Loading...
HomeMy WebLinkAboutStafford Kentucky Sewerline Replacement Spec No 91265 Specifications SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Stafford/Kentucky Street Sewer Line Replacement Specification No. 91265 February 2019 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Stafford/Kentucky Street Sewer Line Replacement Specification No. 91265 Approval Date: April 2, 2019 February 1, 2019 April 2, 2019 TABLE OF CONTENTS NOTICE TO BIDDERS .............................................................................................................................. V  BID SUBMISSION ..................................................................................................................................... V  BID DOCUMENTS ................................................................................................................................... VI  PROJECT INFORMATION....................................................................................................................... VI  QUALIFICATIONS ................................................................................................................................... VII  AWARD .................................................................................................................................................... IX  ACCOMMODATION ................................................................................................................................. IX  BID FORMS ............................................................................................................................................... A  BID ITEM LIST FOR STAFFORD / KENTUCKY STREET SEWER LINE REPLACEMENT PROJECT SPECIFICATION NO. 91265 ................................................................................................................. A  LIST OF SUBCONTRACTORS ................................................................................................................ D  PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ............................................................... E  PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE .......................................................... E  PUBLIC CONTRACT CODE SECTION 10232 STATEMENT .................................................................. E  LABOR CODE SECTION 1725.5 STATEMENTS .................................................................................... E  NON-COLLUSION DECLARATION ......................................................................................................... G  BIDDER ACKNOWLEDGEMENTS .......................................................................................................... H  QUALIFICATIONS ...................................................................................................................................... I  ATTACH BIDDER'S BOND TO ACCOMPANY BID .................................................................................. J  SPECIAL PROVISIONS ............................................................................................................................ 0  DIVISION I GENERAL PROVISIONS ....................................................................................................... 0  1 GENERAL ........................................................................................................................................... 0  2 BIDDING ............................................................................................................................................. 0  3 CONTRACT AWARD AND EXECUTION ........................................................................................... 0  4 SCOPE OF WORK ............................................................................................................................. 1  5 CONTROL OF WORK ........................................................................................................................ 1  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 3   9 PAYMENT ........................................................................................................................................... 3  DIVISION II GENERAL CONSTRUCTION ............................................................................................... 3  10 GENERAL ......................................................................................................................................... 3  13 WATER POLLUTION CONTROL ..................................................................................................... 4  14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 4  15 EXISTING FACILITIES ..................................................................................................................... 6  DIVISION III EARTHWORK AND LANDSCAPE ....................................................................................... 7  17 GENERAL ......................................................................................................................................... 7  19 EARTHWORK ................................................................................................................................... 7  DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 7  73 CONCRETE CURBS AND SIDEWALKS ......................................................................................... 7  77 LOCAL INFRASTRUCTURE ............................................................................................................ 7  FORM OF AGREEMENT ........................................................................................................................ 29  UPRR RELATIONS AND INSURANCE REQUIREMENTS .................................................................... 33  UPRR SUPPLEMENTAL & ORIGINAL AGREEMENTS ......................................................................... 34  NOTICE TO BIDDERS NOTICE TO BIDDERS V NOTICE TO BIDDERS 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 May 9, 2019 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Stafford/Kentucky Street Sewer Line Replacement, Specification No. 91265 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: 1. certified check 2. cashier's check 3. 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 based on 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. For definition of the determination of the lowest responsive bid, please refer to the “Award” section below in this Notice to Bidders. 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. NOTICE TO BIDDERS NOTICE TO BIDDERS VI BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals 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: 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: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents A printed copy may be obtained by paying a non-refundable fee 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, Hai Nguyen at (805)781-7108 or the 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: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, this project consists of the abandonment of a segment of existing 6” VCP municipal sanitary sewer line, including a segment underneath the Union Pacific Railroad (UPRR) right-of-way. The abandoned segment will be replaced with new 8” HDPE pipe NOTICE TO BIDDERS NOTICE TO BIDDERS VII installed using conventional trench and backfill methods, with the segment beneath the UPRR right-of-way to be installed using jack and bore methods. Other work will include the replacement of an existing 6” VCP segment of sanitary sewer with new 8” HDPE pipe using pipe bursting methods. In addition, there will be installation of new cure-in-place pipe (CIPP) within a multiple segments of existing 6” VCP gravity sewer main and manhole rehabilitation. The project estimated construction cost and contract time established for the project is a follows: BASE BID: $565,000 45 working days ADDITIVE ALTERNATIVE “A” $203,000 35 working days TOTTAL PROJECT BID (BASE BID + ADD ALT. “A”): $768,000 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 at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm 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 required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. 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 have been completed within the last five years from this project’s bid opening date. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. Two of the referenced projects must be for jack and bore, CIPP, or pipe bursting work. If this work is proposed as subcontractor work, then two reference projects must be provided to the City within 5-days after the bid opening. NOTICE TO BIDDERS NOTICE TO BIDDERS VIII 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. NOTICE TO BIDDERS NOTICE TO BIDDERS IX If the 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. AWARD The lowest bidder will be determined in compliance with Public Contract Code Section 20103.8(c) with the Publicly Disclosed Funding Amount of $547,176 using either:  TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” is less than $547,176; or  BASE BID, if Base Bid is less than $547,176 and Base Bid + Add. Alt. “A” is greater than $547,176. 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 Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation. BID FORMS A BID FORMS 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 STAFFORD / KENTUCKY STREET SEWER LINE REPLACEMENT PROJECT SPECIFICATION NO. 91265 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 9 Mobilization / Demobilization LS 1 2 7 Comply with OSHA LS 1 3 14 APCD Permit and Compliance LS 1 4 3,5 Caltrans Permit and Compliance LS 1 5 5 Comply with UPRR ROW Encroachment Permit LS 1 6 13 Comply with WPCP LS 1 7 7,77 Traffic Control LS 1 8 77 By-Pass Pumping LS 1 9* 19 Rock Excavation CY 20 10 77 Abandon and Grout (E) Sanitary Sewer with Flowable Fill LF 123 11 77 Clean & Rehabilitate (E) Sewer Manhole EA 1 12 15 Remove & Dispose of (E) Sewer Manhole EA 3 13 77 Install (N) Sewer Manhole with (N) Frame & Cover EA 5 14 77 Connect Live Sewer Lateral to Sewer Main (Note: CIPP Lateral Connections Not Included in this Pay EA 13 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) Item – they are separate and in the Add Alternate Portion of Work) 15 77 Abandon and Plug (E) Sewer Pipe or Lateral EA 18 16 77 Furnish and Install 8-inch HDPE SDR 17 Sewer LF 276 17 77 Furnish & Install 8-inch HDPE SDR 17 Sewer with Pipe Bursting Methods LF 341 18 77 Furnish & Install 8-inch HDPE SDR 17 Sewer Pipe Encased in 24 Inch Schedule 40 Steel Pipe with Jack and Bore Methods LF 100 19 77 Re-Grade, Install (N), and Connect (E) Sewer Lateral Beyond 5-feet LF 54 20 14 Health & Safety Plans (HSP) – Contingent Upon Encountering Contaminated Soils (Note: required HSP for CIPP included in CIPP items of work & not included in this pay item) LS 1 21 14 HSP Implementation and Area Monitoring – Contingent Upon Encountering Contaminated Soils (Note: Monitoring for CIPP included in CIPP items of work & not included in this pay item) DAYS 20 22 14 Excavation, Containment, and Stockpiling of Non- Contractor Contaminated Soils – Contingent Upon Encountering Contaminated Soils CF 1000 Base Bid Total (Items 1 through 22) $ ADD ALTERNATE A (CIPP portion of work – Line B and Line A from STA 07+18.87 to end of Line A) 23 Traffic Control for Line B and Line A (From STA: 07+18.87 to end of A). LS 1 24 By-Pass Pumping for Line B and Line A (From STA: 07+18.87 to end of A). LS 1 25 Clean & Rehabilitate (E) Sewer Manhole EA 5 BID FORMS BID FORMS C Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 26 Furnish and Install 6-inch CIPP (Cure-In-Place-Pipe) Sewer LF 1490 27 Replace Frame and Cover on a Rehab Manhole EA 3 28 Point repair (including complete remove and replace) EA 1 Add Alternate A Total (Items 23 through 28) $ Total Project Bid = (Base Bid + Add Alternate A) $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. Other specifications sections may apply, and absence of the number listed here does not relieve the contractor from compliance with the full contract documents. *Refers to bid item exempt from Section 9-1.06 of the Standard Specifications. BID FORMS 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 submitted 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 required to pay prevailing wage, 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 DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. BID FORMS 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 state 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 BID FORMS BID FORMS F 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 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 BID FORMS G NON-COLLUSION 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 BID FORMS H 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 accompanying 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) DIR– Public Works Registration No: 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 BID FORMS I 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? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ BID FORMS BID FORMS J 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 0 SPECIAL PROVISIONS 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, Department of Public Works: 1. Stafford/Kentucky Street Sanitary Sewer Replacement Project Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2018 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition 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 a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General 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 CONTRACT EXECUTION with: (for accelerated work) Upon notification of project award, return: 1. executed contract SPECIAL PROVISIONS 1 2. insurance 3. contract bonds within five business days after the bidder receives the contract. Add Section 3-1.18B Caltrans Encroachment Permit Compliance with the Caltrans Encroachment permit and traffic control shall conform to the provisions of Section 12 “Temporary Traffic Control”, of the Standard Specifications and these Special Provisions The lump sum contract price paid to comply with Caltrans Encroachment Permit shall include full compensation for furnishing all labor, materials, tools equipment, personnel, and for doing all the work involved to comply with all Caltrans encroachment permit requirements. The contract price shall also include the application fee of $000.00 for obtaining a double permit for Encroachment Permit 0519 NUL 0044. See Appendix C for additional information. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Section(s) 5,6,7,8,9,10,11,12,13,14,15,16,73,77,90 & 91for general, material, construction, and payment specifics. 5 CONTROL OF WORK 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 SPECIAL PROVISIONS 2 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. 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 PUBLIC CONVENIENCE, Traffic Control Plan Working within private property is restricted to the working hours of Monday through Friday from 9:00 AM to 4:00 PM. All other work must be completed during normal working hours of Monday through Friday 7:00 AM to 4:00 PM. The Traffic Control Plan must show two-way traffic being maintained at all times. Work within Caltrans right-of-way is subject to the requirements of the Caltrans permit. It is the responsibility of the Contractor to obtain a night work permit from the Community Development Department four (4) weeks in advance of night work for jacking operations. See Section 77-3.03A(4) Jack and Bore Installation. 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: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Contractor shall prepare a Traffic Control Plan which meets the requirements of the City right-of-way encroachment permit. The temporary traffic control 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. SPECIAL PROVISIONS 3 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 while there is an open trench. If traffic control is required after sunset, lights/flashing beacons shall be required. For work impacting California Blvd., the Contractor shall maintain one (1) lane in both directions at all times. Twelve (12) foot minimum lane widths shall be maintained for all open lanes of traffic. Additionally, a changeable message sign shall be installed and operational 48 hours prior to closing any thru-lane on California Blvd. 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. No restrictions to traffic flow either entering or exiting Highway 101 on the on-ramp and off-ramp, in the vicinity of the Kentucky – Taft intersection shall be permitted at any time. 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 to restore free flowing of traffic. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. Add to Section 8-1.03 Pre-Construction Conference In addition to those listed in the City Standard Specifications, provide the following submittals at the preconstruction meeting: 14. by-pass pumping plan 15. health and safety plan per 14-9.02 and 14-11.02F 16. Proof of submittal of APCD permit and approval schedule 17. Structural calculations for each CIPP liner size 9 PAYMENT Add to Section 9-1.16D Mobilization/Demobilization 9-1.16(3): The maximum bid amount for mobilization/demobilization shall be three percent (3%) of the total base bid amount. DIVISION II GENERAL CONSTRUCTION 10 GENERAL Add Section 10-1.05 Portable Restrooms SPECIAL PROVISIONS 4 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. 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: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-9.02 AIR POLLUTION CONTROL, General: 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/government/department-directory/public-works/documents- online/construction-documents 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 Section 14-9.02A AIR POLLUTION CONTROL, Construction: 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 Section 14-9.02C AIR POLLUTION CONTROL, Payment: 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 Section 14-9.03 AIR MONITORING SPECIAL PROVISIONS 5 When steam cured CIPP method is utilized, or chemicals are injected into the waste water system, or when VOCs are encountered, you are responsible to: 1. monitor 2. record 3. report PID (photoionization detectors) readings taken every hour during the work in the contamination zone or as directed by the Engineer. Use the appropriate correction factor and set alarm level for the PID; Cal OSHA Permissable Exposure Level is 50 ppmv (8- hour TWA, Time Weighted Average) for workers. Cal EPA Office of Environmental Health Hazard Assessment’s acute reference exposure level for residential and building occupants is 4.9 ppmv, utilizing the Cal OSHA air monitoring levels specified. Work should cease in PID or FID (flame ionization detector) reading exceeds permissible exposure levels. Work may commence once FID readings are within acceptable limits as verified by the Engineer. The materal SDSs (Material Safety Data Sheet) list some, but not all, the chemicals you could be exposed to while working. Ensure safety data sheets and the chemical information for the CIPP method utilized is readily available for the duration of the project. Appropriate Personal Protective Equipment (PPE) must be used. Gloves with chemical resistance should be used and the product supplier should be consulted. Review the CIPP material SDS for appropriate PPEs and handling. Contractor must ventilate in the downstream manhole at the end of the line. Contractor is responsible to conduct air monitoring in sewer laterals when chemical emission plumes are detected. Contractor must prepare a Health and Safety Plan (HSP) in accordance with the City’s standard specifications Section 14-11.01A. Absence of an odor does not mean chemicals were not released; chemicals may be present that are odorless. Report all interactions with residents who complain about odors or illness to the health department immediately. If a building becomes or is suspected to have been contaminated, contact the City’s fire department and San Luis Obispo County health department. Inform the Engineer of any complaints from residents or the public. Provide residents nearby health department contact information to report problems. Direct any persons that contact you about odors or health complaints to the health department. Full compensation for the APCD compliance and full compliance with applicable engineering standards and environmental regulations specifically associated with the CIPP work is included in the payment for the Add Alternate bid items and no further payment will be made. Add to Section 14-11.03 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 of the City and SPECIAL PROVISIONS 6 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 14-11.07 of the City and Standard Specifications. 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 bid list schedule. Payment for the transport and disposal of the contaminated soils from the stockpile site shall be by the City. 15 EXISTING FACILITIES Replace Section 15-2.05B Abandon Manholes With: Abandonment of sewer manholes and cleanouts must comply with the applicable provisions of Section 15, Section 77 and Engineering Standard 6050. 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 Contractor and shall be disposed of properly. 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. SPECIAL PROVISIONS 7 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. DIVISION III EARTHWORK AND LANDSCAPE 17 GENERAL Replace Section 17-2.04 PAYMENT with: Full compensation for work specified in Section 17 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 Add to Section 19-1.03B: 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 of unsuitable material including rock, within contract work area and limits and for which there is no separate pay item, is paid for in other items on the Bid Item List. Removal of unsuitable material outside contract work area and limits, as directed by the Engineer, will be paid by force account. For the purpose of this contract, bedrock will be defined as firm, hard bedrock which when tested under ASTM D1586, must yield a blow count of 50 blows or greater per 3 inches of penetration. If blow count is less than 50 per 3 inches of penetration, testing will be at the Contractors expense. Otherwise the City will pay for blow count testing. DIVISION VIII MISCELLANEOUS CONSTRUCTION 73 CONCRETE CURBS AND SIDEWALKS 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. 77 LOCAL INFRASTRUCTURE Add to Section 77-1.01 General Excavation and restoration includes removal of concrete. SPECIAL PROVISIONS 8 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, 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 77-3.02B Joints and Fittings for HDPE must be of the same manufacturer as the pipe. 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 SPECIAL PROVISIONS 9 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. 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 SPECIAL PROVISIONS 10 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) 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 Provisions 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) 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 4. E. American National Standards Institute (ANSI) 1. ANSI/AWS D1.1 – Structural Welding Code – Steel SPECIAL PROVISIONS 11 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. 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. E. Casing End Closures 1. End seals shall be GPT Industries Model S with stainless steel clamps or approved equal. SPECIAL PROVISIONS 12 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 shored with steel sheet piling or other suitable materials that shall be of adequate strength. Braced steel or 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 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 with native material and compacted per the City Standard Specifications immediately after jacking, pipe installation, grouting and filling has been completed. All piping and other underground utilities shall be bedded in accordance with the requirements of each affected utility. 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 13 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. Grout holes must be placed at 8-feet on center, longitudinally and offset 22 degrees from vertical, and staggered to the left and right of the top longitudinal axis of the pipe. Grout pressure must not exceed 5 psig for duration sufficient to fill all voids. 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. SPECIAL PROVISIONS 14 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. 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 City will perform a CCTV inspection of the carrier pipe to verify the grade after the gravity operation is complete. 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. A rubber casing seal must 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 24-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, SPECIAL PROVISIONS 15 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; groundwater control; 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. 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 SPECIAL PROVISIONS 16 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. I. 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. 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. SPECIAL PROVISIONS 17 Resin/Catalyst – The resin shall comply with the NSF/ANSI 61 standards. 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 as specified in ASTM 1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP). 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. The rehabilitation of pipelines shall be done by the installation of a resin-impregnated flexible tube which, when cured, shall be continuous and tight-fitting throughout the entire length of the original pipe. The CIPP shall extend the full length of the original pipe and provide a structurally sound, jointless and water-tight new pipe within a pipe. The Contractor is responsible for proper, accurate and complete installation of the CIPP using the Type A inversion process in compliance with ASTM F1216 and ASTM 1743. SPECIAL PROVISIONS 18 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: 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, at temperature 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 ensure that proper SPECIAL PROVISIONS 19 temperatures and cure times have been achieved. These documents may be required by the Engineer at any time during and after the curing process. 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. SPECIAL PROVISIONS 20 Initial Pipe Cleaning & Video Inspection. - The Contractor as a first order of work shall video inspect the existing sanitary sewer 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 6- inch sanitary sewer for connection and reestablishment on the existing 6-inch sanitary sewer to be lined with CIPP methods. Clean (E) sewer pipe prior to CIPP installation in compliance with 77-3.03H Cleaning. The sewer line must be cleaned as to render the sewer line to 95% of its original capacity and allow passage of inspections, testing and sealing equipment. The CCTV inspection work must be completed by certified National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP) trained operator(s) using established PACP coding and observations or other acceptable format. 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. 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 SPECIAL PROVISIONS 21 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 all CCTV, cleaning, and all other preparation as outlined 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 and applicable. 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, including, but not limited to AC, base, backfill, frame, cover, new manhole, base, and for doing all work related to the construction / installation of new manholes per these specifications and the standard specifications is included in the payment for Bid Item 13, Install (N) Sewer Manhole with (N) Frame & Cover. 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 specificat ion 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” 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 SPECIAL PROVISIONS 22 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 cementitious 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 directed 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. SPECIAL PROVISIONS 23 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. 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. Payment for all work necessary to rehabilitate an existing manhole shall be included in the contract price for the Bid Item for Rehabilitate (E) Sewer Manhole and shall include full SPECIAL PROVISIONS 24 compensation for furnishing all labor, materials, tools, equipment, and incidentals, 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. 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 between the existing lateral and the main 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. All new lateral connections shall be made prior to lining work and any projecting laterals shall be removed from inside the main. Laterals shall be cut open upon completion of the lining. 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. No payment shall be made for laterals that are determined to be out of service. 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 SPECIAL PROVISIONS 25 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. 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. SPECIAL PROVISIONS 26 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. 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. SPECIAL PROVISIONS 27 F. Admixtures: use admixtures meeting ASTM C494 and ASTM C1017 as needed to G. improve pumpability, to control time of set and to reduce bleeding. H. Fluidifier: Use fluidifier meeting ASTM C937 as necessary to hold solid constituents in suspension. Add shrinkage compensator if necessary. I. 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. 5. 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. 6. 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. SPECIAL PROVISIONS 28 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 Bid item Abandon and Grout (E) Sanitary Sewer with Flowable Fill. Add Section 77-3.03F(4) Sewer Cleanouts: Sewer Cleanouts must be: 1. Adjusted to grade, or 2. Abandoned if dead/unused 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 therefore. 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 SPECIAL PROVISIONS 29 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 Payment Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work related to Section 77 and shown on the plans and Engineering Standards shall be included in the various items of work as designated in the Bid Items listed in the Bid Schedule and no additional payment shall be made. APPENDICES 29 FORM OF AGREEMENT APPENDICES 30 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. APPENDICES 31 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 and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of AGENCY, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. APPENDICES 32 ARTICLE V. 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 __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT APPENDICES 33 UPRR RELATIONS AND INSURANCE REQUIREMENTS APPENDICES 34 RAILROAD RELATIONS AND INSURANCE REQUIREMENTS 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 33 APPENDICES 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. 34 APPENDICES UPRR SUPPLEMENTAL & ORIGINAL AGREEMENTS 35 APPENDICES CALTRANS PERMIT GEOTECHNICAL REPORT SOILS ENGINEERING REPORT STAFFORD/KENTUCKT SEWER LINE JACK AND BORE CONSTRUCTION BENEATH UPRR BETWEEN MURRAY STREET AND TAFT STREET SAN LUIS OBISPO, CALIFORNIA PROJECT SL09209-1 Prepared for Attn: Mr. Todd Robinson Filippin Engineering Post Office Box 151 San Luis Obispo, California 93406 Prepared by GEOSOLUTIONS, INC. 220 HIGH STREET SAN LUIS OBISPO, CALIFORNIA 93401 (805) 543-8539 © September 14, 2015 Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 TABLE OF CONTENTS 1.0 INTRODUCTION ........................................................................................................................... 1  2.0 PURPOSE AND SCOPE ................................................................................................................. 2  3.0 FIELD AND LABORATORY INVESTIGATION ......................................................................... 2  4.0 GEOLOGIC AND SUBSURFACE CONDITIONS ....................................................................... 3  5.0 GENERAL SOIL DISCUSSION ..................................................................................................... 6  6.0 CONCLUSIONS AND RECOMMENDATIONS .......................................................................... 6  6.1 Excavations for Entry and Exit Pits .................................................................................... 7  6.2 Equivalent Fluid Earth Pressures ........................................................................................ 7  6.3 Dewatering .......................................................................................................................... 8  6.4 Preparation of Paved Areas ................................................................................................. 8  7.0 ADDITIONAL GEOTECHNICAL SERVICES ............................................................................. 8  8.0 LIMITATIONS AND UNIFORMITY OF CONDITIONS ............................................................. 9  REFERENCES LIST OF APPENDICES APPENDIX A: Field Investigation Soil Classification Chart Boring Logs APPENDIX B: Laboratory Testing Soil Test Reports APPENDIX C: Preliminary Grading Specifications LIST OF FIGURES Figure 1: Area Location Map ........................................................................................................................ 1  Figure 2: Site Plan ......................................................................................................................................... 1  Figure 3: Regional Geologic Map ................................................................................................................. 4  Figure 4: Approximate Monitoring Well Locations (SWRCB, 2015) .......................................................... 5  Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 LIST OF TABLES Table 1: Engineering Properties .................................................................................................................... 4  Table 2: Summary of nearby Monitoring Well Data (SWRCB, 2015) ......................................................... 5  Table 3: Equivalent Fluid Pressures.............................................................................................................. 7  Table 4: Required Verification and Inspections of Soils .............................................................................. 9  SOILS ENGINEERING REPORT STAFFORD/KENTUCKY SEWER LINE JACK AND BORE CONSTRUCTION BENEATH UPRR BETWEEN MURRAY STREET AND TAFT STREET SAN LUIS OBISPO, CALIFORNIA PROJECT SL09209-1 1.0 INTRODUCTION This report presents the results of the geotechnical investigation for the proposed jack and bore construction of the Stafford/Kentucky Sewer Line be located beneath the Union Pacific Railroad (UPRR) between Taft Street and Murray Street in San Luis Obispo, California. See Figure 1: Site Location Map (obtained from the computer program Topo USA 8.0 - DeLorme, 2009) for the general location of the project area. Our project understanding is based on information provided by Filippin Engineering, hereafter referred to as “the client.” Our services were requested to provide geotechnical information and recommendations for the proposed trenchless construction portion of the pipeline beneath the UPRR. 1.1 Site Location The proposed construction will be located on the east and west sides of the UPRR right-of-way between the intersections of California Street at Taft Street on the east and Hathway Street and Murray Street on the west. The area of the proposed trenchless construction will hereafter be referred to as the “Site.” See Figure 2: Site Plan for the general location of the entry and exit pits for the jack and bore construction (based on the Site Plan provided by Filippin Engineering). Figure 1: Area Location Map Figure 2: Site Plan Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 2 The jack and bore entry pit will be located on the east side of the UPRR right-of-way, in City of San Luis Obispo (City) along the west side of California Street, at approximately 35.291 degrees north longitude and 120.661 degrees west latitude at a ground surface elevation of about +263 feet (MSL). The exit pit is to be located west of the UPRR right-of-way, within a City easement, approximately 200 feet east of the intersection of Murray Street and Hathway Street, at approximately 35.291 degrees north longitude and 120.661 degrees west latitude where the ground surface is about +257 to +259 feet (MSL). 1.2 Project Description We understand that jack and bore techniques will be used for the trenchless construction of approximately 100 feet of the Stafford/Kentucky Sewer Line beneath the UPRR. The entry pit (east of the UPRR) will be approximately 38 feet long by 12 feet wide. The bottom of the proposed entry excavation pit is anticipated to be approximately 13 feet below ground surface, at an elevation of about +250 feet (MSL). The exit pit will be approximately 10 feet by 10 feet wide and 11 feet deep, with a bottom elevation of about +247 feet (MSL). Based on plans provided by the client, the sewer pipeline within the jack and bore limits will consist of an 8-inch HDPE DR 17 sewer line encased in a 15-inch SCH. 40 steel pipe sloping down to the west at about 3.09%. Given the temporary nature of the excavations for this project, seismic considerations were not considered as part of our scope of work. 2.0 PURPOSE AND SCOPE The purpose of this study was to explore and evaluate the surface and sub-surface soil conditions at the Site and to develop geotechnical information and design criteria. The scope of this study includes the following items: 1. A literature review of available published and unpublished geotechnical data pertinent to the project site including geologic maps, and available on-line or in-house aerial photographs. 2. A field study consisting of site reconnaissance and subsurface exploration including exploratory borings in order to formulate a description of the sub-surface conditions at the Site. 3. Laboratory testing performed on representative soil samples that were collected during our field study. 4. Engineering analysis of the data gathered during our literature review, field study, and laboratory testing. 5. Development of geotechnical recommendations for the design and construction of the proposed sewer line beneath the UPRR using jack and bore techniques. 3.0 FIELD AND LABORATORY INVESTIGATION The field investigation was conducted on August 11, 2015 using a track-mounted CME 55 drill rig. Two eight-inch diameter exploratory borings were advanced to a maximum depth of 20 feet below ground surface (bgs) at the approximate locations indicated on Figure 2: Site Plan. Boring B-1 was placed within the approximate limits of the proposed entry pit, within the sidewalk along the west side California Street Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 3 at an elevation of about +263 feet (MSL) and was terminated at a depth of about 20 feet bgs. Boring B-2 was advanced on the west side of the UPRR, within an asphalt easement of the City of San Luis Obispo, approximately 30 feet west of the proposed exit pit at an estimated ground surface elevation of about +253 feet (MSL). B-2 was terminated at a depth of about 15 feet bgs, approximately +238 feet (MSL). The approximate locations of the boring advanced for this study are provided in Figure 2: Site Plan. The sampling method included the Standard Penetration Test utilizing a standard split-spoon sampler (SPT) without liners. The CME 55 drill rig was equipped with an automatic hammer, which has an efficiency of approximately 80 percent and was used to obtain test blow counts in the form of N-values. During the boring operations the soils encountered were continuously examined, visually classified, and sampled for general laboratory testing. A project engineer has reviewed a continuous log of the soils encountered at the time of field investigation. See Appendix A for the Boring Logs from the field investigation. Laboratory tests were performed on selected soil samples that were obtained from the Site during the field investigation. The following tests were performed in order to gain a better understanding of the materials encountered at the Site:  Moisture Content  Expansion Index  Plasticity Index  Grain Size Analysis Laboratory data reports and detailed explanations of the laboratory tests performed during this investigation are provided in Appendix B. Material properties and subsurface conditions encountered in the field investigation are discussed in the subsequent section. 4.0 GEOLOGIC AND SUBSURFACE CONDITIONS 4.1 Site Geology Regional site geology was obtained by using the Geologic Map of the San Luis Obispo Quadrangle (Dibblee and Minch, 2004) and the MapView internet application (USGS, 2013); the latter application is available from the United States Geological Survey website (USGS, 2013) and compiles existing geologic maps. As shown in Figure 3: Regional Geologic Map, the Site is situated on surficial sediments consisting of alluvial deposits (Qa). Formational material of the Franciscan melange (fm) is mapped in the vicinity and underlies the Site at depth. 4.2 Soil Conditions In boring B-1, located near the proposed entry pit (east of the UPRR), the subsurface conditions generally consisted of alluvial soils extending to the maximum depth explored, approximately 20 feet below ground surface (bgs). Very dark grayish brown sandy clay was encountered from about 1 to 3.5 feet (bgs) in a dry and stiff condition and was underlain by light olive brown fat clay and sandy clay encountered in a slightly moist and stiff to very stiff condition, with occasional layers of medium dense to dense olive brown clayey sand. Inclusions of the Franciscan melange claystone were encountered in the sample taken at about 20 feet (bgs). On the west side of the UPRR (B-2), the subsurface conditions consisted of slightly moist, dark yellow brown sandy clay extending to about 1.5 feet (bgs) underlain by light olive sandy clay encountered in a slightly moist and stiff condition to a depth of about 7 feet (bgs), interpreted as Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 4 Figure 3: Regional Geologic Map alluvial soils. Hard claystone material, interpreted as the Franciscan mélange, was encountered at about 7 feet (bgs) and extended to the boring termination depth of 15 feet (bgs). More detailed information regarding the subsurface conditions encountered is provided on the Boring Logs in Appendix A. Bulk samples obtained in the field exploration were tested in the laboratory to gain an understanding of various material properties at the Site. The results of these tests are listed below in Table 1: Engineering Properties. Reports of the laboratory testing are provided in Appendix B. Table 1: Engineering Properties Sample ID Location Depth (feet) Sample Description USCS Specification Expansion Index Expansion Potential Liquid Limit Plasticity Index Fines Content (%) A B-1 1-3 Very dark grayish brown sandy lean CLAY CL 44 Low 39 29 53 B B-1 3-6 Light olive brown fat CLAY CH 79 Medium 51 36 85 C B-2 2-5 Light olive brown sandy lean CLAY CL 39 Low 42 22 61 4.3 Groundwater Groundwater was not encountered in either of our borings during the field exploration. However, it should be expected that groundwater elevations may vary seasonally and with irrigation practices. The State Water Resources Control Board (SWRCB) provides monitoring well data throughout California via the GeoTracker environmental data management system (SWRCB, 2015). Available monitoring well data reviewed for the project consisted of 14 monitoring wells Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 5 placed along Taft Street and California Street, in the vicinity of the proposed entry pit at the approximate locations indicated in Figure 4: Approximate Monitoring Well Locations (SWRCB, 2015). The monitoring well data typically provided groundwater measurements every four months between the initial reading (raging from October 2003 to May 2012) through November 2012. A summary of the data is provided in Table 2: Summary of nearby Monitoring Well Data (SWRCB, 2015), which indicates the number of readings, date of initial reading, average depth to groundwater, and the minimum depth to groundwater and corresponding date. The data indicated minimum depths to groundwater of about 1 foot were recorded in the vicinity. Shallow groundwater conditions may be encountered at the time of construction, particularly if construction coincides with periods of heavy rain. For example, the minimum depth to groundwater readings from the nearby monitoring wells generally occurred between in months of February and April, as indicated in Table 2: Summary of nearby Monitoring Well Data (SWRCB, 2015). Table 2: Summary of nearby Monitoring Well Data (SWRCB, 2015) Well ID No. Readings Date of Initial Reading Ave Depth to GW (ft)1 Min Depth to GW (ft)2 Date of Min. Depth Reading MW-1 36 10/22/2003 6.3 2.0 4/11/2006, 2/24/2011 MW-2 36 10/22/2003 8.1 2.95 2/24/2011 MW-3 37 10/22/2003 5.85 2.28 2/24/2010 MW-4 30 10/22/2003 6.05 2.45 4/11/2006 MW-5 31 10/22/2003 5.37 2.59 4/13/2005 MW-6 31 10/22/2003 6.21 3.58 4/13/2005 MW-7 30 10/22/2003 6.86 3.47 4/13/2005 MW-8 21 10/02/2007 5.47 3.2 2/24/2010 MW-9 13 10/02/2007 3.03 1.06 2/24/2010 MW-10 15 10/02/2007 4.09 1.1 2/24/2011 MW-11 15 04/07/2009 5.14 3.37 2/24/2011 MW-12 15 04/07/2009 6.7 5.55 2/24/2011 MW-13 15 04/07/2009 7.97 5.65 2/24/2011 MW-14 3 05/03/2012 9.07 8.56 5/3/2012 1 average depth to groundwater based on available readings taken between the initial reading date and 11/28/2012 2 minimum depth to groundwater reading taken within the specified period Figure 4: Approximate Monitoring Well Locations (SWRCB, 2015) Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 6 5.0 GENERAL SOIL DISCUSSION In general, the soil conditions at the site consist of alluvial soils overlying formational material of the Franciscan melange. The formational material was encountered as hard claystone in boring B-2 (west of the UPRR) at a depth of about 7 feet bgs, approximately elevation +246 feet (MSL). The formational material was not encountered in boring B-1 (east of the UPRR) which was terminated at a depth of 20 feet, or about +243 feet (MSL), though inclusions of the formational material were encountered near the bottom of the borehole. Based on the plans provided by the client, the proposed jack and bore pipeline has a minimum elevation of about +247 feet. We anticipate the majority of the proposed construction will be within the alluvial deposits consisting of stiff to very stiff sandy lean to fat clay with occasional lenses of medium dense to dense clayey sand. There is potential that the excavation for the pits (particularly the western exit pit) and the jack and bore for the pipeline may encounter harder formational material of the Franciscan melange. In addition, our experience in the area has shown the Franciscan formational material to be quite variable in terms of depth and material consistency, ranging from claystone, siltstone, and sandstone, over a relatively short distance. The presence of shallower outcrops of the formation within the proposed construction zone should be anticipated. Groundwater was not encountered in our field exploration performed on August 11, 2015. However, review of monitoring well data taken within the last 12 years indicated the potential for shallow groundwater to occur at the site. Readings taken in February of 2010 and February 2011 showed groundwater levels as high as 1.1 feet below ground surface in the vicinity (see MW-9 and MW-10 locations in Figure 4). Seasonal fluctuations of the groundwater table should be considered in the design and planning of the proposed construction. 6.0 CONCLUSIONS AND RECOMMENDATIONS Based on the our geotechnical evaluation of the subsurface conditions encountered, the site is suitable for the proposed jack and bore construction provided the recommendations presented in this report are incorporated into the project plans and specifications. Key findings from our study include:  Based on findings from the two boreholes advanced on either side of the proposed trenchless construction, the jack and bore for the pipeline will likely encounter alluvial deposits consisting of stiff to very stiff lean to fat clay with occasional medium dense to dense clayey sand lenses and with low to medium expansion potential.  There is potential for harder materials of the Franciscan formation to be encountered during construction, particularly near the base of the excavation for the exit pit and in the lower elevations of the pipeline. The Franciscan formation was encountered as very hard claystone in B-2 (west of the UPRR) at an elevation of about +246 feet (MSL) and outcrops of the formation were interpreted from a sample taken at about elevation +243 feet (MSL) in B-1 (east of the UPRR).  The potential for shallow groundwater at the site appears low, provided construction is performed outside of the rainy season. Groundwater was not encountered in our explorations performed on August 11, 2015; however, the timing of this investigation during a period of drought should be noted. Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 7  Historical records of monitoring wells in the vicinity indicate groundwater depths as shallow as 1.1 feet below ground surface occurred in the February of 2010 and 2011. Thus, groundwater should be anticipated if the construction is performed during or following periods of heavy rain. 6.1 Excavations for Entry and Exit Pits Excavations for the proposed entry and exit pits are anticipated to be approximately 11 to 13 feet deep. Based on our understanding of the subsurface conditions at Site, conventional excavation equipment will be suitable for the construction of the pits and will likely encounter alluvial soils consisting of stiff to very stiff clay with varying amounts of sand. Formational material consisting of hard claystone was encountered in the boring west of the exit pit (B-2) at an elevation of about +246 feet (MSL) and may be encountered near the bottom of the excavations. Excavations should be performed in accordance with Occupational Safety and Health Administration (OSHA) regulations. We recommend the alluvial and formational material encountered at the Site be considered as OSHA Type A soil, corresponding to cohesive soil with an unconfined compressive strength greater than 1.5 tsf. Given the nature of the project and proximity to adjacent infrastructure, we anticipate shoring will be used to stabilize the excavations as an alternative to sloping the trench walls. The contractor should provide appropriate shoring in accordance with OSHA regulations and the recommendations in this report. 6.2 Equivalent Fluid Earth Pressures 1. Where required, lateral pressures from non-sloping adjacent soils as presented in Table 3: Equivalent Fluid Pressures may be used for design purposes. For applications with slopes, additional analyses may be necessary. Table 3: Equivalent Fluid Pressures Lateral Pressure and Condition Equivalent Fluid Pressure, pcf Static, Active Case (γ'KA) 45 Static, At-Rest Case (γ'KO) 60 Static, Passive Case (γ'KP) 300 2. If additional recommendations for the design of structures utilizing equivalent fluid pressures, including recommendations regarding allowable bearing pressures are desired, GeoSolutions, Inc. may be contracted by the Client to provide such recommendations. 3. In addition to the recommended earth pressures, the upper 10 feet of shoring adjacent to streets or vehicle traffic should be designed to resist a uniform lateral pressure of 100 pounds per square foot. If traffic is kept at least 10 feet away, the surcharge may be neglected. 4. For hydrostatic loading conditions, an additional loading of 45-pcf equivalent fluid weight should be added to the active and at-rest lateral earth pressures. Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 8 6.3 Dewatering Dewatering during construction is not anticipated for the project given the absence of groundwater at the time of the field investigation performed for this study. However, historic records show a potential for shallow groundwater in the Site vicinity and the contractor should be prepared to provide appropriate dewatering measures if encountered. 6.4 Preparation of Paved Areas Based on the proposed location of the jack and bore entry and exit pits, excavations will likely extend through paved areas including the concrete sidewalk and the asphalt paved area of California Street, and potentially into the asphalt paved easement extending from Murray Street. 1. Grading operations for the project should conform to the Preliminary Grading Specifications provided in Appendix C. 2. Excavated on-site soil materials are suitable for use as backfill of the construction staging areas. The over-excavated soil should be moisture conditioned to produce a water-content of at least one to two percent above optimum value and then compacted to a minimum relative density of 90 percent. 3. The top 12 inches of sub-grade under all pavement sections should consist of Class II aggregate base compacted to a minimum relative density of 95 percent, based on the ASTM D1557-07 test method at slightly above optimum. 4. Sub-grade soils should not be allowed to dry out or have excessive construction traffic between moisture conditioning and compaction, and placement of the pavement structural section. 5. Backfill placed around and above the pipeline should conform to the City of San Luis Obispo Standard Specifications and Engineering Standards. 7.0 ADDITIONAL GEOTECHNICAL SERVICES The recommendations contained in this report are based on a limited number of borings and on the continuity of the sub-surface conditions encountered. GeoSolutions, Inc. assumes that it will be retained to provide additional services during future phases of the proposed project. These services would be provided by GeoSolutions, Inc. as required by City of San Luis Obispo, the 2013 California Building Code, and/or industry standard practices. These services would be in addition to those included in this report and would include, but are not limited to, the following services:  Consultation during plan development.  Plan review of grading documents prior to construction and a report certifying that the reviewed plans are in conformance with our geotechnical recommendations.  Construction inspections and testing, as required, during all grading and excavating operations beginning with the stripping of vegetation at the Site, at which time a site meeting or pre-job meeting would be appropriate. Stafford/Kentucky Sewer September 11, 2015 Project No. SL09209-1 9  Special inspection services during construction of reinforced concrete, structural masonry, high strength bolting, epoxy embedment of threaded rods and reinforcing steel, and welding of structural steel.  Preparation of special inspection reports as required during construction. In addition to the construction inspections listed above, section 1705.6 of the 2013 CBC (CBSC, 2013) requires the following inspections by the Soils Engineer for controlled fill thicknesses greater than 12 inches as shown in Table 4: Required Verification and Inspections of Soils Required Verification and Inspection of Soils: Table 4: Required Verification and Inspections of Soils Verification and Inspection Task Continuous During Task Listed Periodically During Task Listed 1. Perform classification and testing of controlled fill materials. - X 2. Verify use of proper materials, densities and lift thicknesses during placement and compaction of controlled fill. X - 3. Prior to placement of controlled fill, observe sub-grade and verify that site has been prepared properly. - X 8.0 LIMITATIONS AND UNIFORMITY OF CONDITIONS The recommendations of this report are based upon the assumption that the soil conditions do not deviate from those disclosed during our study. Should any variations or undesirable conditions be encountered during the development of the Site, GeoSolutions, Inc. should be notified immediately and GeoSolutions, Inc. will provide supplemental recommendations as dictated by the field conditions. This report is issued with the understanding that it is the responsibility of the client or his/her representative to ensure that the information and recommendations contained herein are brought to the attention of the architect and engineer for the project, and incorporated into the project plans and specifications. The client or his/her representative is responsible to ensure that the necessary steps are taken to see that the contractor and subcontractors carry out such recommendations in the field. As of the present date, the findings of this report are valid for the site investigated. With the passage of time, changes in the conditions of a site can occur whether they are due to natural processes or to the works of man on this or adjacent properties. Therefore, this report should not be relied upon after a period of 3 years without our review nor should it be used or is it applicable for any properties other than those studied. However many events such as floods, earthquakes, grading of the adjacent properties and building and municipal code changes could render sections of this report invalid in less than 3 years. \\nas-c1-df-18\S\SL09000-SL09499\SL09209-1 - Stafford Kentucky Sewer\Engineering\SL09209-1 Stafford Kentucky Sewer SER.doc REFERENCES REFERENCES California Building Standards Commission (CBSC). 2013 California Building Code, California Code of Regulations. Title 24. Part 2. Vol. 2. California Building Standards Commission: January 2013. City of San Luis Obispo. Standard Specifications and Engineering Standards, Public Works Department, Engineering Division. February 2014. DeLorme. Topo USA 8.0. Vers.8.0.0 Computer software. DeLorme, 2009. Microsoft Windows 7, DVD- ROM drive. Dibblee, T.W. and Minch, J.A. Geologic Map of the San Luis Obispo Quadrangle, San Luis Obispo County, California: Dibblee Geologic Foundation, Dibblee Foundation Map Number DF-129. 2004. Occupational Safety & Health Administration (OSHA). OSHA Technical Manual, Section V: Chapter 2. United States Department of Labor. <www.OSHA.gov>. State of California. Department of Industrial Relations. California Code of Regulations. 2001 Edition. Title 8. Chapter 4: Division of Industrial Safety. Subchapter 4, Construction Safety Orders. Article 6: Excavations. < http://www.dir.ca.gov/title8/sub4.html > State of California, Department of Transportation. Standard Specifications. State of California Department of Transportation Central Publication Distribution Unit: July 1999. State Water Resources Control Board (SWRCB). GeoTracker, link to environmental data for regulated facilities in California, California Water Boards, 2015. <http://geotracker.waterboards.ca.gov/#>. United States Geological Survey. MapView – Geologic Maps of The Nation. Internet Application. USGS, 26 August, 2013. <http://ngmdb.usgs.gov/maps/MapView/>. APPENDIX A Field Investigation Soil Classification Chart Boring Logs FIELD INVESTIGATION The field investigation was conducted August 11, 2015 using a track-mounted CME 55 drill rig. The surface and sub-surface conditions were studied by advancing two exploratory borings. This exploration was conducted in accordance with presently accepted geotechnical engineering procedures consistent with the scope of the services authorized to GeoSolutions, Inc. The CME 55 drill rig with an eight-inch diameter hollow -stem continuous flight auger bored two exploratory borings near the approximate locations indicated on Figure 2: Site Plan. The drilling and field observation was performed under the direction of the project engineer. A representative of GeoSolutions, Inc. maintained a log of the soil conditions and obtained soil samples suitable for laboratory testing. The soils were classified in accordance with the Unified Soil Classification System. See the Soil Classification Chart in this appendix. Standard Penetration Tests with a two-inch outside diameter standard split tube sampler (SPT) without liners (ASTM D1586-99) were performed to obtain field indication of the in-situ density of the soil and to allow visual observation of at least a portion of the soil column. Soil samples obtained with the split spoon sampler are retained for further observation and testing. The split spoon samples are driven by a 140-pound hammer free falling 30 inches. The sampler is initially seated six inches to penetrate any loose cuttings and is then driven an additional 12 inches with the results recorded in the boring logs as N- values, which area the number of blows per foot required to advance the sample the final 12 inches. Disturbed bulk samples were obtained from cuttings developed during boring operations. The bulk samples were selected for classification and testing purposes and may represent a mixture of soils within the noted depths. Recovered samples were placed in transport containers and returned to the laboratory for further classification and testing. Logs of the borings showing the approximate depths and descriptions of the encountered soils, applicable geologic structures, recorded N-values, and the results of laboratory tests are presented in this appendix. The logs represent the interpretation of field logs and field tests as well as the interpolation of soil conditions between samples. The results of laboratory observations and tests are also included in the boring logs. The stratification lines recorded in the boring logs represent the approximate boundaries between the surface soil types. However, the actual transition between soil types may be gradual or varied.   GeoSolutions, Inc. 220 High Street, San Luis Obispo, CA 93401 1021 West Tama Lane, Suite 105 BORING LOG BORING NO. JOB NO. PROJECT INFORMATION DRILLING INFORMATION PROJECT: DRILLING LOCATION: DATE DRILLED: LOGGED BY: DRILL RIG: HOLE DIAMETER: SAMPLING METHOD: HOLE ELEVATION:DEPTHSOIL DESCRIPTION USCSLITHOLOGYSAMPLEBLOWS/ 12 INOPTIMUM WATERCONTENT (%)MAXIMUM DRYDENSITY (pcf)EXPANSIONINDEX (EI)0 -1 -2 -3 -4 -5 -6 -7 -8 -9 -10 -11 -12 -13 -14 -15 -16 -17 -18 -19 -20 Depth of Groundwater: Boring Terminated At:FRICTION ANGLE,COHESION, C (psf)(degrees)MOISTURECONTENT (%)FINESPLASTICITYINDEX (PI)Santa Maria, CA 93454 CONTENT (%)CL SC CH 8 inches B-1 SL09209-1 Stafford/Kentucky Sewer See Figure 2: Site Plan August 8, 2011 K Robinson CME 55 +263 feet (MSL) 20 feet Page 1 of 2 CONCRETE: ~4 inches concrete in sidewalk BASE: ~6 inches base SANDY CLAY: very dark brown, stiff, slightly moist, with traces of fine gravel, wood inclusions and caliche CLAYEY SAND: light olive brown, medium dense, slightly moist, trace gravel FAT CLAY: light olive brown, stiff to very stiff, slightly moist, with some sand, trace fine gravel and pockets of sandy clay, mottled lens of clayey sand at ~14.5', possible inclusion of Franciscan melange at ~15' becomes moist at ~20', with claystone inclusions of Franciscan melange A B SPT SPT SPT SPT SPT SPT 11 15 20 37 20 16 53 85 Not Encountered SPT 15.4 6.9 16.5 10.3 15.6 44 79 29 36 GeoSolutions, Inc. 220 High Street, San Luis Obispo, CA 93401 1021 West Tama Lane, Suite 105 BORING LOG BORING NO. JOB NO. PROJECT INFORMATION DRILLING INFORMATION PROJECT: DRILLING LOCATION: DATE DRILLED: LOGGED BY: DRILL RIG: HOLE DIAMETER: SAMPLING METHOD: HOLE ELEVATION:DEPTHSOIL DESCRIPTION USCSLITHOLOGYSAMPLEBLOWS/ 12 INOPTIMUM WATERCONTENT (%)MAXIMUM DRYDENSITY (pcf)EXPANSIONINDEX (EI)0 -1 -2 -3 -4 -5 -6 -7 -8 -9 -10 -11 -12 -13 -14 -15 -16 -17 -18 -19 -20 Depth of Groundwater: Boring Terminated At:FRICTION ANGLE,COHESION, C (psf)(degrees)MOISTURECONTENT (%)FINESPLASTICITYINDEX (PI)Santa Maria, CA 93454 CONTENT (%)CL CL 8 inches B-2 SL09209-1 Stafford/Kentucky Sewer See Figure 2: Site Plan August 8, 2011 K Robinson CME 55 +253 feet (MSL) 15 feet Page 2 of 2 ASPHALT: AC easement SANDY CLAY: very dark grayish brown, slightly moist, with trace gravel and rootlets SANDY CLAY: light olive brown, stiff, slightly moist, with charcoal inclusions, trace fine gravel CLAYSTONE: Franciscan formation, olive brown, hard, with some rust staining and trace caliche C SPT SPT SPT SPT SPT 16 15 50/6" 79 40 61 Not Encountered SPT 13.8 6.4 39 22 APPENDIX B Laboratory Testing Soil Test Reports LABORATORY TESTING This appendix includes a discussion of the test procedures and the laboratory test results performed as part of this investigation. The purpose of the laboratory testing is to assess the engineering properties of the soil materials at the Site. The laboratory tests are performed using the currently accepted test methods, when applicable, of the American Society for Testing and Materials (ASTM). Undisturbed and disturbed bulk samples used in the laboratory tests are obtained from various locations during the course of the field exploration, as discussed in Appendix A of this report. Each sample is identified by sample letter and depth. The Unified Soils Classification System is used to classify soils according to their engineering properties. The various laboratory tests performed are described below: Expansion Index of Soils (ASTM D4829-08) is conducted in accordance with the ASTM test method and the California Building Code Standard, and are performed on representative bulk and undisturbed soil samples. The purpose of this test is to evaluate expansion potential of the site soils due to fluctuations in moisture content. The sample specimens are placed in a consolidometer, surcharged under a 144-psf vertical confining pressure, and then inundated with water. The amount of expansion is recorded over a 24-hour period with a dial indicator. The expansion index is calculated by determining the difference between final and initial height of the specimen divided by the initial height. Liquid Limit, Plastic Limit, and Plasticity Index of Soils (ASTM D4318-05) are the water contents at certain limiting or critical stages in cohesive soil behavior. The liquid limit (LL or WL) is the lower limit of viscous flow, the plastic limit (PL or WP) is the lower limit of the plastic stage of clay and plastic index (PI or IP) is a range of water content where the soil is plastic. The Atterberg Limits are performed on samples that have been screened to remove any material retained on a No. 40 sieve. The liquid limit is determined by performing trials in which a portion of the sample is spread in a brass cup, divided in two by a grooving tool, and then allowed to flow together from the shocks caused by repeatedly dropping the cup in a standard mechanical device. To determine the Plastic Limit a small portion of plastic soil is alternately pressed together and rolled into a 1/8-inch diameter thread. This process is continued until the water content of the sample is reduced to a point at which the thread crumbles and can no longer be pressed together and re-rolled. The water content of the soil at this point is reported as the plastic limit. The plasticity index is calculated as the difference between the liquid limit and the plastic limit. Particle Size Analysis of Soils (ASTM D422-63R02) is used to determine the particle-size distribution of fine and coarse aggregates. In the test method the sample is separated through a series of sieves of progressively smaller openings for determination of particle size distribution. The total percentage passing each sieve is reported and used to determine the distribution of fine and coarse aggregates in the sample. Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass (ASTM D2216- 05) was used to obtain the value of in-place water content. Undisturbed samples, brought from the field to the laboratory, are weighed, the volume is calculated, and they are placed in the oven to dry. Once the samples have been dried, they are weighed again to determine the water content. The moisture test allows the water content to be obtained at required depths. Project: Stafford Kentucky Sewer Date Tested: August 27, 2015 Client:Project #: SL09209-1 Sample: A Depth: 1.0 to 3.0 Feet Lab #: 16208 Location: B-1 Sample Date: August 11, 2015 Sampled By: KR Result: Specification: Sieve Percent Project Size Passing Specifications 3" 2" 1 1/2" 1" 3/4" No. 4 98 No. 8 93 No. 16 89 No. 30 83 No. 50 73 No. 100 59 No. 200 52.6 1SE 2 Mold ID n/a Mold Diameter, ins. 4.00 3 No. of Layers 5 Weight of Rammer, lbs. 10.00 4 No. of Blows 25 39 Estimated Specific Gravity for 100% Saturation Curve = 10 Trial # 1 2 3 4 Plasticity Index:29 Water Content: Dry Density: Maximum Dry Density, pcf: Expansion Index:44 Optimum Water Content, %: Expansion Potential: Low Initial Saturation, %: 50 Sample Depth (ft) Water Content (%) Dry Density (pcf) Relative Density Report By: Aaron Eichman Liquid Limit: Plastic Limit: Moisture-Density ASTM D2937-04, Moisture Content ASTM D2216-05 Sample Description Expansion Index ASTM D4829-08 Plasticity Index ASTM D4318-05 GeoSolutions, Inc. SOILS REPORT CL (805) 543-8539 B 1 Soil Classification ASTM D2487-06, D2488-06 Very Dark Grayish Brown Sandy CLAY Sieve Analysis ASTM D422-63R02 Sand Equivalent Cal 217 (06/2011) Laboratory Maximum Density ASTM D1557-07 0.0 0.2 0.4 0.6 0.8 1.0 1.2 0.0 0.2 0.4 0.6 0.8 1.0 1.2Dry Density, pcf Water Content, %  Project: Stafford Kentucky Sewer Date Tested: August 27, 2015 Client:Project #: SL09209-1 Sample: B Depth: 4.0 to 7.0 Feet Lab #: 16208 Location: B-1 Sample Date: August 11, 2015 Sampled By: KR Result: Specification: Sieve Percent Project Size Passing Specifications 3" 2" 1 1/2" 1" 3/4" No. 4 99 No. 8 98 No. 16 97 No. 30 95 No. 50 91 No. 100 88 No. 200 84.6 1SE 2 Mold ID n/a Mold Diameter, ins. 4.00 3 No. of Layers 5 Weight of Rammer, lbs. 10.00 4 No. of Blows 25 51 Estimated Specific Gravity for 100% Saturation Curve = 15 Trial # 1 2 3 4 Plasticity Index:36 Water Content: Dry Density: Maximum Dry Density, pcf: Expansion Index:79 Optimum Water Content, %: Expansion Potential: Medium Initial Saturation, %: 50 Sample Depth (ft) Water Content (%) Dry Density (pcf) Relative Density Report By: Aaron Eichman Liquid Limit: Plastic Limit: Moisture-Density ASTM D2937-04, Moisture Content ASTM D2216-05 Sample Description Expansion Index ASTM D4829-08 Plasticity Index ASTM D4318-05 GeoSolutions, Inc. SOILS REPORT CH (805) 543-8539 B 2 Soil Classification ASTM D2487-06, D2488-06 Light Olive Brown Fat CLAY Sieve Analysis ASTM D422-63R02 Sand Equivalent Cal 217 (06/2011) Laboratory Maximum Density ASTM D1557-07 0.0 0.2 0.4 0.6 0.8 1.0 1.2 0.0 0.2 0.4 0.6 0.8 1.0 1.2Dry Density, pcf Water Content, %  Project: Stafford Kentucky Sewer Date Tested: August 27, 2015 Client:Project #: SL09209-1 Sample: C Depth: 2.0 to 5.0 Feet Lab #: 16208 Location: B-2 Sample Date: August 11, 2015 Sampled By: KR Result: Specification: Sieve Percent Project Size Passing Specifications 3" 2" 1 1/2" 1" 3/4" No. 4 99 No. 8 96 No. 16 93 No. 30 91 No. 50 85 No. 100 71 No. 200 61.4 1SE 2 Mold ID n/a Mold Diameter, ins. 4.00 3 No. of Layers 5 Weight of Rammer, lbs. 10.00 4 No. of Blows 25 42 Estimated Specific Gravity for 100% Saturation Curve = 20 Trial # 1 2 3 4 Plasticity Index:22 Water Content: Dry Density: Maximum Dry Density, pcf: Expansion Index:39 Optimum Water Content, %: Expansion Potential: Low Initial Saturation, %: 50 Sample Depth (ft) Water Content (%) Dry Density (pcf) Relative Density Report By: Aaron Eichman Liquid Limit: Plastic Limit: Moisture-Density ASTM D2937-04, Moisture Content ASTM D2216-05 Sample Description Expansion Index ASTM D4829-08 Plasticity Index ASTM D4318-05 GeoSolutions, Inc. SOILS REPORT CL (805) 543-8539 B 3 Soil Classification ASTM D2487-06, D2488-06 Light Olive Brown Sandy CLAY Sieve Analysis ASTM D422-63R02 Sand Equivalent Cal 217 (06/2011) Laboratory Maximum Density ASTM D1557-07 0.0 0.2 0.4 0.6 0.8 1.0 1.2 0.0 0.2 0.4 0.6 0.8 1.0 1.2Dry Density, pcf Water Content, %  Project: Stafford Kentucky Sewer Date Tested: August 11, 2015 Client: Project #: SL09209-1 Sample #: Depth: Lab #: 16208 Location: B-1 and B-2 Sample Date: August 11, 2015 Sampled By:KR B-1 3.0 15.4% Very Dark Brown Sandy CLAY B-1 4.5 6.9% Light Olive Brown Clayey SAND B-1 9.5 16.5% Light Olive Brown Sandy CLAY B-1 14.5 10.3% Olive Brown Clayey SAND B-1 19.5 15.6% Dark Olive Brown Sandy CLAY B-2 4.5 13.8% Dark Yellowish Brown Sandy CLAY B-2 9.5 6.4% Olive Brown Clayey SAND Report By: Aaron Eichman Depth Below Lowest Adjacent Grade In-Situ Water Content Optimum Water Content GeoSolutions, Inc.MOISTURE-DENSITY, D2937-04 MOISTURE CONTENT, D2216-05 B 4 Comments: (805) 543-8539 Percent of Optimum Moisture Sample Soil Description APPENDIX C Preliminary Grading Specifications PRELIMINARY GRADING SPECIFICATIONS A. General 1. These preliminary specifications have been prepared for the subject site; GeoSolutions, Inc. should be consulted prior to the commencement of work associated with site development to ensure compliance with these specifications. 2. GeoSolutions, Inc. should be notified at least 72 hours prior to site clearing or grading operations on the property in order to observe the stripping of surface materials and to coordinate the work with the grading contractor in the field. 3. These grading specifications may be modified and/or superseded by recommendations contained in the text of this report and/or subsequent reports. 4. If disputes arise out of the interpretation of these grading specifications, the Soils Engineer shall provide the governing interpretation. B. Obligation of Parties 1. The Soils Engineer should provide observation and testing services and should make evaluations to advise the client on geotechnical matters. The Soils Engineer should report the findings and recommendations to the client or the authorized representative. 2. The client should be chiefly responsible for all aspects of the project. The client or authorized representative has the responsibility of reviewing the findings and recommendations of the Soils Engineer. During grading the client or the authorized representative should remain on-site or should remain reasonably accessible to all concerned parties in order to make decisions necessary to maintain the flow of the project. 3. The contractor is responsible for the safety of the project and satisfactory completion of all grading and other operations on construction projects, including, but not limited to, earthwork in accordance with project plans, specifications, and controlling agency requirements. C. Site Preparation 1. The client, prior to any site preparation or grading, should arrange and attend a meeting which includes the grading contractor, the design Structural Engineer, the Soils Engineer, representatives of the local building department, as well as any other concerned parties. All parties should be given at least 72 hours notice. 2. All surface and sub-surface deleterious materials should be removed from the proposed building and pavement areas and disposed of off-site or as approved by the Soils Engineer. This includes, but is not limited to, any debris, organic materials, construction spoils, buried utility line, septic systems, building materials, and any other surface and subsurface structures within the proposed building areas. Trees designated for removal on the construction plans should be removed and their primary root systems grubbed under the observations of a representative of GeoSolutions, Inc. Voids left from site clearing should be cleaned and backfilled as recommended for structural fill. 3. Once the Site has been cleared, the exposed ground surface should be stripped to remove surface vegetation and organic soil. A representative of GeoSolutions, Inc. should determine the required depth of stripping at the time of work being completed. Strippings may either be disposed of off- site or stockpiled for future use in landscape areas, if approved by the landscape architect. D. Site Protection 1. Protection of the Site during the period of grading and construction should be the responsibility of the contractor. 2. The contractor should be responsible for the stability of all temporary excavations. 3. During periods of rainfall, plastic sheeting should be kept reasonably accessible to prevent unprotected slopes from becoming saturated. Where necessary during periods of rainfall, the contractor should install check-dams, de-silting basins, sand bags, or other devices or methods necessary to control erosion and provide safe conditions. E. Excavations 1. Materials that are unsuitable should be excavated under the observation and recommendations of the Soils Engineer. Unsuitable materials include, but may not be limited to: 1) dry, loose, soft, wet, organic, or compressible natural soils; 2) fractured, weathered, or soft bedrock; 3) non- engineered fill; 4) other deleterious materials; and 5) materials identified by the Soils Engineer or Engineering Geologist. 2. Unless otherwise recommended by the Soils Engineer and approved by the local building official, permanent cut slopes should not be steeper than 2:1 (horizontal to vertical). Final slope configurations should conform to section 1804 of the 2013 California Building Code unless specifically modified by the Soil Engineer/Engineering Geologist. 3. The Soil Engineer/Engineer Geologist should review cut slopes during excavations. The contractor should notify the Soils Engineer/Engineer Geologist prior to beginning slope excavations. F. Structural Fill 1. Structural fill should not contain rocks larger than 3 inches in greatest dimension, and should have no more than 15 percent larger than 2.5 inches in greatest dimension. 2. Imported fill should be free of organic and other deleterious material and should have very low expansion potential, with a plasticity index of 12 or less. Before delivery to the Site, a sample of the proposed import should be tested in our laboratory to determine its suitability for use as structural fill. G. Compacted Fill 1. Structural fill using approved import or native should be placed in horizontal layers, each approximately 8 inches in thickness before compaction. On-site inorganic soil or approved imported fill should be conditioned with water to produce a soil water content near optimum moisture and compacted to a minimum relative density of 90 percent based on ASTM D1557-07. 2. Fill slopes should not be constructed at gradients greater than 2-to-1 (horizontal to vertical). The contractor should notify the Soils Engineer/Engineer Geologist prior to beginning slope excavations. 3. If fill areas are constructed on slopes greater than 10-to-1 (horizontal to vertical), we recommend that benches be cut every 4 feet as fill is placed. Each bench shall be a minimum of 10 feet wide with a minimum of 2 percent gradient into the slope. 4. If fill areas are constructed on slopes greater than 5-to-1, we recommend that the toe of all areas to receive fill be keyed a minimum of 24 inches into underlying dense material. Key depths are to be observed and approved by a representative of GeoSolutions, Inc. Sub-drains shall be placed in the keyway and benches as required. H. Drainage 1. During grading, a representative of GeoSolutions, Inc. should evaluate the need for a sub-drain or back-drain system. Areas of observed seepage should be provided with sub-surface drains to release the hydrostatic pressures. Sub-surface drainage facilities may include gravel blankets, rock filled trenches or Multi-Flow systems or equal. The drain system should discharge in a non- erosive manner into an approved drainage area. 2. All final grades should be provided with a positive drainage gradient away from foundations. Final grades should provide for rapid removal of surface water runoff. Ponding of water should not be allowed on building pads or adjacent to foundations. Final grading should be the responsibility of the contractor, general Civil Engineer, or architect. 3. Concentrated surface water runoff within or immediately adjacent to the Site should be conveyed in pipes or in lined channels to discharge areas that are relatively level or that are adequately protected against erosion. 4. Water from roof downspouts should be conveyed in solid pipes that discharge in controlled drainage localities. Surface drainage gradients should be planned to prevent ponding and promote drainage of surface water away from building foundations, edges of pavements and sidewalks. For soil areas we recommend that a minimum of 2 percent gradient be maintained. 5. Attention should be paid by the contractor to erosion protection of soil surfaces adjacent to the edges of roads, curbs and sidewalks, and in other areas where hard edges of structures may cause concentrated flow of surface water runoff. Erosion resistant matting such as Miramat, or other similar products, may be considered for lining drainage channels. 6. Sub-drains should be placed in established drainage courses and potential seepage areas. The location of sub-drains should be determined after a review of the grading plan. The sub-drain outlets should extend into suitable facilities or connect to the proposed storm drain system or existing drainage control facilities. The outlet pipe should consist of a non-perforated pipe the same diameter as the perforated pipe. I. Maintenance 1. Maintenance of slopes is important to their long-term performance. Precautions that can be taken include planting with appropriate drought-resistant vegetation as recommended by a landscape architect, and not over-irrigating, a primary source of surficial failures. 2. Property owners should be made aware that over-watering of slopes is detrimental to long term stability of slopes. J. Underground Facilities Construction 1. The attention of contractors, particularly the underground contractors, should be drawn to the State of California Construction Safety Orders for “Excavations, Trenches, Earthwork.” Trenches or excavations greater than 5 feet in depth should be shored or sloped back in accordance with OSHA Regulations prior to entry. 2. Bedding is defined as material placed in a trench up to 1 foot above a utility pipe and backfill is all material placed in the trench above the bedding. Unless concrete bedding is required around utility pipes, free-draining sand should be used as bedding. Sand to be used as bedding should be tested in our laboratory to verify its suitability and to measure its compaction characteristics. Sand bedding should be compacted by mechanical means to achieve at least 90 percent relative density based on ASTM D1557-07. 3. On-site inorganic soils, or approved import, may be used as utility trench backfill. Proper compaction of trench backfill will be necessary under and adjacent to structural fill, building foundations, concrete slabs, and vehicle pavements. In these areas, backfill should be conditioned with water (or allowed to dry), to produce a soil water content of about 2 to 3 percent above the optimum value and placed in horizontal layers, each not exceeding 8 inches in thickness before compaction. Each layer should be compacted to at least 90 percent relative density based on ASTM D1557-07. The top lift of trench backfill under vehicle pavements should be compacted to the requirements given in report under Preparation of Paved Areas for vehicle pavement sub- grades. Trench walls must be kept moist prior to and during backfill placement. K. Completion of Work 1. After the completion of work, a report should be prepared by the Soils Engineer retained to provide such services. The report should including locations and elevations of field density tests, summaries of field and laboratory tests, other substantiating data, and comments on any changes made during grading and their effect on the recommendations made in the approved Soils Engineering Report. 2. Soils Engineers shall submit a statement that, to the best of their knowledge, the work within their area of responsibilities is in accordance with the approved soils engineering report and applicable provisions within Chapter 18 of the 2013 CBC.