operation as described above shall be considered as included in the unit price paid for the other items of work, and no additional allowance shall be made therefor. 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. DISPOSAL OF EXCESS EXCAVATION OR MATERIALS: Excess earth excavation or other excess materials resulting from construction operations shall be disposed of by the contractor outside of the highway right of way, as provided in Section 7-1.13 of the Standard Specifications. 16 ?O I I I I I I I I I I I I I I I I 1 I I PUBLIC CONVENIENCE, PUBLIC SAFETY AND MAINTAINING TRAFFIC: Maintaining traffic shall conform to the provisions 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. No detours will be provided. The Contractor will be required to conduct his operations in such a manner that traffic will be permitted to pass through the work with as little delay as possible. All warning lights, signs, flares, barricades and other facili ties for the sole convenience and direction of public traffic shall be furnished and maintained by the Contractor. All signs shall conform to and be placed in accordance with the current "Manual Of Traffic Controls", issued by the California Department of Transportation for construction and maintenance of work zones. 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. INSPECTION: In addi tion to the inspection by the Engineer, all construction workmanship shall be subject to inspection and approval of Riverside County, Eastern Municipal Water District, 17 S\ I I I I I I 1 I I I I I I I I I 1 1 I 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 an Authorized Inspector, or Soils Engineer Representative. Said notice of completion shall only be issued with the concurrence of the Riverside County Flood Control District and Eastern Municipal Water District. ITEMS OF WORK: CLEARING AND GRUBBING: Clearing and grubbing shall conform to the prov~s~ons in Section 16 of the Standard Specifications and as directed by the Engineer. Payment will be made on a lump sum basis. FURNISHING AND APPLYING WATER: Furnishing and applying water provisions of Section 17 of the Standard Special Provisions. shall conform to the Specifications and these Full compensation for developing water supply and furnishing watering equipment shall be considered as included in the lump sum price paid for furnishing and applying water and no additional compensation will be allowed therefor. Attention is directed to the requirements of Section 10, "Dust Control". Water in amounts specified by the Engineer will be used for dust control, and the cost thereof will be included in the lump sum price paid for furnishing and applying water. ROADWAY EXCAVATION: Earthwork shall conform to the prov~s~ons of Section 19 of the Standard Specifications and these Special Provisions. 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). Pavement Removal: Existing pavement shall be cut back to neat lines and removed as shown on the plans or as directed by the Engineer. 18 ~ I I I I I I I I I I I I I I I I I I I Such pavement shall be incorporated into the embankment in accordance with Section 19 of the Standard Specification. Excess material will become the property of the Contractor and will be disposed of as provided in Section 7-1.13 of the Standard Specifications. Full compensation for removal & replacement of A.C. pavement shall include disposal of excess material and installation & removal of temporary A.C. pavement as required by the governing agency. Imported Borrow: Imported borrow shall conform to the provisions of Section 19-7.02 and shall be material that is similar or better in quality than the existing basement soil. 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 density 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 backfill shall conform with the requirements of Section 19-3 of the Standard Specifications. Full compensation for structure excavation and backfill will be considered as included in the pr ices paid for the var ious contract items requiring structure excavation and backfill and no separate payment will be made therefor. FINISHING ROADWAY: Finishing roadway shall conform to Section 22 of the Standard Specifications , except that full compensation therefor shall be considered as included in the prices paid for the various contract items of work and no separate payment will be made therefor. AGGREGATE BASE: Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases", of the Standard 19 9 I I I I I I I I I I I I I I I I I I I Specifications and these special provisions and shall meet the gradation requirements for 3/4 inch maximum. Payment for aggregate base Class 2. will be considered as included in the square foot price paid for remove and replace pavement. ASPHALT CONCRETE: Asphalt concrete shall be Type "B" and shall conform to the requirements of Section 39 of the Standard Specifications and the following: Aggregate grading shall be three/eighths inch (3/8") maximum, medium. The paving asphalt shall be AR-4000 or as determined by the Engineer. Section 39-3.01B (1) shall be amended to include: Aggregate of the 3/4 inch or 1/2 inch maximum size and aggregate for asphalt concrete base shall be separated into 3 or more sizes and each size shall be stored in separate bins. If 3 sizes are used, one bin shall contain that portion of the mater ial which will pass the maximum size specified and be retained on a 3/8 inch sieve; one bin shall contain that portion of the material which will pass a 3/8 inch sieve and be retained on a No. 8 sieve; and one bin shall contain that portion of the material which will pass a No. 8 sieve. Aggregate of 3/8 inch maximum size shall be separated into 2 sizes and each size shall be stored in separate bins. One bin shall contain that portion of the material which will pass the maximum size specified and be retained on a No. 8 sieve and one bin shall contain that portion of the material which will pass a No. 8 sieve. The bin containing the fine material shall not contain more than 15 percent of material retained on the No. 8 sieve. The material in any of the other bins shall not contain more than 15 percent of material passing a No. 8 sieve. Failure to comply wi th this requirement shall be corrected immediately, and the material in the bins not meeting these requirements shall be rescreened or wasted. All asphalt concrete for this project shall be supplied from one source unless approved by the Engineer. Said source shall be listed on the Contractors Source of Materials List as required in Section 6 of the Standard Specifications. 20 9\ I I I I I I I I I I I I I I I I I I I Liquid Asphalt and asphaltic emulsion shall be furnished and applied as provided in Section 39-4.02. No slag aggregate will be used. Asphalt concrete will be paid for at the square foot price for remove and replace pavement and shall be considered as full payment for patching the roadway including the one inch final course and no additional compensation will be allowed therefor. 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. Payment for all work involved in the construction of minor structures will be on a unit price each and shall include full compensation for furnishing all labor, materials, 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. REINFORCEMENT: Bar reinforcing steel and mesh reinforcement shall conform to the provisions of Section 52 of the Standard Specifications. 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 additional compensation will be allowed therefor. 21 ~ I I I I I I I I I I I I I I I I I 1 I ROCK SLOPE PROTECTION: Rock slope protection shall conform to the provisions of Section 72-2 of the Standard Specifications and these Special Provisions. Method "B" Placement: The unit price paid per square foot for rock slope protection (1/4 ton - rock method "B" placement) shall include full compensations for furnishing all labor , materials, tools, equipment and incide'ntals, and for doing all work involved in constructing the rock slope protection, complete in place, including any excavation and backfill necessary for placing rock slope protection. SEWERS: Sewers shall conform to the provisions in Section 71, "Sewers" of the Standard Specifications, the Eastern Municipal Water District Specifications and Riverside County Road Improvement Standards Ordinance 461.7, and these Special Provisions. In the event of a conflict, the requirements of Eastern Municipal Water District will prevail. After backfill and compaction have been completed, one foot (1') of Class 2 aggregate base shall be installed; three inches (0.25') asphalt concrete paving Type B shall be placed in two lifts. The first lift of asphalt concrete paving shall be installed to within 1/2 inch of the existing surfacing. This first lift shall be placed in a manner that will protect the existing pavement edges. The final paving course shall be 1 inch in existing thickness, twelve feet (12') in width (minimum) or to the edge of pavement. This final lift shall be placed with a Barber-Greene paver. The uni t pr ice paid per linear foot for sewer pipe shall include full compensation for doing all work in constructing the sewer complete in place as shown on the plans and no additional compensation will be allowed therefor. 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. 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 22 ~ I I I I I I I I I I I I I I I I I I I petroleum products, oxygen, chlorine, 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 electr ic supply system conductors or cables either 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 Southern California Gas 714-335-7970 General Telephone 714-929-9424 Rancho California Water 714-676-4101 Eastern Municipal Water District Attn: Jim Wyatt 714-766-1830 23 51 .' I 1 I I I I 1 I I ,. I I I I I I I I JUL 31 '90 10'43 RIV. CO. ROAD&SURVEY P.2/3 DEPARTMENT OF THE ARMY LOS ANCie:I.U OI$TRICT. CORP$ 0' OIGINf(F1S P.O.l:IOX~lll 1.0i /."~ElE5. CAUFOAIl4M. ~.1125 M..lYTO "'ttNtlONof July 23, 1990 Office of the Chief Regulatory Branch Mr. Ivan Tennant Deputy Road Commissioner Riverside County Road and Surveying Dept. P.O. Box 1090. Riverside, CA. 92502 . Gentleman: This letter is in reply to your letter permit no. 90-251-MD dated June 8, 1990 concerning our permit authority over your proposal for construction of a 36-inch Santa Gertrudis Trunk Sewer across Murrieta Creek, approximately 884 feet upstream from the intersection of Winchester Road and Murrieta Creek, paralleling Diaz Road in Temecula, Riverside County, CA. Regulations for our permit program, published in the Federal Register, include Part 330 - Nationwide Permits (see the enclosure). The Corps of Engineers has determined that your proposed aotivity oomplies with the terms and conditions of the nationwide permit Part 330.5(a) (12) for the discharge of material for backfill or bedding for utility lines, including outfall and intake structures, provided there is no ohange in preconstruct ion bottom contours. The enclosure, Part 330.5(a) (12), defines the term "utility line". As long as you comply with the nationwide permit conditions described in Part 330.5(b) an individual permit is not required. This letter of verification is valid until the nationwide permit is modified, reissued, or reVoked. All the nationwide permits are scheduled to be modified, reissued, or revoked prior to 13 January 1992. It is incumbent upon you to remain informed of Changed to the nationwide permits. We will issue a publio notice announcing the changes when they occur. Furthermore, if you commence or are under contract to commence this activity before the date the nationwide permit is modified or revoked, you will have twelve months from the date of the modification or revocation to complete the activity under the present terms and conditions of this nationwide permit. A nationwide permit does not grant any property rights or exolusive privileges. Also, it does not authorize interference .IJJl H~a ~" I I I I I I '. I I I I I I I I 1 I I I JUL 31 '90 10:44 RIV. CO. ROAD&SURVEY P.3/3 with any existinq or proposed Federal project. Furthermore, it does not obviate the need to obtain other Federal, state, or local authorizations required by law. If you have any questions please contact Mark Durham of my staff at (213) 894-5606. Sincerely, ~IWv...v t, ~ Diane K. NOda Acting Chief, Southern Section ~ I , I I I I I I I i I I I I I I I I I I JUL 13 '90 08:31 RIV. CO. ROAD&SURVEY P.3/5 CALIFORNIA DEPARTMENT OF FISH AND GAME 330 Gol.Jc."'I', .3h.:>re, aui t~ 50 Lor.g a..",ch, Cal i fornia 908D2 Notification No. S-294-90 P"g" ... of ;2 AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION nus AGREEMENT f entc:"'ed int.o bet1,J~en the Sta't.c ':'If Ca 1 J. fc.rnla 1 Departn:ent cf Fish and Game. hareinafter' ca"l!ed -:.he 0epartIlLe:nt, and Ivan Tennant of Riverside Countv, State of C.:dirornia f hf:r"~i..3ftdr call~d che Oper~ltcr', is as follcl.J~: WHEREAS~plu"::nJ,:mt to Sect.ic.n i6I'i.'3. ,j! Cail:"'~.r!"'d3 Fi.sn ..3nd G.:i1!:t:' Cod~l r.~i':.' Operat:.o!"'. ~l~ ~he 11th d~y of JUf1e ,19gu, :'"~vtified the !)t:p..:t.....::mer,t t.f1.J:lt. r.hc-,'1 .i.nt<3'nd to subst.3r:cially diver't '7J::" !';c'$cruct t.he :"':.ar,~...ll-al flo',; of', ';lr ~u~.tantially c!"-.arlgc:: the bed, charmt:rl, or bank u:", or use I!lat~ri~l from the st:--.:arr.bed cf, the fallotJi.n.:, f,.'dter: Mt;r'ri~t~..! :;!"'~e!~ ~ Rivet".!ide CO~U1tYl Caljfcro!a, 3ecticn ~4 Tovnshi~ -2B- Range 2H-. WHEREAS, che Dep"3;:",~:ti.~nt {r''=::'prascnt;..~ci 0'.1 r-Jich.:!~.1 ;w-jf (J.s'ti has ~ade ~n ir;::.:s.~ction of subjc..:t. drea 0:1 :.he ?l::!:o day cd ';1;t,e I ~, -!;It"ld) has d~te!"!!lined tr.~~t ~uch o;::.er",st.ic,:i;;; may .3ubst.sr.t.l.,~d:y -5d'ler.=:ely -::ffact. exi.~ti1l9 fien S.f:;;;} :Jildlife reso'..U"cc=:::; including: :;.:.'1 I",.'ildli.fe. :,.-, ~.h.e ar"ea. THEREFORE. th~ Depal't.ml.::nc' her'eby pr,jr-,,;"::ir:::.~ wildlife :"esou.-ces di..lr'~ng the upc.r.a;'OI,.t~. iJor;-:. to accept. .-:h:;. fc.ll.;"l,J...ng measJ,.u"':~~/cvndit.i':)r!:t .::l~' JI..J::-::ure.5 l:.O :~t'ljT:1!:'Ct. fi:::h ~~"ld Tho:: (j~~!""i:l.t.v:- hereby !3.~:ret.~::' .i;art .:l f ton17 r.Jr'''r-,.-:-~ed work, If t.he Operate.!'"";;, '..;ork cl":.3n;:::::~J from that ::t.:;j;:'ed il1 tho;- not.~ fi.::a-c.,:,oJi $pc:cified '1brY/e-, this Agre-~tLo>:.-nt .ia no lr.:.-n...::,=,r v.31id and :~ .n~',l,' ~:ct.if.Lcat i,:;n shall be :.::ub:r.i:ted to t.he Dep.al".tru.:r.t ~f F'i~'h ar~d Gafl-l6'. Fail'..xe C~ C::;"ir.p~y ~~c.h t.he pr':lVi-Slcn.:; s.f this .~g!',;~m.::tl;"; Qr.d ~idl :..,tr.,.:.!'" ,;)e:-tir.ent. '_c..d~ sec~.or..s, lnc.!.t;,dir-;,g bt;:t nor. limited t.,~ F~t.h ,e.:1::1 Ga.t:::l.:- Cr.;t':~6 Se":'Cl.::ns 5E~u. 5652. 59'::7 I .3t1d .5943, ifIdY resul t in pro.i:ecut i en, Not..hi!1~ .:n this Agreement auth.:.ri'Z::~~.:: ::'~-!e- O~,orat.cJ" ::'0 tre5:pae.~ .:~:'l .:!ny l.:l:nd ,)r p:-'or-"erty, nor" :ioe~ it l-.~l itSv.." the Jr:..~~-~,...'''.r .~r' resp:~n~ i bi 1 it:; fe,r Cr~!tlpl.:.a!1ce 'Jit-h .=ppl.:c,3ble fee;;€;:',.:l~, ~t3.te,-tr lc'cal lCil,,'Z: o:.r ordiner;c~~'. '::or~~umI!lated ~.':J!",=,.e:nent dce~ n,;,t. ;:,:;':1.::.tl ~~;)l'..,: !:~~!,"C!,!-="'Ij ,:,f Fieh :=.nd 3ait.e cl"'lclor,se!:l:er,t of ';.h:;:: pT~~.;)sed c:..;:.~rati.:..n, CI;"" d~--=..t,.;r-~ t,h~ [)~;.1.:I.r"='wer.t.._ ,':("j{":t':U,':-':-,="rlCr: (!Ii. t.h per:!!l t.5 reqt:l:"~':: fr',:,!;: ')~:1~2-' agen::.i.~:;" A TL.:.:o.. .';g:~ee!rler:c b=co=.e::::: ef'fe;c':.J V"-' c'r. ,::J,?t: ~:.f .::h")'="t".:!:t,-:l!-":-: ";l~:-!.?t;.l~"e- ';:;,,":~:.l ;'.~:r~JlncX"=~ AlJ,~u':";", :~1. 1991 i't~li~ ;'ll-.,'):.:.,:t ..:c....~.':':;.r...1..lct.i~:':1 i,);-!:'(. Thi-:;; .":',,")!' ...:......;..... ~'h.":li.! r'e-l!~aj:'. In ....ff~-:t. :~c,r I".L~t. ,:",'::n,:, :'"":':::"-':':..':;1-''1 '='.:;, ~Q.~.J..;T"'J ttle :::.::;'"":';....:;<:;;~i:.,.:.'~::... -,i ,:hl~ A.'"tn.:t,!'r:u''''"!'.. Ii .A>':-'l'.....r-;t". -:'I:.n::t."I..(:r.~:-'l:j ,~lce~ ~!'_'::' ~,;":;,::...!..::< '.11. d'.l ~"! ::c..:. ':!:!:v~ :..f' r.~:,"::' ')oe:.:-',:l.'t.:,;~ .-_ ~.i(,l~11(lCl .. t.:..;:- ..:'<lre:-a:c:-,;:". .. h.t~; ~':1r=-e!!;L~ . ; ~" j 1 ~o -!.....j I I I I I I I I I I ,I I I I I I I I I .. . . JUL 13 '913 08:32 RIV. CO. ROAD&SURVEY Pa9~ 2 of '; STREAI1BED AI. TER;,TIOIJ CONDlrIOIIS Fe'li iJOTI!"!CATICN NUNe'::R: 5-10i; -90 1. Tht:: followin~, prcviaiorlt:; con~titUte ~hr:: li.mit of .;;.ctivi.tie~' ogr>!:,....d to and resclved by this Agree!r:...:-nt. The- ~igni:':g ~f ':.hi3 ,';g!"'6'~tr.:.ent doee ract implj! tr.at t.~ Operit~or" i~ pr;:-:.:iuded frcilo do~.'1g I:;)t.her ac~ivlljlde, de the ~ite. How~ver, activiti~~ not' ~peCtiicailY ,~o~eed co and -resolved by t.hi."$ Agreemer.t shall be t.~ubject. co .5'~p.;l['ate'(iv1:,ifi.l:ati':;:1 s>ure:uant to Fish arId Gat!H:: Co.:Je Sect.lons !60lj" ~t, e~q. 2. The Oporator propc':i$-es to al~er' the a~:i""6.:=m by .:....lstallirlg d 36 inch trunk :ell1er- ! ine across the cr-..3nnel. .3. The a91"'eed ~.:>rk il''lClude.e activicie.';I aSS'::;:;l.3ted :Jith No. :2 ~J:;.j''''''~, The project are3 is located 880 feet ~pstr~sm of the intersection of Winche..ter Road and Murrieta Creek :n Riverside CCCd'!ty. BIOC':ific ;.lor}:: areas d!"'e ltldicste:a or deecr'~-b.~d ':;on/ it": i:.he pl,.u"l~ ar;d//:,.r -J:-s'.... iCI,;;e submitted ~y th~ O~rator. 4. Rest-oration :::h9.11 lnc!:,,lde c.i".~ hyd("'..:,s-::ed~t:g .:.f .'!t-i...~(:.op-=d .')~ exp:"sed a.reae 'With vegeta1:1on natlve ~.~ the orea. Tr..: seed JlIX -::hai1 :.Jlciuci.-; willow and cOt-t::>n-..rood .::pe'=.il'::-~. 5. If de\tl'.~t.erin:) .jf tho:: work Q:'"'e.!t c:'ea~~ siltatio~ baein~ wit~!n th~ diSCharging it intv r.he chunnel. c.::,rrIJ~1etioO'l l~f' ~he prvJd'ct. i.:.: !""~qui~'e<~ :':.he :j:"J<s!'ato:.'" ~}-I;'1~1 ch9.:"mc~ .~.'Id -sel.:ti.e tr.,:, i.;/atrt:~ be;.:;;"":: The bas-ir::, :5ha.t~ be ~"'C'L.1c'/~d U~OIl ::.. Nf" der..."l.s, ~c.ll, ~ill';, 'S-anc~, bar~:, .sl.;;'..::.'h, ~,_\w"'.~l~;;~., r'Jbbi-::L, ';;~rc'::l'rJt or .:oncrctl::1- or w.=shi.ngs cht:t:~eof. eil c!" p,=''C.,rol....;l..;.m p:~.:)CiUC'l"'~:. or ,:,.t.her C.1&o)':tnic ;.)r ea!~thcn lta'Cer 1..;.1 frl~u.. -3!";y h;.:..;~ 1[1'2, c':,ri.~ :...-'Jt::::':' i ':'(1, <~~t. ~~eoci..:lteci llctivir:.y .'Jf ....hae'"-=~....er' ('I~t.ur'c-;. '5h31 1 015' ~llci..1"'='d to ~~;ter inc':;i '::':- p!a':ed :.Ihs1""e i.t. may be w<:J.ehed by !-~..:.!.li.f~ll ,:>r- r~.l!.,-:,-fi .!.r,t..:..~ ~Jat:.'.:t'e ~;)f t.he Beato..... ~lb.::n o~ratl'-'f,s ar'e c~L1r--lete:i, an:.. eZc~_-::;:; meter-i.e.l: or d~r..ri.3 -jho31! ~e- r~'~'Jveci from ::one 'J..:.rk .:":l~ea. :'J;~ ~"'_;l:.bi'~h :~h.=li be depc~J,ted <.ri.thitl 1=0 teet ,::i the hi/~h "'at~r J:la:r~\ ,:,.f cny -~t:.:.ti'am ,:.~.. 1.5b.::. 7. The Cpera~c{" shal~ ::~I~ZJly .~!..t}-. .~ll li.o:.t.e,'" .:;'('0 l.,;..=.11ucl0:-; 1.,3.....8. M.!.':' C-<:ln r;rac tore , ~ubccntr.3ctvr~ erJd e!a.r.'~oYe-<t;.~ 5r-.~'..';' -'31.'!-,:> ':;':-:''=:1 t,",r.,:,_,::e i6w:; (~h1d it. ~hall br.= 1'j}-;,: res{."tJ!1sib-i ity ...f tl-'.,:l' ':'E=-'=:',:t.:>:, c..:. i.r;.:.l_il~e I~.b=.!.!' '::<:Jmpl i.:t,".:e. 8. No .;:.'!ui!")!Ilc-nt me ~nt;.,=n~:-;c.~ -5L.~ 11 b:.- ck;-;"::,, ''''1 i:.h:c: ':r- ,-..ear .5.ny .-;;t,~~e.::!:'. -:!-:or:ne-l ,):' lak~ mar!2~in. 'Jh",:,re .E=-&:-,:"?l';!~:"fl pt<:.-:h.:c'c:,: .:'r ;~t.he-!"' i~J\:I~ lut.~,t.~s f10:n t.h-:: equip!!lc-nc !ao';l"/ ''S":i':.e~'" r;I':~',,;~"'':-'3.:' _'.!..,i~!" :.n:1 ; :":;".'. g. Tru: ~epa!.t.me:-:i... ~e:'e!-'ve~. :.h.:- ~. :9:.,t t.:. .;-,.;1;:.::::- ~b=- ;::r.:, ;-::,:.::; ~ l '.~.: .5.t j(:Y Cltnt:,." toe '~I1!1".;r.= th,s,,:,; r,:-~-=:-.~ .:~ :':'!!'::t:~."!!.,.:.:: ......~!-: !:.~!.:jl::/..-:.;.;.::i.~:.l':!.;':. .:.( ::i-:i.':,: .~9:""~'='Il:-e-nt . P.4/5 ~\ '. . I I , I I I I I I I I I I I I I j l . I JUL 13 '90 08:33 RIV. CO. ROAD&SURVEY P.5/5 . P"9S.:; .;,f' 3 1~J. The De-partIIL<s-nt "'~~erve5: tho:: r .i9.bt ~'J -=''''':S.gend arll::iil)l':' !"'evoJ.:.~ :..hi~ Ag:caem~nc ~ f tl'ze &part.ment rJl!::"c.crm.inee 1~hc.t the ~'i :'cums~ancee lJi:Jr:ran-:'. The .:;ircumst,.r:a:1cee that l:culd requi.r;;: a reev3h~t.i':'n ir-!olude, but >3r~ not li~it~d to, the following: d.. Failure c.:. comply \Jich the t;1')t'me/conditi'jr'13 ,:Jr thie Agreeme!"lt. b. Th~ informati..,rl provided by ~he Ops-l...;lc.:.r. in 8T.1p'pvrt of the ;.9r~IZ!Lt1nt/Nc,tifi':':Jtic.r.. is dQt8:"~1f":ed by tt:-= D.:partt:'.t~~':b 1;." be incomple~e, or inaccurate. c. Whe!o ne101/ inrOl'tlIdeion b~comt)B s.vailab!c- ~C> t.1-.e Depa:"ttIl,::,r:t re9re~~ntatlve< 5] tr<dt. was nc:>t l..l.,c....n ;,.rrten prt'ps.ri:1g the ~t"l~ina.l i:.at':tai';c.ndi ti.:lO; ..:>1' t.h.is A~r:"'~tl'r.i.~f-.~. d. The project ae de~cribed i:', t.~e tJctifi~.;,;,t.lcn/A9re~:.r.~nt. ha.s: c.....an;led. or conditic.r.::: a.ffectin.~ :il5h and :';l!..i~lfe r~~(jf..lr,::el!' :.har1g.:;o. 11. The Operat.:;:, sh,dl provide a copy of this ;,.;".....ment to all contractors. subconl:r.!lctors, and the Operator's project supervisors. Copies of the A~reement shall be readily available at york sites at all tim.es during period~ of active .,ork and inU:::';. be preseflted co a~1Y Dc:p.;;ir't.ment pe':~-:$o~nel, or ol"d"Qr.:eiIl6ot personr!e..;. fro:t& an<:lt.ner:':)1:"r:cy :Jpc.t} ..i-=mand~ 12. Tht::' :Jeer-stOt' sl-o..all :'1otify ;;he Dep.3c.t:.:.enr.., in writing, at least five(S) days prior to initiation of construction (project) activities and at least five (5) days prior to completion of construction (project) activities. Nctifi~~~l:;n shall c.e se:"lt. ~u t.he De-j\:l!"tr;lerl~ .:11.. 33& OQlden Shore, 8t...ice 5G1 L'jr:;g Bea('n, :~A 90;10S, A~-t-n: E:lvil"or.tTle:Y~;;;'l.l Se:-vi.::ee. .;:j,-lCUP.RENCE {l)~rat.c.r I ~ ,....:u!:.:: j eal i fO~"T;i"l .Ge.9.9:.;~;Ucflt '?! Fi sr; ~:";d Gal'!Je- k~~&- ~~ ~ ~~~dZ~2--?d ~ ~.i9"';::\t"....lre) !d~t.e} P.3:,'X7.,,.,',_5' Fi.::h~r'~~-s Bi..:,L">.":1 =;1", -: ti tl= / fP I- I I I I I I I I I , I I I I I j, I I I 7-0-020-1696 No. COUNTY OF RIVERSIDE, STATE OF CALIFORNIA RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT ENCROACHMENT PERMIT Riverside County Assessment 4080 Lemon Street Riverside, CA 92502 District 161 - Eastern Municipal Water Dist. Riverside, California October 17 o 19 89 In compliance with your request of July 7 0 19 89 and subject to all the terms, conditions and restrictions written below or printed as general or special provisions on any part of this form PERMISSION IS HEREBY GRANTED TO construct one 33-inch VCP sewer crossing of the District's easement for Murrieta Creek at approximate Station 197+49. All construction shall be performed in accordance with the plans labeled County of Riverside, As- sessment District No. 161, 33" Santa Gertrudis Trunk Sewer, sheet 5, pre- pared by RANPAC Engineering, and with the following: Upon completion and acceptance, Eastern Municipal Water Uistrict shall operate and maintain the facility. All construction shall be performed in accordance with the appropriate provisions of the Standard Specifications for Public Works Construction, latest edition, unless otherwise stated below. Prior to beginning construction, the Permittee or the contractor performing the work shall furnish a certificate of insurance with comprehensive liability limits of $2,000,000 per occurrence, naming the Permittee, the District, the County of Riverside, and any municipal corporation within which the work is to be performed, as additional insured. This insurance shall remain in effect for the duration of the work. (Continued) This permit is to be strictly construed and no work other than that specifically mentioned above is authorized hereby, Performance of the work shall be deemed to be acceptance by the Permittee of all terms and conditions of this permit This permit shall be voided unless work herein contemplated shall have been completed before December 31, , 19 91 District Drawing No. 7-78, Sheet 2 -..... ) AZ' ~~~-LL 'KENNETH L ED RDS CHIEF ENGINEER By CHIEF OF OPERATI HD:mcy ~~ 9!:>O.318!83l I, . I I I I I I I I I I I I I I I I I I GENERAL PROVISIONS 1. ACCEPTANCE OF PROVISIONS. It is understood and agreed by the Permittee that the performance of any work authorized under this pe'mil shall constitute an acceptance of the provisions contained herein. and failure to comply with said provisions shall result in revocation of this permit by the Riverside County Flood Control and Water Conservation District. 2. NO PRECEDENT ESTABLISHED. This permit is granted with the understanding thallhis action is not to be considered as establishing any precedent on the Question of the expediency of permitting any certain kind of encroachment to be erected within right of way of the Riverside Flood Control and Waler Conservation District. 3. KEEP PERMIT ON WORK. This permit shall be kept at the site of the work and must be shown to any representative of the Riverside CCw.,ty Flood Control and Water Conservation District upon request. 4. PERMITS FROM OTHER AGENCIES. The party or parties to whom this permit is issued shall. whenever the same is required by law. secure the written order or consent to any work hereunder from the Public Utilities Commission of the State of California or any other public Board haVIng jurisdiction. and this permit shall be suspended in operation unless and until such order or consent is obtained. 5. CLEAN UP RIGHT OF WAY. Upon completion o1the work. all brush. timber. scraps and material shall be entirely removed and the right-of-way leh in as presentable condition as before work started. 6. STANDARDS OF CONSTRUCTION. All work shall conform to recognized standards of construction. 7. SUPERVISION OF GRANTOR. All the work shall be done subject to the supervision of. and to the satisfaction of, the Riverside County Flood Control and Water Conservation District. 8. FUTURE MOVING OF INSTALLATION. It is understood by the Permittee that whenever construction. reconstruction or maintenance work on the right of way may require, the installation provided for herein shall. upon request of the Riverside County flood Control and Water ConservatIon District, be immediately moved by. and at the sole expense of. the Permittee. 9. LIABILITY FOR DAMAGES. The permittee shall indemnity and hold the Riverside County Flood Control and Water Conservation District. its officers. agents. employees and independent contractors free and harmless from any liability whatsoever. based or asserted upon any act or omIssion of permittee. its officers. agents. employees, subcontractors. independent contractors. guests and invitees, for property damage. bodily injury or death or any other element of damage of any kind or nature related to or in anywise connected with or arising from the permittee's use of the premises. including. but not limited to, the construction, operation and maintenance of the installation provided for herein on the District's right--of-way or any such claims that may arise out of the failure of such installation. the condition thereof or the obligations to be performed by the permittee herein. The permittee shall defend. at its expense, including attorney's fees. the Riverside County Flood Control and Water Conservation District. its officers. age.,ts. employees and independent contractors. in any claim or legal action based upon such alleged acts or omissions. 10. SURVEY MONUMENTS. Riverside County Flood Control and Water Conservation District monuments andlor right-of-way markers plaCed for the convenience of the permittee and monuments or right-of-way markers destroyed or requiring placement during or aher completion of the ..-ork shall be done by the Riverside County Flood Control and Water Conservation District's survey crews and the permittee shall pay to the Riverside COI,l"lty FlOOd Control and Water Conservation District any and all costs incurred in the placement or replacement of District monuments andlor right-ot-way markers within 30 days of billing from the Riverside County Flood Control and Water Conservation District. 11_ MAKING REPAIRS. The permittee shall replace and restore the right of way at the place ot the excavation to its condition prior to the ma" "g of the excavation. 12. CARE OF DRAINAGE. If the work herein contemplated shall interfere with the established drainage. ample provision shall be made by me Permittee to provide for it as may be directed by the grantor 13. MAINTENANCE. The permittee agrees by the acceptance ot this permit to exercise reasonable care to maintain property any encroach-;:'1t placed by it in the right of way and to exercise reasonable care m Inspecting lor and immediately repairing and making good any injury to any po~ on of the right of way as a result of the work done under this perm,! ~::!;,Jding any and all injury to the right of way which would not have occurrec ~=d such work not been done or such encroachment not placed there,n. 14. PERFORMANCE WARRANTY. Bond may be required of me permittee whenever in the judgment of the Riverside County Flood Controi a.1d Water Conservation DistriCt, it becomes necessary or advisable to guarantee performance. 15. DURATION. This permit may be cancelled by the Riverslce County Flood Control and Water Conservation District upon thirty days wr:r:en notice to permittee. ~ SPECIAL PROVISIONS -- ~ 1. INSPECTION FEE REQUIRED BY GRANTOR. The permiltee shall deposit a sum in the amount of $ _~ ~". ...'th the Riverside County Flood Control and Water Conservation District at least five working days prlO' !O the anticipated start of work covered by this permit. Said amount is to cover the estimated cost of .inspection. investigation,.,tesl,:"lg. etc.. by the District of the work propos~ under the permIt 2. NOTICE OF BEGINNING OF WORK. The permittee shall advise the Chief Engineer in covered by this permit. Said notice shall be delivered to the office Control and Water Conservation District at least live work.ng days prror 10 the start of work. writing of the anticipated start of 'k':)rk of the Ri....erside County FlOOd GA I I I I I I I I I I I I I I I I I I I RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT ENCROACHMENT PERMIT PAGE 2 Riverside County Assessment District 161 - Eastern Municipal Water District Encroachment Permit No. 7-0-020-1696 October 17, 1989 permittee's attention is called to all General and Special provisions found on the reverse side of Sheet 1 of this permit. The District requires 5 days notice prior to commencing work. Notice may be given by calling the Permit section at 714/787-6668. In the event Permittee or ~ontractor fails to give proper notice before starting work, Permittee's contractor shall be required to remove the backfill for inspection and/or reconstruction of the work described in this permit, as directed by District's engineer. If installation is not completed within 10 working days after commencing work, the permit will be suspended and no work will be allowed until a penalty payment equal to the original inspection fee is paid. This penalty will be assessed for each 10 working days, or other specified period until the installation is complete~. ~ .D.......~ I I I I I I I t I ,t I I I I I I I I I 51 A TE OF CALIFORNIA GEORGE DEUKMEJIAN, Gowmor DEPARTMENT Of INDUSTRIAL RElATIONS DIVISION OF OCCUPATIONAL SAFETY AND HEALTH MINING AND TUNNELING UNIT 6150 VAN NUY$ BLYD., SUITE 310 VAN NUYS. CA 91401-3333 j r ~""'. -- .,"' '/ !'- ". . '~""V..'-:J DEI; 0 J.- RANeAC @' .' .-..... :'4': J , '-";?- ADDRESS REPl'( TO: 6150 VAN NUYS BLVD., SUITE 310 VAN NUYS, CA 91401.3333 November 28, 1990 " t ....-. Phone: 818-901-5420 ( Mr. Chuck Collins RllNPAC Engineering Corporation 27447 Enterprise Circle West Temecula, California 92390 for the County of Riverside Subject: Classification of Tunnel Bores in the Santa Gertrudis Trunk Sewer Project- County of Riverside Assessment District No. 161 Dear Mr. Collins: Personnel of the Mining and Tunneling Unit of the Division of Occupational Safety and Health of the State of California have reviewed the infonnation you transmitted to us on the project noted above. On site surveys were made to the proposed project work site and a study was made of previous underground work that has taken place in the vicinity. On the basis of these efforts, a classification of Potentially Gassy will be assigned to tunnel bores in the Santa Gertrudis Trunk Sewer Project of Riverside County Assess- ment District No. 161(Sta. 40+00 to 41+12 and 60+00 to 60+58) near I-15 Highway in Riverside County. Please infonn my office when a contractor is selected to do the underground work, so that the Labor Code mandated pre-job conference can be scheduled with him. If you have further questions on this matter, please feel free to call me at any time. :;;cere~J ~M. Ishkanian Senior Engineer DOSH Mining and Tunneling Unit 5-677 rjP I I I I I I I I I t I I -., J I I I I IG I cli=t "-"- ..........-..-. Slate of California Department of Industrial Relations DIVISION OF OCCUPATIONAl SAFElY AND HEALTH MINING AND TUNNELING UNIT UNDERGROUND CLASSIFICATION for Tunnel Bores in the Santa Gertrudis Trunk Sewer Proiect-Riverside Co. (Name of Tunnel or Mine) as required by the California Labor Code See/ion 7955 has been classified as Potentially GaSSY (Type of Classification) RANPAC Engineering Corporation for the County of Riverside, CA (Company Name) of 27447 Enterprise Circle West, Temecula, California 92390 (Mailing Address) at Santa Gertrudis Creek and Hwv I 15 in Riverside County. C'A (location) Project Sta. 40+00 to 41+12 and 60+00 to 60+58 NOTE The Division shall be notified if sufficient quantities of flammable gas or vapors have been encountered underground. Classifications are based on the California Labor Code Part 9, Tunnel Safety Orders and Mine Safety Orders. Date November 28, 1990 Division of occupa1' Safety & Health By Z; ~ Signature This CLASSIFICATION Shall Be Conspicuously Posted At The Place Of Employment. {~~7'1 ~~ I' ,. I I I I I * . I I I I') T--'-yr LETTER OF PERMISSION August 31, 1989 Riverside county Flood control & Water Conservation District 1995 Market street P.O. Box 1033 Riverside, CA.. 92501 ATTN: COEN COUWENBERG SUBJECT: CONSENT ~O GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W.O. #135-23 Sir: 1 I I, I am the owner(s) of Assessor Parcel Number (APN) 914-260-023 which borders upon Santa Gert=dis Creek Channel. I have reviewed the plans entitled "County of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, Stage IV, Assessment District 161", Sheet 12, and hereby give consent to grade on my property as shown thereon. 1 NAME: Costa Ventures I ADDRESS: - 23S0:cammo V1da RobLe :;u1ce "A" carlSbad, Ca.. 9:lUU!:i srGNA=,-LLL,-~~ DATE : J:lecember 27, 1989 William J. Koll" President I /d;/wpad/perm;ssion.ltr/13S-23 (, ()t. I I I I I I I I I I I I I I I 1 I I I I THE COSTA GROUP 2380 Camino Vida Roble Suite A - Carlsbad, CA 92009 (819) 438-3833 MEMO TO: RANPAC ENGINEERING 1./44/ J:Nl'llti'RISE CIRCLE WEST TEMEalLA, CA. 92390 ATIN: CHUCK ())T.ToTNS REMARKS: RECEI',!EO JAN 2 1990 DATE: 12/28/89 RE: a::NSENT TO GRADE SANTA GEElTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 PLEASE FIND ENCLOSED THE a::NSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161. IF YOU SHOULD HAVE ANY QUESTIONS OR PROBLEMS, PLEASE I:X:!'I'T HESITATE TO CXNI'ACT ME. REPLY: ())!?Y TO: SIGN TERRY M. D:nm::roR OF ENGINEERING ~ I I I I I t.. -- ---- I I I I I I I I I I I I I RANPAC II ENGINEERING CORPORATION \ :; J---;'- 2:/1 I RECEIVED JAN 4 1990 September 12, 1989 Riverside County Flood Control & Water Conservation District ,1995 Market Street p.o. Box 1033 Riverside, CA. 92501 ATTN: COEN COUWENBERG SU1lJECT: LETTER OF PERliISSION FOR CONSENT TO GRADE SANTA GERTRtrDIS CREEX ASSESSMENT DISTRICT NO. 161 W.O. '135-23 Sirs: We are the owner(s) of Assessor Parcel Number (APN) 911-150-005 which borders upon Santa Gertrudis Creek Channel. We have reviewed the plans entitled "county of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, Stage IV, Assessment District 161", Sheet 2 and hereby give consent to grade on our property as shown thereon. NAME: Hsiao-Fena Chao & Paul Lin ADDRESS: cle cerri~~~,~~crow. Inc. 18842 Norwalk Boulevard. SIGN~~S) SIGNATURE: _;-:: -----"-'- . DATE: !fI:.,/ //. d?f '-', , :.-~. . /d9/Wpad/permi..;on.Lrr/13S.23 10 274-17 EntemrISe ClIcle West . Te!1\ecu1a. CA 9"..390 l:SA . TEL 71~ 676-7000 . FAX 71~ 676-&527 I I I I I I I I I I I I I I I I I I I "-.. nJ'-.:LYJ/ LETTER OF PERMISSION August 31, 1989 Riverside County Flood Control & Water Conservation District 1995 Market Street P.O. Box 1033 Riverside, CA. 92501 ATTN: COEN COUWENBERG SUBJECT: CONSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W.O. #135-23 Sir: We are the owner(s) of Assessor Parcel Number (APN) 919-350-024, which borders upon Santa Gertrudis Creek Channel. We have reviewed the plans entitled "County of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, Stage IV, Assessment District 161", Sheets 9,10,11 and hereby give consent to grade on our property as shown thereon. NAME: WILLIAM LYON COMPANY ADDRESS: 4330 LA JOLLA VILLAGE DRIVE. STE.130 SAN DIEGO. CALIFORNIA 92129 SIGNA:: ~ ~~d . /dg/wpacVpermission.ltr/135-23 ~ I I t I I I I I I I I I I I I I I I I ,<. R~CiSlVED P 1 2 1989 NPAC Q?r~t&~ fffzc. September 11, 1989 Chuck Collins RANPAC ENGINEERING CORPORATION 27447 Enterprise Circle West Temecula, CA 92390 REF: CONSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W.O. # 13523 Dear Mr. Collins: Pursuant to your letter of August 31, 1989, enclosed herewith please find an executed copy of the consent to grade for the above referenced property. The Letter of Permission has been signed by Garry M. Tarquinio, the Division Manager. If I can be of any further assistance, please do not hesitate to contact me. Very truly yours, LYON COMMUNITIES Gerog Haviar Divislon Construction Operations Manager Enclosure (1) 4330 lA JOLLA VilLAGE DRIVE, SUITE 130 . SAN DIEGO. CALIFORNIA 92122 (619) 546.1200 . FAX (619) 546-1788 REAL ESTATE DEVELOPMENT ~ I I I I I I I I I I I I I I I I I I I I .. ~. I / LETTER OF PERMISSION August 31, 1989 Riverside County Flood Control & Water Conservation District 1995 Market Street P.O. Box 1033 Riverside, CA. 92501 ATTN: COEN COOWENBERG SUBJECT: CONSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W.O. '135-23 sir: We are the owner(s) of Assessor Parcel Number (APN) 911-150-008 which borders upon Santa Gertrudis Creek Channel. We have reviewed the plans entitled "County of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, stage IV, Assessment District 161", Sheets 3,4,5,6 and hereby give consent to grade on our property as shown thereont subject to permits from all govern- mental and regulating ent~ties. . 92130 SIGNATURE: DATE: ;4~ /~8~ ldil/"pad/pennission.l tr/13S-23 1~ I I I I I I I I I I I I I I I I I I I 1-:1_ _r'/, ':;"j .---;/1! LETTER OF PERMISSION August 31, 1989 Riverside County Flood Control & Water Conservation District 1995 Market Street P.O. Box 1033 Riverside, CA. 92501 ATTN: COEN COUliENBERG SUBJECT: CONSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W.O. '135-23 sir: We are the owner(s) of Assessor Parcel Number (APN) 911-150-007, 911-150-019, 911-160-012, 919-350-016, 919-350-038 which borders upon Santa Gertrudis Creek Channel. We have reviewed the plans entitled "County of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, Stage IV, Assessment District 161", Sheets 2,3,4,5,6 and hereby give consent to grade on our property as shown thereon. NAME: LEO RORIPAUGH. ET.AL. ADDRESS: P.O. BOX 2 TEMECULA,. CALIFORNIA 92390 SIGNATURE: DATE: ~ , /dQlwpad/permission.ltr/135-23 ~ I I I I I I I I I I I I I I I I I I I lCl---~3/11 RECEIVED NOY 8 1989 LETTER OF PERMISSION August 31, 1989 Riverside County Flood Control & Water Conservation District 1995 Market Street P.O. Box 1033 Riverside, CA. 92501 ATTN: COEN COUWENBERG SUBJECT: CONSENT TO GRADE SANTA GERTRUDJ:S CREEX ASSESSMENT DJ:STlUC'l' NO. 1.61. W.O. #1.35-23 Sir: I am the owner(s) of Assessor Parcel Number (APN) 911-150-006 which borders upon Santa Gertrudis Creek Channel. I have reviewed the plans entitled "County of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, Stage IV, Assessment District 161", Sheets 2 & 3 and hereby give consent to grade on my property as shown thereon. NAME: Ui~!d.~l'F ICKr.).vo Fr-- ADDRESS: 8441 YARRow STREET RO~D CAkIFORN~70 SIGNA:: /;r;;:~d-" /9r:;4~ /dg/wpad/permission.ltr/13S.Z3 "e; I I I I I I I I I I I I I I I I I I I LETTER OF PERMISSION August 31, 1989 Riverside County Flood Control & Water Conservation District 1995 Market Street P.O. Box 1033 Riverside, CA. 92501 ATTN: COEN COUWENIlERG SUBJECT: CONSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W.O. #135-23 Sir: We are the owner(s) of Assessor Parcel Number (APN) 914-260-003 which borders upon Santa Gertrudis Creek Channel. We have reviewed the plans entitled "County of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, Stage IV, Assessment District 161", Sheet 12, and hereby give consent to grade on our property as shown thereon. NAME: COSTA VENTURE I ADDRESS: 2380 CAMINO VIDA ROBLES CARLSBA~'7CALIFORNIA 92008 SIGNATURE: (~-;;-~ ~/~ DATE: 1/ - A 8' I /dg/wPad/pennission.ltr/1J5-23 1~ I I I I I I I I I I I I I I I I I I I LETTER OF PERMISSION August 31, 1989 Riverside County Flood control & water Conservation District 1995 Market Street P.O. Box 1033 Riverside, CA. 92501 ATTN: COEN COUWENBERG SUBJECT: CONSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W.O. *,1.35-23 sir: We are the o;mer(s) of Assessor Parcel Number (APN) 919-350-025 ,.hich borders upon Santa Gertrudis Creek Channel. We have revie;.'ed the plans entitled "county of Riverside, l'jurrieta Creek A.D.P., Santa Gertrudis Creek, stage IV, Assessment District 161", Sheets 6,7,8,9, and hereby give consent to grade on our property as shown thereon. NAME: 126 Cross Creek Ltd; a California Limited Partriership BY: Costa Construction, Inc': .. a ~ali'Zl;r..t~ BY. ___ ~ William J. Koll, Prp~;npnt SIGNATURE: ADDRESS: 2380 Camino Vida Roble #A Carlsbad, Ca. 92009 Idg/"?d/por~:s~:; ItrJ13H3 CjJ S J8C( 1ll- I I I I I I I I I I I I I I I I I I I 2380 Camino Vida Roble Suite A - Carls bad, CA 92009 (619) 438-3833' FAX(619) 438-5367 LiCense.8534905 September 5, 1989 Ranpac Engineering Corp. 27447 Enterprise Circle West Temecula, Ca. 92390 Attn: Re: Chuck Collins/ Project Manager 126 Cross Creek/ Consent to grade Dear Chuck, purusant to your request of August 31, 1989, please find enclosed the original Letter of permission to grade, signed _by William J .... Koll. If you should have any questions regarding this, please don't hesitate to contact the undersigned. Respectfully, Robert R. Henderson Project Manager RRH/gll encls. 1'?> I I I I I I I I I I I I I I I I I I I RANPAC fB ENGINEERING CORPORATION LETTER OF PERMISSION January 30, 1990 Riverside County Flood Control & Water Conservation District 1995 Market Street P. O. Box 1033 Riverside, CA 92501 ATTENTION: COEN COUWENBERG SUBJECT: CONSENT TO GRADE SANTA GERTRUDIS CREEK ASSESSMENT DISTRICT NO. 161 W. O. #135-23 Sir: I am the owner(s) of Assessor Parcel Number (APN) 910-110-031, 910- 110-029, 911-160-009, 911-160-007, 911-180-016, 911-180-018, which borders upon Santa Gertrudis Creek Channel. I have reviewed the plans entitled "County of Riverside, Murrieta Creek A.D.P., Santa Gertrudis Creek, Stage III, Assessment District 161", Sheet 2 & 12 and hereby give consent to grade on my property as shown thereon. NAME: BEDFORD DEVELOPMENT CO. ZE'7&r S;:;ru Owl- /) y < ADDRESS: 771k7u-../.... & '7 z...;C;;c. ill (,,/"--'5IGNATURE : ...-::~ . ;~// ~~ ..,...4~ /TITLE : ,I}~6:If. tY~ DATE: ~~~,ijo bm/wpad/permlssion.ltr/a: 1'\ 27447 Enterprise Circle West . Temecula, CA 92390 USA . TEL 714 676-7000 . FAX 714 676-8527 I I I I I I I I I I I I I I I I I I I ):' . - - j 'Jo"'-- KENNETH L EDWARDS CHIEF ENGINEER I . ~ _, Iruus MARKET STREET P. O. BOX 1033 TELEPHONE (714) 787-2015 . . RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT RIVERSIDE, CALIFORNIA 82802 June 21, 1988 Mr. Robert L. .Keck RANPAC Engineering Corp. 27447 Enterprise Circle West Temecula, CA 92390 Dear Mr. Keck: Re: Sewer Location within R.C.F.C. Right of Way In response to your letter dated June 8. 1988 and sketch showing the proposed location of a future 24" trunk sewer. please be advised that the District does not object to the proposal. Please contact the District, prior to finalizing your sewer design drawings, to establish the District's requirements for jOint use of the Tucalota Creek right of way. Very truly yours. KENNETH L. EDWARDS ~ Engi COEN COUWENBERG Senior Civil Engineer CC:pln ccl0621a 80 I I I I I .1 I I I I I I I I I I I I I KENNETH L. EDWARDS CHIlE,. ENGINEER .,).-t-U . ~ ~- { !.(. t 888 MARKET 8TREET P. O. BOX 1033 T'a..EPHONE (7'.) 787.2018 RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT RIVERSIDE. CALIFORNIA 82802 December 14, 1987 l ~'1-01? (O~) Mr. Walter B. .Dixon Rancho Pacific Engineering Corporation 27780 Front Street, Suite 9 Temecula, CA 92390 Dear Mr. Dixon: Re: Santa Gertrudis Creek Sewer Line (AD 161) In reply to your letter. dated November 25, 1987, I offer the fol- lowing information. The District does not object to the instal- lation of a trunk sewer line within the Santa Gertrudis Creek Channel right of way. The sewer line should be located as close to the property line as possible preferably five feet from the property line to the center line of pipe. The District does not own the right of way for the Santa Gertrudis Creek Channel at this time. We do request, that the owners of said right of way, allow the sewer line through an agreement or permit. Upon transfer of right of way to the Dis- trict, we would issue an encroachment permit for its operation and maintenance. If you have any further question, please call 714/787-1296. Very truly yours, KENNETH L. EDWARDS i~j~i~ Jl DONALD F. GRE~ Chief of Operations DFG:bab dgl1210d ~\ 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 PART 1 - &EMERAl 1.01 Requirement 1.02 Structure Protection 1.03 Job Conditions 1.04 Guarantee PART 2 - PRODUCTS 2.01 Materials PART 3 - EXECUTIOII 3.01 Weather limitations 3.02 Preparation 3.03 Construction 3.04 Field Quality Control CONTENTS Page 02201-1 02201-2 02201-4 02201-6 02201-7 02201-8 02201-8 02201-9 02201-24 l6z" 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 & EARTHWORK PART 1 - GENERAL 1.01 REQUIREMENT. A. Verification of Existinq Conditions. It shall be the responsi- bility 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 materials to be encountered and all other existing conditions affecting the work. B. Site Gradinr. 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 material. Surfaces shall be cut or filled to the extent indicated by finish grade stakes set by the Engineer. Finish surfaces shall slope uniformly between spot elev,ations or finish contour lines shown on the drawings 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 Site Grading. All requirements of Site Grading shall 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. co C. I!Iines, Grades and t1easures. All lines and grades will be estab 1 i shed by the Engi neer, and the Contractor shall provi de him wi th 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 D1PLOYEES 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 Oi 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 will be furnished 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 ~!> 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, stonn drain, drainage ditch, flood control channel, overhead wires or cables, or underground wires or cables, 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 backfilling, or is not discovered until after completion of backfill ing. The Contractor shall explore the. location and depth of underground facilities, sewers, and stonn drains sufficiently in advance of pipe laying or other construction operations so that changes in 1 ine 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 stonn drains. The locations of existing underground utilities and structures, insofar as they are known from infonnati on furnished by the respecti ve uti 1 ity compani es and agencies and other sources, have been shown on the drawings. It shall be the responsi bil i ty 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 perfonning 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, repai ring 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 existing service laterals or appurtenances whenever the presence of such utilities can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction. ~ I' I I I I I I I 1 I I I I I I I I I I Construction Methods & Earthwork 02201-5 Where pipe1 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 ri~ht-of-way as may be designated on the drawings or in the Special Provisions. 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 wi dth of 30 I or such other wi dth as may be designated. Any damage to crops outside of the designated right-of-way shall be paid for by the Contractor. B. Safeguarding Excavations and Property. Excavations shall be adeguate1y shored and braced so that the earth wi 11 not sl ide or settle and so that all exi sting improvements of any kind wi 11 be full y protected from damage. Any damage resulting from a lack of adequate shoring and bracing shall be the responsi bi 1 ity 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 equi va 1 ent method for the protection of 1 ife or 1 imb, whi ch shall conform to appl i cabl e safety orders, incl uding 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, existin~ 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 Shoring Approval. Any contract for publ ic 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 vi 1 or structural engineer to whom authority to accept has been dele~ated, in advance of excavation, of a detailed plan showing the design of shoring, bracin~, 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 en~ineer. ~ 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 .Specia1 Beddinq 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 biddinq 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 qoverning aqency or by the District to meet compaction requirements of these specifications. or requirements of these specifications for beddinq or for select qranu1ar 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's expense as described herein as a part of the Special Conditions or as shown on the Contract Drawinqs 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. Beddinq is defined herein to include sand. rock or concrete base. cradle. or encasement. Backfill material is defined herein to include backfill for both trench backfill and pipe beddinq (or pipe zone backfill). Special beddinq or backfill not called for on the plans or in these specifi- cati ons. but requi red by the Enqineer over and above the requi rements of this specification. shall be constructed at additional cost. at prices ref1ec- tinq 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 engineering reports made available for this contract. and the required over-excavation and construction of a stable base as determined necessary by the Enqineer shall be considered over and above the requirements of this specification. and the required base shall be paid for at the above stipulated prices. ~ .. I I I I I I I I I I I I I I I I I I Const~uction 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 grani te. 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 il1lllE!di ately precede subsequent construction. and shall not remai n 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 is 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 centerl ine of the pipe. The maximum length of trench which shall be opened or partially opened at anyone time shall be 1 imited to 500' for sewer lines and one-half mile for water pipelines. except where qoverned 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 t.rench shall be refilled with approved material, moistened and compacted by tamping or by other approved method to the satisfaction of the Engineer. ~, I' 1 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 Enllineer. All operations involving the handlinll and storage 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 rellulations. Only competent, reliable men workinll 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 trinuned with an approved cuttinll device in such manner as to leave a vertical face with sound, unfractured pavement. All pieces of pavement resultinll from cuttinll or breaking up street suriacinll shall be removed from the trench area prior to trenching. 8. Disposal of Excavated Materials. Insofar as space is avail-, able in the rillht-of-way, such space may be used for temporary storalle 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 fillinll or obstructing of water courses in drainalle channels. Storage of excavated material in any street or highway shall confonn to the regulations of the public authority havinq jurisdiction thereover. All materials removed from the excavations in excess of that stored temporarily as above specified shall be immediately hauled away and used in backfillinll 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 allency concerned. The Contractor shall furni sh satisfactory 'evidence to the Engineer that such consent has been obtained and shall be responsible for all damages 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 damalle to adjacent structures or facilities. Upon completion of the work, all bracinll and shoring shall be removed unless otherwise directed or pennitted by the Engineer. 8~ .' I' I 1 1 1 1 I I I I 1 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 E~gineer. 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 1 arger 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 placed shall be removed to a depth as detennined in the field 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 will be paid 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 otherwi se stab1 e foundati on will not be rendered unfi t due to accumul ati on 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 unsuitabl e materi a 1 s shou1 d have been known pri or to bid and be included in the bid price. Imported materi a 1 s (if any) requi red for fi 11 or backfill shall be provi ded by the Contractor from areas outside the site at his own expense. Such materi a 1 shall be as herein speci fi ed and must be approved by the Oi stri ct before delivery to the site. 1. Structure Backfill. The Contractor shall place all backfill about structures to the original ground level, or to the 1 ines shown on the drawings or prescri bed by the Engi neer. 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 compacting to maximum density by use of suit- able equipment approved by the Engineer. Q1\ 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 cohesionless. !!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 alignment. In compactin!! by flooding, 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 lar!!er shall be either filled with water under pressure or braced with stull s suffi ci ently to prevent distortion while plac1n!!. 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 gravel 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 wei!!ht of gravel fill shall conform to. the following grading when determined by Test Method No. Calif. 202: Sieve Sizes Percentaqe Passinq Sieves 100 85-100 35-55 10-30 2-9 1" 3/4" No. 4 No. 30 No. 200 6. Compactinq and Surfacinq. Except as otherwi se speci fi ca 11 y requi red 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 required by the inspector for.that particular aqency - unless otherwise approved by the Enqlneer. Op .. 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 repl acement shall be adhered to in all respects. Removal and/or. replacement of pavement where pavement now exists, as well as removal and/or replacement 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 pavinq as indicated on the Contract Drawings and as specified herein. All pavinq proposals and operations shall be subject to the approval of the Engineer. Where this work is included in a lump sum bid itein, it is the Contractor's responsi bil ity to sati sfy himse1 f as to the exact 1 engths and/or dimensi ons of new roads and pavements. Tennina1s of all surfacinq indicated on the Contract Drawinqs 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 D-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 accordinq 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 aqgreqate base course shall be the thickness shown on the plans and shall be placed in maximum 4" lifts. Aggregate base cours,e shall be compacted to 95% of maximum density, as specified by ASTM D-I557. Aqgregate base course shall be furni shed, spread and compacted, as specified for Aggreqate 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 durinq placement. ~ 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. 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. 4. Removal and Replacement. a. General. Replacement of street, driveway, alley entrance, and other type pavements shall be of the same material as the existing pavement, constructed in accordance with the applicable drawings 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 otherwi se 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 repl aced to the ori gina 1 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. 9Z-- .. 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 premolded 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 1TIlI) joints shall be constructed in curb and gutter at the end of all returns except where crossgutter transitions 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 monol ithic 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 1TIlI) 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 along the 1 ine of the work, and in walk returns between the walk and the back of curb returns when required by the Engineer. . At the EC and BC and around uti 1 i ty pol es, the joint fill er stri ps 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 rrm) 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 line of the curb constructed on a curve. Expansion joint filler materials shall completely fill these joints to within 1/4" (6 1TIlI) of any surface of the concrete. Excess filler material shall be trilTllled 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 riqidly 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. ~ 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 Extinqui shers and Hoses. The Contractor sha 11 furni sh and maintain fully charged fire extinguishers of the appropriate type, supplements with temporary fi re hoses wherever an adequate water suppl y exi sts, 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 di spersi on, and none shall be pl aced in any sewer or drain piping nor buried on the site. F. Safety Helmets, ClothinQ, 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 un less the person is eQui pped wi th 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 publ ic and persons engaged upon the work of thi s reQui rement. The Contractor shall furni sh for thei r temporary use such safety helmets, protective clothing, and safety equipment 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 noxious substances or gases, or where there is an insufficient amount of oxygen to sustain life and consciousness, or any other hazardous area unless equipped wi th 1 awful and appropri ate safety equi pment and 1 i fe-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 During 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 appl ied for as provided in the specifications. I. Compaction Tests. All compaction tests required by either the governi ng agency having juri sdi ction over the ri ght-of-way or by the Di stri ct 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 aqency or the District shall be performed at the Contractor's expense by an independent soi 1 sengi neer acceptabl e to the governi ng agency and to all parties to the contract, unless performed by the governing agency. ~ I I I I I I I I ,I I I I I I I I I I I 12/90 SPECIFICATIONS - DETAILED PROVISIONS Section 02761 - Furnish & Install Vitrified Clay Sewer Pipe System CON TEN T S PART 1 - GENERAL Page 1.01 1.02 1.03 1.04 1.05 Oescri pti on Records Job Conditions Payment Guarantee 02761-1 02761-1 02761-1 02761-1 02761-4 PART 2 - PRODUCTS & 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 Lateral Markers 02761-5 02761-7 02761-8 02761-8 02761-8 02761-10 02761-10 ~6" I t I I I I I I I I I I I I I I I I I 1290 FII Vitrified Clay Sewer Pipe System 02761-1 SECTION 02761 FURNISH & INSTALL VITRIFIED CLAY SEWER 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 all ied structures and appurtenances as stated on the Bi dding Sheets. shown on the Contract Drawi ngs. 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 record shall be furnished to the Engineer prior to. or immediately upon. completion of the work. The location of the end of all laterals and main stub-outs shall be shown at ground surface by a marker approved by the Engineer. 1.03 JOB CONDITIONS. The Contractor shall famil iarize 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 PAYMENT. A. Measurement For Payment. Quantities for installation of sewer pipe. manholes. and other appurtenances on District-administered contracts shall 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 tenninate. 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 basi s of each clean-out installed. including wye branch. riser. screw plug. and box with cover. ~ 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 02761-3 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 accepted shall be included in the payment for the unit bid prices for sewer pi pe, whi ch pri ces and payments shall constitute 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 plus 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 wi 11 be pai d 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, manhole frames and covers, steps, stubs, earthwork, testing, removal and restoration of pavement" and disposal of surplus earth. Special Bedding. Quantities of special bedding measured as stated above and accepted, wi 11 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. <irl 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 conform to the latest revision of AWWA Spec. C-I06, -108, or -151, with bituminous inside and outside coatings. Joints shall be mechanical or push-on joints conforming to the latest revision of AWWA Spec. C-111 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 permit 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 sha 11 be pl ugged for future connecti on, wi th 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 conformance 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' cummulative deviation from elevations set at 100' stations. ~ 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 02761-7 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 al ignment 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 conunenced, 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 debris. 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 responsi bi 1 i ty 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 AND 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 throughout the project. Wye branches shall be laid with the axis of the "V" entering the main 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 requi rements, 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. qq. 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 with water to a level 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 (1) 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 o = 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 publ ication 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 pumpi ng of groundwater shall be di sconti nued for at 1 east three (3) days, after which the section shall be tested for infiltration. \-GO . --------------.----- -------. - ~ If . 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 (Bell I Spigot) PART 1 - GENERAL 1.01 Requirement 1.02 Measurement and Payment PART 2 - PRODUCTS 2.01 Pipe DesiQn 2.02 Tolerances PART 3 - EXECUTION 3.01 Inspection CON TEN T S Paqe 15331-1 15331-1 15331-1 15331-1 15331-1 \~\ I;' I I I I I I I I I I I I I I I I I I n.' _ __,___~'4_~ ____. .~ u____. .' 0785 Vitrified Clay Sewer Pipe (Bell & Spigot) 15331-1 SECTION 15331 VITRIFIED CLAY SEWER PIPE (BELL I 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 prices as stated on the Bidding Sheets or order-to-do-work; or shall be incl uded with the cost of furni shing and insta ll1ng sewer pi pe, 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 reguirements of the latest revision of ASTM C700, ASTM C425, and to the requirements of these specifications. All pipe 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 ~ ,aI I I I I I I I I I I I I , I I I' I I SPECIFICATIONS - DETAILED PROVISIONS Section 15340 - Manholes and Fittings CONTENTS PART 1 - GENERAL Page 1.01 Requirements 1.02 Measurement and Payment 1. 03 'Gua 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 . ~ II, I Ii I 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 stated on the Bidding Sheets. 1.03 GUARANTEE. The Contractor shall guarantee all materials and workmanship of items furni shed under these specifi ca t ions 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 drawings and the requirements for Class 30 gray iron castings in ASTM Designation A-48. The castings shall be thoroughly cleaned and coated with commerci a 1 quality asphaltum pa i nt. 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- . ji . ::.r~4.11 :;~',R):: . ~., ~ ~ S .' I ~. . ill> ~ a ~ , . - - . . ~ " ;:I~I :. .. ~~ ~ i 111,\ ~ .., '\I " , ~ i ~ ~ ++ I I I I I I I tllt;: a "- i!~... ~ ..," ~; ~ it ~ ~t! i4 ~~ ~ 9?'~~ iI; "~! i " ", -t. ~ ill ~ ~ i ~ ~ i I l:l +-+=-- " .. C) :: t ~ ~: 'Ill: ., It ~ .. ~ tt; :': 1.. :. " ., " ' :t . " ~ ~~~!I ~ n:;;=~ '"~ "I;r;O'" ~ ~~ .. . ~~~~~ ~~~:;;,.. tl <')()o:.,~~ .. ~C::~l:)i: -..... ~I~~ ! ~ ~I ....... ~il~ :~l ~. ~~~ p ..~,.. S ~~~ ~. ~.~ c.;liIi , ~ ~ ~ , c . . ~ ~, r') it; " ~ .~:., ~ ..' n, . '"I;;: .: "n, . . :t ~.. ~~ ...:. '" . n, . .' " ." n, '" '""i ~.~ =-~~~ g~~,.. Il~"" CC ~ bt)lI:IllIlo.lio . . . f5t')IllI"'''~ ~ ~'~ ~ ~ C . " - <I .. .n ~~~lI';!" ~~!II=-l::i"~ hti"I~~~- :::! . fti~a ~ u, ...~:t ~ ., ~ i I ~ - I~ . ..... 1:1 ~:: ~ "'a~ - -" . ' . . ~ .r ~ ~15 . "ll~"'. . .' ~::! it' n , ~"" !r, .. ~5 , -0 ~... ~~ Ul<: ~. e' . ~n a~ ~ ~~ ~ .. ~ ee ~; ........""'" :...(",;.~... ~ ~ ~ 5 s . i" . . ~ ~ () ~ I ~ ~ L 1._..1. ~ ~ ~ ;;: , ~ '" ~ ~ ~ p - .. ~ '" ~ '" C . ~ ~ ~ ~ . ~ .. N~P.'" ~" ,..~ ~ P!'lJl"1lI 1:"t""~lIJt'lc::~~a t:::lI..S!nR"l:IIlOIei1~1:),..~~~,..~:t ""4 . a~.~ Q lo. "'1'" rt" f'Ill'l", ~ _'C"l l:)~~~~~~~~~~~~t()~i~~~ . ~l"'''''t:: .:::t~C'l;;:::!!,,;;:j;li'"'lt'l~~f'oi ::t:~",Qtllo.:-I ., l:l "itS"" ~... 1;1", !=)~~"i~t!' Ri~~ ~""~~;;;;;:~~ ~ ...I">ii:l~ ..ti::t: ~:l) lo. ,.., ",110 'f'~~~ t:: ::::3Il1~ 3t,;i~~~~?i~ Ol"''''''l~ Q"'i!>t:it............. 11:: ~~:-:.:i:';'QI ~:ltlllO ~_..q;~:.;."" ~ ~ O)~'" ~(oj~Q :.;.~2'~!III ... ~ ~~~ ....:.;.~~ ...~o ~'" :.;. ~ ~~la "'~~~ !lEa... ~:;!: = ~ ~ 0:.;. ~ ~:It~ ~~ ~ =-,=-.. i:c.,l~ f:;1oI'~ _= i': i ilg~ ....~!::... ::t~~ ~~ ;t 101 1IOii;.. ~~~Q ;:=-"'C . tI :atCj'" a"'~ ",t=- ~ l\ !i! ~ :.~~ s~~~ ~~~ ~i ~ .... '" c., ~ ~o :Iii II!~ !III g~!IE ~ ~... ~ . ~!'i '" ...a;:t a "1 l\ ;It ~ ~g~ ~ ~:at :a: :! ~ ~ ~~~ ... ....~ E t: !IE :.;. ~~S: !! ~~ "'C ~ ~ ~ ....Clib ~ 0"1 ~ J: ~ ~ -~~ ~ :at ~... ... !' :t ~ "1..., ~ o~ ~ II! ~ " ;II: =- a ~ i ~i ~ i1 ~ ~ ~ r= ~ ~"'l\ '" fIi '" 1I ~ ~~.. . ~e ~ ~ ......"" .... .. ~ ~~=-;! ~! ~ ;: ~ ~:t;;; ~ ~ ~ ,.. ~ :! l:)J:!5 ~ ~ ~ ~ ~ ~ ~lo.loI "l .. t- 1IO"'C"t "1 10. '" ~ tC~i: ~ ~ ~ b ~ R ~;:::it ~ ~ ~ ~ 0 101 c.,c.,.. c., lot 0) ~ ~ ~ . " ;; ~ iii II! S! ..' a:t ~ a~~1 " l1i !II: '- a fi ~ ~ a :It ~ ~i~~ :at lo. ... "'C ... =- Q - d ~ :rt. '" ~ !>> =:;'O....~ ~:;~~ -. .....; ~ ~ t ~ '" ::... ~ t I.................... ...:!'" ~Q 110'0 . III "10 I..........~..()'~~~ ",<'Q~"'~"'''i<.'''~ . . . . . . . . . :.:i 0 . ~. ::lI Q "t:.;. ~\llea\lleaUl\llUl1o.~ ...~ :t~:i1 :It .o~ooo 00 C')t ~ ..t:~:.;. ..... .. '- <. '" '- ......,,::t '":it -Il::if'l :t 'O.""':.~ lilt........' n!'l <. 11:~ too ,........""'<.IIo,Jeb Q. ~aO ""':.....Ol..~ ~ ~__.... l;! ",:0:: ""~ ...............-...- 5"" Q ... ~ lit"'..... \ll"....... l\:t: ~ =- ~~ __ _...~ 0'" ::!l:l~ ~OCl''O'O''_'''~ ~~ ~ : ~ ~ ~ = ~ ~ ~ ~ B "I ~ ~ !:! P ~ (.,~ ~ ~;:! ~ . . . . . . .. "I 'C lOt n ~ 10. l\ I ... lOt 1"110. n it - -... .. ,. ...,. :.;. ... "I l\:ao c., <It ~ ..ea l\ lo. c., ~ .'-.'0.'0....<.11I' ::lI~ ~~<ltc.,c.,....lO.E:::c.,::: ... ... ...... ... ... ... '" " t:! I 11:' . ~ Oil:: 11:' It .......... "-...... 01 , Olio , ~ ~ '" "Ql '" _.. b'" -. "', ~ ... ;:; - -' .... ..:... _ :t :::. ~ . ~ 0''11: ::: ~ ... ~.... .....~~....~ a ii i::b -. 'II: ..._~_.........-~_~:t~ :t'~:ta 0 ~~.~~~~~ ~~ ~ ~ ~ ~ ~ ............~~~~abi . ......lJIlJIloI.....<."'c ,,\<:\'iuioioc:i !i:.. ~~ti '" ~1~r;;I:I:I:I~I~ 1.1'31...... . I I I I I ~ ()~ ~~ n,,,, "'il! I~h\ l~t:i ..~ !?l~ t;~ ~ ~ \l~... ;, 'i ~ ~ ~ - i .~ ,- . t:~,.. ~ " ~ '~a I~ ~ \\ ~~~ "- ~~~ ...~;: "'" ~ ~~it It :!~B g "'~I' g~~ ~~~ .. ~~ ~~~~~~~I ~~ ~~~ !~ -- ~~ ~~!'~, <:~ '. ~~. .~~ ~ t"'C~~... .~~ ~ ~~~~~~~~ ~ ~ lIO;a:~, 110~ t/')C'l "~~~, ~~ ~ "'l:l ij" . , ~ -is 1Io""t~:! :0 !'Ji "i '" 14~f'la S) ~,.~e ~~~, "'t ~~h~~~a~ ..~ ;:!;a: i:i ~l:... .. . _. ;lItPi'.~); ~ ~~bit; ~1Ioi~~i&~~ ~IS~&~~'~~ i ~ ""i~~_ c.,tooac.,~O)'(~ -':i5i~ii1~1: ~..~ ~.~~~ a~~~~~,~ f ~~~iiil ;ll~ ~~,.,,..~ ~~ ~...:::t i?c :g~olii ;J~~t;; Cl,.. t:"'~ ~~ :"l~tj..:! ~~...~ ~ ~ =-'" Ei!~~ Cli Cl~~i~ ~"'!t'~i ~iU ~Cl ~a~ !" :'1~::q~ i~~~ * i~ i:~ '" ~ .... ~~b I ~lIo.~:: ~~ag ~... ~_. ~S!'" !~~ ". e, :It!'f' () " ~ ;;: <: Q ::! " '" () " ~ ::! () ~ ~ ~ m JJ Z os: ~c 'Z 0_ mo 8- c~ ~... ~~ a~ ~m .JJ o ~ ~ z 0 ..- t ~ 0 z ;. , . ~ g ~ , ]) . ~ m < o 0 en ~ m 6 ~ ~ z " - W - . .. " , ~ ~ ~ ;: . > . ~ g ~ m . . e z - ~ ']) 0 ,. ~ m , '0 . ." m D '0 m ]) ~ ]) 0 .m ;; . Z n - () 0 r ~m z (J): m ,W " ~ ~I ~ ~ D m T 0 g n 8 c:: :I: 21 21 ~ ~ ii: ~ m > Gi fn < - ;a: m z ~ < ~ m 0 m m 0 0 z 0 0 = ~ ~ m 0 !:I r- ~ ~ , 0 . , ~ no . t > . ;;I ~\ ~ n " ." ~ ~ )~ .. '" ~ ~ '" '" :t ~ .,., ~ .. " ;1 ~ ~ ~ C) () =>: ~ C) ~ ;:: ... m ~ f- o ~ ,. '0 '0 ]) o < m o ~ [? ~ ill ~ '" .. I 01 II . I I I I I I I I I I I I I I I I I I I ~ ~o ~~ , h :;:ct 'b <:: ~ ~ 1"".... ~ ~ ~' ~. ~~ ~ ~~ !i'- .l:~ ~~ , . , . .. i} ~ m < ~ o z ~ % o o ~ ~ ~ ~I~I~I~I~ ~o::t~ :Jl1~1"'\'I~ c...Q~~1= '",,, ~-;;:~ l:: ?--~~~ 0... ~ 9.-fl1~~ g () ~ 7<C: "'0 r;: ~ () \D>leo: fJ: '~- "", ~~ ~ ! ~ 91 ~ " ~ h n ~ ' " \ ~ ~ '.1 ~ ~ !<i . ~ ~ , " "' ~ ~ . -,G\ ~~~~~~~~~~~~~~~ ~ " I' . , .. I . . '" , ~ t s~ ~ ~~~~f'!o fl'i' . .:t:...... ~~~~~~~~~~~~~~~~~ ~~b~~~~~~~b~~~~~ . . . . q .... ~... ~ ~ ~;;1 ~~. I:' {; I\l-- Q.~ ~ t\, ~ ~ l!. ~ l/' ,,\::) ~ ~ D... ~ ~(,) ...; ~:t ...... ".i\ Qi;:\A- ~~~. ~~ ..,......~ 3 :a ~ ~ ::::: f\ :::;. t\i I:i'" i\'- ~ '3 II::: ~ l'fI .... ~ Ul" \\ ... ~~"f\ ~'l)~ ~~ l\"'''... ~..., ~'Q S::;.~~. ~.to. ~to g "c::::' no,,:;,. c\':;,. ~~ ~'l.':l ~ \i '" C) Ilo Q........~ ~~~ :::s::::: "";:0.::;; 1\.::, t'J. ~t'Jo. S.~~~. ..~1Ti ~'" to.... ~ ""--~ \0" ~ ~ i:"~ ~" ~;)o::1 :sot. ~~a~ ~!i' ~t:' " .... ....l.oo ~:::s.... ...;;:: ..... ~.to::!~ ~\\~ ~~ ,., i:I t::..." ~....c:: t).... <: . ~~S . fl~ ~~ ~ ~.:::s 1\' i:\~:a b :::s!'<.1:\ . ""' l.oo ~ t-o ~ 2::)' ....' t:':::s ~ :::;;S':::::eo. \~ ~ ~ g. ~ a ~ .... tJ:l \\ ""\ a it:-ir-. ~... ~~ ~ ~~ S.'Q * f'1 ~t'\~ f\~ ~~ \A lA~ 1 :::,." ~~ S'::.~' t ~ ::. q 3t:l ~ '" ::'I ~ -.; ~ :::s.... ~ ~f\1! ~it i!_~ ~ ~"" t.::.::;.~ ::J'" ~ :J ~ f"ll:t ~ '- t\. ~~ g l:t ",::,.~ .. '-~. 1:)....:; ....., Q ,::; a:::::c: ~~ ~~ ::::-~\Io ~S~. ~m' ~ 1.a ;:;. ~ a' ~ :t~l(,j <'> l:Jo i::l" ~.~ S. t 1\ ..... -~~1::1 ~:::: ~ . . ~ C\ ~ it .'" i);. ~ 'i .. . "' -, .~ 'Ii ~ 'ii' ~~ " " '" ~ ~ '" ~ ~ ~ ~ .... ~~~ ~~S' ~.~~~ l;\.~ 14 ~~~ ~ ~~.~ ::J.' ~ 1\ 0;:: t1~~ 1\.,0 ~Q1.a::;: -,.",14 !,\.," ~::J)o;o-'<:: ~~" t1l.\::t ~~9:~ 1\..,'" ~'if !-to l{ "'" 1\ .. ~ , II ~ ~.t3t:' ~~t: ~~~ -..'" g 2' ~ ....~. ;t~1!. \() \0" al\'""() ~t.7'tI.. ::J ~\() :l!::tr" _""~ 'tl ~ . !:: ta!\ 'b' I:) ::io::;' ~~ ~~l\ ....~~ :'11\ 1\ III U. ~::,. 1Io~' I:)~~ q;~~ ~'" ~;~ C~l;\. ~~ . ~b !:::.~"b. tlo -;:-...ICS I'i ::J u ~ 31& ~<r'" ~~~ .. b ~ ~ ....~ ~I\ ~ S'" t)o I:) c: ., ft 1\ ~ "';: ;;.;:). 9.." t\. ,. -:--~ ~ tlo.... ~~"'l:l "" it;J ~ i:""~' Q" W ~c:; ::::::S'~ t~ ~~~ ~~S. '0...,.;... ",,::;'1\ ~~ ~S:;: b~~ ....It: S.f\ 1\ ~ t. 2 c:,. oq ~ ~.~ ~ '" it-'" ..- ~. 3 :"\:t :a f'; a.~ ;~ 1\ ~!'.. " Q tl..... '- Q ., ~ ::::.., t:: ., ~ 9...... ...1\.1:1 ~~ \} ~ ~f'l'\). I~ i3 ~... "b ~ ... ~ "1:) ~ ~;: 1~1\ l: ~ ~ta ~ tl;tl ., ........ f\ ~ .. 1\ ~ t:::: ~ cs ~~ .....,... ;;:rQ ~' ~ l\.. iii fl 1\ 15' ::::" ~~. ()o'l) ~ii' ~., ~\:- ~I\ It ~R ~~ . ol! ii'- ~. ~ A ~1;~~I;r~I-;I~~IO:~I~ ~ ~~ ~ .j?::, '~I .~:,; to. ~~. ~ ~ ~ "' ~(oN'~N: \i~~ It' ~ ":.' ~ !1.~ ~, ,'" ~ \J~ to ';t f\ , ~,. ~~tll~'" ,.... ,~.t ~ ~ ~~.:~~[1 '~i'i\"H " III ",0 t. , Hl n~\ l....- '1l~. ~ 1\., ~~"\ ~ ....I\-t ,.'~a" It- I\. l..." ,l -, >- ~ I\.l , . 'r, ~:I'~ ~ \J i\ "'~ .,.' ... It.....f4 1\ ~ ~'"IO. , :\ ~.. ~ ~ ii' '~C\.~ll.}'n. ~"'''I\~ ~ ", C10 ~ )"l~"-H 0"':1 ~.~ "'-,), l'\" ~ L '''' '.. l\ "-",,~ ~ lh OS' ~~ t"~~ ~ -, " ~ l ~1 ~~i'i' :, ~~ n'~ .. 1\1\ ,.~, Q' ~~ ,~ , . n~"", n.~"'1~., "'~'IIl""::.",-, ", ... 't ~. It. l'\ .:a'" ~ f\ '\ ~ '''~'_.p .. "" ~,,::. " '.... Ii"" ,..." \, ';' 1\ CS ~~ ' ~,. It- tl....~~. 0,' , . ~ ~ B> ~ N ~~~~oQ" l.A &_Cl~cAC:; :It- O'::"~"'I"'~ ~ la':',g~"""'::" .... ~2.' ~ ~ !.Il a~ ,,~. 'l'b ::.- Q f:~.... . t::. .~ ~~_-. ;::: .... 1ll~::J"tl ~. t;)- ClQ a-~ 'Q 1\ <'>::J' 1.1 ::r a h. 0 .... Ill!;;-~ '& i:' ~::!--> :"1 .s. ~a S"l\:l ~~tt f'l_IIC)" ~, Clc:"a > ~ ~ Wo::J"S"::o. b (:i :;::O:lafto~'"'tJ ~~_ ~~..i1 "tllll:=....... t.a It Qo""Qol.o ('0 f\ ""~ ~~ !) ~ ~~ if;; ;:-.,,- I... Q -. "\ O\Q~" .2.. .2- c...<'> ... ~ .... . ~3!~ t !.Il ~l Q .... . n lT1!1.~ . III CIl .. .;;! "" :J ~ o"'l! ll-'~'" So, '! 1\)<,> t ~ .g~a :3 ~ . "tl-a (11 ..... a~~ :t=!::;: ~O'~ O'Cli.... Q" _ p...$.!.Il ~li) 0 l:' = g-"tl ,:<rR ;;::J (;' 0::'-"* ..2-~ 1f~~i <,>Q,,_ __t:(ti. . a_~ 5'~~ ,g,g ~ CA....... :::;..."tl. ~~~ ::J;:- (J'll.l... ~~l ~S'~' :;- ~::J Q '""" 51 Q S. .' ,~ '\' ~l~ ~ ~ . ~ m ~ m ~ m Z n m ~ ~O~~~~ c:: J: ~ _ ~~~~~... ;;I e 0 e 0 ~~~ .. :0;:: ~ ~ ~!-o (\ " .. \Q '" ~ ~ " ~ 11 ~ ... m '" ~~~~ ~ ~ ~Z ",0_ ~'Ill> gQ ~~~c~ l'l",~r- ~I')~ g~ :a:;:~~ ~~ ~ ~~ ~ ~ ~ !2 '" ... '" ~ " ~ '" ~ >- ~ .. III , ... ... ~ >- ~ ~ II t ~ '1' ~- }8 , " ~ i:. '. c ~ ~ "'- ~ ~ ~ . . ~ .~ ~ .~ ~ "l " . " n o ~ ~ l ~ e I;: ~ ~. !l. ~ " 1 il ...-- .~ )0- . ~ ~. ;g " 0 ~' ;;j t " 1 t J ~ !~I . > .. - " : i I , '" Ill"'''' ........ tI ,,~_ "... I?eini ~s ~t!:r A. ".T.M. ,) 'I I I I I ~ ;:~~~~ ~ ~ ~~~ :;.~.... ~l..t.. ~a"t:~g. ~~ flit ~~ e:-~~ "ti"tl !\'~f\ .. i:;"~ ~ l:li g'R ~i'i. ~tl.;:joJ::... ~ :;.'~ It ~.. .:s. ~ a .~. ..1\. lit il t:;~~ R .,.~ tt;S~ ~~i\" ~~~ ~ 1\ ~ r",,-tl\ "'..... c). ~.C\ ....~t) .....!\.~ ,,~ ~.- ~ , ~ ~.. .' . ...<r .00 . ' ... ,~ ~~ 0: ':'1 ~~I~ t;)~. " ~S' ~~~ ~~ ~~ ....- .......~ IJ~or JO. "ecfion!J " " ~ 0, , , ~ ;:- .: v c.'r4 . ~ i}~ "V h I h ~~ " ~~ ~ ::;:"'0:;::;::;;; "';'-~":-a ,.:,~~~ ~ ., ~ ~ ~~~~ ~ ~~ ~~~~ ~ ~;:: z " 1..0, ~ ~ ~ ~!; ;:: ;::~ ~~ ~~ ~ ~~ ~ ~ ~. ~ ~ ~ 1\ l::l l:l.,Q,. " '^" ~ ~ ? ~ ~ t't ~ ;a il;i ~ 1:>.' a ~ \):e '" ~~ ~" s. ~ ~ < 1.\"1 ,,'-' . ~ - ,~ '" i.\'~ ~ ~, ~ ~ CI 0 'Il~ .... , . Z ~~ ~ ~ g ell ~, ~ ~ :! . , '" 0 ~l ~ l> Z -- " ~ -, or ~ .. " .. ~ ~ ~ ~ ~~ " , " .. ~ ~ . I~ J\1: 1\. !:,"~~ ~ \1 ' ~ :I. '.1 1J)\ ~, I..o~... .." ~o;""- C') .,~ J:Y :-I'" .... . C . ~ ... .." ...t~ ~~t:I~ l:>~ :::! c ~ t~.. ,"- S~ ~'j'" . . '- ~" o l\'} ~~ .... ~~ ::) ". ~, ~~ :1fn a ~ 3:ii:" ., ~ I nil.';',"", , .' c' , 1 ~ o ... ~~ ~ -. ", 0" ~t. ~'Il ,~ " , ... '" .." C') ~ c ~ h .... .." .... .." ~ :::! I::> ~ I ,I I I - I I I I I I .. r: ~~ J~ ~~ c>' \'l(j, i;. .' . .0 O~ "'" o~ h , ~.~ ~~ ~ lot~ "\t:l.l;'\ ~b ()~ ~...., "Cll':;: l;)'::) ""It., ::1" l\N" ~.. 5'~ f\f\ ~" -" ~~ 11' I~I~,:: g' F....f'~Q t~,~i Tr" '" ~t~I,,:'1 , .~..il:... ".,~,.,,; ..!1 N. --. " '''0'';:'". ~~~., ". .. -" H" '~l.. ~ .,,~! "l~.'. "" 1\ ~?;~~~P~~~h~~~~~~~;:!~~.~~~s.~ ~<:: .'o.(;.~-<r"'5'll""""~~~1> "".. ~';;'''''~ llt..""""""", ~;'"':';'" '" 'S'~..=,,~...,,- ~'~""""ii' ....~~"."~R~ ,~ ,".."........~ -,~ ""~ .,.~.. -" 0 ' ",.,,~. ", '" ".', '''''''''''.. )to -~....~. ::;-.....1.. "'3 ~-" . :::".....~O~"'~.... .. ~ ~ , - -.. . - 0 ::: .. ~ >........ <> ~ a~ ~;; ,g..~. ~ ~0~~~~~~1> ~~~~~'a?"'3 i;~::! '. . -'.. . ~ - '0 -'_' ..".." .. "g .." ll. ~ ~ i<'_ -.....-0 ~ ~~. ~"'il'-<::il";.~" ... h~~ ~J~~ ~~~~~~~; ~~~~~~~~~ ~~ ..llI"J:tkC'l t,S::a~ ~'@I.a~ ~~"~~,,~~g~~ 5"~ ~~,~~ ~~~, 'O:-'<l,,~ "I>~ '2""0~" ' , ~ ,,-. .. ... . ::: " ~,.. -''''..... , ' o~ -,. -"'",. .l(. ~"" o':;''''!>.''c...~ " ' .' ,,- ~ ~ il- ..: " " " 5'~.~' ~"." ~,.. '" ... ' ~i!' ~ ~~H ~'h "'h~ ~~'5'. i:'~.~ . ~ H~ ~~::.~ o:-p u~~ ~g~~ '''~a~ ~.=-!~ ~ H;' ~il~ ~~~~ ~'o~~~ ~~,.~ ~ " ~. ~.. -. ~' ~ ~.""" "'- ',~a.~lr~~,~.-fl.~~~."..:;!.3; <l> """.~.. ~~~" o~~ ~i;'"" a~'", Q ~ {;.. 1lI '" ~:;::: ""-....~".....".....~::.:. ~ ti'!! ~ 'II ''ti , ."" , " '0, _,~. _ "'~-..~" .~' "'-'''''''"" ~~a h~ ~!>.~ a- H :~' ~C'lca ,~~ t) ~ :} ::.:. ::.:. l'\ ~ q" :,.- I r-~ Lh I i . . ~... ~ '-I. ~ ~ hOl ~L " ..... h ~ .. ". <::l ::;., <:> 'tJ V, ~ 'tJ . ~ '; ,- " I::> ,., h! ..... ... '.' ^. '. . " ,.. c !" ~ ,. '" ~ m ~ m ~ m Z o m ~ ~ ~ m '" z .;:: 'C ~z 8n c'U p ,... ~~ 2!:; .m >'" " in -< '" o -< . ~ iI' ~ i' . '. n > o ~ ~ & 'V :-.:'" }O :-. i: 0 ~ < ~ (5 > r. Z ,... ~ "VI :d C'l ; c' o :---a:i " . I. ~ I?J := 21~ 0 0 ... :;')0 .E l') ~ ~ !!l '~I~ H d ~ g :} I~ ~ 0 ~ ~ a ~ ~ ~ ~ ~ ~ '" "'I' ,'<> " ,.. '" ~ ~ II c:.,'b ~~ ~~ l>.'"''' l:l"'l:1 ~~" , ~ -!l;i't\:l <::....b. <>.;:::'" l ~~~ ~i\)~ , C')~ !:J""~ ~t)~ l::O:g tA ~~ ~ c~ , ........ ~ rf;1 B> ~ ~ ~ ~ o < m o .' %1 ~ ~I, >1 ~I ~ ~i 51 .' \ ~ . , . ~ ~ 1 '. l' 1 :,' " $ , '0 j :1 " , I I I I I I I I I I I I I tJ.'-1J ~1.lI '.r::i:'.............. " < "'1"'\ 1:>".. .. 5 I\~ ~. ::t.'1q".i\'" ~.~~ ~ ltC'1:;:Oi '1:::i::1-\)' "i:....1\o . ~ ~~ , O:~ " . ~, " ,,~ ~~ " ": " ~. . ... ~ ~ S ~' '<0 ~~ '" ' ~~ ~. . '" . "i C> '11 '" .... .... ~ '" C> .... .... C> ~ ::s .... ~ ~ . 17"" (') C> '" .... ;;, l::l .... ~ .... .... lJ!nnfo,:J " ~:, ",' d .. lr3i\ ~~~~ :;::r-I) ~'l~ " " ii;'~ .' l~ ~.~ ~~ "- oQ b'~ ~ ~ ~ ~ .. 0" ..., f\ ::::~ ~ :--- Er ~ !:J b ~ . , :"\ ~ ~ ~ ~ c-~ if~ ",- "'~ .... , I I I I '. I r ,- ~~ ~n ~, . ~ . . :;"'1 "" ~~ ,,~ ~ !:J~ '" ~ .~ , '" <:> :--~ '" ... "'''' <:: .... <0" ,,~ is ~~ . .... l') C> <:> . , C>~ ".. ~i' S;^' <(i.... "'" ~. ..~ .... <: "'-" <:> i"i ^' "'~ <: h ..'" ~ ~ ";;: ..... . . .- , .... "''" 01, "'- """ ~~I <>tlo . . . , <: <:> ~ '" , .;< ""'~ \on ~~ ;!.~ ., ~ e- ~~. 2 t" 3"- ~!\:I::a ~""" ~~ ~~. 'i ~~ l;.':):;. .a'~ ~'O ti Q.~ 1):Q . i\ .: '" i:;' f'I ",,::J G._ (tl. ~ "'t) lA t\ 0" <Q..'fl\. ~ I\::r- ~ ;; (\~, ., ~ 1\ aD -Q "'6 ......., ~= ~ l1) e- ~:)- to. ::---~~~~ ;r 5' I i'ii "l 1\ ::: :. ~h: 1\:) b- ! ~S: 5' 5" 1\ t ~~s.~' ~ _ 0.'< ~ o , 1f :-.. .... ~ ~ t.i. ;:s 'g .. .~ (t 1\ ~ 9..c: ::) ~ 3 i:j'::s tIo ::\ o . ~ :;:: () ~ ......a ~ ..., !!. C'. """ )". II ~~ ;: )., g :...~ ~ !... ~ N~ :; ;t: ~ l::,.. " : ~ ~ ~ :t ~ ~'\I\ . Vl~ ~ .~ '" \0 ~ ~ , ! ~ Co [. ~ ~ ;;- R Y$Qj" 1.;.8, '. Ira ~ !;' ~~ ~ ~ - ~~ ~ ~ 1Ii~. . ~ It.~ ~:lI r,,,r...,;:t ... iJ'l({d'J l)~lS '" u~ ~'" ~ ;;' . . tl f ... to ~ ~~ '" c:__~ !Zll ~p.::;:. ~~: ~ ~., ~~,.,. cn~ <::: ,_.;: ~~~ ~," ;:'0... ~ 5-1;:) l'"'l ~ !i\ Q (I ~ C\ V. ~ !:t ~ ~ ~ !\ ~ <:; " '" s. S ~ ~ ~~ ~' C'\ :1) 'i ls: ~ 0;;: ~ ~ .}oJi' .... i\) ".""'.,1 t' c:;) ..::j.;' ,_,'" ~ l:> .1;;"" ..... ~ '1'--"" ~ ~ . ~ ". ~: ;;! ~ g.~' I ,..." .:~ \ t"'-- -'1\., .... ~~;:-, I "l . "- .... l::l ~ " '" '" l') ::! <:> <: m m ~ Ii I~ i~ I~ ~ I~ I~ II · ;:: ~. ~ ., m < VI o Z VI .i .'~ ,.,; ~I- i;;~k~~~l~ :~~~~I~! % ::t:: "': r ". ~ ~ !1;; ~ ~*-:~~~~ o ~ ~ o z ~I~I' \~ )010. ;i g!:~~~~ 1'1....t:"'::::~ : ~ f'I ~ :to ~ ~! ~~~~ I" '" >. . " "", ' ",I;, ~ ~ ~ . 'I' ~ ~ to.: ~ C. ~ ~ ~I~ ~ ~ .,~ It'tb "'I~ 1]' ~ "I" :::.:. "- ~ ~ ~ . ,t1 . is ~ ~ ~, > ~ ~ ~ i z o . o ~ -,c c~. := ~ ~ .~ t:J I;;:) I" -... 0' ^' "" ..., ct:t- ...... ~ ~::', ~~ ""( .,~t . 0 ~ "'~~ G ~ !';:) ~ ~~. ~~ ~::t ( )1_ tJ l\:) :b. I ;- c::::. {; ~::!. ~ to- ~ t" ....9 I.3IotJ~.... ~;. '"'( '""'~; ~c ~i\)I'I'" (;>:t V ,~ ~ Vl .... m '" Z i~ h ~~ ~~ ~~ iiri ~'" <:> ~ !:i a~ cnh O~ ~:tt. , Q C>... ~ ..." 0.",." C> 1"'0" \ ~ () ~ Q '<: it r.. b 1 ;:;,~ .;;'...::;: or=<!:, - ()'" ;:: ...." g ;;j g-.... z ii' ~ p. en t't to to> , 0> ... Iiii':> > " " el < m Cl .' ~ ~I ~I !I r I I $f~,r (l"'d(tl..~ aJtt ~tnsf !!.~"'''' 00 tt'......... ,- Q- . ~ !:f 0 [..-f " , '" f ~ I I I I a '0 :S '" ::E b' ~ < . ~ ~ o ~ ~ ~ . . s ~, "'1" ~ ~ ~ ~ . ~ ~t~ ,,:!.~ bQ\ CJl m n -i 6 z :II '" < In o Z In ~ ~ ~ ~ ;: ... ~ ~ ~ ,} "l ~ ~ ~ !'l ~ '\ H~a ~ ~ ;: ~ '1l.~::J l ~q i q ~ t.. , ~ ~ "i , ' ~ , , , ~~ ~ " I 5* ~ ' .', ~e.. "'. o , x . &> ~~" ~~~ ~~~ '.~ , II h~ ~'Ii ~ 1 . t'IZ! I I I I I I 3: l> '" z .55 c: .... ;0 '" '" n 00 < 0'" ~ '" "'.... z cJl ." is ;0 Z l> cP 3: rn I'i'Q N . p N O. 'f.. J'" n N 100 .to. o~ , ~, ~ ~~ _ 0, ~ . i: ~ f:;\ ~ ~... . ""3 ~p '" "'~ <> 'p ~ 1S'i1 .... f':::, g: I"'<f. UI :'fir ~ .... B> "" ~ \'1 ',' " '" '0 '" Z :0 '" ... '" ~~. ~18 ~~ I I I I .. I ~ !"" !"""" , ~:';--$ " ~ -1 ~ :;j~ ~ g. b:,\ U>;1" -. 0 l ~ '6'2.. il .. t'\ ., E' g.. n ~"'I) ~g e. ~ . ....,~ - , O'-~ -., P.' (llo l) <: e:!\- ?. ;- "16 ~ & f' ~ Z "''' -n'" a 0' 0 ~." \II C" :i" f" -f ~:::::':!:fl ~ a.. J11 ~'tC@..> ., :: tJ'I ... l't :::]iT f. cii: ~'~'~3 P l t:: l.\ ~ IT ~ ~:- cr" .. Dtt ....~ ~\b & ~ ~~"001",? 'j '" Cl >- , '0 &, ~ ,,\ n.. -0 tL CI\ b "., uo . ~~ r~ ~ ~ .... ~o <>-'F 9J" A"=, ~ S ~ ~ ~~ q r 9J ~e ~ e:- t<) S" ~ n . 3 p , - ~ :l- . , !ll i ~ ~ g . " \j\~ 11 ..", u" .~ &> .... ,1:: ." ~ ~ l- ~ ,0 ~~ g g n-~ O;:J ~';j ~... ~ ~ < '" \ ~ ~ 0 ~ l) i; lp ~:<: I ~ 0 l> '''c:oo( ~s ~ 0 j' ~ '" 1:01.) , ~ <P '" Sl '" % .... :c ~ ." '" > fi1i C/> x: ~ z: '" -l -< '0 r; )> t" Z ~ )> ... ... ~ 6 % :II '" ." '" :II '" Z o '" In . S III Illl~ . ~ . ~ ~ l> " " :II o < l> r In . i . j " o ~ , ~ , ~ : . , , n o , . ; . , ~ , , o : ~ , : = n o . . ~ : . '= ~ :II Z ~ ~ :c: ! Z 0- " 0 n- O" 'l> lr ~ ~ i~ ':II . o ~ Q 3: l> z ;<:, " 0... .. 1"'0 )> 11\(1 Z 8~ ~ <~ D '" 0 Xl-\ 0 -<'" l>1l ~ OZI1\ _ , Z "T\: " ?J . i l> 1: '" l> " " :II o < '" o tf> OJ I ()l 10"> = , I . . . . o . . n . i . i . .' I I I I I I I I I ,I I I I , 'I I I I I A (MIN.) c: TRENCH WAlL NOTES: 8 (MIN.) IJ (MIN) IJ (MIN.) I, CONCRETE ENCAStrMENT SHALL BE INSTALLED AS REI)UIRED BY THE SPECIFICATIONS OR OllUCTED 8Y THE ENGINEER All CONC/i!ETE :JHALL DE CLASS 'A" CaNCl2trT/!!. Ii:, 2, 3, USE CONC/i!ETE ENCASEMENT NO,2 UNLESS OTHERWISE APP/i!OVEO 8Y , THE ENCINEtrR OR SHaWN ON THE CON- T/i!ACT "RAWINCS UNOISrU128EO EARTH CONCRETE. ENCASEMENT NO,/ TRENCH WAlL A (MIN.) PIPE OIMENSIONS 1.0, A /3 6' 5' ~" 0/4,5"M/N, 0' 5' ,," lO- S' (,,' CONCRP"4'. It' 5' (,. If" 5' ,," 8 8 5" (,. (6M/N,) (MIN.) ffi II' 2r " " 0/8 "1.-1". 0f/5 M/M t~' 6" 6" D/8,4OM/A/.. 27" "T' 7' SO' t.' 0- CONCRETE eNCASEMENT NO, Z REVISIONS a, l,tf.d7 Ii> ,r-'S-T. 3~r-,. SCALE DESIGNED DRAWN CHECKED RECOMMENDED APPROVED DATE ItmlAL OATE 1/.1 1,25,67 GEN. MGR. .. CHIEF ENG. fA EASTERN MUNICIPAL WATER DISTRICT RIVERSIDE COUNTY, CALIFORNIA ~ I ~ ~\ STANbA/JD bRAW/NG CONCRETE ENCASEMENT \\C> I I I I I I I I I I I I I I I I I I I 1290 SPECIFICATIONS - DETAILED PROVISIONS Section 02769 - Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System CON TEN T S PART 1 - GENERAL Description Records Care & Handling Job Conditions Payment Guarantee Page 02769-1 02769-1 02769-1 02769-1 02769-2 02769-4 1.01 1.02 1.03 1.04 1.05 1.06 PART 2 - PRODUCTS & MATERIALS 2.01 02769-4 Materials Furnished by Contractor PART 3 - EXECUTION 3,01 3.02 3.03 3.04 3.05 3.06 Installation of Pipe Manholes Cleaning Sewer Lines Mandrel Test Leakage Tests Sewer Pipe Repairs 02769-5 02769-7 02769-7 02769-8 02769-8 02769-10 \\\ I I I I I I I I I I I I I I I I I I I 1290 Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-1 SECTION 02769 FURNISH & INSTALL HIGH DENSITY POLYETHYLENE (HDPE) SEWER 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. These provisions establish the requirements for the use of High Density Polyethylene (HDPE) larger diameter profile wall sewer for main line sewer construction. Use is limited to those projects wh-ich specify or indicate the use of (HDPE) as an alternate. HDPE pipe may only be used where indicated on plans approved by the District. Where HDPE pipe is used, one type of pipe shall be used between consecutive manholes. No service laterals shall be directly connected to the sewer main. 1.02 RECORDS. A true and accurate record of all lias-built" conditions shall be furnished to the Engineer prior to, or immediately upon, completion of the work. 1.03 CARE & HANDLING. Pipe shall be stored at the job site in unit packages provided by the manufacturer. Caution shall be exercised to avoid compression, damage or deformation to bell ends of the pipe. If pipe is to be exposed to direct sunlight for more than 14 days, pipe must be covered with an opaque material while permitting adequate air circulation above and around the pipe to prevent excessive heat accumulation. If pipe is strung along trench prior to installation, string only pipe to be used within a 24-hour period; all pipe is to be laid on a ,flat surface. The interior as well as sealing surfaces of pipe, fittings, and other accessories shall be kept free from dirt and foreign matter. Gaskets shall be protected from excessi ve exposure to heat, di rect sunl i ght, ozone, oi 1 and grease. 1.04 JOB CONDITIONS. The Contractor shall famil1arize 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. wv Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-2 12190 I I I I I I I I I I I I I I I I I I I 1. 05 PA YMENT. A. Measurement For Payment. Quantities for installation of sewer pipe, manholes, and other appurtenances on District-administered contracts shall 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 branches, fittings, and manholes, except that said measurement will be taken to the center only of manholes where sewer lines terminate. 2. Manholes will be measured on the basis of each manhole completely installed, including required stub-outs. 3. Special Bedding. In addition to the bedding requirements of the District's standard drawing - SB-76 class B-B if due to conditions not anticipated by soils report or shown on construction drawings and overexcavation is ordered by the engineer, the 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. 4. Bore Casing will be measured on the basis of horizontal centerline distance and shall include all excavation, furnishing and placement of casing, furnishing and placement of all required backpacking and grouting around casing, backfilling 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. 5. Paving will be measured as a part of project causing removal and/or replacement of paving, except as otherwise specified on the Bidding Sheets. B. Payment. Payment for quantities of sewer pipe and manholes will be paid in the manner described hereinbelow. No additional compensation will be paid 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, \\~ I I I I I I I I I I I I I I I I I I I 12/90 Furnish & Install High Density Polyetylene (HDPE) Sewer Pipe System 02769-3 and request for final payment will not be approved until the completed record drawings, showing 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 measured as stated above and accepted, wi 11 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, appurtenances, bore casing, excavation, backfill, imported select granular backfill, special bedding, cradles or encasements, 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's submittal under Section F-I0 of these 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 Sheet: 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. 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 payments 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, manhole frames and covers, steps, stubs, earthwork, testing, removal and restoration of pavement, and disposal of surplus earth. ~~~ Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-4 12190 I I I I I I I I I I I I I I I I I I I 4. Special Bedding. 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. Bore Casing. Payment for bore casing in place measured as stated above shall be made as specified on the Bidding Sheets. 6. Paving~ Payment for quantities of paving measured as stated above and accepted shall be included in the unit bid price for pipel ine. Work includes removal and/or restoration of paving and all earthwork, and no additional compensation wi 11 be made therefor, except as otherwi se provi ded on the Bidding Sheets. - 1.06 GUARANTEE. All work, materials, and equipment shall be guaranteed for the peri ods of time set forth elsewhere in the Contract Documents for general guaranty or warranty, but the minimum period will be one year from the date of the Notice-of-Acceptance. PART 2 - PRODUCTS & MATERIALS 2.01 MATERIALS FURNISHED BY CONTRACTOR. A. Pipe & Fittings. The pipe and fittings shall conform to ASTM D-1248 and F 894 standard specification for polyethylene (PE) larger diameter profile wall sewer and drain pipe. B. Manholes. specification. C. Pipe Jointing shall be accomplished by gaskets bell and spigot in accordance with ASTM F 894 and the manufacturer's recommendations. Manholes shall conform to section 3.02 of this 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. Manhole Connections. Manhole connections for cast-in-place. pre-cast, and polyethylene units for above and below ground water table shall be per manufacturer's recommendations. \\-6" I I I I I I I I I I I I I I I I I I I 12/90 Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-5 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 conformance with the requirements of the pipe manufacturer. Curved 'sewers .shall . not be constructeq~f_plastic pipe. Pipe shall be placed in the trench with any elongation oriented vertically. For pipe sizes larger than 36 inches in diameter, struts must be provided. However, the struts shall not cause more than 1 1/2S vertical elongation, in no case will horizontal elongation be permitted. 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! ,cuDlllulative deviation from elevations set at 100' stations. 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 ; s ReQui red less than O,4S less than 1/2" greater than 1" greater than 2" sag sag sag less than or 1 ess than 1" greater than 2" greater than 3" equal to 0.7,S sag sag sag greater than less than 2" greater than 3" greater than 4" 0.7S sag sag sag 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 full length of standing water. Due to unacceptably high operation and maintenance costs and poor system reliability, pipelines with sag depths exceeding those listed for "Reconstruction is Requi red" wi 11 be rejected. Reconstructi on of the 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 entire length. Adjustment of pipes to l1nes and grade shall be made by scraping away or filling in and tamping material under the body of the pipe throughout its entire length, and not by blocking or wedging. \'" Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-6 12190 I I I I I I I I I I I I I I I I I I I Bedding shall be per EMWD standard SB-76 class B-B. Crushed rock to be placed in the pipe zone in equal lifts of one foot on both sides of pipe. The bedding operation shall not cause the pipe to have a vertical elongation of more than 1 1/2%. The flexibility of plastic pipe may cause a possible problem in maintaining line and grade. Therefore, special care must be taken in the preparation of the subgrade and in the placement of bedding to ensure that the pipe is laid true to line and grade as required in this specification. B. 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' 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 commenced, there shall be no movement of the pi pe whatsoever in subsequent operations. Alternate use of commercial LASER grade setting systems in lieu of string 1 i nes speci fied herei n are acceptable when the following requi rements and conditions are met: The Contractor shall have the responsibility of providing an instrument operator who is qualified and trained in the operation of the LASER and said operator must adhere to the provisions of the State of Ca 1 iforni a Constructi on Safety Orders issued by the Division of Industrial Safety. Attention is particularly directed to Section 1516, and 1800 through 1801, of said Orders for applicable requirements. All LASER control points shall be established bench marks or construction off-set stakes identified on cut sheets and set in the field for the work. LASER set up points shall be on these control points or on points set directly from them by instrument. C. Pipe Cleaning. Before each new length of pipe is placed, the interior of the preceding pipe shall be carefully cleaned of all dirt and debris. 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. \\1 I I I I I I I I I I I I I I I I I I I 12/90 Furnish and Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-7 The Contractor ,.sha 11 ~ take-ra 11 :necessaryprecauti ons-to llrevent the pipe from, ,floating due to water' entering the trench from any source, 'Shall assume full r.esponsibility 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. 3.02 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 joints. Polyethylene units shall conform to ASTM D-1248 and the manufacturer 's requi rements. The bottom secti on shall be fonned to accept the pipe sizes and configurations as shown on the plans. The bottom section shall be supported by a cast-in-place base that extends from the molded shelf to a minimum of 8 inches below the bottom of the base section and shall be held in place with No. 8 bend bars. The concrete base shall extend at least 12 inches outside of the bottom section of the manhole. 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 fonned by cutting the pipe and removing the top half, If the open channel cannot be formed in this manner, it shall be formed of concrete with the depth equal to the diameter of the sewer pipe. 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 19" of,~hroat 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 tempora ry covers shall be. removed and the frames and covers installed fl ush with pavement grade. 3.03 CLEANING SEWER LINES. All sanitary sewer mains 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 perfonned 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. \\c({ Furnish and Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-8 01/91 The Contractor shall, following backfill compaction and line cleaning provide: 1. 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. 3.04 MANDREL TEST. Following the placement and densification of backfill and prior to the placing of permanent pavement, all main line pipe shall be cleaned and then mandrel led to measure for obstructions (deflections, joint offsets and lateral pipe intrusions). A rigid mandrel, approved by the Engineer, with a circular cross section having a diameter of at least 96.5% of the specified average inside diameter, shall be pulled through the pipe by hand. Mandrel testing shall be performed 30 days or longer after installation and backfill compaction. In the event permanent pavenient is placed prior to> that time, mandrel-testing shall be required prior to pavement placement, and a second mandrel test 30 days or longer after compaction of backfill. The Di stri ct, at its di scretion, wi 11 in the eleventh month after project acceptance have the pipe deflections monitored and any deflections greater than four and one-half percent (4 1/2%) will require the contractor to return to the jObsite, excavate, and adjust the vertical deflection to 4 1/2% or less. Re-rounders shall not be used to correct excessive pipe deformation. 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. 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 Engineer. A. Preparation for Tests. Each section of sewer 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 filling the pipe and manhole with water to a level 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 manhole 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 then 30 minutes nor greater than 24 hours. \\~ I I I I I I I I I I I I I I I I I I I -I.- I I I I I I I I I I I I I I I I I I 12/90 Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-9 B. Test Procedure and Allowable Leakaqe. 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 (1) hour. The water used in the test shall be measured through a meter or by other means sati sfactory to the Engi neer. The allowable _leakage shall be computed from the following formul a: E = 0.0012 LD /H where E = allowable leakage in gallons L = length of the sewer tested in feet D = inside diameter of the pipe in inches H = difference in the elevation (in feet) between the water surface in .the upper manhole and the invert of the pipe at 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 accordance with thellir test required for vitrified clay pipe 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 respons ibi 1 ity to perform; however, if performed by the Di stri ct 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. The allowable infiltration for any portion of the sewer system should not exceed 100 gallons per inch of internal pipe diameter per mile per day (4.6 l/mm/km/day), including manholes. Infiltration in excess of this amount shall be reduced to a quantity .ithin the specified amount before the sewer will be accepted. In any case, the Contractor shall stop any individual leaks that may be observed. \ZD ... Furnish & Install High Density Polyethylene (HDPE) Sewer Pipe System 02769-10 12/90 Un 1 ess otherwi se specified, i nfi ltrati on wi 11 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 contained water. This test shall be made by plugging all openings in the manhole, filling same with water to the same elevation as used for the initial test, 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 waterproof the interior of the manhole by applying a coating of grout or an approved waterproofing material. Excessive 1 eakage is defi ned to be 50 gallons per 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 requi red. The section of damaged pipe wi 11 be cut out and the ends of the remaln1ng pipe and replacement pipe will be prepared per Article 2.01 C. The closure will be made with a "closure coupling" as supplied by the manufacturer of type pipe used, or alternate welding of repairs as approved by the manufacturer. END OF SECTION 02769 \'Z.l 'I' I I I I I I I I I I I I I I I I I 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 General 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 \zz" .. I' I I I I I I I I I I I I I I I I I I Sealants and Caulking 07~20 - I SECT I ON 07920 SEALANTS AND CAULKING PART I - GENERAL 1.01 DESCRIPTION, Requirements specified in Conditions of the Contract and Division 1 fonn 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. Hasonry 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 SUBHITTALS.. Prior to purchase or del ivery of materials, submit the following, and obtain District acceptance. A. Samples and Technical Data. - _.-- - - ....--:-=-. I. Submit technical data by all manufacturers of proposed materials. 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 details. indicating all the necessary components for each type of joint to be sealed. 2. test sections Shop drawings Observed field conditions and measurements. Hock-up units or shall be also scheduled after receiving written approval of by the Di std ct. 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 reolace such faulty work-' if so notified, at no addit:onal cost to the District. 1~3. .. Sealants and Caulking , 07920 - 2 PART 2 . PRODUCTS 2.01 MATERIALS. A. Delivery, Deliver sealant and caulking compounds in unopened factory labeled containers; labels bearing statement of conformance to standards specified for each material; and bearing manufacturer's name and product designation. B. Colors. As selected to match adjoining surfaces. Special colors may be requ ired. C, Sealant Compounds. Materials shall conform to Fed. Spec. IT-S- 00227EO) for multi-component sealant, or to Fed. Spec. TT-S-00230C(2) for single component sealant. Properties and adhesion of I-part sealants shall be equal to 2-part materials. Sealants shall be Type I or Type II, as ap. plicable. Sealants shall be 1 imited to acceptable compounds compositions which are polysulfide, polyurethane, and si 1 icone. For metal bui ldings, sue Class "A" sealants, and for other locations, use Class "B" sealants each conforming with above referenced Federal Specifications or with ASTM C-920 like characteristics. Above grade sealants shall be resistant to ultra violet deteriorations. 1. For joints in waterbearing surfaces, use only polyurethane sealants certified and approved by manufacturer for continuous or inter- mittent submergenc:e in water or sewage. 2. Silicone type sealant shall be used only on above grade joints which are not subject to vehicu.lar or pedestrial traffic:. 3. Acoustical Sealant. Where designated or required at interior and acoustic partitions, use: "Acoustical Sealant" produced by USG, Trenco, or equa t products. 4. For Traffic (Vehicular or Pedestrian) Horizontal Sealant Joints. Sealant shal J be HAMECO International's No. 45, or equal. Provide with Shore "A"' Hardness Range of 25-35. O. Primer. where requ ired, sha" be used as recOlMlended in \.r i t i ng by the sealant manufacturer. Primer shall have been tested for non-staining characteristics and durability on samples of actual surfaces to be sealed. E. a"ck-up Materials and Preformed Join: Fillers. Use non-staining material, compatible with sealant and primer, and of a resilient nature, suc:h as c:losed cell polyethylene rod, or elastomeric: tubing or rod (neoprene, butyl, or EDPM). Haterials impregnated with oil, bitl.ll1en, or similar shall not be used. Size and shape shall be as indicated by joint details in Oraw. ings and shall ,be as recolll11ended by sealant manufacturer in writing. Seal- ant sha 11 not adhere to back-up material. F. Bond Breakers, where required, shall be polyethlene tape, aluminum foil or other material as recommended by sealant manufacturer in writing. \'2A .' I I I I I I I I I I I I I I I I I I I r I' o I I I I I I I I I I I I I I I I I I Sealants and Cqulking 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. I. 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 (or vacuuming) prior to application_of'primer,cr-seala~t. 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 lintless paper towels. 00 not allow solvent to air dry without wiping. Wipe dry with clean, dry cloth, or lintless paper towels. O. 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 shail be as indicated on shop or Project Dra~ings. 00 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: depth of the sealant may be equal to the width of joints up to 1/2 in. wide. For joints 1/2 in. to I in. wide: depth shaJ 1 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 cm) in width: depth shall be as directed ~y sealant manufacturer. ~~ . Sealants and Caulking 07920 - 4 3. For joints in metal, glass, and other non-porous surf,ces: sealant depth shaJ 1 be a minimum of 1/2 the appl ied sealant width, and shall in no case exceed the applied sealant width. F. Joints to receive sealant, back-up material or pre-formed joint filler shall be cleaned out, raked to full width and depth as required by App 11 cator. G. Joints shall be of sufficient width and depth to accommodate specified back-up material or pre-formed joint filler and sealant. 3.03 APPLICATION. A. Install back-up material or joint fi ller, of type and size speci- fied, at proper depth to provide sealant dimensions as detailed. Back-up material shall be of suitable size and shape; and compressed 25-50 percent to fit joints as required. Sealant shall not be applied without back-up material and/or bond breaker strip. When using back-up tube avoid length- wise stretching. Tube or rod shall not be twisted or braided. B. Apply masking tape, where required, in continuous strips in align- ment with joint edge. C. Prime surfaces, where required, with primer as recommended by sealant manufacturer. D. Follow sealant manufacturer's instruction regarding mIxIng (if required), surface preparation, priming, and application procedure. E. Apply sealant under pressure with hand or power actuated gun or other appropriate means. Gun shal I have nozzle of proper size and provide sufficient pressure to completely fill joints as designed. All joint sur- faces shall be toOfed to provide the contour as indicated on Drawings.- When tocling joints, use tooling solution recommended by manufacturer. Remove masking tape immediately after joints have been tooled. 1. For sealant application when air temperature is below 400 F \40 C}, consult sealant manufacturer for recommendations. 3.04 CLEAN-UP AND PROTECTION. Clean adjacent surfaces of sealant as work progresses. Use solvent or cleaning agent as recommended by sealant manu- facturer. .All finished work shall be left in a neat, clean condition. 3.05 QUALITY CONTROL. The sealant joints shall be uniformly smooth, free of wrinkles, flush with adjacent surfaces and absolutely water tight. Adjacent surfaces which have been soiled by the application of the sealing compound shall 'be wiped clean and be left neat. The work will be adjusted defective due to the sealant's hardening, cracking, crumbling, melting. shrinking, leaking, or running. END OF SECTION 07920 \2CP . 'I I I I I I I I I I I I I I I I I I I 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 Page 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 General 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 \ 2,.1 ~ < I I I I I I I I I I I I I I I I I I I Sealants and Caulking 07920 - I SECT I ON 07920 SEALANTS AND CAULKING PART 1 - GENERAL 1.01 DESCRIPTION, Requirements specified in Conditions of the Contract and Division I 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, Hasonry 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 delivery of materials, submit the following, and obtain District acceptance. A. Samples and Techni~al Data. -.::=- . 1. Submit technical data by all manufacturers of proposed materials. 2. Submit material manufacturers' printed preparation and application instructions to Oistrict and furnish copies to all trades concerned. -- B. Shop Orawings 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. Hock-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 reolace such faulty work \~ if so notified, at no additional cost to the District, Sealants and Caulking , 07920 - 2 PART 2 - PRODUCTS 2.01 MATERIALS. A, Delivery, Del iver sealant and caulking compounds in unopened factory labeled containers; labels bearing statement of conformance to standards specified for each material; and bearing manufacturer's name and product designation. B. Colors. As selected to match adjoining surfaces. Special colors may be required. C, Sealant Compounds. l1aterials shall conform to Fed. Spec. TT-S- 00227E(J) for multi-component sealant, or to Fed. Spec. TT-S-00230e(2) for single component sealant, Properties and adhesion of I-part sealants shall be equal to 2-part materials. Sealants shall be Type I or Type II, as ape plicable. Sealants shall be limited to acceptable compounds compositions which are polysulfide, polyurethane, and silicone. For metal buildings, sue Class "A" sealants, and for other locations, use Class "B" sealants each conforming with above referenced Federal Specifications or with ASTI1 e-920 like characteristics. Above grade sealants shall be resistant to ultra violet deteriorations. 1. For joints in waterbearing surfaces, use only polyurethane sealants certified and approved by manufacturer for continuous or inter- mittent submergence in water or sewage. 2. Silicone type sealant shall be used only on above grade joints which are not subject to vehicu.lar or pedestrial traffic. 3. Acoustical Sealant. Where designated or required at interior and acoustic partitions, use: "Acoustical Sealant" produced by USG, Tremco, or equa I products. 4. For Traffic (Vehicular or Pedestrian) Horizontal Sealant Joints. Sealant shall be HAIIEeO International's No. 45, or equal. Provide with Shore "A". Hardness Range of 25-35. O. Primer. where required, shall be used as recommended in writing by the sealant manufacturer. Primer shall have been tested for non-staining characteristics and durabi I ity on samples of actual surfaces to be sealed. E. Back-up Materials and Preformed Joint Fillers.. Use non-staining material, compatible with sealant and primer, and of a resilient nature, such as closed cell polyethylene rod, or elastomeric tubing or rod (neoprene. butyl, or EDPII). Materials impregnated with oil, bitlJllen, or similar shall not be used. Size and shape shall be as indicated by joint details in Draw- i ngs and sha I Lbe as reconmended by sea lant manufacturer in wri t i ng. Sea 1- ant sha II not adhere to back-up mater i a I. F. Bond Breakers, where required, shall be polyethlene tape, aluminum foi 1 or other material as recOlmlended by sealant manufacturer in writing_ :\V\ I I I I I I I I I I I I I I I I I I I - 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. I. 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 (or vacuuming) prior to application,of'prlmer,.or.Sealallt.. 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 lintless paper towels. 00 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 appl ication of tape or fi 1m. E. All joints to receive sealant shail 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: depth of the sealant may be equal to the width of jOints up to 1/2 in. wide. For joints 1/2 in. to I 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. (S em) in width: depth shall be as ,directed by sealant manufacturer. \'300 . 'f/I2/ Sealants and Caulking 07920 - 4 3. For joints in metal, glass, and other non-porous surf,ces: sealant depth shall be a minimum of 1/2 the applied sealant width, and shall in no case exceed the applied sealant width. F. Joints to receive sealant, back-up material or pre-formed joint filler shall be cleaned out, raked to full width and depth as required by Appl !cator. G. Joints shall be of sufficient width and depth to accommodate specified back-up material or pre-formed joint filler and sealant. 3.03 APPLICATION. A. Install back-up material or joint filler, of type and size speci- fied, at proper depth to provide sealant dimensions as detailed. Back-up material shall be of suitable size and shape; and compressed 25-50 percent to fit joints as required, Sealant shall not be applied without back-up material and/or bond breaker strip. When using back-up tube avoid length- wise stretching. Tube or rod shall not be twisted or braided. B. Apply masking tape, where required, in continuous strips in align- ment with joint edge, C. Prime surfaces, where required, with primer as recommended by sealant manufacturer. D. Follow sealant manufacturer's instruction regarding mIxIng (if required), surface preparation, priming, and application procedure. E. Apply sealant under pressure with hand or power actuated gun or other appropriate means. Gun shall have nozzle of proper size and provide sufficient pressure to completely fill joints as designed. All joint sur- faces shall be tooTed to provide the contour as indicated on Drawings. ' When tocling joints, use tooling solution reco~nended by manufacturer. Remove masking tape immediately after joints have been tooled. I. For sealant application when air temperature is below 400 F (40 cl, consult sealant manufacturer for recommendations. 3,04 CLEAN-UP AND PROTECTION, Clean adjacent surfaces of sealant as work progresses. Use solvent or cleaning agent as recommended by sealant manu- facturer. .All finished work shall be left in a neat, clean condition. 3.05 QUALITY CONTROL. The sealant joints shall be uniformly smooth, free of wrinkles, flush with adjacent surfaces and absolutely water tight. Adjacent surfaces which have been soiled by the application cf the sealing compound shall 'be wiped clean and be left neat. The work will be adjusted defective due to the sealant's hardening, cracking, crumbling, melting. shrinking, leaking, or running. END OF SECTION 07920 \~\ .. I I I I I I I I I I I I I I I I I I I