Loading...
HomeMy WebLinkAbout07-12-2016 Item 09 Council Reading File - Jennifer St Sewer Line Final 91185 Special Provisions SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO JENNIFER STREET SEWER LINE REPLACEMENT Specification No. 91185 MAY 2016 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 NOTICE TO BIDDERS i BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, California 93401, until 2:00 p.m. on Thursday, July 21, 2016 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Jennifer Street Sewer Line Replacement, Specification No. 91185 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: • certified check • cashier's check • bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: http://www.slocity.org/publicworks/bids.asp A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of: 1. $40.00 if picked up in person, or 2. $60.00 if by mailing to the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: NOTICE TO BIDDERS ii 919 Palm Street San Luis Obispo, CA 93401 Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: http://www.slocity.org/publicworks/slostandards.asp A printed copy may be obtained by paying a non-refundable of: 1. $16.00 if picked up in person, or 2. $21.00 if by mailing to the office of the City Engineer You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Jennifer Metz at (805) 781-7239 or Public Works Department at (805) 781- 7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: http://www.slocity.org/publicworks/bids.asp. PROJECT INFORMATION This project consists of the abandonment of existing municipal sanitary sewer lines, including a segment underneath the Union Pacific Railroad (UPRR) right-of-way. Other work includes the installation of a new sewer gravity line, using jack and bore methods, beneath the UPRR right-of-way and the installation of new sewer gravity lines using conventional trench and backfill methods. In addition, there will be installation of new cure-in-place pipe (CIPP) within a portion of existing gravity sewer main. The project estimated construction cost is $802,000 Contract time for the work to be performed as provided for in the BASE BID is established as 140 working days. Contract time for the work to be performed as provided for in the ADDITIVE ALTERNATIVE BID shall be determined by the City Engineer pending assessment of the environmental conditions encountered. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with Section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor web site: www.dir.ca.gov/DLSR/PWD/ This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A or Class C34 Contractor's License at the time of the bid opening. You and any subcontractors must be registered with the Department of Industrial Relations pursuant to Section 1725.5. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must be completed within the last five years from this project’s bid opening date. All referenced projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. All referenced projects must be for sanitary NOTICE TO BIDDERS iii sewer installation work of similar diameter pipe using conventional trench and backfill, jack and bore and / or CIPP liner installation methods. Prior construction experience within railroad right- of-way shall also be required on all referenced projects. Failure to provide reference projects as specified in this Section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. In the event that protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. NOTICE TO BIDDERS iv AWARD The lowest bidder will be determined using the BASE BID TOTAL. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley at (805) 781-7200. Telecommunications Device for the Deaf (805) 781-7107. Requests should be made as soon as possible to allow time for accommodation. BID FORMS A All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond will be cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR Jennifer Street Sewer Line Replacement Project Specification No. 91185 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 9-1.16D Mobilization LS 1 2 7-1.02K(6) Comply with OSHA LS 1 3 14-9.02A Comply with APCD LS 1 4 5-120C Comply with UPRR ROW Encroachment Permit LS 1 5 13 Comply with WPCP LS 1 6 7-1.03; 7-1.04; 77-3.03C Traffic Control LS 1 7 77-3.03C By-Pass Pumping LS 1 8 16 Clearing and Grubbing LS 1 9 77-3.03F(2)(b) Abandon and Grout (E) Sanitary Sewer with Flowable Fill LF 653 10 77-3.03D(2) Rehabilitate (E) Sewer Manhole EA 9 11 15-2.02M Remove (E) Sewer Manhole EA 2 12 15-2.02M Remove (E) Sewer Manhole Drop EA 1 13 77-3.03D(1) Install (N) Sewer Manhole EA 6 14 77-3.03J Install (N) Sewer Drop EA 3 15 77-2.05B Abandon (E) Sewer Manhole in Place EA 3 16 77-3.03D Install (N) Sewer Cleanout EA 2 17 77-3.03F(1) Connect (N) Sewer to (E) Manhole EA 3 18 77-3.03E Connect Live Sewer Lateral to Sewer Main EA 20 19 77-3.03F(2)(a) Abandon and Plug (E) Sewer Lateral EA 50 BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 20 77-3.02A Furnish & Install 8 Inch HDPE SDR 17 Sewer LF 1663 21 77-3.02A Furnish & Install 6 Inch HDPE SDR 17 Sewer LF 70 22 77-3.02A Furnish & Install 4 Inch HDPE SDR 17 Sewer LF 92 23 77-3.03A(5) Furnish & Install 6 Inch CIPP (Cure-In-Place Pipe) Sewer LF 668 24 77-3.03A(4) Furnish & Install 8 inch HDPE SDR 17 Sewer Pipe Encased in 15 Inch W elded Steel Pipe with Jack and Bore Methods LF 227 25 77-3.03I Re-grade (E) Sewer LF 100 26 15,73 Remove and Replace (E) Existing AC & PCC Pavement, Curb, Gutter, Walks, Ramps, Misc. Flatwork and all Paved Elements as Required to Construct Line "A", Complete, In-Place. LS 1 27 15,73 Remove and Replace (E) Existing AC & PCC Pavement, Curb, Gutter, Walks, Ramps, Misc. Flatwork and all Paved Elements as Required to Construct Line "B", Complete, In-Place. LS 1 28 15,73 Remove and Replace (E) Existing AC & PCC Pavement, Curb, Gutter, Walks, Ramps, Misc. Flatwork and all Paved Elements as Required to Construct Line "C", Complete, In-Place. LS 1 29 15,73 Remove and Replace (E) Existing AC & PCC Pavement, Curb, Gutter, Walks, Ramps, Misc. Flatwork and all Paved Elements as Required to Construct Line "D", Complete, In-Place. LS 1 30 15,73 Remove and Replace (E) Existing AC & PCC Pavement, Curb, Gutter, Walks, Ramps, Misc. Flatwork and all Paved Elements as Required to Construct Line "E", Complete, In-Place. LS 1 BID FORMS C Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 31 5-1.26A Replace Survey Monuments EA 2 Base Bid Total $ (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. ADDITIVE ALTERNATE BID ITEM LIST FOR Jennifer Street Sewer Line Replacement Project Specification No. 91185 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 101 14-11.01(B) Health & Safety Plan (HSP) LS 1 102 14-11.02F HSP Implementation and Area Monitoring DAYS 20 103 14-11.02F Excavation, Containment, and Stockpiling of Non- Contractor Contaminated Soils CF 500 Add itive Alternate Bid Total $ Base Bid Total $ Additive Alternate Bid Total $ COMPANY NAME BID FORMS D LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and Section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the subm itted bid except as allowed in Section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. (Rev 9-07) BID FORMS E PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No Attach documentation of registration with the Department of Industrial Relations and date of registration per Labor Code Section 1725.5(a)(1). NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS F NONCOLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ BID FORMS G Bidder Acknowledgements By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompan ying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor  Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date BID FORMS H Qualifications Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached, but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual: Telephone & Email: Project Name (Site Address): Is this similar to the project being bid or did this project include jack and bore, conventional trench and backfill, and / or CIPP gravity sewer activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Was this contract for a public agency? Yes □ No □ Was this project within RR ROW? Yes □ No □ Date project completed: Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include jack and bore, conventional trench and backfill, and / or CIPP gravity sewer activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: : Was this contract for a public agency? Yes □ No □ Was this project within RR ROW? Yes □ No □ Date project completed: Reference Number 3 Customer Name & Contact Individual Telephone & Email: Project Name (Site Address): Is this similar to the project being bid or did this project include jack and bore, conventional trench and backfill, and / or CIPP gravity sewer activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Was this contract for a public agency? Yes □ No □ Was this project within RR ROW? Yes □ No □ Date project completed: BID FORMS I ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted. (Rev. 6-30-14) SPECIAL PROVISIONS 1 ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 General The work must be done in compliance with the City of San Luis Obispo (CITY), Department of Public Works: 1. Jennifer Street Sanitary Sewer Replacement Project, Specification No. 91185 Special Provisions 2. City of San Luis Obispo Engineering Standards and Standard Specifications - 2016 edition 3. Stated of California, Department of Transportation Standard Specifications and Standard Plans – 2010 Editions. In case of conflict between documents, governing ranking must comply with Section 5-1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is material breach of contract: 1. Section 5 through 9 of the Standard Specifications. 2. Section 12 through 16 of the Standard Specifications 3. Section 73 through 77 of the Standard Specifications 4. Section 90 & 91 of the Standard Specifications 5. Authorized working hours 6. OSHA Compliance 2 BIDDING Replace Section 2-1.33A with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Replace 1st and 2nd paragraph in Section 3-1.18 with (for accelerated work) Upon notification of project award, return: 1. executed contract 2. insurance 3. contract bonds within five working days after the bidder receives the contract. 4 SCOPE OF WORK Add to Section 4-1.03 Work Description Comply with the provisions of Sections 5,6,7,8,9,10,11,12,13,14,15,16,73,77,90 & 91 for general, material, construction, and payment specifics. 5 CONTROL OF WORK Add to Section 5-1.01 Control of Work General Adjustments to working hours may be imposed due to public traffic impacts in compliance with Section 7- 1.03B. SPECIAL PROVISIONS 2 Add to Section 5-1.13A Sub-Contracting General A representative of the prime contractor must be on site when any subcontractor is performing contract work. Contract work will not be allowed to continue until prime contractor’s representative is on site. Add to Section 5-1.20C Railroad Relations This Contract includes an agreement with the UPRR and the terms and conditions of this agreement (permit) are included by reference herein. A copy of the UPRR permit is included as an attachment to these Special Provisions. In addition, the City makes the provisions of the agreement available in the Information Handout in the document titled "Railroad Relations and Insurance Requirements." The unit price, as included in the bid form, for compliance with provisions of the UPRR Right-of-Way Encroachment Permit, with the exception of the required work related directly to the installation of the 8- inch HDPE sanitary sewer, shall include, but not be limited to, work items associated with pre- construction control surveying; excavation shoring design; site security; sediment & erosion control within the UPRR right-of way; UPRR required flagman services, special railroad insurance as required by UPRR, and all other work as required by UPRR to meet compliance with the subject railroad right-of-way encroachment permit. In addition to the work described above, the unit price, as included in the bid form for compliance with provisions of the UPRR Right-of-Way Encroachment Permit shall also include all potholing of buried utilities, including but not limited to communications, fiber optic lines, electric, gas, CATV, misc. liquids, etc. Sufficient potholing shall be performed by the Contractor to insure that there is sufficient protection of the subject utilities from potential damage which may occur during the installation of the proposed work. If it is determined during the potholing process that the proposed sanitary sewer alignment may potentially impact existing buried utilities, then a survey of the existing buried utilities, including horizontal and vertical measurements shall be performed by the Contractor and provided to the Engineer. If required by the City, the Engineer shall revise the alignment of the sewer to avoid potential damage to the existing buried utilities. If an alignment redesign is necessary, then the Contractor shall provide for a potential fifteen (15) working day delay for the sewer installation work within the UPRR right-of-way. Add to Section 5-1.36A General Repair to damage must comply with the associated sections of the specifications, standards, and plans. The Contractor shall have the responsibility and duty to protect public and private property within and adjacent to the work and exercise due caution to avoid damage to such property. The Contractor shall be responsible for repairing and / or replacing existing improvements on private property and within right-of- way and City easement areas which are not designated for removal, or which are damaged or removed as a result of construction operations. Repairs and replacements shall restore property to pre- construction condition or better, including landscaping, asphalt surfaces, concrete surfaces, and appurtenances and other hardscaping, and shall match them in finish, dimension and preexisting quality. The Contractor shall replace and re-install any existing improvements that must be temporarily removed as part of the Construction. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to protect and restore private property is included in the payment for other bid items unless a bid item of work is shown on the bid item list. Add to Section 5-1.36D Non-Highway Facilities Existing third party (non City-owned) utilities are shown on project plans for information purposes only. It is your responsibility to contact “Underground Service Alert USA” and have site marked prior to start of excavation or sawcutting. The City of San Luis Obispo or its representatives is not responsible for any: 1. damages 2. costs 3. delay SPECIAL PROVISIONS 3 4. expenses resulting from a third party underground facility operator’s failure to comply with stipulations as set forth in 4216.7.(c) of California Government Code. Add to Section 5-1.43A Potential Claims and Dispute Resolution General Potential claim forms are located on the City’s website: http://www.slocity.org/publicworks/slostandards.asp 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.02K(1) General The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Add to 1st Paragraph Section 7-1.03A(3) No Parking “No Parking” signs where long-term parking takes place shall be provided a minimum of one week prior to commencing any towing at the project site. Add to Section 7-1.03B Traffic Control Plan Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: http://www.slocity.org/publicworks/documents/trafficcontrolapp.pdf Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence in order to restore free flowing of traffic. The Contractor is referred to Section 12-1.01 Temporary Traffic Control for additional requirements. Replace Section 7-1.06 with: 7-1.06A General Procure and maintain for the duration of the contract, insurance against claims for: 1. injuries to persons 2. damages to property which may arise from or in connection with the performance of the work by your: 1. agents 2. representatives 3. employees 4. subcontractor Provide: 1. Commercial General Liability Insurance 2. Commercial General Liability Insurance Endorsement 3. Automotive Liability Insurance 4. Automotive Liability Insurance Endorsement 5. Workers’ Compensation Insurance The Contractor agrees to defend, indemnify and hold harmless the City from and against any and all fines or mitigation measures imposed on the City arising out of the Contractor's actual or alleged violation of any local, state or federal regulation, as well as all attorney fees, costs and expenses of any kind which directly or indirectly arise out of or are in any way associated with enforcing this indemnity provision against the Contractor. SPECIAL PROVISIONS 4 7-1.06B Minimum Scope of Insurance Coverage must be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage: a. CG 20 10 Prior to 1993 b. CG 20 10 07 04 with CG 20 37 10 01 2. Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 7-1.06C Minimum Limits of Insurance Maintain insurance limits no less than: 1. General Liability: a. $1,000,000 per occurrence for bodily injury, personal injury and property damage. b. If Commercial General Liability or other form with a general aggregate limit is used, either the c. general aggregate limit must apply separately to this project/location d. the general aggregate limit must be twice the required occurrence limit. 2. Automobile Liability: a. $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: a. $1,000,000 per accident for bodily injury or disease. 7-1.06D Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: 1. the insurer must reduce or eliminate the deductibles 2. procure a bond guaranteeing payment of: a. losses and related investigations b. claim administration and defense expenses. 7-1.06E Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: a. liability arising out of activities performed by or on behalf of you b. your products and completed operations c. premises owned, occupied or used by you d. automobiles owned, leased, hired or borrowed by you 2. The coverage must not contain special limitations on the scope of protection afforded to the City and its: a. officers b. officials c. employees d. agents e. volunteers 3. For any claims related to this project, your insurance coverage will be the primary insurance for the City and its: a. officers b. officials c. employees d. agents e. volunteers. SPECIAL PROVISIONS 5 4. Any insurance or self-insurance maintained by the City is in excess to your insurance and will not contribute to it. 5. Any failure to comply with reporting or other provisions of the policies including breaches of warranties must not affect coverage provided to the City and its a. officers b. officials c. employees d. agents e. volunteers 6. Your insurance must apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 7. Each insurance policy required must be endorsed to state that coverage will not be: a. Suspended b. Voided c. canceled by either party d. reduced in coverage or in limits except after thirty days prior written notice provided by certified mail with return receipt requested has been given to the City. 8. Coverage may not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of the Civil Code. 7-1.06F Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. 7-1.06G Verification of Coverage Furnish the City with a certificate of insurance showing required insurance coverage. Original endorsements effecting general liability and automobile liability coverage must be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 7-1.06H Subcontractors Include all subcontractors as insured under its policies or provide separate certificates and endorsements for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as the prime contractor. 8 PROSECUTION AND PROGRESS Section 8-1.02A Schedule Provide a Level 1 schedule for this work. Add to Section 8-1.03 Pre-Construction Conference All listed subcontractors performing contract work must attend the preconstruction meeting. At a minimum, provide the following submittals at the preconstruction meeting: 1. emergency contact list 2. representative at the site of work authorized to sign extra work tickets 3. representative authorized to sign change orders 4. Caltrans equipment rental rates for equipment used to complete work 5. work schedule 6. traffic control application 7. traffic control plans 8. water pollution control plan 9. location of construction yard 10. location of disposal site SPECIAL PROVISIONS 6 11. evidence construction yard is correctly permitted if construction yard is not your business address 12. evidence disposal yard is correctly permitted. 13. door hanger for notification of adjacent properties 9 PAYMENT Add to Section 9-1.16D Mobilization 9-1.16(3): The maximum bid amount for mobilization shall be three percent (3%) of the total base bid amount. Add to Section 9-1.23 City Billing After given the opportunity, you fail to complete any of the following: 1. maintain the project site, 2. complete project work, 3. any other cause which requires City staff to complete work at the project site you must reimburse the City in compliance with Section 9-1.23. DIVISION II GENERAL CONSTRUCTION 10 GENERAL Add Section 10-1.05 Portable Restrooms Portable Restrooms. – In the case that residences’ services will be affected, the Contractor shall provide one ADA accessible portable restroom for use by affected residences which shall be cleaned and maintained daily. Portable restrooms shall be located as directed by the Engineer and moved with the work zone. The restroom shall be a separate portable restroom than for the Contractor’s employee’s use. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to Portable Restrooms is included in the payment for other bid items unless a bid item of work is shown on the bid item list. 12 TEMPORARY TRAFFIC CONTROL Add to Section 12-1.01 GENERAL Contractor shall prepare a Traffic Control Plan which meets the requirements of the City right-of-way encroachment permit, and attach the required supporting documentation including the construction plans and these special provisions. The subject plan shall be subject to the review and approval by the Engineer. No construction activities may begin until the Traffic Control Plan has been approved by the Engineer. Two-way traffic shall be maintained unless approved otherwise. The Contractor shall exercise due diligence in completing the work in order to restore free flowing of traffic. Traffic delineation and trench protection shall be maintained at all times. If barricades are required after sunset, lights/flashing beacons shall be required. For work impacting Santa Barbara Street, the Contractor shall maintain one (1) lane in both directions open at all times and working hours are restricted to 10:00 p.m. to 6:00 a.m. The Contractor may close one (1) lane of Santa Barbara Street for up to six (6) hours to permit manhole replacement and the installation of the sanitary sewer segments, but must allow local traffic access. Additionally, a changeable message sign shall be installed and operational 48 hours prior to closing any thru-lane on Santa Barbara Street and be maintained throughout the duration of the subject lane’s closure. Changeable message sign shall be programmed for two flashes with the messages to be approved by the CITY. Public vehicular access to the AMTRAK short and long term parking facilities must be maintained at all times. SPECIAL PROVISIONS 7 13 WATER POLLUTION CONTROL Add to 2nd paragraph in Section 13-1.01A A minor WPCP plan form may be obtained on the City’s website: http://www.slocity.org/publicworks/slostandards.asp 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-9.02A The City has obtained an annual permit for construction from the Air Pollution Control District (APCD). The annual APCD permit and construction log files are located on the City’s website: http://www.slocity.org/publicworks/slostandards.asp You are required to comply with the APCD permit including all notification and construction logs using the appropriate equipment. Provide training to all workers in the construction area. You must comply with Section 77-1 of the standard specifications. Add to Section 14-9.02C Where contamination is encountered, you are responsible to: 1. monitor 2. record 3. report H2S and Hydrocarbon FID readings taken every hour during work in the contamination zone or as directed by the Engineer. Appropriate Personal Protective Equipment (PPE) must be used. Add to Section 14-9.02D Full compensation for APCD compliance and applicable engineering standards is included in the payment for other bid items unless a bid item of work is shown on the bid list item. Add to Section 14-11.02F In the event that contaminated soils are encountered during construction that are determined by the City Engineer to have originated from a source other than the Contractor, then prior to removal of the contaminated soils, the Contractor shall prepare a Health and Safety Plan (HSP) in accordance with Section 14-11.01B of the Standard Specifications. Upon approval of the HSP by the City Engineer, it shall be the Contractor’s responsibility to excavate and contain the contaminated soils in accordance with applicable sections of the APCD permit and Section 14-11.02B “Hazardous Waste Management Practices” of the State of California Department of Transportation 2010 Standard Specifications. It shall be the responsibility of the City to transport and dispose of the contaminated soils that are encountered within City rights-of-way in accordance with applicable sections of the ACPD permit and Section 14- 11.02F(3) “Hazardous Waste Transport and Disposal” of the State of California Department of Transportation 2010 Standard Specifications. Similarly, it shall be the responsibility of the railroad to transport and dispose of the contaminated soils that are encountered within railroad rights-of-way. Full compensation for the preparation and implementation of the HSP; soils testing; work area monitoring; excavation, containment, and stockpiling, of the contaminated soils; and compliance with applicable engineering standards and environmental regulations is included in the payment for bid items of work shown on the alternate bid list schedule. Payment for the transport and disposal of the contaminated soils shall be by others. SPECIAL PROVISIONS 8 15 EXISTING FACILITIES Replace Section 15-2.05B Abandon Manholes With: 15-2.05B Abandon Existing Manholes Abandonment of sewer manholes and cleanouts must comply with the applicable provisions of Section 15, Section 77 and Engineering Standards. Contractor shall completely abandon all manholes and cleanouts so designated on the plans. Where the subject manhole is located in a paved roadway, all pavement cuts into existing pavement shall be along neat, continuous, sawed, or wheel-cut lines. Pavement edges cracked or broken along the trench line by the Contractor's operations shall be sawn at removal lines determined by the Engineer. Existing pavement join lines shall be neatly saw cut immediately prior to the paving operation. In all cases where soil conditions are favorable trench excavation shall be vertical. Manhole removal excavation materials, including excavated soil, pavement debris and all others related excavated materials shall be immediately removed from project location. At no time shall excavation materials be allowed to remain within street or alley right-of-way. All excavated materials shall be transported to an approved facility for disposal. Pipe leads shall be abandoned and plugged in compliance with Section 77. Slurry cement backfill shall conform to the provisions in Engineering Standard 6050 of the Standard Specifications and Section 77. Manhole frames and covers removed from these manholes shall become the property of the CITY and shall be delivered to the CITY by the Contractor per directions given by the CITY. Materials that are to be salvaged shall be removed in a workmanlike manner and delivered to an offsite location to be identified by the CITY. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to abandonment of existing manholes and cleanouts is included in the payment for other bid items unless a bid item of work is shown on the bid item list. Add Section 15-2.02M Remove Existing Sewer Facilities: Sewer pipes, cleanout, fittings, manholes, manhole drops, cleanouts and/or appurtenances must be completely removed if any portion of these structures is shown to be removed on the plans or as directed by the Engineer. Existing concrete walls, blocks, or miscellaneous structure must be completely removed if any portion of these structures meet any of the following criteria: (1) within 3 feet of the grading plane in excavation areas, (2) within one foot of original ground in embankment areas, or (3) shown to be removed. Removing PCC components shall comply with Section 15. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to removal of existing sewer facilities is included in the payment for other bid items unless a bid item of work is shown on the bid item list. SPECIAL PROVISIONS 9 DIVISION III GRADING 16 CLEARING AND GRUBING Replace Section 16-1.04 PAYMENT with: Full compensation for work specified in Section 16 and applicable engineering standards shall be included in the payment for other bid items unless a bid item of work is shown on the bid item list. 19 EARTHWORK Replace Section 19-1.03B with: Notify the Engineer prior to removal of unsuitable material. Excavate unsuitable material. Ensure that unsuitable material is separated from other suitable construction materials or removed from the work area. Removal and legal disposal of unsuitable material, including rock, within contract work area and limits shall be considered incidental and payment for this work shall be included in the other base bid unit prices. Removal of unsuitable material outside contract work area and limits, as directed by the Engineer, will be paid by force account. DIVISION VIII MISCELLANEOUS CONSTRUCTION Add to Section 73-1.01D Quality Control and Assurance It shall be the sole responsibility of the Contractor to construct the work in compliance with the Americans with Disabilities Act (ADA). In the event that a design question should arrive or a field condition present itself that is different than shown on the Plans, the Engineer shall be notified immediately, in writing, so that a compliant solution can be determined prior to construction. Contractor shall verify that the graded plan, forms, and false-work are in compliance with the said codes prior to the placement of concrete, pavement, brick or other finished pavement surface. Add to Section 77-1.01 General Excavation and restoration includes removal of concrete. Protection and restoration of survey monuments and bench marks must comply with Section 5-1.26 and 5-1.36. Use Class 2 concrete for thrust blocks and encasement. If Asbestos Cement pipe is encountered, the Contractor shall be responsible for the removal and legal disposal of the pipe as required by law at no additional cost to the City. 77-1.01B Incorporated by Reference Earthwork must comply with Section 19. Add to Section 77-1.03B(1) General: If during construction existing concrete walls, blocks, or miscellaneous structures are encountered, they must be completely removed if any portion of these structures is (1) within 3 feet of the grading plane in excavation areas, (2) within one foot of original ground in embankment areas, or (3) shown to be removed. Removing PCC components must comply with Section 15. Where the subject structure is located in a paved roadway, all pavement cuts into existing pavement shall be along neat, continuous, SPECIAL PROVISIONS 10 sawed, or wheel-cut lines. Pavement edges cracked or broken along the trench line by the Contractor's operations shall be sawn at removal lines determined by the Engineer. Existing pavement join lines shall be neatly saw cut immediately prior to the paving operation. In all cases where soil conditions are favorable trench excavation shall be vertical. Structure removal excavation materials, including excavated soil, pavement debris and all others related excavated materials shall be immediately removed from project location. At no time shall excavation materials be allowed to remain within street or alley right-of-way. All excavated materials shall be transported to an approved facility for disposal. Replace Section 77-3.02A(5) Sewer Lateral Pipe With: New and repaired sewer lateral pipe must be: HDPE SDR 17 Add to Section 77-3.03A(3) Fusion equipment shall be operated only by technicians who have been certified by the pipe manufacturer or supplier and who have a minimum of two (2) years of experience using the equipment to be used on the project. The technician's experience shall be documented in a submittal. Add Section 77-3.03A(4) Jack and Bore Installation The work specified in this section consists of furnishing and installing HDPE (DR-17) sanitary sewer to be encased within a schedule 40 steel casing using the Jack and Bore method of installation. This work shall include all services, equipment, materials, and labor for the complete and proper installation, testing, protection and restoration of underground utilities and environmental protection and restoration. In addition, the work described herein shall include the excavation, shoring, maintenance, protection and backfilling of the required bore pits. Contractor shall comply with Section 77 for excavation and restoration. Contractor’s attention is brought to Section 17 Watering. Use of potable water from City Water mains and fire hydrants is not allowed. The City has a non-potable water supply located at 25 Prado Road which may be used by purchasing a paid permit from the City, so as long as the source remains available. The availability of this water is not guaranteed. The requirements set forth in this document specify a wide range of other procedural precautions necessary to ensure that key essential aspects of a proper directional bore installation are adequately controlled. Strict adherence shall be required under specifically covered conditions outlined in this specification. Adherence to the specifications contained herein, or the Engineer’s approval of any aspect of any directional bore operation covered by this specification, shall in no way relieve the Contractor of his ultimate responsibility for the satisfactory completion of the Work defined in the Contract Documents. Plastic pipe must comply with Section 64. Prior to beginning work, submit to the Engineer a work plan outlining the procedure and schedule to be followed to execute the installation of the work to be installed by jack & bore methods. The work plan should document the thoughtful planning required to successfully complete the project. As part of work plan and execution of the work, the Contractor shall provide barriers between the bore site and nearby sensitive resources prior to drilling, as appropriate, to prevent released material from reaching the resource to be protected. Work Plan shall incorporate scheduling and Order of Work details. The Contractor shall continuously keep the jacking pit’s subgrade free from ground and surface water during the operation and shall be prepared to implement groundwater control measures on short notice as directed by the Engineer, even if observed water levels prior to construction are below the invert elevation of the casing pipe. Groundwater control shall include pumping, bailing, well pointing or chemical grout stabilization as required. SPECIAL PROVISIONS 11 The Contractor shall be fully responsible for inspecting the location where casing pipes are to be installed and familiarize him / herself with the conditions under which the work will be performed. The omission of any installation details which may not appear herein shall not relieve the Contractor of full responsibility. The Contractor shall be prepared to work at night and on weekends or holidays, if required to complete this work. Upon initiation of the jacking operations, and with the approval of the CITY and UPRR, the Contractor shall work continuously (24 hours a day), if necessary, until the complete lengths of casings have been installed. If any movement or settlement occurs which causes or might cause damage to existing facilities or structures over, along, or adjacent to the work, the Contractor shall immediately stop any and all work except that which assists making the work secure and prevents further movement, settlement, or damage. The Contractor shall resume boring and jacking only after all necessary precautions have been taken to prevent further movement, settlement or damage, and shall repair the damage, at his own cost, to the satisfaction of the CITY and UPRR. Construction shall be done in such a manner that will not interfere with the operation of any street, railroad, or utility nor weaken or damage any embankment or structure. Barricades and lights shall be furnished and maintained to safeguard traffic and pedestrians. The Contractor shall submit the following: A. Manufacturer’s product literature for steel casing, casing insulators, end seals, end seal mix design, and grout mix design. B. Casing installation schedules which include schedules of excavation, pipeline installation, and pit backfill operations. C. Detailed plans showing locations and sizes of all jacking and receiving pits, and work time schedules. The plan must be approved by the Engineer. D. Welders certificates must be submitted, be current and approved for the type of welding to be performed. E. Qualifications of the boring and jacking Contractor include the following: a. Name, business address, telephone number of Contractor. b. Experience in successfully constructing water pipelines by boring and jacking or tunneling with steel pipes. c. List of similar projects for the last 2 years, including name and telephone number of contact person. d. Certification of workman equipment operation training. e. Names and experience of all supervisory personnel to be directly involved with the project. References: The following references and standards shall apply: A. These Special Provision B. When references are made to standards, the most recent version or edition shall be used. C. California Code of Regulations (CCR) Title 8, Construction Safety Orders D. American Society of Materials and Testing (ASTM) SPECIAL PROVISIONS 12 1. ASTM C33 – Standard Specifications for Concrete Aggregate 2. ASTM A36 - Standard Specification for Carbon Structural Steel 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot Dipped, Zinc- Coated, Welded and Seamless E. American National Standards Institute (ANSI) 1. ANSI/AWS D1.1 – Structural Welding Code – Steel F. AMERICAN WATER WORKS ASSOCIATION 1. AWWA C206 – Field Welding of Steel Water Pipe 2. AWWA C213 – Fusion-Bonded Epoxy Coating for Interior and Exterior of Steel Water Pipes Quality Assurance: All boring and jacking operations shall be done by a qualified Contractor with at least 5 years of experience involving work on steel lining installation in jacking and boring tunnels. The Contractor’s superintendent in charge of work shall have a minimum of 2 projects of equivalent size and complexity within the past 7 years. The Contractor’s supervising field welder and inspector shall have a minimum of 3 years recent experience within the last 5 years with welding procedures required on this project. Welders shall be qualified under the provisions of ANSI/AWS D1.1. by an independent local, approved testing agency not more than 6 months prior to commencing work on the casing or pipeline. Machines and electrodes similar to those used in the Work shall be used in qualification tests. The Contractor shall furnish all materials and bear the expense of qualifying welders. All welding procedures used to fabricate and install steel casings shall be prequalified under the provisions of ANSI/AWS D1.1. Welding procedures shall be required for, but not necessarily limited to, longitudinal and girth or special welds for pipe cylinders, casing joint welds, reinforcing plates, and pressure grout coupling connections. The following requirements shall apply: A. Steel casings shall be fabricated in accordance with ASTM A53 from steel plates having minimum yield strength of 36,000 psi and meeting the requirements of ASTM A36, and shall be epoxy coated in accordance with AWWA C213. Steel casing sleeves shall be of the diameter and thickness identified in the Plans and shall be furnished complete with welded joint ends that are watertight, and for pipes 24 inches and larger, pressure grout couplings. The Contractor, at his/her own expense, may select a greater diameter or thickness for the method of work and loadings involved, site conditions, and possible interferences. B. Mortar grout shall consist of one part Portland cement and two parts sand, and minimum amount of water to obtain the desired consistency. The grout mixtures shall contain 2 percent of bentonite by weight of the cement. Portland cement and water shall be as specified in the City’s Standard Specifications. Sand shall be of such fineness that 100 percent will pass a No. 8 sieve and at least 45 percent will pass a No. 40 sieve. Bentonite shall be commercially processed powdered bentonite, Wyoming type. C. Sand for casing fill shall meet the requirements of ASTM C33 for fine aggregates. D. Casing spacer insulators shall be Calpico Model W, Williamson M-2, or a manufacturer approved by the Engineer. The spacer insulator "system" shall be designed and fabricated for the specific project and application for which they are furnished, including installation of carrier pipe in liner plate casing tunnels. All bands and other hardware on the spacers shall be Type 304 stainless steel. Insulator spacing shall be as indicated on the Plans. SPECIAL PROVISIONS 13 E. Casing End Closures 1. Mortar shall be Burke non-ferrous, non-shrink grout, or equal, with pea gravel. 2. Pre-fabricated rubber and seals may be used with the Engineer’s approval. Jacking Pits: A. The location of jacking pits shall be approved by the CITY and the UPRR. B. All jacking pits shall be protected with suitable fencing or barricades to prohibit unauthorized access to the work site. C. The pits shall be shaped with heavy timber or steel sheet piling or other suitable materials that shall be of adequate strength. Braced steel or heavy timber sheeting shall be used to support the sides of the excavation for the pits. D. The Contractor shall furnish, install and remove, to the extent required, thrust blocks or whatever provisions may be required for driving the casings/sleeves and pipes forward. E. Steel rails or beams embedded in concrete shall be used in the pit for placement and alignment of each piece of casing/sleeve or pipe during installation operations. F. The Contractor shall be fully responsible for the removal of the pits, including the breaking-up, removing, and disposing of concrete, if so required, or cutting-off of sheeting and furnishing and placing the backfill to the normal subgrade as may be required following the installation operations. G. The pits or trenches excavated to perform boring, tunneling and jacking operations shall be backfilled and compacted per the City Standard Specifications immediately after jacking, pipe installation, grouting and filling has been completed. H. The Contractor shall provide fans, blowers or other devices necessary to ensure adequate ventilation for workers in the casing, tunnel or boring excavations. I. The Contractor shall provide adequate lighting devices and generator sets as necessary for workers and inspectors in the casing, tunnel and boring excavations. Boring: A. A true, circular tunnel shall be cut to the required line and grade. Bored tunnels shall be no more than 4 inches larger than the outside diameter of the casing pipe to be installed. B. Excavated material shall be placed at a distance from the working pit and used as backfill upon completion of casing and carrier pipe installation. The use of water or other fluids in connection with the boring operation will be permitted only to the extent necessary to lubricate cuttings. Water jetting will not be permitted. C. Where material in the bore is sandy or unstable and will be subject to caving, the casing hole shall be bored and cased simultaneously, and the bored material removed through the casing. The cutting face of auger or drill shall not project more than 6 inches ahead of casing. D. Where material in the bore is stable and not subject to caving, the hole for the casing may be bored first and casing jacked into the hole immediately after completion of boring if permitted by the Engineer and UPRR. Jacking Operations: SPECIAL PROVISIONS 14 A. Heavy duty jacks suitable for forcing the casing or carrier pipe through the embankment or casing pipe opening shall be provided. In operating jacks, even pressure shall be applied to all jacks used. A suitable jacking head of timber, and suitable bracing between jacks and jacking head shall be provided so that pressure will be applied to the casing or carrier pipe uniformly around the ring of the casing or carrier pipe. A suitable jacking frame or back stop shall be provided. The casing or carrier pipe to be jacked shall be set on guides, properly braced together to support the section of the casing or carrier pipe and to direct it in the proper line and grade. The whole jacking assembly shall be placed so as to line up with the direction and grade of the casing pipe. B. The casing or carrier pipe shall be jacked from the low or downstream end. The maximum deviation of casing pipe from the grade and line shown on the Drawings shall be such that the line and grade of the carrier pipe can be adjusted within the casing pipe and still maintain the line and grade along its full length. Carrier pipe shall not deviate more than 0.33 feet per 100 feet from the line and grade shown, provided that such variation shall be regular and continuous only (no bows or reverse curve sections) in one direction and that the final grade of flow line shall be in the direction indicated on the Drawings. C. When jacking of casing pipe is initiated, the operation shall be continued without interruption, insofar as practicable, to prevent the pipe from becoming firmly set in the embankment. D. Excavated materials shall be removed from the casing as the boring or jacking operation progresses and no accumulation of excavated materials within the casing shall be permitted. E. Any casing or carrier pipe damaged in jacking operations shall be removed and replaced by the Contractor at his expense. F. Steel casing sections shall be field butt welded in accordance with the applicable portions of AWWA C206 and AWS D7.0 for field welded water pipe joints. The welded joints shall be wire brushed and painted with Koppers Inertol Quick-Drying Primer 626 primer manufactured by Tnemec Company Inc., or a Engineer approved equal. Grouting: A. All space between the casing pipe and the bored excavation shall be pressure filled with grout immediately upon the complete installation of the casing. B. Casing sleeves for jacking shall have grout holes equipped with pipe half-couplings. The inch standard pipe half-couplings welded into the holes in the casing walls shall be filled with threaded cast iron bolt plugs. Bolt plugs shall be no less than 5/8 inch diameter. Three grout holes spaced at 120 degrees on center shall be installed with each set of three being not more than 10 feet apart along the casing. Shop drawings showing details of the casings, size and length of bolts, section modulus in inches cubed per inch of width and pipe thickness shall be furnished by the Contractor for review by the Engineer. C. Systems of standard pipe, fittings, hose and special grouting outlets, embedded in the sleeve walls shall be provided by the Contractor. Care shall be taken to insure that all parts of the system are maintained free from dirt. Cement grout shall be forced under pressure into the grouting connections. Grouting shall be started in the lowest connections and shall proceed until grout begins to flow from upper connections. D. Apparatus for mixing and placing grout shall be of type approved by the Engineer and shall be capable of mixing effectively and stirring the grout and then forcing it into the grout connections in a continuous uninterrupted flow. E. After grouting is complete, pressure shall be maintained by means of stop cocks, or other suitable devices, until the grout has set sufficiently. After the grout is set, grout holes shall be completely filled with dense concrete and finished neatly without evidence of voids or projections. SPECIAL PROVISIONS 15 Installing Carrier Pipe: A. After the casing has been completely installed, the Contractor shall thoroughly clean the interior of the casing. Contractor shall place the carrier pipe within the casing using casing spacer insulators. These methods, or modifications thereof, as approved by the Engineer and UPRR, shall be employed for the construction of all cased crossings. B. After the carrier pipe is installed within the casing and prior to the placement of sand fill or grout, the Contractor shall conduct the required pressure and leakage test on the carrier pipe. Any leaks which are discovered during the testing phase shall be repaired to the satisfaction of the Engineer. C. The carrier pipe shall be installed to the exact line and grade required within the casing, and, after it has been satisfactorily placed and approved by the Engineer, the space between the outside of the pipe and the casing shall be completely filled with sand blown in one continuous uninterrupted operation in a manner to prevent occurrence of any voids between carrier pipe and casing. Each joint of carrier pipe must be braced to sides and top of casing to prevent flotation or motion during the placing of sand. The casing spacer insulators shall be installed on the carrier pipe per the manufacturer's instructions prior to inserting the carrier pipe into the casing. Altered insulators shall not be used. A. The annular space at each end of the casing shall be packed with mortar to seal the casing. The mortar closure shall extend a minimum of 12 inches into the casing. If approved by the Engineer, a rubber casing seal may be used to close the ends of the casing. Contractor shall place permanent markers or signs at the ends of the casing pipe indicate the location of the buried pipeline. Payment for 8-inch HDPE encased sanitary sewer encased in 15-inch schedule 40 steel pipe installed via the jack & bore method shall be at the unit price per linear foot of pipeline installed, and shall include full compensation for furnishing all labor, materials, tools, equipment, personnel, and incidentals, and for doing all the work involved with construction of the encased HDPE sanitary sewer across the UPRR Railroad Crossing and within the limits indicated on the drawings, including but not limited to: the excavation, shoring, maintenance, security, and backfilling of the bore pits; restoration of any disturbed property to a condition equal to or better than that which existed prior to the construction; and tie-in to new sewer manholes; testing and inspection in accordance with Section 77, Sewers, of the Standard Specifications, and these Special Provisions. Add Section 77-3.03A(5) Cured-In-Place Pipe (CIPP) Sanitary Sewer Liner The Contractor shall furnish all labor, materials, tools and equipment necessary to provide for installation of cured-in-place pipe (CIPP) liner in those segments of the existing 6-inch sanitary sewer depicted on the plans. The work shall be accomplished by the use of an inversion process or a winched-in application. The reconstruction of the existing line shall be accomplished by installing a flexible tube which is first impregnated with a thermosetting resin. The tube shall either be inverted into the pipeline by using hydrostatic head (water pressure), compressed air pressure or some other approved inversion method, or pulled into the pipeline from manhole to manhole using mechanical equipment (winch). After full insertion, the tube shall be cured by circulating hot water or introducing controlled air or steam throughout the length of the tube to cure it into a hard, impermeable pipe. This "pipe" shall extend the full length of the original sewer, and shall provide a structurally sound, jointless, tight-fitting, watertight pipe within a pipe. Contractor shall comply with Section 77 for excavation and restoration. Contractor’s attention is brought to Section 17 Watering. Use of potable water from City Water mains and fire hydrants is not allowed. The City has a non-potable water supply located at 25 Prado Road which may be used by purchasing a paid permit from the City, so as long as the source remains available. The availability of this water is not guaranteed. SPECIAL PROVISIONS 16 The Contractor shall submit for approval by the Engineer the following information: A. Engineering calculations for the design of the liner thickness. The design calculations shall be checked and approved by a Registered Professional Civil Engineer in the State of California. Liner design calculations shall be supported by field analysis, technical assumptions, and the liner Design Criteria, of this specification. Final approval of the design calculations shall be given by the Engineer. B. Certification from the installer that all lining materials and resins furnished under this specification were manufactured, sampled, tested, and inspected in accordance with ASTM F 1216, latest edition, "Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube". C. Manufacturer's recommendations for the installation of the CIPP including resin application, curing process details (including temperature control), storage procedures, service connection methods, trimming and finishing, and quality control measures to be used for cured-in-place pipe lining of mainlines and services. D. Certification from the manufacturer(s) that the installer is licensed to perform the work. E. Certification from the manufacturer(s) that the resin material complies with the required application, meets the intended service condition, and that the resin will meet the physical requirements set forth in this specification. Information from the resin manufacturer shall include specifications, characteristics and properties of the resin, methods of application, curing temperatures, and duration of temperature (step cooking temperatures/hours at each and final stages). F. Independent test laboratory results of field samples taken at locations specified by the Engineer. G. The beginning and end of the pipe lining shall be cut flush at the inlet and outlet points in the manhole. The ends shall be sealed to the rehabilitated pipeline. The sealing material shall be compatible with the pipe liner and shall provide a watertight seal. H. Air test service connection for water tightness after the main has been installed. Contractor shall chemical grout non-air tight service connections. Materials. All materials and procedures used in the cured-in-place pipe Rehabilitation process shall equal to or exceed the manufacturer's standards. The liner tube shall be fabricated to meet performance requirements as specified in, Finished and Cured Liner Properties, of this specification. Fiber Felt Tube System: The felt tube shall be a thermoplastic polyester or acrylic tube consisting of one or more layers of flexible needled felt or an equivalent woven and/or non-woven material capable of carrying resin, and with sufficient needling and cross-lapping and strength to withstand the installation pressures and curing temperatures. The felt tube to be furnished shall be compatible with the resin and catalyst systems to be utilized. The tube shall be free of tears, holes, cuts, foreign materials and other defects and will be subject to inspection by the City. The finished lining shall consist of an inner plastic coating and an outer polyester felt layer (or layers) impregnated with a thermosetting resin and fabricated to fit tight against the existing pipe wall. An allowance shall be made for circumferential stretching during inversion. SPECIAL PROVISIONS 17 Contractor shall determine the minimum tube length necessary to effectively span the designated run between manholes, unless otherwise specified. Contractor shall field verify the lengths in the field prior to impregnation of the tube with resin, to insure that the tube will have sufficient length to extend the entire length of run. Resin/Catalyst - The resin used shall be compatible with the rehabilitation process used, and designed for a wastewater environment. The resin shall be able to cure in the presence or absence of water, and the initiation temperature for cure shall be as recommended by the resin manufacturer and approved by the Engineer. The resin shall have sufficient thixotropic properties to obtain non-draining characteristics when impregnated into the fiber fabric. Unless otherwise specified or approved by the Engineer, the resin shall be a polyester system for typical residential sewage and shall be able to meet the service conditions specified for the tube system. For commercial, industrial, or other areas with a potential for sewage that affects polyester, epoxy or vinyl ester resin shall be required as determined by the City. The Engineer shall also be informed in advance, for verification and inspection of the resin material at the "wet out" of the tube. The inspection shall be at the discretion of the Engineer, which shall not relieve the Contractor of his responsibilities. The wet-out procedure shall utilize the resin and catalyst in sufficient quantities to ensure complete impregnation of the liner and provide the properties specified in Section 5.7.03.4, Finished and Cured Liner Properties. The catalyst system shall be compatible with the resin and other materials to be utilized in the rehabilitation process. Quantity and type of catalyst shall be selected based on the curing conditions and recommendations of the resin manufacturer. Liner Design Criteria - The Cured-In-Place Pipe thickness shall be calculated and designed upon the following physical conditions of the existing host pipe and per ASTM F1216, Appendix X.1: A. All pipes shall be considered fully deteriorated. B. All pipes shall be subjected to a soil load of 120 lbs. /cu. ft., with applicable live load, and water table two (2) feet below the top of the ground. C. Pipes in good condition shall have a minimum of 2 percent ovality in the circumference. A higher value of ovality shall be used if the pipe is deteriorated. D. Factor of safety (N) of 2.0 shall be used for calculations. Conditions A and/or B above may change after the initial TV report, if approved by the Engineer. The Engineer shall have the right to modify/change the required liner thickness, depending upon field conditions evident from the video tape(s) and/or tested product values. 5.7.03.4 - Finished and Cured Liner Properties - The finished cured-in-place pipe liner shall fit tightly and neatly against the existing pipe walls. The liner shall be fabricated from materials which, when cured, will be suitable for continuous service in sewerage environments containing hydrogen sulfide, carbon monoxide, carbon dioxide, methane, dilute (10 percent) sulfuric acid at an average wastewater temperature of 80°F, dilute (10 percent) phosphoric acid, petroleum hydrocarbons, gasoline, vegetable oil, tap water (pH 6.5 - 9), up to 1 hour per day exposure to 5 percent sodium hydroxide up to a pH of 11, moisture saturation, and external exposure to soil bacteria and chemical attack which may be due to materials in the surrounding ground or sewage within. The cured-in-place pipe system shall conform to and comply with the requirements above, and meet or exceed the minimum standard physical properties as follows: SPECIAL PROVISIONS 18 Installation. - The Contractor's operations to furnish and install the lining shall be in strict conformance with the component materials and manufacturer's recommendations. The host pipeline shall be cleaned and televised in accordance with the requirements of the CITY. The outside diameter of the tube being inserted shall be properly sized to allow for expansion so that the CIPP liner can fit tightly against the host pipe. The tube shall be installed through the existing manholes, in accordance with the manufacturer's recommendations and procedures. The finished pipe on mainline reaches shall be continuous over the entire length between manholes. A sealing material compatible with the liner shall be installed at the entrance to each manhole between the tube and the existing pipe to provide a watertight seal. The Contractor shall submit to the Engineer a detailed plan of construction including the installation procedures, equipment set-up, and the locations of the proposed access points for approval. The Contractor shall have an approved plan of construction prior to commencing any construction. During the curing process, the Contractor shall keep logs, charts and/or graphs of the liner temperatures at the upstream and downstream manholes to insure that proper temperatures and cure times have been achieved. These documents may be required by the Engineer at any time during and after the curing process. SPECIAL PROVISIONS 19 Immediately after curing of the tube and after testing, within the same working day, the Contractor shall reinstate all existing active service connections, without excavation, by means of an approved remote control cutting device from within the sewer. An initial relief hole shall first be cut on all services, followed by finish cutting to the approximate original size and shape. The service connection shall be brushed to remove rough edges, strings or other pipe defects that would prevent solids from flowing freely. The Contractor shall have a back-up remote control cutting device on site in case of malfunction. Any evidence of infiltration between the service connection and the existing pipe shall be corrected by the Contractor. The method of correction shall be submitted and approved by the Engineer. Testing. - After curing of the tube and before any service connections are reinstated, the Contractor shall perform the following hydrostatic exfiltration test on the tube to determine if it is watertight. Hydrostatic Exfiltration Test. - The leakage testing shall be in conformance with ASTM F1216. The test shall be conducted for a minimum of one hour. Pipe Samples Testing. - The Contractor shall prepare a minimum of one CIPP sample for testing per inversion in accordance with ASTM F1216 and ASTM F1743. Sample(s) shall conform to the following two methods: A. For host pipe diameters 18” and smaller, the sample should be cut from a section of cured CIPP at an intermediate manhole or at the termination point that has been inverted through a like diameter pipe which has been held in place by a suitable heat sink, such as sandbags. No work shall be performed until the Engineer has reviewed the layout. The samples for each of these cases should be large enough to provide a minimum of three specimens. The samples shall be tested by a certified independent third party testing laboratory. The lab shall provide the Engineer for approval with certified test results. The following test procedure shall be performed after the sample is cured and removed: A. Short-Term Flexural (Bending) Properties – The initial tangent flexural modulus of elasticity and flexural stress shall be measured for gravity and pressure pipe applications in accordance with ASTM D790 and should meet the short term flexural modulus and flexural strength values used in the thickness designs of the CIPP previously submitted. B. Wall thickness at any point shall not be less than 87.5 percent of the design thickness. Initial Pipe Cleaning & Video Inspection. - The Contractor as a first order of work shall video inspect the parallel existing 8-inch and 12-inch sanitary sewers within the limits for CIPP lining as shown on the plans. The Contractor shall locate all existing sewer laterals which are connected to the existing 8-inch sanitary sewer for connection and reestablishment on the existing 12-inch sanitary sewer to be lined with CIPP methods. The Contractor shall furnish the Engineer a DVD and written report of the inspection which clearly identifies beginning and ending location of video inspection work by City manhole number as indicated on the plans. The DVD and written report of the inspection shall clearly indicate the locations of each live and dead sewer laterals by station number. Contractor shall test all laterals using dye testing to confirm which laterals are live and which are dead. Contractor shall verify all sewer laterals that are identified to be reestablished are live and all sewer laterals that are identified not to be reestablished are dead. Dead or unused sewer laterals shall not be reconnected to the newly lined sewer line. Final Cleaning and Video Inspection. - After CIPP lining is complete and the services have been reinstated, the liner pipe shall be cleaned and video inspected in accordance with the Project Specifications. The Contractor shall repair all defects at no additional cost to the City. SPECIAL PROVISIONS 20 Warranty and Quality Assurance. - The Contractor shall provide to the City a warranty to be in force and effect for a period of two (2) years from the date of acceptance by the City. The warranty shall cause the Contractor to repair or remove and replace the liner should failure result from faulty materials or installation. Correction of failed liner or liner deemed unacceptable, as a result of the post video inspection and/or test reports for structural values, thickness, chemical resistance, etc., shall always be the responsibility of the Contractor, at no extra cost to the City. Method of correction/repair shall be approved by the City with prior field demonstration, if required. It shall be understood that minimum criteria of the specification shall not be lowered to compromise with lower than the required test values, unless approved in writing. The finished liner shall be continuous over the entire length of run between two manholes and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and delamination. The finished liner shall meet or exceed the requirements of the section in these specifications entitled, “Finished and Cured Liner Properties”. Wrinkles in the finished liner pipe which exceed 5 percent of the pipe diameter are unacceptable. Contractor shall remove either the liner or the wrinkled segments which exceed 5 percent of the pipe diameter. Additionally, any wrinkles that traverse the invert and impede flow shall be removed. Repair of the removed sections shall be proposed by the Contractor and approved by the Engineer. The Contractor shall carry out the operations in strict accordance with all applicable OSHA regulations. Particular attention is called to those safety requirements involving work on an elevated platform and entry into a confined space. All equipment and materials supplied under this section shall be warranted to be free from defects in materials and workmanship for a minimum of one (1) year following acceptance by the OWNER. Full compensation to the Contractor for furnishing all labor, materials, tools and equipment necessary to provide for the preparation of the existing sanitary sewer and installation of cured-in-place pipe (CIPP) liner, in those segments of the existing sanitary sewer depicted on the plans, shall be measured and payment made for each linear foot of CIPP liner installed, for each of the pipe diameters specified. Payment for re-establishing the live sanitary sewer laterals within CIPP sections shall be included in the unit price for this item. Add to Section 77-3.03D: Section 77-3.03D(1) New Manholes Construct manholes per engineering standards. All new manholes shall be coated with Sancon 100 or equal. Apply the coating after the manholes have been vacuum tested. The coating must be monolithic with no joints. The coating includes where the trough meets the invert of the pipe with a cut groove to terminate the coating. You must apply the coating in accordance with the manufacturer’s recommendations and per Section 7-3.03D(2). Contractor shall comply with Section 77-1 Excavation and Restoration. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to the construction / installation of new manholes is included in the payment for other bid items unless a bid item of work is shown on the bid item list. Section 77-3.03D(2) Manhole Rehabilitation Contractor shall completely clean, prepare and rehabilitate all manholes so designated on the plans in accordance with the following. In this specification section, the words “coating” (or “coatings”) and “lining” (or “linings”) are used interchangeably. Similarly, “to coat” is used interchangeably with “to line” (or other variations of these words). In this specification, unless otherwise specifically noted, the word “manhole” SPECIAL PROVISIONS 21 shall mean “sewer structure” and shall encompass sewer manholes, sewage lift station wet wells, sewer diversion structures, sewer junction structures, and other sewer structures. It also encompasses sewer pipes (or portions thereof) that are located within the sewer structure, but does not include sewer pipes (or portions thereof) that are located outside of the limits of the structure. “Rehabilitating” existing manholes and "applying corrosion protective coating" to those manholes shall include the following activities: • Cleaning the manhole and removing corroded/deteriorated materials from the manhole and otherwise preparing the manhole for one of the approved coating systems. • Applying one of the approved coating systems, as specified herein. • Testing the finished surface coating, as required herein. • Other related activities, as noted herein. Where designated in the plans, existing manholes shall be rehabilitated and an approved corrosion protective coating applied to their interior surfaces, as specified herein. The approved coating system (as specified herein) shall be applied to all exposed brick, concrete, grout, mortar, and cementious surfaces within the manhole, including unlined concrete pipes within the manhole, bench-to-pipe transitions, bench, risers, cones, adjusting rings, etc. Coating of the metallic manhole frame and cover shall not be required. The Contractor shall coat all manholes marked on the plans with a high-build polyurethane elastomer such as SANCON 100 or approved equal. The Contractor is responsible for inspecting the existing manholes for leaks or concrete failures. The Contractor shall repair manhole prior to coating by patch or chemical grouting in accordance with coating manufacture recommendation and as approved by the Engineer. Coating shall stop at the top of the cone or as directed by the Engineer. All pipe liner installation shall be completed prior to commencing any coating of manholes. The Contractor shall provide a smooth transition and tight seal without any annular gaps between the completed manholes and the completed sewer pipe. The Contractor shall Spark Test the new manhole per NACE RP0274 standards. Spark Test shall be witnessed by the Engineer. The Contractor shall terminate the coating at the spring line of the channel with a 1/4" cut groove. For those manholes that are connected to pipes to be lined with CIPP, the Contractor shall insure that the bench shall be formed to eliminate offsets where the lined pipe meets the manhole interior face and shall match incoming and outgoing pipes and provide a smooth, even transition where required. Maintenance of Service During Construction. - where approved plans and project specifications do not require sewer bypass pump-around for this project, sewer flows will be allowed to continue in the existing sewer lines during the manhole coating work identified in this section. The Contractor shall not impede or restrict said flows. In some cases, the City may (at the City’s sole discretion) be able to reduce flows in existing sewer lines by effecting upstream sewer diversions. Prior to working in manholes on existing sewer lines, the Contractor shall coordinate with the City to determine if the City desires to put said diversions into effect for one or more of the existing manholes in proximity to the subject manhole. If so, the Contractor shall coordinate with the City a minimum of 48 hours prior to working on said manholes so that the City’s Wastewater Collections staff can put said diversions into effect. The Contractor shall also notify the City when said diversions are no longer needed. Where plans or project specifications require sewer bypass pump-around for this project (whether specifically identified as being for the manhole rehabilitation and corrosion protective coating work or not) and if said sewer bypass pump-around removes flow from any manholes to be rehabilitated and/or coated as part of this project, said sewer bypass pump-around operations shall remain in effect unto the requirements of this specification are fully satisfied for those manholes. SPECIAL PROVISIONS 22 Materials shall be delivered to the site in factory sealed and labeled containers. Date of manufacture shall appear on each container. Materials shall be handled and stored according to the strictest requirements of the manufacturer and in accordance with all local, state and federal laws and regulations. At each manhole, the Engineer shall inspect and accept the work completed to-date at the completion of each of milestones listed below before the Contractor shall commerce work on the next milestone: • Completion of the cleaning and surface preparation activities required by these specifications. • Completion of all void-filling activities and underlayment application, prior to surface coating application. • Completion of the surface coating installation prior to testing. • Spark testing of the final surface coating as required by these specifications. • Final clean-up and inspection. The Contractor shall provide a written warranty to over workmanship and materials for each manhole coated with an approved corrosion protective coating for a period of not less than five (5) years from the date of final acceptance of the project. The warranty shall be delivered to the City prior to and as a condition of final acceptance for this project. By executing this contract, the Contractor certifies and agrees that any testing performed by the City during construction (e.g., spark testing, adhesion testing and/or other testing) shall not in any way modify the warranty, nor relieve the Contractor for responding to defects during the warranty period. Where plans or project specifications require modification and reconstruction of the manhole base, the existing bench shall be demolished and removed in compliance with Section 15 and Section 77. The new bench shall be formed to match incoming and outgoing pipes and provide a smooth, even transition where required. The Engineer shall notify the Engineer 48 hours prior to construction and provide the Engineer a plan clearly showing the transition lengths and widths of the proposed base reconstruction for review and approval prior to construction. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to manhole rehabilitation is included in the payment for other bid items unless a bid item of work is shown on the bid item list. Add to Section 77-3.03E Sewer Laterals: The Contractor shall be responsible to locate all existing sewer laterals and to re-establish all live sewer lateral connections. All sewer lateral connections shall be identified and located prior to pipe insertion. The Contractor shall provide the Engineer a report showing the locations, size and status (live or dead) of all sewer laterals connected to the main. The contractor shall dye test all sewer laterals that’s status (live or dead) is questionable or as directed by the Engineer. Notify the Engineer immediately upon discovering any lateral not shown, or any lateral that appears to be dry and out of service. Sewer laterals which shall be connected to new (N) or existing (E) sanitary sewer in compliance with engineering standard 6810 and Section 77. The point of connection to the existing lateral shall be made with Fernco Strong Back RC series repair coupling, or approved equal, as approved by the Engineer. Long radius bends shall be used for any necessary change of grade in the sewer laterals. The Contractor shall furnish the Engineer a shop drawing detailing the proposed sewer lateral connection for review and approval prior to initiating the work. For sewer laterals which will be connected to new or existing manholes, the service connections shall be made through a cored penetration of the manhole structure and installed per Engineering Standard 6610. SPECIAL PROVISIONS 23 For sewers laterals that have been identified by the Contractor as inactive (dead service) and verified by the CITY as a dead service, The Contractor shall abandon dead sewer lateral per Section 77. Pay item for laterals will not be reduced because of laterals determined to be out of service and capped off by City forces. Payment for all work necessary to reconnect live sewer laterals to the new sewer line including re-grading of existing sewer laterals within 5 horizontal feet of point of connection to new sewer line shall be included in the contract price per connection for Connect (E) Sewer Laterals and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in connecting sewer lateral to the new sewer line, complete in place, as shown on the plans, as specified in the Standard Specifications and in these Special Provisions and as directed by the Engineer and no additional compensation shall be allowed therefor. Replace 1st Paragraph Section 77-3.03F(1) With: Existing Manholes must be: 1. Adjusted to grade 2. Remodeled 3. Rehabilitated or 4. Abandoned As shown and in compliance with engineering standards and Section 15 Add to Section 77-3.03F(1) Existing Manholes: When the Contractor connects a new (N) sewer line to an existing (E) manhole, the Contractor shall core existing manholes to fit flexible connectors (KOR-N-SEAL or equal) per Engineering Standard 6610 of the Standard Specifications. Add to Section 77-3.03F(2) Abandonment Of Sewerlines: 77-3.03F(2)(a) Abandon and Plug Existing Sanitary Sewer Lateral or Main Where the plans indicate Plug and Abandon Existing Sanitary Sewer Lateral, Contractor shall cut off the sewer lateral at the main where identified on the plans and plug pipes with Class 3 concrete for a distance 3 feet into the pipe, away from the sewer main pipe. Where the plans indicate Plug and Abandon Existing Sanitary Sewer Main, Contractor shall cut off and legally dispose of sufficient length of pipe and plug pipes with class 3 concrete for a distance of 3 feet into the pipe. Provide the Engineer 48 hour notice prior to abandoning sewer laterals or mains. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to abandonment and plugging of existing sanitary sewer laterals and/or mains is included in the payment for other bid items unless a bid item of work is shown on the bid item list. 77-3.03F(2)(b) Abandon and Grout Existing Sanitary Sewer with Flowable Fill Where the plans indicate to Abandon and Grout Existing Sanitary Sewer with Flowable Fill, the work to be performed under this section shall include the abandonment in place of existing sanitary sewer by completely filling with flowable fill, as indicated on the Plans and specified in the Special Provisions. Flowable fill (abandonment grout) shall be controlled low-strength material consisting of fluid mixture of cement, fly ash, aggregate, water and with admixtures as necessary to provide workable properties. Placement of flowable fill may be by grouting techniques in sewer pipes or other restricted areas, or as mass placement by chutes or tremie methods in unrestricted locations with open access. Long-term hardened strength shall be within specified range. In this specification, the words “flowable fill” and “one sack sand/cement mixture” and “abandonment grout” are used interchangeably. SPECIAL PROVISIONS 24 The Contractor shall notify the Engineer a minimum of 48-hours prior to the abandonment of any sanitary sewer. The Contractor shall not begin any abandonment operations until the replacement sanitary sewer has been constructed, tested, and all service connections have been installed and approved by the Engineer. Reference Standards: 1. These Special Provisions 2. ASTM C150 – Standard Specification for Portland Cement. 3. ASTM C494 – Standard Specification for Chemical Admixture for Concrete. 4. ASTM C618 – Standard Specification for Fly Ash and Raw or Calcinated Natural Pozzolan for use as neral Admixture in Portland Cement Concrete. 5. ASTM C940 – Standard test Method for Expansion and Bleeding of Freshly Mixed grout for Replaced Aggregate Concrete in the Laboratory. 6. ASTM C1017 – Standard Specification for Chemical Admixture for Use in Producing Flowing Concrete. 7. ASTM C1107 – Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-Shrink). Submittals: 1. Submit flowable fill mix design report to Engineer. A. Flowable fill type and production method. Describe if fill will be mixed to final proportions and consistency in batch plant or if constituents will be added in transit mixer at placement location. B. Aggregate gradation of fill. Aggregate gradation of mix shall be used as pilot curve for quality control during production. C. Fill mix constituents and proportions including materials by weight and volume, and air content. Give types and amounts of admixtures including air entrainment or air generating compounds. D. Fill densities and viscosities, including wet density at point of placement. E. Initial time of set. F. Bleeding and shrinkage. G. Compressive strength. 2. Submit technical information for equipment and operational procedures including projected injection rate, grout pressure, method for controlling grout pressure, bulkhead and vent design and number of stages for grout application. Flowable Fill: 1. Design Mix Criteria. Provide design of one or more mixes to meet design criteria and conditions for placement. Present information required by 5.21.04, to include the following: A. Cement: ASTM C150 Type I or II. Volume and weight per cubic yard of fill. Provide minimum cement content of 50 pounds per cubic yard. B. Fly ash: ASTM C618, Class C or F. Volume and weight per cubic yard of fill. Provide minimum fly ash content of 200 pounds per cubic yard. C. Potable water: Volume and weight per cubic yard of fill. Amount of water determined by mix design testing. D. Aggregate gradation: 100 percent passing 3/8-inch sieve and not more than 10 percent passing No. 200 sieve. Mix design report shall define pilot gradation based on following sieve sizes: 3/8 inch, No. 4, 8, 16, 30, 50, 100 and 200. Do not deviate from pilot gradation by more than plus or minus 10 percentage points for any sieve for production material. SPECIAL PROVISIONS 25 E. Aggregate source material: Screened or crushed aggregate, pit or bank run fine gravels or sand, or crushed concrete. If crushed concrete is used, add at least 30 percent natural aggregate to provide workability. F. Admixtures: use admixtures meeting ASTM C494 and ASTM C1017 as needed to improve pumpability, to control time of set and to reduce bleeding. G. Fluidifier: Use fluidifier meeting ASTM C937 as necessary to hold solid constituents in suspension. Add shrinkage compensator if necessary. H. Performance additive: Use flowable fill performance additive, if needed, to control fill properties. 2. Flowable Fill Requirements: A. Unconfined compressive strength: minimum 75 psi and maximum 150 psi at 56 days as determined based on an average of three tests for same placement. Present at least three acceptable strength tests for proposed mix design in mix design report. B. Placement characteristics: self-leveling. C. Shrinkage characteristics: non-shrink. D. Water bleeding for fill to be placed by grouting method in pipes: not to exceed 2 percent according to ASTM C940. E. Minimum wet density: 90 pounds per cubic foot. 3. Grout Plugs: A. Cement-based dry-pack grout conforming to ASTM C1107, Grade B or C. Preparation: 1. Notify inspector at least 24-hours in advance of grouting with flowable fill. 2. Select fill placement equipment and follow procedures with sufficient safety and care to avoid damage to existing underground utilities and structures. Operate equipment at pressure that will not distort or imperil portions of the work, new or existing. 3. Cut and cap portions of the piping system to remain, as shown on the Drawings. 4. Clean sewer lines and video to identify connections and locate obstructions. Locate previously unidentified connections which have not been redirected or reconnected as part of the work and report them to the Engineer. During placement of fill, compensate for irregularities in sewer pipe, such as obstructions or open joints, to ensure no voids remain unfilled. 4. Perform demolition work prior to starting fill placement. Clean placement areas for pipes and manholes of debris that may hinder fill placement. Remove excessive amounts of sludge and other substances that may degrade performance of the fill. Do not leave sludge or other debris in place if filling more than 2 percent of placement volume. Dispose of waste material in accordance with applicable codes and regulations. 5. Remove free water prior to fill placement. Equipment: 1. Mix flowable fill in automated batch plant and deliver it to site in ready-mix trucks. Performance additives may be added at placement site if required by mix design. 2. Use concrete or grout pumps capable of continuous delivery at planned placement rate. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to abandonment and grouting of existing sanitary sewers with flowable fill is included in the payment for other bid items unless a bid item of work is shown on the bid item list. SPECIAL PROVISIONS 26 Add Section 77-3.03F(4) Sewer Cleanouts: Sewer Cleanouts must be: 1. Adjusted to grade, or 2. Abandoned As shown and in compliance with Engineering Standards and Section 15 Full compensation for work specified in 77-3.0.F(4) is included in the payment for other bid items. Add Section 77-3.03F(5) Removal of Sewer Lines: Removal of existing sewer lines shall comply with Section 15, Section 77 and the Engineering Standards. Full compensation for work specified in 77-3.0.F(5) is included in the payment for other bid items. Add Section 77-3.03I Re-grade Existing Sewer Lateral Re-Grade Existing Sewer Lateral must comply with Section 64 and Section 77. The work to be performed under this section necessary to re-grade existing sewer laterals to align with the new wye, in excess of 5 horizontal feet from the point of connection to the (N) sewer line, shall be paid by the lineal foot contract price for Re-grade (E) Sewer Laterals and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in correcting sewer lateral grade to the new sewer line alignment and connecting to the existing sewer lateral, complete in place, as shown on the plans, as specified in the Standard Specifications and in these Special Provisions and as directed by the Engineer and no additional compensation shall be allowed therefor. Contractor shall comply with Section 77-1 Excavation and Restoration. Add Section 77-3.03J Sewer Drop Sewer Drop must comply with Section 64 and Section 77, engineering standard detail 6620. For sewer laterals or sewer mains which will be connected to existing, new or rehabilitated manholes with a drop, as indicated on the plans, the connections shall be made through a cored penetration of the manhole structure and shall be per Engineering Standard 6620 of the Standard Specifications. The work to be performed under this section will include the reconnection of sewer laterals or sewer mains to the existing (or rehabilitated) manhole including re-grading of (E) sewer laterals within 10 horizontal feet of point of connection to the new (or rehabilitated) manhole as shown on the plans, as specified in the Standard Specifications and in the Special Provisions and as directed by the Engineer and no additional compensation shall be allowed therefore. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to the construction / installation of new (N) sewer drops is included in the payment for other bid items unless a bid item of work is shown on the bid item list. Add to Section 77-3.04 Thrust blocks and encasement are measured and paid for as part of the unit price for the size and type of pipe installed. APPENDICES 27 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications, Engineering Standards, Special Provisions, and any Addenda. 2. Accepted Bid. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. APPENDICES 28 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation Katie Lichtig, City Manager APPROVED AS TO FORM CONTRACTOR J. Christine Dietrick City Attorney NAME OF COMPANY NAME OF CAO/PRESIDENT Rev. 12-28-09 APPENDICES 29 RAILROAD RELATIONS AND INSURANCE REQUIREMENT This project includes construction work within the Right-of-Way and/or properties of the Union Pacific Railroad Company (UPRR) and adjacent to tracks, wire lines and other facilities. This section describes the special requirements for coordination with UPRR when work by the Contractor will be performed upon, over or under the UPRR Right-of-Way or may impact current or future UPRR operations. The Contractor will coordinate with UPRR while performing the work outlined in this Contract, and shall afford the same cooperation with UPRR as it does with the District. All submittals and work shall be completed in accordance with UPRR Guidelines and AREMA recommendations as modified by these minimum special requirements or as directed in writing by the UPRR Designated Representative. For purposes of this project, the UPRR Designated Representative shall be the person or persons designated by the UPRR Manager of Industry and Public Projects to handle specific tasks related to the project. The Contractor’s attention is directed to special Section 5.2.04, “Railroad Safety Orientation,” regarding the online safety class required for all personnel, Section, 5.2.05, “UPRR Representatives,” regarding scheduling and requirements for flagmen services, and Section 5.2.08, “Construction Excavation,” regarding UPRR submittal requirements and timing for the temporary track protection shoring design and submittal, and fiber optic cable “call before you dig” phone number and information. The Contractor shall perform all work in compliance with all applicable UPRR rules and regulations. The Contractor shall arrange and conduct all work in such manner and at such times as shall not endanger or interfere with the safe operation of the tracks and property of UPRR and the traffic moving on such tracks, or the wires, signals and other property of UPRR, its tenants or licensees, at or in the vicinity of the work. UPRR shall be reimbursed by Contractor for train delay costs and lost revenue claims due to any delays or interruption of train operations resulting from Contractor’s construction work or other activities. City of San Luis Obispo will not be responsible for any delay or cost associated with the delay of any Contractor’s responsibilities associated with work within the UPRR right of way. All personnel employed by the Contractor and all subcontractors must complete the UPRR course “Orientation for Contractor’s Safety”, and be registered prior to working on UPRR property. This orientation is available at www.contractororientation.com. This course is required to be completed annually. UPRR representatives, conductors, flag persons or watch persons will be provided by UPRR at expense of the Contractor. UPRR will furnish such personnel or other protective services as follows: 1. Performance of any work by the Contractor in which person(s) or equipment will be within twenty- five (25) feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to, a crane boom) will reach within twenty-five (25) feet of any track, may require railroad flagging services or other protective measures. Contractor shall give at least ten (10) days advance notice to UPRR before commencing any such work, so that the UPRR may determine the need for flagging or other protective measures to ensure the safety of the railroad’s operations. Any costs associated with failure to abide by these requirements will be borne by the Contractor. The Contractor shall arrange with the UPRR Designated Representative to provide the adequate number of flag persons to accomplish the work. 2. For any excavation below elevation of track subgrade if, in the opinion of UPRR’s Designated Representative, track or other UPRR facilities may be subject to settlement or movement. 3. During excavation or grading in proximity to UPRR facilities, which, in the opinion of UPRR’s Designated Representative, may endanger UPRR facilities or operations. APPENDICES 30 The primary UPRR Designated Representative and point of contact for flagging services is: Javier Sanchez Manager of Track Maintenance Office: (402) 233-1711 Cell: (805) 249-0959 GENERAL CRITERIA FOR WORKING WITHIN THE UPRR RIGHT-OF-WAY A. All excavations shall be in compliance with applicable OSHA regulations and shall be shored where there is any danger to tracks, structures or personnel regardless of depth. B. The following Emergency Railroad phone number shall be posted at the job site prior to the commencement of any work: 1-888-877-7267 C. The Contractor shall abide by the following minimum temporary clearances during the course of construction: 12’ – 0” horizontal from centerline of track 21’ – 0” vertically above top of rail. D. No work is allowed within 50 feet of the track centerline when a train passes the work site, and all personnel must clear the area within 25 feet of the track centerline and secure all equipment when trains are present. E. The Contractor’s attention is directed to the presence of buried and exposed fiber optic cables located alongside of the railroad tracks. The Contractor shall protect these cables in place during construction. The Contractor shall contract UPRR at least 48 hours prior to commencing work. Refer to Section 5.2.08, “Construction Excavation,” for “call before you dig” fiber optic cable contact information. F. All removed soils will become the responsibility of the Contractor and shall be disposed of outside the Railroad right of way according to the applicable Federal, State and Local regulations. G. The Contractor is responsible for protecting all railroad structures from contamination and damage. Any damage to Railroad property shall be reported immediately to the Railroad representative in charge of the project and to the Railroad Manager of Track Maintenance (MTR) Javier Sanchez. H. The most stringent project specifications of the Public Utilities Commission Orders, Department of Industrial safety, OSHA, FRA, AREMA, BNSF, UPRR or other governmental agencies shall be used. I. Contractor shall, upon completion of the work to be performed by Contractor leave the Right-of- Way in a clean and presentable condition to satisfaction of UPRR. J. All work upon UPRR’s Right-of-Way shall be done at such times and in such manner so as not to interfere with or endanger the operations of UPRR. Whenever work may affect the operations or safety of trains, the method of doing such work shall first be submitted to UPRR’s Designated Representative for approval, but such approval shall not relieve the Contractor from liability. Any work to be performed by the Contractor, which requires flagging and/or inspection service, shall APPENDICES 31 be deferred until the flagging protection required by UPRR is available at the job site. RAILROAD OPERATIONS A. The Contractor shall be advised that trains and/or equipment are expected on any track, at any time, in either direction. Contractor shall become familiar with the train schedules in this location and structure its bid assuming intermittent track windows in this period, B. All railroad tracks within and adjacent to the Contract Site are active, and rail traffic over these facilities shall be maintained throughout the Project. Railroad traffic and operations will occur continuously throughout the day and night on these tracks and shall be maintained at all times as defined herein. The Contractor shall coordinate and schedule the work so that construction activities do not interfere with railroad operations. C. Work windows for this Contract shall be coordinated with the District’s and the UPRR’s Designated Representatives. CONSTRUCTION EXCAVATION A. The Contractor shall be required to take special precaution and care in connection with excavating and shoring. Excavations for construction of footings, piers, columns, walls or other facilities that require shoring shall comply with requirements of OSHA, AREMA and UPRR “Guidelines for Temporary Shoring”. B. The Contractor shall contact UPRR’s “Call Before Your Dig” at least 48 hours prior to commencing work at: 1-800-336-9193 (a 24 hour number) to determine location of fiber optics. If a telecommunications system is buried anywhere on or near UPRR property, the Contractor will co-ordinate with UPRR and the Telecommunication Company(ies) to arrange for relocation or other protection of the system prior to beginning any work on or near UPRR property. C. Prior to commencing any work, the Contractor shall submit for approval by UPRR detailed plans indicating the nature and extent of the temporary track protection shoring system proposed. The Contractor shall install the temporary track protection shoring system per the approved plans. Design of the temporary track protection shoring system shall comply with the UPRR “Guidelines for Temporary Shoring,” shall be accompanied by design calculations. Temporary track protection shoring design plans and calculations shall be signed and stamped by a Professional Engineer registered in the State of California. UPRR “Guidelines for Temporary Shoring” can be found at the following website: http://www.uprr.com/aboutup/operations/specs/shoring/index.shtml D. The Contractor will be responsible for any and all cost associated with the review of plans by the Railroad. Review of design submittals by the Railroad will require a minimum of four (4) weeks. To avoid impacting the construction schedule, the Contractor must schedule submittals well in advance. Partial, incomplete or inadequate designs will be rejected, thus delaying the approval. Revised submittals will follow the same procedure as the initial submittal until all issues are resolved. Submit a minimum of three sets of shoring plans and two sets of calculations with manufacturers’ specifications. APPENDICES 32 UPRR MINIMUM SAFETY REQUIREMENTS Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of the work pursuant to this agreement. As reinforcement and in furtherance of overall safety measures to be observed by the Contractor (and not by way of limitation), the following special safety rules shall be followed: A. The Contractor shall keep the job site free from safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job. The Contractor shall have proper first aid supplies available on the job site so that prompt first aid services can be provided to any person that may be injured on the job site. The Contractor shall promptly notify the railroad of any U.S. Occupational Safety and Health Administration reportable injuries occurring to any person that may arise during the work performed on the job site. The Contractor shall have a non-delegable duty to control its employees, while they are on the job site or any other property of the railroad, to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage or illegally obtained drug, narcotic or other substance. B. Employees of the Contractor shall be suitably dressed to perform their duties safely and in a manner that will not interfere with their vision, hearing, or free use of their hands or feet. Only waist length shirts with sleeves and trousers that cover the entire leg are to be worn. If flare- legged trousers are worn, the trouser bottoms must be tied to prevent catching. Employees should wear sturdy and protective footwear. Employees shall not wear boots (other than work boots), sandals, canvas type shoes, or other shoes that have thin soles or heels that are higher than normal. In addition, the Contractor shall require its employees to wear personal protective equipment as specified by railroad rules, regulations, or railroad officials overlooking the work at the job site. In particular, the protective equipment to be worn shall be: 1. Protective head gear that meets American National Standard Z89.1 – latest revision. It is suggested that all hard hats be affixed with Contractor's or subcontractor's company logo or name. 2. Eye protection that meets American National Standard for occupational and educational eye and face protection, Z87.1 – latest revision. Additional eye protection must be provided to meet specific job situations such as welding, grinding, burning, etc. 3. Hearing protection which affords enough attenuation to give protection from noise levels that will be occurring on the job site. C. All heavy equipment provided or leased by the Contractor shall be equipped with audible backup warning devices. D. If in the opinion of the railroad representative any of the Contractor's or any of its subcontractor's equipment is unsafe for use on the railroad's right of way, the Contractor, at the request of the railroad representative, shall remove such equipment from the railroad's right of way. In live track operations, a distance of 20 feet from track must be maintained unless the contract necessitates working in close proximity to the track. When doing so, the Contractor’s employees and equipment must first have authorization of Union Pacific Railroad. When so authorized where work is in close proximity to tracks, a Union Pacific Railroad flagman must be present. E. The Contractor and its employees must be familiar with procedures to clear men and equipment from track area for approaching trains. In addition, the following safety procedures shall be adhered to by all of Contractor’s employees: 1. Always be on the alert for moving equipment while working near any railroad tracks or APPENDICES 33 facilities. 2. Do not step or walk on the top of the rail, frog, switches, guard rails or other track components. 3. In passing around ends of standing cars, engines, railroad machinery, and other on-track equipment, leave at least one rail car length (50 feet) between yourself and the end of the equipment. 4. Avoid walking or standing on track at any time. 5. When it is necessary to walk or work on track, always keep a sharp lookout in both directions for approaching trains. 6. Before stepping or crossing tracks, look in both directions first. The same is true when walking around machinery and equipment on and about the tracks. 7. Do not sit on, lie under, or cross between cars except as required in performance of your duty, and only when track and equipment are under proper protection. 8. In multiple track territory, do not stand on one track while a train is passing on another. UPRR AGREEMENT GEOTECHNICAL REPORT