Sewer Line 3

Published on February 2017 | Categories: Documents | Downloads: 114 | Comments: 0 | Views: 847
of 562
Download PDF   Embed   Report

Comments

Content

Victor Valley Wastewater Reclamation Authority

Upper Narrows Pipeline Replacement Project
Construction Documents & Construction Specifications

August 2012

Prepared by:

17885 Von Karman Avenue, Suite 500 Irvine, CA 92614 Telephone: (949) 809-5000 Fax: (949) 809-5010

Victor Valley Wastewater Reclamation Authority

CONTRACT DOCUMENTS & CONSTRUCTION SPECIFICATIONS

UPPER NARROWS PIPELINE REPLACEMENT PROJECT CONTRACT NO. XXXXX

_____________________________ R.C.E. 50129 Luanne Bean, P.E., Project Manager Tetra Tech 17885 Von Karman Avenue, Suite 500 Irvine, CA 92614

________________________________ Logan Olds, General Manager Victor Valley Wastewater Reclamation Authority 15776 Main Street, Suite 3 Hesperia, CA 92345

Printed 6/25/12

VICTOR VALLEY WASTEWATER RECLAMATION AUTHORITY UPPPER NARROWS PIPELINE REPLACEMENT PROJECT
CONTRACT DOCUMENTS

DOCUMENT 00010 TABLE OF CONTENTS Page No. INTRODUCTORY INFORMATION SECTION 00001 PROJECT TITLE PAGE ............................................................... COVER SECTION 00010 TABLE OF CONTENTS........................................................................... i SECTION 00100 NOTICE INVITING BIDS .......................................................................1 BIDDING REQUIREMENTS SECTION 00200 SECTION 00400 SECTION 00405 SECTION 00410 SECTION 00420 SECTION 00440 INSTRUCTIONS TO BIDDERS .............................................................3 BID FORM .............................................................................................13 CONTRACTOR’S CERT. RE WORKERS’ COMPENSATION .........14 BID BOND .............................................................................................15 NON-COLLUSION AFFIDAVIT ..........................................................16 LIST OF SUBCONTRACTORS FORM................................................17

CONTRACT FORMS SECTION 00500 SECTION 00610 SECTION 00620 CONTRACT ...........................................................................................19 PERFORMANCE BOND.......................................................................22 PAYMENT BOND .................................................................................26

CONDITIONS OF THE CONTRACT SECTION 00700 ARTICLE 1.  ARTICLE 2.  ARTICLE 3.  ARTICLE 4.  ARTICLE 5.  ARTICLE 6.  ARTICLE 7.  ARTICLE 8.  ARTICLE 9.  ARTICLE 10.  ARTICLE 11.  ARTICLE 12.  ARTICLE 13.  ARTICLE 14.  ARTICLE 15.  ARTICLE 16.  ARTICLE 17.  ARTICLE 18. 
NOVEMBER, 2011

GENERAL CONDITIONS ....................................................................29 DEFINITIONS .......................................................................................29  CONTRACT DOCUMENTS ................................................................30  CONTRACTS DOCUMENTS: COPIES & MAINTENANCE ............31  DETAIL DRAWINGS AND INSTRUCTIONS ...................................31  EXISTENCE OF UTILITIES AT THE WORK SITE ..........................32  SCHEDULE ...........................................................................................33  SUBSTITUTIONS .................................................................................34  SHOP DRAWINGS ...............................................................................35  SUBMITTALS .......................................................................................35  MATERIALS .........................................................................................36  CONTRACTOR’S SUPERVISION ......................................................36  WORKERS ............................................................................................36  SUBCONTRACTORS ...........................................................................37  PERMITS AND LICENSES ..................................................................37  UTILITY USAGE ..................................................................................37  INSPECTION FEES FOR PERMANENT UTILITIES ........................37  TRENCHES ...........................................................................................38  DIVERSION OF RECYCLABLE WASTE MATERIALS ..................39 
00010-i TABLE OF CONTENTS

DOCUMENT 00010 TABLE OF CONTENTS Page No. ARTICLE 19.  ARTICLE 20.  ARTICLE 21.  ARTICLE 22.  ARTICLE 23.  ARTICLE 24.  ARTICLE 25.  ARTICLE 26.  ARTICLE 27.  ARTICLE 28.  ARTICLE 29.  ARTICLE 30.  ARTICLE 31.  ARTICLE 32.  ARTICLE 33.  ARTICLE 34.  ARTICLE 35.  ARTICLE 36.  ARTICLE 37.  ARTICLE 38.  ARTICLE 39.  ARTICLE 40.  ARTICLE 41.  ARTICLE 42.  ARTICLE 43.  ARTICLE 44.  ARTICLE 45.  ARTICLE 46.  ARTICLE 47.  ARTICLE 48.  ARTICLE 49.  ARTICLE 50.  ARTICLE 51.  ARTICLE 52.  ARTICLE 53.  ARTICLE 54.  ARTICLE 55.  ARTICLE 56.  ARTICLE 57.  ARTICLE 58.  ARTICLE 59.  ARTICLE 60. 
NOVEMBER, 2011

REMOVAL OF HAZARDOUS MATERIALS ....................................39  SANITARY FACILITIES .....................................................................39  AIR POLLUTION CONTROL ..............................................................39  COMPLIANCE WITH STATE STORM WATER PERMIT ...............39  CLEANING UP .....................................................................................40  LAYOUT AND FIELD ENGINEERING .............................................41  EXCESSIVE NOISE..............................................................................41  TESTS AND INSPECTIONS ................................................................41  PROTECTION OF WORK AND PROPERTY.....................................42  CONTRACTORS MEANS AND METHODS......................................44  INSPECTOR’S FIELD OFFICE (NOT USED) ....................................44  AUTHORIZED REPRESENTATIVES ................................................44  HOURS OF WORK ...............................................................................44  PAYROLL RECORDS ..........................................................................45  PREVAILING RATES OF WAGES .....................................................47  EMPLOYMENT OF APPRENTICES...................................................47  NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY ....................................................................................48  LABOR/EMPLOYMENT SAFETY .....................................................48  WORKERS’ COMPENSATION INSURANCE ...................................48  EMPLOYER’S LIABILITY INSURANCE ..........................................48  COMMERCIAL GENERAL LIABILITY INSURANCE ....................48  AUTOMOBILE LIABILITY INSURANCE .........................................49  BUILDER’S RISK .................................................................................41  FORM AND PROOF OF CARRIAGE OF INSURANCE ...................42  TIME FOR COMPLETION AND LIQUIDATED DAMAGES ...........51  COST BREAKDOWN AND PERIODIC ESTIMATES.......................52  MOBILIZATION ...................................................................................53  PAYMENTS ..........................................................................................54  PAYMENTS WITHHELD AND BACKCHARGES ............................54  CHANGES AND EXTRA WORK ........................................................55  OCCUPANCY .......................................................................................58  INDEMNIFICATION ............................................................................59  RECORD (“AS BUILT”) DRAWINGS ................................................59  RESOLUTION OF CONSTRUCTION CLAIMS .................................59  VVWRA’S RIGHT TO TERMINATE CONTRACT ...........................61  WARRANTY AND GUARANTEE ......................................................63  DOCUMENT RETENTION & EXAMINATION ................................64  SOILS INVESTIGATIONS ...................................................................64  SEPARATE CONTRACTS ...................................................................65  NOTICE AND SERVICE THEREOF ...................................................65  NOTICE OF THIRD PARTY CLAIMS ................................................65  STATE LICENSE BOARD NOTICE. ..................................................65 
00010-ii TABLE OF CONTENTS

DOCUMENT 00010 TABLE OF CONTENTS Page No. ARTICLE 61.  INTEGRATION .....................................................................................66  ARTICLE 62.  ASSIGNMENT ......................................................................................66  ARTICLE 63.  CHANGE IN NAME AND NATURE OF CONTRACTOR’S LEGAL ENTITY ...................................................................................66  ARTICLE 64.  ASSIGNMENT OF ANTITRUST ACTIONS ......................................66  ARTICLE 65.  PROHIBITED INTERESTS ..................................................................67  ARTICLE 66.  LAWS AND REGULATIONS ..............................................................67  ARTICLE 67.  PATENT FEES OR ROYALTIES. .......................................................67  ARTICLE 68.  OWNERSHIP OF DRAWING ..............................................................67  ARTICLE 69.  NOTICE OF TAXABLE POSSESSORY INTEREST ..........................68  ARTICLE 70.  CONSTRUCTION PROGRESS MEETINGS.......................................68  SECTION 00750 SPECIAL CONDITIONS....................................................................69

TECHNICAL SPECIFICATIONS PLANS AND DRAWINGS

NOVEMBER, 2011

00010-iii

TABLE OF CONTENTS

SECTION 00100 NOTICE INVITING BIDS NOTICE INVITING BIDS The Victor Valley Wastewater Reclamation Authority (“VVWRA”) will receive sealed bids from Construction Contractors for the Upper Narrows Pipeline Replacement Project at the office of the VVWRA Administrative Office, 15776 Main Street, Suite 3, Hesperia, CA 92345 no later than XXXXX XX, 2012 at X:XX p.m., at which time or thereafter said bids will be opened and read aloud. Bids received after this time will be returned unopened. Bids shall be valid for 90 calendar days after the bid opening date. The work includes the furnishing of all labor, materials, and equipment for the construction of the Upper Narrows Pipeline Replacement Project (“Project”). The Project includes construction of sewer line interceptor segments and their associated manholes and connections to the existing VVWRA sewer interceptor at three separate locations as follows: Approximate Description  Length of Sewer Line Interceptor Pipe (LF)  Reach I-A – Underneath the Mojave River commencing at the Lewis Learning Center  Open Trench  120  To connect to existing sewer at MH 4  HDD  1744  Reach I-A Open Trench  53  To connect to Reach I-B and Reach II  Reach I-B – Underneath the BNSF Railroad at the Kemper Campbell Ranch  Open Trench  159  To connect to Reach I-A and Reach II  Bore & Jack  106  Reach I-B To connect to existing sewer between existing MH Open Trench  41  VV 5-8 and VV 5-9 Reach II – Through the Upper Narrows Formation from the Kemper Campbell Ranch to Downtown Victorville Tunnel  2664  Reach II Open Trench  138  To connect to Reach I-A and Reach I-B  Reach III – Through Downtown Victorville, C St, 7th St, and D St.  Open Trench  1066  Reach III Reach IV – Underneath the BNSF Railroad Bore & Jack  143  Reach IV Reach V – Through Private Lands To connect to existing sewer between existing MH Open Trench  195  4-26 & 4-25 Construction Method 

NOVEMBER, 2011

00100-1

NOTICE INVITING BIDS

SECTION 00100 NOTICE INVITING BIDS The Contractor shall perform all work and incidental work associated with the installation of the new sewer line interceptor required but not mentioned. The Project also includes decommissioning of VVWRA’s emergency temporary bypass pumping station at the completion of construction, and abandonment of select portions of their existing system. The Contract shall be responsible for design of any additional bypass pumping and piping systems, temporary control and handling of sewage, maintaining public health and control of odor and noise. Bids must be submitted on VVWRA’s Bid Forms, Sections 00400, 00405, 00410, 00420 and 00440 of this document. Bidders may obtain a copy of the Contract Documents from All Valley Reprographics & Planroom, Inc., 15353 Anacapa Road, Suite 1, Victorville, CA 92392 during normal business hours, telephone number (760) 243-2111, for Seventy-Five Dollars ($75.00). An additional charge of thirty dollars ($30.00) will be required of any bidder who requests that the Contract Documents be mailed within California (costs for out-of-state mailings will be higher). VVWRA will not make the Contract Documents available for review at one or more plan rooms. A mandatory Pre-Bid Conference will be held at VVWRA Administrative Office for the Upper Narrows Pipeline Replacement Project on the following date and time: XXXXX XX, 2012 at X:XX a.m. Each and every Bidder must attend the Pre-Bid Conference. Bids will not be accepted from any bidder who did not attend the Pre-Bid Conference. Bids must be accompanied by cash, a certified or cashier’s check, or a Bid Bond in favor of VVWRA in an amount not less than ten percent (10%) of the submitted Total Bid Price, the noncollusion affidavit, the list of proposed subcontractors, and all additional documentation required by the Instructions to Bidders. The successful bidder will be required to furnish VVWRA with a Performance Bond equal to 100% of the successful bid, and a Payment Bond equal to 100% of the successful bid, prior to execution of the Contract. All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California. Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by VVWRA to ensure his performance under the Contract. The Director of Industrial Relations has determined the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract which will be awarded to the successful bidder, copies of which are on file and will be made available to any interested party upon request at the VVWRA Administrative Office or online at http://www.dir.ca.gov/dlsr. A copy of these rates shall be posted by the successful bidder at the job site. The successful bidder and all subcontractor(s) under him, shall comply with all applicable Labor Code provisions, which include, but are not limited to the payment of not less than the required prevailing rates to all workers employed by them in the execution of the Contract, the employment of apprentices, the hours of labor and the debarment of contractors and subcontractors. Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following appropriate classification(s) of contractor’s license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract:
NOVEMBER, 2011 00100-2 NOTICE INVITING BIDS

SECTION 00100 NOTICE INVITING BIDS California Class A General Engineering Contractor Pursuant to Public Contract Code Section 3400(b), if VVWRA has made any findings designating certain materials, products, things, or services by specific brand or trade name, such findings and the materials, products, things, or services and their specific brand or trade names will be set forth in the Special Conditions. Award of Contract: VVWRA shall award the Contract for the Project to the lowest responsive, responsible bidder as determined from the base bid alone by VVWRA. VVWRA reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process. FUNDING SOURCES Funding for this project comes from a Public Assistance Grant through FEMA and Cal EMA. Funding is expected to be the following: Source FEMA Cal EMA VVWRA Percentage 75% 18.75% 6.25%

ADVERTISE High Desert Daily Press: XXXXX XX, 2012 to XXXXX XX, 2012 MANDATORY PREBID CONFERENCE: XXXXX XX, 2012 at X:XX a.m. CLOSE OF QUESTIONS: XXXXX XX, 2012 at X:XX p.m. BID OPENING: XXXXX XX, 2012 at X:XX p.m. END OF NOTICE INVITING BIDS

NOVEMBER, 2011

00100-3

NOTICE INVITING BIDS

SECTION 00200 INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1. AVAILABILITY OF CONTRACT DOCUMENTS/ FUNDING REQUIREMENTS

Bids must be submitted to VVWRA on the Bid Forms which are a part of the Bid Package for the Project. Prospective bidders may obtain one (1) complete set of Contract Documents at no cost. Contract Documents may be obtained from VVWRA at the location(s) and at the time(s) indicated in the Notice Inviting Bids. Prospective bidders are encouraged to telephone in advance to determine the availability of Contract Documents. Any applicable charges for the Contract Documents are outlined in the Notice Inviting Bids. VVWRA may also make the Contract Documents available for review at one or more plan rooms, as indicated in the Notice Inviting Bids. Please Note: VVWRA will not make plans available at any plan rooms. 2. EXAMINATION OF CONTRACT DOCUMENTS

VVWRA has made copies of the Contract Documents available, as indicated above. Bidders shall be solely responsible for examining the Project Site and the Contract Documents, including any Addenda issued during the bidding period, and for informing itself with respect to local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors’ licensing requirements, availability of required insurance, and other factors that could affect the Work. Bidders are responsible for consulting the standards referenced in the Contract. Failure of Bidder to so examine and inform itself shall be at its sole risk, and no relief for error or omission will be given except as required under State law. 3. INTERPRETATION OF CONTRACT DOCUMENTS

Discrepancies in, and/or omissions from the Plans, Specifications or other Contract Documents, questions or requests for clarifications as to their meaning shall be immediately brought to the attention of Luanne Bean, Project Manager by submission of a written request for an interpretation or correction to VVWRA. Such submission, if any, must be sent to Luanne Bean by faxing (949) 809-5010 or emailing to [email protected] no later than XXXXX XX, 2012 at X:XX p.m. Pacific Daylight Time. Any interpretation of the Contract Documents will be made only by written addenda duly issued and mailed or delivered to each person or firm who has purchased a set of Contract Documents. VVWRA will not be responsible for any explanations or interpretations provided in any other manner. No person is authorized to make any oral interpretation of any provision in the Contract Documents to any bidder, and no bidder should rely on any such oral interpretation. Bids shall include complete compensation for all items that are noted in the Contract Documents as the responsibility of the Contractor.

NOVEMBER, 2011

00200-4

INSTRUCTIONS TO BIDDERS

SECTION 00200 INSTRUCTIONS TO BIDDERS

4.

INSPECTION OF SITE; PRE-BID CONFERENCE AND SITE WALK

Each prospective bidder is responsible for fully acquainting itself with the conditions of the Project Site (which may include more than one site), as well as those relating to the construction and labor of the Project, to fully understand the facilities, difficulties and restrictions which may impact the cost or effort required to complete the Project. To this end, a Pre-Bid Conference and Site Walk will be held on the date(s) and time(s) indicated in the Notice Inviting Bids. 5. ADDENDA

VVWRA reserves the right to revise the Contract Documents prior to the bid opening date. Revisions, if any, shall be made by written Addenda. All Addenda issued by VVWRA shall be included in the bid and made part of the Contract Documents. Pursuant to Public Contract Code Section 4104.5, if VVWRA issues an Addendum which includes material changes to the Project less than 72 hours prior to the deadline for submission of bids, VVWRA will extend the deadline for submission of bids. VVWRA may determine, in its sole discretion, whether an Addendum warrants postponement of the bid submission date. Each prospective bidder shall provide VVWRA a name, address and facsimile number to which Addenda may be sent, as well as a telephone number by which VVWRA can contact the bidder. Copies of Addenda will be furnished by facsimile, first class mail, express mail or other proper means of delivery without charge to all parties who have obtained a copy of the Contract Documents and provided such current information. Please Note: Bidders are responsible for ensuring that they have received any and all Addenda. To this end, each bidder should contact Luanne Bean, by phone at (949) 809-5179 to verify that he has received all Addenda issued, if any, prior to the bid opening. 6. BASIS OF AWARD: BASE BID

The lowest bid will be determined on the basis of the base bid only. 7. COMPLETION OF BID FORMS

Bids shall only be prepared using copies of the Bid Forms which are included in the Contract Documents. The use of substitute bid forms other than clear and correct photocopies of those provided by VVWRA will not be permitted. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting “N/A” where applicable) and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make substitutions thereon. USE OF BLACK OR BLUE INK, INDELIBLE PENCIL OR A TYPEWRITER IS REQUIRED. Deviations in the bid form may result in the bid being deemed non-responsive. 8. MODIFICATIONS OF BIDS

Each Bidder shall submit its Bid in strict conformity with the requirements of the Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions or provisions attached to a Bid may render it non-responsive and may cause its rejection.

NOVEMBER, 2011

00200-5

INSTRUCTIONS TO BIDDERS

SECTION 00200 INSTRUCTIONS TO BIDDERS

Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms, nor make substitutions thereon. Oral, telephonic and electronic modifications will not be considered, unless the Notice Inviting Bids authorizes the submission of electronic bids and modifications thereto and such modifications are made in accordance with the Notice Inviting Bids. 9. DESIGNATION OF SUBCONTRACTORS

Pursuant to State law, the Bidders must designate the name and location of each subcontractor who will perform work or render services for the Bidder in an amount that exceeds one-half of one percent (1/2%) of the Bidder’s Total Bid Price, as well as the portion of work each such subcontractor will perform on the form provided herein by VVWRA. No additional time will be provided to bidders to submit any of the requested information in the Designation of Subcontractor form. 10. LICENSING REQUIREMENTS

Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all bidders must possess proper licenses for performance of this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Section 7028.5 of the Business and Professions Code, VVWRA shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Contract Documents to be non-responsive, and VVWRA shall reject the Bid. VVWRA shall have the right to request, and Bidders shall provide within five (5) calendar days, evidence satisfactory to VVWRA of all valid license(s) currently held by that Bidder and each of the Bidder’s subcontractors, before awarding the Contract. 11. SEPARATE BID ITEM FOR SHEETING, SHORING, ETC. (L.C. § 6707)

Bids shall include a separate bid item for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb, which shall conform to applicable safety orders. 12. SIGNING OF BIDS

All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders may be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising

NOVEMBER, 2011

00200-6

INSTRUCTIONS TO BIDDERS

SECTION 00200 INSTRUCTIONS TO BIDDERS

therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name. 13. BID GUARANTEE (BOND)

Each bid shall be accompanied by: (a) cash; (b) a certified check made payable to VVWRA; (c) a cashier’s check made payable to VVWRA; or (d) a bid bond payable to VVWRA executed by the bidder as principal and surety as obligor in an amount not less than 10% of the maximum amount of the bid. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. The cash, check or bid bond shall be given as a guarantee that the bidder shall execute the Contract if it be awarded to the bidder, shall provide the payment and performance bonds and insurance certificates and endorsements as required herein within ten (10) calendar days after notification of the award of the Contract to the bidder. Failure to provide the required documents may result in forfeiture of the bidder’s bid deposit or bond to VVWRA and VVWRA may award the Contract to the next lowest, responsive and responsible bidder, or may call for new bids. 14. SUBMISSION OF SEALED BIDS

Once the Bid and supporting documents have been completed and signed as set forth herein, they shall be placed, along with the Bid Guarantee and other required materials in an envelope, sealed, addressed and delivered or mailed, postage prepaid to VVWRA at the place and to the attention of the person indicated in the Notice Inviting Bids. No oral or telephonic bids will be considered. No forms transmitted via the internet, e-mail, facsimile, or any other electronic means will be considered unless specifically authorized by VVWRA as provided herein. The envelope shall also contain the following in the lower left-hand corner thereof: Bid of for the (Bidder’s Name) Upper Narrows Pipeline Replacement Project

Only where expressly permitted in the Notice Inviting Bids, may Bidders submit their bids via electronic transmission pursuant to Public Contract Code Sections 1600 and 1601. The acceptable method(s) of electronic transmission shall be stated in the Notice Inviting Bids. VVWRA reserves the right to not accept electronically transmitted bids where not specifically authorized in the Notice Inviting Bids, and may reject any bid not strictly complying with VVWRA’s designated methods for delivery. 15. DELIVERY AND OPENING OF BIDS

Bids will be received by VVWRA at the address shown in the Notice Inviting Bids up to the date and time shown therein. VVWRA will leave unopened any Bid received after the specified date and time, and any such unopened Bid will be returned to the Bidder. It is the Bidder’s sole responsibility to ensure that its Bid is received as specified. Bids may be submitted earlier than the dates(s) and time(s) indicated.

NOVEMBER, 2011

00200-7

INSTRUCTIONS TO BIDDERS

SECTION 00200 INSTRUCTIONS TO BIDDERS

Bids will be opened at the date and time stated in the Notice Inviting Bids, and the amount of each Bid will be read aloud and recorded. All Bidders may, if they desire, attend the opening of Bids. VVWRA may in its sole discretion, elect to postpone the opening of the submitted Bids. VVWRA reserves the right to reject any or all Bids and to waive any informality or irregularity in any Bid. In the event of a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. 16. WITHDRAWAL OF BID

Prior to bid opening, a Bid may be withdrawn by the Bidder only by means of a written request signed by the Bidder or its properly authorized representative. 17. BASIS OF AWARD; BALANCED BIDS

VVWRA shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. VVWRA may reject any Bid which, in its opinion when compared to other bids received or to VVWRA’s internal estimates, does not accurately reflect the cost to perform the Work. VVWRA may reject as non-responsive any bid which unevenly weights or allocates costs, including but not limited to overhead and profit to one or more particular bid items. 18. DISQUALIFICATION OF BIDDERS; INTEREST IN MORE THAN ONE BID

No bidder shall be allowed to make, submit or be interested in more than one bid. However, a person, firm, corporation or other entity that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a subproposal or quoting prices to other bidders submitting a bid to VVWRA. No person, firm, corporation, or other entity may submit subproposal to a bidder, or quote prices of materials to a bidder, when also submitting a prime bid on the same Project. 19. INSURANCE REQUIREMENTS

The successful bidder shall procure the insurance in the form and in the amount specified in the Contract Documents. 20. AWARD PROCESS

Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, the VVWRA Board of Commissioners may award the contract. The apparent successful Bidder should begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once VVWRA notifies the Bidder of the award, the Bidder will have ten (10) consecutive calendar days from the date of this notification to execute the Contract and supply VVWRA with all of the required documents and certifications. Regardless whether the Bidder supplies the required documents and certifications in a timely manner, the Contract time will begin to run ten (10) calendar days from the date of the notification. Once VVWRA receives all of the properly drafted and

NOVEMBER, 2011

00200-8

INSTRUCTIONS TO BIDDERS

SECTION 00200 INSTRUCTIONS TO BIDDERS

executed documents and certifications from the Bidder, VVWRA shall issue a Notice to Proceed to that Bidder. 21. FILING OF BID PROTESTS

Bidders may file a “protest” of a Bid with Andrew Gilmore. In order for a Bidder’s protest to be considered valid, the protest must: A. B. C. D. E. Be filed in writing within five (5) calendar days after the bid opening date; Clearly identify the specific irregularity or accusation; Clearly identify the specific determination or recommendation being protested; Specify, in detail, the grounds of the protest and the facts supporting the protest; and Include all relevant, supporting documentation with the protest at time of filing.

If the protest does not comply with each of these requirements, it will be rejected as invalid. If the protest is valid, VVWRA’s Construction Manager Chris Anthony, or other designated VVWRA staff member, shall review the basis of the protest and all relevant information. The Construction Manager will provide a written decision to the protestor. The protestor may then appeal the decision of the Construction Manager to VVWRA General Manager, Logan Olds. 22. WORKERS COMPENSATION

Each bidder shall submit the Contractor’s Certificate Regarding Workers’ Compensation form. 23. SUBSTITUTION OF SECURITY

The Contract Documents call for monthly progress payments based upon the percentage of the work completed. VVWRA will retain ten percent (10%) of each progress payment as provided by the Contract Documents. At the request and expense of the successful Bidder, VVWRA will substitute securities for the amount so retained in accordance with Public Contract Code Section 22300. 24. PREVAILING WAGES

VVWRA has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract. These rates are on file and available at the VVWRA Administrative Office or may be obtained online at http://www.dir.ca.gov/dlsr. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site.

NOVEMBER, 2011

00200-9

INSTRUCTIONS TO BIDDERS

SECTION 00200 INSTRUCTIONS TO BIDDERS

25.

DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS

In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Section 1777.1 or Section 1777.7 of the Labor Code. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to VVWRA. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project. 26. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS

Within the time specified in the Contract Documents, the Bidder to whom a Contract is awarded shall deliver to VVWRA four identical counterparts of the Performance Bond and Payment Bond in the forms supplied by VVWRA and included in the Contract Documents. Failure to do so may, in the sole discretion of VVWRA, result in the forfeiture of the Bid Guarantee. The surety supplying the bond must be an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to VVWRA. The Performance Bond and the Payment Bond shall be for one hundred percent (100%) of the Total Bid Price. 27. REQUEST FOR SUBSTITUTIONS

The successful bidder shall comply with the substitution request provisions set forth in the General Conditions, including any deadlines for substitution requests which may occur prior to the bid opening date. 28. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES

Contractor and its subcontractors performing work under this Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the work will be located, unless otherwise expressly provided by the Contract Documents. 29. EXECUTION OF CONTRACT

As required herein the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract Documents. VVWRA may require appropriate evidence that the persons executing the Contract are duly empowered to do so. END OF INSTRUCTIONS TO BIDDERS

NOVEMBER, 2011

00200-10

INSTRUCTIONS TO BIDDERS

SECTION 00400 BID FORM

BID FORM NAME OF BIDDER: The undersigned, hereby declare that we have carefully examined the location of the proposed Work, and have read and examined the Contract Documents, including all plans, specifications, and all addenda, if any, for the following Project: UPPER NARROWS PIPELINE REPLACEMENT PROJECT We hereby propose to furnish all labor, materials, equipment, tools, transportation, and services, and to discharge all duties and obligations necessary and required to perform and complete the Project for the following TOTAL BID PRICE:
Unit of Measu re Permanent Items Estimated Quantity Total Price (In Figures)

Item No.

Description

Unit Price (In Figures)

Reach I-A - HDD Siphon Under River and Railroad

0A 0B 0C 0D 0E 0F 0G 2 1 3 3A

Sewage Collection piping FPVC 15" Dia Trench Excavation - Trench Box (20' to 24'), 14 Feet Deep, 11/2CY Excavator Backfill Excavated Trench - 1 CY Bucket, Compacted Manhole MH AV-3A (4'-0" (48") Inside Dia MH, 14 VLF) Sewage Collection piping HDPE 26" Dia Trench Excavation - Trench Box (20' to 24'), 12 to 14 Feet Deep, 1-1/2CY Excavator Backfill Excavated Trench - 1 CY Bucket, Compacted Siphon Inlet Structure MH AVS-2 (6'-0" (72") Inside Dia MH, 12 VLF) Horizontal Directional Drill Boring, 16" DR18 FPVC, 1,744 LF Siphon Outlet Structure MH-AVS1 (6'-0" (72") Inside Dia MH, 20 VLF) Sewage Collection piping HDPE 26" Dia

11.00 28.00 27.00 1.00 110.00 313.00 298.00 1.00 1.00 1.00 53.00

LF CY CY EA LF CY CY EA LS EA LF

NOVEMBER, 2011

00400-11

BID FORM

SECTION 00400 BID FORM

Item No. 3B 3C

Description Trench Excavation - Trench Box (20' to 24'), 19 Feet Deep, 11/2CY Excavator Backfill Excavated Trench - 1 CY Bucket, Compacted

Estimated Quantity 217.00 210.00

Unit of Measu re CY CY

Unit Price (In Figures)

Total Price (In Figures)

Reach I-B - Bore & Jack (connect Upstream Schedule V to Tunnel)

4A

4B 4C 4D 4E 4 5 5A 5B 5C 5D 5E

7A 7B 7C 9A 7D

Manhole MH VV-5-9 (7'-0" (84") Inside Dia MH, 15 VLF), Connect to Exist VVWRA Interceptor Sewer Sewage Collection piping HDPE 48" Dia Trench Excavation - Trench Box (20' to 24'), 14 to19 Feet Deep, 11/2CY Excavator Backfill Excavated Trench - 1 CY Bucket, Compacted Manhole MH UNI-11 (7'-0" (84") Inside Dia MH, 19 VLF) Horizontal Boring, 60" Casing (0.781" Thick Min) Sewage Collection piping HDPE 48" Dia Manhole MH UNI-10 (7'-0" (84") Inside Dia MH, 20 VLF) Sewage Collection piping HDPE 48" Dia Trench Excavation - Trench Box (20' to 24'), 19 to 20 Feet Deep, 1-1/2CY Excavator Backfill Excavated Trench - 1 CY Bucket, Compacted Manhole MH UNI-9 (8'-0" (96") Inside Dia MH, 19 VLF) Reach II - Tunnel Sewage Collection piping HDPE 48" Dia Trench Excavation - Trench Box (20' to 24'), 19 Feet Deep, 11/2CY Excavator Backfill Excavated Trench - 1 CY Bucket, Compacted Tunneling Shaft - Excavation, Shoring & Backfill (in Kemper Campbell Ranch) Manhole MH UNI-8 (7'-0" (84") Inside Dia MH, 19 VLF)

1.00

EA

41.00 201.00 182.00 1.00 94.00 106.00 1.00 159.00 880.00 808.00 1.00

LF CY CY EA LF LF EA LF CY CY EA

138.00 795.00 729.00 1.00 1.00

LF CY CY EA EA

NOVEMBER, 2011

00400-12

BID FORM

SECTION 00400 BID FORM

Item No. 7 8 9B

Description Tunnel, 66" Casing (0.750" Thick Min), Grout & Backfill Sewage Collection piping HDPE 48" Dia Tunneling Shaft - Excavation, Shoring & Backfill (in C Street)

Estimated Quantity 2,624.00 2,664.00 1.00

Unit of Measu re LF LF EA

Unit Price (In Figures)

Total Price (In Figures)

Reach III - Open Trench

10A 10

11

11A

12 14B 14B 14B 14B 14 14C 14D 14E 14F

Manhole MH UNI-7 (7'-0" (84") Inside Dia MH, 32 VLF) Sewage Collection piping HDPE 48" Dia Trench Excavation - Shored (20' to 25'), 24 to 31 Feet Deep, 5.5CY Hydraulic Excavator (from Manhole MH UNI-7 to STA 108+69) Trench Excavation - Trench Box (20' to 24'), 19 to 24 Feet Deep, 1-1/2CY Excavator (from STA 108+69 to Manhole MH UNI-2) Backfill Excavated Trench - 1 CY Bucket, Compacted Trench Pavement - Subbase (11/2 inch Stone), Compacted Trench Pavement - Base (3/4 inch Stone), Compacted Asphalt Paving - Plant-Mix over trench (4 inches Thick) Asphalt Hauling (16.5 CY Truck, 45 MPH Avg, 8 mile route) Manholes Manhole MH UNI-6 (7'-0" (84") Inside Dia MH,31 VLF) Manhole MH UNI-5 (7'-0" (84") Inside Dia MH, 28 VLF) Manhole MH UNI-4 (7'-0" (84") Inside Dia MH, 27 VLF) Manhole MH UNI-3 (7'-0" (84") Inside Dia MH, 20 VLF)

1.00 1,067.00

EA LF

4,562.00

CY

3,157.00

CY

7,247.00 949.00 1,186.00 1,186.00 132.00

CY SY SY SY CY

1.00 1.00 1.00 1.00

EA EA EA EA

Reach IV - Bore & Jack Under Railroad

15A 15

Manhole MH UNI-2 (7'-0" (84") Inside Dia MH, 19 VLF) Horizontal Boring, 60" Casing (0.781" Thick Min)

1.00 126.00

EA LF

NOVEMBER, 2011

00400-13

BID FORM

SECTION 00400 BID FORM

Item No. 16 16A

Description Sewage Collection piping HDPE 48" Dia Manhole MH UNI-1 (7'-0" (84") Inside Dia MH, 18 VLF) Reach V - Open Trench Sewage Collection piping HDPE 48" Dia Trench Excavation - Trench Box (20' to 24'), 15 to 18 Feet Deep, 1-1/2CY Excavator Backfill Excavated Trench - 1 CY Bucket, Compacted Manhole MH VV-4-25A (7'-0" (84") Inside Dia MH, 15 VLF), Connect to Exist VVWRA Interceptor Sewer

Estimated Quantity 143.00 1.00

Unit of Measu re LF EA

Unit Price (In Figures)

Total Price (In Figures)

18 19 20

195.00 934.00 843.00

LF CY CY

22

1.00

EA

Uncompleted Non-Permanent Items

6 13 17 23 24 25 26 27 28 29 30 31

Bore and Jack Pits and Shoring Reach I-B Sheeting, Shoring & Bracing Bore and Jack Pits and Shoring Reach IV Remove Existing Emergency Bypass System Remove Existing Pipe Bridge Temporary Fencing SWPPP BMPs Dewatering Flagman for BNSF Railroad Water Treatment - Filtration Equipment Traffic Control

1.00 31,088.00 1.00 1.00 1.00 3,650.00 1.00 1.00 1.00 1.00 1.00 1.00

LS SF LS LS LS LF LS LS LS LS LS LS

TOTAL BID PRICE – SUM OF ITEMS above. TOTAL BID PRICE (WRITTEN FORM):

$__________

In case of discrepancy between the written price and the numerical price, the written price shall prevail.

NOVEMBER, 2011

00400-14

BID FORM

SECTION 00400 BID FORM

The undersigned agrees that this Bid Form constitutes a firm offer to VVWRA which cannot be withdrawn for the number of calendar days indicated in the Notice Inviting Bids from and after the bid opening, or until a Contract for the Work is fully executed by VVWRA and a third party, whichever is earlier. The Contract duration shall commence on the date stated in VVWRA’s Notice to Proceed, and shall be completed by the Contractor in the time specified in the Contract Documents. In no case shall the Contractor commence construction prior to the date stated in VVWRA’s Notice to Proceed. Bidder certifies that it is licensed in accordance with the law providing for the registration of Contractors, License No. _________, Expiration Date _______, class of license _____. If the bidder is a joint venture, each member of the joint venture must include the above information. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda No. _______________________ Addenda No. _______________________ Addenda No. _______________________ 1. 2. 3. 4. 5. Attached is the required bid security in the amount of not less than 10% of the Total Bid Price. Attached is the fully executed Non-Collusion Affidavit form. Attached is the completed Designation of Subcontractors form. Attached is the completed Bidder Information Form. Attached is the completed Contractor’s Certificate Regarding Workers’ Compensation form.

NOVEMBER, 2011

00400-15

BID FORM

SECTION 00400 BID FORM

I hereby certify under penalty of perjury under the laws of the State of California, that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct. Name of Bidder Signature Name and Title Dated END OF BID FORM

NOVEMBER, 2011

00400-16

BID FORM

SECTION 00405 CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract. Name of Bidder Signature Name Title Dated

END OF CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

NOVEMBER, 2011

00405-17

CONTRACTOR’S CERTIFICATE REGARDING WORKERS COMPENSATION

SECTION 00410 BID BOND

BID BOND The makers of this bond are, _____________________________ ______________________________________________, as Principal, and _______________ ___________________________________________, as Surety and are held and firmly bound unto the Victor Valley Wastewater Reclamation Authority, hereinafter called VVWRA, in the penal sum of TEN PERCENT (10%) OF THE TOTAL BID PRICE of the Principal submitted to VVWRA for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. If the Principal does not withdraw its bid within the time specified in the Contract Documents; and if the Principal is awarded the Contract and provides all documents to VVWRA as required by the Contract Documents; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents shall in affect its obligation under this bond, and Surety does hereby waive notice of any such changes. In the event a lawsuit is brought upon this bond by VVWRA and judgment is recovered, the Surety shall pay all litigation expenses incurred by VVWRA in such suit, including reasonable attorneys’ fees, court costs, expert witness fees and expenses. IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this _____ day of ________________, 20____, the name and corporate seal of each corporation. (Corporate Seal) Contractor/ Principal By Title (Corporate Seal) Surety By Attorney-in-Fact (Attach Attorney-in-Fact Certificate) Title

NOVEMBER, 2011

00410-18

BID BOND

SECTION 00410 BID BOND

STATE OF CALIFORNIA) ) ss. CITY OF ___________) On this ________ day of ___________________, in the year 20__, before me, ___________________________, a Notary Public in and for said state, personally appeared _________________________________, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument as the Attorney-InFact of the (Surety) acknowledged to me that he/she executed the same in his/her authorized capacity, and subscribed the name of the ___________________________ (Surety) thereto and his/her own name as Attorney-In-Fact. I certify under penalty of perjury under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State (SEAL) Commission expires: _______________ NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto.

NOVEMBER, 2011

00410-19

BID BOND

SECTION 00420 NON-COLLUSION AFFIDAVIT

NON-COLLUSION AFFIDAVIT being first duly sworn, deposes and says that he is, of _____________________ the party making the attached bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Name of Bidder Signature Name Title Dated END OF NON-COLLUSION AFFIDAVIT I,

NOVEMBER, 2011

00420-20

NON-COLLUSION AFFIDAVIT

SECTION 00440 LIST OF SUBCONTRACTORS FORM

LIST OF SUBCONTRACTORS FORM In compliance with the Subletting and Subcontracting Fair Practices Act of the Public Contract Code of the State of California, each bidder shall set forth below: (a) the name and the location of the place of business and (b) the portion of the work which will be done by each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work in an amount in excess of one-half of one percent (1/2%) of the Contractor’s Total Bid Price. Notwithstanding the foregoing, if the work involves streets and highways, then the Contractor shall list each subcontractor who will perform work or labor or render service to Contractor in or about the work in an amount in excess of one-half of one percent (1/2%) of the Contractor’s Total Bid Price or $10,000, whichever is greater. No additional time shall be granted to provide the below requested information. If no subcontractor is specified, for a portion of the work, or if more than one subcontractor is specified for the same portion of Work, to be performed under the Contract in excess of one-half of one percent (1/2%) of the Contractor’s Total Bid Price, then the Contractor shall be deemed to have agreed that it is fully qualified to perform that Work, and that it shall perform that portion itself.

Portion of Work

Subcontractor

Location of Business

NOVEMBER, 2011

00440-21

LIST OF SUBCONSTRACTORS FORM

SECTION 00440 LIST OF SUBCONTRACTORS FORM

Portion of Work

Subcontractor

Location of Business

Name of Bidder Signature Name and Title Dated

END OF LIST OF SUBCONTRACTORS FORM

NOVEMBER, 2011

00440-22

LIST OF SUBCONSTRACTORS FORM

SECTION 00500 CONTRACT

CONTRACT THIS CONTRACT is made this _____ day of _________, 2011, in the County of San Bernardino, State of California, by and between the Victor Valley Wastewater Reclamation Authority hereinafter called VVWRA, and ______________________________, hereinafter called Contractor. VVWRA and the Contractor for the considerations stated herein agree as follows: ARTICLE 1. SCOPE OF WORK. The Contractor shall perform all Work within the time stipulated the Contract and shall provide all labor, materials, equipment, tools, utility services, and transportation to complete all of the Work required in strict compliance with the Contract Documents as specified in Article 5 below for the following Project: UPPER NARROWS PIPELINE REPLACEMENT PROJECT The Contractor and its surety shall be liable to VVWRA for any damages arising as a result of the Contractor’s failure to comply with this obligation. ARTICLE 2. TIME FOR COMPLETION. The Work shall be commenced on the date stated in VVWRA’s Notice to Proceed. The Contractor shall complete all Work required by the Contract Documents within 270 calendar days from the commencement date stated in the Notice to Proceed. By its signature hereunder, Contractor agrees the time for completion set forth above is adequate and reasonable to complete the Work. ARTICLE 3. CONTRACT PRICE. VVWRA shall pay to the Contractor as full compensation for the performance of the Contract, subject to any additions or deductions as provided in the Contract Documents, and including all applicable taxes and costs, the sum of _____________________________________________________________________Dollars ($_________________________________). Payment shall be made as set forth in the General Conditions. ARTICLE 4. LIQUIDATED DAMAGES. In accordance with Government Code Section 53069.85, it is agreed that the Contractor will pay VVWRA the sum of $500.00 for each and every calendar day of delay beyond the time prescribed in the Contract Documents for finishing the Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this is not paid, the Contractor agrees VVWRA may deduct that amount from any money due or that may become due the Contractor under the Contract. This Article does not exclude recovery of other damages specified in the Contract Documents.

NOVEMBER, 2011

00500-23

CONTRACT

SECTION 00500 CONTRACT

ARTICLE 5. COMPONENT PARTS OF THE CONTRACT. The “Contract Documents” include the following: Notice Inviting Bids Instructions to Bidders Bid Form Contractor’s Certificate Regarding Workers’ Compensation Bid Bond Designation of Subcontractors Non-Collusion Affidavit form Contract Performance Bond Payment Bond General Conditions Special Conditions Technical Specifications Addenda Plans (Contract Drawings) Approved and fully executed change orders Any other documents contained in or incorporated into the Contract The Contactor shall complete the Work in strict accordance with all of the Contract Documents. All of the Contract Documents are intended to be complementary. Work required by one of the Contract Documents and not by others shall be done as if required by all. This Contract shall supersede any prior agreement of the parties. ARTICLE 6. PROVISIONS REQUIRED BY LAW. Each and every provision of law required to be included in these Contract Documents shall be deemed to be included in these Contract Documents. The Contractor shall comply with all requirements of applicable federal, state and local laws, rules and regulations, including but not limited to the provisions of the California Labor Code and California Public Contract Code which are applicable to this Project. ARTICLE 7. INDEMNIFICATION. Contractor shall provide indemnification as set forth in the General Conditions. ARTICLE 8. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor Code which such rates shall be made available at the VVWRA Administrative Office or may be obtained online at http//www.dir.ca.gov/dlsr. and which must be posted at the job site. IN WITNESS WHEREOF, this Contract has been duly executed by the above-named parties, on the day and year above written.

NOVEMBER, 2011

00500-24

CONTRACT

SECTION 00500 CONTRACT

VICTOR VALLEY WASTEWATER RECLAMATION AUTHORITY ____________________________________ [NAME OF CONTRACTOR] By _________________________________ Name and Title: ______________________ License No. ___________________________ By______________________________ Logan Olds General Manager

END OF CONTRACT

NOVEMBER, 2011

00500-25

CONTRACT

SECTION 00610 PERFORMANCE BOND

PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, ___________________________ (hereinafter referred to as “VVWRA”) has awarded to ____________________, (hereinafter referred to as the “Contractor”) _______________________ an agreement for the Upper Narrows Pipeline Replacement Project (hereinafter referred to as the “Project”). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated ________________, (hereinafter referred to as “Contract Documents”), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, _______________, the undersigned Contractor and _____________________________________________ as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto VVWRA in the sum of ___________________________ DOLLARS, ($____________), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one-year guarantee of all materials and workmanship; and shall indemnify and save harmless VVWRA, its officers and agents, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney’s fees, incurred by VVWRA in enforcing such obligation. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by VVWRA, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect VVWRA from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of

NOVEMBER, 2011

00610-26

PERFORMANCE BOND

SECTION 00610 PERFORMANCE BOND

Contractor remains. Nothing herein shall limit VVWRA’s rights or the Contractor or Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by VVWRA to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at VVWRA’s option: (1) (2) Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and VVWRA, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by VVWRA under the Contract and any modification thereto, less any amount previously paid by VVWRA to the Contractor and any other set offs pursuant to the Contract Documents. Permit VVWRA to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by VVWRA under the Contract and any modification thereto, less any amount previously paid by VVWRA to the Contractor and any other set offs pursuant to the Contract Documents.

(3)

Surety expressly agrees that VVWRA may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if VVWRA, when declaring the Contractor in default, notifies Surety of VVWRA’s objection to Contractor’s further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project.

NOVEMBER, 2011

00610-27

PERFORMANCE BOND

SECTION 00610 PERFORMANCE BOND

IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of ______________, 20__.

(Corporate Seal) Contractor/ Principal By Title

(Corporate Seal)

Surety By Attorney-in-Fact

(Attach Attorney-in-Fact Certificate)

Title

The rate of premium on this bond is ____________ per thousand. The total amount of premium charges, $_______________________________. (The above must be filled in by corporate attorney.) THIS IS A REQUIRED FORM Any claims under this bond may be addressed to: (Name and Address of Surety)___________________________________________ ___________________________________________ ___________________________________________ (Name and Address of Agent or___________________________________________ Representative for service of process in California, if different___________________________________________ from above) ___________________________________________ (Telephone number of Surety and___________________________________________ Agent or Representative for service of process in California

NOVEMBER, 2011

00610-28

PERFORMANCE BOND

SECTION 00610 PERFORMANCE BOND

STATE OF CALIFORNIA) ) ss. CITY OF ___________) On this ________ day of ___________________, in the year 20__, before me, ___________________________, a Notary Public in and for said state, personally appeared _________________________________, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument as the Attorney-InFact of the (Surety) acknowledged to me that he/she executed the same in his/her authorized capacity, and subscribed the name of the ___________________________ (Surety) thereto and his/her own name as Attorney-In-Fact. I certify under penalty of perjury under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State (SEAL) Commission expires: _______________ NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto.

NOVEMBER, 2011

00610-29

PERFORMANCE BOND

SECTION 00620 PAYMENT BOND

PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS That WHEREAS, the Victor Valley Wastewater Reclamation Authority (hereinafter designated as the “VVWRA”), by action taken or a resolution passed ___________ , 20____ has awarded to ________________ hereinafter designated as the “Principal,” a contract for the work described as follows: Upper Narrows Pipeline Replacement Project (the “Project”); and WHEREAS, said Principal is required to furnish a bond in connection with said contract; providing that if said Principal or any of its Subcontractors shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Code or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of said Principal and its Subcontractors with respect to such work or labor the Surety on this bond will pay for the same to the extent hereinafter set forth. NOW THEREFORE, we, the Principal and __________________________ as Surety, are held and firmly bound unto VVWRA in the penal sum of ______________ Dollars ($___________) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named in Section 3181 of the Civil Code, fail to pay for any materials, provisions or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department or Franchise Tax Board from the wages of employees of the contractor and his subcontractors pursuant to Section 18663 of the Revenue and Taxation Code, with respect to such work and labor the Surety or Sureties will pay for the same, in an amount not exceeding the sum herein above specified, and also, in case suit is brought upon this bond, all litigation expenses incurred by VVWRA in such suit, including reasonable attorneys’ fees, court costs, expert witness fees and investigation expenses. This bond shall inure to the benefit of any of the persons named in Section 3181 of the Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released from the obligation of this bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement pertaining or relating to any scheme or work of improvement herein above described, or pertaining or relating to the furnishing of labor, materials, or equipment therefore, nor by any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or work of improvement herein above described, nor by any rescission or attempted rescission or attempted rescission of the contract, agreement or bond, nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond,
NOVEMBER, 2011 00620-30 PAYMENT BOND

SECTION 00620 PAYMENT BOND nor by any fraud practiced by any person other than the claimant seeking to recover on the bond and that this bond be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the owner or VVWRA and original contractor or on the part of any obligee named in such bond, but the sole conditions of recovery shall be that claimant is a person described in Section 3110 or 3112 of the Civil Code, and has not been paid the full amount of his claim and that Surety does hereby waive notice of any such change, extension of time, addition, alteration or modification herein mentioned. IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of ______________, 20__.

(Corporate Seal) Contractor/ Principal By Title

(Corporate Seal)

Surety By Attorney-in-Fact

(Attach Attorney-in-Fact Certificate)

Title

STATE OF CALIFORNIA) ) ss. CITY OF ___________) On this ________ day of ___________________, in the year 20___, before me, ___________________________, a Notary Public in and for said state, personally appeared

NOVEMBER, 2011

00620-31

PAYMENT BOND

SECTION 00620 PAYMENT BOND

_________________________________, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument as the Attorney-InFact of the (Surety) acknowledged to me that he/she executed the same in his/her authorized capacity, and subscribed the name of the ___________________________ (Surety) thereto and his/her own name as Attorney-In-Fact. I certify under penalty of perjury under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State (SEAL) Commission expires: _______________ NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto.

NOVEMBER, 2011

00620-32

PAYMENT BOND

SECTION 00700 GENERAL CONDITIONS

GENERAL CONDITIONS ARTICLE 1. DEFINITIONS a. b. c. d. e. f. Acceptable, Acceptance or words of similar import shall be understood to be the acceptance of the Engineer and/or VVWRA. Act of God an Act of God is an earthquake of magnitude 3.5 on the Richter scale and tidal waves. Approval means written authorization by Engineer and/or VVWRA. Contract Documents includes all documents as stated in the Contract. Day shall mean calendar day unless otherwise specifically designated. Engineer shall mean the General Manager’s designee acting either directly or through properly authorized agents, such as agents acting within the scope of the particular duties entrusted to them. Also sometimes referred to as the “VVWRA’s Representative” or “Representative” in the Contract Documents. Equal, Equivalent, Satisfactory, Directed, Designated, Selected, As Required and similar words shall mean the written approval, selection, satisfaction, direction, or similar action of the Engineer and/or VVWRA. Indicated, Shown, Detailed, Noted, Scheduled or words of similar meaning shall mean that reference is made to the drawings, unless otherwise noted. It shall be understood that the direction, designation, selection, or similar import of the Engineer and/or VVWRA is intended, unless stated otherwise. Install means the complete installation of any item, equipment or material. Material shall include machinery, equipment, manufactured articles, or construction such as form work, fasteners, etc., and any other classes of material to be furnished in connection with the Contract. All materials shall be new unless specified otherwise. Notice to Proceed shall mean the written notice given by VVWRA to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. Perform shall mean that the Contractor, at Contractor’s expense, shall take all actions necessary to complete The Work, including furnishing of necessary labor, tools, and equipment, and providing and installing Materials that are indicated, specified, or required to complete such performance. Project is The Work planned by VVWRA as provided in the Contract Documents.

g.

h.

i. j.

k.

l.

m.

NOVEMBER, 2011

00700-33

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

n. o.

Provide shall include provide complete in place, that is furnish, install, test and make ready for use. Recyclable Waste Materials shall mean materials removed from the Project site which are required to be diverted to a recycling center rather than an area landfill. Recyclable Waste Materials include asphalt, concrete, brick, concrete block, and rock. Recyclable Metals such as aluminum, copper, and stainless steel shall be returned to the Owner. Specifications means that portion of the Contract Documents consisting of the written requirements for materials, equipment, construction systems, standards and workmanship for the work. Except for Sections 1-9 of the Standard Specifications for Public Works Construction (“Greenbook”), latest Edition, which are specifically excluded from incorporation into these Contract Documents, the Work shall be done in accordance with the Greenbook, including all current supplements, addenda, and revisions thereof. In the case of conflict between the Greenbook and the Contract Documents, the Contract Documents shall prevail. VVWRA and Contractor are those stated in the Contract. The terms VVWRA and Owner may be used interchangeably. The Work means the entire improvement planned by VVWRA pursuant to the Contract Documents. Work means labor, equipment and materials incorporated in, or to be incorporated in the construction covered by the Contract Documents.

p. q.

r. s. t.

ARTICLE 2. CONTRACT DOCUMENTS a. b. Contract Documents. The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. Interpretations. The Contract Documents are intended to be fully cooperative and to be complementary. If Contractor observes that any documents are in conflict, the Contractor shall promptly notify the Engineer in writing. In case of conflicts between the Contract Documents, the order of precedence shall be as follows: 1. 2. 3. 4. 5. 6. 7. 8. Change Orders or Work Change Directives Addenda Special Provisions (or Special Conditions) Technical Specifications Plans (Contract Drawings) Contract General Conditions Instructions to Bidders

NOVEMBER, 2011

00700-34

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

9. 10. 11. 12. 13.

Notice Inviting Bids Contractor’s Bid Forms Greenbook Standard Plans Reference Documents

With reference to the Drawings, the order of precedence shall be as follows: 1. 2. 3. 4. 5. c. Figures govern over scaled dimensions Detail drawings govern over general drawings Addenda or Change Order drawings govern over Contract Drawings Contract Drawings govern over Standard Drawings Contract Drawings govern over Shop Drawings

Conflicts in Contract Documents. Notwithstanding the orders of precedence established above, in the event of conflicts, the more stringent requirement and higher standard shall always apply. Organization of Contract Documents. Organization of the Contract Documents into divisions, sections, and articles, and arrangement of drawings shall not control the Contractor in dividing The Work among subcontractors or in establishing the extent of Work to be performed by any trade.

d.

ARTICLE 3. CONTRACTS DOCUMENTS: COPIES & MAINTENANCE Contractor will be furnished, free of charge, six (6) copies of the Contract Documents. Additional copies may be obtained at cost of reproduction. Contractor shall maintain a clean, undamaged set of Contract Documents at the Project site. ARTICLE 4. DETAIL DRAWINGS AND INSTRUCTIONS a. Examination of Contract Documents. Before commencing any portion of The Work, Contractor shall again carefully examine all applicable Contract Documents, the Project site and other information given to Contractor as to materials and methods of construction and other Project requirements. Contractor shall immediately notify the Engineer of any potential error, inconsistency, ambiguity, conflict or lack of detail or explanation. If Contractor performs, permits, or causes the performance of any Work which is in error, inconsistent or ambiguous, or not sufficiently detailed or explained, Contractor shall bear any and all resulting costs, including, without limitation, the cost of correction. In no case shall the Contractor or any subcontractor proceed with Work if uncertain as to the applicable requirements. Additional Instructions. After notification of any error, inconsistency, ambiguity, conflict or lack of detail or explanation, the Engineer will provide any required additional

b.

NOVEMBER, 2011

00700-35

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

instructions, by means of drawings or other written direction, necessary for proper execution of Work. c. Quality of Parts, Construction and Finish. All parts of The Work shall be of the best quality of their respective kinds and the Contractor must use all diligence to inform itself fully as to the required construction and finish. In no case shall Contractor proceed with The Work without obtaining first from the Engineer such Approval may be necessary for the proper performance of Work. Contractor’s Variation from Contract Document Requirements. If it is found that the Contractor has varied from the requirements of the Contract Documents including the requirement to comply with all applicable laws, ordinances, rules and regulations, the Engineer may at any time, before or after completion of the Work, order the improper Work removed, remade or replaced by the Contractor at the Contractor’s expense.

d.

ARTICLE 5. EXISTENCE OF UTILITIES AT THE WORK SITE a. VVWRA has endeavored to determine the existence of utilities at the Project site from the records of the owners of known utilities in the vicinity of the Project. The positions of these utilities as derived from such records are shown on the Plans. No excavations were made to verify the locations shown for underground utilities. The service connections to these utilities are not shown on the plans. It shall be the responsibility of the Contractor to determine the exact location of all service connections. The Contractor shall make its own investigations, including exploratory excavations, to determine the locations and type of service connections, prior to commencing Work which could result in damage to such utilities. The Contractor shall immediately notify VVWRA and the Engineer in writing of any utility discovered in a different position than shown on the Plans or which is not shown on the Plans. All water meters, water valves, fire hydrants, electrical utility vaults, telephone vaults, gas utility valves, and other subsurface structures shall be relocated or adjusted to final grade by the Contractor. Locations of existing utilities shown on the Plans are approximate and may not be complete. The Contractor shall be responsible for coordinating its Work with all utility companies during the construction of The Work. Notwithstanding the above, pursuant to Section 4215 of the Government Code, VVWRA has the responsibility to identify, with reasonable accuracy, main or trunkline facilities on the plans and specifications. In the event that main or trunkline utility facilities are not identified with reasonable accuracy in the plans and specifications made a part of the invitation for bids, VVWRA shall assume the responsibility for their timely removal, relocation, or protection. The Contract Documents shall include provisions to compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the Project necessarily idled during such work.

b.

c.

d.

NOVEMBER, 2011

00700-36

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

e.

Contractor, except in an emergency, shall contact the appropriate regional notification center, Southern California Underground Service Alert at 1-800-227-2600 at least two working days prior to commencing any excavation if the excavation will be performed in an area which is known, or reasonably should be known, to contain subsurface installations other than the underground facilities owned or operated by VVWRA, and obtain an inquiry identification number from that notification center. No excavation shall be commenced or carried out by the Contractor unless such an inquiry identification number has been assigned to the Contractor or any subcontractor of the Contractor and VVWRA and the Engineer have been given the identification number by the Contractor.

ARTICLE 6. SCHEDULE a. Estimated Schedule. Within five (5) days after the issuance of the Notice of Award, Contractor shall prepare a Project schedule and shall submit this to the Engineer for Approval. The construction schedule must include holidays. The receipt or Approval of any schedules by the Engineer or VVWRA shall not in any way relieve the Contractor of its obligations under the Contract Documents. The Contractor is fully responsible to determine and provide for any and all staffing and resources at levels which allow for good quality and timely completion of the Project. Contractor’s failure to incorporate all elements of Work required for the performance of the Contract or any inaccuracy in the schedule shall not excuse the Contractor from performing all Work required for a completed Project within the specified Contract time period. If the required schedule is not received by the time the first payment under the Contract is due, Contractor shall not be paid until the schedule is received, reviewed and accepted by the Engineer. Original schedule and periodic update shall be submitted in electronic form and hard copies to Chris Anthony, Construction Manager at VVWRA. Schedule Contents. The schedule shall allow enough time for inclement weather. The schedule shall indicate the beginning and completion dates of all phases of construction; critical path for all critical, sequential time related activities; and “float time” for all “slack” or “gaps” in the non-critical activities. The schedule shall clearly identify all staffing and other resources which in the Contractor’s judgment are needed to complete the Project within the time specified for completion. Schedule duration shall match the Contract time. Schedules indicating early completion will be rejected. The schedule must include holidays. Contractor shall comply with these requirements and the additional requirements as outlined in Section 01310 Contractor’s Construction Schedule and Reports. Schedule Updates. Contractor shall continuously update its construction schedule. Contractor shall submit an updated and accurate construction schedule to the Engineer whenever requested to do so by Engineer and with each progress payment request. The Engineer may withhold progress payments or other amounts due under the Contract Documents if Contractor fails to submit an updated and accurate construction schedule.

b.

c.

NOVEMBER, 2011

00700-37

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 7. SUBSTITUTIONS a. Pursuant to Public Contract Code Section 3400(b) VVWRA may make a finding that is described in the invitation for bids that designates certain products, things, or services by specific brand or trade name. Unless specifically designated in the Contract Documents, whenever any material, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such Specifications shall be deemed to be used for the purpose of facilitating the description of the material, process or article desired and shall be deemed to be followed by the words “or equal.” Contractor may, unless otherwise stated, offer for substitution any material, process or article which shall be substantially equal or better in every respect to that so indicated or specified in the Contract Documents. However, VVWRA may have adopted certain uniform standards for certain materials, processes and articles. Contractor shall submit requests, together with substantiating data, for substitution of any “or equal” material, process or article no later than ten (10) days after award of the Contract. To facilitate the construction schedule and sequencing, some requests may need to be submitted before ten (10) days after award of Contract. Provisions regarding submission of “or equal” requests shall not in any way authorize an extension of time for performance of this Contract. If a proposed “or equal” substitution request is rejected, Contractor shall be responsible for providing the specified material, process or article. The burden of proof as to the equality of any material, process or article shall rest with the Contractor. VVWRA has the complete and sole discretion to determine if a material, process or article is an “or equal” material, process or article that may be substituted. Data required to substantiate requests for substitutions of an “or equal” material, process or article data shall include a signed affidavit from the Contractor stating that, and describing how, the substituted “or equal” material, process or article is equivalent to that specified in every way except as listed on the affidavit. Substantiating data shall include any and all illustrations, specifications, and other relevant data including catalog information which describes the requested substituted “or equal” material, process or article, and substantiates that it is an “or equal” to the material, process or article. The substantiating data must also include information regarding the durability and lifecycle cost of the requested substituted “or equal” material, process or article. Failure to submit all the required substantiating data, including the signed affidavit, to VVWRA in a timely fashion will result in the rejection of the proposed substitution. The Contractor shall bear all of VVWRA’s costs associated with the review of substitution requests. The Contractor shall be responsible for all costs related to a substituted “or equal” material, process or article.

b.

c.

d.

e. f.

NOVEMBER, 2011

00700-38

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

g.

Contractor is directed to the Special Conditions (if any) to review any findings made pursuant to Public Contract Code Section 3400.

ARTICLE 8. SHOP DRAWINGS a. b. A shop drawings submittal schedule must be submitted within 10 days of receipt of Notice to Proceed. Contractor shall check and verify all field measurements and shall submit in the time specified in the Contract Documents six (6) copies of all shop or setting drawings, calculations, schedules, and materials list, and all other provisions required by the Contract. Contractor shall sign all submittals affirming that submittals have been reviewed and approved by Contractor prior to submission to Engineer. Each signed submittal shall affirm that the submittal meets all the requirements of the Contract Documents except as specifically and clearly noted and listed on the cover sheet of the submittal. Contractor shall make any corrections required by the Engineer, and file with the Engineer six (6) corrected copies each, and furnish such other copies as may be needed for completion of the Work. Engineer’s approval of shop drawings shall not relieve Contractor from responsibility for deviations from the Contract Documents unless Contractor has, in writing, called Engineer’s attention to such deviations at time of submission and has secured the Engineer’s written Approval. Engineer’s Approval of shop drawings shall not relieve Contractor from responsibility for errors in shop drawings.

c.

ARTICLE 9. SUBMITTALS a. Contractor shall furnish to the Engineer for approval, prior to purchasing or commencing any Work, a log of all samples, material lists and certifications, mix designs, schedules, and other submittals, as required in the specifications. The log shall indicate whether samples will be provided in accordance with other provisions of this Contract. Contractor will provide samples and submittals, together with catalogs and supporting data required by the Engineer, to the Engineer in the time specified in the Contract Documents. Any item not specified within the Contract Documents may be submitted within a reasonable time period to provide for adequate review and avoid delays in the Work. These requirements shall not authorize any extension of time for performance of this Contract. Engineer will check and approve such samples, but only for conformance with design concept of work and for compliance with information given in the Contract Documents. Work shall be in accordance with approved samples and submittals.

b.

c.

NOVEMBER, 2011

00700-39

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 10. MATERIALS a. Except as otherwise specifically stated in the Contract Documents, Contractor shall provide and pay for all materials, labor, tools, equipment, water, lights, power, transportation, superintendence, temporary constructions of every nature, and all other services and facilities of every nature whatsoever necessary to execute and complete this Contract within specified time. Unless otherwise specified, all materials shall be new and the best of their respective kinds and grades as noted and/or specified, and workmanship shall be of good quality. Materials shall be furnished in ample quantities and at such times as to ensure uninterrupted progress of The Work and shall be stored properly and protected as required by the Contract Documents. Contractor shall be entirely responsible for damage or loss by weather or other causes to materials or Work. No materials, supplies, or equipment for Work under this Contract shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. Contractor warrants good title to all material, supplies, and equipment installed or incorporated in the work and agrees upon completion of all work to deliver the Project, to VVWRA free from any claims, liens, or charges. Materials shall be stored on the Project site in such manner so as not to interfere with any operations of VVWRA or any independent contractor. Contractor shall provide a covered steel trash bin for concrete washout. No disposal of concrete wash down water shall be allowed on site.

b. c.

d.

e. f.

ARTICLE 11. CONTRACTOR’S SUPERVISION Contractor shall continuously keep at the Project site, a competent and experienced full-time Project superintendent approved by VVWRA. Superintendent must be able to proficiently speak, read and write in English. Contractor shall continuously provide efficient supervision of the Project. ARTICLE 12. WORKERS a. Contractor shall at all times enforce strict discipline and good order among its employees. Contractor shall not employ on the Project any unfit person or any one not skilled in the Work assigned to him or her. Any person in the employ of the Contractor whom VVWRA may deem incompetent or unfit shall be dismissed from The Work and shall not be employed on this Project except with the written Approval of VVWRA.

b.

NOVEMBER, 2011

00700-40

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 13. SUBCONTRACTORS a. Contractor agrees to bind every subcontractor to the terms of the Contract Documents as far as such terms are applicable to subcontractor’s portion of The Work. Contractor shall be as fully responsible to VVWRA for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by its subcontractors, as Contractor is for acts and omissions of persons directly employed by Contractor. Nothing contained in these Contract Documents shall create any contractual relationship between any subcontractor and VVWRA. VVWRA reserves the right to Approve all subcontractors. VVWRA’s Approval of any subcontractor under this Contract shall not in any way relieve Contractor of its obligations in the Contract Documents. Prior to substituting any subcontractor listed in the Bid Forms, Contractor must comply with the requirements of the Subletting and Subcontracting Fair Practices Act pursuant to California Public Contract Code Section 4100 et seq.

b.

c.

ARTICLE 14. PERMITS AND LICENSES Permits and licenses necessary for prosecution of The Work shall be secured and paid for by Contractor, unless otherwise specified in the Contract Documents. a. Contractor shall obtain and pay for all other permits and licenses required for The Work, including excavation permit and for plumbing, mechanical and electrical work and for operations in or over public streets or right of way under jurisdiction of public agencies other than VVWRA. The Contractor shall arrange and pay for all off-site inspection of the Work related to permits and licenses, including certification, required by the specifications, drawings, or by governing authorities, except for such off-site inspections delineated as VVWRA's responsibility pursuant to the Contract Documents. Before Acceptance of the Project, the Contractor shall submit all licenses, permits, certificates of inspection and required approvals to VVWRA.

b.

c.

ARTICLE 15. UTILITY USAGE The Contractor shall coordinate the use of existing utilities with VVWRA and the Engineer through written correspondence. Sanitary facilities required by Article 20 of this section and any additional utilities not created at the site that may be required by the Contractor shall be the responsibility of the Contractor. ARTICLE 16. INSPECTION FEES FOR PERMANENT UTILITIES All inspection fees and other municipal charges for permanent utilities including, but not limited to, sewer, electrical, phone, gas, water, and irrigation shall be paid for by VVWRA. Contractor
NOVEMBER, 2011 00700-41 GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

shall be responsible for arranging the payment of such fees, but inspection fees and other municipal fees relating to permanent utilities shall be paid by VVWRA. Contractor may either request reimbursement from VVWRA for such fees, or shall be responsible for arranging and coordination with VVWRA for the payment of such fees. ARTICLE 17. TRENCHES a. Trenches Five Feet or More in Depth. The Contractor shall submit to VVWRA and the Engineer, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench or trenches five feet or more in depth. If the plan varies from shoring system standards, the plan shall be prepared by a registered civil or structural engineer. The plan shall not be less effective than the shoring, bracing, sloping, or other provisions of the Construction Safety Orders, as defined in the California Code of Regulations. Excavations. If work under this Contract involves digging trenches or other excavation below the surface, Contractor shall promptly, and before the following conditions are disturbed, notify VVWRA and the Engineer, in writing of the following: 1) 2) Subsurface or latent physical conditions at the site differing from those indicated. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract.

b.

VVWRA shall promptly investigate the conditions, and if it finds that the conditions do so materially differ, and cause a decrease or increase in Contractor’s cost of, or the time required for, performance of any part of The Work, shall issue a change order under the procedures described in the Contract Documents. In the event that a dispute arises between VVWRA and the Contractor as to whether the conditions materially differ, or cause a decrease or increase in the Contractor’s cost of, or time required for, performance of any part of The Work, the Contractor shall not be excused from any scheduled completion date provided for by the Contract, but shall proceed with all Work to be performed under the Contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the parties. ARTICLE 18. DIVERSION OF RECYCLABLE WASTE MATERIALS In compliance with the applicable VVWRA’s waste reduction and recycling efforts, Contractor shall divert all Recyclable Waste Materials to appropriate recycling centers. Contractor will be required to submit weight tickets and written proof of diversion with its monthly progress payment requests. Contractor shall complete and execute any certification forms required by VVWRA or other applicable agencies to document Contractor’s compliance with these diversion

NOVEMBER, 2011

00700-42

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

requirements. All costs incurred for these waste diversion efforts shall be the responsibility of the Contractor. ARTICLE 19. REMOVAL OF HAZARDOUS MATERIALS Material on this project will be encountered that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, and is required is be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. Hazardous waste is expected to be encountered within this project. Refer to Section 01140, Contaminated Soil Excavation and Groundwater Removal, Treatment, Haling and Disposal. ARTICLE 1. SANITARY FACILITIES

Contractor shall provide sanitary temporary toilet buildings for the use of all workers. All toilets shall comply with local codes and ordinances. Toilets shall be kept supplied with toilet paper and shall have workable door fasteners. Toilets shall be serviced no less than once weekly and shall be present in a quantity of not less than 1 per 20 workers as required by CAL-OSHA regulation. The toilets shall be maintained in a sanitary condition at all times. Use of toilet facilities in the Work under construction shall not be permitted. Any other Sanitary Facilities required by CAL-OSHA shall be the responsibility of the Contractor. ARTICLE 2. AIR POLLUTION CONTROL

Contractor shall comply with all air pollution control rules, regulations, ordinances and statutes. All containers of paint, thinner, curing compound, solvent or liquid asphalt shall be labeled to indicate that the contents fully comply with the applicable material requirements. ARTICLE 3. a. COMPLIANCE WITH STATE STORM WATER PERMIT

Contractor shall be required to comply with all conditions of the State Water Resources Control Board (“State Water Board”) National Pollutant Discharge Elimination System General Permit for Waste Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction Activity (“Permit”) for all construction activity which results in the disturbance of in excess of one acre of total land area or which is part of a larger common area of development or sale. Contractor shall be responsible for filing the Notice of Intent and for obtaining the Permit. Contractor shall be solely responsible for preparing and implementing a Storm Water Pollution Prevention Plan (“SWPPP”) prior to initiating Work. In bidding on this Contract, it shall be Contractor’s responsibility to evaluate the cost of procuring the Permit and preparing the SWPPP as well as complying with the SWPPP and any necessary revision to the SWPPP. Contractor shall comply with all requirements of the State Water Resources Control Board. Contractor shall include all costs of compliance with specified requirements in the Contract amount. Contractor shall be responsible for procuring, implementing and complying with the provisions of the Permit and the SWPPP, including the standard provisions, monitoring

b.

NOVEMBER, 2011

00700-43

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

and reporting requirements as required by the Permit. Contractor shall provide copies of all reports and monitoring information to the Engineer. c. Contractor shall comply with the lawful requirements of any applicable municipality, VVWRA, drainage district, and other local agencies regarding discharges of storm water to separate storm drain system or other watercourses under their jurisdiction, including applicable requirements in municipal storm water management programs. Storm, surface, nuisance, or other waters may be encountered at various times during construction of The Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, has prepared its Bid accordingly, and assumes any and all risks and liabilities arising therefrom. Failure to comply with the Permit is in violation of federal and state law. Contractor hereby agrees to indemnify and hold harmless VVWRA, its officials, officers, agents, employees and authorized volunteers from and against any and all claims, demands, losses or liabilities of any kind or nature which VVWRA, its officials, officers, agents, employees and authorized volunteers may sustain or incur for noncompliance with the Permit arising out of or in connection with the Project, except for liability resulting from the sole established negligence, willful misconduct or active negligence of VVWRA, its officials, officers, agents, employees or authorized volunteers. VVWRA may seek damages from Contractor for delay in completing the Contract in accordance with the Contract Documents, caused by Contractor’s failure to comply with the Permit. CLEANING UP

d.

e.

ARTICLE 4. a.

Contractor at all times shall keep premises free from debris such as waste, rubbish, and excess materials and equipment. Contractor shall not store debris under, in, or about the premises. Upon completion of Work, Contractor shall clean the interior and exterior of the building or improvement including fixtures, equipment, walls, floors, ceilings, roofs, window sills and ledges, horizontal projections, and any areas where debris has collected so surfaces are free from foreign material or discoloration. Contractor shall clean and polish all glass, plumbing fixtures, and finish hardware and similar finish surfaces and equipment and contractor shall also remove temporary fencing, barricades, planking and construction toilet and similar temporary facilities from site. Contractor shall also clean all buildings, asphalt and concrete areas to the degree necessary to remove oil, grease, fuel, or other stains caused by Contractor operations or equipment. Contractor shall fully clean up the site at the completion of The Work. If the Contractor fails to immediately clean up at the completion of The Work, VVWRA may do so and the cost of such clean up shall be charged back to the Contractor. LAYOUT AND FIELD ENGINEERING

b.

ARTICLE 5.

All field engineering required for laying out The Work and establishing grades for earthwork operations shall be furnished by the Contractor at its expense. Layout shall be done by a

NOVEMBER, 2011

00700-44

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

registered civil engineer Approved by the Engineer. Any required “as-built” drawings of the Work shall be prepared by the registered civil engineer. ARTICLE 6. a. EXCESSIVE NOISE

The Contractor shall use only such equipment on the work and in such state of repair so that the emission of sound therefrom is within the noise tolerance level of that equipment as established by CAL-OSHA. The Contractor shall comply with the most restrictive of the following: (1) local sound control and noise level rules, regulations and ordinances and (2) the requirements contained in these Contract Documents, including hours of operation requirements. No internal combustion engine shall be operated on the Project without a muffler of the type recommended by the manufacturer. Should any muffler or other control device sustain damage or be determined to be ineffective or defective, the Contractor shall promptly remove the equipment and shall not return said equipment to the job until the device is repaired or replaced. Said noise and vibration level requirements shall apply to all equipment on the job or related to the job, including but not limited to, trucks, transit mixers or transit equipment that may or may not be owned by the Contractor. TESTS AND INSPECTIONS

b.

ARTICLE 7. a.

If the Contract Documents, the Engineer, or any instructions, laws, ordinances, or public authority require any part of The Work to be tested or Approved, Contractor shall provide the Engineer at least two (2) working days notice of its readiness for observation or inspection. If inspection is by a public authority other than VVWRA, Contractor shall promptly inform VVWRA of the date fixed for such inspection. Required certificates of inspection (or similar) shall be secured by Contractor. Costs for VVWRA testing and VVWRA inspection shall be paid by VVWRA. Costs of tests for Work found not to be in compliance shall be paid by the Contractor. If any Work is done or covered up without the required testing or approval, the Contractor shall uncover or deconstruct the Work, and the Work shall be redone after completion of the testing at the Contractor’s cost in compliance with the Contract Documents. Where inspection and testing are to be conducted by an independent laboratory or agency, materials or samples of materials to be inspected or tested shall be selected by such laboratory or agency, or by VVWRA, and not by Contractor. All tests or inspections of materials shall be made in accordance with the commonly recognized standards of national organizations. In advance of manufacture of materials to be supplied by Contractor which must be tested or inspected, Contractor shall notify VVWRA so that VVWRA may arrange for testing at the source of supply. Any materials which have not satisfactorily passed such testing and inspection shall not be incorporated into The Work.

b.

c.

d.

NOVEMBER, 2011

00700-45

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

e.

If the manufacture of materials to be inspected or tested will occur in a plant or location outside the geographic limits of VVWRA, the Contractor shall pay for any excessive or unusual costs associated with such testing or inspection, including but not limited to excessive travel time, standby time and required lodging. Reexamination of Work may be ordered by VVWRA. If so ordered, Work must be uncovered or deconstructed by Contractor. If Work is found to be in accordance with the Contract Documents, VVWRA shall pay the costs of reexamination and reconstruction. If such work is found not to be in accordance with the Contract Documents, Contractor shall pay all costs. PROTECTION OF WORK AND PROPERTY

f.

ARTICLE 8. a.

The Contractor shall be responsible for all damages to persons or property that occur as a result of The Work. Contractor shall be responsible for the proper care and protection of all materials delivered and Work performed until completion and final Acceptance by VVWRA. All Work shall be solely at the Contractor’s risk. Contractor shall adequately protect adjacent property from settlement or loss of lateral support as necessary. Contractor shall comply with all applicable safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the Project site where Work is being performed. Contractor shall erect and properly maintain at all times, as required by field conditions and progress of work, all necessary safeguards, signs, barriers, lights, and watchmen for protection of workers and the public, and shall post danger signs warning against hazards created in the course of construction. In an emergency affecting safety of life or of work or of adjoining property, Contractor, without special instruction or authorization from the Engineer, is hereby permitted to act to prevent such threatened loss or injury; and Contractor shall so act, without appeal, if so authorized or instructed by the Engineer or VVWRA. Any compensation claimed by Contractor on account of emergency work shall be determined by and agreed upon by VVWRA and the Contractor. Contractor shall provide such heat, covering, and enclosures as are necessary to protect all Work, materials, equipment, appliances, and tools against damage by weather conditions. Contractor shall take adequate precautions to protect existing sidewalks, curbs, pavements, utilities, and other adjoining property and structures, and to avoid damage thereto, and Contractor shall repair any damage thereto caused by The Work operations. Contractor shall: 1) 2) Enclose the working area with a substantial barricade, and arrange work to cause minimum amount of inconvenience and danger to the public. Provide substantial barricades around any shrubs or trees indicated to be preserved.

b.

c.

d.

NOVEMBER, 2011

00700-46

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

3) 4)

Deliver materials to the Project site over a route designated by the Engineer. Provide any and all dust control required and follow the Applicable air quality regulations as appropriate. If the Contractor does not comply, VVWRA shall have the immediate authority to provide dust control and deduct the cost from payments to the Contractor. Confine Contractor’s apparatus, the storage of materials, and the operations of its workers to limits required by law, ordinances, permits, or directions of the Engineer. Contractor shall not unreasonably encumber the Project site with its materials. Take care to prevent disturbing or covering any survey markers, monuments, or other devices marking property boundaries or corners. If such markers are disturbed by accident, they shall be replaced by an approved civil engineer or land surveyor, at no cost to VVWRA. Ensure that existing facilities, fences and other structures are all adequately protected and that, upon completion of all Work, all facilities that may have been damaged are restored to a condition acceptable to VVWRA. Preserve and protect from injury all buildings, pole lines and all direction, warning and mileage signs that have been placed within the right-of-way. At the completion of work each day, leave the Project site in a clean, safe condition. Comply with any stage construction and traffic handling plans. residences and businesses shall be maintained at all times. Access to

5)

6)

7)

8) 9) 10)

These precautionary measures will apply continuously and not be limited to normal working hours. Full compensation for the Work involved in the preservation of life, safety and property as above specified shall be considered as included in the prices paid for the various contract items of Work, and no additional allowance will be made therefor. e. Should damage to persons or property occur as a result of The Work, Contractor shall be responsible for proper investigation, documentation, including video or photography, to adequately memorialize and make a record of what transpired. VVWRA shall be entitled to inspect and copy any such documentation, video, or photographs. CONTRACTORS MEANS AND METHODS

ARTICLE 9.

Contractor is solely responsible for the means and methods utilized to Perform The Work. In no case shall the Contractor’s means and methods deviate from commonly used industry standards.

NOVEMBER, 2011

00700-47

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 10. INSPECTOR’S FIELD OFFICE Refer to Section 01500, Temporary Facilities and Controls. ARTICLE 11. AUTHORIZED REPRESENTATIVES VVWRA shall designate representatives, who shall have the right to be present at the Project site at all times. VVWRA may designate an inspector who shall have the right to observe all of the Contractor’s Work. The inspector is not authorized to make changes in the Contract Documents. The inspector shall not be responsible for the Contractor’s failure to carry out The Work in accordance with the Contract Documents. Contractor shall provide safe and proper facilities for such access. ARTICLE 12. HOURS OF WORK Eight (8) hours of work shall constitute a legal day’s work. The Contractor and each subcontractor shall forfeit, as penalty to VVWRA, twenty-five dollars ($25) for each worker employed in the execution of Work by the Contractor or any subcontractor for each day during which such worker is required or permitted to work more than eight (8) hours in any one day and forty (40) hours in any week in violation of the provisions of the Labor Code, and in particular, Section 1810 to Section 1815, except as provided in Labor Code Section 1815. a. Construction in 7th Street (not including D Street) from Station 105+93.87 to Station 110+80.00, shall operate continuous 24 hours a day 7 days a week until completed to minimize construction time and impacts to local businesses, traffic, and residences. b. Construction in D Street from Station 105+93.87 to Station 104+99.99 shall operate during off-peak nighttime hours from 9 pm to 5 am 7 days a week until completed to minimize construction time and impacts to local businesses, traffic, and residences. Contractor is required to completely close trench within D Street such that all lanes are open to through traffic from 5:00 am to 9:00 pm 7 days a week. c. Microtunneling, HDD, bore and jack operations shall operate two ten hour shifts with surveying for line and grade in-between. The Engineer and VVWRA shall be notified 7 days in advance of any operations requiring continuous construction activities 24-hours a day. Continuous construction activities are restricted to on-site activities, and the use of delivery and haul trucks to and from the site shall be limited to 7:00AM to 6:00PM Monday through Friday, and between 9:00AM to 6:00PM on Saturday d. All other work shall be limited to the hours of 7:00AM to 3:00PM Monday through Friday. e. Construction activities shall be prohibited on Sundays and federal holidays, VVWRA holidays, except during documented emergencies and as noted above, and unless otherwise approved by the Engineer. VVWRA observed holidays are listed in the table below.

NOVEMBER, 2011

00700-48

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

Table of Holidays Observed by VVWRA Independence Day Labor Day Veterans Day Thanksgiving Day Day After Thanksgiving Christmas Eve Christmas Day New Year's Eve New Year's Day Martin Luther King Day President's Day Memorial Day ARTICLE 13. PAYROLL RECORDS a. Pursuant to Labor Code Section 1776, the Contractor and each subcontractor shall maintain weekly certified payroll records showing the name, address, social security number, work classification, straight time and overtime hours paid each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker or other employee employed in connection with the work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: (1) The information contained in the payroll record is true and correct; (2) The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project. Contractor shall also require subcontractor(s) to certify weekly payroll records under penalty of perjury. The payroll records described herein shall be certified and submitted by the Contractor at a time designated by VVWRA. The Contractor shall also provide the following: 1) A certified copy of the employee’s payroll records shall be made available for inspection or furnished to such employee or his or her authorized representative on request. A certified copy of all payroll records described herein shall be made available for inspection or furnished upon request to a representative of VVWRA, the Division of Labor Standards Enforcement (“DLSE”), and the Division of Apprenticeship Standards (“DAS”) of the Department of Industrial Relations (“DIR”). A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either VVWRA, the DAS, or the DLSE. If the requested payroll records have not been provided

b.

2)

3)

NOVEMBER, 2011

00700-49

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. c. d. The certified payroll records shall be on forms provided by the DLSE of the DIR or shall contain the same information as the forms provided by the DLSE. The Contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within 10 days after receipt of a written request. Any copy of records made available for inspection and furnished upon request to the public or any public agency by VVWRA, the DAS, or the DLSE shall be marked or obliterated in such a manner as to prevent disclosure of an individual’s name, address, and social security number. The name and address of the Contractor or any subcontractor shall not be marked or obliterated. Any copy of records made available for inspection by, or furnished to, a joint labor-management committee established pursuant to the federal Labor Management Cooperation Act of 1978 (Section 175a of Title 29 of the United States Code) shall be marked or obliterated only to prevent disclosure of an individual's name and social security number. A joint labor management committee may maintain an action in a court of competent jurisdiction against an employer who fails to comply with Section 1774. The court may award restitution to an employee for unpaid wages and may award the joint labor management committee reasonable attorney's fee and costs incurred in maintaining the action. An action under the applicable provisions of the Labor Code may not be based on the employer's misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits any other available remedies for a violation of the applicable provisions of the Labor Code. The Contractor shall inform VVWRA of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. In the event of noncompliance with the requirements of this Section, the Contractor shall have ten (10) days in which to comply subsequent to receipt of written notice specifying any item or actions necessary to ensure compliance with this Section. Should noncompliance still be evident after such ten (10) day period, the Contractor shall, as a penalty to VVWRA, forfeit Twenty-five Dollars ($25.00) for each day, or portion thereof, for each worker until strict compliance is effectuated. Upon the request of the DIR, such penalties shall be withheld from contract payments. The Contractor is not subject to a penalty assessment pursuant to this Section due to the failure of a subcontractor to comply with this section.

e.

f.

g.

NOVEMBER, 2011

00700-50

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 14. PREVAILING RATES OF WAGES a. The Contractor is aware of the requirements of Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. Since this Project involves an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. The Contractor shall obtain a copy of the prevailing rates of per diem wages at the commencement of this Agreement from the website of the Division of Labor Statistics and Research of the Department of Industrial Relations located at www.dir.ca.gov/dlsr/. In the alternative, the Contractor may view a copy of the prevailing rates of per diem wages at VVWRA. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to perform work on the Project available to interested parties upon request, and shall post copies at the Contractor’s principal place of business and at the Project site. Contractor shall defend, indemnify and hold VVWRA, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or allege failure to comply with the Prevailing Wage Laws. The Contractor and each subcontractor shall forfeit as a penalty to VVWRA not more than fifty dollars ($50) for each calendar day, or portion thereof, for each worker paid less than the stipulated prevailing wage rate for any work done by him, or by any subcontract under him, in violation of the provisions of the Labor Code. The difference between such stipulated prevailing wage rate and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the stipulated prevailing wage rate shall be paid to each worker by the Contractor. Contractor shall post, at appropriate conspicuous points on the Project site, a schedule showing all determined general prevailing wage rates and all authorized deductions, if any, from unpaid wages actually earned.

b.

c.

ARTICLE 15. EMPLOYMENT OF APPRENTICES The Contractor’s attention is directed to the provisions of Sections 1777.5, 1777.6, and 1777.7 of the Labor Code concerning employment of apprentices by the Contractor or any subcontractor. The Contractor shall obtain a certificate of apprenticeship before employing any apprentice pursuant to Section 1777.5, 1777.6, and 1777.7 of the Labor Code. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, the Administrator of Apprenticeships, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.

NOVEMBER, 2011

00700-51

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 16. NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY Pursuant to Labor Code Section 1735 and other applicable provisions of law, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, political affiliation, marital status, or handicap on this Project. The Contractor will take affirmative action to insure that employees are treated during employment or training without regard to their race, color, religion, sex, national origin, age, political affiliation, marital status, or handicap. ARTICLE 17. LABOR/EMPLOYMENT SAFETY The Contractor shall maintain emergency first aid treatment for his employees which complies with the Federal Occupational Safety and Health Act of 1970 (29 U.S.C. § 651 et seq.), and California Code of Regulations, Title 8, Industrial Relations Division 1, Department of Industrial Relations, Chapter 4. ARTICLE 18. WORKERS’ COMPENSATION INSURANCE The Contractor shall Provide, during the life of this Contract, workers’ compensation insurance for all of the employees engaged in Work under this Contract, on or at the Project site, and, in case any of sublet Work, the Contractor shall require the subcontractor similarly to provide workers’ compensation insurance for all the latter’s employees as prescribed by State law. Any class of employee or employees not covered by a subcontractor’s insurance shall be covered by the Contractor’s insurance. In case any class of employees engaged in work under this Contract, on or at the Project site, is not protected under the Workers’ Compensation Statutes, the Contractor shall provide or shall cause a subcontractor to provide, adequate insurance coverage for the protection of such employees not otherwise protected. The Contractor is required to secure payment of compensation to his employees in accordance with the provisions of Section 3700 of the Labor Code. The Contractor shall file with VVWRA certificates of his insurance protecting workers. Company or companies providing insurance coverage shall be acceptable to VVWRA, if in the form and coverage as set forth in the Contract Documents. The Contractor shall provide workers compensation insurance as required by the State of California, with Statutory Limits, with a limit of no less than $1,000,000 per accident for bodily injury or disease. ARTICLE 19. EMPLOYER’S LIABILITY INSURANCE Contractor shall provide during the life of this Contract, Employer’s Liability Insurance, including Occupational Disease, in the amount of, at least, one million dollars ($1,000,000.00) per person per accident. Contractor shall provide VVWRA with a certificate of Employer’s Liability Insurance. Such insurance shall comply with the provisions of the Contract Documents. The policy shall be endorsed to provide a Borrowed Servant/Alternate Employer Endorsement and contain a Waiver of Subrogation in favor of VVWRA. The Contractor shall provide Employers’ Liability insurance as required by the State of California, with Statutory Limits, with a limit of no less than $1,000,000 per accident for bodily injury or disease.

NOVEMBER, 2011

00700-52

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 20. COMMERCIAL GENERAL LIABILITY INSURANCE a. Contractor shall procure and maintain during the life of this Contract and for such other period as may be required herein, at its sole expense, Commercial General Liability insurance coverage, including but not limited to, premises liability, contractual liability, products/completed operations if applicable, personal and advertising injury – which may arise from or out of Contractor’s operations, use, and management of the Project site, or the performance of its obligations hereunder. Policy limits shall not be less than $5,000,000.00 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Such policy shall comply with all the requirements of this Article. The limits set forth herein shall apply separately to each insured against whom claims are made or suits are brought, except with respect to the limits of liability. Further the limits set forth herein shall not be construed to relieve the Contractor from liability in excess of such coverage, nor shall it limit Contractor’s indemnification obligations to VVWRA, and shall not preclude VVWRA from taking such other actions available to VVWRA under other provisions of the Contract Documents or law. Contractor shall make certain that any and all subcontractors hired by Contractor are insured in accordance with this Contract. If any subcontractor’s coverage does not comply with the foregoing provisions, Contractor shall indemnify and hold VVWRA harmless from any damage, loss, cost, or expense, including attorneys’ fees, incurred by VVWRA as a result thereof. All general liability policies provided pursuant to the provisions of this Article shall comply with the provisions of the Contract Documents. All general liability policies shall be written to apply to all bodily injury, including death, property damage, personal injury, owned and non-owned equipment, blanket contractual liability, completed operations liability, explosion, collapse, under-ground excavation, removal of lateral support, and other covered loss, however occasioned, occurring during the policy term, and shall specifically insure the performance by Contractor of that part of the indemnification contained in these General Conditions, relating to liability for injury to or death of persons and damage to property. If the coverage contains one or more aggregate limits, a minimum of 50% of any such aggregate limit must remain available at all times; if over 50% of any aggregate limit has been paid or reserved, VVWRA may require additional coverage to be purchased by Contractor to restore the required limits. Contractor may combine primary, umbrella, and as broad as possible excess liability coverage to achieve the total limits indicated above. Any umbrella or excess liability policy shall include the additional insured endorsement described in the Contract Documents.

b.

c.

d. e.

NOVEMBER, 2011

00700-53

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 21. AUTOMOBILE LIABILITY INSURANCE Contractor shall take out and maintain at all times during the term of this Contract Automobile Liability Insurance in the amount of, at least, one million dollars ($1,000,000). Such insurance shall provide coverage for bodily injury and property damage including coverage for non-owned and hired vehicles, in a form and with insurance companies acceptable to VVWRA. Such insurance shall comply with the provisions of Article 30 below. ARTICLE 22. BUILDER’S RISK a. It is the Contractor’s responsibility to maintain or cause to be maintained Builder’s Risk extended coverage insurance on all work, material, equipment, appliances, tools, and structures which are a part of the Contract and subject to loss or damage by fire, and vandalism and malicious mischief, in an amount to cover 100% of the replacement cost without co-insurance penalty provisions. VVWRA accepts no responsibility until the Contract is formally accepted by the Board of Commissioners or its authorized designee for the work. The Contractor is required to file with VVWRA a certificate evidencing fire insurance coverage. Provide insurance coverage on completed value form, all-risk or special causes of loss coverage. 1) 2) 3) 4) c. Insurance policies shall be so conditioned as to cover the performance of any extra work performed under the Contract. Coverage shall include all materials stored on site and in transit. Coverage shall include Contractor’s tools and equipment. Insurance shall include machinery and material hoist coverage.

b.

Such insurance shall comply with the provisions of the Contract Documents.

ARTICLE 23. CONTRACTORS’ POLLUTION LEGAL LIABILITY Contractors shall supply Pollution Legal Liability Insurance with Errors and Omissions including hazardous materials with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. ARTICLE 24. DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductibles or self-insured retentions must be declared to and approved by VVWRA. At the option of VVWRA, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects VVWRA, its officers, officials, employees, and volunteers; or the Contractor shall provide a financial guarantee satisfactory to VVWRA guaranteeing payment of losses and related investigations, claim administration, and defense expenses.

NOVEMBER, 2011

00700-54

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 25. WAIVER OF SUBROGATION The Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. The Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of VVWRA for all work performed by the Contractor, its employees, agents, and subcontractors. ARTICLE 26. SUBCONTRACTOR’S INSURANCE The Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein. ARTICLE 27. SURETY BONDS The Contractor shall provide the following Surety Bonds: a. Bid Bond b. Performance Bond c. Payment Bond d. Maintenance Bond The Payment Bond and the Performance Bond shall be in a sum equal to the contract price. The Warranty Period is One Year. If the Performance Bond provides for a one-year warranty a separate Maintenance Bond is not necessary. Bonds shall be duly executed by a responsible corporate surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. ARTICLE 28. SPECIAL RISKS OR CIRCUMSTANCES VVWRA reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other circumstances. ARTICLE 29. FORM AND PROOF OF CARRIAGE OF INSURANCE a. Any insurance carrier providing insurance coverage required by the Contract Documents shall be admitted to and authorized to do business in the State of California unless waived, in writing, by VVWRA Risk Manager. Carrier(s) shall have an A.M. Best rating of not less than an A-:VII. Insurance deductibles or self-insured retentions must be declared by the Contractor, and such deductibles and retentions shall have the prior written consent from VVWRA. At the election of VVWRA the Contractor shall either 1) reduce or eliminate such deductibles or self-insured retentions, or 2) procure a bond which guarantees payment of losses and related investigations, claims administration, and defense costs and expenses.

NOVEMBER, 2011

00700-55

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

b.

Contractor shall cause its insurance carrier(s) to furnish VVWRA with either 1) a properly executed original Certificates(s) of Insurance and certified original copies of Endorsements effecting coverage as required herein, or 2) if requested to do so in writing by VVWRA Risk Manager, provide original Certified copies of policies including all Endorsements and all attachments thereto, showing such insurance is in full force and effect. VVWRA, its Commissioner’s and officers, employees, volunteers, agents or representatives are named as Additional Insureds and Provide a Waiver of Subrogation in favor of those parties. Further, said Certificates(s) and policies of insurance shall contain the covenant of the insurance carrier(s) that shall provide no less than thirty (30) days written notice be given to the VVWRA prior to any material modification or cancellation of such insurance. Each insurance policy required shall be endorsed to state that the coverage shall not be canceled except after thrity (30) days prior written notice (10 days for non-payment) has been provided to VVWRA. In the event of a material modification or cancellation of coverage, VVWRA may terminate or Stop Work pursuant to the Contract Documents, unless VVWRA receives, prior to such effective date, another properly executed original Certificate of Insurance and original copies of endorsements or certified original policies, including all endorsements and attachments thereto evidencing coverages set forth herein and the insurance required herein is in full force and effect. Contractor shall not take possession, or use the Project site, or commence operations under this Agreement until VVWRA has been furnished original Certificate(s) of Insurance and certified original copies of Endorsements or policies of insurance including all Endorsements and any and all other attachments as required in this Section. The original Endorsements for each policy and the Certificate of Insurance shall be signed by an individual authorized by the insurance carrier to do so on its behalf. It is understood and agreed to by the parties hereto and the insurance company(s), that the Certificate(s) of Insurance and policies shall so covenant and shall be construed as primary, and VVWRA’s insurance and/or deductibles and/or self-insured retentions or self-insured programs shall not be construed as contributory. VVWRA reserves the right to adjust the monetary limits of insurance coverage’s during the term of this Contract including any extension thereof-if in VVWRA’s reasonable judgment, the amount or type of insurance carried by the Contractor becomes inadequate. Contractor shall pass down the insurance obligations contained herein to all tiers of subcontractors working under this Contract.

c.

d.

e.

ARTICLE 30. TIME FOR COMPLETION AND LIQUIDATED DAMAGES a. Time for Completion/Liquidated Damages. Work shall be commenced within ten (10) days of the date stated in VVWRA’s Notice to Proceed and shall be completed by Contractor in the time specified in the Contract Documents. VVWRA is under no obligation to consider early completion of the Project; and the Contract completion date shall not be amended by VVWRA’s receipt or acceptance of the Contractor’s proposed earlier completion date. Furthermore, Contractor shall not, under any circumstances,

NOVEMBER, 2011

00700-56

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

receive additional compensation from VVWRA (including but not limited to indirect, general, administrative or other forms of overhead costs) for the period between the time of earlier completion proposed by the Contractor and the Contract completion date. If The Work is not completed as stated in the Contract Documents, it is understood that VVWRA will suffer damage. In accordance with Government Code Section 53069.85, being impractical and infeasible to determine the amount of actual damage, it is agreed that Contractor shall pay to VVWRA as fixed and liquidated damages, and not as a penalty, the sum stipulated in the Contract for each day of delay until The Work is fully completed. Contractor and its surety shall be liable for any liquidated damages. Any money due or to become due the Contractor may be retained to cover liquidated damages. b. Inclement Weather. Contractor shall abide the Engineer’s determination of what constitutes inclement weather. Time extensions for inclement weather shall only be granted when the Work stopped during inclement weather is on the critical path of the Project schedule. Extension of Time. Contractor shall not be charged liquidated damages because of any delays in completion of The Work due to unforeseeable causes beyond the control and without the fault or negligence of Contractor (or its subcontractors or suppliers). Contractor shall within five (5) Days of identifying any such delay notify VVWRA and the Engineer in writing of causes of delay. VVWRA shall ascertain the facts and extent of delay and grant extension of time for completing The Work when, in its judgment, the facts justify such an extension. Time extensions to the Project shall be requested by the Contractor as they occur and without delay. No delay claims shall be permitted unless the event or occurrence delays the completion of the Project beyond the Contract completion date. No Damages for Reasonable Delay. VVWRA’s liability to Contractor for delays for which VVWRA is responsible shall be limited to only an extension of time unless such delays were unreasonable under the circumstances. In no case shall VVWRA be liable for any costs which are borne by the Contractor in the regular course of business, including, but not limited to, home office overhead and other ongoing costs. Damages caused by unreasonable VVWRA delay, including delays caused by items that are the responsibility of VVWRA pursuant to Government Code Section 4215, shall be based on actual costs only, no proportions or formulas shall be used to calculate any delay damages.

c.

d.

ARTICLE 31. COST BREAKDOWN AND PERIODIC ESTIMATES Contractor shall furnish on forms Approved by VVWRA: a. b. Within ten (10) Days of award of the Contract a detailed estimate giving a complete breakdown of the Contract price; A monthly itemized estimate of Work done for the purpose of making progress payments. In order for VVWRA to consider and evaluate each progress payment application, the

NOVEMBER, 2011

00700-57

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

Contractor shall submit a detailed measurement of Work performed and a progress estimate of the value thereof before the tenth (10th) Day of the following month. c. d. Contractor shall submit, with each of its payment requests, an adjusted list of actual quantities, verified by the Engineer, for unit price items listed, if any, in the Bid Form. Following VVWRA’s Acceptance of the Work, the Contractor shall submit to VVWRA a written statement of the final quantities of unit price items for inclusion in the final payment request. VVWRA shall have the right to adjust any estimate of quantity and to subsequently correct any error made in any estimate for payment.

e.

Contractor shall certify under penalty of perjury, that all cost breakdowns and periodic estimates accurately reflect the Work on the Project. ARTICLE 32. MOBILIZATION a. When a bid item is included in the Bid Form for mobilization, the costs of Work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate (“Initial Mobilization”). When no bid item is provided for “Initial Mobilization,” payment for such costs will be deemed to be included in the other items of The Work. Payment for Initial Mobilization based on the lump sum provided in the Bid Form, which shall constitute full compensation for all such Work. No payment for Initial Mobilization will be made until all of the listed items have been completed to the satisfaction of the Engineer. The scope of the Work included under Initial Mobilization shall include, but shall not be limited to, the following principal items: 1. 2. 3. 4. 5. 6. Obtaining and paying for all bonds, insurance, and permits. Moving on to the Project site of all Contractor’s plant and equipment required for first month’s operations. Installing temporary construction power, wiring, and lighting facilities. Establishing fire protection system/ fire extinguisher. Developing and installing a construction water supply. Providing and maintaining the field office trailers for the Contractor complete, with all specified furnishings and utility services including telephones, telephone appurtenances, computer and printer, and copying machine. Providing on-site sanitary facilities and potable water facilities as specified per Cal-OSHA and these Contract Documents.

b.

7.

NOVEMBER, 2011

00700-58

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

8.

Furnishing, installing, and maintaining all storage buildings or sheds required for temporary storage of products, equipment, or materials that have not yet been installed in the Work. All such storage shall meet manufacturer’s specified storage requirements, and the specific provisions of the specifications, including temperature and humidity control, if recommended by the manufacturer, and for all security. Arranging for and erection of Contractor’s work and storage yard. Posting all OSHA required notices and establishment of safety programs per CalOSHA. Full-time presence of Contractor’s superintendent at the job site as required herein. Submittal of Construction Schedule as required by the Contract Documents.

9. 11. 12. 13.

ARTICLE 33. PAYMENTS a. VVWRA shall make monthly progress payments following receipt of undisputed and properly submitted payment requests. Contractor shall be paid a sum equal to ninety percent (90%) of the value of Work performed up to the last day of the previous month, less the aggregate of previous payments. The Contractor shall, after the full completion of The Work, submit a final payment application. All prior progress estimates shall be subject to correction in the final estimate and payment. Unless otherwise required by law, the final payment of ten percent (10%) of the value of the Work, if unencumbered, shall be paid no later than sixty (60) Days after the date of recordation of the Notice of Completion. Acceptance by Contractor of the final payment shall constitute a waiver of all claims against VVWRA arising from this Contract. Payments to the Contractor shall not be construed to be an acceptance of any defective work or improper materials, or to relieve the Contractor of its obligations under the Contract Documents. The Contractor shall submit with each payment request the Contractor’s conditional waiver of lien for the entire amount covered by such payment request, as well as a valid unconditional waiver of lien from the Contractor and all subcontractors and materialmen for all work and materials included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by VVWRA, the Contractor shall submit a final waiver of lien for the Contractor’s work, together with releases of lien from any subcontractor or materialmen.

b.

c.

d. e.

f.

NOVEMBER, 2011

00700-59

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 34. PAYMENTS WITHHELD AND BACKCHARGES In addition to amounts which VVWRA may retain under other provisions of the Contract Documents VVWRA may withhold payments due to Contractor as may be necessary to cover: a. b. c. d. e. f. g. h. i. j. k. l. Stop Notice Claims. Defective work not remedied. Failure of Contractor to make proper payments to its subcontractors or suppliers. Completion of the Contract if there exists a reasonable doubt that the work can be completed for balance then unpaid. Damage to another contractor or third party. Amounts which may be due VVWRA for claims against Contractor. Failure of Contractor to keep the record (“as-built”) drawings up to date. Failure to provide updates on the construction schedule. Site clean up. Failure of the Contractor to comply with requirements of the Contract Documents. Liquated damages. Legally permitted penalties.

Upon completion of the Contract, VVWRA will reduce the final Contract amount to reflect costs charged to the Contractor, backcharges or payments withheld pursuant to the Contract Documents. ARTICLE 35. CHANGES AND EXTRA WORK a. Change Order Work. 1) VVWRA, without invalidating the Contract, may order changes in the Work consisting of additions, deletions or other revisions, the Contract amount and Contract time being adjusted accordingly. All such changes in the Work shall be authorized by Change Order, and shall be performed under the applicable conditions of the Contract Documents. A Change Order signed by the Contractor indicates the Contractor's agreement therewith, including any adjustment in the Contract amount or the Contract time, and the full and final settlement of all costs (direct, indirect and overhead) related to the Work authorized by the Change Order.

NOVEMBER, 2011

00700-60

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

2)

All claims for additional compensation to the Contractor shall be presented in writing before the expense is incurred and will be adjusted as provided herein. No work shall be allowed to lag pending such adjustment, but shall be promptly executed as directed, even if a dispute arises. No claim will be considered after the work in question has been done unless a written contract change order has been issued or a timely written notice of claim has been made by Contractor. Contractor shall not be entitled to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any item or portion of Work to be done. Whenever any change is made as provided for herein, such change shall be considered and treated as though originally included in the Contract, and shall be subject to all terms, conditions and provisions of the original Contract. Owner Initiated Change. The Contractor must submit a complete cost proposal, including any change in the Contract time, within seven (7) Days after receipt of a scope of a proposed change order, unless VVWRA requests that proposals be submitted in less than seven (7) Days. Contractor Initiated Change. The Contractor must give written notice of a proposed change order required for compliance with the Contract Documents within seven (7) Days of discovery of the facts giving rise to the proposed change order. Whenever possible, any changes to the Contract amount shall be in a lump sum mutually agreed to by the Contractor and VVWRA. Price quotations from the Contractor shall be accompanied by sufficiently detailed supporting documentation to permit verification by VVWRA. If the Contractor fails to submit the cost proposal within the seven (7) Day period (or as requested), VVWRA has the right to order the Contractor in writing to commence the work immediately on a force account basis and/or issue a lump sum change to the contract price in accordance with VVWRA’s estimate of cost. If the change is issued based on VVWRA estimate, the Contractor will waive its right to dispute the action unless within fifteen (15) Days following completion of the added/deleted work, the Contractor presents written proof that VVWRA’s estimate was in error. Estimates for lump sum quotations and accounting for cost-plus-percentage work shall be limited to direct expenditures necessitated specifically by the subject extra work, and shall be segregated as follows: (a) Labor. The costs of labor will be the actual cost for wages prevailing locally for each craft or type of worker at the time the extra work is done, plus employer payments of payroll taxes and insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs

3)

4)

5) 6) 7)

8)

NOVEMBER, 2011

00700-61

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

resulting from Federal, State or local laws, as well as assessment or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available in the quantities involved, plus sales tax, freight and delivery. Materials cost shall be based upon supplier or manufacturer’s invoice. If invoices or other satisfactory evidence of cost are not furnished within fifteen (15) Days of delivery, then the Engineer shall determine the materials cost, at its sole discretion. Tool and Equipment Use. No payment will be made for the use of small tools, tools which have a replacement value of $1,000 or less. Regardless of ownership, the rates to be used in determining equipment use costs shall not exceed listed rates prevailing locally at equipment rental agencies, or distributors, at the time the work is performed. Overhead, Profit and Other Charges. The mark-up for overhead (including supervision) and profit on work added to the Contract shall be according to the following: i. “Net Cost” is defined as consisting of costs of labor, materials and tools and equipment only excluding overhead and profit. The costs of applicable insurance and bond premium will be reimbursed to the Contractor and subcontractors at cost only, without mark-up. For Work performed by the Contractor’s forces the added cost for overhead and profit shall not exceed fifteen (15%) percent of the Net Cost of the Work. For Work performed by a subcontractor, the added cost for overhead and profit shall not exceed fifteen (15%) percent of the Net Cost of the Work to which the Contractor may add five (5%) percent of the subcontractor’s Net Cost. For Work performed by a sub-subcontractor the added cost for overhead and profit shall not exceed fifteen (15 %) percent of the Net Cost for Work to which the subcontractor and general contractor may each add an additional five (5 %) percent of the Net Cost of the lower tier subcontractor.

(c)

(d)

ii.

iii.

iv.

NOVEMBER, 2011

00700-62

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

iv.

No additional mark up will be allowed for lower tier subcontractors, and in no case shall the added cost for overhead and profit payable by VVWRA exceed twenty-five (25%) percent of the Net Cost as defined herein.

9)

For added or deducted Work by subcontractors, the Contractor shall furnish to VVWRA the subcontractor’s signed detailed estimate of the cost of labor, material and equipment, including the subcontractor markup for overhead and profit. The same requirement shall apply to sub-subcontractors. For added or deducted work furnished by a vendor or supplier, the Contractor shall furnish to VVWRA a detailed estimate or quotation of the cost to the Contractor, signed by such vendor or supplier. Any change in The Work involving both additions and deletions shall indicate a net total cost, including subcontracts and materials. Allowance for overhead and profit, as specified herein, shall be applied if the net total cost is an extra; overhead and profit allowances shall not be applied if the net total cost is a credit. The estimated cost of deductions shall be based on labor and material prices on the date the Contract was executed. Contractor shall not reserve a right to assert impact costs, extended job site costs, extended overhead, constructive acceleration and/or actual acceleration beyond what is stated in the change order for work. No claims shall be allowed for impact, extended overhead costs, constructive acceleration and/or actual acceleration due to a multiplicity of changes and/or clarifications. The Contractor may not change or modify VVWRA’s change order form in an attempt to reserve additional rights. If VVWRA disagrees with the proposal submitted by Contractor, it will notify the Contractor and VVWRA will provide its opinion of the appropriate price and/or time extension. If the Contractor agrees with VVWRA, a change order will be issued by VVWRA. If no agreement can be reached, VVWRA shall have the right to issue a unilateral change order setting forth its determination of the reasonable additions or savings in costs and time attributable to the extra or deleted work. Such determination shall become final and binding if the Contractor fails to submit a claim in writing to VVWRA within fifteen (15) Days of the issuance of the unilateral change order, disputing the terms of the unilateral change order. No dispute, disagreement or failure of the parties to reach agreement on the terms of the change order shall relieve the Contractor from the obligation to proceed with performance of the work, including extra work, promptly and expeditiously. Any alterations, extensions of time, extra work or any other changes may be made without securing consent of the Contractor’s surety or sureties.

10)

11)

12)

13)

14)

15)

NOVEMBER, 2011

00700-63

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 36. OCCUPANCY VVWRA reserves the right to occupy or utilize any portion of The Work at any time before completion, and such occupancy or use shall not constitute Acceptance of any part of Work covered by this Contract. This use shall not relieve the Contractor of its responsibilities under the Contract, nor shall it trigger any warranty or guarantee time periods, or commencement of any statute of limitation related to defective workmanship. ARTICLE 37. INDEMNIFICATION Contractor shall defend (with Counsel of VVWRA’s choosing), indemnify and hold VVWRA, its officials, officers, agents, employees, and representatives free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Contract, including claims made by subcontractors for nonpayment, including without limitation the payment of all consequential damages and attorney’s fees and other related costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk, with Counsel of VVWRA’s choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against VVWRA, its officials, officers, agents, employees and representatives. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against VVWRA, its officials, officers, employees, agents, employees and representatives, in any such suit, action or other legal proceeding. Contractor shall reimburse VVWRA, its officials, officers, agents, employees and representatives for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by Civil Code Section 2782. ARTICLE 38. RECORD (“AS BUILT”) DRAWINGS a. Contractor shall prepare and maintain a complete set of record drawings (herein referred to as “as-builts”) and shall require each trade to prepare its own as-builts. The as-builts must show the entire site for each major trade, including but not limited to water, sewer, electrical, data, telephone, cable, fire alarm, gas and plumbing. Contractor shall mark the as-builts to show the actual installation where the installation varies from the Work as originally shown. Contractor shall mark whichever drawings are most capable of showing conditions fully and where shop drawings are used, Contractor must record a cross-reference at the corresponding location on the contract drawings. Contractor shall give particular attention to concealed elements that would be difficult to measure and record at a later date. Contractor shall use colors to distinguish variations in separate categories of The Work. Contractor shall note related change order numbers where applicable. Contractor shall organize as-builts into manageable sets, bound with durable paper cover sheets and shall

b.

NOVEMBER, 2011

00700-64

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

print suitable title, dates and other identification on the cover of each set. Contractor to also provide an electronic version of the as-builts. The suitability of the as-builts will be determined by the Engineer. ARTICLE 39. RESOLUTION OF CONSTRUCTION CLAIMS a. In accordance with Public Contract Code Sections 20104 et seq. and other applicable law, public works claims of $375,000 or less which arise between the Contractor and VVWRA shall be resolved under the following the statutory procedure unless VVWRA has elected to resolve the dispute pursuant to Public Contract Code Section 10240 et seq. All Claims: All claims shall be submitted in writing and accompanied by substantiating documentation. Claims must be filed on or before the date of final payment unless other notice requirements are provided in the contract. "Claim" means a separate demand by the Contractor for (1) a time extension, (2) payment of money or damages arising from work done by or on behalf of the Contractor and payment of which is not otherwise expressly provided for or the Contractor is not otherwise entitled, or (3) an amount the payment of which is disputed by VVWRA. Claims Under $50,000. VVWRA shall respond in writing to the claim within 45 days of receipt of the claim, or, VVWRA may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims VVWRA may have. If additional information is needed thereafter, it shall be provided upon mutual agreement of VVWRA and the Contractor. VVWRA's written response shall be submitted 15 days after receiving the additional documentation, or within the same period of time taken by the Contractor to produce the additional information, whichever is greater. Claims over $50,000 but less than or equal to $375,000. VVWRA shall respond in writing within 60 days of receipt, or, may request in writing within 30 days of receipt of the claim, any additional documents supporting the claim or relating to defenses or claims VVWRA may have against the Contractor. If additional information is needed thereafter, it shall be provided pursuant to mutual agreement between VVWRA and the Contractor. VVWRA's response shall be submitted within 30 days after receipt of the further documents, or within the same period of time taken by the Contractor to produce the additional information or documents, whichever is greater. The Contractor shall make these records and documents available at all reasonable times, without any direct charge. The Contractor will submit the claim justification in the following format: 1) 2) Summary of claim merit and price, and Contract clause pursuant to which the claim is made. List of documents relating to claim including, but not limited to: (a) Specifications

b.

c.

d.

e.

NOVEMBER, 2011

00700-65

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

(b) (c) (d) (e) 3) 4) 5) 6) 7) f.

Plans (Contract Drawings) Clarifications (Requests for Information) Schedules Other

Chronology of events and correspondence Analysis of claim merit Analysis of claim cost Analysis of time impact analysis in CPM format Cover letter and certification of validity of the claim

If the Contractor disputes VVWRA's response, or if VVWRA fails to respond within the statutory time period(s), the Contractor may so notify VVWRA within 15 days of the receipt of the response or the failure to respond, and demand an informal conference to meet and confer for settlement. Upon such demand, VVWRA shall schedule a meet and confer conference within 30 Days. If following the meet and confer conference, the claim or any portion thereof remains in dispute, the Contractor may file a claim pursuant to Government Code 900 et seq. and Government Code 910 et seq. For purposes of those provisions, the time within which a claim must be filed shall be tolled from the time the Contractor submits the written claim until the time the claim is denied, including any time utilized for the meet and confer conference. Submission of a claim, properly certified, with all required supporting documentation, and written rejection or denial of all or part of the claim by VVWRA, is a condition precedent to any action, proceeding, litigation, suit, general conditions claim, or demand for arbitration by Contractor. Government Code Claim. In addition to any and all contract requirements pertaining to notices of and requests for compensation or payment for extra work, disputed work, construction claims and/or changed conditions, the Contractor must comply with the claim procedures set forth in Government Code section 900 et seq. prior to filing any lawsuit against VVWRA. Such Government Code claims and any subsequent lawsuit based upon the Government Code claims shall be limited to those matters that remain unresolved after all procedures pertaining to extra work, disputed work, construction claims, and/or changed conditions have been followed by Contractor. If no such Government Code claim is submitted, or if the prerequisite contractual requirements are not otherwise satisfied as specified herein, Contractor shall be barred from bringing and maintaining a valid lawsuit against VVWRA.
00700-66 GENERAL CONDITIONS

g.

h.

i.

NOVEMBER, 2011

SECTION 00700 GENERAL CONDITIONS

ARTICLE 40. VVWRA’S RIGHT TO TERMINATE CONTRACT a. Termination for Cause: VVWRA may, without prejudice to any other right or remedy, serve written notice upon Contractor of its intention to terminate this Contract if the Contractor: (i) refuses or fails to prosecute The Work or any part thereof with such diligence as will ensure its completion within the time required; (ii) fails to complete The Work within the required time; (iii) should file a bankruptcy petition or be adjudged a bankrupt; (iv) should make a general assignment for the benefit of its creditors; (v) should have a receiver appointed; (vi) should persistently or repeatedly refuse or fail to supply enough properly skilled workers or proper materials to complete the work; (vii) should fail to make prompt payment to subcontractors or for material or labor; (viii) persistently disregard laws, ordinances, other requirements or instructions of VVWRA; or (ix) should violate any of the provisions of the Contract Documents. The notice of intent to terminate shall contain the reasons for such intention to terminate. Unless within ten (10) Days after the service of such notice, such condition shall cease or satisfactory arrangements (acceptable to VVWRA) for the required correction are made, this Contract shall be terminated. In such case, Contractor shall not be entitled to receive any further payment until the Project has been finished. VVWRA may take over and complete The Work by any method it may deem appropriate. Contractor and its surety shall be liable to VVWRA for any excess costs or other damages incurred by VVWRA to complete the Project. If VVWRA takes over The Work, VVWRA may, without liability for so doing, take possession of and utilize in completing The Work such materials, appliances, plant, and other property belonging to the Contractor as may be on the Project site. b. Termination For Convenience: VVWRA may terminate performance of The Work in whole or, in part, if VVWRA determines that a termination is in VVWRA's interest. The Contractor shall terminate all or any part of The Work upon delivery to the Contractor of a Notice of Termination specifying that the termination is for the convenience of VVWRA, the extent of termination, and the effective date of such termination. After receipt of Notice of Termination, and except as directed by VVWRA, the Contractor shall, regardless of any delay in determining or adjusting any amounts due under this Termination for Convenience clause, immediately proceed with the following obligations: 1) 2) Stop Work as specified in the Notice. Complete any Work specified in the Notice of Termination in a least cost/shortest time manner while still maintaining the quality called for under the Contract Documents.

NOVEMBER, 2011

00700-67

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

3)

Leave the property upon which the Contractor was working and upon which the facility (or facilities) forming the basis of the Contract Documents is situated in a safe and sanitary manner such that it does not pose any threat to the public health or safety. Terminate all subcontracts to the extent that they relate to the portions of The Work terminated. Place no further subcontracts or orders, except as necessary to complete the remaining portion of The Work. Submit to VVWRA, within ten (10) Days from the effective date of the Notice of Termination, all of the documentation called for by the Contract Documents to substantiate all costs incurred by the Contractor for labor, materials and equipment through the Effective Date of the Notice of Termination. Any documentation substantiating costs incurred by the Contractor solely as a result of VVWRA's exercise of its right to terminate this Contract pursuant to this clause, which costs the Contractor is authorized under the Contract Documents to incur, shall: (i) be submitted to and received by VVWRA no later than thirty (30) Days after the Effective Date of the Notice of Termination; (ii) describe the costs incurred with particularity; and (iii) be conspicuously identified as "Termination Costs Occasioned by VVWRA's Termination for Convenience." These provisions are in addition to and not in limitation of any other rights or remedies available to VVWRA.

4) 5) 6)

7) c.

Notwithstanding any other provision of this Article, when immediate action is necessary to protect life and safety or to reduce significant exposure or liability, VVWRA may immediately order Contractor to cease Work on the Project until such safety or liability issues are addressed to the satisfaction of VVWRA or the Contract is terminated.

ARTICLE 41. WARRANTY AND GUARANTEE a. Contractor warrants that all materials and equipment furnished under this Contract shall be new unless otherwise specified in the Contract Documents; and that all Work conforms to the Contract Document requirements and is free of any defect whether performed by the Contractor or any subcontractor or supplier. Unless otherwise stated, all warranty periods shall begin upon the filing of the Notice of Completion. Unless otherwise stated, the warranty period shall be for one year. The Contractor shall remedy at its expense any damage to VVWRA-owned or controlled real or personal property.

b. c.

NOVEMBER, 2011

00700-68

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

d. e.

Contractor shall furnish VVWRA with all warranty and guarantee documents prior to final Acceptance of the Project by VVWRA. VVWRA shall notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage. The Contractor shall within ten (10) Days after being notified commence and perform with due diligence all necessary Work. If the Contractor fails to promptly remedy any defect, or damage; VVWRA shall have the right to replace, repair, or otherwise remedy the defect, or damage at the Contractor’s expense. In the event of any emergency constituting an immediate hazard to health, safety, property, or licensees, when caused by Work of the Contractor not in accordance with the Contract requirements, VVWRA may undertake at Contractor’s expense, and without prior notice, all Work necessary to correct such condition. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for Work performed and Materials furnished under this Contract, the Contractor shall: 1) 2) 3) Obtain for VVWRA all warranties that would be given in normal commercial practice; Require all warranties to be executed, in writing, for the benefit of VVWRA; and Enforce all warranties for the benefit of VVWRA, unless otherwise directed in writing by VVWRA.

f.

g.

This Article shall not limit VVWRA’s rights under this Contract or with respect to latent defects, gross mistakes, or fraud. VVWRA specifically reserves all rights related to defective work, including but not limited to the defect claims pursuant to California Code of Civil Procedure Section 337.15. ARTICLE 42. DOCUMENT RETENTION & EXAMINATION a. In accordance with Government Code Section 8546.7, records of both VVWRA and the Contractor shall be subject to examination and audit by the State Auditor General for a period of three (3) years after final payment. Contractor shall make available to VVWRA any of the Contractor’s other documents related to the Project immediately upon request of VVWRA. In addition to the State Auditor rights above, VVWRA shall have the right to examine and audit all books, estimates, records, contracts, documents, bid documents, subcontracts, and other data of the Contractor (including computations and projections) related to negotiating, pricing, or performing the modification in order to evaluate the accuracy and completeness of the cost or pricing data at no additional cost to VVWRA, for a period of four (4) years after final payment.

b. c.

NOVEMBER, 2011

00700-69

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 43. SOILS INVESTIGATIONS When a soils investigation report for the Project site is available, such report shall not be a part of the Contract Documents. Any information obtained from such report as to subsurface soil condition, or to elevations of existing grades or elevations of underlying rock, is approximate only and is not guaranteed. Contractor acknowledges that any soils investigation report (including any borings) was prepared for purposes of design only and Contractor is required to examine the site before submitting its bid and must make whatever tests it deems appropriate to determine the underground condition of the soil. ARTICLE 44. SEPARATE CONTRACTS a. VVWRA reserves the right to let other contracts in connection with this Work or on the Project site. Contractor shall permit other contractors reasonable access and storage of their materials and execution of their work and shall properly connect and coordinate its Work with theirs. To ensure proper execution of its subsequent Work, Contractor shall immediately inspect work already in place and shall at once report to the Engineer any problems with the work in place or discrepancies with the Contract Documents. Contractor shall ascertain to its own satisfaction the scope of the Project and nature of any other contracts that have been or may be awarded by VVWRA in prosecution of the Project to the end that Contractor may perform this Contract in the light of such other contracts, if any. Nothing herein contained shall be interpreted as granting to Contractor exclusive occupancy at site of the Project. Contractor shall not cause any unnecessary hindrance or delay to any other contractor working on the Project. If simultaneous execution of any contract for the Project is likely to cause interference with performance of some other contract or contracts, the Engineer shall decide which Contractor shall cease Work temporarily and which contractor shall continue or whether work can be coordinated so that contractors may proceed simultaneously. VVWRA shall not be responsible for any damages suffered or for extra costs incurred by Contractor resulting directly or indirectly from award, performance, or attempted performance of any other contract or contracts on the Project site.

b.

c.

ARTICLE 45. NOTICE AND SERVICE THEREOF All notices shall be in writing and either served by personal delivery or mailed to the other party as designated in the Bid Forms. Written notice to the Contractor shall be addressed to Contractor’s principal place of business unless Contractor designates another address in writing for service of notice. Notice to VVWRA shall be addressed to VVWRA as designated in the Notice Inviting Bids unless VVWRA designates another address in writing for service of notice. Notice shall be effective upon receipt or five (5) Days after being sent by first class mail, whichever is earlier. Notice given by facsimile shall not be effective unless acknowledged in writing by the receiving party.

NOVEMBER, 2011

00700-70

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 46. NOTICE OF THIRD PARTY CLAIMS Pursuant to Public Contract Code Section 9201, VVWRA shall provide Contractor with timely notification of the receipt of any third-party claim relating to the Contract. ARTICLE 47. STATE LICENSE BOARD NOTICE. Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four (4) years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within ten (10) years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento, California 95826. ARTICLE 48. INTEGRATION a. Oral Modifications Ineffective. No oral order, objection, direction, claim or notice by any party or person shall affect or modify any of the terms or obligations contained in the Contract Documents. Contract Documents Represent Entire Contract. The Contract Documents represent the entire agreement of VVWRA and Contractor.

b.

ARTICLE 49. ASSIGNMENT Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of this Contract or any part thereof including any claims, without prior written consent of VVWRA. Any assignment without the written consent of VVWRA shall be void. Any assignment of money due or to become due under this Contract shall be subject to a prior lien for services rendered or Material supplied for performance of Work called for under the Contract Documents in favor of all persons, firms, or corporations rendering such services or supplying such Materials to the extent that claims are filed pursuant to the Civil Code, the Code of Civil Procedure or the Government Code. ARTICLE 50. CHANGE IN NAME AND NATURE OF CONTRACTOR’S LEGAL ENTITY Should a change be contemplated in the name or nature of the Contractor’s legal entity, the Contractor shall first notify VVWRA in order that proper steps may be taken to have the change reflected on the Contract. ARTICLE 51. ASSIGNMENT OF ANTITRUST ACTIONS Pursuant to Section 7103.5 of the Public Contract Code, in entering into a public works contract or subcontract to supply goods, services, or materials pursuant to a public works contract, Contractor or subcontractor offers and agrees to assign to VVWRA all rights, title, and interest in
NOVEMBER, 2011 00700-71 GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (chapter 2 (commencing with Section 16700) of part 2 of division 7 of the Business and Professions Code), arising from the purchase of goods, services, or materials pursuant to this Contract or any subcontract. This assignment shall be made and become effective at the time VVWRA makes final payment to the Contractor, without further acknowledgment by the parties. ARTICLE 52. PROHIBITED INTERESTS No VVWRA official or representative who is authorized in such capacity and on behalf of VVWRA to negotiate, supervise, make, accept, or approve, or to take part in negotiating, supervising, making, accepting or approving any engineering, inspection, construction or material supply contract or any subcontract in connection with construction of the project, shall be or become directly or indirectly interested financially in the Contract. ARTICLE 53. LAWS AND REGULATIONS a. Contractor shall give all notices and comply with all federal, state and local laws, ordinances, rules and regulations bearing on conduct of work as indicated and specified by their terms. References to specific laws, rules or regulations in this Contract are for reference purposes only, and shall not limit or affect the applicability of provisions not specifically mentioned. If Contractor observes that drawings and specifications are at variance therewith, he shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided for in this Contract for changes in work. If Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. Contractor shall be responsible for familiarity with the Americans with Disabilities Act (“ADA”) (42 U.S.C. § 12101 et seq.). The Work will be performed in compliance with ADA laws, rules and regulations. Contractor shall comply with the Historic Building Code, including, but not limited to, as it relates to the ADA, whenever applicable.

b.

ARTICLE 54. PATENT FEES OR ROYALTIES. The Contractor shall include in its bid amount the patent fees or royalties on any patented article or process furnished or used in the Work. Contractor shall assume all liability and responsibility arising from the use of any patented, or allegedly patented, materials, equipment, devices or processes used in or incorporated with The Work, and shall defend, indemnify and hold harmless VVWRA, its officials, officers, agents, employees and representatives from and against any and all liabilities, demands, claims, damages, losses, costs and expenses, of whatsoever kind or nature, arising from such use.

NOVEMBER, 2011

00700-72

GENERAL CONDITIONS

SECTION 00700 GENERAL CONDITIONS

ARTICLE 55. OWNERSHIP OF DRAWING All Contract Documents furnished by VVWRA are VVWRA property. They are not to be used by Contractor or any subcontractor on other work nor shall Contractor claim any right to such documents. With exception of one complete set of Contract Documents, all documents shall be returned to VVWRA on request at completion of The Work. ARTICLE 56. NOTICE OF TAXABLE POSSESSORY INTEREST In accordance with Revenue and Taxation Code Section 107.6, the Contract Documents may create a possessory interest subject to personal property taxation for which Contractor will be responsible. ARTICLE 57. CONSTRUCTION PROGRESS MEETINGS The Contractor shall hold construction progress meetings every two weeks with operations staff to review progress and discuss upcoming construction activities. END OF GENERAL CONDITIONS

NOVEMBER, 2011

00700-73

GENERAL CONDITIONS

SPECIAL CONDITIONS ARTICLE 58. NOT USED ARTICLE 59. ACTS OF GOD EXCLUSION (PUBLIC CONTRACT CODE § 7105) The Contractor shall not be responsible for the cost of repairing or restoring damage to the work, which damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the contracted amount, provided, that the work damaged is built in accordance with accepted and applicable building standards and the plans and specifications of VVWRA. ARTICLE 60. EQUAL OPPORTUNITY/NONDISCRIMINATION CLAUSE (EXECUTIVE ORDER 11246; 41 CFR 60-1.4) During the performance of this Contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be

b.

c.

d. e.

f.

NOVEMBER, 2011

69

SPECIAL CONDITIONS

SPECIAL CONDITIONS declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The Contractor will include the provisions of this article in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

During the performance of this Contract, Contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of sex, race, religion, color, national origin, ancestry, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), marital status, age (over 40) or denial of family care leave. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination and harassment. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code Section 12900 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900 (a-f), set forth in Chapter 5 of Division 4 of Title 2 or the California Administrative Code are incorporated into this Contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractor shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. The Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform The Work under the Contract. THE UNDERSIGNED CERTIFIES THAT THE CONTRACTOR WILL COMPLY WITH THE ABOVE REQUIREMENTS.

CONTRACTOR OR SUBCONTRACTOR NAME: CERTIFIED BY: NAME: SIGNATURE:DATE: TITLE:

NOVEMBER, 2011

70

SPECIAL CONDITIONS

SPECIAL CONDITIONS ARTICLE 61. AFFIRMATIVE ACTION REQUIREMENTS (41 CFR 60-4.2) NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EEO) BY EXECUTIVE ORDER 11246, AS AMENDED BY EXECUTIVE ORDER 11375 1. 2. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

Time-Tables Goals for minority participation Goals for female participationfor each trade for each trade Time-Tables Goals for minority participation for each Participation trade (Agency to insert start and end dates 19.0% of Contract) Goals for female for each trade 6.9%

Contact the Division of Financial Assistance, Ken Gonzales at (916) 341-5683 for assistance with the minority goal and tables ([email protected]). The Office of Federal Contract Compliance Programs’ web site for compliance issues and preaward registry is at http://www.dol.gov/esa/welcome. These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (notify the applicable Regional Office found at

NOVEMBER, 2011

71

SPECIAL CONDITIONS

SPECIAL CONDITIONS www.dol.gov/esa) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the Contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this Notice, and in the Contract resulting from this solicitation, the “covered area” is 20111 Shary Road, Victorville, San Bernardino County, California 92394.

ARTICLE 62. EQUAL OPPORTUNITY CLAUSE (41 CFR 60-4.3) STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACTSPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this Contract resulted; "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

b.

c.

d.

(ii)

(iii)

(iv)

NOVEMBER, 2011

72

SPECIAL CONDITIONS

SPECIAL CONDITIONS 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this Contract resulted. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

3.

4.

5.

6.

NOVEMBER, 2011

73

SPECIAL CONDITIONS

SPECIAL CONDITIONS 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management
74 SPECIAL CONDITIONS

b.

c.

d.

e.

f.

NOVEMBER, 2011

SPECIAL CONDITIONS personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.

h.

i.

j.

k. l.

m.

NOVEMBER, 2011

75

SPECIAL CONDITIONS

SPECIAL CONDITIONS n. Ensure that all facilities and company activities are Non-Segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations.

o.

p.

8.

Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such
76 SPECIAL CONDITIONS

9.

10.

11.

12.

NOVEMBER, 2011

SPECIAL CONDITIONS sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

14.

15.

ARTICLE 63. ELIMINATION OF SEGREGATED FACILITIES (a) A Certification of Non-Segregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a Federally-assisted construction Contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Contractors receiving Federally-assisted construction contract awards exceeding $10,000 which, are not exempt from the provisions of the Equal Opportunity Clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES

(b)

NOVEMBER, 2011

77

SPECIAL CONDITIONS

SPECIAL CONDITIONS (a) A Certification of Non-Segregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause.

(b)

ARTICLE 64. CERTIFICATION OF NON-SEGREGATED FACILITIES Environmental Protection Agency Region IX 75 Hawthorne Street San Francisco, California 94105 CERTIFICATION OF NON-SEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity Clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, restrooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specified time period) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his files.

____________________________________________________________________ SignatureDate

____________________________________________________________________

NOVEMBER, 2011

78

SPECIAL CONDITIONS

SPECIAL CONDITIONS Name and Title of Signer(Please Type)

Note:The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. ARTICLE 65. DRUG-FREE WORKPLACE CERTIFICATION DRUG-FREE WORKPLACE CERTIFICATION CONTRACTOR/APPLICANT: The contractor or applicant named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace. The above named contractor or applicant will: 1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a). Establish a Drug-Free Awareness Program as required by Government Code Section 8355(a)(2), to inform employees about all of the following: (a) (b) (c) (d) 3. The dangers of drug abuse in the workplace, The person’s or organization’s policy of maintaining a drug-free workplace, Any available counseling, rehabilitation and employee assistance programs, and Penalties that may be imposed upon employees for drug abuse violations.

2.

Provide as required by Government Code Section 8355(a)(3), that every employee who works on the proposed contract or loan: (a) (b) Will receive a copy of the company’s drug-free policy statement, and Will agree to abide by the terms of the company’s statement as a condition of employment on the contract or loan. CERTIFICATION

I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification,

NOVEMBER, 2011

79

SPECIAL CONDITIONS

SPECIAL CONDITIONS executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California.

OFFICIAL’S NAME: DATE EXECUTED: EXECUTED IN COUNTY OF:

CONTRACTOR/APPLICANT SIGNATURE: TITLE: ARTICLE 66. PART 32--GOVERNMENT WIDE DEBARMENT AND SUSPENSION NONPROCUREMENT) AND GOVERNMENT WIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) Appendix A to Part 32--Certification Regarding Debarment, Suspension, and Other Responsibility Matters--Primary Covered Transactions Instructions for Certification 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and

2.

3.

4.

5.

NOVEMBER, 2011

80

SPECIAL CONDITIONS

SPECIAL CONDITIONS voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, and Other Responsibility Matters--Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency;

7.

8.

9.

10.

NOVEMBER, 2011

81

SPECIAL CONDITIONS

SPECIAL CONDITIONS

(b)

Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

(c)

(d)

(2)

Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Appendix B to Part 32--Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549.

2.

3.

4.

NOVEMBER, 2011

82

SPECIAL CONDITIONS

SPECIAL CONDITIONS You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for

6.

7.

8.

9.

NOVEMBER, 2011

83

SPECIAL CONDITIONS

SPECIAL CONDITIONS debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

ARTICLE 67. CULTURAL RESOURCES a. In accordance with the National Historic Preservation Act of 1966, (16 U.S.C. 470), and State statutes regarding the unexpected discovery of human remains, the following procedures are implemented to insure historic preservation and fair compensation to the Contractor for delays attendant to cultural resources investigations. In the event potential Historical, Archeological, or Cultural Resources (herein after cultural resources) are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1) The Engineer shall issue a “Stop Work Order” directing the Contractor to cease all construction operations at the location of such potential cultural resources find. If the find includes human remains, the County Coroner must be contacted immediately. Such “Stop Work Order” shall be effective until such time as a qualified archeologist can be called to evaluate the importance of these potential cultural resources and make recommendations to the State Water Resources Control Board Cultural Resources Officer (CRO). Any “Stop Work Order” shall contain the following: a) b) c) d) e) A clear description of the work to be suspended; Any instructions regarding issuance of further orders by the Contractor for material services; Guidance as the action to be taken on subcontracts; Any suggestions to the Contractor as to minimization of his costs; Estimated duration of the temporary suspension.

b.

2)

If the archeologist in consultation with the SWRCB CRO determines that the potential find is an important resource and warrants further investigation and/or mitigation, the Engineer shall extend the duration of the “Stop Work Order” in writing, and the Contractor shall suspend work at the location of the find. c. Equitable adjustment of the construction contract shall be made in the following manner: 1) Time Extension. If the work temporarily suspended is on the “critical path,” the

NOVEMBER, 2011

84

SPECIAL CONDITIONS

SPECIAL CONDITIONS total number of days for which the suspension is in effect shall be added to the number of allowable contract days. If a portion of work at the time of such suspension is not on the “critical path”, but subsequently becomes work on the critical path, the allowable contract time will be computed from the date such work is classified as on the critical path. 2) Additional Compensation. If, as a result of a suspension of the work, the Contractor sustains a loss which could not have been avoided by his judicious handling of forces, and equipment, or redirection of forces or equipment to perform other work on the Contract, there shall be paid to the Contractor an amount as determined by the Engineer to be fair and reasonable compensation for the Contractor’s actual loss in accordance with the following: a) Idle Time of Equipment. Compensation for equipment idle time will be determined on a force account (time and materials) basis, and shall include the cost of extra moving of equipment and rental loss. The right-of-way delay factor for each classification of equipment shown in the California Department of Transportation publication entitled, Equipment Rental Rates and the General Prevailing Wage Rates, will be applied to any equipment rental rates. Idle Time of Labor. Compensation for idle time of workers will be determined by the Engineer as “Labor” less any actual productivity factor of this portion of the work force. Increased Costs of Labor and Materials. Increased costs of labor and materials will be compensated only to the extent such increase was in fact caused by the suspension, as determined by the Engineer.

b)

c)

Compensation for actual loss due to idle time of either equipment or labor shall not include markup for profit. The hours for which compensation will be paid will be the actual normal working time during which such delay condition exists, but will in no case exceed eight hours in any one day. The days for which compensation will be paid shall be full or partial calendar days, excluding Saturdays, Sundays, and legal holidays, during the existence of such delay. ARTICLE 68. LABOR CODE SECTION 6500/ EMPLOYMENT PERMITS (a) For those employments or places of employment that by their nature involve a substantial risk of injury, the Division shall require the issuance of a permit prior to the initiation of any practices, work, method, operation, or process of employment. The permit requirement of this section is limited to employment or places of employment that are any of the following:
85 SPECIAL CONDITIONS

NOVEMBER, 2011

SPECIAL CONDITIONS

(1)

Construction of trenches or excavations which are five feet or deeper and into which a person is required to descend. (2) The construction of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height. (3) The demolition of any building, structure, falsework, or scaffold more than three stories high or the equivalent height. (4) The underground use of diesel engines in work in mines and tunnels. This subdivision does not apply to motion picture, television, or theater stages or sets, including, but not limited to, scenery props, backdrops, flats, greenbeds, and grids. (b) On or after January 1, 2000, this subdivision shall apply to motion picture, television, or theater stages or sets, if there has occurred within any one prior calendar year in any combination at separate locations three serious injuries, fatalities, or serious violations related to the construction or demolition of sets more than 36 feet in height for the motion picture, television, and theatrical production industry. An annual permit shall be required for employers who construct or dismantle motion picture, television, or theater stages or sets that are more than three stories or the equivalent height. A single permit shall be required under this subdivision for each employer, regardless of the number of locations where the stages or sets are located. An employer with a currently valid annual permit issued under this subdivision shall not be required to provide notice to the division prior to commencement of any work activity authorized by the permit. The division may adopt procedures to permit employers to renew by mail the permits issued under this subdivision. For purposes of this subdivision, "motion picture television or theater stages or sets" include, but are not limited to, scenery, props, backdrops, flats, greenbeds, and grids. ARTICLE 69. (a) ADDITIONAL REQUIREMENTS AT THE LEWIS CENTER FOR EDUCATIONAL RESEARCH

All workers who are on the Lewis Center for Educational Research are required to obtain clearance through the same Certificate of Clearance that all of their staff undergoes. This will be for compliance with the Education Code 44332 which prohibits a county office to issue a certificate until a criminal history has been obtained and processed and DOJ verifies a clear record of serious/violent felony conviction (Specifically Section 44010; or any narcotics offense listed under Education Code Section 44011; or who has been determined to be a mentally disordered sex offender; or that if a person holds a credential and has been convicted of any offense listed in Education Code Section 44424). Only workers holding a valid Certificate of Clearance will be permitted to enter the Lewis Center for Educational Research. END OF SPECIAL CONDITIONS

NOVEMBER, 2011

86

SPECIAL CONDITIONS

SPECIAL CONDITIONS

THIS PAGE INTENTIONALLY LEFT BLANK

NOVEMBER, 2011

87

SPECIAL CONDITIONS

VICTOR VALLEY WASTEWATER RECLAMATION AUTHORITY UPPPER NARROWS PIPELINE REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS

TABLE OF CONTENTS (continued) Page

THIS PAGE INTENTIONALLY LEFT BLANK

-1-

Victor Valley Wastewater Reclamation Authority Upper Narrows Pipeline Replacement TABLE OF CONTENTS

TECHNICAL SPECIFICATIONS DIVISION 01 – ADDITIONAL GENERAL REQUIREMENTS 01110 01130 01140 01150 01160 01270 01300 01301 01305 01310 01313 01400 01500 01505 01530 01550 01570 01580 01600 01610 01700 01702 01710 Summary of Work Dewatering Contaminated Soil Excavation and Groundwater Removal, Treatment, Hauling and Disposal Environmental Mitigation Measures Site Security Measurement and Payment Contractor’s Submittals Schedule of Values Products, Materials, Equipment and Substitutions Contractor’s Construction Schedule and Reports Construction and Schedule Constraints Quality Control Temporary Utilities and Facilities Mobilization Protection of Existing Facilities Site Access and Storage Traffic Regulation Project Signs Permits BNSF Requirements Project Closeout Construction Surveying Traffic Control

DIVISION 02 – SITE WORK 02110 02200 02222 02223 02240 02274 02278 02315 02320 02413 02445 02470 02550 02555 02623 Clearing, Grubbing, and Stripping Earthwork Protecting Existing Facilities Trenching, Backfilling, and Compacting Soil Stabilization Geotextile Abandonment of Pipeline and Structures Jacked Casing Open Trench and Casing Within Caltrans Right of Way Horizontal Directional Drilling Instrumentation and Monitoring Pavement Markings Asphalt Concrete Pavement Rubberized Bonded Wearing Course Microtunneling and Shafts
TOC - i

Victor Valley Wastewater Reclamation Authority Upper Narrows Pipeline Replacement TABLE OF CONTENTS

02624 02716 02726 02727 02730 02769 02999

Existing Utilities Fusible PVC Sewer Pipe Manhole Construction Composite Manhole Access Systems Sanitary Sewer System Testing High Density Polyethylene (HDPE) Sewer Pipe Temporary Handling of Sewage Flow

DIVISION 03 – CONCRETE 03100 03123 03200 03290 03300 03355 03360 03610 Concrete Formwork Controlled Low Strength Material Reinforcement Steel Joints in Concrete Cast-In-Place Concrete Backfill Grout Contact Grout Permeation Grouting

DIVISION 04 – MASONRY – NOT USED DIVISION 05 – METALS – NOT USED DIVISION 06 – WOOD AND PLASTICS 06610 06620 Glass Fiber and Resin Fabrications Plastic Liner (Polyvinyl Chloride)

DIVISION 07 – THERMAL AND MOSITURE PROTECTION – NOT USED DIVISION 08 – DOORS AND WINDOWS – NOT USED DIVISION 09 – FINISHES – NOT USED DIVISION 10 – SPECIALTIES – NOT USED DIVISION 11 – EQUIPMENT – NOT USED DIVISION 12 – FURNISHINGS – NOT USED DIVISION 13 – SPECIAL CONSTRUCTION – NOT USED DIVISION 14 – CONVEYING SYSTEMS – NOT USED

TOC - ii

Victor Valley Wastewater Reclamation Authority Upper Narrows Pipeline Replacement TABLE OF CONTENTS

DIVISION 15 – MECHANICAL 15000 Piping, General

TOC - iii

Victor Valley Wastewater Reclamation Authority Upper Narrows Pipeline Replacement TABLE OF CONTENTS

APPENDICES APPENDIX 1 – GEOTECHNICAL REPORT APPENDIX 2 – HAZARDOUS MATERIALS INFORMATION APPENDIX 3 – EXISTING INTERCEPTOR DRAWINGS

TOC - iv

SECTION 01110 SUMMARY OF WORK PART 1 - GENERAL 1.01 SCOPE OF WORK A. The Work, as shown on the Construction Drawings and as specified herein, consists of the construction, in general, of the following: installation of new HDPE and FPVC gravity sewer beginning from the Lewis Learning Center and the Kemper Campbell Ranch and terminating in downtown Victorville including but not limited to the following: open trench cut and cover at multiple locations; microtunneling through the Upper Narrows Formation; the installation of two bore and jack sections underneath two separate reaches of active BNSF properties; the installation of a siphon underneath the Mojave River installed via horizontal directional drilling (HDD); the re-connection of existing sewer interceptor to the new sewer interceptor at three separate location; and the installation of new PVC-lined manholes; the temporary dewatering as required to install the new gravity sewer interceptor; the protection of existing utilities; removal of contaminated soils and replacement with imported fill materials; treatment of contaminated ground water; decommissioning and removal of the existing emergency by-pass system; and the abandonment of select portions of the existing sewer interceptor; and the installation and performance of traffic control within the City of Victorville; and pavement restoration work; and all other work as required for the complete installation of the new VVWRA sewer interceptor.

1.02

LOCATION OF PROJECT SITE A. The project will be constructed in the City of Victorville and Town of Apple Valley.

1.03

PERMITS A. See Section 01600 - Permits

1.04

SCHEDULE AND WORK HOURS REQUIREMENTS A. Work hours are as follow: 1. Construction in 7th Street (not including D Street) from Station 105+93.87 to Station 110+80.00, shall operate continuous 24 hours a day 7 days a week until completed to minimize construction time and impacts to local businesses, traffic, and residences. Construction in D Street from Station 105+93.87 to Station 104+99.99 shall operate during off-peak nighttime hours from 9 pm to 5 am 7 days a week until completed to minimize construction time and impacts to local businesses, traffic, and residences. Contractor is required to completely close trench within D Street such that all lanes are open to through traffic from 5:00 am to 9:00 pm 7 days a week. Microtunneling, HDD, bore and jack operations shall operate between 7:00 AM through 6:00 PM unless critical construction methods warrant a continuous 24 hours a day, 7 days a week operation. The Engineer and VVWRA shall be notified 7 days in advance of any operations requiring continuous construction activities.
SUMMARY OF WORK 01110-1

2.

3.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

4.

All other work shall be limited to the hours of 7:00 AM to 6:00 PM Monday through Friday, and between 9:00 AM to 6:00 PM on Saturday. Construction activities shall be prohibited on Sundays and federal holidays, except during documented emergencies. At Kemper Campbell Ranch, Contractor shall be required to pay VVWRA $2,000.00 per month for construction outside of the hours of 7:00 AM through 4:00 PM. VVWRA shall pass on this fee to Kemper Campbell Ranch.

5.

1.05

LIMITS OF WORK AREA A. The Contractor shall be restricted to working within the construction easement boundaries of the project as shown or indicated on the plans.

1.06

CONSTRUCTION YARD A. VVWRA has secured limited access at the Lewis Learning Center and at the Kemper Campbell Ranch for staging and laydown areas. These areas are defined on the plans as follows: 1. 2. 3. B. C-402 Kemper Campbell Ranch Staging and Access C-403 C Street and 7th Street Staging and Access C-404 Lewis Learning Center Staging and Access

For other staging and access areas, it remains the responsibility of the Contractor to comply with the requirements of the property owners for staging and access. Additional staging and access is the responsibility of the Contractor to provide for other required storage area for construction trailers, materials and equipment, including contractor/employee vehicle parking at its expense from other property owners if required beyond what is shown. The Contractor shall be solely responsible for the condition, maintenance and removal of all materials and equipment from the temporary storage area. Under no circumstances shall the Contractor stage, store materials, park vehicles, etc., at the following locations: 1. 2. At other locations on the Kemper Campbell Ranch other than what is shown on C402; At other locations on 7th Street and D Street other than the immediate work area shown on C-403 and as detailed within the work areas shown on the Traffic Control Plans; At other locations on the Lewis Learning Center other than what is shown on C-404.

C.

3. 1.07

INFORMATION SIGNS A. The Contractor shall post five (5) public information signs at least fourteen (14) days prior to construction or delivery of material or equipment to the construction site. VVWRA shall approve the sign location in the field. The project sign shall remain in place until each segment of construction has been completed. Preliminary sign placement is as follows:
SUMMARY OF WORK 01110-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

1. 2. 3. 4. 5. B.

At the Entrance to Kemper Cambpell Ranch At the intersection of 7th Street and C Street for the North Bound Traffic Near the intersection of 6th and D Street for the East Bound Traffic on D Street Near the intersection of 8th and D Street for the West Bound Traffic on D Street At the Entrance to the Lewis Learning Center

The lettering and layout shall be approved by VVWRA. The sign shall be made of metal and reflective for nighttime visibility by a firm regularly engaged in the business of sign making. If the face of the sign is defaced in any manner, the Contractor shall correct immediately. In addition to the five public information signs noted above, at least three (3) mobile electronic flashing message boards shall be available on the job prior to the start of construction and during construction to inform motorists (and general public) of any traffic conditions that the fixed signs cannot communicate. The preliminary location of these signs is as follows: 1. 2. 3. At the intersection of 7th Street and C Street for the North Bound Traffic Near the intersection of 6th and D Street for the East Bound Traffic on D Street Near the intersection of 8th and D Street for the West Bound Traffic on D Street

C.

1.08

PUBLIC RELATIONS A. The Contractor shall inform VVWRA of construction activities impacting residents, businesses, schools and general public a minimum of two weeks prior to performing any work. These requirements are in addition to any other requirements set forth by the City of Victorville, Town of Apple Valley, and any other regulatory agencies. The Contractor shall provide a complete description of the construction work to take place and provide information on the impacted area. If unexpected work arises and a two-week notification is not possible, the Contractor is required to notify VVWRA as soon as possible thereafter and assist (if needed) with the distribution of notices. The Contractor will be required to assist the VVWRA in its Public Relations activities. This assistance will include the following: providing updated construction schedules; and attend up to three public meetings.

B.

1.09

MITIGATION A. The Contractor’s attention is drawn to Section 01150 Environmental Mitigation Measures which he shall comply with. Additional requirements can be found in the environmental documents including the Initial Study and the CEQA MND as adopted by VVWRA and contained within the Appendix and as noted on within these specifications and on the plans.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SUMMARY OF WORK 01110-3

1.10

SPECIAL SEQUENCING CONSIDERATIONS A. The construction of the Upper Narrows Interceptor Pipeline Replacement includes connection to the existing VVWRA facilities and for the on-going operation of the existing VVWRA interceptor and emergency by-pass system. The Contractor shall at all times plan for and coordinate his work so as to minimize disruption to these facilities while performing tie-in work or while working adjacent to these facilities. Bypass sewage pumping shall be provided at the Contractor’s cost wherever and whenever required to ensure uninterrupted service (except for the existing emergency by-pass system with its two separate booster pumping stations and associated pipelines). While sequencing and manhole construction has been suggested by the Engineer to minimize by-pass, the Contractor is responsible for adequate and suitable standby bypass pumping equipment and pipelines. The Contractor shall investigate, coordinate with VVWRA, and ensure that temporary sewage flow stoppage does not cause the backing up and flooding of facilities connected upstream of the location in question. Any flow stoppage work required shall be approved of in advance by the Engineer and VVWRA in writing. The costs for any night, weekend, holiday, and overtime work required shall be considered to have been included in the bid price for the work. Under the terms and conditions of the easement secured by VVWRA through the Kemper Campbell Ranch, The Contractor shall subcontract directly with the Ranch Manager, Lee Graham to perform all clearing, grubbing, final grading, and site restoration on the ranch property. The Kemper Campbell Ranch staging area is indicated on sheet G-003 and encompasses the section of the project to the west of the BNSF railroad south of the Upper Narrows Formation and East of and including Kemper Campbell Ranch Road. Lee Graham’s address is 17109 Eurika St, Victorville, CA 92395 (760) 245-7695. This will ensure that the required clearing, grubbing, final grading, and site restoration on the ranch area is performed with the required care for continued operation of the Kemper Campbell Ranch after completion of the construction of the Upper narrows Pipeline Replacement.

B.

C. D.

1.11

SEQUENCE OF CONSTRUCTION A. General: The following is the anticipated general construction phasing for the Upper Narrows Pipeline Replacement Project which begins downstream and proceeds upstream to ensure that the new interceptor is built to the slope as shown on the plans. Work under this Contract shall be scheduled, sequenced, and performed in such a manner to result in the least possible disruption to the public and to the operation and maintenance of the existing VVWRA system including the emergency by-pass system. In particular, disruption to 7th Street and D Street traffic shall be minimized to the greatest extent possible. The Contractor shall submit to the Engineer a detailed construction schedule covering the entire work indicating the orderly completion of each element of the sewer interceptor installation. The schedule shall be in accordance with the Critical Paty Method of construction sequencing. The construction sequencing as presented in this section shall be utilized as a guideline for preparation of the detailed construction schedule. Each constraint item noted shall be indicated in the detailed schedule. Deviation from these constraints and their sequence in relation to the overall work tasks is permitted if techniques and construction methods known to the Contractor will result in reducing the disruption of the areas in question and is concurred with in advance by the Engineer.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SUMMARY OF WORK 01110-4

C.

The Contractor is responsible to determine the final schedule of specific activities based on the guidelines of the following general plan and his means and methods to accomplish the work. Contractor shall perform the work in the manner which provides the least duration and is expected that the tunneling activities will be concurrent with other activities including horizontal directional drilling, bore and jack, and open trenching. 1. It is assumed that sewer manholes, laterals and connections will be constructed as the Contractor progresses along the main sewer line. Legally dispose of all contaminated soils excavated from the work area, and import uncontaminated fill material as part of the on-going work. Contractor to perform site clearing and grubbing on all sites except at Kemper Campbell Ranch, which will be performed via the Contractor subcontracting directly with Lee Graham, Ranch Manager, Kemper Campbell Ranch 17109 Eurika St, Victorville, CA 92395 to ensure that the ranch lands and pastures are properly cleared and restored.

2.

3.

D.

Pre-Construction Activities 1. Preconstruction survey. Verify tie-in invert elevations at 7th Street, Kemper Campbell Ranch, and the Lewis Learning Center to the existing VVWRA interceptor. Verify and locate all existing utilities along the alignment. Perform field verification activities consisting of potholing all existing interceptor invert elevations to the existing sewer system, existing sewer mains and all existing utilities crossing the project pipe alignment. Provide all pre-Construction submittals for review and approval. Coordinate with permitting agencies and obtain required permits. These include but are not limited to: a. b. c. d. e. 5. The City of Victorville Town of Apple Valley Caltrans BNSF Lahontan RWQCB

2.

3. 4.

Protect in-place all existing utilities including VVWRA’s emergency by-pass interceptor and associated pumping stations. Provide manned site security 24/7 for all construction activities and staging areas. For all work within all streets of Victorville and the nearby area to the terminus connection at station 100+00, provide a 24/7 armed guard patrol.

6.

E.

Phase 1 (Reach III, IV, and V) - Construction of new sewer interceptor and new manholes in Downtown City of Victorville, along 7th Street and C Street. This activity to be concurrent with other phases.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SUMMARY OF WORK 01110-5

1.

Move motorhome and caboose off of the interceptor alignment in accordance with private home owner’s requirements. Assume that these items to be re-located within the property owned by the current owner. Install new junction manhole VV 4-25A at the existing VVWRA sewer interceptor. Install new sewer interceptor and associated manholes from junction manhole VV 425A to manhole UNI-1. Move motorhome and caboose back to desired location upon completion of construction activities in accordance with private home owner’s requirements and perform site restoration. Install casing via bore and jack method underneath BNSF Railroad from manhole UNI-1 to manhole UNI-2. Install new sewer within the casing and construct associated manholes. Provide associated staged traffic control across D Street, 7th Street, and C Street as required and shown in the plans. Re-pave D Street and 7th Street with rubberized asphalt over the T top trench and C Street with asphalt and provide lane marking restoration immediately upon completion of the sewer line interceptor installation. Install new sewer and associated manholes from manhole UNI-2 to manhole UNI-7.

2. 3.

4.

5.

6.

7. F.

Phase 2 (Reach II) - Construction of pipeline through the Upper Narrows Formation. This activity to be concurrent with other phases. 1. Contractor to coordinate and subcontract with Lee Graham 17109 Eurika St, Victorville, CA 92395 at Kemper Campbell Ranch for the clearing and grubbing of Kemper Campbell Ranch staging area. Install casing via micro tunneling method through the Upper Narrows Formation from manhole UNI-7 to manhole UNI-8. Install sewer interceptor within casing. Contractor to coordinate and subcontract with Lee Graham 17109 Eurika St, Victorville, CA 92395 at Kemper Campbell Ranch for disposal of clean fill soils and rock disposal, and for disposal of cooling water for grouting operations for the annular space between the casing and the carrier pipe.

2.

G.

Phase 3 (Reach I-B) - Construction of sewer interceptor in Kemper Campbell Ranch. This activity to be concurrent with other phases. 1. Install casing via bore and jack method across BNSF Railroad from MH UNI-10 to manhole UNI-11. Install new sewer within casing. Install new sewer and associated manholes from manhole UNI-11 to manhole VV 5-9.

2. H.

Phase 4 (Reach I-A) - Construction of pipeline underneath the Mojave River. This activity to be concurrent with other phases. 1. All work performed at the Lewis Learning Center shall be in the full time presence of an environmental monitor through Tom Dodson & Associates (to be paid for
SUMMARY OF WORK 01110-6

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

directly by VVWRA and not included in the Contractor’s bid) and a Native American representative. 2. Pre-Construction Site Clearance, Lewis Learning Center: The Contractor’s attention is drawn to C-404, C-107, and C-507 and the environmental documents contained herein. Contractor to note that the excavation of the open trench as shown on C-404, C-107 and C-507 between manholes MH AVS-2 and MH AV-3A and MH-AV4 including the construction of MH AV-3A shall be scheduled to occur immediately when the Contractor mobilizes to the field. The connection to and the construction of manhole MH AVS-2 should wait until after the construction of the HDD portion of the pipeline since the construction of the HDD pipeline would interfere with the manhole at that location. However, the excavation of manhole MH AVS-2 within the limits needed for construction should be done immediately to verify that no Native American remains or artifacts exist within the excavated area, and then backfilled to facilitate the construction of the HDD. There is a high probability of discovery of Native American remains or artifacts within this portion of the project that could potentially result in substantial delays. Depending on if remains or artifacts are discovered, the monitors will either remove the artifacts, or a change order may ultimately be issued to the Contractor to move the trench to an adjacent location. Either situation may cause a delay to this portion of the project. To mitigate these delays in the overall project timeline and critical path of the project, the portion of the work involving excavation must be scheduled immediately. Staging Area Protection, Lewis Learning Center: The Contractor’s attention is drawn to the plan C-404 which indicate the staging areas at the Lewis Learning Center. It is the intent of these specifications, that the Contractor utilize the noncontaminated on-site soils generated from the tunneling operations and other below grade excavations at the Kemper Campbell Ranch to cover the staging areas to be utilized by the contractor with a minimum of 1-foot of compacted soils. Should the Contractor elect to begin construction earlier than the time at which the Contractor determines that a sufficient amount of on-site soils is available, the Contractor shall import soils to cover the staging areas to a of 1-foot depth at no additional cost to VVWRA. The Contractor’s attention is drawn to the environmental documents which contain restrictions on the period of performance at the Lewis Learning Center, which depending on the time of year and availability of on-site soils in concurrence with the Contractor’s schedule and required completion dates, will necessitate the importation of non-on-site soils to meet the requirements of this specification at no additional cost to VVWRA. Environmental, Lewis Learning Center: The Contractor’s attention is drawn to the environmental documents and the nesting seasons of the endangered or protected species at or near the site. The Contractor shall schedule work around the nesting period as required in the environmental documents. Once the preceding work is complete, the Contractor can begin the installation of the required items to and at the Lewis Learning Center. a. b. Install new siphon sewer via Horizontal Directional Drilling from manhole AVS-1 to manhole AVS-2. Install new sewer and associated manholes from manhole UNI-8 to manhole UNI-9. (Completion of Reach II).
SUMMARY OF WORK 01110-7

3.

4.

5.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

c. e. e.

Install new sewer and associated manholes from manhole UNI-9 to manhole UNI-10. (Completion of Reach I-B). Install new sewer and associated manholes from manhole UNI-9 to manhole AVS-1. Install new sewer and associated manholes from manhole AVS-2 to manhole AV-3A.

I.

Phase 5 - Final Connection. 1. Make final connection to existing pipelines at manholes VV 4-25A, AV-3A, and VV 5-9. Final connection sequence of the three new manholes which tie-in to the existing VVWRA interceptor at the Lewis Learning Center, Kemper Campbell Ranch, and 7th Street are indicated on the plans sheets C-507, C-508, and C-509. VVWRA shall have accepted the new interceptor construction and no known punch items exist for the new interceptor construction that would alter placing and keeping the new interceptor on-line prior to the Contractor proceeding with the demolition of the emergency by-pass pumping system including its associated pipeline and the abandonment of the remaining portions of the existing interceptor.

2.

J.

Phase 6 - Demolition and abandonment of existing sewer interceptor and emergency by-pass pumping system. 1. Turn off and decommission (remove) emergency by-pass sewer interceptor system. Coordinate with VVWRA for rented equipment to be returned to the vendor. Cut and dispose of emergency by-pass pipeline and coordinate with VVWRA for disposal site to be at VVWRA’s Waste Water Treatment Plant located at 20111 Shay Road, Victorville CA 92394. Remove pipeline bridge in its entirety including caissons from the Mojave River. Plug manhole to existing sewer interceptor segment connecting to junction manhole at: a. b. c. 3. Manhole VV 4-25A Manhole VV 5-9 Manhole AV-3A

2.

Flush and clean existing sewer interceptor segment that has been permanently plugged/damaged due to the 2010/2011 storm event between: a. b. c. Manhole VV 4-25A and the existing MH VV 5-1 Manhole VV 5-9 and the existing MH VV 5-8 Manhole AV-3A and the existing MH AV 3

4.

Fill existing sewer interceptor segment with sand slurry between: a. b. c. Manhole VV 4-25A and the existing MH VV 5-1 Manhole VV 5-9 and the existing MH VV 5-8 Manhole AV-3A and the existing MH AV 3

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SUMMARY OF WORK 01110-8

5.

Cut off the upper portion of the existing manholes that are reachable without causing river disturbance within the flowing Mojave River as indicated on C-401. Backfill area and compact.

K.

Phase 7 – Site Restoration: Perform site restoration on remaining areas. Contractor to coordinate and subcontract with Lee Graham 17109 Eurika St, Victorville, CA 92395 for site restoration on Kemper Campbell Ranch.

1.12

REFERENCE INFORMATION A. Reference information as listed in the Construction Agreement is available for Contractor’s viewing at the office of the VVWRA Administrative Office, 15776 Main Street, Suite 3, Hesperia, CA 92345. This information has been provided for the Contractor’s information only. This information is not considered part of the Contract Documents, except for Geotechnical Reports, and is provided as reference documents only. There is no warranty or guarantee, either expressed or implied, that the conditions indicated by such reference material thereof are representative of the actual field conditions.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SUMMARY OF WORK 01110-9

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SUMMARY OF WORK 01110-10

SECTION 01130 DEWATERING PART 1 - GENERAL 1.01 DESCRIPTION A. All jack and bore pits, tunneling pits, tunneling alignment, and open trench pipeline alignments are anticipated to encounter groundwater. The Contractor shall supply and operate pumps of sufficient capacity to handle the flow, be maintained at the site, and be constantly attended operationally on a 24-hour per day basis until the BNSF inspector and Engineer determines their operation can be safely halted. Pressure grouting of the soils before or during jacking or boring is required to stabilize the soil, control water, prevent loss of material, and prevent settlement or displacement of the ground and/or tracks. Grout shall be cement, chemical, or other special injection material selected to accomplish the necessary stabilization. The grouting contractor shall be a specialist in the field with a minimum of 5 years continuous experience of successfully grouting soil. Materials to be used and the method of injection shall be prepared by a California licensed Geotechnical Engineer, or by an experienced and qualified company specializing in this work and submitted for approval by BNSF and the Engineer prior to the commencement of work. Proof of experience and competency shall accompany the submission. The Contractor shall be responsible to test the water quality of the groundwater and under no circumstances shall the Contractor be allowed to discharge the groundwater directly into the Mojave River, the Kemper Campbell Ranch, Lewis Learning Center, City sewers, storm drains, etc., without pretreatment first to remove groundwater contaminants. See Section 01140. The dewatering system shall lower and maintain the ground water level a minimum of 2 feet below the invert at all times during construction by utilizing well points, vacuum well points, or deep wells to prevent the inflow of water or water and soil into the heading. Ground water observation wells may be required to demonstrate that the dewatering requirements are being complied with.

B.

C.

D.

1.02

DEWATERING PLAN A. The Contractor shall prepare a Dewatering Plan (DP) for the specific reaches of the project. The DW shall provide in detail the Contractor’s proposed methods of dewatering and shall be submitted to BNSF, the Lahontan RWQCB, the City of Victorville, Town of Apple Valley, and the Engineer prior to the commencement of work. The Contractor shall acquire the required permits from the Lahontan RWQCB, NPDES, the Town of Apple Valley, and the City of Victorville for his means and methods of dewatering considering all factors including the pretreatment/treatment of contaminated groundwater (see Section 01140). The direct discharge of untreated contaminated groundwater will not be allowed. The discharge from the dewatering operations in the vicinity of the railroad shall be carefully monitored and subject to the requirements and approval of BNSF. Should excessive fine soils particles at any time during the dewatering process be observed, the dewatering shall be halted immediately and cannot resume until the unsatisfactory condition is remedied by the Contractor at no additional cost to VVWRA and to the satisfaction of the BNSF inspector and the Engineer.
DEWATERING 01130-1

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

The Contractor shall coordinate the requirements of the dewatering plan with the requirements for the contaminated soils and contaminated groundwater found under Specification Section 01140. B. Direct or indirect discharge of water from dewatering operations requires a Contractor application for discharge permit. Contractor shall obtain and complete required documents from the City of Victorville, the Town of Apple Valley, the Lahontan RWQCB, Kemper Campbell Ranch, and the Lewis Learning Center. The Contractor shall allocate a minimum of 10 working days for this process. Additionally, the Contractor must implement the following requirements: 1. Discharge of on-site dewatering directly to the Mojave River, the Kemper Campbell Ranch, the Lewis Learning Center, the City of Victorville, or the Town of Apple Valley is not permitted. Treated dewatering water may be discharged via sheet flow to the river and monitored by the Contractor, as required, for TSS, VSS, BOD, Ammonia, Heavy Metals, Toxicity, Hydrocarbons, Tetrachloroethylene, and Indicator Bacteria to ensure compliance with the City of Victorville’s, the Town of Apple Valley’s the Lahontan RWQCB NPDES permit effluent requirements. For all dewatering operations, each disposal point must have a flow meter to track the discharges into the river or sewer. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported.

2.

C. D.

All dewatering operations that detect hazardous waste will require pre-treatment to remove the hazardous waste prior to discharge. Refer to Section 01140. All dewatering operations require the use of a desilting tank with a stainless steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air-tight covers so no odors can escape, and no illegal dumping is possible. The air-tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than 5 minutes detention time and have a "flow-through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flowthrough limitations specified above. The method of desilting and point of disposal of water shall be subject to the Engineer’s approval. Discharge of water from dewatering operations into the municipal separate storm sewer system (MS4, aka: storm drains and flood control channel system) is governed by National Pollutant Discharge Elimination System (NPDES) Permit No. CAG998001, adopted by the Regional Water Quality Control Board (RWQCB). If the Contractor determines it’s necessary to dewater to the MS4 system, it must have the NPDES permit issued by the RWQCB prior to the discharge, establish an appropriate monitoring program, and subcontract a certified lab to run the required analyses at the Contractor’s cost. The Engineer will notify the Contractor once permit coverage has been obtained and the discharge can commence. The Contractor is responsible for ensuring that all dewatering operations also comply with all local ordinances. The Contractor shall provide and maintain, at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water from any
DEWATERING 01130-2

E.

F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

source, including water migrating through the bedding of existing trunk sewers or any other existing utilities, entering the excavations or other parts of the work. Costs for dewatering of all water migrating through existing bedding materials as described above, shall be the Contractor’s responsibility. Dewatering shall be accomplished by methods that will ensure a dry excavation and preserve the final lines and grades of the bottoms of excavations and adjacent paved surfaces or structures. For work within the boundaries of the treatment plants, said methods may include deep wells, well points, or other methods suitable for the accomplishment of the work. For pipeline work the methods may include deep wells, well points, suitable rock or gravel placed below the required bedding for draining and pumping purposes, temporary pipelines, or other approved means. The proposed method shall be submitted to the Engineer for review and approval prior to excavation and installation of dewatering equipment. G. The Geotechnical Report is contained in the Appendix of these specifications for use by the Contractor in estimating his dewatering rate. Furthermore, the Contractor shall make an independent investigation of the soil conditions to be dewatered. The dewatering plan shall be prepared specifically to accommodate soil materials and groundwater conditions of the site. The Contractor remains solely responsible for the dewatering rate that he assumes and is cautioned that groundwater fluctuates seasonally and during storm events, due to adjacent pasture irrigation at Kemper Campbell Ranch, and at differing reaches of the project. No concrete footings or manhole bases shall be constructed in water, nor shall water be allowed to rise over them until the concrete or mortar has set at least 24 hours. Water shall not be allowed to rise unequally against walls until concrete has attained its 28-day strength. Water shall not be allowed to rise above pipe subgrade during pipelaying operations. The Contractor shall conduct survey settlement monitoring when existing surface features (structures, curb, gutter, pavement, BNSF Railroad, etc.) are located in the area of influence of the dewatering operations, creating a potential for settlement. The monitoring shall consist of elevation surveys of multiple points prior to start of dewatering, at reasonable time intervals during the dewatering operation, and at completion of dewatering. The Contractor shall utilize a land surveyor registered in the State of California at the Contractor’s expense. Any damage to new work, existing adjacent above and below ground structures, and pipes, due to settlement caused by dewatering activities or any failure of the dewatering system, shall be repaired to the satisfaction of the Engineer, at the Contractor’s expense. The Contractor shall notify the Engineer immediately if settlement is recorded. Dewatering shall be accomplished in a manner that will prevent loss of fines from the foundation, will maintain stability of all excavated slopes and bottoms of excavations, and will permit construction operations to be performed in the dry. Dewatering of excavations shall be performed to the extent required to permit placement of fill materials with compaction in the dry, and to prevent sloughing of the excavation side slopes. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled flow of water, the affected areas shall be excavated and replaced with pipe bedding material at no cost to VVWRA. Standby pumping equipment shall be on the job site. The standby equipment shall be of reasonable size and quantity to prevent damage, should pumping equipment fail. Dewatering equipment shall not cause noise nuisance.

H.

I.

J.

K. L.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

DEWATERING 01130-3

M.

The Contractor shall dispose of the water from the work in a suitable manner without damage to the staging areas, the project, and adjacent property. Conveyance of the water shall not interfere with traffic flow or the operation of the treatment facilities. No water shall be drained into work built or under construction without prior consent of the Engineer. With a permit issued by VVWRA, water may be disposed of in the trunk sewer at a point acceptable to the Engineer. Upon completion of the dewatering and control of water operation, all temporary works and dewatering facilities shall be removed in a manner satisfactory to the Engineer.

N.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

DEWATERING 01130-4

SECTION 01140 CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL

PART 1 - GENERAL 1.01 DESCRIPTION A. It is expected within downtown Victorville, that the Contractor will encounter both contaminated soils and groundwater. The Contractor shall remove of and dispose of all contaminated soils in accordance with this specification and replace them with imported, non-contaminated, fill soils. The Contractor shall not use on-site contaminated soils for backfill materials. The Contractor shall provide pre-treatment prior to disposal or discharge of any contaminated groundwater encountered in accordance with this specification. The Contractor shall not allow any contaminated groundwater to flow into the City streets, sewers, or storm drains without the appropriate pre-treatment to remove contaminates. The Contractor is responsible for the full characterization, implementation, treatment, and legal disposal of all contaminated soils and groundwater which may be encountered on-site in the performance of his work. Neither Tetra Tech nor VVWRA is the generator of these contaminants. As such, neither Tetra Tech nor VVWRA has performed any additional site surveys or laboratory testing to determine the quantity and amount of contaminates which may or may not be encountered during construction. However, ample data is available for the Contractor’s use at the Geotracker website. Tetra Tech has downloaded and printed within the Appendix information that Tetra Tech believes may be relevant t o the Contractor’s construction activities. However, the information printed in the Appendix does not relieve the Contractor from his duties to fully examine all files contained on the Geotracker website, or any other public information which may be available, or to perform other field or laboratory testing which may reveal additional and pertinent information that could potentially alter the construction activities including the amount of groundwater to be pumped, treated, and disposed of, or the amount of soil from the excavation to be removed from the site and replaced with clean and imported fill, or alter the Contractor’s means and methods due to health and safety concerns. The Contractor shall promptly and immediately notify the Engineer, VVWRA, the Lahontan Regional Water Quality Board (RWQCB), and the City of Victorville upon encountering any soils, groundwater or any other material that the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Contractor shall promptly investigate the conditions, perform the necessary laboratory testing to verify the type and quantities of the known contaminants or hazardous waste and notify VVWRA, the Lahontan Regional Water Quality Board, and the City of Victorville. The Contractor shall excavate, remove, haul and dispose the contaminated soil and treat any contaminated groundwater prior to discharge. The Contractor shall obtain an NPDES permit, a discharge permit from the
CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-1

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

City of Victorville and the Lahontan RWQCB for his methods of groundwater treatment prior to discharge. The Contractor shall with all Laws and Regulations and use labor forces properly trained to work in a trench that may contain hazardous material as required by Cal-OSHA, and other responsible regulatory agencies including the Lahontan Regional Water quality Board. 1.02 CONTAMINATED SITES A. There are at least four known areas of soil and groundwater contamination as follows: 1. Former Nuway Dry Cleaners Cleanup Site located at the intersection of 8 th Street and C Street, The Lahonton Regional Water Quality Control Board has stated, “The NuWay Dry Cleaners site consists of a vacant lot with an approximately 5,600 square foot concrete foundation that marks the location of the former dry cleaning operations building. Previous site investigations have identified the solvent tetrachloroethylene (PCE) as the contaminant of concern in soil and air throughout the site. As a result, a removal action plan was implemented, which included, but limited to, installation of vapor extraction and monitoring wells, the performance of a soil vapor extraction (SVE) pilot test, installation and operation of SVE system, the performance of an off-site vapor survey, and the performance of a rebound/equilibrium test prior to system shutdown. During the course of implementing the removal action plan, additional site-specific information was collected, specifically, depth to water and groundwater data. According to a Soil Vapor Extraction and Monitoring Well Installation Report dated October 8, 2010, prepared by Ninyo and Moore Geotechnical Environmental Sciences for the City of Victorville, groundwater was encountered at 29 feet below ground surface throughout the site. Also, analytical data indicated that significant concentrations of PCE impacted groundwater. Additional work to fully define the extent of the PCE impacted soil and groundwater has not been completed at this time. The Water Board currently has limited information regarding the full extent of the groundwater, soil, and air plumes, however based on data collected at the site, we expect that solvent related contaminants extend beyond the site and could be encountered during pipeline construction activities.” a. Former NuWay Dry Cleaners (T10000001951) 15595 8th Street Victorville, CA 92392 POTENTIAL CONTAMINANTS OF CONCERN: TETRACHLOROETHYLENE (PCE) CLEANUP STATUS: OPEN - SITE ASSESSMENT http://geotracker.waterboards.ca.gov/profile_report.asp?global_id=T100 00001951 CLEANUP OVERSIGHT AGENCIES: U.S. ENVIRONMENTAL PROTECTION AGENCY (LEAD)
CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-2

b.

c.

d.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

e. f. 2.

LAHONTAN RWQCB (REGION 6V): CASE #: 6B360036 CASEWORKER: OMAR PACHECO

Beck Oil Cleanup Site located near the intersection of 8th Street and D Street. The Beck Oil facility previously operated an AS/VES in conjunction with the Chevron facility. The soil vapor extraction and monitoring wells began operation in April 1997. Over the course of its operation, the system removed an estimated 58,157 pounds of petroleum hydrocarbons. a. b. BECK OIL BULK PLANT (T0607100779) POTENTIAL CONTAMINANTS OF CONCERN: DIESEL, GASOLINE, TOLUENE, XYLENE BENZENE,

c.

CLEANUP STATUS: OPEN - VERIFICATION MONITORING AS OF 6/26/2009 http://geotracker.waterboards.ca.gov/profile_report.asp?global_id=T060 7100779 CLEANUP OVERSIGHT (REGION 6T) (LEAD) AGENCIES: LAHONTAN RWQCB

d.

e.

LAHONTAN RWQCB (REGION 6V): CASE #: 6B3600456T SAN BERNARDINO COUNTY LOP CASEWORKER: LINDA STONE

f. 3.

D Street Investigation Cleanup Site located at the intersection of 6th Street and D Street. a. b. D STREET INVESTIGATION (SLT6V0063833) POTENTIAL CONTAMINANTS ORGANIC COMPOUNDS OF CONCERN: VOLATILE

c.

CLEANUP STATUS: OPEN - SITE ASSESSMENT AS OF 1/1/2010 http://geotracker.waterboards.ca.gov/profile_report.asp?global_id=SLT6 V0063833 CLEANUP OVERSIGHT (REGION 6V) (LEAD) CASE #: SLT6V006 CASEWORKER: OMAR PACHECO AGENCIES: LAHONTAN RWQCB

d.

e. f.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-3

4.

Southdown Victorville Plant Cleanup Site located at the intersection of 6 th Street and E Street. a. b. c. d. SOUTHDOWN VICTORVILLE PLANT (T0607100664) POTENTIAL CONTAMINANTS OF CONCERN: DIESEL CLEANUP STATUS: COMPLETED - CASE CLOSED AS OF 10/5/2000 CLEANUP OVERSIGHT AGENCIES: LAHONTAN RWQCB (REGION 6V) (LEAD) SAN BERNARDINO COUNTY LOP CASEWORKER: JEHIEL CASS

e. f. 1.03

HEALTH AND SAFETY PLAN A. The Contractor shall provide a Health and Safety Plan (HSP) since contaminated soils will be encountered within the project. The HSP shall identify comprehensive professional services, industrial hygiene, safety engineering, hazardous waste remediation site safety, environmental air monitoring, health and safety program management, and regulatory compliance. The HSP shall: 1. Identify and evaluate the potential for exposures to chemical substances and physical agents (such as heat and noise) during varying operations involving use of heavy equipment outdoors; Identify and evaluate the potential for occupational accidents, illnesses and injuries; Develop cost-effective engineering, administrative, and personal protective controls that will reduce the potential for exposure, illness, injury, and/or loss of property; Limit liabilities associated with hazardous material and hazardous waste handling and exposures to other health stresses and safety hazards; And comply with U.S. federal, state, and local applicable health, safety and environmental regulations and rules (including OSHA, EPA, DOT, and Mojave Desert AQMD); Be implemented to prevent exposure to workers or people to vapors or other hazards during work activities; Must address the magnitude and extend of these impacts to soil, air, and water with respect to the interceptor excavation and associated areas;

2.

3.

4.

5.

6.

7.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-4

8.

Must describe and implement measures that will evaluate work area conditions daily to protect workers or other people from exposure to volatile organic compounds in the soil, air, and groundwater.

B.

The HSP shall include establishment of field work zones and decontamination areas, environmental air monitoring, and coordination of health and safety issues during all site work. Site personnel shall conduct site inspections and safety meetings; evaluate exposure potentials; upgrade and downgrade personal protective equipment requirements; coordinate collection of air and bulk samples; review standard operating procedures and general safe work practices with site personnel; establish emergency action plans; verify compliance with all medical surveillance, training, and record keeping requirements; perform industrial hygiene monitoring for hydrocarbons and noise; perform Mojave Desert AQMD Rule 1166 monitoring. The Contractor shall contract with a hazard waste laboratory testing company for sampling and characterization of the hazardous waste. The Contractor is responsible for all waste handling, packaging, and manifesting. The Contractor shall ensure that all analytical services shall be performed at facilities or laboratories that are appropriately qualified. Industrial hygiene sample analyses shall be performed in laboratories accredited by the American Industrial Hygiene Association through successful participation in the National Institute for Occupational Safety and Health (NIOSH) Proficiency Analytical Testing Program. All hazardous waste sample analyses shall be performed at laboratories certified by the State of California EPA to provide such services.

C.

1.04

WASTE CHARACTERIZATION AND MANAGEMENT PLAN A. The Contractor shall provide a Waste Characterization and Management Plan (WCMP) plan since contaminated soils will be encountered within the Project. The WCMP shall identify comprehensive professional services, laboratory testing, groundwater treatment and disposal, soil manifests and disposal sites. The WCMP plan shall: 1. Address the laboratory testing to fully document the contamination type and quantity which is encountered in the soil and groundwater Address the materials handling and disposal of contaminated soil which is excavated from the work areas Address the groundwater treatment, discharge, and disposal of contaminates related to the treatment of contaminated groundwater; Treatment and discharge of groundwater generated from the work area is subject to the Waste Discharge Requirements from the City of Victorville, and the requirements of the Lahontan RWQCB. Address the on-site temporary storage area (location, placement, protection) of excavated soil and groundwater treatment that will need to be characterized and properly stored, treated and disposed;
CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-5

2.

3.

4.

5.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

6.

Temporary storage of contaminated soils and groundwater shall not occur on the Lewis Learning Center Property nor on the Kemper Campbell Ranch.

1.05

SAMPLING AND ANALYSIS PLAN A. The Contractor shall provide a Sampling and Analysis Plan (SAP) that identifies: 1. The requirements of the disposal site for the frequency of testing of the contaminated soils and groundwater; The type of testing required by the disposal site for the contaminants encountered or expected to be encountered.

2.

B.

The Contractor shall ensure that his SAP meets the requirements of the disposal facility, the Lahonton RWQCB, and the City of Victorville.

1.06

DISPOSAL AND WASTE DISPOSAL PLAN A. The Contractor is responsible for the proper handling, transportation, disposal, treatment, and manifestation of all contaminated soils and contaminated groundwater. Preliminary information from the Geotracker website regarding the level of contaminates generated from NuWay dry Cleaners and the Beck Oil Site have been forwarded to Soil Safe, Inc. http://www.soilsafe.com/analyticals/adelanto Soil Safe, Inc. Adelanto Facility has stated that based on this preliminary information, that they will take the soils generated from the excavations which are contaminated. Dellena Jeffery [email protected] (760) 246-8001 x1402 shall be contacted for their Sampling and Analysis Requirements. The Contractor shall ensure that his SAR’s meet the requirements of the disposal facility , the Lahonton RWQCB, and the City of Victorville. The Contractor shall prepare a Waste Disposal Plan (WDP) for contaminated groundwater and soils encountered which includes the following: 1. 2. 3. Contractor’s certified testing laboratory; Type of laboratory tests to be performed by the Contractor; Frequency of laboratory testing to be performed by the Contractor to meet the requirements of the groundwater discharge requirements by the City of Victorville and the Lahontan RWQCB; Frequency of laboratory testing to be performed by the Contractor to meet the requirements of the disposal facility.

B.

4.

1.07

BID ITEMS A. Include in the Bid Item excavation, removal, laboratory testing, all required submittals, loading and disposing of the contaminated soil and the replacement of contaminated soil with imported non-contaminated soil for backfill, and the treatment of contaminated
CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-6

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

groundwater, disposal of contaminated groundwater by-products in accordance with Laws and Regulations in order to establish a unit price for such work. All costs associated with the coordination, HSP, WCMP, SAR, WDP excavation, removal, hauling, disposal, labor, equipment, tools and training shall be paid solely by the Contractor as part of the original bid or the Bid Item. No additional compensation shall be paid for contaminated soil excavation or treatment of contaminated groundwater. 1.08 SUBMITTALS A. The Contractor shall submit to the Engineer, VVWRA, Lahontan RWQCB, the City of Victorville, for review and approval signed and sealed by a Registered Engineer in the State of California, and signed and sealed by the RME for the Contractor’s HAZ (Hazardous Substance Removal Certification) State of California license the following: 1. 2. 3. 4. HSP WCMP SAP WDP

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-7

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL 01140-8

SECTION 01150 ENVIRONMENTAL MITIGATION MEASURES PART 1 - GENERAL 1.01 DESCRIPTION A. VVWRA prepared an Initial Study/Mitigated Negative Declaration for the project which has been included in the Appendix. The Initial Study/Mitigated Negative Declaration shall supplement and complement the Plans and Specifications for this project. All requirements of the Initial Study/Mitigated Negative Declaration shall be incorporated into this project unless the requirements are less stringent than the requirements specified in the Plans and Specifications. The following measures are the responsibility of the Contractor, and the Contractor shall comply with, and is bound by, all conditions and requirements of these mitigation measures: 1. Water Resources and Water Quality a. The construction Contractor shall prepare and implement a Storm Water Pollution Prevention Plan (SWPPP) which specifies Best Management Practices (BMPs) that will prevent all construction pollutants from contacting stormwater and with the intent of keeping all products of erosion from moving offsite into receiving waters. The SWPPP shall include a Spill Prevention and Cleanup Plan that identifies the methods of containing, cleanup, transport and proper disposal of hazardous chemicals or materials released during construction activities that are compatible with applicable laws and regulations. BMPs to be implemented in the SWPPP may include but not be limited to the use of silt fences; 1) 2) 3) 4) The use of temporary stormwater desilting or retention basins. The use of water bars to reduce the velocity of stormwater runoff. The use of wheel washers on construction equipment leaving the site. The washing of silt from public roads at the access point to the site to prevent the tracking of silt and other pollutants from the site onto public roads. The storage of excavated material shall be kept to the minimum necessary to efficiently perform the construction activities required. Excavated or stockpiled material shall not be stored in water courses or other areas subject to the flow of surface water. Where feasible, stockpiled material shall be covered with water proof material during rain events to control erosion of soil from the stockpiles.
MITIGATION MEASURES 01150-1

B.

5)

6)

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

2.

Air Resources and Air Quality a.. Water active grading sites and dirt haul roads at least twice daily and more often when fugitive dust is observed migrating from the construction site. Suspend all grading and excavation operations when wind speeds exceed 25 mph as measured onsite or at the Southern California Logistics Airport. Enclose, cover, or water twice daily or apply non-toxic soil binders to any onsite stockpiles of debris, dirt or other dusty material. Hydro-seed, apply non-toxic chemical soil stabilizers or otherwise stabilize any cleared areas which are to remain inactive from more than 10 days after clearing is completed. Sweep any paved access points daily of any visible dirt deposition or any public roadway. Reduce and control traffic speeds on unpaved roads to less than 15 mph. All equipment shall be properly tuned and maintained in accordance with the manufacturer’s specifications to minimize nitrogen oxide emissions. Require 90-day low NOx tune-ups for off-road equipment. During construction, trucks and vehicles in loading and unloading queues shall be kept with their engines off when not in use. Encourage car pooling for construction workers. Limit lane closures to off-peak travel periods, when possible. Encourage receipt of materials during non-peak traffic house.

b.

c. d.

e. f. g.

h. i. j. k. l. 3.

Biological Environment a. An approved biological monitor will be retained by VVWRA. The biological monitor must be knowledgeable about LBVI, SWWF and desert tortoise biology and ecology. At least 7 days prior to initiating project activities, VVWRA shall submit in writing the name(s), permit numbers, and resumes of all proposed biological monitors to the U. S. Fish and Wildlife Service (USFWS). Project-related ground disturbance shall not begin until a biological monitor has been approved by the USFWS. During construction, if there is to be any vegetation clearing, the biological monitor will conduct a pre-construction sweep of the work area (where habitat is suitable) to ensure that no sensitive species such as LBVI, SWWF and desert tortoise are present. The biological monitor will be onsite during vegetation clearing and will conduct weekly site inspections during the remainder of construction within areas that contain suitable habitat. The biological monitor will have the authority
MITIGATION MEASURES 01150-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

to halt or suspend any project-related activities that are not in compliance with State or federal laws. b. The biological monitor will conduct orientation meetings for all construction personnel, including temporary contractors that include: a) a description of LBVI, SWWF and desert tortoise and their respective habitats on the project site; b) the limits of construction; and c) the conservation measures to be implemented in conjunction with project construction. The orientation shall also include information regarding sensitive species known to occur in the near vicinity of the project. The class shall also provide relevant information regarding the Federal and State laws and worker responsibilities when working adjacent to or in riparian habitat. All project activities will be limited to the pre-defined areas. Prior to construction activities commencing, the limits of disturbance will be clearly marked with stakes and orange construction barrier fencing. The Contractor shall make every effort to conduct above-ground construction within Reaches I-A and I-B between September 15 and March 15 to avoid the bird nesting season. If not possible, VVWRA will have the biological monitor survey Reaches I-A and I-B on a weekly basis during breeding season for LBVI and SWWF within 500 feet of the construction footprint beginning after March 15 and continuing through September 15, or until such date that it becomes evident that LBVI and/or SWWF have left the survey area. The biologist will identify and monitor the location of territories and observe for behavior such as nest building, egg incubation, brood rearing, and nest or parasitism within the 500 foot zone from the construction footprint. A qualified individual with the proper equipment will ensure that appropriate noise abatement measures are implemented and will conduct weekly breeding season noise monitoring at active construction locations adjacent to LBVI and/or SWWF territories to determine whether noise levels within 50 feet of territories are greater than 60 dBA Leq. Construction noise will be minimized through installation and use of noise-reducing equipment in all construction vehicles, and reducing speed limits for travel within the Mojave River floodplain to 10 miles per hour. In the event that noise is consistently greater than 60 dBA Leq within 50 feet of a LBVI and/or SWWF territory, sound barriers shall be erected in the work area in discrete locations, around the specific stationary equipment, such as the HDD drill rig, the Bore and Jack pits, and the tunnel pits, to allow construction to proceed within a buffer zone. Although no desert tortoise were detected during protocol surveys, habitat near the portals and staging areas is considered marginally suitable for this species. Therefore, a qualified biologist shall conduct one pre-construction clearance survey within 30 days prior to initiating construction. Following the pre-construction survey, the biologist will make a determination: (1) if a biological monitor should be present at the site during all clearing and grubbing activities above grade; (2) if desert tortoise fencing needs to be installed around the perimeter of the
MITIGATION MEASURES 01150-3

c.

d.

e.

f.

g.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

construction work zone; or (3) if no further action is required. The biologist/monitor should remain on-call during construction activities to respond to a circumstance where a desert tortoise wanders into the construction area. In the unlikely event a desert tortoise is encountered during construction, no person including the biologist shall touch the animal. Instead, the biologist will observe the area to see if the desert tortoise has an established burrow or if it just wandering through the site. Construction within the area of the tortoise shall cease and the biologist will contact the USFWS and California Department of Fish and Game to coordinate with them and to receive instruction. Above grade disturbance activities shall not commence until the biologist has implemented the required measures according to the two agencies to clear the site and recommence construction activities. h. Impacts to nesting bird species are prohibited under the Federal Migratory Bird Treaty Act (MBTA). The MBTA makes it unlawful to take, possess, buy, sell, purchase, or barter any migratory bird listed in 50 CFR Part 10, including feathers or other parts, nests, eggs, or products, except as allowed by implementing regulations (50 CFR 21). Suitable nesting bird habitat has been documented within and immediately adjacent to the proposed action area. Therefore, to remain in compliance with the MBTA, nesting bird surveys will be conducted within and adjacent to the action area prior to and during all proposed actions conducted between February 15 and September 15. Prior to conducting any proposed actions during the breeding season (March 15 through September 15), the monitoring biologist will conduct a pre-construction survey/surveys to identify any active nesting locations in and near the project area no more than three days prior to project initiation, clearing and grubbing. If the biologist does not find any active nests that would be potentially impacted, the proposed action may proceed. If the biologist finds an active nest within or adjacent to the action area and determines that the nest may be impacted, the biologist will delineate an appropriate buffer zone to be fenced off with orange construction fencing around the nest. Any active nests observed during the survey will be mapped on a recent aerial photograph, including documentation of GPS coordinates. Only specified activities (if any) as approved by the qualified biologist, will take place within the buffer zone until the nest is vacated. The proposed action area is located adjacent to a few large Fremont’s cottonwood trees favored by raptors. Surveys for active raptor nests will be performed in all adjacent habitats and trees no more than three days prior to commencement of any activities during raptor nesting season, February 1 through June 30. Active raptor nests observed during the survey will be mapped on a recent aerial photograph include documentation of GPS coordinates. Restrictions in construction activities may be required in the vicinity of the nest until the nest is no longer active as determined by the qualified biologist. Typically, a buffer zone will be designated around a nest to allow activities to proceed while minimizing disturbance to the active nest. Once the nest
MITIGATION MEASURES 01150-4

i.

j.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

is no longer active, the proposed action may proceed within the buffer zone. Impacts on active raptor nests shall be avoided. k. Prior to discharge of fill or streambed alteration of jurisdictional areas, the Contractor shall obtain regulatory permits from the U.S. Army Corps of Engineers, Lahontan Regional Water Quality Control Board and the California Department of Fish and Game. Mitigation can be provided by purchasing into any authorized mitigation bank; by selecting a site of comparable acreage near the site and enhancing it with a native riparian habitat or invasive species removal in accordance with a habitat mitigation plan approved by regulatory agencies; or by acquiring sufficient compensating habitat to meet regulatory agency requirements. Typically, regulatory agencies require mitigation for jurisdictional waters without any riparian or wetland habitat to be mitigated at a 1:1 ratio. For loss of any riparian or other wetland areas, the mitigation ratio will begin at 2:1 and the ratio will rise based on the type of habitat, habitat quality, and presence of sensitive or listed plants or animals in the affected area. A revegetation plan using native riparian vegetation common to the project area where riparian or wetland habitat will be affected shall be prepared and reviewed and approved by the appropriate regulatory agencies. The Contractor will also obtain permits from the regulatory agencies (Corps, Lahontan RWQCB, and CDFG) if any impacts to jurisdictional areas will occur. These agencies can impose greater mitigation requirements in their permits, but the Contractor will utilize the ratios outlined above as the minimum required to offset or compensate for impacts to jurisdictional waters, riparian areas or other wetlands.

4.

Invasive Species – Executive Order 13112: Prior to delivery of above ground trenching equipment to the project site, the equipment shall be washed and sterilized. The contractor shall provide documentation that mobile equipment delivered to the site to support trenching activities has been washed and sterilized prior to delivery to the project site. Hazardous Materials a. If an accidental release occurs, the cleanup of petroleum products is regulated by State and local regulations that have been determined to be adequate to reduce the risk of exposure of humans to an acceptable level. Mitigation Measure 3.1.2-1 requires the preparation and implementation of a Storm Water Pollution Prevention Plan (SWPPP). The purpose of the SWPPP is to prevent the contamination of stormwater during construction activities. The SWPPP shall include a Spill Prevention and Cleanup Plan which establishes the methods that must be implemented to minimize the potential for the spill of hazardous substances, as well as methods of containing, cleaning up and disposing of hazardous materials in the event of an accidental release of such materials. The contractor shall develop a health and safety plan describing measures that will be implemented to prevent exposure to workers and other people to vapors or other hazards during construction. In addition, the plan must address the magnitude and extent of these impacts to soil, air, and water with respect to pipeline construction and associated areas. The plan must describe and implement measures that will evaluate
MITIGATION MEASURES 01150-5

5.

b.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

construction area conditions daily to protect workers and other people from unhealthy exposures to volatile organic compounds (VOC) in the soil, air and groundwater. c. The contractor shall develop a waste characterization and management plan that will address the handling and disposal of soil excavated and any groundwater encountered within the project work areas. All soil excavated will need to be characterized and properly stored, treated and disposed of. Additionally, if dewatering is necessary, measures describing the characterization and management of the water generated are required. Treatment and/or disposal of groundwater is subject to waste discharge requirements. The contractor shall possess a valid “HAZ” (Hazardous Substance Removal Certifications) license from the State of California.

d. 6. Noise a.

All construction vehicles and fixed or mobile equipment shall be equipped with properly operating and maintained sound attenuating devices such as mufflers. All employees that will be exposed to noise levels greater than 75 dB over an 8-hour period shall be provided with adequate hearing protection devices to ensure no hearing damage will result from construction activities. If equipment is being used that can cause hearing damage at adjacent noise receptor locations (distance attenuation shall be taken into account), portable noise barriers shall be installed that are demonstrated to be adequate to reduce noise levels at receptor locations below hearing damage thresholds. Schedule the construction such that the minimum number of pieces of equipment will be operating at the same time in a project area. Utilize construction methods or equipment that will provide the lowest level of noise impact, i.e., use newer equipment that will generate lower noise levels. Maintain good relations with the local community where construction is scheduled, such as keeping people informed of the schedule, duration, and progress of the construction, to minimize the public objections of unavoidable noise. Communities should be notified in advance of the construction and the expected temporary and intermittent noise increases during the construction period. The construction contractor shall establish a noise and vibration complaint program and post a number at the job site where such complaints can be registered. The contractor shall take efforts to control noise (portable sound barriers, short-term relocation, etc.) and document these efforts with VVWRA. Where vibration damage is documented, the Contractor shall at no cost to VVWRA repair such damage to homes and businesses.
MITIGATION MEASURES 01150-6

b.

c.

d. e.

f.

g.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

7.

Traffic and Circulation: A traffic control plan has been prepared for the Contractor to implement. This plan includes measures to ensure emergency access to all properties that front on the roadways where the sewer pipeline will be installed. This plan shall be reviewed and approved by the City of Victorville. Cultural Resources a. In order to properly identify, evaluate and, if necessary, protect potentially significant subsurface cultural deposits, an archaeological monitoring program shall be implemented during all earth-moving operations impacting the top ten feet of sediments except along the paved roadways, where monitoring should commence upon reaching native soils beyond the roadbed fill. In the unlikely event that cultural materials are encountered within sediments that do not require monitoring, all work in that area shall be halted or diverted until a qualified archaeologist can evaluate the nature and significance of the finds.

8.

b.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MITIGATION MEASURES 01150-7

THIS PAGE INTENTIONALLLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MITIGATION MEASURES 01150-1

SECTION 01160 SITE SECURITY

PART 1 - GENERAL 1.01 SECURITY PROGRAM A. The Contractor shall: 1. 2. 3. 1.02 GENERAL A. The Contractor shall be 100% responsible for site security and security of the Contractor’s work area, tools, equipment, materials, and personnel. The City of Victorville is a high crime area, and as such, the Contractor’s work will become a target for theft and vandalism. According to the Neighborhood Scout, 87% of the Cities within the State of California have a lower crime rate than the City of Victorville. Within the City of Victorville, it is reported that the chances of becoming a victim of property crimes (theft, arson, larceny, and burglary) is one in twenty-six. Additional information regarding the City of Victorville and the surrounding project area can be found at http://www.crimemapping.com/map/ca/victorville. Protect Work from theft, vandalism, and unauthorized entry. Initiate program at mobilization. Maintain program throughout construction period until the Owner’s occupancy.

B.

1.03

SUBMITTALS A. The Contractor shall develop a Jobsite Security Plan (JSP) for review and approval by the Engineer. The JSP as a minimum shall include the following: 1. 2. The name of the Contractor’s authorized representative to be in Charge of Security Budgetary provisions for surveillance including three separate on-site patrols at the Kemper Campbell Ranch, the Lewis Learning Center, and downtown Victorville. All patrol guards shall be screened and trained and have a minimum of 5 years of patrol experience. Additionally the patrols shall be: a. Empowered and REQUIRED to enforce security rules and regulations at the sites including provisions for non-compliance and removal of unwanted individuals from the project area; Accompanied by a watch dog (within downtown Victorville only) if accompanied by a trained handler;

b.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SITE SECURITY 01160-1

c. d.

Trained in observation and documentation, public relations, liability and legal aspects, communication, officer survival, handling difficult people; Certified by the state and federal Security Officer Training, and the California Association of Licensed Security Agencies, Guards and Associates; Have the 40 hours of training as mandated by the California Bureau of Security and Investigative Services

e.

1.04

ENTRY CONTROL A. The Contractor shall: 1. 2. 3. 4. B. Restrict entry of persons and vehicles into Site. Allow entry only to authorized persons with proper identification. Maintain log of workmen and visitors and make log available to Owner on request. Coordinate access of Owner’s personnel to Site.

Contractor shall control entrance of persons and vehicles related to access to the construction site at all times.

1.05

PERSONNEL IDENTIFICATION A. The Contractor shall: 1. 2. 3. B. Provide identification card to each person authorized to enter premises. Maintain a list of authorized persons and submit copy to Owner on request. Require return of cards.

Card shall include: personal photograph, name and assigned number, expiration date and employer.

1.06

SECURITY SERVICE A. The Contractor shall: 1. Engage a guard service to furnish uniformed watchmen at the following locations twenty-four hours a day, seven days a week: a. b. c. At Kemper Campbell Ranch - uniformed guard. At the Lewis Learning Center - uniformed guard. At the City of Victorville areas - uniformed and armed guard.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SITE SECURITY 01160-2

1.07

RESTRICTIONS A. The Contractor shall not allow cameras on site or photographs taken except by written approval of Owner.

1.08

OTHER SECURITY MEASURES A. The Contractor shall provide for the following other security measures: 1. Control measures to be used at each of the sites (fencing, barriers, gates, alarms, locks, etc.). Note that control measures alone are insufficient at all sites within the work area. Plating the trench overnight in the Downtown City of Victorville areas. Define responsibilities for security personnel, supervisors/superintendents, employees, and subcontractors. Avoid storing equipment off premises overnight unless it is within a secured area under constant surveillance. Stored equipment, tools, and materials on premises shall be within a locked heavy-duty container with double cylinder dead bolts and a security alarm. Padlocks shall be protected by padlock shields. Keep equipment, tools, and materials within storage buildings and the surrounding areas well lit at night and free of hiding places. Nighttime lighting is essential. Lighting shall be elevated to eliminate dark areas and visible from adjacent streets. Contractor shall position lighting so that it does not limit the view or create glare problems to residences, traffic, and patrols. Post the following Victorville Police Department phone numbers at the job site: a. b. c. Victorville Sheriff’s Station Main Number: 760-241-2911 To report a crime: 760-245-4211 Emergency Service: 911

2. 3. 4. 5.

6.

7.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SITE SECURITY 01160-3

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SITE SECURITY 01160-4

SECTION 01270 MEASUREMENT AND PAYMENT PART 1 – GENERAL 1.01 THE REQUIREMENT

A. The Contractor is required to provide a Schedule of Values in accordance with Section 01301 Schedule of Values of the Technical Specifications. The Schedule of Values is a detailed, itemized list that establishes the cost of each detailed part of the Work. The Schedule of Values shall be used as the basis for preparing monthly progress payments. B. Compensation for items of work not specifically identified in these Technical Specifications shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the plans and specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due to the Contractor by nature of compliance with the plans and specifications except as provided in Section 3, Changes of Work” of the Standard Specifications for Public Works Construction.” C. The measurement and payment will be full compensation or fractions thereof as listed in the Schedule of Values and as submitted in the Contract lump sum price bid by the Contractor in the Proposal, whichever is less, shall be paid with the monthly progress payment. All work or increments thereof shall be in compliance with requirements in the Contract Documents and accepted by Engineer prior to payment. Full compensation for conforming to the requirements of Contract Documents shall include, but not be limited to all work associated with that item and shall be considered as included in the Agreement Lump Sum price paid for the Work and no additional compensation will be allowed therefor. D. For all Pay Items, in addition to the plans, the Contractor’s attention is directed to the General Conditions and Special Conditions as well as Division 01 – Additional General Requirements of the Technical Specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-1

1.02

GENERAL DESCRIPTION OF PAY ITEMS

ITEM No. ITEM NAME Permanent Items Reach I-A - HDD Siphon Under River and Railroad 0A Sewage Collection Piping, FPVC 15” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02716 FUSIBLE PVC SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 0B Trench Excavation Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 0C Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications. 0D Manhole MH AV-3A Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 0E Sewage Collection Piping, HDPE 26” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 0F Trench Excavation Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities
VVWRA UPPER NARROWS PIPELINE REPLACEMENT MEASUREMENT AND PAYMENT 01270-2

ITEM No. ITEM NAME protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 0G Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications. 2 Siphon Inlet Structure MH AVS-2 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 1 Horizontal Directional Drill Boring, FPVC 16” Dia Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor pipeline underneath the Mojave River, complete and operational, in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02413 HORIZONTAL DIRECTIONAL DRILLING, 02445 INSTRUMENTATION AND MONITORING, 02716 FUSIBLE PVC PIPE, and 03360 CONTACT GROUT of the Technical Specifications. 3 Siphon Outlet Structure MH-AVS-1 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 3A Sewage Collection Piping, HDPE 26” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-3

ITEM No. ITEM NAME 3B Trench Excavation Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 3C Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications.

Reach I-B – Bore and Jack (connect Upstream Schedule V to Tunnel) 4A Manhole MH VV-5-9 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 4B Sewage Collection Piping, HDPE 48” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 4C Trench Excavation Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 4D Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-4

ITEM No. ITEM NAME 4E Manhole MH UNI-111 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 4 Horizontal Boring and Casing Furnish all labor, tools, materials, and equipment necessary for the construction of horizontal boring and casing in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02315 JACKED CASING, and 02445 INSTRUMENTATION AND MONITORING of the Technical Specifications. 5 Sewage Collection Piping, HDPE 48” Dia, Bore and Jack Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02315 JACKED CASING, 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 5A Manhole MH UNI-10 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 5B Sewage Collection Piping, HDPE 48” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 5C Trench Excavation Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications.
VVWRA UPPER NARROWS PIPELINE REPLACEMENT MEASUREMENT AND PAYMENT 01270-5

ITEM No. ITEM NAME 5D Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications. 5E Manhole MH UNI-9 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. Reach II - Tunnel 7A Sewage Collection Piping, HDPE 48” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 7B Trench Excavation Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 7C Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications. 9A Tunneling Shaft – Excavation, Shoring and Backfill (Kemper Campbell Ranch) Furnish all labor, tools, materials, and equipment necessary for the construction of Microtunneling Shafts, complete and operational, in accordance with the Contract Documents. Work includes potholing, trench excavation, backfill, structural backfill, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02623 MICROTUNNELING AND SHAFTS, 02624 EXISTING UTILITIES, and 03355 BACKFILL GROUT of the Technical Specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-6

ITEM No. ITEM NAME 7D Manhole MH UNI-8 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 7 Microtunnel and Casing Furnish all labor, tools, materials, and equipment necessary for the construction of Microtunnel, complete and operational, in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02445 INSTRUMENTATION AND MONITORING, 02623 MICROTUNNELING AND SHAFTS, and 03610 PERMEATION GROUTING of the Technical Specifications. 8 Sewage Collection Piping, HDPE 48” Dia, Microtunneling Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02623 MICROTUNNELING AND SHAFTS, 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 9B Tunneling Shaft – Excavation, Shoring and Backfill (C Street) Furnish all labor, tools, materials, and equipment necessary for the construction of Microtunneling Shafts, complete and operational, in accordance with the Contract Documents. Work includes potholing, trench excavation, backfill, structural backfill, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02623 MICROTUNNELING AND SHAFTS, 02624 EXISTING UTILITIES, and 03355 BACKFILL GROUT of the Technical Specifications. Reach III - Open Trench 10A Manhole MH UNI-7 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 10 Sewage Collection Piping, HDPE 48” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and
VVWRA UPPER NARROWS PIPELINE REPLACEMENT MEASUREMENT AND PAYMENT 01270-7

ITEM No. ITEM NAME testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 11 Trench Excavation (from Manhole MH UNI-7 to STA 108+69) Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 11A Trench Excavation (from STA 180+69 to MH UNI-2) Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 12 Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications. 14B Trench Pavement, Subbase Furnish all labor, tools, materials, and equipment necessary for the construction of the Trench Pavement Compacted Subbase in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02550 ASPHALT CONCRETE PAVEMENT and 02555 RUBBERIZED ASPHALT CONCRETE PAVEMENT of the Technical Specifications. 14B Trench Pavement, Base Furnish all labor, tools, materials, and equipment necessary for the construction of the Trench Pavement Compacted Base in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02550 ASPHALT CONCRETE PAVEMENT and 02555 RUBBERIZED ASPHALT CONCRETE PAVEMENT of the Technical Specifications. 14B Asphalt Paving, Plant-Mix over trench Furnish all labor, tools, materials, and equipment necessary for the construction of the Asphalt Paving and Pavement Markers in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02470 PAVEMENT MARKINGS, 02550 ASPHALT CONCRETE, and 02555 RUBBERIZED ASPHALT CONCRETE PAVEMENT of the Technical Specifications. 14B Asphalt Hauling Furnish all labor, tools, materials, and equipment necessary for the Asphalt Hauling in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02550 ASPHALT CONCRETE PAVEMENT and 02555 RUBBERIZED ASPHALT CONCRETE PAVEMENT of the Technical Specifications.
VVWRA UPPER NARROWS PIPELINE REPLACEMENT MEASUREMENT AND PAYMENT 01270-8

ITEM No. ITEM NAME 14C Manhole MH UNI-6 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 14D Manhole MH UNI-5 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 14E Manhole MH UNI-4 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. 14F Manhole MH UNI-3 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. Reach IV - Bore & Jack Under Railroad 15A Manhole MH UNI-2 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications.
VVWRA UPPER NARROWS PIPELINE REPLACEMENT MEASUREMENT AND PAYMENT 01270-9

ITEM No. ITEM NAME 15 Horizontal Boring and Casing Furnish all labor, tools, materials, and equipment necessary for the construction of horizontal boring and casing in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02315 JACKED CASING, and 02445 INSTRUMENTATION AND MONITORING of the Technical Specifications. 16 Sewage Collection Piping, HDPE 48” Dia, Bore and Jack Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02315 JACKED CASING, 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 16A Manhole MH UNI-1 Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. Reach V - Open Trench 18 Sewage Collection Piping, HDPE 48” Dia, Open Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes pipe installation, fittings, adapters, all connecting sewers and appurtenances, sewer bypass and testing, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02730 SANITARY SEWER SYSTEM TESTING, 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, and 15000 PIPING GENERAL of the Technical Specifications. 19 Trench Excavation Furnish all labor, tools, materials, and equipment necessary for the Trench Excavation and Shoring in accordance with the Contract Documents. Work includes potholing, trench excavation, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK, 02624 EXISTING UTILITIES, and 02999 TEMPORARY HANDLING OF SEWAGE FLOW of the Technical Specifications. 20 Backfill Excavated Trench Furnish all labor, tools, materials, and equipment necessary for the construction of VVWRA Sewer Interceptor Pipelines, complete and operational, in accordance with the Contract Documents. Work includes backfill, bedding, compaction, utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 02200 EARTHWORK and 02624 EXISTING UTILITIES of the Technical Specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-10

ITEM No. ITEM NAME 22 Manhole MH VV-4-25A Furnish all labor, tools, materials, and equipment necessary for the construction of Manholes, complete and operational, in accordance with the Contract Documents. Work includes manhole base construction, manhole rings, manhole frame and lid, connection to sewer pipeline, and T-Lock liner. In addition to the plans, the Contractor’s attention is directed to Sections 02726 MANHOLE CONSTRUCTION, 02727 COMPOSITE MANHOLE ACCESS SYSTEMS, 02999 TEMPORARY HANDLING OF SEWAGE FLOW, 03100 CONCRETE FORMWORK, 03200 REINFORCEMENT STEEL, 03290 JOINTS IN CONCRETE, 03300 CAST-IN-PLACE CONCRETE, and 06620 PLASTIC LINER (POLYVINYL CHLORIDE) of the Technical Specifications. Non-Permanent Items Bore and Jack Pits and Shoring 6 Furnish all labor, tools, materials, and equipment necessary for the construction of the Bore and Jack Pits and Shoring required to construct VVWRA Sewer Interceptor Pipelines along 7th Street underneath the BNSF Railroad, in accordance with the Contract Documents. Work includes potholing, trench excavation, shoring installation, backfill, bedding, compaction, BNSF Railroad monitoring, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 01600 PERMITS, 01610 BNSF REQUIREMENTS, 02200 EARTHWORK, 02315 JACKED CASING, 02445 INSTRUMENTATION AND MONITORING, and 02624 EXISTING UTILITIES of the Technical Specifications. 13 Sheeting, Shoring & Bracing Furnish all labor, tools, materials, and equipment necessary for the construction of the Shoring required to construct VVWRA Sewer Interceptor Pipelines in accordance with the Contract Documents. Work includes shoring installation, BNSF Railroad monitoring, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 01600 PERMITS, 01610 BNSF REQUIREMENTS, 02200 EARTHWORK, 02445 INSTRUMENTATION AND MONITORING, 02624 EXISTING UTILITIES of the Technical Specifications. 17 Bore and Jack Pits and Shoring Furnish all labor, tools, materials, and equipment necessary for the construction of the Bore and Jack Pits and Shoring required to construct VVWRA Sewer Interceptor Pipelines along 7th Street underneath the BNSF Railroad, in accordance with the Contract Documents. Work includes potholing, trench excavation, shoring installation, backfill, bedding, compaction, BNSF Railroad monitoring, and utilities protection and support. In addition to the plans, the Contractor’s attention is directed to Sections 01600 PERMITS, 01610 BNSF REQUIREMENTS, 02200 EARTHWORK, 02315 JACKED CASING, 02445 INSTRUMENTATION AND MONITORING, and 02624 EXISTING UTILITIES of the Technical Specifications. 23 Remove Existing Emergency Bypass System Furnish all labor, tools, materials, and equipment necessary for the cleaning and abandonment of the specified VVWRA Facilities and for the removal of the Existing Emergency Bypass System in accordance with the Contract Documents. Work includes flushing, cleaning and abandonment of specific sections of VVWRA sewer interceptor. In addition to the plans, the Contractor’s attention is directed to Section 02278 ABANDONMENT OF PIPE AND STRUCTURES of the Technical Specifications. 24 Remove Existing Pipe Bridge Furnish all labor, tools, materials, and equipment necessary for the removal of the Existing Emergency Bypass Pipeline Bridge across the Mojave River in accordance with the Contract Documents.
VVWRA UPPER NARROWS PIPELINE REPLACEMENT MEASUREMENT AND PAYMENT 01270-11

ITEM No. ITEM NAME 25 Temporary Fencing The Contractor shall protect and restore property and facilities adjacent to and within the construction area, and install temporary fencing along the perimeter of the project in accordance with the Contract Documents. In addition to the plans, the Contractor’s attention is directed to Sections 01500 TEMPORARY UTILITIES AND FACILITIES and 01160 SITE SECURITY of the Technical Specifications. 26 SWPPP The Contractor is required to provide a Stormwater Pollution Prevention Plan (SWPPP) and Monitoring Program (MP) in accordance with the Contract Documents and the requirements of the Construction General Permit (CGP) as follows: ï‚· ï‚· ï‚· Submit Permit Registration Documents (PRDs) per Section XV of the Municipal Permit and Appendix B of the CGP to the Engineer. Develop a SWPPP to conform to a Risk Level 2 and the Contractor's actual construction practices. Administer, implement, maintain, and ensure adequate functioning of the various water quality control measures identified within the SWPPP during construction including all Numeric Action Level (NAL) and Numeric Effluent Limitation (NEL) sampling, monitoring and reporting requirements statutorily required for the determined Risk Level of the Project site. These tasks must be performed by Qualified SWPPP Practitioner (QSP). Effective on September 2, 2011, a QSP shall meet the requirements listed in the General Permit. Pay all annual permit fees. Provide and maintain all documentation (at the jobsite) and administration for the entire Contract period.

ï‚· ï‚·

27 BMPs The Contractor is required to provide a Stormwater Pollution Prevention Plan (SWPPP) and Monitoring Program (MP) in accordance with the Contract Documents and the requirements of the Construction General Permit (CGP) as follows: ï‚· ï‚· Perform all work required for compliance with the requirements of the CGP including preparation of all Rain Event Action Plans (REAPs), construction of effective treatment control BMPs, i.e.: contingency basins, chemical treatments, etc. Provide all labor, tools, equipments, and materials for any additional BMPs which may be required to comply with the requirements of the CGP.

28 Dewatering The Contractor is required to provide dewatering for the construction of this project including routing of power, pumps and equipment purchase or rental. In addition to the plans, the Contractor’s attention is directed to Sections 01130 DEWATERING and 01140 CONTAMINATED SOIL EXCAVATION AND GROUNDWATER REMOVAL of the Technical Specifications. 29 Flagman for BNSF Railroad The Contractor is required to provide flagging services for construction near the BNSF Railroad. Flagging services shall be performed by BNSF employees and the total cost borne by the Contractor. In addition to the plans, the Contractor’s attention is directed to Sections 01110 SUMMARY OF WORK, 01600 PERMITS, and 01610 BNSF REQUIREMENTS of the Technical Specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-12

ITEM No.

ITEM NAME

30 Water Treatment - Filtration Equipment The Contractor is required to provide dewatering for the construction of this project including settlement tanks and removal of groundwater contaminants for compliance to NPDES and other discharge requirements. In addition to the plans, the Contractor’s attention is directed to Sections 01130 DEWATERING and 01140 CONTAMINATED SOIL EXCAVATION AND GROUNDWATER REMOVAL of the Technical Specifications. 31 Traffic Control

The Contractor is required to provide traffic control for the construction of this project. In addition to the plans, the Contractor’s attention is directed to Section 01710 TRAFFIC CONTROL of the Technical Specifications. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-13

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MEASUREMENT AND PAYMENT 01270-14

SECTION 01300 CONTRACTOR SUBMITTALS

PART 1 - GENERAL 1.01 GENERAL A. B. Wherever submittals are required in the Contract Documents, submit them to the ENGINEER. Within 7 Days after the date of commencement as stated in the Notice to Proceed, the CONTRACTOR shall submit the following items to the ENGINEER for review: 1. 2. A preliminary schedule of Shop Drawings, Samples, and proposed Substitutes ("Or-Equal") submittals listed in the Bid. A list of permits and licenses the CONTRACTOR shall obtain, indicating the agency required to grant the permit and the expected date of submittal for the permit and required date for receipt of the permit.

1.02

PRECONSTRUCTION CONFERENCE SUBMITTALS A. At the preconstruction conference of Section 01110 - Summary of Work, the CONTRACTOR shall submit the following items to the ENGINEER for review: 1. 2. A preliminary schedule of Shop Drawings, Samples, and proposed Substitute ("Or-Equal") submittals listed in the Bid. A list of permits and licenses the CONTRACTOR shall obtain, indicating the agency required to grant the permit, the expected date of submittal for the permit, and required date for receipt of the permit. A preliminary schedule of values in accordance with Section 01301 - Schedule of Values. A 60 Day plan of operation in accordance with Section 01311 - CPM Construction Schedule.

3. 4.

1.03

SHOP DRAWINGS A. Wherever called for in the Contract Documents or where required by the ENGINEER, the CONTRACTOR shall furnish to the ENGINEER for review, five copies of each Shop Drawing submittal. Shop Drawings may include detail design calculations, shopprepared drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. Whenever the CONTRACTOR is required to submit design calculations as part of a submittal, such calculations shall bear the signature and seal of an engineer registered in the appropriate branch and in the state wherein the project is located, unless otherwise indicated.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTRACTOR’S SUBMITTALS 01300-1

B.

Shop Drawing submittals shall be accompanied by the ENGINEER's standard submittal transmittal form, a reproducible copy of which is available from the ENGINEER. A submittal without the form or where applicable items on the form are not completed will be returned for resubmittal. Organization 1. A single submittal transmittal form shall be used for each technical specification section or item or class of material or equipment for which a submittal is required. A single submittal covering multiple sections will not be acceptable, unless the primary specification references other sections for components. On the transmittal form, index the components of the submittal and insert tabs in the submittal to match the components. Relate the submittal components to specification paragraph and subparagraph, Drawing number, detail number, schedule title, room number, or building name, as applicable. Unless indicated otherwise, terminology and equipment names and numbers used in submittals shall match those used in the Contract Documents.

C.

2.

3. D. Format 1.

Minimum sheet size shall be 8.5-inches by 11-inches. Maximum sheet size shall be 24-inches by 36-inches. Every page in a submittal shall be numbered in sequence. Each copy of a submittal shall be collated a stapled or bound, as appropriate. The ENGINEER will not collate sheets or copies. Where product data from a manufacturer is submitted, clearly mark which model is proposed, with complete pertinent data capacities, dimensions, clearances, diagrams, controls, connections, anchorage, and supports. Sufficient level of detail shall be presented for assessment of compliance with the Contract Documents. Each submittal shall be assigned a unique number. Submittals shall be numbered sequentially, and the submittal numbers shall be clearly noted on the transmittal. Original submittals shall be assigned a numeric submittal number followed by a letter of the alphabet to distinguish between the original submittal and each resubmittal. For example, if submittal 25-A requires a resubmittal, the first resubmittal will bear the designation "25-B" and the second resubmittal will bear the designation "25-C" and so on.

2.

3.

E. F.

Disorganized submittals that do not meet the requirements of the Contract Documents will be returned without review. Except as may otherwise be indicated, the ENGINEER will return prints of each submittal to the CONTRACTOR with comments noted thereon, within 30 Days following receipt by the ENGINEER. It is considered reasonable that the CONTRACTOR will make a complete and acceptable submittal to the ENGINEER by the first resubmittal on an item. The OWNER reserves the right to withhold monies due to the CONTRACTOR to cover additional costs of the ENGINEER's review beyond the first resubmittal. The ENGINEER'S maximum review period for each submittal or
CONTRACTOR’S SUBMITTALS 01300-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

resubmittal will be 30 Days. Thus, for a submittal that requires 2 resubmittals before it is complete, the maximum review period could be 90 Days. G. H. If a submittal is returned to the CONTRACTOR marked "NO EXCEPTIONS TAKEN," formal revision and resubmission will not be required. If a submittal is returned marked "MAKE CORRECTIONS NOTED," CONTRACTOR shall make the corrections on the submittal, but formal revision and resubmission will not be required. If a submittal is returned marked "AMEND-RESUBMIT," the CONTRACTOR shall revise it and shall resubmit the required number of copies to the ENGINEER for review. Resubmittal of portions of multi-page or multi-drawing submittals will not be allowed. For example, if a Shop Drawing submittal consisting of 10 drawings contains one drawing noted as "AMEND - RESUBMIT," the submittal as a whole is deemed "AMEND - RESUBMIT," and 10 drawings are required to be resubmitted. If a submittal is returned marked "REJECTED-RESUBMIT," it shall mean either that the proposed material or product does not satisfy the specification, the submittal is so incomplete that it cannot be reviewed, or is a substitution request not properly submitted. In either case the CONTRACTOR shall correct the problems on his submittal, and resubmit. Resubmittal of rejected portions of a previous submittal will not be allowed. Every change from a submittal to a resubmittal or from a resubmittal to a subsequent resubmittal shall be identified and flagged on the resubmittal. Fabrication of an item may commence only after the ENGINEER has reviewed the pertinent submittals and returned copies to the CONTRACTOR marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as changes to the contract requirements. Submittals shall be carefully reviewed by an authorized representative of the CONTRACTOR prior to submission to the ENGINEER. Each submittal shall be dated and signed by the CONTRACTOR as being correct and in strict conformance with the Contract Documents. In the case of Shop Drawings, each sheet shall be so dated and signed. Any deviations from the Contract Documents shall be noted on the transmittal sheet. The ENGINEER will only review submittals that have been so verified by the CONTRACTOR. Non-verified submittals will be returned to the CONTRACTOR without action taken by the ENGINEER, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. Corrections or comments made on the CONTRACTOR's Shop Drawings during review do not relieve the CONTRACTOR from compliance with Contract Drawings and Specifications. Review is for conformance to the design concept and general compliance with the Contract Documents only. The CONTRACTOR is responsible for confirming and correlating quantities and dimensions, fabrication processes and techniques, coordinating WORK with the trades, and satisfactory and safe performance of the WORK.

I.

J.

K.

L.

M.

N.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTRACTOR’S SUBMITTALS 01300-3

1.04

SAMPLES A. The CONTRACTOR shall submit the number of samples indicated by the Specifications. If the number is not indicated, submit not less than 3 samples. Where the amount of each sample is not indicated, submit such amount as necessary for proper examination and testing by the methods indicated. Samples shall be individually and indelibly labeled or tagged, indicating the salient physical characteristics and manufacturer's name. Upon acceptance by the ENGINEER, one set of the samples will be stamped and dated by the ENGINEER and returned to the CONTRACTOR, one set of samples will be retained by the ENGINEER, and one set shall remain at the Site in the ENGINEER's field office until completion of the WORK. Unless indicated otherwise, the ENGINEER will select colors and textures from the manufacturer's standard colors and standard materials, products, or equipment lines. If certain samples represent non-standard colors, materials, products, or equipment lines that will require an increase in Contract Times or Price, the CONTRACTOR shall clearly state so on the transmittal page of the submittal. The CONTRACTOR shall schedule sample submittals such that: 1. Sample submittals for color and texture selection are complete so the ENGINEER has 45 Days to assemble color panels and select color and texture dependent products and materials without delay to the construction schedule, and After the ENGINEER selects colors and textures, the CONTRACTOR has sufficient time to provide the products or materials without delay to the construction schedule. The Contract Times will not be extended for the CONTRACTOR's failure to allow enough review and approval or selection time, failure to submit complete samples requiring color or texture selection, or failure to submit complete or approvable samples.

B.

C.

D.

2.

1.05

SPARE PARTS LIST A. The CONTRACTOR shall furnish to the ENGINEER 5 identical sets of spare parts information for the manhole covers. The spare parts list shall include those spare parts that each manufacturer recommends be maintained by the OWNER in inventory.

1.06

RECORD DRAWINGS A. The CONTRACTOR shall maintain one set of Drawings at the Site for the preparation of record drawings. On these, it shall mark every project condition, location, configuration, and any other change or deviation which may differ from the Contract Drawings at the time of award, including buried or concealed construction and utility features that are revealed during the course of construction. Special attention shall be given to recording the horizontal and vertical location of buried utilities that differ from the locations indicated, or that were not indicated on the Contract Drawings. Said record drawings shall be supplemented by any detailed sketches as necessary or as CONTRACTOR is directed, to fully indicate the WORK as actually constructed. These record drawings are the CONTRACTOR's representation of as-built conditions, shall include revisions made by addenda and change orders, and shall be maintained up-to-date during the progress of
CONTRACTOR’S SUBMITTALS 01300-4

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

the WORK. Red ink shall be used for alterations and notes. Notes shall identify relevant Change Orders by number and date. B. Paper copies of the record drawings shall be submitted on the 20th Day of every third month after the month in which the Notice to Proceed is given as well as at completion of WORK. Failure to submit complete record drawings on or before the 20th Day will enact the liquidated damages clause for interim record drawing submittals described in the Agreement. In the case of those drawings that depict the detail requirement for materials to be constructed in the shop, such as reinforcing steel and pipeline and the like, the record drawings shall be updated by indicating those portions which are superseded by change order drawings or final Shop Drawings, and by including appropriate reference information describing the change orders by number and the Shop Drawings by manufacturer, drawing, and revision numbers. Disorganized or incomplete record drawings will not be accepted. The CONTRACTOR shall revise them and resubmit within 10 Days. Record drawings shall be accessible to the ENGINEER during the construction period. Final payment will not be acted upon until the record drawings have been completed and delivered to the ENGINEER. Said up-to-date record drawings shall be in the form of a set of prints with carefully plotted information overlaid. Information submitted by the CONTRACTOR will be assumed to be correct, and the CONTRACTOR shall be responsible for the accuracy of such information.

C.

D. E. F.

G.

1.07

QUALITY CONTROL (QC) SUBMITTALS A. Quality control submittals are defined as those required by the Specifications to present documentary evidence to the ENGINEER that the CONTRACTOR has satisfied certain requirements of the Contract Documents. Unless otherwise indicated, QC submittals shall be submitted: 1. Before delivery and unloading, for the following types of submittals: a. b. c. d. e. f. g. 2. Manufacturers' installation instructions Manufacturers' and Installers' experience qualifications Ready mix concrete delivery tickets Design calculations Affidavits and manufacturers' certification of compliance with indicated product requirements Laboratory analysis results Factory test reports

B.

Within 30 Days of the event documented for the following types of submittals: a. b. Manufacturers' field representative certification of proper installation Field measurement
CONTRACTOR’S SUBMITTALS 01300-5

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

c. d. e. C.

Field test reports Receipt of permit Receipt of regulatory approval

The ENGINEER will record the date that a QC submittal was received and review it for compliance with submittal requirements, but the review procedures above for Shop Drawings and samples will not apply.

1.08

CONSTRUCTION PHOTOGRAPHS A. The CONTRACTOR shall furnish construction photographs showing the progress of the WORK. A commercial photographer shall take photographs on 35-mm color negative film and with a digital backup. CONTRACTOR shall place a label the back with the date of photographing, the project title, short description of what is in the photograph, and the direction the camera is facing. Starting when the WORK begins and continuing for as long as the WORK is in progress, not less than 12 exposures at intervals no more than 1 week apart, consisting of different subjects or angles or view at different locations of progress on the Site. Prints and negatives, and CD shall be furnished to the ENGINEER within 1 week after exposure. Prints and negatives and the CD shall become sole property of the OWNER upon submittal by the CONTRACTOR. Upon completion of the WORK but before final payment, provide the following: 1. An additional 20 exposures, including at least 6 aerial photographs, on minimum 4- by 5-inch color negative film shall be made of the WORK as directed by the ENGINEER. Two glossy 8- by 10-inch color prints of each exposure, together with negatives shall be delivered to the ENGINEER for transmittal to the OWNER. A bound binder complete with each printed photograph in consecutive order by date for the City’s use.

B.

C.

2.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTRACTOR’S SUBMITTALS 01300-6

SECTION 01301 SCHEDULE OF VALUES

PART 1 - GENERAL 1.01 DESCRIPTION A. This Section defines the process whereby the Schedule of Values (lump sum price breakdown) shall be developed and incorporated into the cost loading function of the CPM Schedule. Monthly progress payment amounts shall be determined from the monthly progress updates of the CPM Schedule activities. The Schedule of Values shall be developed independent but simultaneous with the development of the CPM Schedule activities and logic.

B.

1.02

PRELIMINARY SCHEDULE OF VALUES A. The CONTRACTOR shall submit a preliminary Schedule of Values for the major components of the WORK at the Preconstruction Conference in accordance with the General Conditions, Special Conditions and Section 01110 - Summary of Work. The listing shall include, at a minimum, the proposed value for the following major WORK components (as necessary) for each bid items: 1. 2. Mobilization The total value of shoring, sheeting and bracing WORK inclusive of installation, shoring material, left in place shoring, removal of shoring and all incidental WORK associated with shoring. The total value of dewatering WORK inclusive of pumps, operation, storage, treatment, discharge and all incidental WORK associated with dewatering. The total value of pipeline WORK inclusive of excavation, manholes, tunneling, pipe installation, testing and backfill of pipe, and all incidental WORK associated with underground pipe installations. The total value of structural reinforced concrete WORK inclusive of excavation, dewatering, subgrade preparation, backfill and incidental WORK for new structures. Additionally, this total value shall be broken down into separate values for each new structure constructed as a part of the WORK. Miscellaneous and minor concrete WORK may be listed as one item in this breakdown. The total value of site civil WORK inclusive of clearing and grubbing, paving, grading and drainage WORK. The total value of other WORK not specifically included in the above items.

3. 4.

5.

6. 7. B.

The CONTRACTOR and ENGINEER shall meet and jointly review the preliminary Schedule of Values and make any adjustments in value allocations if, in the opinion of
SCHEDULE OF VALUES 01301-1

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

the ENGINEER, these are necessary to establish fair and reasonable allocation of values for the major WORK components. Front end loading will not be permitted. The ENGINEER may require reallocation of major WORK components from items in the above listing if in the opinion of the ENGINEER such reallocation is necessary. This review and any necessary revisions shall be completed within 15 Days from the date of Notice to Proceed. 1.03 DETAILED SCHEDULE OF VALUES A. The CONTRACTOR shall prepare and submit a detailed Schedule of Values to the ENGINEER within 30 Days from the date of Notice to Proceed. The detailed Schedule of Values shall be based on the accepted preliminary Schedule of Values for major WORK components. Because the ultimate requirement is to develop a detailed Schedule of Values sufficient to determine appropriate monthly progress payment amounts through cost loading of the CPM Schedule activities, sufficient detailed breakdown shall be provided to meet this requirement. The ENGINEER shall be the sole judge of acceptable numbers, details and description of values established. If, in the opinion of the ENGINEER, a greater number of Schedule of Values items than proposed by the CONTRACTOR is necessary, the CONTRACTOR shall add the additional items so identified by the ENGINEER. 1. The minimum detail of breakdown of the major WORK components is indicated below. Greater detail shall be provided if requested by the ENGINEER. a. b. c. Mobilization - no breakdown required. Schedule, broken down by submittal. Reaches – Each “Reach” shall be broken down by their individual work element. For example, Reach II for the tunneling operations involves the following work: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) d. Connection at Manhole Construction of Open Trench at KCR Construction of Tunnel Entrance Pit Tunneling through Upper Narrows Formation Tunneling beyond Upper Narrows Formation into Victorville Transportation and placement of clean soils to LCER from KCR Transportation of contaminated soils from KCR and Victorville to off-site disposal facility (Adelanto or approved equal) Construction of Exit Tunnel Pit Open Trench Portion in Victorville Construction of Manholes to complete reaches Removal and backfilling of Entrance and Exit Tunnel Pits Restoration of pavement

Piping WORK shall be broken down into individual pipelines running from and to Contract termination points. Each pipeline shall be an individual pay item unless otherwise allowed by the ENGINEER.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SCHEDULE OF VALUES 01301-2

e.

Concrete structures shall be broken down into excavation, subgrade preparation, and appurtenant prefoundation WORK, concrete foundation construction, slabs on grade, walls/columns, suspended slabs, stairs, etc. (sufficient breakdown shall be provided to accommodate necessary Schedule detail), hydrostatic structure testing where required and backfill. Civil site WORK shall be broken down into individual drainage piping, drainage structures, site concrete, paving, excavation cut and fill, removal of existing pipe, clearing and grubbing and any other items determined to be necessary for the establishment of Pay and Schedule Activity items. Pre-commissioning and commissioning broken down for completion milestones for each. Other WORK not specifically included in the above items shall be broken down as necessary for establishment of pay and Schedule activity items.

f.

g. h.

2.

The CONTRACTOR and ENGINEER shall meet and jointly review the detailed Schedule of Values within 35 Days from the date of Notice to Proceed. The value allocations and extent of detail shall be reviewed to determine any necessary adjustments to the values and to determine if sufficient detail has been proposed to allow acceptable cost loading of the CPM Schedule activities. Any adjustments deemed necessary to the value allocation or level of detail shall be made by the CONTRACTOR and a revised detailed Schedule of Values shall be submitted within 40 Days from the date of Notice to Proceed. Following acceptance of the detailed Schedule of Values, the CONTRACTOR shall incorporate the values into the cost loading portion of the CPM Schedule. The CPM activities and logic shall have been developed concurrent with development of the detailed Schedule of Values; however, it shall be necessary to adjust the detailed Schedule of Values to correlate to individual Schedule activities. It is anticipated that instances will occur, due to the independent but simultaneous development of the Schedule of Values and the CPM Schedule activities, where interfacing these 2 documents will require changes to each document. Schedule activities may need to be added to accommodate the detail of the Schedule of Values. Schedule of Value items may need to be added to accommodate the detail of the CPM Schedule activities. Where such instances arise, the CONTRACTOR shall propose changes to the Schedule of Values and to the CPM Schedule activities to satisfy the CPM Schedule cost loading requirements.

3.

1.04

CROSS REFERENCE LISTING A. To assist in the correlation of the Schedule of Values and the CPM Schedule, the CONTRACTOR shall provide a Cross Reference Listing which shall be furnished in 2 parts. The first part shall list each Scheduled Activity with the breakdown of the respective valued items making up the total cost of the activity. The second part shall list the valued item with the respective Scheduled Activity or Activities that make up the
SCHEDULE OF VALUES 01301-3

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

total cost indicated. In the case where a number of schedule items make up the total cost for a valued item (shown in the Schedule of Values) the total cost for each scheduled item should be indicated. B. C. These listings shall be updated and submitted in conjunction with the CPM monthly submittals as stated in Specification Section F-3. Approved change orders reflected in the CPM Schedule shall be incorporated into the Schedule of Values as a single unit identified by the change order number.

1.05

CHANGES TO SCHEDULE OF VALUES A. Changes to the CPM Schedule which add activities not included in the original schedule but included in the original WORK (schedule omissions) shall have values assigned as approved by the ENGINEER. Other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the ENGINEER. In the event that the CONTRACTOR and ENGINEER agree to make adjustments to the original Schedule of Values because of inequities discovered in the original accepted detailed Schedule of Values, increases and equal decreases to values for activities may be made.

B.

1.06

LIQUIDATED DAMAGES A. The Schedule of Values information is an integral part of the scheduling and reporting under the General Conditions, Special Conditions, Section 01270 “Measurement and Payment,” and the progress payment information. As such, it is critical information to evaluating progress and the proper planning of VVWRA's and ENGINEER's WORKrelated effort as well as their financial obligations associated with this project. Accordingly, if any submittal required by this Section is found to be incomplete or is submitted later than required, VVWRA will suffer financial loss and, accordingly, liquidated damages will be assessed against the CONTRACTOR in accordance with the Agreement.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SCHEDULE OF VALUES 01301-4

SECTION 01305 PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS

PART 1 - GENERAL 1.01 DEFINITIONS A. The word "Products," as used in the Contract Documents, is defined to include purchased items for incorporation into the WORK, regardless of whether specifically purchased for the project or taken from CONTRACTOR's stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form WORK. The word "Equipment" is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). Definitions in this paragraph are not intended to negate the meaning of other terms used in the Contract Documents, including "specialties," "systems," "structure," "finishes," "accessories," "furnishings," special construction," and similar terms, which are self-explanatory and have recognized meanings in the construction industry. Neither "Products" nor "Materials" nor "Equipment" includes machinery and equipment used for preparation, fabrication, conveying, and erection of the WORK.

B. 1.02

QUALITY ASSURANCE A. Source Limitations: To the greatest extent possible for each unit of WORK, the CONTRACTOR shall provide products, materials, and equipment of a singular generic kind from a single source. Compatibility of Options: Where more than one choice is available as options for CONTRACTOR's selection of a product, material, or equipment, the CONTRACTOR shall select an option which is compatible with other products, materials, or equipment. Compatibility is a basic general requirement of product, material and equipment selections.

B.

1.03

PRODUCT DELIVERY AND STORAGE A. The CONTRACTOR shall deliver and store the WORK in accordance with manufacturer's written recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of products at the Site and overcrowding of construction spaces. In particular, the CONTRACTOR shall ensure coordination to ensure minimum holding or storage times for flammable, hazardous, easily damaged, or sensitive materials to deterioration, theft, and other sources of loss.

1.04

TRANSPORTATION AND HANDLING A. Products shall be transported by methods to avoid damage and shall be delivered in undamaged condition in manufacturer's unopened containers and packaging.

VVWRA PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS UPPER NARROWS PIPELINE REPLACEMENT 01305-1

B.

The CONTRACTOR shall provide equipment and personnel to handle products, materials, and equipment [including those furnished by VVWRA,] by methods to prevent soiling and damage. The CONTRACTOR shall provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces.

C.

1.05

STORAGE AND PROTECTION A. Products shall be stored in accordance with manufacturer's written instructions and with seals and labels intact and legible. Sensitive products shall be stored in weather-tight climate controlled enclosures and temperature and humidity ranges shall be maintained within tolerances required by manufacturer's recommendations. For exterior storage of fabricated products, products shall be placed on sloped supports above ground. Products subject to deterioration shall be covered with impervious sheet covering and ventilation shall be provided to avoid condensation. Loose granular materials shall be stored on solid flat surfaces in a well-drained area and shall be prevented from mixing with foreign matter. Storage shall be arranged to provide access for inspection. The CONTRACTOR shall periodically inspect to assure products are undamaged and are maintained under required conditions. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection.

B.

C. D.

E. 1.06

MAINTENANCE OF PRODUCTS IN STORAGE A. Stored products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make the log available on request. The CONTRACTOR shall comply with manufacturer's product storage requirements and recommendations. The CONTRACTOR shall maintain manufacturer-required environmental conditions continuously. The CONTRACTOR shall ensure that surfaces of products exposed to the elements are not adversely affected and that weathering of finishes does not occur. For mechanical and electrical equipment, the CONTRACTOR shall provide a copy of the manufacturer's service instructions with each item and the exterior of the package shall contain notice that instructions are included. Products shall be serviced on a regularly scheduled basis, and a log of services shall be maintained and submitted as a record document prior to final acceptance by the VVWRA in accordance with the Contract Documents.

B. C. D. E.

F.

VVWRA PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS UPPER NARROWS PIPELINE REPLACEMENT 01305-2

1.07

PROPOSED SUBSTITUTIONS OR "OR-EQUAL" ITEM A. B. For additional requirements, see Article 7 of the General Conditions. Whenever materials or equipment are indicated in the Contract Documents by using the name of a proprietary item or the name of a particular manufacturer, the naming of the item is intended to establish the type, function, and quality required. If the name is followed by the words "or equal" indicating that a substitution is permitted, materials or equipment of other manufacturers may be accepted if sufficient information is submitted by the CONTRACTOR to allow the ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named, subject to the following requirements: 1. 2. 3. 4. 5. The burden of proof as to the type, function, and quality of any such substitution product, material or equipment shall be upon the CONTRACTOR. The ENGINEER will be the sole judge as to the type, function, and quality of any such substitution and the ENGINEER's decision shall be final. The ENGINEER may require the CONTRACTOR to furnish additional data about the proposed substitution. The VVWRA may require the CONTRACTOR to furnish a special performance guarantee or other surety with respect to any substitution. Acceptance by the ENGINEER of a substitution item proposed by the CONTRACTOR shall not relieve the CONTRACTOR of the responsibility for full compliance with the Contract Documents and for adequacy of the substitution. The CONTRACTOR shall pay all costs of implementing accepted substitutions, including redesign and changes to WORK necessary to accommodate the substitution.

6.

C.

The procedure for review by the ENGINEER will include the following: 1. If the CONTRACTOR wishes to provide a substitution item, the CONTRACTOR shall make written application to the ENGINEER on the "Substitution Request Form." Unless otherwise provided by law or authorized in writing by the ENGINEER, the "Substitution Request Form(s)" shall be submitted within the 35-day period after award of the Contract. Wherever a proposed substitution item has not been submitted within said 35-day period, or wherever the submission of a proposed substitution material or equipment has been judged to be unacceptable by the ENGINEER, the CONTRACTOR shall provide the material or equipment indicated in the Contract Documents.

2.

3.

VVWRA PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS UPPER NARROWS PIPELINE REPLACEMENT 01305-3

4. 5. 6.

The CONTRACTOR shall certify by signing the form that the list of paragraphs on the form are correct for the proposed substitution. The ENGINEER will evaluate each proposed substitution within a reasonable period of time. As applicable, no shop drawing submittals shall be made for a substitution item nor shall any substitution item be ordered, installed, or utilized without the ENGINEER'S prior written acceptance of the CONTRACTOR'S "Substitution Request Form." The ENGINEER will record the time required by the ENGINEER in evaluating substitutions proposed by the CONTRACTOR and in making changes by the CONTRACTOR in the Contract Documents occasioned thereby.

7.

D.

The CONTRACTOR's application shall address the following factors which will be considered by the ENGINEER in evaluating the proposed substitution: 1. 2. Whether the evaluation and acceptance of the proposed substitution will prejudice the CONTRACTOR's achievement of Substantial Completion on time. Whether acceptance of the substitution for use in the WORK will require a change in any of the Contract Documents to adapt the design to the proposed substitution. Whether incorporation or use of the substitution in connection with the WORK is subject to payment of any license fee or royalty. Whether all variations of the proposed substitution from the items originally specified are identified. Whether available maintenance, repair, and replacement service are indicated. The manufacturer shall have a local service agency (within 50 miles of the site) which maintains properly trained personnel and adequate spare parts and is able to respond and complete repairs within 24 hours. Whether an itemized estimate is included of all costs that will result directly or indirectly from acceptance of such substitution, including cost of redesign and claims of other contractors affected by the resulting change. Whether the proposed substitute item meets or exceeds the experience and/or equivalency requirements listed in the appropriate technical specifications.

3. 4. 5.

6.

7. E.

Without any increase in cost to the VVWRA, the CONTRACTOR shall be responsible for and pay all costs in connection with proposed substitutions and of inspections and testing of equipment or materials submitted for review prior to the CONTRACTOR's purchase thereof for incorporation in the WORK, whether or not the ENGINEER accepts the proposed substitution or proposed equipment or material. The CONTRACTOR shall reimburse the VVWRA for the charges of the ENGINEER for evaluating each proposed substitution.

VVWRA PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS UPPER NARROWS PIPELINE REPLACEMENT 01305-4

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

VVWRA PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS UPPER NARROWS PIPELINE REPLACEMENT 01305-5

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS UPPER NARROWS PIPELINE REPLACEMENT 01305-6

SECTION 01310 CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS PART 1 - GENERAL 1.01 DESCRIPTION A. This section defines the contractor’s requirements to provide and update reports and the construction schedule.

1.02

PROGRESS OF WORK A. It is expressly understood and agreed that the time of beginning, the rate of progress, and the time of completion of the work are of the essence of this Contract. The work shall be executed with such progress as required to prevent any delay to the general completion of the Contract, the Contract milestones, and to other contractors working on other contracts at the site.

1.03

CONTRACTOR’S CONSTRUCTION SCHEDULER A. The Contractor shall continuously employ or retain the services of a Construction Scheduler. The Construction Scheduler shall have at least three (3) years of verifiable experience as the person primarily responsible for preparing and maintaining detailed project schedules on projects of the same or similar size and nature as this project. The Construction Scheduler is required to attend all meetings pertaining to scheduling and progress of the work. Within five (5) days after the Notice of Award the Contractor shall provide a statement to the Construction Manager with the following: 1. Identification, qualifications, and experience of the Contractor’s Construction Scheduler and all other members of the Contractor’s scheduling staff. References of not less than two (2) previous projects on which the Contractor’s Construction Scheduler has utilized Critical Path Method (CPM) scheduling.

B.

2.

C.

The Construction Manager reserves the right to disapprove any candidate or Scheduling System proposed for the project.

1.04

GENERAL A. Schedule Methodology: The scheduling method to be used shall be Critical Path Method schedule in the form of an activity on node Precedence Diagram Network (PDN) with capabilities of identifying the critical path. The principles and definitions of the terms used herein shall be as set forth in the Associated General Contractor’s publication “CPM in Construction”. To the extent there are any conflicts between the Associated General Contractor’s publication and the Specifications, the Specifications shall govern. Work Breakdown Structure: The Contractor shall submit to the Construction Manager for approval, at the Preconstruction Scheduling Conference, the following:

B.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-1

1. 2.

A work breakdown structure. The associated alpha-numeric coding structure to implement the work breakdown structure. The activity identification system for labeling all work activities.

3. C.

The first code field shall designate the bid item. The second code field shall identify the type of activity. (Types of activities shall be defined as “submittal”, “review/approval”, “procurement/fabrication”, “delivery”, “construction/installation” or “change order”.) The third field shall identify which specification section the activity shall be paid under. The fourth code field shall identify who is responsible to perform the activity (i.e., the Contractor, Subcontractor(s), Supplier, etc.). The fifth code field shall identify the area being worked in or the facility, if appropriate. The sixth code field shall identify the construction phase or project element (if phasing of work or project elements are identified in the Contract.) All Change Orders and Notices of Non-Compliance shall be included as separate code fields. Scheduling System: The Contractor shall use Primavera Project Planner, P3 Version 3.0 or later version, commensurate with the size of the project. This shall be referred to as the Scheduling System. The system shall be capable of handling, processing, printing, and plotting data to satisfy all requirements of this Section 01310 “Contractor’s Construction Schedule & Reports”.

D.

1.05

PRECONSTRUCTION SCHEDULING CONFERENCE A. The Construction Manager will schedule and conduct a Preconstruction Scheduling Conference with the Contractor’s Project Manager and Construction Scheduler within seven (7) days after Notice to Proceed, to commence development of the required project schedule. At this meeting, the requirements of this Paragraph, as they apply to the Contract, will be reviewed with the Contractor. The Contractor shall be prepared to review and discuss the general approach to the work and methodology for the schedule and sequence of operations plus cost, manpower, and equipment loading methodology.

1.06

CONTRACTOR’S PROJECT SCHEDULE A. Seven (7) days after the Preconstruction Scheduling Conference, the Construction Manager shall meet with the Contractor to receive an update on the progress in the development of the Project Schedule. The Contractor shall submit to the Construction Manager the Project Schedule within twenty-one (21) days after the Preconstruction Scheduling Conference. The Project Schedule shall show the sequence and interdependence of activities required for complete performance of the work, beginning with the date of the Notice to Proceed and concluding with the date of Final Completion of the Contract. Use of float suppression techniques such as preferential sequencing, special lead/lag logic restraints, extended activity times or imposed date shall be cause of rejection of the Project Schedule and any revisions or updates. If the Contractor submits a Project Schedule showing completion of the work more than thirty (30) days in advance of the Contract completion date, the Contractor agrees that the

B.

C.

D.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-2

Construction Manager may, at no cost to the Owner, decrease the Contract duration by issuance of a Change Order which will change the appropriate Milestone Date(s) and the contract completion date to the completion date reflected on the Project Schedule. Any approved schedule, revision, or update having an early completion date shall show the time between the early completion date and the current contract completion date as “project float”. E. The Construction Manager will review and make comments on the Project Schedule. Meetings will be held with the Construction Manager, the Contractor, and all Subcontractors and Suppliers whom the Contractor may desire to invite or whom the Construction Manager may request be present. Comments made by the Construction Manager on the Project Schedule, during review, will not relieve the Contractor from compliance with requirements of the Contract Documents. To the extent that there are any conflicts between the approved schedule and the requirements of the Contract Documents, the Contract Documents shall govern. If requested by the Construction Manager at any time during the project, the Contractor shall provide highly detailed, short-term schedules for specific crucial items (work-arounds, startup, etc.). The Contractor will be compensated for the cost of including Change Orders on the Project Schedule, if such changes are required or requested by the Construction Manager. All such inclusions shall be incorporated into the schedule at a fixed fee of $200 per Change Order.

F.

G.

H.

1.07

NETWORK DETAILS A. The Project Schedule for the Contract shall include time-scaled network diagrams, based on working days, as well as computer tabulations. It shall be constructed to show the order in which the Contractor proposes to carry out the work, to indicate restrictions of access and to show availability of work areas, and availability and use of manpower, materials and equipment. The Contractor shall utilize the Project Schedule in planning, scheduling, coordinating, and performing the work under the Contract (including all activities of Subcontractors, equipment vendors, and Suppliers). The Contractor will provide the Construction Manager with written confirmation of the concurrence of all major Subcontractors and Suppliers with the Project Schedule. (The term “major Subcontractors and Suppliers” as used in this Article, shall include any Subcontractor or Supplier with five (5) percent or more of the value of the Contract.) The following criteria shall form the basis for assembly of the project logic: 1. 2. 3. 4. Which activity must be completed before a subsequent activity can be started? Which activities can be done concurrently? Which activity must be started immediately following a completed activity? What major economic facility or manpower restrictions are required for sequencing these activities? Construction period windows.

B.

5.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-3

C.

The Project Schedule shall provide the Construction Manager with a tool to monitor and follow the progress of all phases of the work. The Project Schedule submitted to the Construction Manager shall comply with all limits imposed by the scope of the work, with all contractually specified intermediate milestone and completion dates, and with all constraints, restraints, or sequences included in the Contract. The degree of detail shall include factors to the satisfaction of the Construction Manager, including, but not limited to: 1. 2. Physical breakdown of the project. Contract milestone and completion dates, substantial completion dates, constraints, restraints, sequences of work shown in Contract, the planned substantial completion date, and the final completion date. Type of work to be performed, the sequences, and the labor trades involved. All purchase, submittals, submittal reviews, manufacturer, test, delivery, and installation activities for all major material and equipment, and a separate list of all major items or items of equipment for which the Contractor intends to seek payment prior to installation. Deliveries of Owner furnished equipment and/or materials in accordance with the dates or schedule windows of such items set forth in the Contract or furnished by the Construction Manager, or items to be salvaged or delivered to the Owner. Preparation, submittal and approval of shop and/or working drawings and material samples showing a fourteen (14) calendar day minimum time specified for the Construction Manager’s review of normal or routine submittals and a twenty-one (21) calendar day review time for all major submittals, so identified in the Specifications, and a seven (7) calendar day time frame shall be allowed for at least one (1) resubmittal on all major equipment so identified in the Contract Documents. Approvals required by regulatory agencies or other third parties. Plans for all subcontract work. Assignment of responsibility for performing specific activities. Access to and availability of work areas. Identification of interfaces and dependencies with preceding, concurrent and followon Contractor's and utilities as required, shown on the Plan or called out in the Specifications. Resource loading for cost, manpower, material, and equipment. Actual tests, submission of test reports, and approval of test results. All start up, testing, training, and assistance required under the Contract. Planning for phased construction activities.

3. 4.

5.

6.

7. 8. 9. 10. 11.

12. 13. 14. 15.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-4

16. 17.

Punch list and final cleanup. Identification of any manpower, material, or equipment restrictions, as well as any activity requiring unusual shift work, such as two shifts, five (5) or six (6) day weeks, identified in the Project Schedule.

D.

The activities included in the Project Schedule shall be analyzed in detail to determine activity time durations in units of project working days. Durations shall be based on the labor, equipment, and materials required to perform each activity on a normal work day basis. No on-site activity shall have a duration over fifteen (15) working days except nonconstruction activities such as submittals, submittal reviews, procurement and delivery of materials, or equipment, and concrete curing. Only on-site construction activities on their resource loaded state to reflect cost, manpower, materials and equipment except for those activities specifically identified under Paragraph 1.06.C.4. The designation shall be shown for each construction activity for the network on a tabular listing, and in information furnished in accordance with Paragraphs 1.15 and 1.16. Critical or near critical paths resulting from the use of manpower or equipment restraints shall be kept to a minimum. Near critical paths shall be defined as those paths having fifteen (15) working days or less of total float at the time of initial submission. The estimated cost to perform each work activity shall be noted for each activity in the network on a tabular listing. The sum of the cost assigned to all activities shall equal the contract value. No activity cost shall be assigned to submittals or submittal reviews. The accepted cost loaded Project Schedule shall constitute the Schedule of Values from which monthly project payments will be made in accordance with the provisions of Partial Payments in these General Requirements. The network diagram shall be prepared on “D” size sheets (24” x 36”), shall have a title block on the lower right hand corner, and a timeline on each page. Exceptions to the size of the network sheets and the use of the computer graphics to generate the networks shall be subject to the approval of the Construction Manager. All networks shall be drafted time scaled to show a continuous flow of information from left to right. The primary path(s) of criticality shall be clearly and graphically identified on the network(s).

E.

F.

G.

H.

1.08

PROJECT NETWORK REPORTS A. The Project Schedule submitted to the Construction Manager shall include the time scaled network diagram. Network diagrams shall be based on early start and early finish dates of activities shown. The network diagrams submitted to the Construction Manager shall also be accompanied by a computer generated mathematical analysis for each activity included in the Project Schedule. Such mathematical analysis shall be submitted to the Construction Manager and shall include at a minimum, the following: 1. 2. Predecessor and successor activity number and descriptions. Activity number and description

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-5

3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14.

Activity code(s) Schedule and actual/remaining duration for each activity Earliest start date (by calendar date) Earliest finish date (by calendar date) Actual start date (by calendar date) Actual finish date (by calendar date) Latest start date (by calendar date) Latest finish date (by calendar date) Float in work days Monetary value of each activity Percentage of activity and remaining duration for incomplete activities. Cumulative value of work complete based on the Contractor’s reported portion of activities complete and accepted. Imposed constraints

15. B.

The following computer outputs shall be required as part of the Project Schedule submittal and each revision or update thereafter as a condition precedent to receipt of progress payment: 1. Activity listing showing predecessor and successor activities in numerical order, with early start, early completion, late start, late completion and total float. A sub-listing of materials and equipment sorted by specification section number. The sublisting of materials and equipment shall include the following activities: preparation of shop drawings, submittal to the Construction Manager, review by the Construction Manager, and fabrication, testing, and /or delivery of material and equipment which shall be interfaced with the earliest start date that the material or equipment is to be installed in the project.

2.

C.

Outputs 1 & 2 above shall show all activities, including restraints, for the duration of the project. The Contractor shall submit to the Construction Manager, a printed copy of the Predecessor/Successor Report. The data to print additional schedule reports shall be submitted on computer diskette(s).

D.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-6

1.09

APPROVAL OF BASELINE PROJECT SCHEDULE A. The Project Schedule network diagram and computer tabulation, the Cash Flow Projection, and the Manpower Requirements Forecast shall be submitted to the Construction Manager for approval within twenty-one (21) days after the Preconstruction Scheduling Conference in the following quantities: 1. 2. 3. 4. 5. 6. 7. Three (3) sets of the Network Diagram Computer tabulations: three (3) copies 8 1/2” x 11” in size Manpower Requirements Forecast: three (3) copies 8 1/2” x 11” in size Cash Flow Projection: three (3) copies 8 1/2” x 11” in size All required reports specified in Paragraphs F and G: three (3) copies. Electronic file Written confirmation of concurrence of all major trade Subcontractors and Suppliers.

B.

Approval Process 1. The Construction Manager shall approve or disapprove, in writing, the Contractor’s submission within fourteen (14) days after receipt of all required information. The Project Schedule, once approved, becomes the Baseline Record Schedule which shall be use for monitoring and evaluating all facets of Contract performance, including but not limited to: progress, changes, and delays, and shall be referred to as the Record Schedule. The Contractor, the Contractor’s Construction Scheduler, and those major trade Subcontractors and Suppliers required by the Construction Manager shall be required to participate in all meetings necessary to reach mutual agreement and approval of the initial Project Schedule, the Manpower Requirements Forecast, and the Cash Flow Projection. The Contractor shall revise the schedule, as required by the Construction Manager to reflect project construction. If any of the required submissions are returned to the Contractor for corrections or revisions they shall be resubmitted along with a new computer file and a hard copy listing of each change for approval within seven (7) days after receipt. Resubmittals shall be as required in Paragraph “Project Network Reports”. Review and response by the Construction Manager shall be given within seven (7) days after receipt of each new submission. Should the Baseline Project Schedule, submitted for approval, show variances from the requirements of the Contract, the Contractor shall make specific mention of such variances in the letter or transmittal, in order that, if accepted, proper adjustment to the Project Schedule can be made. Otherwise, the Contractor will not be relieved of the responsibilities for executing the work in strict accordance with the requirements

2.

3.

4.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-7

5.

of the Contract Documents. If the Contractor fails to submit the initial Project Schedule, the Manpower Requirements Forecast, the Cash Flow Projection, major trade Subcontractor and Supplier confirmation in writing, or the computer electronic file, within the time prescribed, or revisions thereof within the required time, it is within the Construction Manager’s discretion to stop the Contractor’s work at no additional cost to the Owner. Further, no Mobilization Progress Payment shall be made until such time as the Contractor resubmits the required information and obtains approval of the Baseline Project Schedule. Approval of the Baseline Project Schedule is a condition precedent to payment of any portion of the Mobilization Payment. Failure of the Contractor to submit the Baseline Project Schedule or any required resubmittals, in a timely, accurate manner and in accordance with the requirements of this Paragraph will result in costs to the Owner which are difficult if not impossible to determine; therefore, the Contractor shall pay to the Owner liquidated damages in the amount of $200 per work day, for every work day the schedule submittal, revision, or resubmittal is late. This amount shall be subtracted from any monies due and shall be forfeited by the Contractor.

6.

1.10

REVISIONS TO APPROVED BASELINE PROJECT SCHEDULE A. The Contractor shall execute the work in accordance with the approved Baseline Project Schedule. Out of sequence construction, defined as a change in the Project Schedule, requires prior approval of the Construction Manager as defined below. Upon approval of the Change Order, or issuance of a Proposed Change Order (PCO) with Notice to Proceed, a Time and Materials (T&M) Change Order or a Unilateral Change Order, the change shall be reflected in the next schedule submittal by the Contractor. No change to the approved Baseline Project Schedule or the Record Schedule shall be made without the prior written approval of the Construction Manager. If the Contractor desires to make a change to the approved Baseline Project Schedule, the Contractor shall request permission from the Construction Manager in writing, stating the reasons for the change as well as the specifics, such as the revisions to activities, logic, durations, etc. The Construction Manager will provide a response within five (5) days. If the Construction Manager considers a schedule change to be of a major nature, the Construction Manager may require the Contractor to revise and submit for acceptance all of the affected portion(s) of the Project Schedule and an analysis to show the effect on the entire project. The proposed revision and analysis shall be submitted to the Construction Manager within fifteen (15) days after the Construction Manager notifies the Contractor the revisions is of a major nature. A change will be considered to be of a major nature if the time estimated for a n activity or sequence of activities is varied from the original plan to the degree that there is reasonable doubt that the Contract completion date will be met, or if the change impacts the work of other contractors at the jobsite. Changes to activities having adequate float shall be considered as minor changes, except that an accumulation of minor changes may be considered a major change when such changes affect the Contract completion date. (Activities having adequate float are activities which are not critical after the change is made.)

B.

C.

D.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-8

E.

Only upon approval of a change by the Construction Manager shall it be reflected in the next schedule update submitted by the Contractor.

1.11

UPDATES TO APPROVED BASELINE PROJECT SCHEDULE AND PROGRESS PAYMENTS A. Monthly Update Meetings: 1. All updated or revised schedules shall be submitted in the same detail as the original submittal, unless modified in writing by the Construction Manager. Written confirmation of the major trade Subcontractors and Suppliers shall be required quarterly. The initial updating shall be submitted within the fourteen (14) days after approval of the Baseline Project Schedule. The updating shall be cost loaded. Subsequent updates shall be submitted no later than the 25th day of each month, projected to the end of that month, thereafter for the duration of the Contract. The data date shall be the first working day of the month. The Project Schedule and computer tabulations shall be reviewed by the Contractor’s Construction Scheduler at a joint update meeting with the Construction Manager and the Inspector.

2.

B.

Monthly Updated Schedules: 1. The Contractor shall submit the Monthly Update Schedule to the Construction Manager each month, on a date assigned by the Construction Manager. The proposed update schedule prepared by the Contractor shall include all information available as of the cutoff date established by the Construction. A detailed list of all proposed schedule changes (logic, duration, status, additions, and deletions) shall be submitted with the update. Prior to the monthly update review meeting, the Contractor shall obtain from his Subcontractors, Supplier, and staff the necessary information as required to reflect progress to date. A proposed Monthly Update Schedule containing the information set forth below shall be available for review at the meeting. a. For activities started and/or completed during the previous period: Actual start and actual completion dates, and number of shifts used to accomplish the activity. For activities begun but not yet complete to date: Remaining duration of the work, estimated percent complete, and estimated completion date. For activities not yet started: Estimated start dates, revised durations, and estimated completion dates, as necessary. For authorized Change Orders, including Proposed Change Orders, Time and Material Change Orders, and Unilateral Change Orders: Revised activities, number of shifts, and crew sized by craft, construction equipment required, and durations, and status of all outstanding Notices of NonCompliance, where required.

b.

c.

d.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-9

e.

The monthly update of the Network Diagram shall be for the month preceding the meeting and for the remainder of the project. The previous month’s activities shall be reported as they actually took place and designated as actually complete, if actually completed, on the network diagram update. Portions of the Network Diagram on which all activities are complete need not be reprinted and submitted in subsequent updates. However, the electronic disk file of the submitted Network Diagrams and the related reports shall constitute a clear record of progress of the work form Notice to Proceed to final completion. The monthly submittal to the Construction Manager shall be accompanied by a Schedule Narrative Report. The Schedule Narrative Report shall describe the physical progress during the report period, plans for continuing the work during the forthcoming report period, actions planned to correct any negative float predictions, and explanation of the potential delays and/or problems and their estimated impact on performance and the overall project completion date. In addition, alternatives for possible schedule recovery to mitigate any potential delay and/or cost increases shall be included for consideration by the Construction Manager. The report shall follow the outline set forth below: 1) Contractor’s Schedule Narrative Report Outline: a) b) c) Contractor’s Transmittal Letter Description of problem areas Current and anticipated delays 1. 2. 3. Cause of the delay Corrective action and schedule adjustments to correct the delay Impact of the delay on other activities, milestones, and completion dates

f.

g.

d) e)

Changes in construction sequences Pending items and status thereof 1. 2. 3. 4. Permits Change Orders Time extensions Non-Compliance Notices

f)

Contract completion date(s) status 1. 2. Ahead of schedule and number of working days Behind schedule and number of working days

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-10

g)

Other project or scheduling concerns including any plant shutdown, and analysis of any work to be performed during the shutdown period Include reviewed and updated Network Diagram and Reports Include revised Cost Loading and Cash Flow Information

h)

i) h.

The Contractor shall provide to the Construction Manager, printed copies of the Predecessor/Successor Report, a printed list of all changes made to the previously approved Record Schedule, and the Schedule Narrative Report. The data required to provide all other scheduling reports shall be provided on computer diskette(s).

C.

The Contractor’s Construction Scheduler shall attend the monthly update meetings with the above data prepared in advance for each meeting to provide, as of the end of the updating period, a complete and accurate report of the current procurement schedule, construction progress, and a depiction of how the Contractor plans to continue the work of the project to meet all Contract completion dates. All network changes and status dates agreed to during each update meeting shall be considered as acceptable by all parties unless written notice of exception is given by an objecting party within five (5) days after the update meeting. For major network changes that cannot be agreed to during an update meeting, the Contractor shall submit, in writing, such revisions for the Construction Manager’s approval prior to inserting such changes into the network. Submission may be in the form of marked-up networks, fragnets, or schedule abstracts provided they are submitted with a letter of transmittal. Predicated on the results of the Construction Manager’s review of monthly submissions of the updated Project Schedule or Record Schedule and accompanying reports, the Contractor may be required to revise the Project Schedule. Conditions under which a revision will be made are as follows: 1. When a delay in the completion of any work item or sequence of work items results in an indicated extension of the project completion or interim milestone dates detailed herein by ten (10) working days or more. When delays in submittals or deliveries or work stoppages are encountered which make replanning, rescheduling, or resequencing of the work necessary. When the schedule does not represent the actual prosecution and progress of the project.

D.

2.

3.

E.

Required revisions of the Monthly Update Schedules are due within five (5) days of notice by the Construction Manager that a revision is required. All revisions and additions to the Project Schedule are subject to the review of the Construction Manager. No changes are to be implemented in the schedule by the Contractor without the prior approval of the Construction Manager. When the Monthly Schedule Update or its required revision is approved by the Construction Manager, it then becomes the Current Record Schedule. The

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-11

Current Record Schedule will be used for the period from which it is approved until its successor is submitted and approved. F. Three (3) copies each of the Schedule Narrative Report, the updated Project Schedule (networks, and computer computations), the Cash Flow Projection, the updated network diagram, and one (1) copy of the updated computer disk reflecting the status of the project agreed to at the updating meeting, shall be submitted to the Construction Manager within five (5) days after each updating meeting. The update report shall show the activities or portions of activities complete during the reporting period and their total value as the basis for the Contractor’s periodic request for payment. Payments made pursuant to Partial Payments of the General Conditions, will be based on the total value of such activities completed or partially completed after verification by the Inspector. The report shall state the percentage of the work actually complete as of the report date. If the project is behind schedule, progress along other paths with negative float shall also be reported. Failure of the Contractor to submit schedule updates in a timely, accurate manner and in accordance with the requirements of the Article will result in progress payments being withheld until such time as the Contractor submits the required update requirements.

G.

H.

1.12

WEEKLY PROGRESS REPORTS A. Once each week, on a day established by the Construction Manager, the Contractor shall submit two progress schedules: 1. The first shall be a progress schedule listing the activities completed and in progress for the previous week and the activities scheduled for the succeeding two weeks. The activity designations shall be consistent with the activity designations in the Current Record Schedule. A bar chart shall be used to display the information in pictorial form. The appropriate schedule activity number shall be listed for each bar. The second shall be a utility work/access alteration report. This report and schedule shall include any and all work that affects other operations, utilities, equipment, and like detail as well as alterations.

2.

1.13

COST LOADING AND CASH FLOW A. With the initial Project Schedule submittal, each monthly update, and each revision, the Contractor shall also submit a schedule of cost loading and cash flow to the Construction Manager. There shall be a strict correlation between the sum of individual activity costs and the total values indicated for bid items. That is, each individual activity within the Project Schedule shall employ a code which, in summary, attaches its costs, if any, to the appropriate bid items. The sum of activity costs within a specific code, then, shall equal the cost of its corresponding bid items and approved Change Orders. Expected payment requests for each month shall be included with proposed updates. The cash flow shall show the net payment requests for each month and the cumulative payment requests to date shall also be shown after deducting retainage and any other monies withheld. The cash flow shall be shown in tabular format and in graphic format. The Contractor, at the Preconstruction Scheduling Conference, shall explain in detail the

B.

C.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-12

procedure to be used to develop the schedule activity cost loading and cash flow. This procedure is subject to the review and approval of the Construction Manager. Receipt and approval of the Schedule Cost Loading and Cash Flow Summary is a condition precedent to the making of the payments under the Contract. Therefore, failure to submit any acceptable schedule cost loading and cash flow summary shall be cause for withholding any progress payments due or that may become due under this Contract, until such time as any acceptable cost loading and cash flow summary is received. D. In accordance with the updating procedures, when an activity, is deemed substantially complete by the Construction Manager, then such activity will no longer be treated as an activity affecting the critical path or successor activities on the project. The cost of correction of any punchlist items associated with substantially completed activities will be covered by withheld retention or other amounts deemed by the Construction Manager to be adequate to cover such costs.

1.14

RESPONSIBILITY FOR COMPLETION A. Whenever it becomes apparent from the current monthly updated Project Schedule that phasing, milestone, constraint, restrain, or Contract completion dates will not be met, the Contractor shall execute some or all of the following remedial actions: 1. Increase construction manpower in such quantities and crafts as necessary to eliminate the backlog of work. Increase the number of work hours in conformance with the Specification requirements.

2.

B.

Prior to implementing any of the above actions, the Contractor shall notify and obtain approval from the Construction Manager. If such actions are approved, the Project Schedule revisions shall be incorporated by the Contractor into the Network Diagram before the next update. Under no circumstances will the addition of equipment or construction forces, increasing the working hours or any other method, manner, or procedure to return to the contractually required completion date be considered justification for a Change Order or be treated as acceleration where the need for a recovery schedule has been caused by the Contractor and/or its Subcontractors or Suppliers, at any tier. The Construction Manager may elect to withhold progress payments until the Contractor’s progress indicates that the milestone date(s) and/or the Contract completion date will be met.

C.

D.

1.15

SCHEDULE TIME EXTENSIONS A. When Change Orders or delays are experienced by the Contractor and a time extension is requested, the Contractor shall submit to the Construction Manager, a written Time Impact Analysis illustrating the influence of each change or delay on the current Contract schedule completion date utilizing the approved Current Record Schedule. Each Time Impact Analysis shall include a fragnet demonstrating how the Contractor proposes to incorporate the Change Order or delay into the Current Record Schedule. A fragnet is defined as a sequence of new and/or activity revisions that are proposed to be added to the approved Baseline Project Schedule or current Record Schedule in effect at the time the change or

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-13

delay is encountered to demonstrate the influence of the delay and the method for incorporating the delay and its impact into the schedule as they are encountered. B. Each Time Impact Analysis shall demonstrate the estimated time impact based on the events of delay, the date the Preliminary Change Order, Emergency Change Authorization, the Time and Materials Change Order, or the Unilateral Change Order was given to the Contractor, the status of construction at that point in time, and the event time computation of all activities affected by the change or delay. The event times used in the analysis shall be those included in the latest update of the Current Record Schedule, in effect at the time the change or delay was encountered. Time extensions will be granted only to the extent that equitable time adjustments for the activity or activities affected exceed the total or remaining float along the critical path of activities at the time of actual delay, or at the time the Proposed Change Order, the Emergency Change Authorization, the Time and Materials Change Order, or the Unilateral Change Order was issued. Float or slack time is not for the exclusive use or benefit of the Construction Manager or the Contractor but is an expiring resource available to all parties as needed to meet Contract milestones and the contract completion date. Time extensions shall not be granted nor delay damages paid until: 1. A delay occurs which is beyond the control and without the fault or negligence of the Contractor and its Subcontractors or Suppliers, at any tier; and Which extends actual performance of the work beyond the applicable current Contract completion date and the most recent date predicated for completion of the project on the approved schedule update current as of the time of the delay or as of the of issuance of the Proposed Change Order, the Emergency Change Authorization, the Time and Materials Change Order, or the Unilateral Change Order.

C.

2.

D.

Each Time Impact Analysis shall be submitted in triplicate, within ten (10) days after a delay occurs, or issuance of the Proposed Change Order, Change Authorization, Time and Materials Change Order, or Unilateral Change Order. If the Contractor does not submit a Time Impact Analysis for a specific Change Order or delay with the specified period of time, the Contractor shall be deemed to have irrevocably waived any rights to additional time and cost. Since float time within the Project Schedule and the Record Schedule is jointly owned it is acknowledged and agreed by the Contractor that Owner caused delays on the project may be offset by Owner caused time savings (including, but not limited to: critical path submittals returned in less time than allowed for in the Contract, approval of substitution requests which result in a savings of time along the critical path of the Contractor, etc.). In such an event the Contractor shall not be entitled to receive an extension of time or delay damages until Owner caused time savings are exceeded and the Contract completion date also exceeded. Approval or rejection of each Time Impact Analysis by the Construction Manager shall be made within fifteen (15) days after receipt of each Time Impact Analysis, unless subsequent meetings and negotiations are necessary. Upon approval, a copy of a Time Impact Analysis signed by the Construction Manager shall be returned to the Contractor for incorporation into the schedule.

E.

F.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-14

G.

Upon mutual agreement by both parties, fragnets illustrating the influence of Change Orders and delays shall be incorporated into the Project Schedule or Record Schedule during the first update after agreement is reached. In the event the Contractor does not agree with the decision of the Construction Manager regarding the impact of a change or delay, it shall be resolved in accordance with Claims and Protests of the GENERAL CONDITIONS.

H.

1.16

MANPOWER The Contractor shall submit the initial Project Schedule a histogram depicting total project manpower for its own forces and for each of its Subcontractors for each month. The histogram shall be based upon and shall be in substantive agreement with the number of shifts and crew sizes in the Project Schedule.

1.17

CONSTRUCTION EQUIPMENT The Contractor shall submit with the initial Project Schedule a tabular report listing each major piece of construction equipment and each major piece of construction equipment for each of its Subcontractors for each month. Each major piece of the Contractor’s and Subcontractor’s equipment shall be separately described, identified, and numbered in the report. The tabular report shall be based upon and in substantive agreement with the number of shifts and crew sizes in the Project Schedule.

1.18

SUBMITTAL OF AS-BUILT SCHEDULE As a condition precedent to any release of retention, the last update to the Record Schedule submitted shall be identified by the Contractor as the “As-Built Schedule”. The “As-Built Schedule” shall reflect the exact manner in which the project was actually constructed (including start and completion dates, activities, sequences, and logic) and shall be signed and certified by the Contractor’s Project Manager and Construction Scheduler as being a true reflection of the way in which the project was actually constructed.

1.19

RECORDER OF THE SCHEDULE A. Following the Construction Manager’s approval of the Baseline Project Schedule, the Construction Manager will input the schedule into the Construction Manager’s computer. The Construction Manager will then reproduce the Baseline Project Schedule and transmit it to the Contractor for verification. The Contractor shall, within fifteen (15) days of the transmittal, authenticate the schedule, acknowledging that the schedule is, in fact, the Contractor’s schedule, or advise the Construction Manager in writing of the reason(s) for not authenticating it. Once the schedule has been authenticated, it will be known as the Baseline record Schedule, and all performance will be measured against it. The Construction Manager will be the Recorder of the Baseline Record Schedule. The Construction Manager shall also be the Recorder of the monthly updates of the Record Schedule. Revisions and updates to the Record Schedule shall be as described in Paragraphs 1.09 and 1.10, and shall be input by the Construction Manager following acceptance of the proposed revision and update. Once a month, on a date selected by the Construction Manager, a copy of the monthly update of the Record Schedule shall be transmitted to the Contractor for verification. The Contractor shall, within ten days (10 days of transmittal, either authenticate the schedule, acknowledging that the schedule is, in fact, the Contractor’s

B.

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-15

schedule, or advise the Construction Manager in writing of the reason (s) for not authenticating it. Once the monthly update is authenticated, it will be known as the Current Record Schedule for the specified month. C. Once the Contractor has authenticated the Baseline Record Schedule and the monthly update of the Current Record Schedule these documents will be the only official construction schedules. It shall be further understood that any scheduling effects of delays or Change Orders or any scheduling basis of claims shall be based upon the Current Record Schedules. The provisions of Paragraph 1.18 do not relieve the Contractor of any other requirements of Contractor’s Construction Schedule and Reports for these General Requirements.

D.

1.20

MEASUREMENTS AND PAYMENTS Payment for the work in this section shall be included as part of the bid amount stated in the proposal for related work.

PART 2 - MATERIALS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

VVWRA CONTRACTOR’S CONSTRUCTION SCHEDULE & REPORTS UPPER NARROWS PIPELINE REPLACEMENT 01310-16

SECTION 01313 CONSTRUCTION AND SCHEDULE CONSTRAINTS

PART 1 - GENERAL 1.01 THE REQUIREMENT A. WORK shall be scheduled, sequenced, and performed in a manner which minimizes disruption to the public, to the operation and maintenance of existing facilities along the pipeline alignment, the operation and maintenance of the emergency by-pass system, and to the operation and maintenance of the BNSF railroad. The CONTRACTOR shall incorporate the construction and schedule constraints of this Section in preparing the construction schedules required under Section 01310, Contractor’s Construction Schedule and Reports.

B.

1.02

EXISTING FACILITIES A. The WORK shall be executed while the existing VVWRA facilities are in operation. Operation of the existing facilities shall not be jeopardized nor shall the efficiency of wastewater flow or treatment be reduced as a result of the execution of the WORK. Unless indicated otherwise, temporary pumping, piping, power, lighting, controls, instrumentation, alarms, security devices, and safety devices shall be provided by the CONTRACTOR whenever its work or interruption due to its work affects the existing facility. The construction constraints in this Section do not include all items affecting the completion of the WORK, but are intended to describe the sequence of critical events necessary to minimize disruption to the ongoing treatment VVWRA facilities and to ensure compliance with NPDES Permit requirements. It shall be understood and agreed by the CONTRACTOR that the critical events described are not all inclusive and that additional items of work not included may be required to minimize disruption and ensure compliance. Deviation from or modification of these suggested sequences is permitted if techniques and methods known to the CONTRACTOR will result in reducing disruption to the facility operation and maintaining treatment efficiency, and if deviation is approved in advance by the ENGINEER.

B.

C.

1.03

OPERATION OF VVWRA EQUIPMENT A. Operational functions or shutdown of the existing VVWRA Emergency By-Pass System required to facilitate CONTRACTOR's operation will be done by the VVWRA’s personnel only. VVWRA operation and maintenance personnel will cooperate in every way that is practical in order to facilitate CONTRACTOR's operation. However, certain shutdown and connections may only be permissible at times other than normal working hours such as nights or weekends. No additional payment will be made to the CONTRACTOR for any night, weekend, or holiday premium or overtime payments.
CONSTRUCTION SCHEDULE AND CONSTRAINTS 01313-1

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

C.

If it becomes necessary for the proper operation or maintenance of portions of the VVWRA existing systems, the VVWRA may require the CONTRACTOR to reschedule an approved shutdown. The CONTRACTOR shall then reschedule its operations so there shall be no conflict with necessary operations or maintenance of the existing interceptor or the emergency by-pass system. The CONTRACTOR shall, within 2 working days, furnish the ENGINEER a revised outage request and a plan for rescheduling the shutdown in accordance with the requirements of the construction schedule.

1.04

BYPASSING A. Bypassing of untreated or partially treated sewage to surface waters or drainage courses is prohibited during construction. In the event accidental bypassing is caused by the CONTRACTOR's operations, VVWRA shall immediately be entitled to employ others to stop the bypassing and costs incurred therefore will be deducted from the CONTRACTOR's construction progress payments.

1.05

COMPLIANCE WITH NPDES PERMIT A. VVWRA is operating under the terms of a NPDES permit issued by the US EPA. The NPDES permit specifies the water quality limits that the plant must meet prior to discharging its effluent. A copy of the NPDES permit is available for review by the CONTRACTOR. In scheduling and performing the WORK, the CONTRACTOR shall not, directly or indirectly, prevent the plant from achieving the discharge requirements. Penalties imposed on the OWNER as a result of any discharge violation caused by the actions of the CONTRACTOR or its employees, or subcontractors shall be borne in full by the CONTRACTOR, including fines, legal fees, and other expenses to the OWNER resulting directly or indirectly from such discharge violations. The OWNER may recover such sums by deductions from the construction progress payments. The CONTRACTOR shall take all necessary precautions to ensure that no damage occurs to the VVWRA facilities, and the BNSF railroad, the Kemper Campbell Ranch, and the Lewis Learning Center including piping, utilities, roads, and structures, that are to remain in operation and are not to be modified or replaced. Any temporary facilities, materials, equipment, and labor required for the plant to continue to meet the terms of the NPDES permit during construction shall be provided by the CONTRACTOR as part of the WORK. At the completion of work, all such temporary facilities, materials, and equipment shall be removed from the Site as part of the WORK.

B.

1.06

OUTAGE REQUESTS A. Modifications to existing facilities, the construction of new facilities, and the connection of new to existing facilities may require the temporary outage or bypass of existing treatment processes or facilities. In such cases, the CONTRACTOR shall coordinate WORK with the ENGINEER as described below. The CONTRACTOR shall submit a detailed outage plan and time schedule for all construction activities which will make it necessary to remove a tank, pipeline, channel, electrical circuit, equipment, structure, road, or other facilities from service. The outage plans shall be submitted to the ENGINNER for acceptance a minimum of 2 weeks in advance of the time that such outages are required. The outage plans shall be
CONSTRUCTION SCHEDULE AND CONSTRAINTS 01313-2

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

coordinated with the construction schedule and shall meet the restrictions and conditions of this Section. The outage plan shall describe the CONTRACTOR's method for preventing bypassing of other treatment units; the length of time required to complete the operation; any necessary temporary power, controls, instrumentation, or alarms required to maintain control, monitoring, and alarms for the treatment plant processes; and the manpower, plant, and equipment which the CONTRACTOR shall provide in order to ensure proper operation of associated treatment units. All costs for preparing and implementing the outage plans shall be the responsibility of the CONTRACTOR as part of the WORK. C. D. The CONTRACTOR shall not begin an alteration affecting existing facilities until specific written approval has been granted by the ENGINEER in each case. The ENGINEER will coordinate the CONTRACTOR's planned procedure with the treatment facility personnel. The ENGINEER has the authority to modify any proposed shutdown procedures if such procedures would adversely impact the plant operations. The ENGINEER shall be notified in writing at least one week in advance of the required outage if the schedule for performing the work has changed or if revisions to the outage plan are required. The CONTRACTOR shall provide written confirmation of the shutdown date and time 2 working days prior to the actual shutdown.

E.

1.07

TEMPORARY CONNECTIONS A. The making of connections to existing facilities or other operations that interfere with the operation of the existing equipment shall be thoroughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work shall be completed as quickly as possible and with as little delay as possible, and shall proceed continuously (24 hours a day and seven days a week) if necessary to complete modifications and/or connections in the minimum time. The cost of any temporary facilities and night, weekend, or holiday work and overtime payments required during process interruptions shall be included in the price of the WORK. Temporary facilities and piping shall be located to minimize interference with CONTRACTOR's construction facilities and OWNER's operation and maintenance of the wastewater treatment plant. Unless otherwise indicated, each temporary pipeline shall be of the same size as its connection to the existing or permanent facility at the downstream end of the pipeline. Piping materials shall be suitable for the material being conveyed and be as required in the Contract Specifications. When temporary electrical power, controls, instrumentation, or alarms are required for routine continuous operations of existing or new equipment, the CONTRACTOR shall provide the necessary equipment and appurtenances. Prior to installing said equipment and appurtenances, CONTRACTOR shall furnish a submittal on the proposed components and installation for ENGINEER's review and approval. A plan showing the size and location of the temporary facilities and piping shall be submitted to the ENGINEER at the same time as the outage plan required under this

B.

C.

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONSTRUCTION SCHEDULE AND CONSTRAINTS 01313-3

Section. All costs for design, provision, operation, and removal of temporary facilities and piping shall be the responsibility of the CONTRACTOR. 1.08 CONSTRUCTION SEQUENCING A. All construction activities shall be scheduled and sequenced to ensure continuous operation of the existing treatment facilities. The CONTRACTOR's scheduling shall develop all construction sequencing so that the work will not adversely impact treatment. The CONTRACTOR shall be responsible for development of the construction sequencing. In implementing the construction sequencing, the CONTRACTOR shall maintain the existing facilities in service until new facilities are constructed and are operational to supplement the existing capacity. When new facilities are operational, the existing facilities may be taken out of service. The following general guidelines shall be used by the CONTRACTOR in planning the sequence of construction. 1. During all rehabilitation, modification, and demolition work, safe working conditions for personnel shall be maintained at all times. The foregoing includes at least proper trench excavation, the provision of temporary equipment guards, supports, warning signs, walkways, covers over openings, handrailing, and protection of electrical equipment and power supply. All temporary facilities shall be constructed in accordance with applicable codes and regulations to operate safely and properly. Valves to be temporarily shut off during the work shall be tagged as such and shall be wired shut with a crimped lead seal and padlocked. Electrical and mechanical equipment shall be similarly shut down.

2. 3. 4. B.

See Section 01110 Summary of Work for additional construction sequencing restrictions and requirements.

1.09

PERMITS A. The CONTRACTOR shall abide by the conditions of all permits and shall obtain proof of satisfaction of conditions from issuers of permits prior to acceptance of the WORK by the VVWRA.

1.10

SCHEDULE CONSTRAINTS A. General: It is the CONTRACTOR'S responsibility to coordinate and plan the construction activities to integrate each schedule constraint into performance of the overall work. The listing of schedule constraints below does not mean that all constraints or special conditions have been identified. The list does not substitute for the CONTRACTOR's coordination and planning for completion of the WORK within the Contract Times.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONSTRUCTION SCHEDULE AND CONSTRAINTS 01313-4

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONSTRUCTION SCHEDULE AND CONSTRAINTS 01313-5

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONSTRUCTION SCHEDULE AND CONSTRAINTS 01313-6

SECTION 01400 QUALITY CONTROL

PART 1 - GENERAL 1.01 DEFINITION A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements.

1.02

INSPECTION AT PLACE OF MANUFACTURE A. B. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by the ENGINEER at the place of manufacture. The presence of the ENGINEER at the place of manufacturer, however, shall not relieve the CONTRACTOR of the responsibility for providing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the ENGINEER.

1.03

SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing will be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, VVWRA reserves the right to use any generally-accepted system of sampling and testing which, in the opinion of the ENGINEER will assure VVWRA that the quality of the workmanship is in full accord with the Contract Documents. Any waiver by VVWRA of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the testing or other quality assurance requirements originally indicated, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of any requirements of the Contract Documents. Notwithstanding the existence of such waiver, the ENGINEER reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the ENGINEER to require the removal or correction and reconstruction of any such WORK in accordance with the General Conditions.

B.

C.

1.04

INSPECTION AND TESTING SERVICE A. Inspection and testing laboratory service shall comply with the following:

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

QUALITY CONTROL 01400-1

1.

Unless indicated otherwise by the Technical Specifications, VVWRA will appoint, employ, and pay for services of an independent firm to perform inspection and testing or will perform inspection and testing itself. VVWRA or independent firm will perform inspections, testings, and other services as required by the ENGINEER under Paragraph 1.3C above. Reports of testing, regardless of whether the testing was VVWRA'S or the CONTRACTOR'S responsibility, will be submitted to the ENGINEER in duplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. The CONTRACTOR shall cooperate with VVWRA or independent firm and furnish samples of materials, design mix, equipment, tools, storage, and assistance as requested. The CONTRACTOR shall notify ENGINEER 24 hours prior to the expected time for operations requiring inspection and laboratory testing services. Retesting required because of non-conformance to requirements shall be performed by the same independent firm on instructions by the ENGINEER. The CONTRACTOR shall bear all costs from such retesting. For samples and tests required for CONTRACTOR'S use, the CONTRACTOR shall make arrangements with an independent firm for payment and scheduling of testing. The cost of sampling and testing for the CONTRACTOR'S use shall be the CONTRACTOR'S responsibility.

2. 3.

4.

5. 6.

7.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 INSTALLATION A. B. C. Inspection: The CONTRACTOR shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation, and reject damaged and defective items. Measurements: The CONTRACTOR shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. Manufacturer's Instructions: Where installations include manufactured products, the CONTRACTOR shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

QUALITY CONTROL 01400-2

SECTION 01500 TEMPORARY UTILITIES AND FACILITIES

PART 1 - GENERAL 1.01 SUMMARY A. 1.02 Section includes requirements for temporary utilities and support facilities.

RELATED WORK SPECIFIED ELSEWHERE A. Summary of Work: 01110.

1.03

USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to VVWRA, the Engineer, BNSF, representatives of the Kemper Campbell Ranch, Representatives of the Lewis Learning Center, testing agencies, and authorities having jurisdiction. Water from Existing Systems: Water for construction purposes shall be obtained from the City of Victorville, the Lewis Learning Center, Kemper Campbell Ranch, and the Town of Apple Valley. The contractor shall coordinate his requirements with the various agencies or entities, provide a back/flow preventer and water meter, and pay all associated charges associated with the Contractor’s use of water. The Contractor shall provide connections and extensions of services as required for construction operations. Sanitary Service: The Contractor shall provide for sanitary service (porta-potties) at all construction locations. Electric Power Service from Existing System: The Contractor shall make arrangements for temporary power from the electrical power agencies and pay the associated fees and charges. The Contractor shall provide connections and extensions of services as required for construction operations. Telephone Service from Existing System: The Contractor shall make arrangements for temporary telephone service and pay the associated fees and charges. The Contractor shall provide connections and extensions of services as required for construction operations. Gas Service from Existing System: The Contractor shall make arrangements for temporary gas service and pay the associated fees and charges. The Contractor shall provide connections and extensions of services as required for construction operations.

B.

C.

D.

E.

F.

1.04

SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel.
TEMPORARY UTILITIES AND FACILITIES 01500-1

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

Erosion and Sedimentation Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. Fire-Safety Program: Show compliance with requirements of Article 34, Section 1805, b of Cal-OSHA, and Subpart F of the OSHA Standards for Construction and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire prevention program.

C.

1.05

QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. Accessible Temporary Egress: Coordinate with the Lewis Learning Center, Lee Graham of the Kemper Campbell Ranch, and BNSF for temporary egress and comply with all provisions as shown on the plans and within the BNSF permit requirements.

B. C.

1.06

PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities.

PART 2 - PRODUCTS 2.01 MATERIALS A. The Contractor shall provide either new or used materials and equipment, which are in substantially undamaged condition and without significant deterioration and which are recognized in the construction industry, by compliance with appropriate standards, as being suitable for intended use in each case. Where a portion of temporary utility is provided by utility company, the Contractor shall provide the remaining portion with matching and compatible materials and equipment and shall comply with recommendations of utility company.

2.02

TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls including heating and air conditioning, and foundations adequate for normal loading. Contractor is responsible for all utility connections including but not limited to power, water, sanitary facilities, janitorial services, pest and bug control, data communication. Contractor is responsible for all set up and tear down including but not limited to foundation system, utilities, and access stairways and ramps, and handrails. Field Office Site Security: The Contractor remains responsible for site security for all field offices and their contents. Contractor shall incorporate the needs of the field office
TEMPORARY UTILITIES AND FACILITIES 01500-2

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

security with the site security requirements contained within these specifications such that the field offices are protected from theft and vandalism. Should theft or vandalism occur on any of the Field Offices, the Contractor shall be responsible for the replacement of the stolen or damaged contents or offices. C. Contractor’s Field Office: Contractor is to supply a Contractor’s Field Office of sufficient size to accommodate needs of Contractor and his construction personnel. Contractor to supply his own furniture, desks, filing cabinets, computers, telephones, water for drinking, computers, faxes, photocopier, and any other items necessary for the Contractor’s activities. Contractor shall be responsible for janitorial, pest, and bug control services for his field office. Construction Manager’s Field Office: Contractor is to supply a separate Construction Manager’s Field Office of sufficient size to accommodate needs of the Construction Manager and his construction personnel. As a minimum, office shall be 56’-0” by 11’-9” with two separate 12’-0” office spaces, and one 32’-0” conference area separated by doors as manufactured by Anchor Modular, Model: OT-12x56 or the equivalent from another supplier. Contractor shall turn over 2 sets of keys to the field office to the Construction Manager once the field office is ready for use. Contractor is responsible for all utility connections including but not limited to power, water, sanitary facilities, data communication, etc… 1. Contractor shall set up power, telephone, and internet services on separate meters or accounts from the Contractor’s own Field Office for the Construction Management Field Office. Minimum data connectivity shall include 5G high speed internet browsing with internet access. The Construction Manager shall be responsible for paying the monthly utility bills associated with the power, telephone, data connectivity, and utilities for the Construction Manager’s Field Office.

D.

E.

Storage and Fabrication Sheds: Contractor shall provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations.

2.03

EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. HVAC Equipment: Provide all temporary enclosed facilities that are to be manned with the appropriate HVAC equipment with thermostatic control. 1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. Heating Units: Listed and labeled for type of fuel being consumed, by a qualified testing agency acceptable to authorities having jurisdiction, and marked for intended location and application.

B.

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-3

PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. General: Wherever feasible, the Contractor shall engage the utility company to install temporary service to project, or as a minimum, to make connection to existing utility service; locate services where they will not interfere with total project construction Work, including installation of permanent utility services; and maintain temporary services as installed for required period of use; and relocate, modify or extend as necessary from time to time during that period as required to accommodate total project construction Work. Approval of Electrical Connections: Temporary connections for electricity shall be subject to approval of the Engineer and the power company representative, and shall be removed in like manner at the Contractor's expense prior to final acceptance of the Work. Separation of Circuits: Unless otherwise permitted by the Engineer, circuits used for power purposes shall be separate from lighting circuits. Construction Wiring: Wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. Electrical facilities shall conform to the requirements of Title 8, Industrial Relations, Subchapter 5, Electrical Safety Orders, California Administrative Code; and Subpart K of the OSHA Safety and Health Standards for Construction.

B.

C.

D.

E. F.

3.02

TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. B. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services.

Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. The Contractor shall coordinate with the City of Victorville for obtaining sewer connection and shall pay all permit and sewer usage charges. The sewer capacity charges will be paid by the Contractor. Water Service: Provide an adequate supply of water of a quality suitable for all domestic and construction purposes. Install water service and distribution piping in sizes and pressures adequate for construction. 1. Water Connections: The Contractor shall not make connection to or draw water from any fire hydrant or pipeline without first obtaining permission of the
TEMPORARY UTILITIES AND FACILITIES 01500-4

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the Contractor shall first attach to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. The Contractor shall pay all permit and water charges. 2. The Contractor shall provide and operate all pumping facilities, pipelines, valves, hydrants, storage tanks, and all other equipment necessary for the adequate development and operation of the water supply system. Water used for domestic purposes shall be free of contamination and shall conform to the requirements of the State and local authorities for potable water. The Contractor shall be solely responsible for the adequate functioning of its water supply system and shall be solely liable for any claims arising from the use of same, including discharge or waste of water therefrom.

D.

Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Toilets at construction job sites shall conform to the requirements of Subpart D, Section 1926.51 of the OSHA Standards for Construction. 1. 2. Toilets: Use of VVWRA’s, Kemper Campbell Ranch, Lewis Learning Center, or other private existing toilet facilities will be not permitted. Sanitary and Other Organic Wastes: The Contractor shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the Contractor or organic material wastes from any other source related to the Contractor's operations shall be disposed of away from the Site in a manner satisfactory to the Engineer and in accordance with all laws and regulations pertaining thereto.

E.

Electric Power Service: The Contractor shall provide power required for its operations under the Contract, and shall provide and maintain all temporary power lines required to perform the Work in a safe and satisfactory manner. 1. Temporary Power Distribution: The CONTRACTOR shall provide a weatherproof, grounded, temporary power distribution system sufficient for performance of entire WORK of project, including temporary electrical heating where indicated, operation of test equipment and test operation of building equipment and systems which cannot be delayed until permanent power connections are operable, temporary operation of other temporary facilities, including permanent equipment and systems which must be placed in operation prior to use of permanent power connections (pumps, HVAC equipment, elevators, and similar equipment), and power for temporary operation of existing facilities (if any) at the Site during change-over to new permanent power system. Provide circuits of adequate size and proper power characteristics for each use; run circuit wiring generally overhead, and rise vertically in locations where it will be least exposed to possible damage from construction operations and will result in minimal interference with performance of the WORK; provide rigid steel conduit or equivalent raceways for wiring which must be exposed on grade, floors, decks, or other exposures to damage or abuse.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-5

F.

Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. 1. 2. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. Temporary Lighting: The CONTRACTOR shall provide a general, weatherproof, grounded temporary lighting system in every area of construction work, as soon as overhead floor/roof deck structure has been installed to provide sufficient illumination for safe work and traffic conditions. Run circuit wiring generally overhead, and rise vertically in locations where it will be least exposed to possible damage from construction operations and other areas of possible damage or abuse.

G.

Telephone Service: Provide temporary telephone service in common-use facilities for use by all construction personnel. 1. 2. Provide a dedicated telephone line for each field office with a dedicated facsimile machine in each field office. At each telephone, post a list of important telephone numbers. a. b. c. d. e. f. g. h. i. j. 3. Police and fire departments. Ambulance service. Contractor's home office. Contractor's emergency after-hours telephone number. Engineers' offices. VVWRA’s office. Principal subcontractors' field and home offices. BNSF Contact. Lahontan RWQCB City of Victorville

Provide superintendent with cellular telephone or portable two-way radio or cell phone for use when away from field office.

H.

Gas Service: The Contractor shall install gas service and distribution piping of size adequate for temporary heating of enclosed construction Work, construction offices, toilets, fabrication shops and similar temporary facilities requiring heat. Electronic Communication Service: Provide a desktop computer in the primary field office adequate for use by VVWRA and the Engineer to access project electronic documents and maintain electronic communications. Equip computer with not less than the following: 1. 2. Processor: Intel Pentium D or Intel CoreDuo, 3.0 GHz processing speed.

I.

Memory: 4.0 gigabyte.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-6

3.

Disk Storage: 300 gigabyte hard-disk drive and combination DVD-RW/CD-RW drive. Display: 22-inch LCD monitor with 128 Mb dedicated video RAM. Network Connectivity: 10/100BaseT Ethernet. Productivity Software: a. b. c. Microsoft Office Professional, XP or higher, including Word, Excel, and Outlook. Adobe Reader 7.0 or higher. WinZip 7.0 or higher.

4. 5. 6.

7.

Printer: "All-in-one" unit equipped with printer server, combining color printing, photocopying, scanning, and faxing, or separate units for each of these three functions. Internet Service: Broadband modem, router and ISP, equipped with hardware firewall, providing minimum 384 Kbps upload and 1 Mbps download speeds at each computer. Internet Security: Integrated software, providing software firewall, virus, spyware, phishing, and spam protection in a combined application.

8.

9.

3.03

SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. Maintain support facilities until Engineer schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to VVWRA.

2.

B.

Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations as indicated on Drawings. 1. 2. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. Comply with special provisions noted on plans, and VVWRA’s permit requirements and/or easement agreements with respect to entry into Kemper Campbell Ranch, Lewis Learning Center, and BNSF property.

C.

Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved areas in same location as permanent roads and paved areas. Construct and maintain temporary roads and paved areas adequate for construction operations. Extend
TEMPORARY UTILITIES AND FACILITIES 01500-7

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1. 2. Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. Prepare subgrade and install subbase and base for temporary roads and paved areas. Recondition base after temporary use, including removing contaminated material, regrading, proofrolling, compacting, and testing.

3. D.

Traffic Controls: Comply with requirements of Caltrans and the City of Victorville and other authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. Maintain access for fire-fighting equipment and access to fire hydrants.

2. E.

Parking: Provide temporary parking areas for construction personnel. Temporary parking areas shall not be on BNSF property, nor on 7th Street, nor on D Street in downtown Victorville. Dewatering Facilities and Drains: Comply with requirements of the City of Victorville, the Lahontan RWQCB, BNSF, the Kemper Cambpell Ranch, the Lewis Learning Center, and other authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities. Remove snow and ice as required to minimize accumulations.

F.

2. G.

Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Drawings. Provide Project identification signs as indicated on

2.

Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors.

3. H.

Maintain and touchup signs so they are legible at all times.

Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-8

I.

Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities.

J. 3.04

Temporary Stairs: Provide temporary stairs where ladders are not adequate.

SECURITY AND PROTECTION FACILITIES INSTALLATION A. B. Security: See Section 01160 Site Security. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Temporary Erosion and Sedimentation Control: Comply with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent and requirements specified in the plans and specifications. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. Tree and Plant Protection: Install temporary fencing located or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. All trees at Kemper Campbell Ranch shall be protected. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As indicated on Drawings.

C.

D.

E.

F.

G.

H.

I.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-9

2. J.

Maintain security by limiting number of keys and restricting distribution to authorized personnel.

Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is not complete, insulate temporary enclosures.

K.

L. M.

N.

Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. The Contractor's fire protection program shall conform to the requirements of Article 34, Section 1805, b of Cal-OSHA, and Subpart F of the OSHA Standards for Construction. 1. 2. Smoking is prohibited in all construction areas. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. Provide temporary standpipes and hoses for fire protection. Hang hoses with a warning sign stating that hoses are for fire-protection purposes only and are not to be removed. Match hose size with outlet size and equip with suitable nozzles.

3.

4.

3.05

THERMAL CONTROL A. Thermal Protection: The installation of HDPE and FPVC will exhibit thermal length changes. Contractor shall allow the pipeline to come to a thermal rest within the trenches, tunnels, and bore and jack casings prior to making final connections in manholes.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-10

3.06

OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. Maintenance: Maintain facilities in good operating condition until removal. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor except for the existing emergency by pass pumping station and associated pipelines. At Substantial Completion, repair, renovate, and perform site restoration of areas used during construction period.

B. C.

D.

2.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-11

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY UTILITIES AND FACILITIES 01500-12

SECTION 01505 MOBILIZATION

PART 1 - GENERAL 1.01 GENERAL A. B. CONTRACTOR shall mobilize as required for the proper performance and completion of the WORK and in accordance with the Contract Documents. Mobilization shall include at least the following items: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 1.02 Moving onto the Site of CONTRACTOR's materials and equipment necessary for the first month of operations. Installing temporary construction power, wiring, and lighting facilities. Establishing fire protection system. Developing construction water supply. Providing field offices for the CONTRACTOR and the ENGINEER, complete with furnishings, equipment, and utility services. Providing on-Site communication facilities, including telephones and radio pagers. Providing on-Site sanitary facilities and potable water facilities. Arranging for and erection of CONTRACTOR's WORK and storage yards. Constructing and implementing security features and requirements complying with Section 01160 – Site Security. Obtaining required permits. Having OSHA required notices and establishing safety programs. Having the CONTRACTOR's superintendent at the Site full time. Submitting initial submittals.

PAYMENT FOR MOBILIZATION A. The CONTRACTOR's attention is directed to the condition that 2 percent of the Contract Price will be deducted from any money due the CONTRACTOR as progress payments until mobilization items listed above have been completed. The aforementioned amount will be retained by VVWRA as the agreed, estimated value of completing the mobilization items listed. Any such retention of money for failure to complete such

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MOBILIZATION 01505-1

mobilization items shall be in addition to the retention from any payments due to the CONTRACTOR in accordance with the General Conditions. B. As soon as practicable after receipt of the Notice to Proceed, the CONTRACTOR shall submit a breakdown to the ENGINEER for approval, which shall show the estimated value of each major component of mobilization. When approved by the ENGINEER, the breakdown will be the basis for initial progress payments in which mobilization is included.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MOBILIZATION 01505-2

SECTION 01530 PROTECTION OF EXISTING FACILITIES

PART 1 - GENERAL 1.01 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than prior to such damage or temporary relocation, all in accordance with the Contract Documents.

1.02

RIGHTS-OF-WAY A. The CONTRACTOR shall not do any WORK that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights-of-way involved until notified that the VVWRA has secured authority therefor from the proper party. The CONTRACTOR shall implement actions required encroachment and easement agreements between VVWRA and the Lewis Learning Center, BNSF, and Kemper Campbell Ranch. Copies of such agreements are available at VVWRA for the Contractor’s review. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin work, if required by said party, and shall remove, shore, support, or otherwise protect such pipeline, transmission line, ditch, fence, or structure, or replace the same.

B.

1.03

PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. Survey markers or points disturbed by the CONTRACTOR shall be accurately restored after street or roadway resurfacing has been completed.

1.04

RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. The pavement restoration requirement to match existing sections shall apply to all components of existing sections, including sub-base, base, pavement, curb and gutter, and roadway markings. Temporary and permanent pavement shall conform to the requirements of the affected pavement owner. Pavements which are subject to partial removal shall be neatly saw cut in straight lines.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTION OF EXISTING FACILITIES 01530-1

B.

Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions. If no such period of time is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made.

C.

D.

1.05

EXISTING UTILITIES AND IMPROVEMENTS A. General: The CONTRACTOR shall protect underground Utilities and other improvements which may be impaired during construction operations, regardless of whether or not the Utilities are indicated on the Drawings. The CONTRACTOR shall take all possible precautions for the protection of unforeseen Utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. Except where the Drawings indicate Utilities have been field located during design or certain Utility locations shall be exposed as part of the WORK, the CONTRACTOR shall be responsible for exploratory excavations as it deems necessary to determine the exact locations and depths of Utilities which may interfere with its work. All such exploratory excavations shall be performed as soon as practicable after Notice to Proceed and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's progress. When such exploratory excavations show the Utility location as shown on the Drawings to be in error, the CONTRACTOR shall so notify the ENGINEER. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the Utility. Utilities to be Moved: In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the CONTRACTOR, be notified by the OWNER to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the CONTRACTOR shall notify the ENGINEER a sufficient time in advance for the necessary measures to be taken to prevent interruption of service.

B.

C. D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTION OF EXISTING FACILITIES 01530-2

E.

Utilities to be Removed: Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing Utility or other improvement which is indicated, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such Utility or improvement in a manner satisfactory to the ENGINEER and the owner of the facility. In all cases of such temporary removal or relocation, restoration to the former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the Utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. OWNER's Right of Access: The right is reserved to the OWNER and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-ofway, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. Underground Utilities Indicated: Existing Utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all Utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the CONTRACTOR, unless otherwise repaired by the owner of the damaged Utility. If the owner of the damaged facility performs its own repairs, the CONTRACTOR shall reimburse said owner for the costs of repair. Underground Utilities Not Indicated: In the event that the CONTRACTOR damages existing Utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, a verbal report of such damage shall be made immediately to the ENGINEER and a written report thereof shall be made promptly thereafter. The ENGINEER will immediately notify the owner of the damaged Utility. If the ENGINEER is not immediately available, the CONTRACTOR shall notify the Utility owner of the damage. If directed by the ENGINEER, repairs shall be made by the CONTRACTOR under the provisions for changes and extra work contained in Articles of the General Conditions. Costs of locating and repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such Utility facilities not indicated in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the WORK which was interrupted or idled by removal or relocation of such Utility facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the provisions of Articles of the General Conditions. Approval of Repairs: All repairs to a damaged Utility or improvement are subject to inspection and approval by an authorized representative of the Utility or improvement owner before being concealed by backfill or other work. Maintaining in Service: Unless indicated otherwise, oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the ENGINEER are made with the owner of said pipelines, duct, main, irrigation line, sewer,
PROTECTION OF EXISTING FACILITIES 01530-3

F.

G.

H.

I.

J.

K.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 1.06 TREES OR SHRUBS WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: Except where trees or shrubs are indicated to be removed, the CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or OWNER. Existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency and/or the OWNER. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. Cuts over 1-1/2 inches in diameter shall be coated with a tree paint product that is waterproof, adhesive, and elastic, and free from kerosenes, coal tar, creosote, or other material injurious to the life of the tree. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and/or the OWNER if any tree or shrub is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the OWNER, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree or shrub at its own expense. The tree or shrub shall be of a like size and variety as the one damaged, or, if of a smaller size, the CONTRACTOR shall pay to the owner of said tree a compensatory payment acceptable to the tree or shrub owner, subject to the approval of the jurisdictional agency or OWNER. The size of the tree or shrub shall be not less than 1-inch diameter nor less than 6 feet in height. Unless otherwise indicated, the CONTRACTOR shall water and maintain the replacement trees and shrubs for 6 months after planting.

B.

C.

1.07

LAWN AREAS A. Lawn or landscaped areas damaged during construction shall be repaired to match the pre-construction condition to the satisfaction of the land owner and the OWNER.

1.08

NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way, the CONTRACTOR shall notify the respective authorities representing the owners or agencies responsible for such facilities not less than 3 days nor more than 7 days prior to excavation so that a representative of said owners or agencies can be present during such work if they so desire. The CONTRACTOR shall also notify the regional notification center at 1-800-227-2600 or 811 at least 2 days, but no more than 14 days, prior to such excavation.
PROTECTION OF EXISTING FACILITIES 01530-4

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTION OF EXISTING FACILITIES 01530-5

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTION OF EXISTING FACILITIES 01530-6

SECTION 01550 SITE ACCESS AND STORAGE

PART 1 - GENERAL 1.01 HIGHWAY LIMITATIONS A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, BNSF limitations, and other limitations affecting transportation and ingress and egress to the Site. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for its construction operations.

1.02

TEMPORARY CROSSINGS A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants, commercial and industrial establishments, churches, schools, train stations, parking lots, service stations, motels, fire and police stations, and hospitals. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300-feet shall be provided. The CONTRACTOR shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. Temporary Bridges: Wherever necessary to maintain vehicular crossings, the CONTRACTOR shall provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the responsible individuals or authorities to omit such temporary bridges or steel plates, which written consent shall be delivered to the ENGINEER prior to excavation. Such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street, alleyway, or parking area during the performance of the WORK hereunder, and it shall conduct its operations to not interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. Except as otherwise noted or shown within the Contract Documents, no street shall be closed to the public without first obtaining permission of the ENGINEER and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept continuously open to traffic unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the ENGINEER or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by
SITE ACCESS AND STORAGE 01550-1

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

the CONTRACTOR to assure the use of sidewalks and the proper functioning of gutters, storm drain inlets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, the CONTRACTOR shall provide, place, and maintain necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the "Work Area Traffic Control Handbook," published by California Department of Transportation and the "FHWA Manual of Uniform Traffic Control Devices," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). 1. The CONTRACTOR shall take necessary precautions for the protection of the WORK and the safety of the public. Barricades and obstructions shall be illuminated at night, and lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. Signs, signals, and barricades shall conform to the requirements of Cal-OSHA and Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction. The CONTRACTOR shall submit 3 copies of a traffic control plan to the City Engineer for approval a minimum of 2 weeks prior to construction. The City Engineer shall be allowed access to observe these traffic control plans in use and to make any changes as field conditions warrant. Any changes required by the City Engineer shall supersede these plans and be done solely at the CONTRACTOR's expense. The CONTRACTOR shall remove traffic control devices when no longer needed, repair damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade.

2.

3.

E.

Temporary Street Closure: If closure of any street is required during construction, the CONTRACTOR shall apply in writing to the City Engineer and any other jurisdictional agency in advance of the required closure. A Traffic Control Plan shall accompany the application. Temporary Driveway Closure: The CONTRACTOR shall notify the VVWRA or occupant of the closure of the driveways to be closed more than one eight hour day at least 3 Days prior to the closure. The CONTRACTOR shall minimize the inconvenience and minimize the time period that the driveways will be closed. The CONTRACTOR shall fully explain to the VVWRA/occupant how long the closure will take and when closure will start.

F.

1.03

CONTRACTOR'S WORK AND STORAGE AREA A. The VVWRA has designated areas for the CONTRACTOR's exclusive use during the term of the Contract as a staging area for its construction operations on the WORK. At completion of WORK, the CONTRACTOR shall return this area to its original condition, including grading and landscaping. The CONTRACTOR shall make its own arrangements for any additional necessary offSite storage or shop areas necessary for the proper execution of the WORK.
SITE ACCESS AND STORAGE 01550-2

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

C.

Lands to be furnished by the VVWRA for staging sites are indicated. Should the CONTRACTOR find it necessary to use any additional land for staging or for other purposes during the construction of the WORK, it shall arrange for the use of such lands at its own expense. The CONTRACTOR shall construct and use a separate storage area for hazardous materials used in constructing the WORK. 1. For the purpose of this paragraph, hazardous materials to be stored in the separate area are products labeled with any of the following terms: Warning, Caution, Poisonous, Toxic, Flammable, Corrosive, Reactive, or Explosive. In addition, whether or not so labeled, the following materials shall be stored in the separate area: diesel fuel, gasoline, new and used motor oil, hydraulic fluid, cement, paints and paint thinners, two part epoxy coatings, sealants, asphaltic products, glues, solvents, wood preservatives, sand blast materials, and spill absorbent. Hazardous materials shall be stored in groupings according to the Material Safety Data Sheets. The CONTRACTOR shall develop and submit to the ENGINEER a plan for storing and disposing of the materials above. The CONTRACTOR shall obtain and submit to the ENGINEER a single EPA number for wastes generated at the Site. The separate storage area shall meet the requirements of authorities having jurisdiction over the storage of hazardous materials. The separate storage area shall be inspected by the ENGINEER prior to construction of the area, upon completion of construction of the area, and upon cleanup and removal of the area. Hazardous materials that are delivered in containers shall be stored in the original containers until use. Hazardous materials that are delivered in bulk shall be stored in containers meeting the requirements of authorities having jurisdiction. Hazardous materials shall not be stored within the limits of the Lewis Learning Center or the Kemper Cambpell Ranch or the BNSF railroad properties.

D.

2. 3. 4. 5.

6.

7.

8.

1.04

PARKING A. The CONTRACTOR shall: 1. Traffic and parking areas shall be maintained in a sound condition, free of excavated material, construction equipment, mud, and construction materials. The CONTRACTOR shall repair breaks, potholes, low areas that collect standing water, and other deficiencies. The CONTRACTOR shall not allow for staging, parking, or other construction activities along 7th Street or D Street except as otherwise noted on the Contract Documents.
SITE ACCESS AND STORAGE 01550-3

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SITE ACCESS AND STORAGE 01550-4

SECTION 01570 TRAFFIC REGULATION

PART 1 - GENERAL 1.01 DESCRIPTION

A.

This section describes procedures for traffic regulation during construction in public streets and highways.

1.02

REFERENCES A. State Specifications and Plans State of California, Department of Transportation (Caltrans) Standard Specifications and Plans Work Area Traffic Control Handbook

B. 1.03

WATCH

SUBMITTALS A. The Contractor shall prepare a traffic control plan in accordance with the WATCH handbook. The traffic control plan shall be prepared and signed by a registered traffic engineer and shall be submitted to the Engineer for review prior to or at the pre-construction meeting. No work involving or requiring traffic control shall begin until a traffic control plan has been approved by the Owner and Agencies.

1.04

MEASUREMENT AND PAYMENT A. Full compensation for Traffic Regulation and Contractor Work Sequence including furnishing all materials, labor, tools, equipment, and incidentals and performing all work described in this Section and as indicated on the Plans shall be included in the Contract price paid for “Traffic Control” and no additional compensation shall be allowed therefore.

PART 2 - MATERIALS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A. The Contractor shall: 1. Control traffic at those locations in conformance with the approved traffic control plans and specifications. Furnish, install, construct, maintain, and remove detours, road closures, lights, temporary signals, signs, striping, markings, barricades, fences, K-rail, flares, flagmen, drainage facilities, paving, and such other items and services as are necessary to adequately safeguard the public from hazard and inconvenience. All such work shall comply with the ordinances, directives, and regulations of
TRAFFIC REGULATION 01570-1

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

authorities with jurisdiction over the public roads in which the construction takes place and over which detoured traffic is routed by the Contractor. 3. Maintain and keep all temporary traffic control devices in good repair and working order until no longer required. The maintenance shall be at the Contractor's expense. The Contractor shall also pay the cost of replacing such devices that are lost or damaged, to such an extent as to require replacement, regardless of the cause of such loss or damage. Prior to the start of construction operations, notify the police, and fire departments in whose jurisdiction the project lies, giving the expected starting date and completion date. Notifications on job progress to the emergency service agencies shall be in accordance with procedures and channels to be established at the pre-construction meeting. Provide reflectorized cones, delineators, or barricades used in the diversion of traffic with flashers, arrow boards, or other approved illumination if in place during hours of darkness. All signs shall be illuminated or reflectorized unless otherwise approved by the appropriate Agency. Provide a minimum of 48-hours notice to the respective owning Agency for any work which may affect signal loops, equipment, or devices. In the event that any underground utilities, traffic devices, pipes, or conduits are damaged and require emergency repair by the respective owning Agency, all costs incurred by the respective owning Agency in making such repairs, plus administration costs, shall be paid by the Contractor. Post temporary "No Parking - Tow Away" signs 48 hours prior to work in areas where parking is normally permitted. Police departments of the Agencies within the project area shall be notified 48 hours prior to the posting of any temporary parking restrictions in the respective Jurisdiction. Coordinate the relocation of bus routes and bus stops with the appropriate bus companies three weeks in advance of construction activity affecting bus stops. Maintain a 24-hour emergency service to remove, install, relocate, and maintain warning devices and furnish to the authority having jurisdiction the names and telephone number of the person(s) responsible for this emergency service. In the event these persons do not promptly respond or the authority having jurisdiction deems it necessary to call out other forces to accomplish emergency service, the Contractor will be held responsible for the cost of such emergency service.

4.

5.

6.

7.

8.

9.

3.02

PERMITS A. Contractor shall obtain a traffic control permit from the City of Victorville and the Town of Apple Valley, and shall comply with the requirements for that permit. The permit requirements take precedence over these specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC REGULATION 01570-2

3.03

VEHICULAR TRAFFIC CONTROL A. Contractor shall comply with the general requirements of the referenced Standard Specifications, the "WATCH," the Plans and the following special requirements, unless otherwise approved or revised by the permits issued by the Agencies within the project area. Where traffic is directed around or adjacent to the construction area, the Contractor shall provide, install, maintain and remove delineators, barricades, lights, signs, and other devices required for the control of traffic as required by the traffic regulations of the Agencies in the project area. The Agencies in the project area have the right to direct the Contractor to relocate traffic control devices. All existing signing not in conformance with the detour plans shall be covered for the duration of the detour. All existing stop signs shall be relocated as required to provide visibility from all relocated traffic lanes. All existing striping in conflict with detour striping shall be removed by wet sandblasting. All existing raised pavement markers not in conformance with the detour striping shall be removed flush with the pavement. Temporary striping and pavement markings shall be paint. Accomplish construction in phases by detouring traffic from its normal patterns along the route as approved to form the construction zone. Restore traffic to normal patterns in each phase before proceeding to the next phase. Temporary concrete barriers (K-rail) shall be used wherever shown on the plans or where a traffic line is within five feet of an excavation more than 18 inches deep. K-Rail used on the project must be moved at the end of each day when the Agency permits require that all lanes of traffic be open at the end of each day. Where K-Rail does not affect permit conditions it may be allowed to remain in place provided it is reflectorized. Traffic lane transitions from permanent lanes to construction zone patterns shall be transitioned in accordance with the requirements for the normal posted speed limit and as shown on the plans. Certain local streets and alleys intersecting the pipeline route may be closed during construction activity within the intersections. The Contractor shall post detour signs directing motorists to alternative routes during intersection closures. All side street approach lanes to the intersection shall be kept open except when construction is actually taking place within the intersection. Affected lanes may be closed only as shown on the plans and as approved by the respective Agency Engineer. At the end of the work day, any materials or equipment left on the street shall be properly protected by K-Rail. Where allowed by Agency permits, only one lane adjacent to the outside curb or center median will be allowed for storage of materials and equipment. When required by Agency Permits, all materials, equipment, K-Rails and other traffic control devices shall be removed from the travel lanes.

B.

C.

D.

E.

F.

G.

H.

I.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC REGULATION 01570-3

3.04

PEDESTRIAN TRAFFIC CONTROL A. The Contractor shall maintain and delineate a minimum of one 4-foot-wide pedestrian walkway along each public street at all times during construction when there is an existing pedestrian walkway area. Maintain existing pedestrian accesses at intersections at all times. When existing crosswalks are blocked by construction activity, install signing directing pedestrian traffic to the nearest alternative crosswalk. Erect a fence or provide other means of securement to preclude unauthorized entry to any open excavation during all nonworking hours on a 24-hour basis including weekends and holidays. Said fence shall be a minimum of 7 feet high around the entire excavation, consisting of a minimum 9-gage chain link type fence fabric and shall be sturdy enough to prohibit toppling by children or adults. There shall be no openings under the wire large enough for any child to crawl through. Lock any gates if no adult is in attendance. Place warning signs spaced on 50-foot centers on the outside of the fence with the statement "DEEP HOLE DANGER." Special Considerations at Schools: When construction is within 500 feet of any elementary or high school crossing, place a guard at each school crossing during normal school hours whose prime responsibility is to provide safe guidance for children and adults past the construction area. When construction is within 500 feet of any preschool, the Contractor shall plan, coordinate and facilitate the relocation and operation of the a.m. drop-off and p.m. pick-up area of the preschool.

B.

C.

3.05

ACCESS TO ADJACENT PROPERTIES A. Maintain reasonable access from public streets to all adjacent properties at all times during construction. Prior to restricting normal access from public streets to adjacent properties, notify each property owner or responsible person, informing him of the nature of the access restriction, the approximate duration of the restriction, and the best alternate access route for that particular property. The pipeline route passes restaurants, commercial, and office complex areas with driveway access from streets impacted by the construction activity. To minimize access restrictions to these driveways, either backfill, compact, and provide temporary pavement or provide steel plates or bridging sufficient to support vehicular traffic across the trench in front of these driveways during nonworking hours. Single access driveways may be closed only during construction activity within the driveway areas. Driveways for properties with more than one access point may be closed for the duration of construction activity within the limits of the property served by the driveway. All driveway closures are subject to approval by the Owner. Access to police/fire station facilities shall be maintained at all times. Only one driveway to a safety facility shall be closed at any one time.

B.

C.

3.06

EXISTING TRAFFIC CONTROL DEVICES A. General: Existing permanent traffic control signs, barricades, and devices shall remain in effective operation unless a substitute operation is arranged for and approved as a portion of

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC REGULATION 01570-4

vehicular traffic control above. Traffic signal restoration work shall be in accordance with the referenced Standard Specifications, General Conditions and Special Conditions. B. Coordination: The Contractor shall be responsible for coordinating work for all traffic signal modifications necessitated by the traffic control plans such as, but not limited to covering traffic signal heads, realigning signal heads, and other hardware modifications. All equipment and controller modifications will be provided by the respective owning Agencies with a minimum of 48-hours notice as specified. Traffic Control Detection Loops: Traffic control detection loops have not been shown on the construction plans. Contractor shall completely replace traffic control detection loops which are cut, removed, or otherwise disturbed for construction of the pipeline to the original position or as directed by the owning Agency. All loop replacement work shall be in conformance with the referenced Standard Specifications General Conditions and Special Conditions and shall be performed at no additional cost. Conduits: Replace traffic signal conduits damaged to the nearest pull box, including new wire, back to the terminal, and/or back to the signal controller to the satisfaction of the owning Agency before proceeding to the next construction phase. Splicing is not permitted. All such damage shall be reported immediately to the owning Agency. E. Restriping of Streets: Temporary restriping shall be done by the Contractor as required by the respective Agency. Remove any temporary painted striping required for traffic control during construction by wet sandblasting or method approved by the owning Agency. Temporary striping includes any striping required on any pavement replaced prior to the final surface course. All permanent striping and markings shall be reinstalled in their original location by the Contractor. Replace any damaged or obliterated raised pavement markers in accordance with the standards of the agency having jurisdiction.

C.

D.

3.07

K-RAIL A. K-Rail used on the project must be moved at the end of each day when the Agency permits require that all lanes of traffic be opened at the end of each day. Where K-Rail does not affect permit conditions it may be allowed to remain in place provided it is reflectorized.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC REGULATION 01570-5

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC REGULATION 01570-6

SECTION 01580 PROJECT SIGNS

PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide four project identification signs, complete, in accordance with the Contract Documents.

PART 2 - PRODUCTS 2.01 SIGN CONSTRUCTION A. B. 2.02 The sign shall be constructed of 1/2-inch plywood with 4-inch by 4-inch supports and 2inch by 4-inch cross bracing. The sign face shall be 4-feet vertical by 8-feet horizontal.

COLORS A. B. The face shall be white. Lettering shall be black, block letter style.

2.03

SIGN CONTENT A. Sign content shall be as directed by VVWRA and the ENGINEER. The relationships of letter size and logo size shall also be as indicated.

PART 3 - EXECUTION 3.01 SIGN LOCATION A. The project signs shall be located on the site as directed by the ENGINEER to be constructed at such a location so as to be highly visible and not obstruct pedestrian or vehicular traffic. The sign shall be set 4-feet above the ground, measured from grade to the lower edge of the plywood sheet.

B. 3.02

REMOVAL A. The CONTRACTOR shall remove the project sign upon preparation of the Notice of Completion.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROJECT SIGNS 01580-1

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROJECT SIGNS 01580-2

SECTION 01600 PERMITS PART 1 - GENERAL 1.01 SUMMARY A. The Contractor shall be responsible for identifying and obtaining all permits and licenses required for this project. Cost and fees associated with said permits regardless of whether obtained by VVWRA or by the Contractor, shall be borne by VVWRA. The Contractor shall comply with all rules and regulations included in said permits and licenses. Should the Contractor fail to conform to said rules and regulations, VVWRA reserves the right to perform the work necessary to conform to the rules and regulations. The cost of such work will be deducted from any monies to become due to the Contractor. All Work performed shall be in accordance with the permit requirement of the agencies having jurisdiction including, but not limited to, work hours, traffic control and street renovation. The following plan approval/permits are required and include, but are not limited to: 1. Excavation Permit: No excavation permit is valid unless the Contractor contacts and obtains an inquiry I.D. number from “Underground Service Alert” (811) at least two working days prior to commencing excavation. City of Victorville: a. The Contractor shall obtain an Encroachment Permit from the City of Victorville. The Contractor is directed to procure the permit and comply with the conditions as described therein. VVWRA will pay all required permit fees. The Contractor shall obtain a Grading Permit from the City of Victorville. The Contractor is directed to procure the permit and comply with the conditions as described therein. VVWRA will pay all required permit fees.

B.

C.

D.

2.

b.

3.

California Regional Water Quality Control Board (CRWQCB) – Lahontan Region: The Contractor is required to obtain certification under Section 401 of the Federal Clean Water Act from the Lahontan RWQCB. The Contractor shall comply with the mitigation measures as described therein. Caltrans: VVWRA has applied for a Permanent Encroachment Permit for the D Street crossing from Caltrans. A copy of the permit application is provided in the Appendix. The Contractor is directed to procure the final permit and comply with the conditions as described therein. VVWRA will pay all required permit fees.

4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMITS 01600-1

5.

BNSF Railway: VVWRA has applied for a Pipe Line Crossing Permit from the BNSF Railway. A copy of the permit application is provided in the Appendix. The Contractor is directed to procure the final permit and comply with the conditions as described therein. VVWRA will pay all required permit fees. The Contractor shall also comply with the additional requirements listed in Section 01610, BNSF Requirements. Cal OSHA Mining and Tunneling Unit: The Contractor shall obtain an Underground Classification for each tunnel from the State of California Department of Industrial Relations Division of Occupational Safety and Health – Mining and Tunneling Unit. The Contractor shall comply with the conditions as described therein.

6.

E.

All other permits for construction of the project shall be met solely and fully by the Contractor.

PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used)

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMITS 01600-2

SECTION 01610 BNSF REQUIREMENTS

PART 1 - GENERAL 1.01 GENERAL A. The Contractor shall comply with all conditions and requirements of the BNSF permit agreement attached in the appendix including, but not limited to the following provisions noted within this and other specifications and on the plans. Liability 1. The Contractor, or assigns shall assume all risk and liability for accidents and damages that may occur to persons or property on account of this work, and shall indemnify and hold BNSF harmless from any and all costs, liabilities, expenses, suits, judgments or damages to persons or property or claims of any nature whatsoever arising out of or in connection with the permit, or the operation and performance thereunder by the utility, its agents, employees or subcontractors. In this regard, it is further understood and agreed that the contractor may be required to obtain insurance coverage as determined by BNSF. The Contractor agrees that if liability insurance is required, it will file with the designated office, prior to granting of the license, “Certificates of Insurance” or other evidence to show that the appropriate insurance is carried. Insurance as may be required shall be maintained in force until the final release of the Contractor by BNSF from all obligations under the terms of the license. The insurance contract shall cover claims for such length of time as law permits said claims. The insurance document shall include a clause requiring the insurer to notify BNSF ten (10) days in advance of any cancellation or change in insurance contacts. The Contractor is responsible for any subcontractor to be knowledgeable of the policy and to require all work to be in compliance with this policy. Subcontractors must carry a liability insurance policy unless the subcontractor is covered by the Contractor’s insurance.

B.

2.

3.

4.

C.

Noncompliance with any terms of this Utility Accommodation Policy or Utility License Agreements may be considered as cause for discontinuance of construction or operations until compliance is assured. Continued noncompliance will result in the revocation of the license. The cost of any work required by BNSF in the removal of non-complying construction will be assessed against the Contractor. Pipelines shall be installed under tracks by boring, jacking, or in some cases, opentrenching. WATER JETTING IS NOT PERMITTED. The Contractor shall notify BNSF a minimum of seventy-two (72) hours advance notice
BNSF REQUIREMENTS 01610- 1

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

prior to initiation of construction at each of the locations on BNSF property. 1.02 CONSTRUCTION A. The execution of the work on railroad property shall be subject to the inspection and direction of the Roadmaster or his representative. A representative of BNSF Signal Department must be present during installation if railroad signals are in the vicinity of the construction. Construction Shoring 1. The Contractor shall provide shoring plans signed and sealed by a Registered Civil Engineer in the State of California to accommodate BNSF’s E-80 railroad loading. The Contractor shall submit such plans to BNSF for their review and approval. The Contractor shall design and install shoring to carry Cooper’s E-80 Railroad live loading with diesel impact (AREMA Cooper’s loading Section 8-28). This 80,000-lb. axle load may be distributed laterally a distance of three (3) feet, plus a distance equal to the depth from structure grade line to base of rail, on each side of centerline of single tracks, or centerline of outer track where multiple tracks are to be crossed. In no case shall railroad loading design extend less than ten (10) feet laterally from centerline of track. Longitudinally, the load may be distributed between the five-foot axle spacing of the Cooper configuration. The Contractor shall incorporate all requirements by BNSF as found in their “Guidelines for Temporary Shoring” which can be found at http://www.uprr.com/aboutup/operations/specs/shoring/index.shtml

C.

C.

2.

D.

Safety 1. A safety orientation course should be completed by all workers prior to entering BNSF property. It is the Contractor’s responsibility to conduct the safety training and implementation of a safety program for its employees. Training materials are available on the web site: www.contractororientation.com. The contractor must comply with all federal, state, local, and BNSF safety regulations. Flagging a. When work is performed within twenty-five (25) feet of the centerline of the nearest track to the work, work at or near the railroad will require a dedicated flagman. 1) Railroad flagging will be required: a) During the period of construction when it is necessary for the Contractor to operate equipment in the vicinity of, or over, BNSF property which may endanger railroad operations, or
BNSF REQUIREMENTS 01610- 2

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

b)

Two or more railroad flagmen may be required at other times that the Railway Company Roadmaster’s sole discretion shall deem necessary.

2)

Flagging services shall be performed by BNSF employees and the total cost borne by the Contractor. The Contractor will be billed monthly at a rate to be determined by BNSF to include labor and payroll associated costs plus any expenses incurred by BNSF for flagging services. A written request for flagging services will be required at least 72 hours prior to the time when such services are needed. This request is made to the BNSF Roadmaster, as noted in agreement.

3)

4)

3.

Material Storage: Storage of materials, parking of equipment and vehicles when not used in actual utility work will not be permitted on railroad property.

E.

Preservation, Restoration and Cleanup 1. Disturbed Areas: a. Areas of railroad property, disturbed by the installation, maintenance, removal and relocation of utilities shall be kept to a minimum. Disturbed areas shall be returned to normal grade and elevation, with compaction of backfill material, and all excess and undesirable material removed by the Contractor. The Contractor shall replace destroyed vegetation by sodding, or seeding, fertilizing and mulching, or a combination thereof. The Contractor shall provide protection against erosion in disturbed areas that are subject to erosion. Such protection may be in the form of rock riprap, wash checks, hay or straw cover, or other material that is approved by BNSF and does not interfere with railroad maintenance and operations.

b.

c.

2.

Drainage Facilities: Care shall be taken to avoid disturbing existing drainage facilities. Underground utility facilities shall be bedded with pervious material and outlets provided for entrapped water. Underdrains should be provided where necessary. Cleanup: Unused material or debris shall be removed from the work site area. At the end of every construction day, construction equipment and materials shall be removed as far from the operating railroad tracks as possible (minimum 25 feet from centerline).

3.

F.

Protection of Vegetation 1. Trimming, Clearing or Removal of Vegetation:
BNSF REQUIREMENTS 01610- 3

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

a.

Consistent with the preservation of planted vegetation, consideration will be given to the Contractor for the necessary trimming, clearing or removal of vegetation to provide adequate clearance of overhead wires. Such work will be done in accordance with established practices and standards; however, approval will not be granted for wasteful or wanton trimming or removal in order to provide easy solutions to a difficult situation. No trees, shrubs, bushes, vines or ground cover on railroad property shall be sprayed, trimmed, cut down, rooted up, removed or mutilated in any manner unless a permit is granted by BNSF to do such work.

b.

2. 3.

Chemical Brush Control: Chemical brush control is not allowed. Tree Pruning: a. Tree pruning on railroad property for utility lines will utilize the best horticultural practices. All cut branches, dead limbs, etc., shall be removed. Such materials shall not be burned or disposed of on railroad property unless permission is granted by Utility License Agreement. Should burning be permitted, the Contractor will be held liable for any damage to grass, crops, native shrubs and trees arising from careless burning of such brush. Any and all limbs trimmed shall be removed with a clean cut and all limb scars over one (1) inch in diameter shall be treated with appropriate tree paint.

b.

c.

G.

Casing and Pipeline Installation: Casing and pipeline installations should be accomplished by directional boring, jack-and bore, tunneling or other approved methods. Tunneling construction under tracks will be permitted only under direct supervision of a BNSF Engineer. Tunneling procedures and equipment, as well as structural design, must have BNSF Structures Department approval prior to starting any work on BNSF property. Generally, tunneling shall not be considered where less than six (6) feet of cover exists, or where excessively sandy, loose or rocky soils are anticipated. Settlement, Heave and Surveying 1. The Contractor shall be responsible for any settlement or heave of the railroad track, backfill, fills, and embankments that may occur. Rail elevations over the work must be monitored at intervals prescribed by BNSF to detect any track movement. The Contractor shall provide continuous surveying of the railroad tracks in the vicinity of and directly over the location of the bore and jack installation at intervals as determined by BNSF. Movements of over one-quarter (1/4) inch vertically shall be immediately reported to the BNSF Roadmaster. Due to the danger to rail traffic that is caused
BNSF REQUIREMENTS 01610- 4

H.

2.

3.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

by only small amounts of track movement, BNSF forces may have to be called to surface the track several times. Should the Contractor’s continuous surveying indicate otherwise, the Contractor shall notify BNSF immediately and take the appropriate corrective action as instructed by and to the satisfaction of BNSF. 4. The Contractor shall submit a monitoring plan for approval prior to commencement of construction. In addition, the Contractor shall submit daily monitoring reports during construction to the Engineer and to BNSF. The following requirements shall apply to these construction methods: a. The use of water under pressure jetting or puddling will not be permitted to facilitate boring, pushing or jacking operations. Some boring may require water to lubricate cutter and pipe, and under such conditions, is considered dry boring. Where unstable soil conditions exist, boring or tunneling operations shall be conducted in such a manner as not to be detrimental to the railroad being crossed. If excessive voids or too large a bored hole is produced during casing or pipeline installations, or if it is necessary to abandon a bored or tunneled hole, prompt remedial action should be taken by the Contractor. All voids or abandoned holes caused by boring or jacking are to be filled by pressure grouting. The grout material should be sand cement slurry with a minimum of two (2) sacks of cement per cubic yard and a minimum of water to assure satisfactory placement. The hole diameter resulting from bored or tunneled installations shall not exceed the outside diameter of the utility pipe, cable or casing (including coating) by more than one and one-half (1-1/2) inches for pipes with an inside diameter of twelve (12) inches or less, or two (2) inches on pipes with an inside diameter greater than twelve (12) inches. Pits for boring, tunneling or jacking will not be permitted within thirty (30) feet of the centerline of track; or closer to the track than the toe of fill slopes in fill sections, or toe of shoulder slopes in ditch sections when pipes are allowed on the railroad property. Pits for boring, tunneling or jacking are anticipated to encounter groundwater. When dewatering the pits, close observation shall be maintained to detect any settlement or displacement of track, ground or facilities. The Contractor shall coordinate the requirements of the BNSF railroad with the requirements of dewatering specified in Section 01130, Dewatering. 1) When dewatering, close observation shall be maintained to
BNSF REQUIREMENTS 01610- 5

5.

b.

c.

d.

e.

f.

g.

h.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

2)

3)

detect any settlement or displacement of the BNSF track, ground, or facilities. Pressure grouting of soils is required due to high ground water levels and the Contractor shall submit to BNSF for their review and approval the materials and methods to be used for injection in accordance with Section 01130, Dewatering. The Contractor shall prepare a Dewatering Plan (DP) in accordance with Section 01130, Dewatering, and shall submit to BNSF for their review and approval.

6.

Contractor shall install sacrificial anode on each side of casing pipe to provide cathodic protection to the casing pipe. Vents: In casing pipe installations, vents are appurtenances by which fluids or gases between carrier and casing may be inspected, sampled, exhausted or evacuated. a. b. Vents shall be located at both ends of the casings. Vent standpipes shall be located and constructed so as not to interfere with maintenance of the railroad or to be concealed by vegetation. The Contractor shall provide a sign makring the location of the vent pipe located at the property line. The markers shall give the name and address of the owner, and a phone number to contact in case of emergency. Vent pipes shall be two (2) inches in diameter and shall be attached near each end of casing, projecting through ground surface at property lines.

7.

c.

1.02

Vent pipes shall extend not less than four (4) feet above ground surface. Top of vent pipes shall be fitted with a down-turned elbow, properly stainless steel ASTM A316 screen; or a relief valve. PERMIT REQUIREMENTS A. The Contractor shall comply with all of the provisions of the three individual BNSF permits obtained by VVWRA for this work. These documents are Permit No. 12-44477, 12-44479, and 12-44507. Additionally, the Contractor shall be required to purchase and obtain the following which is to be included within the Contractor’s bid for that item of work: a. The Contractor’s own Commercial General Liability Insurance, Business Automobile Insurance, Workers Compensation and Employers Liability Insurance, and Railroad Protective Liability Insurance. The Contractor shall provide all employees working within 50-feet of the railroad tracks the required BNSF Contractor’s Orientation Railroad Course annually. This course is available on-line through www.contractororientation.com.

d.

b.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BNSF REQUIREMENTS 01610- 6

SECTION 01700 PROJECT CLOSEOUT

PART 1 - GENERAL 1.01 FINAL CLEANUP A. The CONTRACTOR shall promptly remove from the vicinity of the completed WORK, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the WORK by the OWNER will be withheld until the CONTRACTOR has satisfactorily performed the final cleanup of the Site.

1.02

CLOSEOUT TIMETABLE A. The CONTRACTOR shall establish dates for equipment testing, acceptance periods, and on-site instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the OWNER, the ENGINEER, and their authorized representatives sufficient time to schedule attendance at such activities.

1.03

FINAL SUBMITTALS A. The CONTRACTOR, prior to requesting final payment, shall obtain and submit the following items to the ENGINEER for transmittal to the OWNER: 1. 2. 3. 4. 5. 6. Written guarantees, where required. New permanent cylinders and key blanks for all locks. Completed record drawings. Bonds etc., as required. Certificates of inspection and acceptance by local governing agencies having jurisdiction. Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law.

1.04

MAINTENANCE AND GUARANTEE A. B. The CONTRACTOR shall comply with the maintenance and guarantee requirements contained in the General Conditions. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of such required repair work, and any repair or resurfacing constructed by the CONTRACTOR which becomes necessary by reason of such settlement shall likewise be considered as a part of such required repair work unless

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROJECT CLOSEOUT 01700-1

the CONTRACTOR shall have obtained a statement in writing from the affected private owner or public agency releasing the OWNER from further responsibility in connection with such repair or resurfacing. C. The CONTRACTOR shall make all repairs and replacements promptly upon receipt of written order from the OWNER. If the CONTRACTOR fails to make such repairs or replacements promptly, the OWNER reserves the right to do the WORK and the CONTRACTOR and its surety shall be liable to the OWNER for the cost thereof.

1.05

BOND A. The CONTRACTOR shall provide a bond to guarantee performance of the provisions contained in Paragraph "Maintenance and Guarantee" above, and the General Conditions.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROJECT CLOSEOUT 01700-2

SECTION 01702 CONSTRUCTION SURVEYING

PART 1 - GENERAL 1.01 DESCRIPTION A. The WORK under this Section includes providing all labor, materials, tools and equipment necessary to perform all surveying and staking necessary for the completion of the Project in conformance with the Drawings and Specifications and standard engineering and surveying practices, including all calculations required to accomplish the WORK. The WORK shall include potholing, staking, referencing and all other actions as may be required to construct the new sewer interceptor and its manholes, verify, preserve, and restore existing utilities, monuments, property lines, grades, road ways including sidewalks, curb and gutter, and to verify and protect habitat areas and other areas as noted on the plans and within the environmental documents, and any other fixed elements which may be impacted by the Work situated within the Project area, and to establish monuments as shown on the Drawings.

B.

1.02

QUALITY OF WORK A. All work shall follow recognized professional practice and the standards of the industry. The work shall be performed to the accuracy and detail appropriate for the type of job. Notes, sketches, and other data shall be complete, recorded neatly, legible, reproducible and organized in a manner that facilitates ease in review and will allow reproduction of copies for job documentation. Survey equipment that requires little or no manual recording of field data shall have survey information documented. All computations shall be mathematically correct and shall include information to identify the bid item, date, and who performed, checked and approved the computations. Computations shall be legible, complete and clearly document the source of all information used including assumptions and measurements collected. If a computer program is used to perform the computations, the Contractor shall provide the Engineer with the software identification, vendor’s name, version number, and other pertinent data, prior to beginning survey activities. Computer generated computations shall show all input data including values assigned and assumptions made. The elevations of permanent and temporary benchmarks shall be determined and recorded to the nearest 0.01 foot. Differential leveling and transit traverses shall be of such precision that the error of vertical closure in feet shall not exceed plus or minus 0.1 times the square root of the traverse distance in miles. Linear measurements shall be accurate to within 1.0 foot in 5000 feet. The angular error of closure for transit traverses shall not exceed 1.0 minute times the square root of the number of angles turned. The minimum requirements for placing slope stakes shall be at 100 foot stations for tangents, as little as 25-feet for sharp curves, breaks in the original ground surface and at
CONSTRUCTION SURVEYING 01702-1

B.

C.

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

any other intermediate stations necessary to insure accurate location for construction layout and measurement. Slope stakes and cross sections shall be perpendicular to the centerline. Significant breaks in grade shall be determined for cross sections. Distances shall be measured horizontally and recorded to the nearest 0.1 foot. Side shots for interim construction stakes may be taken with a hand level. F. Measurements for stationing and establishing the location of structures shall be made to the nearest 0.1 foot. Elevations for concrete work and pipelines shall be determined and recorded to the nearest 0.01 foot. Elevations for earthwork shall be determined and recorded to the nearest 0.1 foot.

G.

1.03

PRIMARY CONTROL A. The baselines for primary control, necessary to establish lines and grades needed for construction, are shown on the drawings. These baselines shall be used as the origin of all surveys, layouts and measurements to establish construction lines and grades. The Contractor shall establish and then take all necessary precautions to prevent the loss or damage of primary control points. Any stakes and/or control points lost or damaged by construction activity will be re-established by the Contractor or at Contractor expense.

B.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 CONSTRUCTION A. All surveying involving property lines or monuments shall be done by, or under the direction of, a Registered Land Surveyor licensed in the State of California. The project plans and City of Victorville and the Town of Apple Valley will supply information relative to the approximate locations of monuments and corners, but final responsibility for locations, referencing, and restoration shall rest with the CONTRACTOR. In the event the CONTRACTOR does not replace the survey monuments and property corners disturbed by the CONTRACTOR’s operations, the VVWRA may, after first notifying the CONTRACTOR, replace the monuments in question. The cost of such replacements shall be deducted from payments to the CONTRACTOR. The CONTRACTOR shall provide the VVWRA with a copy of all surveyors' notes, if requested by the ENGINEER, prior to each Pay Request. The CONTRACTOR shall provide the VVWRA with a copy of all surveyors' notes, prior to the request for final payment, and include the information on the record drawings.

B.

C.

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONSTRUCTION SURVEYING 01702-2

F.

The CONTRACTOR shall obtain all information necessary for as-built plan production, from actual measurements and observations made by its own personnel, including Subcontractors, and submit this information to the ENGINEER. The CONTRACTOR shall use competent, qualified personnel and suitable equipment for the layout work required and shall furnish all stakes, templates, straightedges and other devices necessary for establishing, checking and maintaining the required points, lines and grades. The CONTRACTOR shall perform all staking necessary to delineate clearing and/or grubbing limits; all cross sections necessary for determination of excavation and fill quantities, including intermediate and/or remeasure cross sections as may be required; all surveying to ensure that the interceptor and its manholes are constructed to the lines and grades as indicated on the Contract Documents; including the necessary checking to establish the proper location lines and grades best fit the conditions on site as shown on the plans and specifications for the lines and grades indicated; the setting of such finishing stakes as may be required within paved areas and to restore unpaved areas to their pre-construction condition; the staking of right-of-way; the staking, referencing and other actions as may be required to preserve or restore land monuments and property corners; and all other staking necessary to complete the project. Field notes shall be kept in standard bound notebooks in a clear, orderly and neat manner, consistent with standard engineering and surveying practices. The CONTRACTOR’s field books shall be available for inspection by the ENGINEER at any time. All field survey notes, including those which become source documentations from which quantities for payment are computed, shall be recorded by a notekeeper furnished by the CONTRACTOR. The notekeeper shall be thoroughly familiar with generally accepted standards of good survey notekeeping practice. The ENGINEER may randomly spot-check the CONTRACTOR’s surveys, staking and computations at the ENGINEER’s discretion. After the survey or staking has been completed, the CONTRACTOR shall provide the ENGINEER with a minimum of 72 hours notice prior to performing any WORK, and shall furnish the appropriate data as required, to allow for such random spot-checking; however, the VVWRA assumes no responsibility for the accuracy of the WORK. Within ten days of Notice to Proceed, unless otherwise approved by the ENGINEER, the CONTRACTOR shall stake the location of the new sewer interceptor and its new manholes indicating the lines and grades of the proposed sewer interceptor including the following: the three tie-in points, any utilities which must be protected in-place, the monuments which must be protected or restored, the pavement areas, curb and gutter, and the property lines and right of way lines within the work route.

G.

H.

I.

J.

K.

L.

3.02

RECORDS A. All survey data shall be recorded in fully identified standard hardbound engineering survey field notebooks with consecutively numbered pages. All field notes and printed data shall include the purpose or description of the work, the date the work was performed, weather data, sketches and the personnel who performed and checked the work. Electronically generated survey data and computations shall be bound, page
CONSTRUCTION SURVEYING 01702-3

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

numbered and cross-referenced in a bound field notebook containing the index for all survey activities. All work shall follow recognized professional practice. B. The construction survey records shall be available at all times during the progress of the work for examination and use by the Engineer and when requested, copies shall be made available. The original field notebooks and other records shall be provided to and become the property of the owner prior to final payment and acceptance of all work. Complete documentation of computations and supporting data for progress payments shall be submitted to the Engineer with each invoice for payment. Notes shall be provided as soon as possible after completion to the Engineer for the purpose of determining final payment quantities.

C.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONSTRUCTION SURVEYING 01702-4

SECTION 01710 TRAFFIC CONTROL

PART 1 - GENERAL 1.01 DESCRIPTION A. The work shall consist of establishing traffic control and maintaining safe, convenient use of public roads and rights-of-way.

1.02

PERMITS A. Contractor shall obtain a traffic control permit from the City of Victorville and shall comply with the requirements for that permit. The permit requirements take precedence over these specifications.

1.03

TRAFFIC ACCESS A. The Contractor’s operations shall not cause unnecessary inconvenience to the public. The public rights-of-way shall be maintained at all times unless interruption is authorized by proper local authority. Traffic Control plans are provided within the Construction Documents. Should the Contractor elect to deviate from these plans, the Contractor shall provide traffic control plans to the Engineer and the City of Victorville for review and approval signed and sealed by a licensed Civil Engineer and Traffic Control Engineer in the State of California. Safe and adequate access shall be provided and maintained to all public protection devices and to all critical utility control locations. Facility access shall be continuous and unobstructed unless otherwise approved.

B.

1.04

STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREETS A. Construction materials and equipment shall not be stored or parked on public streets, roads, or highways. During any material or equipment loading and/or unloading activities that may temporarily interfere with traffic, acceptable detour(s) shall be provided for the duration of the activity. Any associated expense for this activity will be the responsibility of the Contractor. Excavated material, including suitable material that is intended for adjacent trench backfills or other earth backfill as specified in the Contract Documents, shall not be stored in public streets, roads, or highways that remain in service for the public. Any waiver of this requirement must be obtained from the proper local authority and approved by the Engineer. All excess and unsuitable material shall be removed from the site as soon as possible. Any spillage shall be removed from roadways prior to use by the public.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC CONTROL 01710-1

1.05

STREET CLOSURES, DETOURS, AND BARRICADES A. The Contractor shall comply with the requirements of all applicable responsible units of government for closure of any street, road, or highway. The Contractor shall provide the required barriers, guards, lights, signs, temporary bridges, and flaggers together with informing the public of any detours and construction hazards by the most suitable means available such as local newspapers, local radio stations, etc. The Contractor shall also be responsible for compliance with additional public safety requirements that may arise during construction. The Contractor shall furnish and install, and upon completion of the work, promptly remove all signs, warning devices, and other materials used in the performance of this work. Unless otherwise specified, not less than seven (7) days prior to closing, or partially closing, or reopening any street, road, or highway, the Contractor shall notify, in writing, the Fire Chief, Police Chief, County Sheriff, State Patrol, schools that operate school buses, or any other government official as may be appropriate. Unless otherwise specified, the Contractor shall furnish to the Engineer a written plan showing the proposed method of signing, barricading for traffic control, and safety for street detours and closures. All temporary detours will be maintained to ensure use of public rights-of-way is provided in a safe manner. This may include dust control, grading, graveling, etc. as required in the Contract Documents.

B.

C.

D.

1.06

GENERAL AND SPECIFIC REFERENCES A. All signs, signals, barricades, use of flaggers, and other traffic control and public safety devices shall conform to the general requirements set forth in the "Manual of Uniform Traffic Control Devices" (MUTCD) and the latest edition of "Standard Highway Signs and Standard Alphabets for Highway Signs" and/or OSHA Construction Industry Standards (29 CFR Part 1926), Subpart G, Signs, Signals, and Barricades and as required in the Contract Documents. Where traffic is directed around or adjacent to the construction area, the Contractor shall provide, install, maintain and remove delineators, barricades, lights, signs, and other devices required for the control of traffic as required by the traffic regulations of the Agencies in the project area. The Agencies in the project area have the right to direct the Contractor to relocate traffic control devices. All existing signing not in conformance with the detour plans shall be covered for the duration of the detour. All existing stop signs shall be relocated as required to provide visibility from all relocated traffic lanes. All existing striping in conflict with detour striping shall be removed by wet sandblasting. All existing raised pavement markers not in conformance with the detour striping shall be removed flush with the pavement. Temporary striping and pavement markings shall be paint. Accomplish construction in phases by detouring traffic from its normal patterns along the route as approved to form the construction zone. Restore traffic to normal patterns in each phase before proceeding to the next phase.
TRAFFIC CONTROL 01710-2

B.

C.

D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

E.

Temporary concrete barriers (K-rail) shall be used wherever shown on the plans or where a traffic line is within five feet of an excavation more than 18 inches deep. K-Rail used on the project must be moved at the end of each day when the Agency permits require that all lanes of traffic be open at the end of each day. Where K-Rail does not affect permit conditions it may be allowed to remain in place provided it is reflectorized. Traffic lane transitions from permanent lanes to construction zone patterns shall be transitioned in accordance with the requirements for the normal posted speed limit and as shown on the plans. Certain local streets and alleys intersecting the pipeline route may be closed during construction activity within the intersections. The Contractor shall post detour signs directing motorists to alternative routes during intersection closures. All side street approach lanes to the intersection shall be kept open except when construction is actually taking place within the intersection. Affected lanes may be closed only as shown on the plans and as approved by the respective Agency Engineer. At the end of the work day, any materials or equipment left on the street shall be properly protected by K-Rail. Where allowed by Agency permits, only one lane adjacent to the outside curb or center median will be allowed for storage of materials and equipment. When required by Agency Permits, all materials, equipment, K-Rails and other traffic control devices shall be removed from the travel lanes.

F.

G.

H.

I.

1.07

PEDESTRIAN TRAFFIC CONTROL A. The Contractor shall maintain and delineate a minimum of one 4-foot-wide pedestrian walkway along each public street at all times during construction when there is an existing pedestrian walkway area. Maintain existing pedestrian accesses at intersections at all times. When existing crosswalks are blocked by construction activity, install signing directing pedestrian traffic to the nearest alternative crosswalk. Provide trench covers, erect a fence, and provide other means of securement to preclude unauthorized entry to any open excavation during all nonworking hours on a 24-hour basis including weekends and holidays. All open trenches shall be covered with trench plates to prevent unauthorized persons from entering trenches when not being worked on by the Contractor. Said fence shall be a minimum of 7 feet high around the entire excavation, consisting of a minimum 9-gage chain link type fence fabric and shall be sturdy enough to prohibit toppling by children or adults. There shall be no openings under the wire large enough for any child to crawl through. Lock any gates if no adult is in attendance. Place warning signs spaced on 50-foot centers on the outside of the fence with the statement "DEEP HOLE DANGER." Special Considerations at Schools: When construction is within 500 feet of any elementary or high school crossing, place a guard at each school crossing during normal school hours whose prime responsibility is to provide safe guidance for children and adults past the construction area. When construction is within 500 feet of any preschool, the Contractor shall plan, coordinate and facilitate the relocation and operation of the a.m. drop-off and p.m. pick-up area of the preschool.

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC CONTROL 01710-3

1.08

ACCESS TO ADJACENT PROPERTIES A. Maintain reasonable access from public streets to all adjacent properties at all times during construction. Prior to restricting normal access from public streets to adjacent properties, notify each property owner or responsible person, informing him of the nature of the access restriction, the approximate duration of the restriction, and the best alternate access route for that particular property. The pipeline route passes restaurants, commercial, and office complex areas with driveway access from streets impacted by the construction activity. To minimize access restrictions to these driveways, either backfill, compact, and provide temporary pavement or provide steel plates or bridging sufficient to support vehicular traffic across the trench in front of these driveways during nonworking hours. Single access driveways may be closed only during construction activity within the driveway areas. Driveways for properties with more than one access point may be closed for the duration of construction activity within the limits of the property served by the driveway. All driveway closures are subject to approval by the Owner. Access to police/fire station facilities shall be maintained at all times. Only one driveway to a safety facility shall be closed at any one time.

B.

C.

1.09

EXISTING TRAFFIC CONTROL DEVICES A. General: Existing permanent traffic control signs, barricades, and devices shall remain in effective operation unless a substitute operation is arranged for and approved as a portion of vehicular traffic control above. Traffic signal restoration work shall be in accordance with the referenced Standard Specification, General Conditions and Special Conditions. Coordination: The Contractor shall be responsible for coordinating work for all traffic signal modifications necessitated by the traffic control plans such as, but not limited to covering traffic signal heads, realigning signal heads, and other hardware modifications. All equipment and controller modifications will be provided by the respective owning Agencies with a minimum of 48-hours notice as specified. Traffic Control Detection Loops: Traffic control detection loops have not been shown on the construction plans. Contractor shall completely replace traffic control detection loops which are cut, removed, or otherwise disturbed for construction of the pipeline to the original position or as directed by the City of Victorville. All loop replacement work shall be in conformance with the referenced Standard Specifications, General Conditions and Special Conditions and shall be performed at no additional cost. Conduits: Replace traffic signal conduits damaged to the nearest pull box, including new wire, back to the terminal, and/or back to the signal controller to the satisfaction of the City of Victorville before proceeding to the next construction phase. Splicing is not permitted. All such damage shall be reported immediately to the City of Victorville.

B.

C.

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC CONTROL 01710-4

F.

Restriping of Streets: Temporary restriping shall be done by the Contractor as required by the respective Agency. Remove any temporary painted striping required for traffic control during construction by wet sandblasting or method approved by the City of Victorville. Temporary striping includes any striping required on any pavement replaced prior to the final surface course. All permanent striping and markings shall be reinstalled in their original location by the Contractor. Replace any damaged or obliterated raised pavement markers in accordance with the standards of the agency having jurisdiction.

1.10

MEASUREMENT AND PAYMENT A. For items of work for which specific lump sum prices are established in the contract, payment for the work will be made at the contract lump sum price. Progress payments will be made based upon the percentage of estimated total time that traffic control will be required. Payment will constitute full compensation for all flaggers, labor, materials, equipment and all other items necessary and incidental to completion of the work. Compensation for any item of work described in the contract but not listed in the bid schedule will be included in the payment for the item of work to which it is made subsidiary. Such items and items to which they are made subsidiary their specifications specification.

B.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC CONTROL 01710-5

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRAFFIC CONTROL 01710-6

SECTION 02110 CLEARING, GRUBBING, AND STRIPPING PART 1 - GENERAL 1.01 THE REQUIREMENT A. CONTRACTOR shall furnish all tools, equipment materials, and supplies and shall perform all labor to complete the work associated with removal of all natural and artificial objectionable material from the designated areas of Work as indicated in the Contract Documents. This Work shall also include the protection from injury and preservation of existing improvements, adjacent property, utility, vegetation, and existing objects designated to remain. Prior to commencing the Work, obtain acceptance from the ENGINEER regarding methods to be used and disposal of removed materials. The Contractor shall subcontract directly with Lee Graham 17109 Eureka Street Victorville, CA 92395 (760) 245-7695 Ranch Manager for Kemper Campbell Ranch for all Clearing, Grubbing, and Stripping of all work areas on the Kemper Campbell Ranch. All stockpiles at the Kemper Campbell Ranch shall be covered with plastic secured to prevent windblown and rain erosion for the duration of the project. Refer to the plans for additional requirements at the LCER, which must be cleared by hand, and in the presence of TDA and a representative of the Native American Indians.

B.

C. D.

E.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. Section 02200, Earthwork Section 02050, Demolition

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. 1. Industry Standards: SSPWC Subsection 7-8 Standard Public Works Construction, Project Site Maintenance Specifications for

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CLEARING, GRUBBING, AND STRIPPING 02110-1

C.

Comply with the applicable reference Specifications as directed in the Standard Specifications, General Conditions and Special Conditions.

1.04

CONTRACTOR SUBMITTALS A. B. Submit schedule of clearing, grubbing, and erosion control measures to be put in place for all work scheduled during the rainy season (October - April). Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions and as specified herein.

1.05

QUALITY ASSURANCE A. General: Comply with the requirements specified herein and the applicable reference Specifications, General Conditions Special Conditions, and General Requirements.

PART 2 - PRODUCTS 2.01 CLEARING A. Clearing shall consist of removing all vegetable growth such as trees, roots, stumps, shrubs, brush, limbs, and other vegetative growth. Remove all evidence of their presence from the growth surface. Clearing shall also include the removal and disposal of trash piles, rubbish, and fencing.

2.02

PRESERVATION OF TREES, SHRUBS, AND OTHER VEGETATION A. Protect trees, shrubbery, and other vegetation not designated for removal from damage resulting from the Work. Cut and remove tree branches only where, in the opinion of the ENGINEER, such cutting is necessary to affect construction. Scars resulting from the removal of branches shall be treated with an approved tree sealant. The ENGINEER will identify all trees for removal, relocation, or preservation.

2.03

GRUBBING A. Grubbing shall consist of the removal and disposal of wood, stumps, or root matter a minimum of 36 inches below existing ground surface or bottom of subgrade, whichever is deeper, unless otherwise shown on the Drawings. Clearing shall include stumps, logs, roots, or root systems greater than 1.5 inches in diameter or thickness.

2.04

CLEARING AND GRUBBING FOR TRENCHING A. The CONTRACTOR shall obtain ENGINEER’s approval before beginning excavation. The CONTRACTOR shall complete clearing and grubbing prior to the start of trenching. The CONTRACTOR shall not permit excavated materials to cover vegetation prior to disposal.

2.05

REMOVAL AND DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. General: All materials removed shall be disposed of outside the right-of-way. No accumulation of flammable material shall remain on or adjacent to the right-of-way. The roadway and adjacent areas shall be left with a neat and finished appearance.
CLEARING, GRUBBING, AND STRIPPING 02110-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

Bituminous Pavement: Bituminous pavement removal shall be in conformance with SSPWC Section 300-1.3.2 (a). Estimated thickness of paving sections to be removed are shown on of the Drawings. Concrete Pavement: Concrete pavement removal shall be in conformance with SSPWC Section 300-1.3.2 (b). Estimated thickness of paving sections to be removed are shown on of the Drawings. Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections: Concrete removal shall be in conformance with SSPWC Section 300-1.3.2 (c).

C.

F.

2.06

STRIPPING A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The depth of stripping shall be as shown on the Drawings and specified herein. Topsoil from the stripping shall be stockpiled and used for the finished site grading. Excess topsoil will be placed in the waste disposal areas designated by the ENGINEER.

B.

PART 3 - EXECUTION 3.01 CLEARING AND GRUBBING A. 3.02 Clearing and grubbing shall be in conformance with the SSPWC Section 300-1.

STRIPPING A. Prior to beginning any excavation or fill, strip the topsoil to a depth sufficient to remove all organic material. In general, topsoil shall be removed where structures are to be built, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil. In lieu of reusing stockpiled topsoil, use imported topsoil as required for final grading. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CLEARING, GRUBBING, AND STRIPPING 02110-3

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CLEARING, GRUBBING, AND STRIPPING 02110-4

SECTION 02200 EARTHWORK PART 1 - GENERAL 1.01 THE REQUIREMENT A. The work of this section includes all earthwork required for construction of the Work. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, grading, moisture-conditioning, and compacting in its final location of all materials, as required for the purposes of completing the work specified in the Contract Documents. This work shall include, but not be limited to, the furnishing, placing, and removing of sheeting, shoring and bracing necessary to safely support the sides of all excavation; supporting structures above and below ground; all pumping, ditching, draining, dewatering, and other required measures for the removal or exclusion of water from the excavation; filling and compacting to elevations shown on the Contract Documents; all backfilling around structures and pipe and all backfilling of trenches and pits; the disposal of excess and unsuitable excavated materials; borrow of materials to make up deficiencies for fills; and all other incidental earthwork, all in accordance with the requirements of the Contract Documents. The elevations shown on the Plans of existing features are taken from the best available data and are intended to give reasonably accurate information. The CONTRACTOR is responsible to verify provided elevations for more accurate determinations of quantities. Pits and fills used for the erection of the CONTRACTOR'S construction facilities shall be filled or removed upon the completion of the work and leveled to meet the existing contours of the adjacent ground. After all structures have been completed, the ground surface shall be brought to the finished grade elevations with the relative compaction indicated on the Contract Documents. All finished ground surfaces shall be bladed and dressed to present a surface not varying over 0.10 foot at local humps or depressions and to the satisfaction of the ENGINEER. Local depressions where water could accumulate in the future shall be no more than 0.05-foot deep. Contaminated Soil and Contaminated Groundwater: Contaminated soils and contaminated groundwater is expected to be encountered by the CONTRACTOR for this project. The CONTRACTOR shall comply with the requirements of Sections, 01130 Dewatering and 01140 Contaminated Soil.

B.

C.

D.

E.

F.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-1

1.

Comply with the latest editions of the following: Codes and Regulations: The State of California. California Labor Code Industrial Standards: ASTM C 136 ASTM D 422 ASTM D 1556 ASTM D 1557 Test Method for Sieve Analysis of Fine and Coarse Aggregates Test Method for Particle-Size Analysis of Soils Test Method for Density of Soil in Place by the SandCone Method Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457-mm) Drop Test Method for Compressive Strength of Molded SoilCement Cylinders Test Method for Unconfined Compressive Strength of Cohesive Soils Test Method for Sand Equivalent Value of Soils and Fine Aggregate Test Method for One Dimensional Consolidation Properties of Soils Classification of Soils for Engineering Purposes Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) Test Method for Expansion Index of Soils

ASTM D 1633 ASTM D2166 ASTM D 2419 ASTM D 2435 ASTM D 2487 ASTM D 6938

ASTM D 4829 Standard Specifications: SSPWC SSPWC SSPWC SSPWC B. 1.04

Sections 203-1, 203-2, 203-3 - Bituminous Materials Section 211 - Soil and Aggregate Tests Section 300 - Earthwork Section 306-1- Open Trench Operations

Comply with the applicable reference specifications as specified in the Standard Specifications, General Conditions and Special Conditions.

CONTRACTOR SUBMITTALS A. B. Submittals, including samples of materials, shall be in accordance with the Standard Specifications, General Conditions and Special Conditions. The CONTRACTOR'S attention is directed to the provisions for "Shoring and Bracing Drawings" in Section 6705 of the California Labor Code and SSPWC Section 306-1.1.
EARTHWORK 02200-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

The CONTRACTOR, prior to beginning any trench or structure excavation 5 feet deep or over shall submit to the ENGINEER and shall be in receipt of the ENGINEER’S written acceptance of the CONTRACTOR'S detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, and other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. The plans shall be prepared by a qualified civil or structural engineer licensed in the State of California and employed by an independent design consultant firm insured against errors and omissions to the extent required by the ENGINEER. The submittal(s) shall include a site location map referencing existing features; detailed plans; elevations, and various sections indicating all excavation slopes, shoring components and connections and showing all structures and utilities potentially influenced by the performance of shoring, trenching or structure excavation along with supporting calculations; notes including sequence of construction, materials, and other clarification as required by the California Labor Code, SSPWC, and the contract documents. C. The CONTRACTOR shall submit for the ENGINEER'S review, drawings and data showing his proposed design and plan for dewatering of all work areas, which shall include the planned method of dewatering, excavation and shoring, the location and capacity of such facilities as dewatering wells, well points, pumps, sumps, collection and discharge lines, points of discharge, the standby units proposed, protective fills and ditches required for control of groundwater and surface water, and sealing measures of desilting tanks for odor control, if applicable. The plan for dewatering shall be submitted to the ENGINEER 15 days prior to the start of any dewatering system installation work. The CONTRACTOR shall furnish other information to the ENGINEER as may be required for the complete understanding and analysis of the dewatering and excavation plan, and as called for to meet all specifications requirements. Review by the ENGINEER shall not relieve the CONTRACTOR of the responsibility for the adequacy of the dewatering and excavation plan or for furnishing all equipment, labor, and materials necessary for performing the various parts of the work. If, during the progress of the work, it is determined by the ENGINEER that the dewatering system and excavation plan are inadequate or the CONTRACTOR'S plan of construction inoperative, the CONTRACTOR shall, at his expense, furnish, install and operate such additional dewatering equipment as may be necessary to perform the work in a manner satisfactory to the ENGINEER.

D.

1.05

DEWATERING A. See Section 01130, Dewatering.

1.06

SHORING OF EXCAVATIONS A. The CONTRACTOR shall be fully responsible for providing and constructing shoring and bracing to prevent slides or cave-ins and to protect all existing improvements in the vicinity from damage as required. 1. 2. Shoring and sheeting shall also be installed during excavation as necessary to prevent disturbing material that is under an adjacent structure or pipe. Whenever the ENGINEER considers any facility in jeopardy due to excavation, the CONTRACTOR shall take the measures necessary, subject to approval of the
EARTHWORK 02200-3

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ENGINEER, to protect the facility in question. All costs associated with these protective measures shall be borne by the CONTRACTOR. Backfill of any "unauthorized excavation" shall be performed as directed by the ENGINEER. Damage to existing structures due to "unauthorized excavation" shall be immediately repaired or replaced to the satisfaction of the ENGINEER at the CONTRACTOR'S expense. 3. 4. All piling required for shoring shall be installed by drilling. Driven piles of any types will not be allowed without the approval of the ENGINEER. The CONTRACTOR shall not begin excavation operations until the shoring drawings have been reviewed by the ENGINEER. Review of the CONTRACTOR'S shoring plans shall not be construed to invalidate other provisions of these Specifications or relieve the CONTRACTOR of the responsibilities inherent in the pursuance of the work. The CONTRACTOR shall, at its cost and for all its shoring work, obtain permits from all regulatory agencies as required. The CONTRACTOR shall furnish all labor, equipment, and materials to construct, install, and remove the entire shoring system including removal of lagging, soldier beams, and bracing. Full compensation for the shoring and its removal shall be considered as included in the Contract Price and no additional compensation will be allowed. Design of shoring shall be in accordance with the applicable requirements of the Safety Orders of the Division of Industrial Safety, State of California. The CONTRACTOR shall be responsible for providing more extensive shoring or bracing systems than those required by the Construction Safety Orders when necessitated by conditions indicated on the drawings, specified, or otherwise required by the Work. The shoring and bracing shall be designed in accordance with the data provided in the Geotechnical Report and shall consider all surcharge loads imposed. Where the shoring support system is within 10 feet of a street, it shall be designed to withstand a minimum surcharge load equivalent to 2 feet in height of earth along with HS-20 loading added to the active earth pressure along the entire height of shoring. Shoring support systems adjacent to other structures shall be designed to withstand all loads applied to the shoring system from adjacent structures. Where shoring will support adjacent structures or facilities and excessive deflection can lead to structure settlement, braced or tieback shoring shall be utilized. Braced or tieback shoring supporting adjacent nearby facilities shall be designed and constructed to limit the maximum horizontal deflection of the shoring to 1 inch or less as directed by the ENGINEER. Deflection of the shoring system shall be monitored on a weekly basis by a licensed surveyor employed by the CONTRACTOR. Monitoring of the shoring shall be performed in the presence of the ENGINEER, with a written report to be submitted to the ENGINEER within 24 hours.

5.

6.

7. 8.

9.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-4

10. 11.

Any delay and/or expense incurred due to excess shoring deflection shall be at the CONTRACTOR'S expense. Shoring and sheeting/bracing needs to be installed and removed carefully such that the bedding surrounding the installation of pipes does not slough or move within the pipe zone which would affect the proper support for bedding material under the haunches of the pipe. If the bedding material moves from under the pipe haunches after removal of shoring or sheeting/bracing, CONTRACTOR shall re-compact the bedding underneath the pipe haunches at no additional cost to the Contract. Where holes are left from beams used for shoring, CONTRACTOR shall use pea-gravel or sand-cement grout to consolidate beam hole.

1.07

SAFETY MEASURES A. Safe conditions shall be maintained at the jobsite meeting all provisions of the California OSHA and all other applicable safety codes. Barricades and lighting meeting the requirements of all agencies having jurisdiction shall be placed at each end of all excavations and at such places as may be necessary along excavations to protect and warn all pedestrians and vehicular traffic of such excavations. Lights shall also be placed along excavations from sunset each day to sunrise of the next day until such excavation is entirely backfilled, compacted, and paved. All excavations within the treatment plant fenced property shall be barricaded and lighted in such a way as to prevent persons from driving, falling or walking into any excavation. All excavations outside the treatment plant confines shall be fenced with a minimum 7-foot high chain link fence during all nonworking hours. This fence shall be constructed to prevent any person from entering the excavation. Signs stating "Danger, Deep Hole" shall be clearly displayed on all sides of the excavation. Safe and suitable ladders that project 2 feet above the top of the trench shall be provided for all trenches greater than 4 feet in depth. A minimum of one ladder shall be provided for each 50 feet of open trench.

B.

1.08

QUALITY ASSURANCE A. The CONTRACTOR shall perform the compaction tests. If any compaction fails to meet the relative compaction requirements set forth, the CONTRACTOR shall pay for subsequent compaction tests by deducting their costs from the Contract amount or as directed by the ENGINEER. Should the ENGINEER elect that the CONTACTOR provide its own compaction testing due to repeat failure of CONTRACTOR meeting relative compaction requirements, the ENGINEER will monitor soils compactions efforts by the CONTRACTOR using a testing facility of the ENGINEER’s choice at CONTRACTOR’s expense. The CONTRACTOR shall make all necessary excavations for compaction tests as directed by the ENGINEER, and all work in connection with compaction testing by the CONTRACTOR shall be included in the various contract bid prices, and no additional allowance will be made therefore. The CONTRACTOR shall stop work as required to provide safe access to conduct the tests.

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-5

D.

In accordance with SSPWA, soil material is required to be compacted to a percentage of maximum dry density. The maximum dry density at optimum moisture content will be determined in accordance with the latest version of ASTM D 1557, except for work completed in the CALTRANS right of way. In-place field density tests will be performed in accordance with ASTM D 1556, (sand cone) and/or ASTM D 6938 (nuclear gauge). The type, number and location of field density tests will be determined by the ENGINEER. One sand-cone test (ASTM D 1556) will be taken for every four nuclear tests (ASTM D 6938). If soil material is not within two (2) percentage points of optimal moisture content, the CONTRACTOR shall either add water or dry the soil material by moving the soil to aerate it sufficiently such that the optimum moisture content is achieved at no additional cost to VVWRA. For all work completed in the CALTRANS right of way and a relative compaction value is specified herein, the optimum moisture content and relative compaction shall be determined in accordance with the methods specified by the latest revision of the State of California Department of Transportation, Test Method No. CA 216 or 231. All imported fill material shall be sampled at the CONTRACTOR’S expense and shall be subject to approval by the ENGINEER. Where imported fill material is required to possess certain gradation, strength, and settlement properties, the grain size distribution of soils will be determined using ASTM D 422, the gradation of concrete aggregate and base materials will be determined using ASTM C 136, the sand equivalent of soils will be determined using ASTM D 2419, the consolidation of soils will be determined using ASTM D 2435, the unconfined compressive strength of soils will be determined using ASTM D 2166, and the expansion index of soils will be determined using ASTM D 4829. Testing of soils shall also comply with any permit conditions included as part of this contract.

E.

F. G.

H.

PART 2 - PRODUCTS 2.01 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS A. General: Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock, or sand, and free from grass, roots, brush, or other vegetation; contamination; or deleterious material. Onsite excavated soil shall be tested for contamination prior to processing or reuse. All contaminated soil regardless of type shall be hauled off site for proper disposal at no additional expense to VVWRA. Refer to Section 01140 - CONTAMINATED SOIL EXCAVATION & GROUNDWATER, REMOVAL, TREATMENT, HAULING, AND DISPOSAL for testing and disposal methods. Suitable materials may be obtained from onsite excavations, may be processed onsite materials, or may be imported provided these materials meet all the requirements in the contract documents. All required testing and test reports associated with suitable materials shall be at no additional expense to VVWRA. Select material: Select material shall be free from organic matter or debris. All of the material shall pass through a 1-1/2-inch screen. Not more than 10 percent by weight shall

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-6

pass the No. 200 sieve and the material shall have sufficient gradation to compact as directed in the tabulation in Article 3.13.E of this specification section. Use of select material shall be subject to the ENGINEER’s approval. D. Unclassified fill: Unclassified fill shall consist of all fill unless separately designated. Unclassified fill shall conform to the requirements of SSPWC Section 300-4 and the requirements stated in the recommendations of the Geotechnical Report. Granular Soil: Wherever the term “granular soil” or “granular fill” is used in the Contract Documents, it shall be defined as a soil having a minimum sand equivalent of 30 as determined in accordance with the latest revision of ASTM D 2419 and not more than 20 percent of it by weight will pass through a No. 200 sieve. Imported Sand: Wherever the term “imported sand” is used in the Contract Documents, it shall be defined as sand having a minimum sand equivalent of 70 as determined by the latest revision of the ASTM D 2419. The following types of suitable granular materials are designated and defined as described below: 1. 2. 3. Crushed Aggregate Base (CAB) shall conform to the requirements of SSPWC Section 200-2.2. Crushed Miscellaneous Base (CMB) shall conform to the requirements of SSPWC Section 200-2.4. Crushed Rock: Crushed rock shall be the product of crushing rock or gravel. Fifty percent of the particles retained on a 3/8-inch sieve shall have their entire surface area composed of faces resulting from fracture due to mechanical crushing. Not over 5 percent shall be particles that show no faces resulting from crushing. Less than 20 percent of the particles that pass the 3/8-inch sieve and are retained on the No. 7 sieve shall be waterworn particles. Gravel shall not be added to crushed rock. Where crushed rock is specified on the Contract Documents, it shall conform to the following gradation: Sieve Sizes 2 inches 1 1/2- inches 1 inch 3/4 inch 1/2 inch 3/8 inch No. 4 No. 8 5. ¾-inch Maximum Crushed Rock % Passing 100 90-100 30-60 0-20 0-5 -

E.

F.

G.

4.

Gravel: Gravel shall be defined as particles that show no evidence of mechanical crushing, are fully waterworn and are rounded. For pipe bedding where gravel is

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-7

specified, crushed rock may be substituted or added. Where gravel is specified on the Contract Documents, the material shall have the following gradations: Sieve sizes 2 inches 1 1/2- inches 1 inch 3/4 inch 1/2 inch 3/8 inch No. 4 No. 8 6. 1-inch Max. Gravel % Passing 100 90-100 60-80 0-15 0-5 3/8-inch Max. Gravel % Passing 100 90-100 0-15 0-5

Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded and shall meet the following gradation requirements: Sieve Size 1-inch 3/4-inch 3/8-inch No. 4 No. 8 No. 30 No. 50 No. 200 Percentage Passing 100 90 - 100 40 - 100 25 - 40 18 - 33 5 - 15 0-7 0-3

7.

The drainrock shall have a sand equivalent value not less than 75. The finishgraded surface of the drainrock immediately beneath hydraulic structures shall be stabilized to provide a firm, smooth surface upon which to construct reinforced concrete floor slabs. The CONTRACTOR shall use, at its option, one of the asphalt types listed below, conforming to SSPWC Section 203-2 or SSPWC Section 203-3. Type 1 Designation Spray Temperature (oF) Coverage (gal/sq yd) SC-70 135-175 0.50 Type 2 SC-250 165-200 0.50 Type 3 RS-1 70-120 0.50

If the surface remains tacky, sufficient sand shall be applied to absorb the excess asphalt. H. Primary Structural Fill shall conform to the requirements stated in the recommendations of the Geotechnical Report.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-8

I.

Structure Backfill material shall be made with select material and comply with the requirements stated in the recommendations of the Geotechnical Report and these specifications. Pervious Backfill material shall conform to the requirements of SSPWC Section 3003.5.2 and the requirements in the recommendations stated in the Geotechnical Report. Pipe Backfill Material (Including Bedding and Trench Backfill): Unless otherwise indicated, backfill material shall be imported sand, CLSM or aggregate base. 1. Sand: A uniform, sand material that has a Sand Equivalent (SE) of 30 or greater and all passing the No. 4 U.S. Standard Sieve (or as specified by the pipe manufacturer), water densified in place. CLSM: Controlled Low Strength Material (CLSM) conforming to SSPWC Section 201-6 except for the Caltrans Right-of-Way. CLSM for D Street in the Caltrans Right-of-Way shall be in accordance with Caltrans Standard Specification 19-3.02F and 19-3.03I Aggregate Base: (If approved by the pipe manufacturer) Crushed aggregate base conforming to SSPWC Section 200-2.2 can be used, with 100-percent passing the ¾-inch sieve (this is a slight modification of the SSPWC specified gradation).

J K.

2. 3.

4.

L.

Pipe Zone Backfill Material: Unless otherwise indicated, pipe zone backfill material shall be imported sand, CLSM or aggregate base (RCP only). 1. Sand: A uniform, sand material that has a Sand Equivalent (SE) of 30 or greater and all passing the No. 4 U.S. Standard Sieve (or as specified by the pipe manufacturer), water densified in place. CLSM: Controlled Low Strength Material (CLSM) conforming to SSPWC Section 201-6. Aggregate Base (RCP only): (If approved by the pipe manufacturer) Crushed aggregate base conforming to SSPWC Section 200-2.2 can be used, with 100percent passing the ¾-inch sieve (this is a slight modification of the SSPWC specified gradation).

2.

3.

M.

Trench Plug material shall be low permeable fill material, a non-dispersible clay material having a minimum plasticity index of 10. 1. Soils which, when classified under ASTM D 2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) which are suitable for trench plug shall be one of the following: a. Soil Type ML: Inorganic silts, very fine sands, rock flour, silty or clayey fine sands. Liquid limit 50 percent or less. 50 percent or more passing the No. 200 sieve.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-9

b.

Soil Type CL: Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, lean clays. Liquid limit 50 percent or less. 50 percent or more passing the No. 200 sieve. Soil Type Cement-Treated or Lime-Treated Backfill: Any of the materials form Class I, II, III, or VIII or mixture thereof treated with a minimum of 5 percent by weight cement to obtain a 28 day compressive strength of not less than 400 psi. Soil Type CLSM: Controlled Low Strength Material or Controlled Density Fill in accordance with Section 03123.

c.

d. 2.

Soils which, when classified under ASTM D 2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System), fall in the classifications of Pt, OH, CH, MH, or OL shall be classified as unsuitable.

N. 2.02

Topsoil material shall conform to the requirements of SSPWC Section 212-1.1.

USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES A. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shall be Unclassified Fill material as defined herein unless conditions require the use of a designated material as indicated in the Contract Documents. Final backfill material in the street zone for pipelines under paved areas, as defined under "Pipe and Utility Trench Backfill" shall be Crushed Aggregate Base (CAB) or Crushed Miscellaneous Base (CMB) material as defined herein. For pipelines under areas with no roads, structures, or any type of heavy traffic, final backfill for the street zone shall be with the same material as for the trench zone, unless conditions require the use of a designated material as indicated in the Contract Documents. Backfill for pipelines under structures shall be the same material as used in the pipe zone, except where concrete encasement is required by the Contract Documents. Backfill around or behind structures shall consist of Structure Backfill as defined herein unless indicated otherwise in the Contract Documents. Fill materials beneath structures shall be as follows: 1. 2. F. G. Fill beneath structures without underdrain systems shall be Primary Structural Fill as defined herein. Fill beneath structures where groundwater must be removed to allow placement of concrete shall be Primary Structural Fill as defined herein.

B.

C. D. E.

Backfill used to replace pipeline trench over-excavation shall consist of the same bedding material as required for bedding around the pipe. Backfill around manholes in public streets above the concrete cast-in-place base and below the street zone shall be by sand-cement slurry with at least 1.5 sacks of cement for each cubic yard of slurry.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-10

PART 3 - EXECUTION 3.01 CLEARING, GRUBBING AND STRIPPING A. 3.02 Clearing, grubbing and stripping shall be performed in accordance with Section 02110 Clearing, Grubbing and Stripping.

GRADING AND STOCKPILING A. The CONTRACTOR shall control grading in a manner to prevent water from running into excavations. Obstruction of surface drainage shall be avoided and means shall be provided whereby storm water flow is not interrupted in existing gutters, and other surface drains, or temporary drains. Storm water management plans shall be as specified in the Standard Specifications, General Conditions and Special Conditions of these Specifications. Material for backfill or for protecting excavation in public roads from surface drainage shall be neatly placed and kept shaped so as to cause the least possible interference with public travel. Free access must be provided to all fire hydrants, watergates, meters, and private drives. Stockpiling of excavated material is not allowed in the street right-of-way. Finished grading at any point shall not vary more than 0.10 foot above or below the grade established by the Contract Documents.

B. 3.03

STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown or ordered. Unless otherwise provided, the entire construction site shall be stripped of all vegetation, debris, and all deleterious materials, and such materials shall be removed from the site prior to performing any excavation or placing any fill. The CONTRACTOR shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measures for the removal or exclusion of water, including taking care of storm water, groundwater (dewatering if required), and wastewater reaching the site of the work from any source so as to prevent damage to the work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable State of California safety requirements and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926), and the Contract Documents. Structure excavation shall conform to the dimensions and elevations indicated on the Contract Documents for each structure including trenching for adjacent piping. In locations where soil of suitable bearing value is encountered at a different elevation from that indicated on the Contract Documents, the ENGINEER may direct in writing that the excavation be carried to elevations above or below those indicated on the Contract Documents. Excavation shall extend at least 24 inches from walls and footings to allow for placing and removal of forms, installation of services, and inspection. Undercutting will not be permitted. Where a structure would be located partially on fill and partially on undisturbed native material, the entire area shall be over-excavated to a depth of 5 feet below the elevations
EARTHWORK 02200-11

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

indicated and re-compacted as directed in the tabulation in Article 3.13.E of this specification section. D. Safe and suitable ladders that project 2 feet above the top of the trench shall be provided for all trenches greater than 4 feet in depth. A minimum of one ladder shall be provided for each 50 feet of open trench. Excavation Beneath Structures and Embankments: Except where otherwise specified for a particular structure or ordered by the ENGINEER, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath structures or fills shall be over-excavated. The subgrade areas beneath embankments shall be excavated to remove not less than the top 8 inches of native material and where such subgrade is sloped, the native material shall be benched. When such overexcavation is shown, both over-excavation and subsequent backfill to the required grade shall be performed by the CONTRACTOR. When such over-excavation is not shown on the plan and not specified but is ordered by the ENGINEER, such over-excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established and approved by the ENGINEER prior to commencing the work; otherwise payment will be made in accordance with a negotiated price. After the required excavation or over-excavation has been completed, the exposed surface shall be scarified to a depth of 8 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain the required relative compaction. Excavation in Poor Soil: If excessively wet, soft, spongy, unstable, or otherwise unsuitable material, as determined by the ENGINEER, is encountered at the bottom of the excavation or the surface upon which the pipe bedding material is to be placed including the vertical sides of a specified pipe trench, the unsuitable material shall be removed to a depth as required by the ENGINEER, disposed of, and replaced with approved fill or bedding material. Removal and replacement of material so ordered shall be paid for by VVWRA as "Extra Work" unless provided for in the Schedule of Prices. The CONTRACTOR shall maintain adequate dewatering procedures to ensure that an otherwise stable foundation will not be rendered unfit due to accumulation or movement of water in the excavation. If the necessity for such additional excavation and material has been occasioned by an act or failure to act on the part of the CONTRACTOR, the CONTRACTOR shall bear the full expense of the additional excavation and backfill to the required depth. Overexcavation: Where excavation is carried below the limits shown on the Contract Documents, adjustments shall be made as determined by the ENGINEER to meet requirements incurred by the deeper excavation beneath pipe or structure. Overdepth excavation in such locations shall be rectified by backfilling with approved fill or bedding material or other means specified. Overexcavation not required by the Contract Documents or directed by the ENGINEER shall be rectified at the expense of the CONTRACTOR. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base, if such base is called for; otherwise it shall extend to the paving thickness. After the required excavation has been completed, the exposed surface shall be scarified to a depth of at least 12 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain a minimum percent of compaction as directed in the tabulation in Article 3.13.E of this specification section.
EARTHWORK 02200-12

E.

F.

G.

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

I.

Excavation Subgrade and Below Subgrade: 1. Excavate and shape subgrade to line, grade, and cross-section shown on Drawings. Following receipt of written acceptance for the subgrade by the ENGINEER and local building official, compact the subgrade with approved equipment until the top 6-inches is compacted to 95 percent of maximum dry density at optimum moisture content as determined by ASTM D 1557, depending upon the appropriate zone or location of fill in accordance with the requirements of the tabulation in Article 3.13.E “Compaction Requirements” of this specification section. Remove all soft, loose, or otherwise unsuitable material and replace with suitable sandy material. The finished subgrade shall be firm, hard and unyielding. The subgrade shall be considered to extend over the full width of the base course. Compaction shall extend 18 inches beyond the edge of paving, curb, or form. Where the ENGINEER deems subgrade material to be unsatisfactory, excavation below subgrade will be required to such depths as necessary to remove the unsatisfactory material. Excavation below grade shall be of the same classification as that above it, provided it is removed in the same operation as the normal excavation. Special equipment or hand excavation may be required because of the presence of shallow utilities or other unforeseen conditions.

2.

J.

Notification of ENGINEER: The CONTRACTOR shall notify the ENGINEER at least 2 working days in advance of completion of any structure excavation and shall allow the ENGINEER a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials.

3.04

PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Any water evident in the excavation shall be pumped out or otherwise removed per Subsection 1.5 as necessary to keep the bottom of the excavation free and clear of water during the progress of the work. Pipes Over 42-inches In Diameter: The overall trench width for pipes with diameters larger than 42 inches shall not be more than 24 inches nor less than 12 inches wider than the largest outside diameter of the pipe to be laid therein, measured at a point 12 inches above the top of the pipe, exclusive of branches. Excavation and trenching shall be true to the line so that the pipe is centered within the trench and a clear space of not more than 12 inches nor less than 6 inches in width is provided on each side of the largest outside diameter of the pipe in place. For this purpose, the largest outside diameter shall be the outside diameter of the bell on bell and spigot pipe. Pipes Under 42-inches In Diameter: The overall trench width for pipes with diameters of 42 inches or less shall not be more than 16 inches nor less than 12 inches wider than the largest outside diameter of the pipe to be laid therein, measured at a point 12 inches above the top of the pipe, exclusive of branches. Excavating and trenching shall be true to line so that the pipe is centered within the trench and a clear space of not more than 8 inches nor less than 6 inches in width is provided on each side of the largest outside diameter of the pipe in place. For this purpose, the largest outside diameter shall be the outside diameter of the bell, on bell and spigot pipe.
EARTHWORK 02200-13

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

D.

Where the trench width, measured at a point 12 inches above the top of the bell of the pipe is wider than the maximum set forth above for all pipe sizes, the trench area around the pipe shall be set with steel reinforcing and backfilled with Class C concrete to form a cradle for the pipe as shown on the Contract Drawings. Special care shall be used when pouring the concrete cradle around the pipe so no displacement will occur. In the event of movement, the CONTRACTOR shall remove and replace all pipe and cradle affected. Concrete cradle work as required above shall be performed at the expense of the CONTRACTOR and shown on the record drawings. Limit of Open Trench: Except by express written permission of the ENGINEER, the maximum amount of open trench permitted in any one location shall be 500 feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is less. All trenches shall be fully backfilled and base paved with the first course of pavement at the end of each day or, in lieu thereof, shall be covered by non-skid heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. Base paving finished to grade shall be flush with existing grade and finished smooth to create a smooth ride. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. The maximum working length allowed without the first course of pavement is 500 feet unless approved in advance by the ENGINEER Trench Bottom: The bottom of the trench shall be excavated uniformly to at least 6 inches below the grade of the bottom of the pipe. The pipe bedding of 6 inches minimum thickness shall then be placed on the trench bottom and shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the pipe bedding along the extreme bottom of the pipe. Trench bottom raked by toothed excavators is not acceptable. Trench Over-Excavation: Where the Drawings indicate that trenches shall be overexcavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. Excavation in Poor Soil: If excessively wet, soft, spongy, unstable, or otherwise unsuitable material, as determined by the ENGINEER, is encountered at the bottom of the excavation or the surface upon which the pipe bedding material is to be placed including the vertical sides of a specified pipe trench, the unsuitable material shall be removed to a depth as required by the ENGINEER, disposed of, and replaced with approved fill or bedding material. Removal and replacement of material so ordered shall be paid for by VVWRA as "Extra Work" unless provided in the schedule of prices. The CONTRACTOR shall maintain adequate dewatering procedures to ensure that an otherwise stable foundation will not be rendered unfit due to accumulation or movement of water in the excavation. If the necessity for such additional excavation and material has been occasioned by an act or failure to act on the part of the CONTRACTOR, the CONTRACTOR shall bear the full expense of the additional excavation and backfill to the required depth.

E.

F.

G.

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-14

I.

Where pipelines are to be installed in embankment or structure fills, the fill shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated. Obtain ENGINEER’S approval before beginning excavation. Complete clearing and grubbing prior to the start of trenching. Do not permit excavated materials to cover brush or trees prior to disposal.

J.

3.05

OVER-EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over-excavation by the CONTRACTOR carried below the grade not ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. Such work shall be performed by the CONTRACTOR at his own expense.

3.06

EXCAVATION IN LAWN AREAS A. Where excavation occurs in lawn areas, the sod shall be carefully removed and stockpiled to preserve it for replacement. Excavated material may be placed on the lawn; provided, that a drop cloth or other suitable method is employed to protect the lawn from damage. The lawn shall not remain covered for more than 72 hours. Immediately after completion of backfilling, compaction and testing of the pipeline, the sod shall be replaced in a manner so as to restore the lawn as near as possible to its original condition and to the satisfaction of the ENGINEER. CONTRACTOR shall provide new sod if stockpiled sod has remained so for more than 72 hours within the scope of the contract. The top 3” of backfill shall remain uncompacted to promote growth. Existing irrigation lines shall be marked, isolated and replaced in kind.

3.07

EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, trees shall be protected in place from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the ENGINEER. Trees shall be supported and irrigated during excavation by means previously reviewed by the ENGINEER. The CONTRACTOR shall replace all trees that die that are shown on the Contract Drawings as being protected in place.

3.08

ROCK EXCAVATION A. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of solid rock and which cannot be removed without systematic drilling and blasting. Where solid rock or rock excavation as defined above is encountered, it shall be removed below grade and the excavation backfilled with approved pipe-bedding material to provide a compacted foundation cushion with a minimum thickness of 6 inches under the pipe bell. Removal of rock and additional pipe bedding material over and above bedding

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-15

required in the Contract Documents shall be paid for by VVWRA as "Extra Work" unless provided for in the Schedule of Prices. C. Cobbles or boulders encountered at the trench bottom or pipe subgrade shall be removed to a minimum of 12-inches beneath the pipe and replaced with approved pipe bedding material. Bedding material shall be compacted as directed in the tabulation in Article 3.13.E of this specification section and per the contract documents to provide uniform support and a firm foundation. Said rock excavation shall be performed by the CONTRACTOR; provided, that should the quantity of rock excavation be affected by any change in the scope of the work, an appropriate adjustment of the contract price will be made under a separate bid item if such bid item has been established; otherwise payment will be made in accordance with a negotiated price. Explosives and Blasting: Blasting will not be permitted, except by express permission of the ENGINEER and other governing agencies on a case-by-case basis. The use of explosives will be subject to the approval and regulations of all agencies having jurisdiction. If blasting is utilized at the site of the Work, the CONTRACTOR shall take all precautions and provide all protective measures necessary to prevent damage to property and structures or injury to person. Prior to blasting, the CONTRACTOR shall secure all permits required by law for blasting operations and shall provide any additional hazard insurance required by VVWRA. The CONTRACTOR shall have fully qualified and experienced blasting personnel and foreman in charge of all blasting operations. The CONTRACTOR will be held responsible for all and shall make good any damage caused by blasting or resulting from its possession or use of explosives on the Work. All operations involving the handling, storage, and use of explosives shall be conducted in accordance with the requirements of the OSHA Standards for Construction, and in accordance with all local laws and regulations.

D.

E.

F.

G.

3.09

DISPOSAL OF EXCESS EXCAVATED MATERIAL A. The CONTRACTOR shall remove and legally dispose of all excess excavated material to a site selected by the CONTRACTOR and reviewed by the ENGINEER. All incurred expenses including soil handling, transportation and tipping fees, if applicable, shall be borne by the CONTRACTOR. Unsuitable material shall be defined as material containing excessive amounts of organic matter, peat, blue clay, trash or debris; or as designated by the ENGINEER; or debris produced by clearing, grubbing, and demolition of existing structures, pavement, or pipe; or soil classified by test method ASTM D2486 as groups OL, CH, MH, OH or PT; or not meeting the grading or classification specified for the work. Excess unsuitable and surplus materials shall be kept separated from materials of other CONTRACTORS working in the same area.

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-16

3.10

PROTECTION OF SUBGRADE A. After preparing the subgrade as specified, all traffic on the subgrade shall be avoided. Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for transporting materials over the prepared subgrade shall be equipped with pneumatic tires. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross-section, will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. The subgrade shall be maintained in the finished condition until placement of the next succeeding feature. The ENGINEER has the right to test the reworked subgrade and approve or disapprove the subgrade depending on its condition.

B.

C.

D.

E.

3.11

BACKFILL – GENERAL A. Backfill consists of the preparation and placement of materials for structural foundations, pipeline bedding, backfill for excavations and fill for roadways and embankments. In public rights-of-way, the requirements of the local agency having jurisdiction shall take precedence over these Specifications. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the concrete has attained specified strength to withstand the loads imposed. Material used in the work shall be uniform and shall contain no trash, wood, vegetation, sludge, peat and no rocks or clods larger than the size allowed by the Contract Documents. No material greater than 4 inches in any dimension shall be placed within 1 foot of any pipe, manhole or structure. Excavated material and material from borrow sites may be used where they meet the requirements of the Contract Documents. Blending or other processing may be necessary before a material is acceptable to the ENGINEER. Borrow sites shown on the Plans shall be excavated within the limits indicated. All costs for testing, processing and transporting materials are included in the Contract price. Except for drainrock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation. Where pipelines are installed on grades exceeding 4 percent, and where backfill materials are graded such that there is less than 10 percent passing a Number 4 sieve, soil cement trench plugs shall be provided at minimum intervals of 200 feet.

B.

C.

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-17

3.12

PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be carefully placed, leveled and compacted in horizontal layers of the depth specified in the Contract Documents. When compaction is achieved using mechanical equipment the layers shall be evenly spread in loose lifts not exceeding 8 inches in thickness so that when compacted each layer shall not exceed 6 inches in thickness. Each layer of fill material shall cover the length and width of the area to be filled before the next layer of material is placed. The moisture content of the material shall be controlled and water shall be applied as necessary to achieve the specified compaction at optimum moisture content and for the prevention of dust nuisance. No fill or rock shall be placed on standing water in any excavation. Fill under Structures: The fill under structures, including fill to replace unsuitable material removed below the specified excavation or unauthorized over-excavation, shall be constructed in horizontal layers of select material not to exceed 8 inches in depth, or if under footings, the heights of the walls or footings shall be increased, or space shall be refilled with concrete at the expense of the CONTRACTOR, as may be directed by the ENGINEER. Any fill material used shall be compacted to a minimum relative compaction as directed in the tabulation in Article 3.13.E of this specification section. Where the underlying soil has been disturbed by any activity, such as clearing and grubbing, it shall be compacted to a minimum relative compaction as directed in the tabulation in Article 3.13.E of this specification section before placing any fill. Structural Backfill: All backfill around structures shall be made with select material or imported sand compacted up to the street zone to the required percent of maximum dry density at optimum moisture content as determined by ASTM D 1557, depending upon the appropriate zone or location of fill in accordance with the requirements of the tabulation in Article 3.13.E “Compaction Requirements” of this specification section. Compaction shall be performed in horizontal layers not to exceed 8 inches in depth. No backfill shall be placed against concrete structures until the 28-day concrete strength has been reached as specified. During spreading each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Pipe zone backfill materials shall be manually spread around the pipe so that when compacted the pipe zone backfill will provide uniform bearing and side support. Where the backfill material moisture content is below the optimum moisture content, water shall be added before or during spreading until the proper moisture content is achieved. Where the backfill material moisture content is too high to permit the specified degree of compaction, the material shall be dried until the moisture content is satisfactory, at or slightly above optimum moisture content.

B.

C.

D.

E.

F.

G.

3.13

COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS, INCLUDING PIPELINE WORK A. Each layer of fill shall be mechanically compacted using proper compaction equipment (not rubber tire or wheel rolling) to the specified percentage of maximum dry density at
EARTHWORK 02200-18

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

optimum moisture content. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. B. The backfill shall be placed in horizontal layers of the specified depths or of such depths approved by the ENGINEER and compatible with the compacting equipment being used and the backfill material being placed. Each layer shall be evenly spread, properly moistened, or dried as necessary and compacted to the specified relative compaction. Any damage or displacement to pipes or structures as a result of the CONTRACTOR’S operation shall be repaired or replaced at the CONTRACTOR’S expense. Flooding, ponding, or jetting shall not be used to densify any fill materials with the exception of holes remaining from the extraction of H-beams, plates and piles or otherwise approved by the ENGINEER. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the depth of the fill at that time, but not less than 5 feet. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557. Where agency or utility company requirements govern, the highest compaction standards shall apply. Percentage of Maximum Density 90

C.

D.

E.

Location or Use of Fill

Pipe zone backfill of bedding material and over-excavated zones under bedding Trench zone backfill material Street zone backfill of compacted sub base and base material Street zone final backfill, not beneath paved areas or structures Street zone backfill of compacted aggregate base material Embankments, not beneath paved areas or structures Embankments, beneath paved areas or structures Backfill beneath structures, hydraulic structures Backfill around structures, on reservoir or structure roof

90 95 95 95 90 95 95 95

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-19

3.14

INSTALLATION OF BEDDING, PIPE, AND TRENCH BACKFILL A. Pipe Zone Backfill: The pipe zone is defined as that portion of the vertical trench crosssection lying between a plane 6 inches below the bottom surface of the pipe, i.e., the trench foundation line, and a plane at a point 12 inches above the top surface of the pipe. The bedding for the pipe is defined as that portion of pipe zone backfill material between the trench foundation line and 12 inches above the top of the pipe. Bedding: The bottom of a pipe trench excavation indicated on the Contract Documents is the foundation line where pipe-bedding material is placed. CONTRACTOR shall replace any material below the foundation line that has been disturbed or removed during excavation at no additional cost to VVWRA. Material shall be replaced with crushed rock bedding as directed by the ENGINEER and compacted as directed in the tabulation in Article 3.13.E of this specification section. Bedding shall be compacted to minimum relative density as directed in the tabulation in Article 3.13.E of this specification section. Crushed rock bedding shall be mechanically consolidated to the satisfaction of the ENGINEER before laying pipe. Where poor soil is encountered, it shall be replaced as specified in the Pipeline and Utility Trench Excavation section of this specification. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines, unless otherwise specified or shown on the Plans. . After compacting the bedding, the CONTRACTOR shall perform a final trim using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. Prior to backfilling, CONTRACTOR shall ensure that pipe spigot is fully pressed and locked into pipe bell per manufacturer’s requirements. Pipe shall be carefully bedded as shown on the appropriate bedding detail. Particular attention shall be given to the underside of the pipe and fittings to provide a firm bedding support along the full length of the pipe. The CONTRACTOR shall be responsible for accurately shaping the bedding underneath the pipe bells such as bell holes shaped to allow the pipe bell to be fully supported, including full support along the pipe barrel without point loading. Each bell and spigot joint shall be recessed in the bedding material in such a manner as to minimize loading on the bell of the pipe. Backfilling shall be carried on simultaneously on each side of the pipe to prevent displacement. Care shall be exercised in backfilling to avoid damage to the pipe. CONTRACTOR shall sluice the bedding material mechanically by hand underneath pipe haunches prior to covering pipe completely with compacted bedding material. The pipe zone shall be backfilled with the specified backfill material to a point 12 inches above the pipe. The CONTRACTOR shall exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. Backfill materials for manholes shall be backfilled with sand-cement slurry per Subsection 2.1 K.

B.

C.

D.

E.

F.

G.

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-20

I.

Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench extending from a plane 12 inches above the top surface of the pipe to the bottom plane of the street zone. Backfill shall proceed in lifts not greater than 8 inches in thickness per lift. CONTRACTOR shall compact trench zone backfill material to a minimum relative compaction density as directed in the tabulation in Article 3.13.E of this specification section. If concrete or sand-cement slurry backfill is used, the CONTRACTOR shall secure the pipe to prevent flotation. Street Zone Backfill: The street zone is defined as that portion of the vertical trench extending from the existing natural surface 30 inches down to the top of the trench zone. In case the area to be trenched is under pavement, the street zone then extends from the bottom of the aggregate road base course 30 inches down to the top of the trench zone. The street zone backfill shall be compacted as directed in the tabulation in Article 3.13.E of this specification section.

J.

3.15

EMBANKMENT CONSTRUCTION A. Embankments and roadway fills shall mean all earth fills in holes, pits or depressions necessary to bring the final grade or pavement subgrade to the specified contours. The area where an embankment is to be constructed shall be cleared of all vegetation, roots and deleterious materials. Following this, the surface shall be moistened, scarified to a depth of 6 inches, and rolled or otherwise mechanically compacted. Embankment fill material shall be placed and spread evenly in horizontal layers. Each layer shall be moistened or aerated, as necessary. Each layer shall not exceed 6 inches of compacted thickness. The embankment fill and the scarified layer of underlying ground shall be compacted per the requirements of the recommendations in the Geotechnical Report to either 90 or 95 percent of maximum dry density at optimum moisture content as determined by ASTM D 1557, depending upon the appropriate zone or location of fill in accordance with the requirements of the tabulation in Article 3.13.E “Compaction Requirements” of this specification section. Material for embankments or roadway fills may consist of excavated material from structures or of a mixture of such excavated materials and materials borrowed by the CONTRACTOR from other approved sources. The material shall have no rocks or clods larger than 6 inches and shall be compacted in 8-inch maximum lifts to a minimum relative compaction as directed in the tabulation in Article 3.13.E of this specification section, up to the street zone. If the ground surface is in a loose, uncompacted condition, it shall be compacted to a minimum relative compaction as directed in the tabulation in Article 3.13.E of this specification section if included in the street zone. No material shall be placed beyond the sloping lines of embankment unless so ordered by the ENGINEER. Compaction shall be as specified for each zone. When an embankment fill is to be made and compacted against hillsides or fill slopes steeper than 4:1, the slopes of hillsides or fills shall be horizontally benched to key the embankment fill to the underlying ground. A minimum of 12 inches normal to the slope
EARTHWORK 02200-21

B.

C.

D.

F.

G.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

of the hillside or fill shall be removed and re-compacted as the embankment fill is brought up in layers. Material thus cut shall be re-compacted along with the new fill material at the CONTRACTOR'S expense. Hillside or fill slopes 4:1 or flatter shall be prepared in accordance with Paragraph A, above. H. Where embankment or structure fills are constructed over pipelines, the first 4 feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EARTHWORK 02200-22

SECTION 02222 PROTECTING EXISTING FACILITIES

PART 1 - GENERAL 1. 01 DESCRIPTION A. 1. 02 This section describes materials and procedures for protecting existing improvements.

REFERENCES A. APWA Standard Plans for Public Works Construction No. 224 “Support for Conduits across Trenches”.

1. 03

SUBMITTALS A. B. C. Submit drawings and calculations for support and protection at all pipeline crossings 18inches and larger at least 30 days prior to excavation of crossing. Submit documentation of existing facilities including a copy of all photos and/or video. Submit in accordance with Section 01300 “Submittals”.

1. 04

MEASUREMENT AND PAYMENT A. Full compensation for Protecting Existing Facilities including furnishing all materials, labor, tools, equipment, and incidentals and performing all work described in this Section and as indicated on the Plans, except for potholes, shall be included as part of the Contract price paid for related bid item(s) and no additional compensation shall be allowed therefor. Full compensation for potholes including furnishing all materials, labor, tools, equipment, and incidentals and performing all work described in this Section and as indicated on the Plans shall be included in the Contract price paid for “Potholes” and no additional compensation shall be allowed therefor.

B.

PART 2 - MATERIALS 2. 01 REPLACEMENT IN KIND A. B. Except as indicated on the Plans or as specifically authorized by the Engineer, reconstruct utilities with new material of the same size, type, and original quality as that removed. Damage to existing roads and adjacent properties shall be repaired to original condition or better or shall be reconstructed in-kind.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTING EXISTING FACILITIES 02222 - 1

PART 3 - EXECUTION 3. 01 GENERAL A. B. The Contractor shall contact Underground Service Alert at least 48 hours prior to performing any excavation. Replace in kind improvements, such as pavement, curbs and gutters, ramps, barricades, traffic islands, signalization, fences, signs, mail boxes, etc., that are cut, removed, damaged, or otherwise disturbed by the construction. Where utilities are parallel to or cross the pipeline trench but do not conflict with the permanent work to be constructed, follow the procedures given below and as indicated on the Plans. Notify the utility owner 48 hours in advance of the crossing construction and coordinate the construction schedule with the utility owner's requirements. The Contractor’s attention is drawn to the plans which indicates the potholes performed by the ENGINEER. The Contractor is responsible to ensure that the elevations of all existing utilities that are tied into, crossed, or which exist within the work area, are properly located. The CONTRACTOR shall perform additional potholing at his own expense should additional information be required by the CONTRACTOR which is not already shown on the plans. When protecting in place, the contractor shall take into account all loads, including surcharges and potential surcharges.

C.

D.

E.

3. 02

DOCUMENTATION A. At least 48 hours prior to beginning physical construction, the Contractor shall document the condition of all potentially impacted roads, the project site, adjacent properties and any other potentially affected areas. At least 48 hours prior to documenting the condition of potentially affected areas, the Contractor shall notify the Engineer. The Engineer may accompany the Contractor during the documentation process and may provide additional documentation. If the Engineer also provides documentation, the Contractor is not relieved of his responsibility to document conditions. Documentation shall include pictures and/or video. The documentation shall be kept and made available to the Owner throughout construction and for a period of three years after the Notice of Completion has been filed.

B.

C.

3. 03

PROCEDURES A. Protect in Place: Protect utilities in place, unless abandoned, and maintain the utility in service, unless otherwise specified on the Plans or in the Specifications. Protect all improvements in place, unless otherwise specified. Protect grading and plantings in place unless otherwise specified.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTING EXISTING FACILITIES 02222 - 2

B.

Cut and Plug Ends: Cut abandoned utility lines (conduits) and plug the ends with an 8inch thick concrete plug. Concrete shall be a minimum Type “C” per Section 03300 “Cast In Place Concrete”. Dispose of the cut pipe as unsuitable material. Contractor shall provide temporary support for all pipelines crossing the proposed trench. For all pipelines 18-inches in diameter or larger crossing over the proposed water main with less than 4 feet of clearance, the Contractor shall submit his proposed method of support for review by the Owner. All pipelines less than 18-inches in diameter and crossing over the proposed water main with less than 2 feet of clearance shall be protected by pouring 1-sack sand/cement slurry from the top of the water main to the bottom of the crossing pipeline. Facilities may be supported in accordance with APWA Std. Plan No. 224-0.

C.

3. 04

ABANDONED UTILITIES A. Remove and dispose of abandoned utilities within the trench excavation.

3. 05

SERVICE LATERALS/CONNECTIONS A. Service connections to the various utilities in the vicinity of the work are not necessarily shown on the Plans. Even if some laterals are shown on the Plans, the contractor should assume that there are other laterals not identified on the Plans. The Contractor shall make his own investigations, including exploratory excavations, to determine the locations and type of existing service laterals or appurtenances when their presence can be inferred from the presence of other visible facilities, such as buildings, meter boxes, and junction boxes, located on or adjacent to the site of the work. If the Contractor discovers utility facilities not identified in the Plans or in a position different from that shown in the Plans, he shall immediately notify in writing the Engineer and the owner of the utility. When it is necessary to remove, relocate, protect, or temporarily maintain a service connection, the cost of which is not required to be borne by the owner thereof, the Contractor shall bear all expenses incidental to the work on the utility or damage thereto. The work on the utility shall be done in a manner satisfactory to the owner thereof; it being understood that the owner of the utility has the option of doing such work with his own forces, or permitting the work to be done by the Contractor. No representations are made that the obligations to remove, relocate, protect, or temporarily maintain any utility and to pay the cost thereof is or is not required to be borne by the owner of such utility, and it shall be the responsibility of the Contractor to investigate to find out whether or not said cost is required to be borne by the owner of the utility. Should it be necessary to relocate or rebuild a house connection, the work shall conform to details provided by the respective owner.

3. 06

TRAFFIC SIGNAL CONDUITS AND TRAFFIC CONTROL DETECTION LOOPS A. Traffic signal conduits and traffic control detection loops are not shown on the plans. The Contractor shall make his own investigations to determine the locations of traffic signal conduits and loops and protect same from damage whenever possible. Traffic signal conduit and traffic control detection loops which are damaged, cut, removed or otherwise disturbed shall be replaced in accordance with Section 01570 “Traffic Regulation”.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTING EXISTING FACILITIES 02222 - 3

3. 07

IRRIGATION A. Irrigation lines are not shown on the Plans. The contractor shall maintain all landscaping not directly removed by construction. This work may require protecting irrigation lines and wires in place or installing temporary bypasses or piping during construction. After completion of construction, the Contractor shall restore piping, wires, sprinkler heads, and all appurtenant irrigation components to existing or better condition.

3. 08

SURVEY MONUMENTS A. The Contractor shall comply with the law AB1414. The contractor shall tie-out survey monuments prior to disturbing. A new monument shall be constructed in conformance with applicable requirements. The tie-sheets and documentation for the new monument shall be filed with the appropriate Agency (typically the County). All costs associated with the filing shall be the responsibility of the Contractor. All work associated with the survey monuments shall be performed under the direction of a Licensed Land Surveyor. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PROTECTING EXISTING FACILITIES 02222 - 4

SECTION 02223 TRENCHING, BACKFILLING, AND COMPACTING

PART 1 - GENERAL 1.01 DESCRIPTION A. This section includes materials, testing, and installation for trench excavation, backfilling, and compacting.

1.02

REFERENCES ASTM D75 ASTM D1556 ASTM D1557 ASTM D2419 ASTM D2434 ASTM D2922 ASTM D3017 ASTM D4253 ASTM D4254 ASTM G51 Testing CalTrans Test 417 CalTrans Test 422 CalTrans Test 643 Standard Practice for Sampling Aggregates Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method Standard Test Methods for Laboratory Compaction Characteristics of soil Using Modified Effort Standard Test Method for Sand Equivalent of Soils and Fine Aggregate Standard Test Method for Permeability of Granular Soils (Constant Head) Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density Standard Test Method for Measuring pH of Soil for Use in Corrosion Method of Testing Soils and Waters for Sulfate Content Method of Testing Soils and Waters for Chloride Content Method for Estimating the Service Life of Steel Culverts, Part 1 “Method of Field Resistivity Survey and Sampling for Laboratory Tests” and Part 4 “Laboratory Method of Determining Minimum Resistivity”

1.03

GEOTECHNICAL REPORT A. A Geotechnical Report prepared by Leighton Consulting, Inc. entitled “Geotechnical Exploration Victor Valley Wastewater Reclamation Authority (VVWRA) Upper Narrows Sewer Pipeline Replacement Alternative 2 Alignment Victorville, CA Tetra Tech Job # 13509065-11001” is hereby included as part of these specifications by reference.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-1

1.04

SUBMITTALS A. Submit shoring plans signed by a registered structural or civil engineer, registered in the state of California for all trenches over 20 feet deep. For trenches 5 feet and deeper, shoring design must comply with Cal OSHA required methods. Submit backfill and compaction procedures. Submit dewatering plans in accordance with Section 01130. Submit contaminated soils handling, removal, and replacement in accordance with Section 01140. Submit material certifications for each material specified and used in this section. Submit utility support plan for existing utilities 16-inch outside diameter and larger that are anticipated to cross the proposed pipe, any box structure crossing the proposed pipe, and any infrastructure which parallels or roughly parallels the proposed pipe and is anticipated to be within 3’ clear from the edge of the proposed trench. Submit data in accordance with Section 01300 “Submittals”.

B. C. D.

E. F.

G. 1.05

DEFINITIONS A. Pavement Zone: The pavement zone includes the asphalt concrete and aggregate base pavement section placed over the trench backfill plus 12 inches on either side of the edge of trench. Street Zone: The street zone is the top 12 inches of the trench immediately below the pavement zone in paved areas beneath paved portions of the right-of-way, curbs, gutters and sidewalks. Trench Zone: The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the street zone in paved areas or to the existing surface in unpaved areas. Pipe Zone: The pipe zone shall include the full width of trench from the bottom of the pipe or conduit to a horizontal level above the top of the pipe, as specified below. Where multiple pipes or conduits are placed in the same trench, the pipe zone shall extend from the bottom of the lowest pipe. This applies to the pipe, fittings, and appurtenances. Thickness of Pipe Pipe Diameter 6 inches or smaller 8 inches and larger E.

B.

C.

D.

Zone above Top of Pipe 6 inches 12 inches

Pipe Bedding Zone: The pipe bedding zone shall be defined as a layer of material immediately below the bottom of the pipe or conduit and extending over the full trench width on which the pipe is bedded. Thickness of pipe bedding zone shall be as follows unless otherwise shown in the Plans or otherwise described in the specifications for the particular

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-2

type of pipe installed or otherwise required by permit. This applies to the pipe, fittings, and appurtenances. Thickness of Pipe Bedding: Pipe Diameter 6 inches or smaller 8 inches and larger Any pipe located in rock material F.

Zone below Bottom of Pipe 4 inches 6 inches 9 inches

Rock Excavation: Rock excavation within a trench is defined as excavation in material that cannot, in the Engineer’s opinion, be reasonably loosened or ripped with a hydraulic excavator with a net minimum flywheel rating of 300 horsepower fitted with a narrow bucket and teeth, such as a Caterpillar 345B L Series II UHD; and which must be systematically drilled and blasted or broken by a power-operated hammer, hydraulic rock breaker, expansive compounds, or other similar means prior to removal. Rock excavation outside a trench is defined as excavation in material that cannot, in the Engineer’s opinion, be reasonably loosened or ripped with a track mounted tractor with a net minimum flywheel rating of 300 horsepower fitted with a single tooth ripper, such as a Caterpillar D8T; and which must be systematically drilled and blasted or broken by a power-operated hammer, hydraulic rock breaker, expansive compounds, or other similar means prior to removal. The term “rock excavation” does not necessarily correspond to “rock” as implied by names of geologic formations. The Engineer shall make the determination as to whether material is classified as rock.

G. 1.06

MEASUREMENT AND PAYMENT A. Full compensation for Trenching, Backfilling, and Compacting including furnishing all materials, labor, tools, equipment, and incidentals and performing all work described in this Section and as indicated on the Plans shall be included as part of the Contract price paid for related work and no additional compensation shall be allowed therefor. Costs for hauling and disposing of materials including contaminated soils and groundwater, saturated soils which would not be suitable for backfill, soils testing and dewatering shall be included and no additional payments will be made for these items. The contractor shall pay for all required soils testing including compaction tests plus those that fail to meet contract requirements or those included within the area of a failed test. Any additional test selected by the Owner will be paid for by the Owner.

B.

PART 2 - MATERIALS
2.01 SAND CEMENT SLURRY A. Unless otherwise required by permit or indicated on the Plans, sand cement slurry backfill shall consist of one sack (94 pounds) Type II Portland cement added per cubic yard of imported sand, except within 6 inches of a buried flexible pipe coupling, in which case use one-half sack (25 pounds). Sand shall be as described in Section 2.03 “Imported Sand - Pipe and Pipe Bedding Zones”.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-3

2.02

NATIVE EARTH BACKFILL - TRENCH ZONE A. Native earth backfill used in the trench zone shall be native granular material free from roots, debris, and organic matter with less than 50% passing the No. 200 sieve and with no more than 60% gravel (i.e., not less than 40% passing the No. 4 sieve) and rock particles with a maximum dimension no greater than 6 inches. If and were site earthwork is performed during or shortly after wet weather, and where excavations extend into wet soils, then these soils will be significantly over optimum moisture. Wet soils over optimum moisture will be difficult to adequately compact for trench backfill under pavements. If and where significant pumping, rutting and yielding occurs when compaction is attempted, then wet weather mitigation measures shall be implemented. The Contractor shall be required to stabilize trench bottoms with crushed rock, or similar means, and seal trenches to prevent groundwater intrusion into the trench. Under the direction of the Engineer, such measures shall include but are not necessarily limited to: 1. Mixing or completely replacing wet soils with dryer granular soils either on-site and/or imported, Disking, aerating and/or otherwise drying back wet soils, Importing crushed rock and/or aggregate base to stabilize a wet subgrade, Stabilizing the subgrade with either a geogrid or geotextile covered with crushed rock or aggregate base, Cement stabilization.

B.

2. 3. 4.

5. C.

Wet soil stabilization measures shall not be performed in such a manner as to create a conduit for groundwater to flow along which may lead to the transportation of contaminated groundwater along the length of pipe. Wet soils excavated from the trench bottoms shall be replaced with imported soils with less moisture content.

D.

2.03

IMPORTED SAND A. Imported sand shall have the following gradation: Percent Passing By Weight 100 70 - 100 35 - 75 10 - 40 0 - 10

Sieve Size 1/4 inch No. 4 No. 16 No. 50 No. 200 B.

Imported sand shall have a coefficient of permeability greater than 0.014 measured in accordance with ASTM D2434 or a minimum sand equivalent of 30 per ASTM D2419.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-4

C.

Minimum resistivity for "Imported Sand" backfill shall be 2,000 ohm-cm in accordance with Caltrans Test 643. Imported sand shall have a maximum chloride concentration of 200 mg/l in accordance with Caltrans Test 422 and maximum sulfate concentration of 500 mg/l in accordance with Caltrans Test 417.

2.04

PIPE AND PIPE BEDDING ZONES A. Soil for pipe and pipe bedding zones shall be in accordance with Section 03123, Controlled Low Strength Material.

2.05

ROCK REFILL FOR FOUNDATION STABILIZATION AND OVEREXCAVATION A. Rock refill shall be 1” crushed or natural rock meeting the following requirements and having the following gradation: The portion of the material that is larger than will pass a 3/8 sieve shall contain at least 50 percent of particles having three or more fractured faces. Not over 5 percent shall be pieces that show no such faces. Of that portion which passes the 3/8 sieve, but is retained on the No. 4 sieve, not more than 10 percent shall be gravel particles. Percent Passing By Weight 100 90 - 100 30 - 60 0 - 20 0-5

B.

Sieve Size 1-1/2 inch 1 inch 3/4 inch 1/2 inch No. 4 2.06 CONCRETE FOR PIPE ENCASEMENT A.

Concrete for pipe encasement shall be Class “A” or “B” per Section 03300 “Cast-In-Place Concrete” unless otherwise shown on the Plans.

2.07

WATER FOR COMPACTION A. Water used in compaction shall have a maximum chloride concentration of 500 mg/1 as measured by Caltrans Test 422, maximum sulfate concentration of 500 mg/l as measured by Caltrans Test 417, and shall have a pH of 7.0 to 9.0 as measured by ASTM G51. Water shall be free of organic materials injurious to the pipe coatings.

PART 3 - EXECUTION 3.01 COMPACTION REQUIREMENTS A. Compaction shall comply with the permit requirements from the appropriate agency, or as indicated on the Plans. If there is no appropriate permit with compaction requirements and if there is no indication on the Plans, compaction shall be 90% relative compaction for the pipe bedding zone, pipe zone, trench zone, and any refill. The street zone and pavement zone shall be compacted in accordance with Section 02550 “Asphalt Concrete Pavement”.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-5

3.02

MATERIAL REPLACEMENT A. Remove and replace any trenching and backfilling material which does not meet the specifications at the Contractor's expense.

3.03

SHEETING, SHORING, AND BRACING OF TRENCHES A. Trenches shall have sheeting, shoring, and bracing conforming to CAL/OSHA requirements and the General Conditions. All shoring shall be removed after backfilling.

3.04

SIDEWALK, PAVEMENT, AND CURB REMOVAL A. The Contractor shall sawcut all bituminous and concrete pavements with a pavement saw prior to excavating the trenches. Width and depth of the pavement cut shall be in accordance with Section 02550 “Asphalt Concrete Pavement”. Haul pavement and concrete materials from the site. Do not use for trench backfill. Asphalt and paving shall be replaced in conformance with Section 02550, “Asphalt Concrete Pavement”, and the requirements of the local agencies having jurisdiction.

B.

3.05

TRENCH WIDTHS A. Minimum and maximum trench widths in the pipe zone shall be as shown on the Plans.

3.06

TRENCH EXCAVATION A. Perform all excavating regardless of the type, nature, or condition of the material encountered to accomplish the construction. Do not operate excavation equipment within 5 feet of existing structures or newly completed construction. Excavate with hand tools in these areas. Excavate the trench to the lines and grades required by the Plans with allowance for pipe thickness, sheeting and shoring if used, and for pipe base or special bedding. If the trench is excavated below the required grade, refill any part of the trench excavated below the grade at no additional cost to the Owner with imported sand. Place the refill material over the full width of trench in compacted layers not exceeding 6 inches deep to the established grade with allowance for the pipe base or special bedding. Trench depth in rock shall be constructed by removing rock to a minimum depth of 9 inches below bottom of pipe and backfilling with rock refill material. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint.

B.

C.

D. 3.07

DEWATERING A. The Contractor shall follow all of the provisions within Section 01130, “Dewatering” and as specified herein. Provide and maintain means and devices to remove and dispose of all water from any source entering the trench excavation during the time the trench is being prepared for the pipe laying, during the laying of the pipe, and until the backfill at the pipe zone has been
TRENCHING, BACKFILLING, AND COMPACTING 02223-6

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

completed. These provisions shall apply during day as well as night hours. Dispose of the water in a manner to prevent damage to adjacent property and in compliance with NPDES requirements. Do not drain trench water through the pipeline under construction. Do not allow groundwater to rise around the pipe until backfilling is completed. C. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source. The Contractor shall assume full responsibility for any damage due to floating and shall pay for and perform the work required to restore and replace the pipe to its specified condition and grade.

3.08

LOCATION OF EXCAVATED MATERIAL A. During trench excavation, place the excavated material only within the working area and beyond a 1:1 plane drawn upward from the lower of the base of shoring or excavation. Do not obstruct any roadways or streets. Conform to federal, state, and local codes governing the safe loading of trenches with excavated material.

3.09

LENGTH OF OPEN TRENCH A. Comply with permit requirements. If there are no permit requirements regarding the length of open trench, the Contractor shall limit the amount of open trench to the length of pipe which can be installed and backfilled to final grade. At no time should the length of open trench exceed 1,000 feet on the entire project. Steel plates located within the traveled way shall be limited to 100 feet at each location and can be used only with the prior approval of the Owner. Complete backfilling and trench repaving within 2 working days of pipe laying. Within downtown Victorville (C Street, 7th Street, and the BNSF Right-Of-Way), the Contractor shall not have an open trench longer than what he is currently working on as required for the phased construction as shown on the Traffic Control plans. C. Within downtown Victorville (C Street, 7th Street, and the BNSF Right-Of-Way),, the Contractor shall cover with steel plates any trenches which are not being actively worked on by the Contractor during that shift. Covering with steel plates is necessary for site security, and the plates may or may not be traffic rated. If the steel plates are not traffic rated, the Contractor shall prevent traffic from crossing over the plated trench.

B.

3.10

FOUNDATION STABILIZATION A. After the required excavation has been completed, the Engineer will inspect the exposed subgrade to determine the need for any additional excavation. It is the intent that additional excavation is conducted in all areas within the influence of the pipeline where unacceptable materials exist at the exposed subgrade. Overexcavation shall include the removal of all such unacceptable material that exists directly beneath the pipeline to a width 24 inches greater than the pipe outside diameter and to the depth required. Backfill the trench to subgrade of pipe base with rock refill material for foundation stabilization. Place the foundation stabilization material over the full width of the trench and compact in layers not exceeding 6 inches deep to the required grade. Rock refill used by the Contractor for his convenience will not receive any additional payment.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-7

3.11

CONCRETE FOR BELOW GROUND INSTALLATION A. Contractor shall encase pipe with concrete to the line and dimensions indicated or place concrete between the undisturbed ground and the pipe or fittings to be restrained or supported. Quantity or bearing area of the concrete against the undisturbed ground shall be as shown on the Standard Drawings, Plans, or as directed by the Owner. Provide temporary support on the pipe, fittings, or valves until the concrete has obtained a 2-day cure. Place concrete such that the pipe joints, fittings, or valves are accessible for repairs. Vibrate the concrete during placement to eliminate honeycombing. Backfilling of the trench adjacent to the concrete will not be allowed until at least 3 days after placement or until the hydration process has produced a concrete that is hard enough to be self-supporting. Allow concrete to cure for at least 7 days prior to subjecting the concrete to pipeline pressure.

3.12

TRENCH BACKFILLING A. Place the specified thickness of pipe bedding material over the full width of trench. Grade the top of the pipe bedding ahead of the pipe laying to provide firm, uniform support along the full length of pipe. After pipe has been laid, place pipe zone material simultaneously on both sides of the pipe, keeping the level of backfill the same on each side. Carefully place the material around the pipe so that the pipe barrel is completely supported to 45 degrees each side of the pipe invert and so that no voids or uncompacted areas are left beneath the pipe. Use particular care in placing material on the underside of the pipe to prevent lateral movement during subsequent backfilling. Compact material placed within 24 inches of the outer surface of the pipe by hand tamping only. Do not use any axle-driven or tractor-drawn compaction equipment until 3 feet of fill has been placed over the top of pipe. Push the backfill material carefully onto the backfill previously placed in the pipe zone. Do not permit free fall of the material until at least 2 feet of cover is provided over the top of the pipe. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. Backfill of trench above the pipe zone shall not proceed until the required compaction in the pipe zone has been verified and accepted by the Engineer. When backfilling around existing utilities, for pipelines sizes 6-inch through 42-inch the following materials may be used in each zone unless noted otherwise:

B.

C.

D.

E.

F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-8

Zone Pavement Street

Allowable Material ï‚· Refer to Section 02550 Asphalt Concrete Pavement and 02550 Rubberized Bonded Wearing Course. ï‚· Sand Cement Slurry ï‚· Imported Sand ï‚· Native Materials meeting the requirements of this Section.

Trench

ï‚· Within pipe zone, refer to Section 03123, “Controlled Low Strength Material” ï‚· Sand Cement Slurry ï‚· Imported Sand ï‚· Native Earth Backfill meeting the requirements of this Section. ï‚· Trench stabilization of trench bottom meeting the requirements of this Section.

Pipe Pipe Bedding G. 3.13

ï‚· Within pipe zone, refer to Section 03123, “Controlled Low Strength Material” ï‚· Within pipe zone, refer to Section 03123, “Controlled Low Strength Material”

All backfill within 24 inches of a valve or manway shall be imported sand.

BACKFILL COMPACTION H. Compact backfill to the specified relative compaction. Compact by using mechanical compaction or hand tamping. Do not use high impact hammer-type equipment. Do not use plate compaction equipment on hydraulic excavators. Compaction by jetting is generally not allowed for trench zone, but may be allowed for pipe and bedding zones in specific instances in areas approved by the Owner. Only imported sand materials backfilled in areas where foundation material is suitable will be allowed to be jetted. Backfill by wet or dry jetting is explicitly not allowed. On slopes too steep and trenches with inadequate drainage to consolidate backfill effectively, as determined by the Owner, the backfill shall be compacted by mechanical means. Do not use any axle-driven or tractor-drawn compaction equipment within 5 feet of building walls, foundations, and other structures.

I.

J. D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-9

3.14

TESTING FOR COMPACTION F. Tests specified below shall be performed by an engineer approved certified soil testing lab during the progress of the work to determine compliance with the compaction requirements specified herein, and the Contractor shall cooperate on the making of such tests by providing the labor and equipment necessary to obtain said tests at the required depth and allowing a reasonable time therefor. Additional testing by the Owner may be performed for verification that contract requirements are being met and is not for Contractor's quality control. Contractor is responsible for adequacy of all backfill materials meeting contract requirements. 1. Determine the density of soil in place by the sand cone method, ASTM D1556 or by nuclear methods, ASTM D2922 and ASTM D3017. Determine laboratory moisture- density relations of soils by ASTM D1557. Determine the relative density of cohesionless soils by ASTM D4253 and ASTM D4254. Sample backfill materials by ASTM D75.

B.

2. 3.

4. C.

The number of tests (depth and intervals) shall comply with the requirements of the pertinent permit. If there is no permit, or if the permit does not specify, the following shall be used. 1. For the pipe bedding zone, pipe zone, trench zone, and street zone, collectively 1 test for every 4-feet or fraction thereof of depth for every 250 feet of trench length. Backfill depth is from the bottom of the trench to the bottom of the pavement zone. For the pavement zone (aggregate base), 1 test for every 500 feet of trench length. For jacking, receiving, and other pit type excavations, at least 1 test within the pipe bedding shall be taken. In addition, at least 1 test for every 5 vertical feet shall be taken.

2. 3.

D.

"Relative compaction" is the ratio, expressed as a percentage of the in place dry density to the laboratory maximum dry density. Any test falling below the specified relative compaction shall be deemed not to comply with the specifications. The area should be reworked and/or rerolled until all tests in the area meet the specified relative compaction. Where compaction tests indicate a failure to meet the specified compaction, the Contractor shall take additional tests every 50 feet in each direction until the extent of the failing area is identified. Rework the entire area between locations that have passed the tests until the specified compaction has been achieved. The Contractor shall pay the actual cost of all soil retests. The Contractor shall submit one or several procedures for the placement of backfill to achieve the required compaction. A test section shall be selected at the beginning of the project to experiment with proposed compaction procedures, using the equipment the
TRENCHING, BACKFILLING, AND COMPACTING 02223-10

E.

F.

G.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

Contractor plans to use on the project. Based on the results of the test section, one of the procedures may be used on the project. The procedures shall define maximum lift thickness and number of passes of the compaction equipment. Periodic monitoring. H. 3.15 Refer to 01400 “Quality Control” for testing responsibilities.

DISPOSAL OF EXCESS MATERIAL A. Excess site excavated or wasted material shall be disposed of offsite on a timely basis by the Contractor at his expense. No prearranged disposal site or related permits have been determined or secured by the Owner.

3.16

PERMITS A. Refer to Section 01110 “Summary of Work” for related permit information.

3.17

DIGALERT A. The Contractor shall contact DIGALERT (811) prior to any excavation.

3.18

OTHER AGREEMENTS A. The Contractor shall obtain all required agreements with owners of utilities within 24” of this work in compliance with California law.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-11

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TRENCHING, BACKFILLING, AND COMPACTING 02223-12

SECTION 02240 SOIL STABILIZATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. Contractor’s attention is drawn to the Geotechnical Reports contained in the Appendix which indicate a high groundwater condition at the project site. This Section covers soil stabilization utilizing chemical grout to minimize or eliminate ground water intrusion to enable open-cut excavations, casing installation via the jack and bore method, horizontal directional drilling, and casing installation via tunneling.

B.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. B. Section 02110 Clearing, Grubbing, and Stripping Section 02200 Earthwork

1.03

REFERENCE SPECIFICATIONS, CODES AND STANDARDS A The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work.

1.04

CONTRACTOR SUBMITTALS A B Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions, and as specified herein. The Contractor shall submit, for acceptance by the Engineer, detailed sketches of his intended injection techniques and patterns and shall submit, for acceptance by the Engineer, necessary data to prove that the chemicals contemplated will meet in all respects the requirements as to properties and qualities required by these specifications. The grout mix design shall be reviewed and approved by a certified testing laboratory.

1.05

QUALIFICATIONS A Work required under this Section shall be performed by a Contractor having at least 5 years’ experience in the field of chemical grout soil stabilization and underpinning and having successfully completed at least 5 projects of a similar nature.

1.06

WORK COORDINATION A The Contractor shall fully coordinate the work operations of this Section with that of other trades involved and with the Engineer to ensure proper sequence of work,

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SOIL STABILIZATION 02240-1

limitation, methods, and time of work so as to minimize or avoid interferences as well as performance of work by other trades. PART 2 - PRODUCTS 2.01 MATERIALS A. "Chemical Grout", as referred to herein, shall be a relatively nonviscous solution, not a slurry, that may be injected into a permeable soil mass, undergo chemical reactions that lead to metathetical precipitation or polymerization, and result in solidification of that injected soil by binding together the soil grains for the purpose of decreasing the soil permeability of the soil and minimizing or eliminating the groundwater intrusion into the work. The solidified soil shall have an unconfined compressive strength of 50 psi at 28 days. The Contractor shall be responsible for formulation of the grout. Chemicals used shall be sodium silicate based with catalyst that will provide the required chemical grout. Water used shall be compatible with the chemical system to be used. Considering the chemistry of the gel and the conditions known at the site, the chemical system used shall produce a stable gel. The chemical system used shall stabilize soil to permit open-cut excavations, casing installation via the jack and bore method, horizontal directional drilling, and casing installation via tunneling with a proven record of stability. The chemicals used shall be so proportioned and mixed as to produce a chemical grout that contains no solids in suspension, may be pumped without difficulty, will penetrate and fill the voids in the soil mass, and will form a gel of the required strength and stability. Chemicals mixed into primary solutions before final batching may be stored under conditions that do not exceed the manufacturer's recommendations and must not be injected if limiting factors imposed by the manufacturer are exceeded. Any solutions not used for injection shall be immediately disposed of to the satisfaction of the Engineer. The chemical system shall not be detrimental to the environment. The injected solution and its components shall be nontoxic.

B.

C.

D.

E.

2.02

SITE PREPARATION A. The site clearing, grubbing, and removal shall be in accordance with Section 02110 Clearing, Grubbing, and Stripping. After site preparation work is complete, the Contractor shall commence soil stabilization.

2.03

MIXING A. All materials shall be accurately measured by weight or volume for mixing. If a variable proportioning pump system is used, positive controls shall be incorporated to ensure accurate proportioning. Care shall be taken not to contaminate mixing vessels with reactive chemicals by spillage, splash, etc. A fast check reaction shall be made with each new primary chemical batch. A test sample shall be made of every injection batch. The Contractor shall keep records to
SOIL STABILIZATION 02240-2

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

establish the point of injection for each sample. This data shall be submitted to the Engineer on a daily basis. C. If any sample fails to show the proper gelation, the potential area of failure as defined by the Engineer shall be rejected. The Contractor shall propose method of correction.

PART 3 - EXECUTION 3.01 APPLICATION A. B. C. The Contractor shall determine the extent of the soil stabilization required, subject to acceptance by the Engineer. Care shall be taken in the placing of injection points to secure accurate injection and the proper overlapping of injection cylinders. Injection rates and pressures shall be closely controlled to prevent blowout, localized "quick" conditions, and to ensure the proper filling of voids to attain the desired stabilized section. Quantities of chemical grout injected at each point shall be governed by calculated volume, backpressure, or a combination of these two factors. If it appears, at any point, that a large void exists, proper steps shall be taken to ensure permeation of the desired soil section as directed by the Engineer.

D.

3.02

CLEANUP A. Upon completion of soil stabilization and work specified herein, the Contractor shall dispose of all excess materials off the jobsite and the jobsite shall be left in a clean and orderly condition ready for subsequent work operations. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SOIL STABILIZATION 02240-3

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SOIL STABILIZATION 02240-4

SECTION 02274 GEOTEXTILES PART 1 - GENERAL 1.01 THE REQUIREMENT A. B. The CONTRACTOR shall provide geotextiles, complete and in place, in accordance with the Contract Documents. Definitions: The following definitions apply to the WORK of this Section: 1. 2. 3. 4. 5. 6. 7. 8. Fabric: Geotextile, a permeable geosynthetic comprised solely of textiles. Minimum Average Roll Value (MinARV): Minimum of series of average roll values representative of geotextile provided. Maximum Average Roll Value (MaxARV): Maximum of series of average roll values representative of geotextile provided. Nondestructive Sample: Sample representative of finished geotextile, prepared for testing without destruction of geotextile. Overlap: Distance measured perpendicular from overlapping edge of one sheet to underlying edge of adjacent sheet. Seam Efficiency: Ratio of tensile strength across seam to strength of intact geotextile, when tested according to ASTM D 4884. Woven geotextile: A geotextile fabric composed of polymeric yarn interlaced to form a planar structure with uniform weave pattern. Nonwoven geotextile: A geotextile fabric composed of a pervious sheet of polymeric fibers interlaced to form a planar structure with uniform random fiber pattern.

1.02

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. The following standards are referenced in this Section: ASTM D 4355 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon-Arc Type Apparatus ASTM D 4491 Standard Test Methods for Water Permeability of Geotextiles by Permittivity ASTM D 4533 Standard Test Method for Trapezoid Tearing Strength of Geotextiles ASTM D 4595 Standard Test Method for Tensile Properties of Geotextiles by the WideWidth Strip Method

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GEOTEXTILES 02274 - 1

ASTM D 4751 Standard Test Method for Determining Apparent Opening Size of a Geotextile ASTM D 4833 Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products ASTM D 4884 Standard Test Method for Strength of Sewn or Thermally Bonded Seams of Sewn Geotextiles ASTM D 4886 Standard Test Method for Abrasion Resistance of Geotextiles (Sand Paper/Sliding Block Method) 1.03 CONTRACTOR SUBMITTALS A. B. Furnish submittals in accordance with Section 01300 - Contractor Submittals. Shop Drawings 1. 2. 3. Manufacturer material specifications and product literature. Installation drawings showing geotextile sheet layout, location of seams, direction of overlap, and sewn seams. Description of proposed method of geotextile deployment, sewing equipment, sewing methods, and provisions for holding geotextile temporarily in place until permanently secured.

C.

Samples 1. Geotextile: One-piece, minimum 18-inches long, taken across full width of roll of each type and weight of geotextile. Label each with brand name and furnish documentation of lot and roll number from which each sample was obtained. Field Sewn Seam: 5-foot length of seam, 12-inches wide with seam along center, for each type and weight of geotextile. Securing Pin and Washer: 1 each.

2. 3. D.

Certifications 1. 2. Certification from geotextile manufacturer that products satisfy the indicated requirements. Field seam efficiency test results.

PART 2 - PRODUCTS 2.01 WOVEN GEOTEXTILE A. Woven geotextile shall be composed of polymeric yarn interlaced to form a planar structure with uniform weave pattern. Products shall be calendared or finished so that yarns will retain their relative position with respect to each other.
GEOTEXTILES 02274 - 2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

Polymeric yarn shall be long-chain synthetic polymers (polyester or polypropylene) with stabilizers or inhibitors added to make filaments resistant to deterioration due to heat and ultraviolet light exposure. Sheet Edges: Selvaged or finished to prevent outer material from separating from sheet. Unseamed Sheet Width: Minimum 6 feet. Nominal Weight per Square Yard: 6. Physical Properties: Conform to requirements below. PHYSICAL PROPERTY REQUIREMENTS FOR WOVEN GEOTEXTILE Property Apparent Opening Size (AOS) Water Permittivity Vertical Waterflow Rate Wide Width Strip Tensile Strength Wide Width Strip Elongation Trapezoidal Tear Strength Puncture Strength Abrasion Resistance Ultraviolet Radiation Resistance Requirement No. 10 to No. 100 U.S. Standard Sieve Size 0.02 to 3.34 sec.-1, MinARV 10 to 150 gpm/sq ft, MinARV 60 to 1,500 lb/in.-width, MinARV 14 to 60 percent, MaxARV 30 to 200 lb, MinARV 50 to 250 lb, MinARV 5 to 25 percent loss, 250 cycles, MaxARV 70 to 90 percent strength retention, MinARV after 500 hours ASTM D 4533 ASTM D 4833 ASTM D 4886 Test Method ASTM D 4751 ASTM D 4491 (Falling Head)

C. D. E. F.

ASTM D 4595

ASTM D4355

2.02

NONWOVEN GEOTEXTILE A. Nonwoven geotextile shall be composed of a pervious sheet of polymeric fibers interlaced to form a planar structure with uniform random fiber pattern. Products shall be calendared or finished so that yarns will retain their relative position with respect to each other. Polymeric yarn shall be long-chain synthetic polymers (polyester, polypropylene, or polyethylene) with stabilizers or inhibitors added to make filaments resistant to deterioration due to heat and ultraviolet light exposure. Geotextile Edges: Selvaged or finished to prevent outer material from separating from sheet. Unseamed Sheet Width: Minimum 6-feet.
GEOTEXTILES 02274 - 3

B.

C. D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

E. F.

Nominal Weight per Square Yard: 12 ounces. Physical Properties: Conform to requirements below. PHYSICAL PROPERTY REQUIREMENTS FOR NONWOVEN GEOTEXTILE Property Apparent Opening Size (AOS) Water Permittivity Vertical Waterflow Rate Wide Width Strip Tensile Strength Wide Width Strip Elongation Trapezoidal Tear Strength Puncture Strength Ultraviolet Radiation Resistance Requirement No. 100 to No. 140 U.S. Standard Sieve Size 1.2 sec.-1, MinARV 90 gpm/sq ft, MinARV 300 MinARV 70 percent, MaxARV 120 lb, MinARV 130 lb, MinARV 90 percent strength retention, MinARV after 500 hours Test Method ASTM D 4751 ASTM D 4491 (Falling Head) ASTM D 4595 ASTM D 4595 ASTM D 4533 ASTM D 4833 ASTM D4355

2.03

SEWING THREAD A. Sewing thread shall be polypropylene, polyester, or Kevlar thread with durability equal to or greater than durability of geotextile sewn.

2.04

SECURING PINS A. Securing pins shall be steel rods or bars conforming to the following: 1. 2. 3. B. 3/16-inch diameter. Pointed at one end; head on other end, sufficiently large to retain washer. Minimum Length: 12-inches.

Steel washers for securing pins shall be: 1. 2. 3. Outside Diameter: Not less than 1-1/2 inches. Inside Diameter: 1/4-inch. Thickness: 1/8-inch.

C.

Steel Wire Staples 1. 2. 3. U-shaped. 10-gauge. Minimum 6-inches long.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GEOTEXTILES 02274 - 4

PART 3 - EXECUTION 3.01 PRODUCT DELIVERY, STORAGE, AND HANDLING A. B. C. Deliver each roll with sufficient information attached to identify manufacturer and product name or number. Handle products in manner that maintains undamaged condition. Do not store products directly on ground. Ship and store geotextile with suitable wrapping for protection against moisture and ultraviolet exposure. Store geotextile in a way that protects it from elements. If stored outdoors, elevate and protect geotextile with waterproof cover.

3.02

LAYING GEOTEXTILE A. B. Notify the ENGINEER whenever geotextiles are to be placed. Do not place geotextile prior to obtaining ENGINEER's approval of underlying materials. Lay and maintain geotextile smooth and free of tension, folds, wrinkles, or creases.

3.03

ORIENTATION ON SLOPES A. B. Orient geotextile with long dimension of each sheet parallel to direction of slope. Geotextile may be oriented with long dimension of sheet transverse to direction of slope only if sheet width, without unsewn seams, is sufficient to cover entire slope and anchor trench and extend at least 18-inches beyond toe of slope.

3.04

JOINTS A. Unseamed Joints 1. Unseamed joints shall be overlapped to the following dimensions unless otherwise indicated: a. b. c. d. B. Foundation/Subgrade Stabilization: Minimum 18-inches. Riprap: Minimum 18-inches. Drain Trenches: Minimum 18-inches, except overlap shall equal trench width if trench width is less than 18-inches. Other Applications: Minimum 12-inches.

Sewn seams shall be used wherever stress transfer from one geotextile sheet to another is necessary. Sewn seams, as approved by ENGINEER, also may be used instead of overlap at joints for applications that do not require stress transfer. 1. Seam efficiency shall be minimum 70 percent, verified by preparing and testing minimum of one set of nondestructive samples per acre of each type and weight of geotextile provided. Test according to ASTM D 4884.
GEOTEXTILES 02274 - 5

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

2. 3. 4. 5. 6. 3.05

Type: "J" type seams are preferred, but flat or butterfly seams are acceptable. Stitch Count: Minimum 3 to maximum 7 stitches per inch. Stitch Type: Double-thread chainstitch, Type 401, Federal Standard No. 751a. Stitch Location: 2-inches from geotextile sheet edges, or more if necessary to develop required seam strength. Sewing Machines: Capable of penetrating 4 layers of geotextile.

SECURING GEOTEXTILE A. B. Secure geotextile during installation as necessary with sand bags or other means approved by ENGINEER. Securing Pins 1. 2. Insert securing pins with washers through geotextile, midway between edges of overlaps and 6-inches from free edges. Spacing Slope Steeper than 3:1 3:1 to 4:1 Flatter than 4:1 3. 4. Maximum Pin Spacing, feet 2 3 5

Install additional pins across each geotextile sheet as necessary to prevent slippage of geotextile or to prevent wind from blowing geotextile out of position. Push each securing pin through geotextile until washer bears against geotextile and secures it firmly to subgrade.

3.06

PLACING PRODUCTS OVER GEOTEXTILE A. B. Notify ENGINEER before placing material over geotextile,. Do not cover installed geotextile prior to receiving authorization from the ENGINEER to proceed. If tears, punctures, or other geotextile damage occurs during placement of overlying products, remove overlying products as necessary to expose damaged geotextile. Repair damage as indicated below.

3.07

INSTALLING GEOTEXTILE IN TRENCHES A. Place geotextile in a way that will completely envelope granular drain material to be placed in trench and with indicated overlap at joints. Overlap geotextile in direction of flow. Place geotextile in a way and with sufficient slack for geotextile to contact trench bottom and sides fully when trench is backfilled.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GEOTEXTILES 02274 - 6

B.

After granular drain material is placed to grade, fold geotextile over top of granular drain material, unless otherwise indicated. Maintain overlap until overlying fill or backfill is placed.

3.08

RIPRAP APPLICATIONS A. B. Overlap geotextile at each joint with upstream sheet of geotextile overlapping downstream sheet. Sew joints where wave runup may occur.

3.09

GEOTEXTILE-REINFORCED EARTH WALL APPLICATIONS A. B. Sew exposed joints; extend sewn seams minimum 3-feet behind face of wall. Protect exposed geotextile from damage and deterioration until permanent facing is applied.

3.10

SILT FENCE APPLICATIONS A. B. C. D. Install geotextile in one piece or continuously sewn to make one piece, for full length and height of fence, including portion of geotextile buried in toe trench. Install bottom edge of sheet in toe trench and backfill in a way that securely anchors geotextile in trench. Securely fasten geotextile to a wire mesh backing and each support post in a way that will not result in tearing of geotextile when fence is subjected to service loads. Promptly repair or replace silt fence that becomes damaged.

3.11

REPAIRING GEOTEXTILE A. Repair or replace torn, punctured, flawed, deteriorated, or otherwise damaged geotextile. Repair damaged geotextile by placing patch of undamaged geotextile over damaged area plus at least 18-inches in all directions beyond damaged area. Remove interfering material as necessary to expose damaged geotextile for repair. Sew patches or secure them with pins and washers, as indicated above for securing geotextile, or by other means approved by ENGINEER.

3.12

REPLACING CONTAMINATED GEOTEXTILE A. Protect geotextile from contamination that would interfere, in ENGINEER's opinion, with its intended function. Remove and replace contaminated geotextile with clean geotextile. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GEOTEXTILES 02274 - 7

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GEOTEXTILES 02274 - 8

SECTION 02278 ABANDONMENT OF PIPE AND STRUCTURES PART 1 - GENERAL 1.01 THE REQUIREMENT A. B. C. This section covers the work necessary for the abandonment of pipe and structures. The CONTRACTOR shall furnish all labor, tools, equipment, materials, and supplies to complete the Work as indicated on the Drawings and specified herein. Existing pipe and structures shall be abandoned per SSPWC 306-5, as specified herein, and as shown on the Drawings. Manhole cones and adjusting rings shall be completely removed and disposed of. Manholes and structures to be abandoned shall be perforated or cored through the base and filled with a flowable backfull. The CONTRACTOR shall repair or replace all asphalt, concrete pavement, earthwork, landscaping, or other surface damaged by the abandonment operations. The CONTRACTOR shall provide traffic control as required and approved by the agency having jurisdiction and in accordance with these Contract Documents, plans and specifications. Existing pipe and structures shall be abandoned in accordance with the construction sequence specified. Under no circumstances shall abandonment take place before existing sewers and manholes are out of service and all flow is directed to new or alternate pipes. Structures to be abandoned hollow shall be plugged with a cement based brick and mortar plug.

D. E. F.

G.

H. 1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. Section 02200, Earthwork Section 03123, Controlled Low Strength Material

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ABANDONMENT OF PIPELINE AND STRUCTURES 02278-1

B.

Comply with the applicable editions of the following codes, regulations and standards. 1. Industry Standards: SSPWC Subsection 306-5 Standard Specifications for Public Works Construction, Abandonment of Conduits and Structures

C. D.

Comply with the applicable reference Specifications as directed in the General Requirements and the Additional General Requirements. Comply with the SPPWC, Standard Plans for Public Works Construction, as referenced in this Specification.

1.04

CONTRACTOR SUBMITTALS A. B. Submittals shall be made in accordance with the General Requirements, Additional General Requirements and as specified herein. The CONTRACTOR shall submit for review to the ENGINEER the methods, materials, and procedures to be used.

1.05

QUALITY ASSURANCE A. The CONTRACTOR shall demonstrate that pipe and structures to be abandoned have been completely filled, without voids, by providing volume calculations for each placement of controlled low strength materials strength tests as required by the ENGINEER.

PART 2 - PRODUCTS 2.01 FLOWABLE BACKFILL, FLOWABLE SOILS, AND SAND CEMENT SLURRY A. Flowable backfill, flowable soils, and sand cement slurry shall be in accordance with Specification 03123 Controlled Low Strength Material.

PART 3 - EXECUTION 3.01 GENERAL A. The CONTRACTOR is responsible for selection of methods and materials to be used. Abandonments shall be shown in the construction schedule and coordinated with the sequence of construction. Appropriate plugs shall be installed by the CONTRACTOR, subject to acceptance by the ENGINEER. The CONTRACTOR shall drain and clean all sewerlines which are in active use and to be abandoned prior to placement of controlled low strength materials. Controlled low strength material shall be injected in an upslope manner to remove trapped air. Additional portals may need to be installed for proper venting or verification of the abandonment.

B. C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ABANDONMENT OF PIPELINE AND STRUCTURES 02278-2

D. E.

The CONTRACTOR shall accurately update the materials used and limits of the abandonment on the As-Built Drawings. The CONTRACTOR shall repair any linings damaged during the abandonment operations on any pipeline which is to remain in service and inform the ENGINEER of any additional linings that require repair. Lined manholes or structures where work occurred shall be spark tested to verify the existing lining of manholes to remain in service is leak proof. CONTRACTOR shall repair any pinholes or other defects in these linings in a manner suitable to the ENGINEER. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ABANDONMENT OF PIPELINE AND STRUCTURES 02278-3

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ABANDONMENT OF PIPELINE AND STRUCTURES 02278-4

SECTION 02315 JACKED CASING

PART 1 - GENERAL 1.01 DESCRIPTION A. This section describes tunneling using jacked steel casing. This section also describes carrier pipe installation within the steel casing.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. Dewatering: 01130. Contaminated Soil Excavation and Groundwater Removal, Hauling and Disposal: 00140. BNSF Requirements: 01610. Earthwork: 02200. Soil Stabilization 02240 Sanitary Sewer System Testing: 02730. Concrete: 03300. Instrumentation and Monitoring 02445

3. 4. 5. 5. 6. 7. 1.03

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein. Submit manufacturer's mill specification sheet listing diameter, thickness, and class of steel used in making the casing, and the mill certification. Submit drawings showing the location of approach trench, jacking pit, tunnel and receiving pit, and joint type for both casing and carrier pipe. Submit a tunnel construction schedule which includes casing installation, carrier pipe installation, approach trench backfill, and receiving pit backfill.

B.

C.

D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JACKED CASING 02315 - 1

1.04

PERMITS A. All work shall conform to the specifications and requirements of the State of California Department of Transportation, the City of Victorville, the Town of Apple Valley, and BNSF. The Contractor shall secure all required permits for construction of casing pipe installation.

1.05

SAFETY A. The Tunnels in this project shall be constructed under the rules, regulations, and orders developed by the California Department of Industrial Relations, Division of Occupational Safety and Health and approved by the Board. These requirements are contained in the California Code of Regulations, Title 8, Tunnel Safety Orders and in Division 5, Part 9 of the Labor Code. It shall be the CONTRACTOR's responsibility to see that the Work is done in conformance with all applicable federal, state, and local safety requirements. The CONTRACTOR shall schedule a preconstruction conference with the California Department of Industrial Relations, Division of Occupational Safety and Health, Mining & Tunneling Unit prior to commencing any activity associated with the tunnel construction. The Division may be contacted at: 2211 Park Towne Circle, Suite 2, Sacramento CA 95825, 916-574-2540. The CONTRACTOR shall train all non-Contractor project staff in entry operations prior to entry. The Tunneling Permit is in process. Once Underground Classification Numbers are obtained for this project, the contractor shall comply with all conditions of the permit and the Underground Classification Notice shall be conspicuously posted at the jobsite.

B.

A. B.

PART 2 - MATERIALS 2.01 STEEL CASING A. Materials: Steel casing shall be ASTM A 283, Grade C, ASTM A 570 Grade 30, 33, and ASTM A-36 unless noted otherwise. The minimum inside diameter and wall thickness of the casing shall be as shown on the drawings. Greater casing thickness and diameter may be used as convenient for the method of work and loadings involved, as suitable for the site and as limited by possible interferences, but at no additional cost to VVWRA. Joints: Casing sections shall be joined by full circumference butt welding in the field. Prepare ends of casings for welding by providing 1/4-inch X 45-degree chamfer on outside edges. Wall Thickness: The minimum size and thickness of the casing pipe shall be as shown on the drawings, unless a larger or heavier wall casing pipe is required by the agency having jurisdiction over the road or railroad crossing. The Contractor shall choose a size of casing at or above the minimum specified, in order that the jacking may be done with a sufficient degree of accuracy to permit installation of the carrier pipe to the grades shown on the plans. 2-inch grout connections spaced at the top and bottom shall be provided and described herein.
JACKED CASING 02315 - 2

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

2.02

GROUT A. Grout shall consist of one part portland cement, four parts sand, 2% bentonite by weight of the cement, and sufficient water to produce a workable mixture. Portland cement, water and sand shall conform to the applicable requirements of Section 03300: Concrete, except that sand shall be of such fineness that 100% will pass a standard No. 8 sieve and at least 45%, by weight, will pass a standard No. 40 sieve. Bentonite shall be a commercially-processed powdered bentonite, Wyoming type, such as Imacco-gel, Black Hills, or for Contracts between VVWRA and Contractor, approved equal.

B.

C.

2.03

SAND A. Air blown sand used to fill the annular space in the jacked casing shall conform with the requirements for imported sand in Section 02200, Earthwork.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JACKED CASING 02315 - 3

2.04

GROUT CONNECTIONS A. Grout connections on the casing pipe shall be provided every 4-feet at top and bottom of casing, or as shown on the drawings, or as otherwise specified herein. Longitudinal spacing between grout connections may be decreased to provide more frequent grouting, but in no case shall the spacings shown on the drawings or specifications be exceeded.

PART 3 - EXECUTION 3.01 SAFETY A. The boring and jacking work shall be done in conformance with the State of California's requirements. It shall be the Contractor's responsibility to call the required safety meeting with representatives from the State Division of Industrial Safety prior to beginning of construction of each bore.

3.02

JACKING PIT A. Excavation Protection: The approach trench for jacking or boring operations shall be adequately shored to safeguard existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. Structural Support for Jacking Equipment: Heavy guide timbers, structural steel, or concrete cradle of sufficient length shall be placed in the approach trench of the jacking pit and firmly bedded on the required line and grade to provide accurate control of jacking alignment. Adequate space shall be provided to permit the insertion of the lengths of casing to be jacked. The structure of timbers and structural steel sections shall be anchored to ensure action of the jacks in line with the axis of the casing. A bearing block consisting of a timber or structural steel framework shall be inserted between the jacks and the end of the casing to provide uniform end bearing over the perimeter of the casing and distribute the jacking pressure evenly.

B.

3.03

SECTIONAL SHIELD OR JACKING HEAD A. Equipment: A sectional shield or steel jacking head shall be attached to the leading section of the casing to extend around the outer surface of the upper two-thirds of the casing and to project at least 18 inches beyond the driving end of the casing. The sectional shield or jacking head shall not protrude more than 1/2-inch outside of the outer casing surface. The head shall be anchored to prevent any wobble or alignment variation during the jacking operation. Removal of Excavated Material: To avoid loss of ground outside the casing, excavation shall be restricted to the least clearance necessary to prevent binding, and shall be carried out entirely within the jacking head and not in advance of the head. Excavated material shall be removed from the casing as jacking progresses and no accumulation of excavated material within the casing will be permitted.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JACKED CASING 02315 - 4

3.04

CONTROL OF ALIGNMENT AND GRADE A. Application of jacking pressure and excavation of material ahead of the casing as it advances shall be controlled to prevent the casing from becoming earthbound or deviating from required line and grade. Do not encroach upon the minimum annular space detailed. The Contractor is responsible for setting out the work and for maintaining alignment control and grade tolerance, and setting up the construction staking and survey control monuments. The Contractor shall install the casing pipe such that the carrier pipe can maintain horizontal and vertical line and grade as shown on the plans. Provide access to the Engineer from time to time to perform check surveys for quality assurance purposes. This does not relieve the Contractor of its sole responsibility for setting out the work. Contractor shall manually survey line and grade on a daily basis and reconcile gyro differences.

B.

3.05

GROUTING A. Contractors attention is drawn to Section 02240, Soil Stabilization which requires grout injection in advance of the bore and jack installation. Should low ground water conditions exist at the time of construction such that Soil Stabilization is waived in writing by the Engineer upon written request from the Contractor, the Contractor shall be required to grout the outside of the casing pipeline immediately after completion of the jacking and boring operation. Grout shall be injected through the grout connections in such a manner as to completely fill all voids outside the casing pipe resulting from the jacking or boring operation. Where loss of ground outside the casing is suspected, additional grout connections shall be welded to the casing. Grout pressure shall be controlled so as to avoid deformation of the casing and/or avoid movement of the surrounding ground. After completion of grouting, the grout connections shall be closed with cast iron threaded plugs.

3.06

INSTALLATION OF CARRIER PIPE A. Insertion of Carrier Pipe: After grouting the exterior of the casing pipe, the interior shall be cleaned and the carrier pipe installed. The carrier pipe shall be installed on three (3) skids of sufficient thickness to prevent the pipe bells from touching the casing pipe and to allow for proper alignment of the carrier pipe to meet the specified grade. Securement: The top of the carrier pipe shall be continuously blocked to prevent flotation. The carrier pipe shall be secured in a manner satisfactory to the Engineer to prevent floating and subsequent loss of grade when the annular spacing between the casing pipe and the carrier pipe is filled. Pipe Skids and Blocking: Skids and blocking shall be pressure treated wood, bevel cut to prevent bending during installation of the carrier pipe, and notched so that the securing bands will be recessed within the wood, or Raci Spacers or equal. Skids and blocking shall be secured to the carrier pipe with stainless steel bands at each end of the pipe and at mid-sections if the carrier pipe segment is over ten (10) feet long. Contractor to submit to the Engineer for review and approval his method and materials of spacer elements and their installation to maintain alignment within the casing pipe.
JACKED CASING 02315 - 5

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

D.

Grade Adjustment: The carrier pipe grade shall be adjusted as required by either changing the thickness of the redwood skids to compensate for any grade variations of the casing pipe or grouting the invert of the casing pipe to attain the proper grade. Wood skids shall be used in all cases. Care should be taken to ensure that the carrier pipe does not come in contact with and is insulated from the casing pipe. Failure to Achieve Required Grade: If the alignment of the casing pipe is such that the carrier pipe grade cannot be met, the grade of the casing pipe shall, if required by the Engineer, be adjusted. If realignment is not deemed feasible by the Engineer, another casing pipe meeting the required grade shall be installed. The abandoned casing pipe shall be filled with sand and the ends plugged with twelve (12) inch thick masonry plugs, brick and mortar plugs or pic seals. Realignment or replacement work shall in no way result in extra cost to VVWRA. Testing: Before backfilling the annular space, the carrier pipe shall have passed an initial pressure or leakage test in accordance with Section 02730.

E.

F. 3.07

SAND BACKFILL FOR ANNULAR SPACE IN JACKED CASING A. B. C. D. Fill for Annular Space: Air-blown sand shall be used to fill the annular space between the casing and the carrier pipe. Equipment: The necessary sand, air compressor, hoses, pressure gages, valves, and fittings shall be furnished for the filling operation. Sand: Sand shall be free of lumps when put into the hopper. Sand shall be of a consistency to flow unimpeded and completely fill all voids. Placement of Sand: A steel or composite bulkhead for retaining the sand shall be placed in the annular space between the casing and the carrier pipe at each end of the jacked casing. At the start of the sand fill operation, the sand discharge pipe shall extend from the placing equipment, through the inside of the casing, and to the bulkhead at the remote end of the casing. The method used to place the sand shall be such to ensure complete filling of the annular space. During placement, the sand discharge pipe shall be so positioned that its discharge end shall be kept well buried in the sand at all times after the sand has been built up over the crown of the pipe at the remote end of the section being filled. A riser pipe suitable for a vent shall be installed in the casing adjacent to the bulkhead at the near end of the casing. The vent pipe shall be plugged with grout upon completion of sand filling.

3.08

CLOSING THE JACKING PIT AND RECEIVING PIT A. Closing the Jacking Pit and Receiving Pit: After jacking equipment and muck from the tunnel have been removed from the approach trench of jacking pit, the bottom of the jacking pit shall be prepared as for a pipe foundation. Remove all loose and disturbed material below pipe grade to undisturbed earth. Backfill: The jacking pit and receiving pit represent overwidth trench conditions. Backfill shall either be as called for on the contract drawings, in the Special Conditions, or in Section 02200. END OF SECTION

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JACKED CASING 02315 - 6

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JACKED CASING 02315 - 7

SECTION 02320 OPEN TRENCH AND CASING WITHIN CALTRANS RIGHT OF WAY

PART 1 - GENERAL 1.01 DESCRIPTION A. This section describes the steel casing installed within Caltrans right of way. This section also describes carrier pipe installation within the steel casing.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. Dewatering: 01130. Contaminated Soil Excavation and Groundwater Removal, Hauling and Disposal: 00140. Earthwork: Caltrans Standard Specification 19

3. 1.03

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions and as specified herein. Submit manufacturer's mill specification sheet listing diameter, thickness, and class of steel used in making the casing, and the mill certification. Submit manufacturer’s product data, including list of materials and dimensions for flange gaskets. Submit manufacturer’s product data, including list of materials and dimensions for casing insulators. Shoring and trench top calculations and plans signed and sealed by a Registered Engineer in the State of California.

B.

C.

D.

E.

1.04

PERMITS A. All work shall conform to the specifications and requirements of the State of California Department of Transportation, the City of Victorville, and the Town of Apple Valley. The Contractor shall secure all required permits for construction of casing pipe installation.

VVWRA OPEN TRENCH AND CASING WITHIN CALTRANS ROW UPPER NARROWS PIPELINE REPLACEMENT 02320 - 1

1.05

WORKING HOUR RESTRICTIONS A. All work shall be performed between the hours of 9 pm and 5 am. Road shall be opened on all lanes to through traffic between 5 am and 9 pm.

1.06

SHORING REQUIREMENTS A. Contractor shall comply with the requirements of the General Provisions TR-0045, TR0157, and UG 16, and the Encroachment Permit Steel Plate Bridging Utility Provisions issued by Caltrans. In addition to the requirements found elsewhere within these specifications, the Contractor shall submit to the Engineer of Record and Caltrans for review and approval plans and calculations designed and sealed by a licensed Civil Engineer registered in the State of California for the design of the shoring system and steel plate/bridging as required for the installation of the casing across the Caltrans Right of Way. Steel plate/bridging shall be horizontally reinforced with structural steel welded to the steel plating, anchored to the shoring sides, the required clear distance between shoring. Minimum design loads for the top plate/bridging shall be in accordance with Caltrans for HS20 rated loading on all shoring elements and trench top/bridge complete with anti-skid plates to allow traffic over the top of the shoring during non-working hours. Minimum design loads for the shoring shall be in accordance with the provisions of the Geotechnical Report. Steel plates used for bridging shall be reinforced to limit the deflection and handle the rated HS20 loading for the span. Steel plates/bridging shall extend a minimum of 12inches beyond the edges of the trench. Steel plate/bridging shall be installed to operate with a minimum noise. Edges of steel plate/bridging shall be capped with asphalt to provide a uniform transition zone between the pavement and the plate with cold asphalt concrete installed by Caltrans Method 2. The trench shall be adequately shored, in accordance with Section 629 of the Encroachment Permits Manual to support the bridging and traffic loads. The Contractor is responsible for the installation of the shoring and steel plate/ bridging to ensure that they meet the minimum specifications and function properly. Steel plate bridging shall not exceed 4 consecutive working days on any given week. Contractor shall comply with Caltrans Temporary Structural Supports- Tiebacks (MCT) Special Provisions in addition to the General Provisions TR-0045. 1. 2. 3. Permanent tiebacks are prohibited. Tiebacks shall not be used to support the completed structure. Tieback wall shall be monitored during construction to determine any lateral movement. Soldier beams may remain in place providing they are cut off 3-feet below ground surface and the holes backfilled as directed.

B.

C.

D.

E. F. G. H.

1.07

ROADWAY SURFACING AND BASE MATERIALS

VVWRA OPEN TRENCH AND CASING WITHIN CALTRANS ROW UPPER NARROWS PIPELINE REPLACEMENT 02320 - 2

A.

Temporary pavement patches shall be placed and maintained in a smooth riding plane free of humps and/or depressions. Contractor shall maintain temporary pavement repairs when work is completed. Upon completion of the work, permanent repairs to the pavement including the repaving of the D Street and 7th Street, shall be made within 30 days of completion of backfill.

1.08

MAINTAIN ACCESS A. The Contractor shall maintain a minimum of 4-feet at all times for pedestrian and bicyclist passage through the work area. Where work is to be done within the sidewalk area, contractor shall provide a detour path for safe passage of pedestrians around the work area on the same side of the street.

1.09

SIDES OF OPEN CUT TRENCHES A. The Contractor shall keep sides of trenches as vertical as possible. Trenches shall not be more than 2-feet wider than the outside diameter of the pipe casing to be laid therein, plus the necessary width to accommodate the shoring. .

PART 2 - MATERIALS 2.01 STEEL CASING A. Materials: Steel casing shall be ASTM A 283, Grade C, ASTM A 570 Grade 30, 33, and ASTM A-36 unless noted otherwise. The minimum inside diameter and wall thickness of the casing shall be as shown on the drawings. Greater casing thickness and diameter may be used as convenient for the method of work and loadings involved, as suitable for the site and as limited by possible interferences, but at no additional cost to VVWRA. Joints: Casing installed open trench within Caltrans right of way shall have watertight, rolled-groove rubber gasket joints. Rubber gaskets shall conform to the requirements of AWWA C200. Custom length pipe pieces shall be provided where required in order to conform with the traffic control plans and contractor’s means and methods of installation. Wall Thickness: The minimum size and thickness of the casing pipe shall be as shown on the drawings. Casing Insulators shall be provided per Caltrans Standard Specification 20-4.03B(5) Dirt Stops shall be provided per Caltrans Standard Specification 20-4.03B(6)

B.

C.

D. E. 2.02

GROUT A. Provide grout for plugging of vent riser pipe near each end of the casing per Caltrans Standard Specification 15-6.01B(3)

2.03

SAND A. Air blown sand used to fill the annular space in the casing shall conform with the requirements for imported sand, a minimum sand equivalent of 30 per State of California

VVWRA OPEN TRENCH AND CASING WITHIN CALTRANS ROW UPPER NARROWS PIPELINE REPLACEMENT 02320 - 3

Division of Highways, Test “California 217” with 100% passing a 3/8-inch sieve and not more than 20% passing a 200-mesh sieve. Certification that the sand meets these requirements shall be provided. PART 3 – EXECUTION 3.01 CONTROL OF ALIGNMENT AND GRADE A. The Contractor is responsible for setting out the work and for maintaining alignment control and grade tolerance, and setting up the construction staking and survey control monuments. The Contractor shall install the casing pipe such that the carrier pipe can maintain horizontal and vertical line and grade as shown on the plans. Provide access to the Engineer from time to time to perform check surveys for quality assurance purposes. This does not relieve the Contractor of its sole responsibility for setting out the work. Contractor shall manually survey line and grade on a daily basis and reconcile gyro differences.

3.02

INSTALLATION OF PIPE A. Insertion of Carrier Pipe: After backfilling the exterior of the casing pipe with controlled low-strength material (CLSM) per Caltrans Standard Specification 19-3.02, the interior shall be cleaned and the carrier pipe installed. Casing insulators shall be installed and sized for the carrier pipe in the plans and prevent the pipe bells from touching the casing pipe and to allow for proper alignment of the carrier pipe to meet the specified grade. Securement: The carrier pipe shall be secured in a manner satisfactory to the Engineer to prevent movement and subsequent loss of grade when the annular spacing between the casing pipe and the carrier pipe is filled with sand. Casing Insulators shall be provided per Caltrans Standard Specification 20-4.02B(4). Casing insulators must be 2-piece, high-density, injected-molded polyethylene, nonconductive inner liner, with cadmium plated nuts and bolts. They shall be factory constructed to ensure the carrier pipe is centered in the casing. Insulators must not allow any contact between the pipe and casing and have at least 2 runners seated on the bottom of the casing. Contractor shall submit to the Engineer for review and approval of his method and materials of casing insulators and their installation to maintain alignment within the casing pipe. Grade Adjustment: The carrier pipe grade shall be adjusted as required by either adjusting the casing insulators to compensate for any grade variations of the casing pipe or grouting the invert of the casing pipe to attain the proper grade. Care should be taken to ensure that the carrier pipe does not come in contact with and is insulated from the casing pipe. Failure to Achieve Required Grade: If the alignment of the casing pipe is such that the carrier pipe grade cannot be met, the grade of the casing pipe shall, if required by the Engineer, be adjusted. Realignment or replacement work shall in no way result in extra cost to VVWRA.

B.

C.

D.

E.

VVWRA OPEN TRENCH AND CASING WITHIN CALTRANS ROW UPPER NARROWS PIPELINE REPLACEMENT 02320 - 4

F.

Prior to testing of the carrier pipe, pipe shall be backfilled and compacted per Caltrans Standard Specification 19-3.02F and 19-3.03I.

3.03

SAND BACKFILL FOR ANNULAR SPACE BETWEEN CASING AND CARRIER PIPE A. Fill for Annular Space: Air-blown sand shall be used to fill the annular space between the casing and the carrier pipe. Equipment: The necessary sand, air compressor, hoses, pressure gages, valves, and fittings shall be furnished for the filling operation. Sand: Sand shall be free of lumps when put into the hopper. Sand shall be of a consistency to flow unimpeded and completely fill all voids. Placement of Sand: A steel or composite bulkhead for retaining the sand shall be placed in the annular space between the casing and the carrier pipe at each end of the casing. At the start of the sand fill operation, the sand discharge pipe shall extend from the placing equipment, through the inside of the casing, and to the bulkhead at the remote end of the casing. The method used to place the sand shall be such to ensure complete filling of the annular space. During placement, the sand discharge pipe shall be so positioned that its discharge end shall be kept well buried in the sand at all times after the sand has been built up over the crown of the pipe at the remote end of the section being filled. A riser pipe suitable for a vent shall be installed in the casing adjacent to the bulkhead at the near end of the casing. The vent pipe shall be plugged with grout upon completion of sand filling. Seal ends of the casing with 8-inches of polyurethane foam or pipe end seals in accordance with Caltrans Standard Specification 20-4.01C(3)(b) and 20-4.02B(6).

B.

C.

D.

E.

END OF SECTION

VVWRA OPEN TRENCH AND CASING WITHIN CALTRANS ROW UPPER NARROWS PIPELINE REPLACEMENT 02320 - 5

THIS PAGE LEFT INTENTIONALLY BLANK

VVWRA OPEN TRENCH AND CASING WITHIN CALTRANS ROW UPPER NARROWS PIPELINE REPLACEMENT 02320 - 6

SECTION 02413 HORIZONTAL DIRECTIONAL DRILLING

PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: The Contractor shall furnish all labor, equipment, and materials necessary to install high-density polyethylene (HDPE) or fusible polyvinyl chloride (FPVC) pipeline by horizontal directional drilling (HDD). Definitions: 1. Bent Sub: A bent sub is a section of drill pipe behind the cutting tools that is inclined at an angle of one to three degrees from the axis of the bore in the desired direction of steering. The bent sub is used for steering of the drilling tools. Horizontal Directional Drilling: Horizontal Directional Drilling (HDD) is a guided, steerable drilling system used for the trenchless installation of pipes, conduits, and cables. A pilot bore path is excavated in a shallow arc from a surface-launched drill rig. Excavation takes place with fluid assisted cutting from a drilling tool on the drill string. The pilot bore is directed by the positioning of a bent sub. Tracking of the drill string is achieved by using a down-hole wire line survey tool that may be augmented by using an energized wire grid at the surface. The bore is filled with drilling mud/fluid for stabilization. The bore path is enlarged with subsequent reaming passes until the desired diameter is achieved. As a final step, the product pipe, conduit, or cable is pulled into the fluid-stabilized bore. Drilling Fluid/Mud: A mixture of water, bentonite, and/or polymers continuously pumped to the drilling tool or bit cutting head to facilitate the removal of soil cuttings and the stabilization of the bore. These fluids also cool the cutting tools and lubricate the pipe string. Drilling fluid/mud shall be water based meeting the requirements of NSF 060 for potable water and contain no hydrocarbons, oil, or gas products. Pilot Bore: The action of creating the first guided pass of the HDD process which is then reamed in one or more passes to the size required to allow pullback of the pipe or casing. Drilling Tool/Bit: Any tool or system of tools that excavate at the face of a bore. Pullback: That part of a horizontal directional drilling process in which the drill string and product pipe are pulled back through the bore to the entry. Pullback Loads: The tensile load (force) applied to a drill string and product pipe during the pullback process.

B.

2.

3.

4.

5. 6.

7.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-1

8.

Obstruction: Any object lying completely or partially within the design pathway of the bore and pipeline that prevents further advancement of the drill pipe, prereamer, reamer, and/or pipe, after all reasonable Contractor attempts to advance past the object or re-drill around the object have failed. Settlement Point: A point with elevation and spatial location established by survey prior to construction. The point is resurveyed periodically to monitor ground movements. The point may be a nail, pin, subsurface settlement rod, borehole extensometer, or other device that can be readily located and surveyed. Conductor Casing: A steel casing pipe installed at the entry and/or exit locations of the borehole to stabilize the borehole, for a minimum length of 80 feet from the surface to the proposed manhole, as shown on plans.

9.

10.

C.

Design Criteria: The Contractor shall provide all equipment, materials, and personnel necessary for completing the installation as shown on the plans and specified herein. The equipment and materials shall include but are not limited to: 1. Directional drilling rig with all ancillary equipment, including drill pipe, drilling fluid, cutting tools, reaming bits, swivels, expanders, motors, generator, pumps, hoses, mixing equipment, drilling fluid processing equipment (cuttings separation equipment), downhole survey equipment, energized surface grid, fluid pressure and flow rate monitoring equipment, spare parts, pipe handling equipment, crane, backhoe, roller, side boom tractors, control cabin, control equipment, and office equipment. Drilling fluids, water, fuel, lubricant, polymers, or other additives. Drillers fluid and all additives shall comply with NSF 060. Any other expendable or reusable materials, supplies, and equipment needed for the installation. The drilling equipment shall be capable of advancing through the geologic conditions to be encountered at the site, as described in the geotechnical report entitled “Geotechnical Exploration Victor Valley Wastewater Reclamation Authority (VVWRA) Upper Narrows Sewer Pipeline Replacement Alternative 2 Alignment Victorville, CA Tetra Tech Job # 135-09065-11001, and as anticipated by the Contractor. The drilling fluid shall be designed for the geologic conditions to be encountered at the site, as described in the geotechnical report entitled “Geotechnical Exploration Victor Valley Wastewater Reclamation Authority (VVWRA) Upper Narrows Sewer Pipeline Replacement Alternative 2 Alignment Victorville, CA Tetra Tech Job # 135-09065-11001”, and as anticipated by the Contractor. The drilling system shall include a fluid pump and separation plant that can achieve the rates of drilling fluid pumping, spoil separation, and slurry cleaning required by the Contractor to achieve planned production rates for the soils and rock formations described in the geotechnical report entitled “Geotechnical Exploration Victor Valley Wastewater Reclamation Authority (VVWRA) Upper Narrows Sewer Pipeline Replacement Alternative 2 Alignment Victorville, CA
HORIZONTAL DIRECTIONAL DRILLING 02413-2

2.

3.

4.

5.

6.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

Tetra Tech Job # 135-09065-11001, and as anticipated by the Contractor. Shaker screens and hydrocyclones may be required for efficient separation of spoils. The Contractor is advised that the separation plant must fit within the allowable staging areas shown on the plans. 7. All spoil and slurry must be contained in trucks, tanks, approved recirculation pits, or other containers at all times. Dumping of spoil or slurry on the ground, discharge into sewers, or discharge into the water bodies shall not be permitted. All spoils shall be transported and disposed of off-site at an approved disposal facility that meets all State of California and local requirements. Perform all work within staging areas shown on the Plans. The pipeline shall be installed using the radii of curvatures and entry and exit angles shown on the Plans, unless deviations are approved in writing by the Engineer. Pipe rollers and lifters shall be used to help the transition of the carrier pipe into the bore. The number of pipe rollers and lifters shall be determined by the Contractor and submitted as part of the work plan. Surface settlement or heave of BNSF railroad above the HDD centerline and within the zone influenced by the HDD construction shall be limited to onequarter inch. The Contractor shall repair any damage resulting from settlement or heave caused by HDD activities at no additional cost to the Owner. The Contractor shall grout any voids caused by or encountered during drilling (as specified in Section 03360, Contact Grout). The Contractor shall notify BNSF and the Engineer immediately if any surface settlement or heaving occurs with BNSF right-of-way. Surface settlement or heave of natural features above the HDD centerline and within the zone influenced by the HDD construction shall be limited to two inches. The Contractor shall repair any damage resulting from settlement or heave caused by HDD activities at no additional cost to the Owner. The Contractor shall grout any voids caused by or encountered during drilling (as specified in Section 03360, Contact Grout). Safety: It shall be the Contractor’s sole responsibility that all work is done in conformance with all applicable federal, state, and local safety requirements. Required safety equipment and procedures shall be employed by the Contractor at all times. All materials and methods of construction shall meet the applicable requirements of the Construction Safety Orders of the State of California Department of Industrial Relations and Division of Occupational Safety and Health. The Contractor shall allow access to the Engineer and shall furnish necessary assistance and cooperation to aid the Engineer in observations and data and sample collection, including, but not limited to the following: a. The Contractor shall allow the Owner and/or Engineer full access to the operator control container prior to, during, and following all HDD
HORIZONTAL DIRECTIONAL DRILLING 02413-3

8. 9.

10.

11.

12.

13.

14.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

operations. This shall include, but not be limited to, providing visual access to real-time operator control screens, gauges, and indicators. b. The Contractor shall allow the Owner and/or Engineer full access to the slurry separation plant prior to, during, and following all HDD operations. This shall include, but not be limited to, full access to shaker screens, hydrocyclones, conveyor belts, and slurry and spoil holding tanks. The Contractor shall allow the Engineer to collect soil samples from the shaker screens and/or spoil holding tanks on the slurry separation plant a minimum of once per drill pipe, and whenever changes in conditions are observed or suspected.

1.02

QUALITY ASSURANCE A. References: This Section contains references to the following documents. They are a part of this Section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this Section as if referenced directly. In the event of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued, or replaced. Reference AGA Title Installation of Pipelines by Horizontal Directional Drilling, Pipeline Research Committee, American Gas Association, PR-227-9424, April 1995. Pressure Pipeline Design for Water and Wastewater, American Society for Civil Engineers, 2nd ed., 1992. Tables for Hydraulic Design of Pipes and Sewers, American Society for Civil Engineers, 5th ed., 1990. Horizontal Directional Drilling Good Practices Guidelines, 2004, 2001, HDD Industry Consortium, 300 pp. ADC Drilling Manual, 1992. Eleventh Edition, Houston, Texas, International Associated of Drilling Contractors. NSF/ANSI Standard 60 – Drinking Water Treatment Chemicals Installation of Pipelines Beneath Levees Using Horizontal Directional Drilling, U.S. Army Corps of Engineers, Waterways Experimental Station, Final Report, CPAR-GL-98-1, April 1998.
HORIZONTAL DIRECTIONAL DRILLING 02413-4

B.

ASCE ASCE HDD Industry Consortium IADC NSF U.S. Army Corp of Engineers

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

C.

Contractor Qualifications and Experience: The Contractor shall have demonstrated experience in constructing pipelines with similar pipe diameters, installation lengths, and depths using horizontal directional drilling construction practices. At least four years of recent experience constructing HDD projects is required in similar ground conditions. The Contractor shall have demonstrated experience using similar HDD equipment proposed for use on this project. Qualifications and Experience of Contractor Personnel: The Contractor shall employ skilled, experienced superintendent(s) and personnel. The project superintendent shall have completed at least five projects of 18-inch diameter (or greater) with pull lengths of 1,000 feet (or greater) in similar soil conditions in the last five years. At least two of the projects must be a river, waterway, or railroad crossing. The drill rig operator must have completed at least three projects of 18-inch diameter (or greater) with pull lengths of 1,000 feet (or greater) in similar ground conditions in the last five years. At least one of the projects must be a river or waterway crossing. Daily Logs and Records: Daily logs and records shall be maintained by the Contractor and shall include drilling lengths, location of drill head, installation loads, drilling fluid pressures and flow rates, drilling fluid losses, inadvertent returns, drilling times required for each pipe joint, any instances of retraction and redrilling of the pilot bore or segments thereof, and any other relevant observations, including any observed settlement, heave, frac-outs, or surface spills. The installation loads and drilling fluid pressures shall be measured at the entry point and recorded at least once per drill pipe length or every 30 feet, whichever is more frequent. These records shall be maintained and provided daily to the Engineer. The position of the drill head shall be continuously tracked and recorded by a downhole wireline tracking locator system and supplemented by an energized wire grid at the surface. A plot of actual locations of the bore path shall be maintained and updated every 12 hours for 24-hour operations, or daily for standard 8-hour operations, as directed by the Engineer. Advance Notice and Inspections: The Contractor shall provide written notice to the Engineer at least 72 hours in advance of the planned inception of major drilling activities, including pilot bore launch, pre-reaming, reaming, and pipe pullback. The Contractor shall immediately notify the Engineer, in writing, when any significant problems are encountered or if ground conditions are considered by the Contractor to be materially and significantly different from those represented within the Contract Documents. All work by the Contractor shall be performed in the presence of the Engineer, unless Engineer grants prior written approval to perform such work in Engineer’s absence. Surveying Equipment and Procedures: All surveying equipment used for downhole surveying and tracking of the bore path and drill head shall be inspected and calibrated by the equipment manufacturer prior to use. Proof of this inspection and calibration shall be provided to the Engineer prior to the commencement of drilling operations. Pipe: The pipe shall be certified by the Contractor as meeting all requirements of the specifications. The fabricated pipe shall be pressure-tested by the Contractor prior to pullback and after installation is completed, in accordance with requirements specified in Section 15000.

D.

E.

F.

G.

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-5

1.03

SUBMITTALS A. The Contractor shall submit the following in accordance with the requirement of Section 01300, providing sufficient detail to allow the Engineer to judge whether the proposed equipment, materials, and procedures meet the Contract requirements. The Engineer’s review of submitted details and data will be based on consideration of requirements for the completed work, utilities, and the possibility of unnecessary delays in the execution of the work to be constructed under this Contract. Review and acceptance of the Contractor’s Submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. 1. Horizontal Directional Drilling Work Plan: Submit an HDD Work Plan complete with drawings and written description identifying details of the proposed method of construction and the sequence of operations to be performed during construction. The work plan shall also include details of the proposed method of construction for the conductor/starter casing and sequence of operations. Qualifications: Submit written documentation demonstrating the Contractor’s Experience. Documentation should contain the name of the project, Owner of the Project, Name and phone number of Owner’s Representative, pipe material and diameter, length of the pull, and soils encountered during drilling. Submit documentation of the HDD superintendent and key personnel experience. Individual resumes will include the name of each qualifying project, the Owner of the project, a description of the project, the position held by the individual, the employer, and a contact phone number. Submit drilling fluid information including chemical makeup and MSDS data sheet. Drilling fluid shall comply with NSF Standard 060. Shop Drawings: a. The Contractor shall submit all shop drawings to the Engineer. All shop drawings shall have been reviewed and accepted by the Engineer prior to Contractor’s mobilization. All drawings shall be legible with dimensions accurately shown and clearly marked in English. Drawings and photographs transmitted by a facsimile will not be accepted. The drawings shall include all equipment, equipment setup areas, pipe layout areas, and any excavations or mud recirculating pits. Contractor shall confirm that all operations shall be completely contained within the construction limits shown on the plans.

2.

3.

4.

5.

b.

c.

6.

Schedule: At least 15 days prior to mobilization, the Contractor shall submit a detailed schedule for the HDD installation showing all major construction activities and durations, with starting and completion dates shown. The schedule shall be updated weekly or more frequently, as directed by the Engineer, and shall include:

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-6

a.

b. c. d. e.

f. g. h. i. j. k. l. m. n. o. p. 7.

“One call” utility locate requests and visual confirmation of all crossing utilities and all parallel utilities within 20 feet laterally of the bore centerline. HDD Driller shall notify BNSF when any HDD activity is within 20 feet of the BNSF right-of-way. Site preparation. Rig mobilization and setup. Installation of conductor/starter casing at HDD entry and exit points for a minimum length of: from the surface to the proposed manhole, as shown on plans. Pilot bore drilling. Pre-reaming and reaming. Layout and thermal butt fusing of HDPE or FPVC pipe. Pressure testing of pipe prior to pullback. Cutting of conductor casing stick-out into drill rig pit. Final reaming and pullback of pipe. Pressure testing of pipe after installation. Annulus grouting after installation. Mandrel/pig test to confirm deformations of pipe are within allowable tolerances. Cleanup, surface restoration, and demobilization. Filling the pipe with water prior to pullback.

Description of Methods, Equipment and Materials: The Contractor shall submit detailed descriptions of methods, equipment, and materials to be used for the pipeline installation. Descriptions of drilling fluid additives shall be accompanied by Materials Safety Data Sheets (MSDS) and manufacturers’ descriptions and warranties. Descriptions of equipment shall include manufacturers’ specifications, calibrations, appropriate drawings, photographs, and descriptions of any modifications since manufacture. Surveying, Equipment and Procedures: The Contractor shall submit records of equipment calibrations and certifications for all equipment used for downhole surveys and tracking of the drill head. Procedures for operating the downhole survey tools shall be described, including measures to verify the accuracy of the equipment readings. Pipe Filling Methods: The Contractor shall submit methods and procedures for filling the pipe with clean potable water prior to pullback. Equipment Layout: The Contractor shall submit sketches depicting the layout and locations of equipment within the rig side work area and pipe side work area, including any proposed drilling fluid containment and recirculation pits. Contractor shall limit his work areas to the staging areas shown on the plans, and coordinate with other trades and work phases. Calculations for Pullback: The Contractor shall submit calculations for pullback loads for the conditions and operating practices anticipated. These calculations shall be made and stamped by a licensed Professional Engineer registered in the State of California.

8.

9.

10.

11.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-7

12.

Pipe Stress Calculations: The Contractor shall submit calculations for pipe stresses expected to result from the pullback, bending, fluid buckling loads, earth loads, groundwater loads, break-over stresses during entry into the bore, and any other installation and service loads expected to be exerted on the pipe. All assumptions used in the calculation, including the radius of curvature, assumed drilling fluid weights, and temperature, shall be provided. These calculations shall be made and stamped by a licensed Professional Engineer registered in the State of California. Calculations of Maximum Allowable Drilling Fluid Pressure: The Contractor shall submit calculations identifying the critical downhole pressure that would cause hydrofracture or inadvertent drilling fluid returns. The calculations shall identify the critical points in the alignment. The calculations shall identify all parameters used and state all assumptions made in the calculations. The calculations shall be sealed and stamped by a licensed Professional Engineer registered in the State of California. Frac-Out and Surface Spill Contingency Plan: The Contractor shall submit a Frac-Out and Surface Spill Contingency Plan describing procedures for preventing drilling fluid losses or spills into the Mojave River, BNSF right-ofway, habitat, marsh area and/or fluid returns to the surface. The plan shall address roles and responsibilities of involved parties, monitoring, prevention, containment, cleanup, and documentation procedures, and observations to be made and plans for containment and cleanup, if spills or hydrofracture occur. The plan shall also address changes that may be required to Contractor’s operations to avoid recurrences. Containment and cleanup equipment shall be provided at both entry and exit locations and shall include at a minimum: a. b. c. d. e. f. g h. i. j. Heavy weight plastic gravel filled and sealed bags. Geotek filter bags. Splash board. Several 5-gallon hard plastic pails. Heavy duty push brooms and several flat blade shovels. Silt fence and T-post or straw bales. Straw logs. Portable pumps. Hose. Vacuum truck (available for response within 1 hour of a frac-out event).

13.

13.

14.

Rig Capacity: The Contractor shall submit details on the capacity of the drill rig verifying that the pullback capacity is greater than the required pullback calculated and submitted by the Contractor. Soil Separation Plant: The Contractor shall submit details on the pump and cleaning plant. Include dimensions, manufacturer’s specifications, pump capacity, noise rating, and soundproofing details on the system. Soundproofing is required, such that 200 feet from plant sound is limited to 65 db. Pump capacity should be specified for water at sea level elevation, and adjusted for actual elevation and fluid viscosity.

15.

16.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-8

17.

Provide details on the generator, including dimensions, noise ratings at 25 feet, and soundproofing. Soundproofing is required, such that 200 feet from plant sound is limited to 65 db. Radius Of Curvature: The Contractor shall confirm that the bore can be completed using the radius of curvature shown on the plans along with calculations showing that installation stresses do not exceed allowable pipe stresses. Plans for Disposal of Spoils and Drilling Fluids: The Contractor shall submit plans for disposal of waste materials resulting from the pipeline construction, including drilling fluids, cuttings, waste oil, fuel, discharge water, etc. The Contractor shall subcontract through Lee Graham with Graham Equipment 17109 Eurika St, Victorville, CA 92395 for disposal of non-contaminated drilling spoils and drilling fluids. Lee Graham shall transport, place, and compact dried drilling fluid to Lewis Center for Educational Research in 6-inch lifts across an area designed by the Lewis Center for Educational Research. The Lewis Center for Educational Research shall have the first right of refusal, meaning they shall be offered the non-contaminated product first, and if the Lewis Center for Educational Research cannot utilize or take the product, the Contractor through Lee Graham shall be responsible to find other suitable disposal sites at no additional cost. Disposal of water used in HDPE or FPVC Pipe: The Contractor may dispose of this water, if it is free of drilling mud, in MH 4 or MH 8. Bore Annulus Contact Grouting: The Contractor shall submit descriptions of methods, equipment, and materials to be used for grouting the bore annulus between the outside diameter of the carrier pipeline and the bore diameter following pipeline pullback and in any areas where over-excavation, voids, or cavities are created or encountered. Contingency Plans for Potential Problems: The Contractor shall submit contingency plans for remediation of potential problems that may be encountered during the drilling operations. The contingency plans shall address the observations that would lead to the discovery of the problem and the methods that would be used to mitigate the problem. Potential problems that shall be addressed include: a. b. c. d. e. f. g. h. i. j. Obstructions encountered. Utility strike. Loss of circulation. Deviation from planned bore path. Inability to advance drill pipe. Hydrolock. Drill pipe twisted off or broken off in borehole. Pipe collapses or pipe deformations exceed maximum allowable tolerances. Excessive ground settlement. Heave or settlement in excess of one-quarter inch within BNSF right-ofway.
HORIZONTAL DIRECTIONAL DRILLING 02413-9

18.

19.

20.

21.

22.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

23.

Survey Measurements: Survey measurements of settlement points shall be submitted to the Engineer by noon of the day following the shift for which the measurements were taken. Measurements shall be made at least once per day, or more frequently, as directed by the Engineer. Protection of Adjacent Structures: Provide details on measures to be taken to monitor and protect adjacent utilities, structures, and roadways. Provide two copies of pre-construction survey of adjacent structures and photographs with captions to document conditions prior to beginning HDD construction, such as a buried tree. Safety Plan: The Contractor shall submit a Safety Plan, including the name of the Contractor’s Site Safety Representative, emergency telephone numbers for medical facilities, and precautions for handling and disposal of any hazardous or flammable materials. The Safety Plan should include a code of safe practices and an emergency plan in accordance with CalOSHA requirements at pump station. The following shall be submitted as construction progresses and at the completion of construction. a. Daily Logs and Records: The Contractor shall submit complete, legible, written daily logs and records as called for in paragraph 1.05 of this specification and as directed by the Engineer, by noon of the following day to which the records correspond. Variations in Plan And Profile: The Contractor shall document any variations between the actual plan and profile of the bore path and the location shown on the plans and specifications herein. The Contractor shall notify the Engineer immediately upon discovery of any deviations into gravel formations. Mud Weights: The Contractor shall submit measured mud and/or drilling fluid weights during construction of the bore measured at a minimum of once per 100 feet of drilled length during each stage of the drilling process. Submit maximum drilling and reaming rates for pilot bore and each reaming pass and confirm that pump capacity is adequate for these anticipated drilling rates for the drilling fluid weights anticipated. Pressure Test Records: The Contractor shall submit all pressure test records for both the pre-installation and post-installation tests. Pilot Bore As-Built Profile: The Contractor shall submit an as-built profile of the pilot bore within 24 hours of completion of the pilot bore.

24.

25.

26.

b.

c.

d.

e.

f.

1.04

SAFETY A. The Tunnels in this project shall be constructed under the rules, regulations, and orders developed by the California Department of Industrial Relations, Division of Occupational Safety and Health and approved by the Board. These requirements are contained in the
HORIZONTAL DIRECTIONAL DRILLING 02413-10

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

California Code of Regulations, Title 8, Tunnel Safety Orders and in Division 5, Part 9 of the Labor Code. It shall be the CONTRACTOR's responsibility to see that the Work is done in conformance with all applicable federal, state, and local safety requirements. B. The CONTRACTOR shall schedule a preconstruction conference with the California Department of Industrial Relations, Division of Occupational Safety and Health, Mining & Tunneling Unit prior to commencing any activity associated with the tunnel construction. The Division may be contacted at: 2211 Park Towne Circle, Suite 2, Sacramento CA 95825, 916-574-2540. The CONTRACTOR shall train all non-Contractor project staff in entry operations prior to entry. The Tunneling Permit is in process. Once Underground Classification Numbers are obtained for this project, the contractor shall comply with all conditions of the permit and the Underground Classification Notice shall be conspicuously posted at the jobsite.

A. B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-11

PART 2 - PRODUCTS 2.01 MATERIALS A. HDPE or FPVC Pipe: The Contractor shall provide and install HDPE or FPVC pipe in accordance with Section 02716 and 02769. The pipe thickness must conform to the most conservative design with respect to design calculations, signed and sealed by a Professional Engineer registered in the State of California, for the critical combination of internal and external pressure, pullback, and bending. Water: The Contractor shall secure a suitable source of water, and shall be responsible for transporting, storing, and disposing of any water required. Potable water shall be used to fill the HDPE product pipe during its installation. No water shall be removed from the Mojave River. Drilling Fluids: The Contractor shall select drilling fluid mixture proportions to ensure continuous circulation, bore stability, reduce drag on the pipe, and completely fill the annular space between the bore and the pipe to control settlement. The Contractor shall subcontract through Lee Graham with Graham Equipment 17109 Eurika St, Victorville, CA 92395. Drilling fluids shall not be disposed of on-site or discharged to sanitary or storm sewers, or the waterway. Drill Pipe: The Contractor shall provide high quality drill pipes that have been inspected and determined to be adequate for the project requirements. Bent, cracked, or fatigued drill pipes shall not be used. Threads must be in good condition. The lengths of each drill pipe shall be measured and recorded. Conductor Casings: The Contractor shall provide and install conductor casings as shown on the Plans. The Contractor is responsible for the selection and design of the casings.

B.

C.

D.

E.

PART 3 - EXECUTION 3.01 GENERAL A. The Contractor shall provide adequate control of surface water and drilling fluids drainage and runoff, and provide silt fences, hay bales, and wattles to prevent surface water or drilling fluids from entering the Mojave River. The Contractor shall not initiate HDD until all submittals are received, reviewed, and accepted by the Engineer. The Contractor shall not initiate HDD until all required permits are obtained.

B.

C. 3.02

PROTECTION OF UNDERGROUND UTILITIES A. The Contractor shall notify “One Call” system to request marking of utilities that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. The Contractor shall confirm that all requested locates are made prior to commencing drilling operations. Contractor shall make all diligent efforts to locate any unmarked or abandoned utilities using all available information, maps, and drawings. The Contractor shall visually confirm and stake all
HORIZONTAL DIRECTIONAL DRILLING 02413-12

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

existing lines, cables, or other underground facilities including exposing all crossing utilities and utilities, or BNSF right-of-way, within 20 feet laterally of the designed drilled path. B. C. The Contractor shall control drilling practices to prevent damage to existing utilities. The Contractor shall be responsible for all losses and repairs occasioned by damage to underground utilities resulting from drilling operations.

3.03

WORK STAGING AREA A. Work Staging: The Contractor shall limit staging and work operations to the areas shown on the plans, or as otherwise accepted in writing by the Engineer, for storage of equipment and materials, parking, pipe layout, drilling, and other work. Construction Impacts: The Contractor shall maintain the work area in a manner that shall minimize adverse impacts on Lewis Learning Center, Kemper Campbell Ranch, and BNSF activities. The Contractor shall proceed with work in a safe, orderly manner, while maintaining the work site free of debris and unnecessary equipment and materials. Control of Drilling Fluids: The Contractor shall follow all requirements of the Frac-Out and Surface Spill Contingency Plan and control operational pressures, drilling mud weights, drilling speeds, and any other operational factors required to avoid hydrofracture fluid losses into the surrounding formations, and control drilling fluid spillage. This includes any spillages, inadvertent fluid, or slurry returns at entry and exit locations or at any intermediate point. All inadvertent returns or spills shall be promptly contained and cleaned up. The Contractor shall maintain on-site mobile spill containment and removal equipment on both sides of the Mojave River and habitat during all drilling, pre-reaming, reaming, and pullback operations. The Contractor shall be capable of quickly containing and removing spills. The Contractor shall immediately notify Engineer of any inadvertent returns or spills and immediately clean up the inadvertent return or spill. Combustible Materials: Combustible materials (fuel, oil, lubricants, etc.) shall be stored off-site or in a well-ventilated storage facility removed from the immediate vicinity of the drilling area by at least 20 feet, and 50 feet away from BNSF right-of-way. Temporary Lighting: The Contractor shall procure and maintain all temporary lighting needed for Contractor’s operations, safety, testing, and inspection. Temporary lighting shall be removed after completion of construction. Site Security: The Contractor is responsible for site security. The project is located in an area known to have vagrants. The Contractor shall have 24/7/365 security guards, and meet all other requirements of Section 01160 of the Specifications. Removal of Temporary Facilities: At the completion of construction, the Contractor shall remove all temporary facilities installed by the Contractor. The Contractor shall subcontract through Lee Graham with Graham Equipment 17109 Eurika St, Victorville, CA 92395 for the removal and disposal of unused soil, aggregate, and other materials in accordance with all federal, state, and local regulations. Any damage to BNSF right-ofway shall be restored to original or better conditions. All disturbed areas shall be restored to their pre-construction condition.
HORIZONTAL DIRECTIONAL DRILLING 02413-13

B.

C.

D.

E.

F.

G.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.04

MOBILIZATION A. The Contractor shall mobilize all equipment, materials, and personnel necessary to construct the HDPE or FPVC pipeline using the HDD process at the locations shown on the Plans. 1. Entry Area: The Contractor shall set up temporary workspace within the areas delineated on the Plans. Appropriate precautions and measures shall be employed by the Contractor to prevent erosion, surface drainage, and spillage of drilling fluids or other materials that could adversely impact the environmental quality of the site. Silt fences, hay wattles, and hay bales shall be used to line the work area to minimize erosion and contain any spillages or runoff. Exit Area: The exit area shall have a drilling fluid pit lined to prevent fluid seepage into the ground and for containing drilling fluids and cuttings. Hay bales or wattles shall be used to line the exit area to minimize erosion and runoff. Pipe Layout Area: Layout area shall be free of stones, wood, debris and obstructions. Pipe rollers shall be provided by the Contractor to facilitate pipe pullback.

2.

3.

3.05

HORIZONTAL DIRECTIONAL DRILLING A. Drill Rig Capacity: The capacity of the directional drilling rig used by the Contractor shall be adequate to install the specified pipeline. Pump Capacity: The pump used by the Contractor shall be adequate to supply the required flow rate and pressures at the anticipated drilling fluid viscosity at all times. Drilling speeds shall not exceed pump capacity. Bore Tracking and Monitoring: At all times during the pilot bore the Contractor shall provide and maintain a bore tracking system that is capable of accurately locating the position of the drill head in the x, y, and z axes. The Contractor shall record these data at least once per drill pipe length or every 30 feet or 30 minutes, whichever is more frequent. 1. Downhole Wireline and Surface Grid Tracking System: Contractor shall monitor and record x, y, and z coordinates relative to an established surface survey bench mark, from downhole survey data using downhole wireline system. Tru-tracker energized surface grid, or equivalent, shall be installed and used on both sides of the Mojave River and BNSF right-of-way to augment the downhole wireline tracking system. The grid shall be installed the entire bore length. The grids shall be surveyed to establish horizontal and vertical position to 0.1-foot accuracy. The data shall be continuously monitored and recorded at least once per drill pipe length or at 30 feet or 30-minute intervals at each side of the wet boundaries of the Mojave River, at each side of the BNSF railroad tracks 5 feet offset from the railroad track, during drilling, whichever is most frequent. Deviations between the recorded and design bore path shall be calculated and reported on the daily report. If the deviations exceed tolerances specified in paragraph 3.05-F, such occurrences shall be reported immediately to the
HORIZONTAL DIRECTIONAL DRILLING 02413-14

B.

C.

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

Engineer. The Contractor shall undertake all necessary measures to correct deviations and return to design line and grade. 3. Drilling Fluid Pressures and Flow Rates: Drilling fluid pressures and flow rates shall be continuously monitored and recorded by the Contractor. The pressures shall be monitored at the pump and with a down-hole pressure monitoring device that provides a continuous pressure reading in the control cabin. These measurements shall be made during pilot bore drilling, reaming, and pullback operations. Maximum allowable drilling speeds shall be calculated for pilot boring and each reaming pass and shall not be exceeded for pilot boring or reaming passes. Measurements shall be taken every 30 feet or 30 minutes, whichever is more frequent. Down-hole pressure readings will be required only during pilot bore drilling. Drilling Fluid Viscosity and Density (Mud Weight): The Contractor shall measure and record drilling fluid viscosity and density at least three times per shift with at least 2 hours between readings, using calibrated Marsh funnel and mud balance. These measurements shall be included in daily logs submitted to the Engineer. The Contractor shall document modifications to the drilling fluids, by noting the types and quantities of drilling fluid additives and the dates and times when introduced. The reason for the addition of drilling fluid additives or other modifications shall be documented and reported.

4.

D.

Location of Entry and Exit Points: Entry and exit points shall be as shown on the Drawings, unless otherwise approved in writing by the Engineer. The Contractor shall employ licensed, experienced surveyors to locate the entry and exit points, and to establish horizontal and vertical datum for the bore and the pipe layout and fabrication areas. Entry and Exit Angles: Drill entrance and exit angles shall be as shown on the Drawings, unless otherwise approved in writing by the Engineer. Conductor Casing: Steel conductor casing shall be installed as shown on the Plans. The casing shall meet the following minimum requirements: 1. 2. The minimum length as shown on the Plans shall be installed. The Contractor shall ensure that the casing is installed at the designed entry angle along the designed drill path. The casing shall remain in place during pilot bore drilling, reaming, and pullback operations. Methods used to install the conductor casing shall prevent settlement or heave of surface features and subsurface utilities.

E.

F.

3.

4.

G.

Pilot Bore: The pilot bore shall follow the design path of the bore shown on the Plans. 1. Horizontal and Vertical Tolerances: Horizontal and vertical deviations shall be less than ±3 feet from the design path centerline, except at the BNSF right-ofway crossing and Mojave River crossing, where the vertical deviations shall be
HORIZONTAL DIRECTIONAL DRILLING 02413-15

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

less than 3 feet below the design path centerline, and not above the design path centerline. The Contractor shall continuously monitor horizontal and vertical position and record the position at least once per drill pipe length, or at 30 feet or 30-minute intervals, at each side of the wet boundaries of the Mojave River, at each side of the BNSF railroad tracks 5 feet offset from the railroad track, whichever is most frequent. 2. Radius of Curvature: The radius of curvature shall not be less than that shown on the Plans. The radius of curvature shall be calculated over any three joint segments using the following formula: RDrilled = LDrilled /AAverage x 57.32 where RDrilled is the drilled radius over LDrilled, LDrilled is the length drilled, no less than 75 feet and no greater than 100 feet, and AAverage is the total change in angle (degrees) over LDrilled. 3. Entry and Exit Tolerances: The location of the entry and exit points, and the invert elevations at MH AVS-1 and MH AVS-2, shall be as shown on the Plans. The Contractor shall be solely responsible for all work necessary to correct excessive deviations from line and grade, including re-drilling, redesigning connections, and acquiring additional easement, at no additional cost to the Owner and without schedule extension.

H.

Pre-Reaming and Reaming: The pilot bore shall be pre-reamed and reamed using equipment and methods submitted by the Contractor. The Contractor shall completely ream the bore to the final diameter prior to pullback. In the event a Frac-Out occurs within the Mojave River, Kemper Campbell Ranch, Lewis Learning Center, and surrounding habitat, the Contractor shall eliminate any presence of the drilling fluid. Clean up of Frac-Out events shall be at no additional cost to the Owner. In the event a Frac-Out occurs within the waterway, the Contractor shall notify the Owner or Engineer immediately. Proof Ream/Swab Pass: The Contractor shall complete a full proof ream/swab pass of the bore prior to pullback. In no case shall the pipe pullback be initiated until the borehole is prepared to the full reamed diameter and the proof ream/swab pass is complete. Hydrostatic Pretest: The Contractor shall perform hydrostatic water pressure test prior to pipe pullback in accordance with Section 15000. Pipe Pullback and Deflection Testing: The pipe shall be installed by pulling it into the reamed bore path in a continuous operation, behind a final reaming tool selected by the Contractor. The pipe shall be isolated from excessive torsional and axial stresses by a swivel device with a pre-established breakaway tensile capacity that is lower than the allowable tensile strength of the pipe. The HDPE or FPVC pipe shall be filled with potable water as it enters the bore to reduce pullback loads and to ensure that adequate internal pressure is maintained at all points to
HORIZONTAL DIRECTIONAL DRILLING 02413-16

I.

J.

K.

L.

M.

N.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

counter balance collapse pressures. Water shall be added at the back of the HDPE or FPVC pipe string. O. The Contractor shall monitor and inspect pipe rollers and method for suspending pipe during the pullback operation to avoid damage to the pipe. The Contractor shall monitor and record installation loads once per drill pipe or 30 feet, whichever is more frequent. The Contractor shall cease operations if the pipe is damaged and shall remove the pipe from the bore and repair the pipe using the manufacturer's recommended procedure or replace the damaged pipe before resuming installation. Damage to the pipe resulting from installation or grouting of the annulus is the responsibility of the Contractor, including costs for replacement and labor and materials. To confirm no damage to the pipe, upon completion of pullback and grouting, the Contractor shall perform one of the following on the completed pipeline: 1. Deflection Test: A mandrel or pig with a diameter that is 1 inch smaller than the internal diameter of the pipe, is capable of allowing water to pass through it, and is complete with a pulling cable on either side of sphere or pig, shall be pulled through the entire length of the pipeline. If the pig or sphere cannot pass through the pipe, the pipe shall be considered collapsed and damaged. CCTV Video: A CCTV video can be taken through the length of the bore to inspect for a collapsed and damaged pipe.

P.

Q.

R.

2.

S.

Final Hydrostatic Test: The Contractor shall conduct a final hydrostatic test of the installed pipeline. Final test shall be in accordance with Section 15000. The Contractor shall repair any defects discovered during this test, and repeat until the pipe passes the test. Contact Grouting: The Contractor shall grout the annular space between the bore and the outer diameter of the HDPE or FPVC pipe prior to the mandrel or pig test. Grouting shall be completed within 48 hours of completion of the final hydrostatic test. Grouting is to be completed using materials in accordance with Section 03360, Contact Grout. Grouting procedures shall be in accordance with approved submittals. The grouting operations shall ensure that the annulus is filled with grout from entry point and exit point. Grouting may be accomplished using tremie pipes inserted into the bore from each end after pipe pullback is completed. Grout shall be injected in sufficient volume to completely fill the annulus as the tremie pipe is withdrawn. Grouting pressures shall be carefully controlled and monitored to avoid applying excessive pressure to the pipe and to avoid heave or hydrofracture. The grouting apparatus used to complete the annular space grouting shall be capable of delivering grout around the HDPE or FPVC pipeline. The HDPE or FPVC pipe shall be filled with water during grouting to counterbalance grouting pressures and to avoid excessive heat of hydration as the grout sets that could damage the pipe. The Contractor is responsible for ensuring damage to the HDPE or FPVC pipe does not occur during all grouting operations. Obstructions: The Contractor shall notify the Engineer immediately in the event that any obstruction is encountered that prevents further advancement of the drill pipe, or pullback
HORIZONTAL DIRECTIONAL DRILLING 02413-17

T.

U.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

of the pre-reamer, reamer, and/or pipe. The Contractor shall make all diligent and reasonable efforts to advance past the object by drilling slowly through the object, pulling back, and drilling along a new bore path that avoids the object, or excavating and exposing and removing the object, and all other reasonable attempts to continue the bore. The Contractor shall notify the Engineer of proposed measures to attempt to advance past the object, prior to initiating the attempt. If the Contractor attempts to pullback and redrill, the Contractor shall adhere to line and grade tolerances, unless the Engineer approves variance, in writing, prior to the Contractor's attempt to redrill. The Contractor and Engineer shall investigate the cause and together determine an appropriate response. Appropriate response may include revisions to equipment or methods, retraction and redrilling of a portion of the bore, or abandonment of the hole. If abandonment is deemed necessary, the Contractor shall recover, to the extent practicable, any drill pipe, product pipe, and tools in the bore, and properly abandon the bore, unless otherwise directed in writing by the Engineer. If the bore is abandoned, the Contractor shall pressure-grout the abandoned bore with a lean cement-sand grout mixture, or other approved materials. If the bore is abandoned, the Contractor shall be allowed to begin a second attempt to install the pipeline at an alternate location subject to approval, in writing, by the Engineer. The Contractor shall take all reasonable actions to complete the installation with minimal delays. The extra costs and payments associated with encountering a confirmed obstruction will be negotiated between the Owner and Contractor, based on reasonable time and materials. V. Site Restoration and Demobilization: The Contractor shall remove all equipment, materials, drilling fluids, muck, waste, and debris from the site and restore the site to its original condition upon completion of the installation. Restoration shall be completed by the Contractor as specified within 02200. The Contractor shall restore disturbed areas in accordance with Section 01700.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-18

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HORIZONTAL DIRECTIONAL DRILLING 02413-19

SECTION 02445 INSTRUMENTATION AND MONITORING

PART 1 - GENERAL 1.01 SUMMARY A. The CONTRACTOR shall furnish and install instrumentation, monitor instrumentation and maintain it during construction. Initial monitoring will be done by the CONTRACTOR in the presence of the ENGINEER. The work includes, but is not limited to: drilling, installing, and maintaining utility, settlement, and pavement monitoring points and inclinometers. Minimum instrumentation requirements are shown on the Drawings and specified herein. Additionally, the CONTRACTOR shall install other instrumentation as necessary to control operations, monitor ground conditions, and ground response to achieve specified project requirements and to prevent damage to existing structures and facilities. All work shall be conducted in accordance with the special work procedures, work hours, and other special procedures as described in the Contract Documents. All works under this section are considered part and incidental to Microtunneling/Tunneling and Shafts, Bore & Jack, and Horizontal Directional Drilling which is included and to be paid for under their specific bid items. No separate payment shall be made for Instrumentation and Monitoring.

B.

1.02

RESPONSIBILITIES Responsibilities of the CONTRACTOR include: A. B. C. D. E. Ensure drill hole locations are clear of underground services prior to drilling. Obtain permits as required for instrumentation installation. Drill, grout and dispose of resultant spoils. Prepare soil and surfaces for instrument installation and testing. Provide equipment and materials required for installation of instruments. Details of instrument types are specified herein. Provide access, such as temporary or mobile platforms, and assistance to the ENGINEER during instrumentation installation on or in the temporary works as directed by the ENGINEER. Install surface boxes and lids for instrumentation on boreholes. Provide, fabricate, and install protection to installed instrumentation. Protect instrumentation from damage during construction, and maintain exposed instrumentation components. Repair or replace instruments damaged during performance of work, to the

F.

G. H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-1

satisfaction of the ENGINEER. Notify ENGINEER of any damage or maintenance problems. I. Monitor instrumentation; provide data to ENGINEER in a timely manner as specified herein. Remove instrumentation once excavation is complete and instrumentation is no longer needed as determined by the ENGINEER. Refer to paragraph 3.1.D and conform to the permit requirement for the abandonment of drilled holes. Clean-up and restore site to original conditions.

J.

K. 1.03

SUBMITTALS A. Within 30 days of Notice to Proceed, submit the following: 1. Proposed equipment to be used for drilling and grouting, including manufacturer and model number of drill rigs, and method to be used for cleaning inside of casing or augers. Proposed schedule for drilling and grouting. Notify the ENGINEER 48 hours prior to drilling each borehole. Driller's qualifications, subject to the review and acceptance of the ENGINEER. Sample drilling logs for instrumentation drilling.

2.

3. 4. B.

Product Data: Submit at least two (2) weeks prior to installation. The CONTRACTOR shall provide manufacturer's literature describing installation, operation, and maintenance procedures for all instruments, materials, readout units, and accessories for each product. Product description and plans, along with samples shall be provided where applicable. Reports and Records: The CONTRACTOR shall submit the following: 1. Any reports of monitoring data to the ENGINEER, within one (1) day of the activity. Drilling logs for instrumentation installations, on approved format, within five (5) days of drilling. Logs shall include the depth, angle and orientation of hole, station and offset (if any) from the trenchless installation, trenchless installation description, geologic log, and notes of any inflows of water or other material, if encountered.

C.

2.

D.

Permits and Consents: For drilling holes from ground surface and conducting monitoring activities, the CONTRACTOR shall obtain permits, third party approvals, and approved contract submittals required to perform the work and provide copies to the ENGINEER. For all instrumentation installed in borings, detailed step by step procedure for installation, including post installation acceptance testing, together with a sample installation record sheet. The installation procedures shall include:

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-2

1. 2.

The method to be used for cleaning the inside of casing or augers. Specifications for proposed grout mixes, including commercial names, proportions of admixtures and water, mixing sequence, mixing methods and duration, pumping methods and tremie pipe type, size and quantity. Drill casing or auger type and size. Depth increments for backfilling boreholes with sand and granular bentonite. Method for overcoming buoyancy of instrumentation components during grouting.

3. 4. 5.

F.

Construction Submittals. Submit to the ENGINEER the following items within the time restrictions specified: 1. The CONTRACTOR shall submit a schedule of installation of instruments, two (2) weeks prior to installation. Within a minimum of five (5) days following installation of each instrument, the CONTRACTOR shall submit shop plans showing the installed location, the instrument identification number, the instrument type, the installation date and time, established elevations, initial elevations, offset and stationing, initial coordinates and boring log, and the anchor to tip elevation and instrument length, when applicable. The CONTRACTOR shall also furnish details of installed instruments showing all dimensions and materials used, a separate statement describing installation procedures for each instrument, and as built plans of each instrument including depths, lengths, elevations and dimensions of key elements. Field Calibration: Within five days of performing a field calibration, submit results of the calibration to the ENGINEER. Submit a contingency plan for selected means and methods to perform at 50% and 90% of maximum allowable movement.

2.

3.

4.

1.04

QUALITY CONTROL A. Personnel Qualifications: Qualified technicians with a minimum of two years experience in the installation of geotechnical instrumentation similar to those specified herein shall be used in addition to the following requirements: 1. Instrumentation Specialist: The CONTRACTOR shall employ an instrumentation specialist who shall be a registered civil engineer registered in the State of California with comparable experience in the installation of instrumentation similar to that specified herein on at least two prior projects similar in scope and size to this project. The Instrumentation Specialist shall be on-site during installation of instrumentation, shall prepare and stamp instrumentation shop plans and supervise and direct technicians and be responsible for instrument installation required.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-3

2.

Surveyor: Surveying for settlement monitoring will be performed by the CONTRACTOR.

B.

Personnel employed for drilling instrumentation boreholes shall have at least four (4) years of direct field experience in drilling boreholes. Installation of instrumentation shall, at all times, be performed in the presence of the ENGINEER. Surveys for monitoring geotechnical instrumentation shall be referenced to the same control points and benchmarks established for setting out the work. Control points shall be tied to benchmarks and other monuments outside of the zone of influence of the underground excavations.

C.

D.

1.05

DEFINITIONS A. Utility Monitoring Points (UMPs): UMPs are used to determine vertical changes in elevation of utilities during the project duration. Inclinometers: Instrument used to monitor lateral and vertical movements of excavations and embankments. An inclinometer system consists of: casing installed in a borehole; inclinometer probe, cable, and casing pulley assembly; DataMate data collection/readout unit and DigiPro data processing software or equivalent. The inclinometer casing is a special purpose, grooved pipe typically installed in boreholes. The inclinometer probe is lowered into the casing attached to the special cable and drawn upwards from the bottom in two passes to measure lateral movement. Pavement/Settlement Monitoring Points (PMPs): PMPs are used to determine settlement of pavement in relation to existing, pre-construction vertical elevations through vertical control survey. Settlement Monitoring Points (SMPs): SMPs are vertical displacement monitoring points installed into the ground to monitor the vertical changes in elevation during the project duration.

B.

C.

D.

1.06

TOLERANCES A. All instruments shall be installed within 12 inches of the horizontal location indicated on the approved shop plans. Inclinometer casings shall be installed within two (2) degrees of the vertical for the entire length. The casing shall have less than five (5) degrees deviation in spiral for the entire length. Should actual field conditions prohibit installation at the locations and elevations indicated herein, prior acceptance shall be obtained from the ENGINEER for new instrument locations and elevations. Survey Tolerances: 0.01 feet.

B.

C.

D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-4

PART 2 - MATERIALS 2.01 REQUIREMENTS A. Use materials whose installed performance will equal or surpass that of existing materials. 1. Sand: To the following gradations requirements. a. Gradation Requirements Sieve Size #4 #6 #8 #10 #14 #20 2. 3. Water: Potable. Bentonite: Granular bentonite shall be Enviroplug Medium, as manufactured by Wyo-Ben, Inc., Billings, MT, or Holeplug, as manufactured by Baroid Division, Petroleum Services, Inc., Houston, TX, or acceptable equivalent. Bentonite or Polymer Additives: for controlling viscosity of drilling fluids as required. Cement Grout: Shall be Type II Portland cement and water in accordance with ASTM C 150. Cement-Bentonite Grout: 22 lbs cement; 12 lbs bentonite; 1.5 gal water. Bentonite Slurry Grout: 50 lbs "Benseal" by Baroid Drilling Fluids, Inc.; seven (7) lbs "Quick-Gel" by Baroid Drilling Fluids, Inc.; 32 gal of water or approved equal. % Passing 100 99 60 6 1 0

4.

5.

6. 7.

2.02

UTILITY MONITORING POINTS (UMPS) A. UMP Installations: Material, quantities and locations shall be installed over existing utilities.

2.03

INCLINOMETERS A. Inclinometer casing shall be installed in vertical drill holes to the required depth and shall include inductance probe settlement casing. The following materials and equipment shall be provided by the Instrumentation Specialist. Inclinometer Casing: Inclinometer casing shall be approximately 2.75-inch standard flush coupled type Model No. 51101100 manufactured by Slope Indicator Company, Seattle,
INSTRUMENTATION AND MONITORING 02445-5

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

WA; Model No. 6000 manufactured by Geokon, Inc., Lebanon, NH; or equal. Each casing shall be furnished with a bottom cap with grout port connection, top cap, and a protective housing with locking cap that are compatible with the casing furnished. Couplings and accessories necessary for the installation and operation shall be provided as recommended by the manufacturer. C. Inclinometer Probe and Assembly: One inclinometer probe and assembly shall be furnished including a sensor (probe) on a minimum 100-foot-long cable, a pulley assembly, cable reel, and a case. Equipment shall be Model No. 50302500 (sensor), and associated pulley assembly and case manufactured by Slope Indicator Company, Seattle, WA; Model No. 6000 Inclinometer System manufactured by Geokon, Inc., Lebanon, NH; or equal. Furnish a carrying case. An identical backup probe shall be available onsite or be obtainable within 24 hours. Inclinometer Readout Unit: One inclinometer readout unit shall be furnished. The readout unit shall be Model No. 50310900 manufactured by Slope Indicator Company, Seattle, WA; Model No. GK-603 manufactured by Geokon, Inc., Lebanon, NH; or equal. Readout unit provided shall be compatible with inclinometer probe and shall be calibrated by manufacturer prior to shipment. Inclinometer Software: Computer software required to reduce, analyze, and plot the inclinometer data using a personal computer (PC) running Windows shall be furnished. DigiPro software program by Slope Indicator Company, Seattle, WA; INCIBM/INCTAN software by Geokon, Inc., Lebanon, NH; or equal shall be furnished. Grout: Cement-bentonite or neat cement grout shall be provided for installing inclinometer casing within drill hole. Grout mix shall be in accordance with manufacturer's requirements.

D.

E.

F.

2.04

SETTLMENT MONITORING POINTS (SMPS) A. SMP Installations: Material, quantities and locations shall be every 10-feet within the BNSF right-of-way and every 100-feet for other areas.

2.05

PAVEMENT/SURFACE MONITORING POINTS (PMPS) A. PMP Installations: Material, quantities and locations shall be every 10-feet within the BNSF right-of-way and every 100-feet for other areas.

2.06

IDENTIFICATION TAGS A. Each instrument shall have a stainless steel indented identification tag/name plate. Designations shall be the instrument number, in this Specification titled “Instrumentation Schedule.” Indentations shall be at least 3/8 inch high, indented with the indenter marker press provided by the identification tag / name plate manufacturer. Where possible without effecting instrument function, identification tags/name plates shall be attached directly to the instrument using heavy black (UV resistant) nylon tiewrap.
INSTRUMENTATION AND MONITORING 02445-6

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

D.

Name tags that cannot be attached directly to the associated instrument shall be mounted as close as practicable. Mount using either epoxy or adhesive as recommended by identity tag/name plate manufacturer.

PART 3 - CONSTRUCTION METHODS 3.01 GENERAL A. CONTRACTOR shall install instruments at the locations indicated on the accepted instrumentation plan, as presented in the shop plans, and as approved by the ENGINEER. All instrumentation shall be installed under the direct supervision of the Instrumentation Specialist. CONTRACTOR shall locate conduits and underground utilities in all areas where borings are to be drilled and instruments installed. Instrument locations shall be modified, as approved by the ENGINEER, to avoid interference with the existing conduits and utilities. Repair damage to existing utilities resulting from instrument installations at no additional cost to the OWNER. ENGINEER shall have access to instrument locations and CONTRACTOR's cooperation as required in obtaining monitoring data, including the provision of assistance, as required. Instrumentation holes drilled from the ground surface, including it’s abandonment are subject to the same permitting and drilling requirements as those for geotechnical exploration boreholes. Obtain necessary permits for each such instrumentation and conform to the permit requirements during drilling, installation, monitoring and abandonment. Provide free access to the ENGINEER to checking coordinates and surveying all instrumentation to confirm the CONTRACTOR’s data, to read instruments, and or conduct other surveying activities as needed by the ENGINEER. Installation of the instrumentation by the CONTRACTOR does not preclude the OWNER, through an independent CONTRACTOR, from installing instrumentation in, on, near, or adjacent to the construction work. The CONTRACTOR shall complete installation of all instrumentation, including instrumentation required for trenchless installation, a minimum of 30 days prior to dewatering, excavation, and installation of excavation support. Instrumentation readings shall be continued by CONTRACTOR for a period of eight (8) weeks after pipelines have been installed to establish that detrimental settlement has not occurred. Acceptance by the ENGINEER of the final set of readings provided by the CONTRACTOR will constitute acceptance of the microtunneling installations. CONTRACTOR shall be fully responsible for all remedial work including, but not limited to, repaving.

B.

C.

D.

E.

F.

G.

3.02

SURFACE PREPARATION A. Prepare specific areas for instrumentation in accordance with the instrumentation manufacturer’s recommendations.
INSTRUMENTATION AND MONITORING 02445-7

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.03

DRILLING, GROUTING, PREPARATION, ACCESS AND PROTECTION A. Drill holes in masonry, concrete and asphalt and cased holes in fills and soil for installation of instruments. Holes drilled may be of different lengths and diameters as indicated on the plans or in this Specification. Flush holes to remove debris. Holes which the ENGINEER considers unsatisfactory because of misalignment or other irregularities shall be redrilled as directed by the ENGINEER, at no additional cost. Abandoned holes shall be backfilled with cement grout to the satisfaction of the ENGINEER at no additional cost. Prior to installing any instrument through drill casing or augers, remove all material adhering to inside of casing or augers, and all cuttings. Whenever withdrawing drill casing or augers during instrument installation in a borehole, care shall be taken to minimize the length of unsupported borehole and the rate of casing or auger withdrawal. Collapse of boreholes shall not be allowed to occur. Withdraw the casing or auger without rotation. Casing or auger may be omitted, if accepted by the ENGINEER, only where it can be shown that instrument installation without casing or auger will not cause collapse of borehole or in any way adversely affect instrument installation. Provide access and temporary facilities, such as power and sufficient general area lighting necessary for installing instruments. Take precautions to protect instruments cabling or devices during and after installation. Instruments or devices that are damaged due to the performance of work shall be replaced by the CONTRACTOR at no additional cost. Provide and install protection to exposed parts of instruments. Grout shall be in accordance with the instrumentation manufacturer’s recommendations. Mix grout using equipment capable of thoroughly mixing grout material so that grout is of uniform consistency with no unsuspended solids. Place grout using a tremie method, where applicable, with side discharge ports on tremie pipe.

B.

C.

D.

E.

F.

G. H.

3.04

INSTALLATION TOLERANCES A. B. As indicated in Article 1.6. Inclination of boreholes: no more than 1:100 (1%) from specified inclination.

3.05

UTILITY MONITORING POINTS (UMPS). A. PMPs shall be installed as described in this specification over the centerline of the trenchless installation alignment and at offsets to determine the lateral and longitudinal extent of settlement. Remove pavement over utility by coring or cutting. Minimize area of pavement removal.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-8

C.

Excavate to top of utility using vacuum truck, hand auger, or other suitable method. Do not damage utility during excavation. Install temporary casing, trench box, or similar protective equipment as required to provide safe support and access for installation of point. Install bar and pipe riser to protect the UMPs. Maintain centralized alignment throughout installation. Do not allow the bar to contact the inside of the riser pipe. Install traffic covers to protect the UMPs.

D.

E.

F. 3.06

INCLINOMETERS A. The ENGINEER shall be notified in writing at least five (5) days in advance of installing inclinometers. Inclinometers shall be installed in accordance with the manufacturer's recommendations and approved shop drawings. The ENGINEER may modify inclinometer locations depending on field conditions and monitoring objectives. The CONTRACTOR shall obtain revised inclinometer locations from the ENGINEER if the planned geometry of the excavation is modified during construction. Inclinometer installations shall be completed at least fourteen (14) days in advance of starting adjacent excavations. Drilling operations shall be conducted using appropriate methods that are consistent with anticipated geologic conditions. Drill casing shall be provided if required to hold drill hole open. Drill hole or inside of casing, if applicable, shall provide a clear opening six (6) inches in diameter or greater. A log of the materials encountered during drilling shall be accurately maintained and a copy shall be provided to the ENGINEER within five days of drilling. Inclinometer casing shall extend from the ground surface to at least 20 feet below the bottom of excavation or depth indicated on the Drawings, whichever is greater. A protective housing with locking cap and padlock shall be installed. Inclinometer casing shall be installed in accordance with the manufacturer's recommendations and the approved shop drawings. The annulus between inclinometer and settlement casing and grout hole from bottom of hole to ground surface shall be grouted using non-shrink cement grout. A grout tube shall be used inside the casing connected to grout port connection in bottom cap. Casing shall be grouted into the hole immediately after installing both casings.

B.

C.

D.

E.

F. G.

3.07

SETTLEMENT MONITORING POINTS (SMPS) A. SMPs shall be installed every 10-feet within the BNSF right-of-way and every 100-feet for other areas over the centerline of the trenchless installation alignment to determine the extent of settlement below the pavement. SMPs shall also be installed to monitor subsidence of shoring systems.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-9

B. 3.08

Protective covers shall be installed above each SMP.

PAVEMENT/SURFACE MONITORING POINTS (PMPS) A. PMPs shall be installed shall be installed over the centerline of the trenchless installation alignment and at offsets to determine the lateral and longitudinal extent of settlement. PMPs shall be located five (5) feet from shaft walls, 10-feet within the BNSF right-ofway and every 100-feet in other areas Additional points shall be located as directed by the ENGINEER and shall be shown on the accepted instrumentation location plan.

B.

3.09

INSTRUMENT PROTECTION, MAINTENANCE, AND REPAIR A. All instruments shall be protected from damage. Damaged instruments shall be replaced or repaired prior to continuing excavation, or as required by the ENGINEER. Instruments shall be maintained by draining water and flushing debris from under protective covers and keeping covers locked and sealed at all times.

B.

3.10

MONITORING A. The Instrumentation Specialist shall take initial readings of all instruments to establish a baseline and provide the ENGINEER and CONTRACTOR with this data, in accordance with the requirements specified herein. Frequency: The CONTRACTOR will read required instrumentation and provide the CONTRACTOR with these data. As a minimum, the CONTRACTOR will follow the following schedule: Active Zone–within 150 ft of Active Excavation or Trenchless installation Face Daily Daily Daily Daily

B.

Instrument Type Utility Monitoring Point (UMP) Inclinometers Settlement Monitoring Point (SMP) Pavement Monitoring Point (PMP)

Outside Active Zone

Weekly/Monthly(1) Weekly/Monthly(1) Weekly/Monthly(1) Weekly/Monthly(1)

NOTE: (1) Weekly until movement substantially stops and monthly thereafter. C. The CONTRACTOR shall perform additional monitoring as necessary to control construction and to ensure the safety of the work. Reporting 1. The CONTRACTOR will provide data from readings of all instruments to the ENGINEER within one working day of obtaining the information.
INSTRUMENTATION AND MONITORING 02445-10

D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

2.

For all instrumentation and readings performed by the CONTRACTOR, whether required or not, the CONTRACTOR shall submit to the ENGINEER all monitoring data. Provide these data on the same time limits as for ENGINEER provided monitoring data. The data shall include, but are not limited to, the following: a. A copy of the data sheets containing a cumulative history of readings; including weather conditions, temperature, and proximity of the excavation to the instrument location itself at the time of each reading. A copy of the plot of measured values versus time, including a time history of construction activity likely to influence such readings.

b.

E.

Interpretation: The CONTRACTOR shall make his/her own interpretations of monitoring data for his/her own purposes. Data or interpretations shall not be published or disclosed to other parties without advance written permission of the ENGINEER. The ENGINEER may make his/her interpretations of the data available to the CONTRACTOR at the ENGINEER’S option.

3.11

RESPONSE VALUES A. Instrument Response Values: Threshold Value (CONTRACTOR Action Required) 0.50 in H or V 0.005 inch*(H), H or V (H=current excavation depth) 0.25 in H or V @ BNSF 0.5 in H or V @ Other Locations 0.25 in H or V @ BNSF 0.50 in H or V @ other Locations CONTRACTOR’S Response Value 0.9 inch H or V 0.007 inch*(H), H or V

Instrument Utility Monitoring Point (UMP) Inclinometers

Shutdown Value 1.0 inch H or V 0.008 inch*(H), H or V (H=current excavation depth) 0.25 inch H or V @ BNSF 0.90 in H or V @ other Locations 0.25 in H or V @ BNSF 0.50 inch H or V @ other Locations

Settlement Monitoring Point (SMP) Pavement/Surface Monitoring Point (PMP)

0.25 inch H or V @ BNSF 0.50 in H or V @ other Locations 0.25 in H or V @ BNSF 0.50 inch H or V @ other Locations

B.

When the instruments indicate movement equal to 50 percent of the maximum allowable value has occurred, the Threshold Value is said to have been reached. At this time, the CONTRACTOR shall meet with the ENGINEER to discuss his construction means and methods to determine what changes, if any, shall be made to better control ground movement. Instrument readings shall be required on a daily basis until five consecutive working days at decreasing rate of deflection are observed.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-11

C.

When the instruments indicate movement equal to 90 percent of the maximum allowable value has occurred, the CONTRACTOR Response Value is said to have been reached. At this time, the CONTRACTOR shall actively control ground movement in accordance with the approved contingency plan to prevent reaching the Shutdown Value. Instrument readings shall be required on a daily basis until active control work is complete as approved by the ENGINEER. When the instruments indicate movement equal to 100 percent of the maximum allowable value has occurred, the Shutdown Value is said to have been reached. At this time, the CONTRACTOR shall, at the OWNER’S discretion, stop all work immediately to meet with the ENGINEER to develop a plan of action before work can be resumed or be directed to continue excavation on a 24/7 basis at no cost to the OWNER. All measured deflection values are relative to the baseline value identified at the start of construction. Baselines shall not be reset after each bore and shall remain the same for the duration of this Contract. As a result, ground movements will be aggregated at those crossings where multiple trenchless drives exist beneath a given instrumented facility.

D.

E.

3.12

REMOVAL AND DISPOSAL OF INSTRUMENTATION A. Backfill borehole casings for instruments with grout up to underside of surface restoration. Backfill surface excavations with unshrinkable fill, when within apron, roadways or sidewalks, and with selected fill when outside of such areas up to underside of surface restoration. Steel casings, if any shall be removed to a minimum depth of five (5) feet below ground surface. Surfaces affected by installation of instruments drilling shall be restored to their original condition prior to completion of work. Inclinometers: 1. Inclinometer casing and associated protective vaults shall be removed to a minimum depth of three (3) feet beneath the ground surface in paved areas and two (2) feet beneath the ground surface in unpaved areas at the completion of the Contract. Backfill casing and all excavation with cement grout with a minimum compressive strength of 500 psi after completion of the Work. Restore ground surface to match adjacent ground surface. Readout Units: All associated equipment, software, and instrument readout units shall remain the property of the OWNER following completion of the Contract.

B.

C.

D.

2.

3. 4.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

INSTRUMENTATION AND MONITORING 02445-12

SECTION 02470 PAVEMENT MARKING

PART 1 - GENERAL 1.01 THE REQUIREMENT A. Striping or pavement markings damaged or removed during construction shall be replaced at the contractor’s expense. Repairs shall consist of complete replacement of markings or legends, replacement of sections of thermoplastic striping. Sandblasting of traffic stripes shall not be permitted. Removal of traffic stripes shall be by grinding, or by other methods approved in writing by the Engineer. Drain inlets adjacent to areas to be ground shall be protected from grindings entering the storm drain system. For removal of pavement markings, a rectangular area shall be ground to prevent ghosting of the original marking and be covered with rectangular area of Type II slurry. Conflicting striping shall be removed completely. Type II slurry of conflicting striping is required when it crosses the new traveled lane. When this occurs, the entire lane shall be slurried from lane line to lane line over the entire length of the conflicting striping. This requirement will not apply to ceramic markers unless specified on the plans. All striping or pavement markings damaged during construction shall be repaired at the contractor’s expense. Repairs shall consist of complete replacement of markings or legends, replacement of sections of thermoplastic striping, and replacement of damaged or missing markers.

B.

C.

1.02

QUALITY ASSURANCE A. Perform all work in accordance with the requirements of local agencies.

PART 2 - PRODUCTS 2.01 MATERIALS A. The thermoplastic material shall conform to State Specification 8010-19A, Thermoplastic Traffic Striping Material, Alkyd Binder, White and Yellow. Paint shall be factory mixed, quick drying and non-bleeding type. Color shall be as per D.O.T. requirements. Striping, arrows, lane markers and stop bars shall be provided with paint containing reflective additive.

B. C. D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PAVEMENT MARKING 02470-1

PART 3 - EXECUTION 3.01 TRAFFIC AND LANE MARKINGS A. The Contractor shall apply an adhesive primer base coat prior to the application of any thermoplastic material on treated pavement, stamped pavement, colored pavement, concrete surfaces, or pavement older than 30 days. All traffic lane striping shall be thermoplastic, and placed as one of the following types: Detail 25, 27B, 38, 39, 39A and Detail 40 of California Manual on Uniform Traffic Control Devices (MUTCD). Pavement Markers are also required for placement of Detail 25 and 38 of California MUTCD. END OF SECTION

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PAVEMENT MARKING 02470-2

SECTION 02550 ASPHALT CONCRETE PAVEMENT

PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the Work as indicated in the Contract Documents and specified herein. Street pavement within public or private rights-of-way shall be removed and replaced in areas of construction in conformance with the details on the Contract Documents, if any, as specified herein, and in accordance with the provisions of permits issued by the agency having jurisdiction. Where no details are provided, existing pavement shall be replaced with pavement and base in kind. New pavement shall be as indicated on the Contract Documents and as specified herein, or in accordance with the provisions of permits issued by the agency having jurisdiction. Unless otherwise indicated, new pavement shall be as indicated herein.

B.

C.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Earthwork: 02200.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. SSPWC “Green Book”, Standard Construction Specifications for Public Works

B.

C. D. 1.04

Comply with the applicable reference Specifications as directed in the General Conditions. All materials and procedures shall comply with the rules and regulations of the Mojave Desert Air Quality Management District.

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein.
ASPHALT CONCRETE PAVEMENT 02550-1

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

Samples: Prior to the delivery of specified aggregate to the site, the Contractor shall submit samples of the material for the Engineer’s acceptance in accordance with SSPWC Section 4-1.4. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified requirements. The Contractor shall formulate a job-mix formula using the Marshall Method in accordance with SSPWC Section 203-6.3.2 and submit it to the Engineer for acceptance. The resultant mixture shall have Marshall properties conforming to SSPWC Section 2036.3.2. Certificates: 1. Twenty days prior to the delivery of aggregates, asphalt materials, and paving mixes to the project site, the Contractor shall submit to the Engineer certificates and test results of compliance of such materials with these Specifications. Where laboratory testing is specified herein, the Contractor shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results.

C.

D.

2.

1.05

QUALITY ASSURANCE A. General 1. Quality assurance of the product will be provided by the Engineer. VVWRA will provide inspection at the asphalt plant and laboratory services within 50 miles of the geographical limits of the project. The Contractor shall be responsible for quality control of workmanship.

2. PART 2 - PRODUCTS 2.01 GENERAL A.

The Contractor shall make all tests necessary to locate a source of materials that meet the Specifications. Final acceptance of the aggregate material will be based on tests of material taken by the Contractor from the compacted base course.

2.02

AGGREGATE BASE A. Aggregate base shall conform to the provisions of the latest edition of the Standard Specifications for Public Works Construction (SSPWC), Subsection 200-2.2, Crushed Aggregate Base, or Subsection 200-2.4, Crushed Miscellaneous Base. Crushed miscellaneous base shall have only the fine gradation. Aggregate shall be asbestos free. In lieu of the second sentence of SSPWC, Subsection 200-2.4.1, at least 65 percent by weight of the material retained on the No. 4 sieve shall be a crushed particle as determined by Test Method No. California 205. Evaluation of gradation and sand equivalent test results shall conform to the provisions of SSPWC Subsection 400-1.4. The gradation and sand equivalent requirements of SSPWC Subsection 200-2.4 shall be the moving average requirements.
ASPHALT CONCRETE PAVEMENT 02550-2

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

2.03

ASPHALT CEMENT A. Asphalt cement for binder shall be PG 64-22 paving asphalt and shall conform to the requirements of SSPWC Section 203-1, Paving Asphalt.

2.04

PRIME COAT A. Asphalt to be used for a prime coat shall be liquid asphalt SC-250 and shall conform to the requirements of SSPWC Section 203-2, Liquid Asphalt.

2.05

TACK COAT A. Asphalt emulsion shall be CSS1 or CSS-1h and shall conform to the requirements of SSPWC Section 203-3, Emulsified Asphalt.

2.06

EMULSION-AGGREGATE SLURRY A. Materials for emulsion-aggregate slurry shall be as specified in SSPWC Subsection 203-5.

2.07

ASPHALT CONCRETE A. Asphalt concrete final course for paving the designated area shall be PG 64-22 ½” max medium hot mix and shall conform to the requirements of Caltrans Standard Specifications Section 39, Asphalt Concrete. Asphalt concrete base course for paving the designated area shall be PG 64-22 ¾” max medium hot mix and shall conform to the requirements of Caltrans Standard Specifications Section 39, Asphalt Concrete. Asphalt content in the pavement shall be 5.5 percent to 6.0 percent by weight. Asphalt concrete (AC) paving shall conform to Type B as defined in Caltrans Standard Specifications Section 39. Asphalt shall be viscosity grade PG 64-22. Rubberized bonded wearing course shall be used where indicated on the drawings and shall conform to the requirements of Section 02555, Rubberized Bonded Wearing Course of these Specifications. Aggregate shall be in accordance with SSPWC Subsections 400-1.1 and 400-1.2. Aggregate shall be asbestos free. Coarse aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles in lieu of the requirements of SSPWC Subsection 400-4.2.3.

B.

C.

D.

E. F. 2.08

WEED KILLER A. Weed killer shall be Karmex 80, as manufactured by Dupont Chemical Company, or Diuron 4L, as manufactured by Drexel Chemical Company, or equal.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ASPHALT CONCRETE PAVEMENT 02550-3

PART 3 - EXECUTION 3.01 EXCAVATION AND BACKFILL A. 3.02 Excavation and backfill are specified in Section 02200, Earthwork.

PREPARATION OF SUBGRADE A. B. C. D. Subgrade shall be shaped and compacted in accordance with SSPWC Subsection 300-4.7 to 95 percent relative density. Use of the prepared subgrade for hauling will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. The subgrade shall be maintained in the finished condition until the first succeeding course is placed. Unless specified otherwise on the Contract Documents, the upper 30 inches of subbase, the Street Zone, shall be compacted to not less than 95 percent relative density. Compaction operations shall be in conformance with Section 02200, Earthwork.

3.03

BASE COURSE A. Place crushed aggregate base in a uniform layer over the entire area to receive base course, without segregation of size, to such loose depth that when compacted with the power roller, the course shall have the required thickness shown on the Drawings. Compact over the full width until a density of 95 percent as determined by AASHTO T 180 is obtained. Blade the base with a grader and roll, while damp, with the power roller specified above until the course is thoroughly and uniformly compacted, and its surface is smooth and conforms to the grade requirements specified. Maintain the surface in its finished condition until the succeeding layer is placed.

3.04

WEED KILLER A. After the subbase has been prepared, weed killer shall be applied to the entire base. The weed killer shall be applied according to the manufacturer's published instructions.

3.05

PRIME COAT A. B. C. Prime coat is required in this Contract. After treatment with weed killer, the aggregate base course shall be primed prior to application of the asphalt concrete in accordance with SSPWC, Subsection 302-5.3. The prime coat shall be applied only when the base course surface is dry or slightly damp. For extremely dry areas, a light application of water may be required prior to application of the prime coat, which will permit uniform distribution and the desired penetration. The prime coat shall not be applied when the ambient atmospheric temperature is below 60 degrees F. The prime coat shall be applied at a temperature of 175 degrees F to 225 degrees F, and at a rate of 0.3 to 0.4 gallon per square yard.
ASPHALT CONCRETE PAVEMENT 02550-4

D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

E.

Following the application of the prime coat material, the surface shall be allowed to dry for at least 48 hours without being disturbed, or for an additional period of time as may be necessary to attain penetration of the prime material into the base course, and drying out or evaporation of the volatiles in the prime coat material. Traffic shall be kept off the prime coat until it has penetrated the base course and cured. No prime coat drying time limit is imposed on public streets where fast completion is important. The Contractor shall furnish and spread enough imported sand on all areas that show an excess of bituminous material to effectively blot up and cure excess prime coat material. The primed surface shall be maintained by the Contractor until the succeeding layer of pavement has been placed. During this interval, the Contractor shall protect the primed surface against damage and shall repair all broken spots.

F.

3.06

CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Lay asphalt concrete over the aggregate base in accordance with the SSPWC Section 302-5.5. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of SSPWC Section 302-5, Asphalt Concrete Pavement. At no time shall the coarse aggregate that has segregated from the mix be scattered across the paved mat. A tack coat of emulsified asphalt shall be applied to the first lift of the pavement prior to placing the second lift. Application shall be in conformance with SSPWC Section 3025.4. The Engineer will examine the base before the paving has begun. The Contractor will correct any deficiencies before the paving is started. Roll each lift of the asphalt concrete and compact to 95 percent of the density obtained with the California Kneading Compactor per California Test 304. The grade, line, and cross-section of the finished surface shall conform to the Drawings. Asphalt concrete pavement shall consist of one or more courses of a mixture of paving asphalt and graded aggregate placed upon a roadbed or base, or over existing pavement, as indicated on the Contract Documents. The mixture shall be placed when it is at a temperature of not less than 250 degrees F nor more than 320degrees F and shall not be placed onto a wet surface or when the ambient atmospheric temperature is less than 50 degrees F. All paving or resurfacing shall match the appearance of the existing improvements. A 4-inch asphalt concrete course shall be placed over an 6-inch aggregate base course unless otherwise shown on the Contract Documents or City of Victorville permit requirements. When asphalt is to be applied over existing pavement, and local irregularities in the existing surface would result in a course of more than the specified thickness, the surface of the existing pavement shall be brought to uniform contour by patching with asphalt concrete thoroughly tamped or rolled until it conforms with the surrounding surface, and a tack coat applied to the entire surface. Any existing base, surfacing, or pavement shall be thoroughly cleaned immediately prior to receiving the plant-mixed surfacing material. Finished pavement, when ready for acceptance, thoroughly compacted and true to crosssection, shall not deviate from the designated grade by more than 1/8 inch in 10 feet and shall be free from ruts, depressions, and irregularities. The pavement shall be brought to

B.

C.

D.

E.

F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ASPHALT CONCRETE PAVEMENT 02550-5

the final grade with a paving machine. The resulting edge of contact between the new and existing pavement shall be a straight, vertical, and neat join line parallel to the trench on each side. New pavement shall not lap over the existing pavement. G. The base asphalt course mixture shall be placed on the prepared subgrade by means of approved spreading devices in accordance with SSPWC Subsection 302-5.5. Where the finished paving area exceeds 5,000 square feet or 9 feet in width, the Contractor shall use only a Barber-Green-type paving machine. For smaller areas, the motor-grader method for placing the base course may be used unless city permits make the Barber-Green method mandatory. The final asphalt concrete course surface shall consist of the top 1 inch layer with 1/2inch-maximum aggregate grading. Placing of the final asphalt concrete course shall be done with a Barber-Green-type paving machine. Rolling equipment shall conform to the provisions of SSPWC Subsection 302-5.6.

H.

I. 3.07

PAVEMENT REMOVAL A. B. Pavement removal shall be in accordance with SSPWC Subsection 300-1.3 unless otherwise specified herein. Street pavement shall be removed within the limits of all construction excavations prior to excavation. Surplus material shall be removed as specified in Section 02200, Earthwork. Prior to removing existing surfacing, pavement cuts shall be made as shown on the Contract Documents and as specified herein. All pavement cuts shall be neat and straight along both sides of the trench or excavation and parallel to its alignment. The strip of existing AC pavement between an excavation and a gutter face or edge of pavement shall be removed and replaced if less than 3 feet in width. Where large irregular surfaces are removed, such trimming or cutting shall be parallel to the roadway centerline or at right angles to the same. After backfilling and compaction, final pavement cuts shall be made by saw cutting (unless permit requirements supersede) to a minimum depth of 2 inches at a point not less than 12 inches outside the limits of excavation. Concrete curbs, cross gutters, sidewalks, and driveways shall be saw cut to a minimum depth of 1-1/2 inches and at a point not less than 12 inches outside the limits of the excavation.

C.

D.

E.

3.08

TACK COAT A. All vertical or horizontal hard surfaces that will be in contact with new pavement shall be tack coated in accordance with SSPWC Subsection 302-5.4, and at an approximate rate of 0.05 to 0.10 gallon per square yard.

3.09

SEAL COAT A. The entire asphalt concrete pavement shall be fog sealed with asphalt emulsion prior to final striping. The fog sealer shall be applied within 5 calendar days after final asphalt
ASPHALT CONCRETE PAVEMENT 02550-6

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

concrete course, at a temperature of 75 degrees F to 130 degrees F, and at a rate of 0.05 to 0.10 gallon per square yard. B. 3.10 Seal coat limits shall extend as required by the permit.

EMULSION-AGGREGATE SLURRY A. Emulsion-aggregate slurry shall be applied in accordance with SSPWC Subsection 302-4.

3.11

PAVING HEADERS A. All edges of paving adjacent to earth shall be bounded by 2- x 6-inch net, new roughsawn redwood headers staked with 2- x 2- x 18-inch redwood stakes, 4 feet on centers. The top edge of headers shall be at the grade of the proposed asphalt surface. The top of stakes shall be 1 inch below the top of the header.

3.12

ASPHALT CURBS A. Asphalt curbs shall be constructed with an automatic curbing machine.

3.13

REPAIRS A. Areas of new or existing asphalt concrete requiring repair shall be delineated by saw cutting and the asphalt concrete removed, then prime or tack coated, and paved with hot asphalt as specified herein.

3.14

TEMPORARY PAVING A. On city streets and where otherwise indicated, pavement removed for trenching operations shall be replaced with 2 inches of temporary asphalt paving mix within one day after compaction is accepted by the ENGINEER. Cross streets are to be paved with temporary pavement on the same day that excavation is made. Temporary pavement shall be maintained so that a smooth traversable surface free from ruts, depressions, holes, and loose gravel is available at all times for vehicular traffic. The cost of temporary asphalt paving is considered to be included in the Contract unit prices for the work and no extra compensation will be made to the Contractor.

B. 3.15

CLEANUP A. Clean all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. Asphalt or asphalt stains that are noticeable upon surfaces of concrete or materials that will be exposed to view shall be promptly and completely removed. Cleaning shall be done in a manner that will not result in the discharge of contaminated materials into any catch basin or storm drain system. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ASPHALT CONCRETE PAVEMENT 02550-7

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ASPHALT CONCRETE PAVEMENT 02550-8

SECTION 02555 RUBBERIZED BONDED WEARING COURSE PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the Work as indicated in the Contract Documents and specified herein. The Rubberized bonded wearing course is required throughout the construction on 7th Street in the City of Victorville. This section covers the materials and procedures for the placement of rubberized bonded wearing course – gap graded (RBWC-G). RBWC-G shall consist of an application of rubberized hot mix asphalt (RHMA-G) placed over a membrane of polymer modified asphalt emulsion in a single pass with an integrated paving machine.

B. C.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. Asphalt Concrete Pavement: 02550. Earthwork: 02200.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. SSPWC C. D. “Green Book”, Standard Construction Specifications for Public Works

B.

Comply with the applicable reference Specifications as directed in the General Conditions. All materials and procedures shall comply with the rules and regulations of the Mojave Desert Air Quality Management District.

1.04

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein.
RUBBERIZED BONDED WEARING COURSE 02555-1

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B. C.

The Contractor shall submit a job-mix formula with the target residual rate for the asphaltic emulsion membrane. Within three (3) business days following the first delivery of asphaltic emulsion, the Contractor shall submit test results for acceptance testing of the asphaltic emulsion properties. Sampling shall be performed on the first delivery of asphaltic emulsion. Within one (1) business day of each job site delivery of asphaltic emulsion, the Contractor shall submit a 2-quart sample for minimum quality control testing. Ship each sample so that it is received within 48 hours of sampling. Label each asphaltic emulsion sampling container with: 1. 2. 3. 4. 5. 6. Emulsion producer and location Asphaltic emulsion type Percent of water Sampling location, time, and date Contract number Name of the Engineer

D.

E.

Each day RBWC-G is placed, the Contractor shall submit the residual and application rate for the asphaltic emulsion membrane. During production, submit certified volume or weight slips for the materials supplied. Where laboratory testing is specified herein, the Contractor shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results. Testing must be performed by an AASHTO-accredited laboratory.

F. G.

1.05

QUALITY ASSURANCE A. B. The Contractor shall take RHMA-G samples from either the delivery truck or the material transfer vehicle (MTV) hopper. Sampling and testing for RBWC-G acceptance testing shall be performed for the quality characteristics shown in the following table: RBWC-G Acceptance Quality Characteristic Asphaltic emulsion membrane Test Method Various ASTM D 2995 Specification Specified in "Materials" Submitted target application rate ± 0.01 gal/sqyd Sampling Location Delivery truck At the job site

C.

Sampling and testing for RBWC-G minimum quality control testing shall be performed at the specified frequency for the additional quality characteristics shown in the following table:

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

RUBBERIZED BONDED WEARING COURSE 02555-2

Quality Characteristic

Asphaltic emulsion membrane

RBWC-G Minimum Quality Control Minimum Sampling and Test Method Specification Testing Frequency Various At least once Specified in per paving day "Materials" ASTM Submitted target D 2995 application rate ± 0.02 gal/sqyd

Sampling Location Delivery truck Job site

D.

The Contractor shall sample asphaltic emulsion under AASHTO T 40. For each job site delivery of asphaltic emulsion, take a 2-quart sample in the presence of the Engineer. Take samples from the delivery truck mid-load from a sampling tap or thief. If the sample is taken from the tap, draw and discard 4 quarts before sampling. If asphalt binder or asphaltic emulsion is unloaded into bulk storage tanks, do not use material from the tanks until the Contractor submits test results for a sample taken from the bulk storage tank. Testing must be performed by an AASHTO-accredited laboratory.

E.

PART 2 - PRODUCTS 2.01 ASPHALTIC EMULSION MEMBRANE A. Asphaltic emulsion membrane must have the properties shown in the following table: Asphaltic Emulsion Membrane Properties Saybolt Furol Viscosity, @ 25 °C, SFS a Sieve test on original emulsion (at time of delivery), % 24-hour storage stability , % Residue by evaporation, % Test Method AASHTO T59 Requirement Min Max 20 100 -0.05 -63 1 --

California Test 331 Tests on residue from evaporation test: Torsional recovery, measure entire arc of California Test 332 recovery, at 25 ï‚°C, % AASHTO T49 Penetration (0.01 mm) at 25 ï‚°C a SFS means Saybolt Furol seconds 2.02 ASPHALT BINDER A.

40 50

-150

The grade of base asphalt binder for the RHMA-G in the RBWC-G shall be PG 64-22.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

RUBBERIZED BONDED WEARING COURSE 02555-3

2.03

AGGREGATE A. Aggregate for the RHMA-G in the RBWC-G must comply with the 1/2-inch RHMA-G gradation. Aggregate for RHMA-G in RBWC-G must comply with the 3/8-inch RBWC-G gradation. The proposed aggregate gradation must be within the Target Value (TV) limits for the specified sieve sizes shown in the following table: Aggregate Gradation (Percentage Passing) Rubberized Bonded Wearing Course—Gap Graded 3/8-inch RBWC-G Sieve Sizes 1/2" 3/8" No. 4 No. 8 No. 30 No. 200 C. Target Value Limits 100 78–92 28–42 15–25 5–15 2.0–7.0 Allowable Tolerance -TV ± 6 TV ± 7 TV ± 6 TV ± 5 TV ± 2

B.

Before the addition of asphalt binder and lime treatment, aggregate for RHMA-G in RBWC-G must have the quality characteristics shown in the following table: Aggregate Quality Quality Characteristic Test Method Requirement California Test 205 Percent of crushed particles Coarse aggregate (% min) 90 Two fractured faces Fine aggregate (% min) (Passing No. 4 sieve and retained on No. 8 sieve) 85 One fractured face Los Angeles Rattler (%, max) California Test 211 Loss at 100 rev. 12 Loss at 500 rev. 35 Sand equivalent a (min) California Test 217 47 Fine aggregate angularity California Test 234 45 (%, min) Flat and elongated particles California Test 235 25 (% max by weight @ 3:1) a Reported value must be the average of 3 tests from a single sample.

2.04

RECLAIMED ASPHALT PAVEMENT (RAP) A. Do not use RAP in bonded wearing course.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

RUBBERIZED BONDED WEARING COURSE 02555-4

2.05

HOT MIX ASPHALT FOR JOB MIX FORMULA A. Determine the quantity of asphalt rubber binder to be mixed with the aggregate for RHMA-G under California Test 367 except: 1. Specific gravity used in California Test 367, Section B, "Void Content of Specimen," must be determined under California Test 308, Method A. California Test 367, section C, "Optimum Bitumen Content," is revised as follows: a. Base the calculations on the average of 3 briquettes produced at each asphalt rubber binder content. Use California Test 309 to determine theoretical maximum specific gravity and density of the RHMA-G. Plot asphalt rubber binder content versus average air voids content based on California Test 309 for each set of three specimens on Form TL-306 (Figure 3), and connect adjacent points with a best-fit curve. Plot asphalt rubber binder content versus average Hveem stability for each set of three specimens and connect adjacent points with a best-fit curve. Calculate voids in mineral aggregate (VMA) and voids filled with asphalt (VFA) for each specimen, average each set, and plot the average versus asphalt rubber binder content. Calculate the dust proportion and plot versus asphalt rubber binder content. From the curve plotted in Step 2.3, select the theoretical asphalt rubber binder content that has ___ percent air voids. At the selected asphalt rubber binder content, evaluate corresponding voids in mineral aggregate, voids filled with asphalt, and dust proportion to verify compliance with requirements. If necessary, develop an alternate composite aggregate gradation to conform to the RHMA-G requirements. Record the asphalt rubber binder content in Step 2.7 as the Optimum Bitumen Content (OBC). To establish a recommended range, use the OBC as the high value and 0.3 percent less as the low value. Notwithstanding, the recommended range must not extend below 7.0 percent. If the OBC is 7.0 percent, then there is no recommended range, and 7.0 percent is the recommended value.

2.

b.

c.

d.

e.

f.

g.

h.

i.

j.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

RUBBERIZED BONDED WEARING COURSE 02555-5

3.

Laboratory mixing and compaction must comply with California Test 304, except the mixing temperature of the aggregate must be from 300 to 325 degrees F. The mixing temperature of the asphalt-rubber binder must be from 375 to 425 degrees F. The compaction temperature of the combined mixture must be from 290 to 300 degrees F.

PART 3 - EXECUTION 3.01 PREPAVING CONFERENCE A. Arrange for a prepaving conference to discuss methods of accomplishing all phases of the work. The following shall attend: 1. 2. 3. 4. 5. 3.02 STORING A. 3.03 Do not store RHMA-G more than 8 hours. Emulsion supplier Paving foreman HMA supplier Project superintendent Project manager

SPREADING AND COMPACTING EQUIPMENT A. B. Use an integrated distributor-paver capable of spraying the asphaltic emulsion membrane, spreading the RHMA-G, and leveling the mat surface in 1 pass. Apply asphaltic emulsion membrane at a uniform rate for the full paving width. The asphaltic emulsion membrane must not be touched by any part of the paver including wheels or tracks. If the spray bar is adjusted for changing pavement widths, the paver must prevent excess spraying of asphaltic emulsion beyond 2 inches of the RHMA-G edge. Use an MTV to receive RHMA-G directly from the truck without dumping on the ground and deliver to the paver's receiving hopper or feed system. The MTV must: 1. 2. E. F. Remix the HMA with augers before loading the paver Have sufficient capacity to prevent stopping the paver

C. D.

The paver must have a full-width, heated vibratory screed that uniformly spreads and finishes the RHMA-G. Compact RHMA-G with steel-tired, 2-axle tandem rollers. Each roller must weigh from 126 to 172 pounds per linear inch of drum width.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

RUBBERIZED BONDED WEARING COURSE 02555-6

3.04

TRANSPORTING, SPREADING AND COMPACTING A. Apply asphaltic emulsion membrane on dry or damp pavement with no free water. Apply asphaltic emulsion when the atmospheric and pavement temperatures are above 50 degrees F. Before spreading RHMA-G, apply asphaltic emulsion membrane. Apply emulsion at a temperature from 120 to 180 degrees F and in a single application at the residual rate specified for the condition of the underlying surface. Asphaltic emulsion membrane must have a target residual rate for the surfaces to receive the emulsion shown in the following table: Asphaltic Emulsion Membrane Target Residual Rate Surface to Receive Asphaltic Emulsion Target Residual Rates (gal/sqyd) Membrane PCC pavement 0.09 – 0.11 Dense, compacted, new HMA pavement 0.11 – 0.14 Open textured, dry, aged or oxidized AC 0.13 – 0.17 pavement C. If the Contractor requests and is authorized, the Contractor may change the asphaltic emulsion membrane application rates. Spread RHMA-G after applying asphaltic emulsion membrane and before the asphaltic emulsion membrane has spread beyond the area to be covered by the RHMA-G. Do not apply asphaltic emulsion membrane more than once. Construct a transverse joint if RHMA-G remains in the paver for more than 30 minutes. Do not reintroduce RHMA-G spread over asphaltic emulsion membrane into the paving process. Do not overlap or hot lap RHMA-G. Pave through lanes after paving adjacent: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. H. Shoulders Tapers Transitions Road connections Driveways Curve widenings Chain control lanes Turnouts Turn pockets Ramps

B.

D.

E. F.

G.

For RBWC-G placed on areas adjacent to through lanes that extend into the through lanes, cut the RBWC-G to a neat, straight vertical line at the lane line. If asphaltic emulsion is spilled into the paver hopper, stop paving and remove and dispose of the contaminated material.

I.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

RUBBERIZED BONDED WEARING COURSE 02555-7

J.

When measured on the surface immediately behind the screed, the RHMA-G must be at least 280 degrees F and the temperature across the mat should not vary by more than 25 degrees F. Do not take the temperature within 2 feet of the edge of the pavement.For each paver used, compact RHMA-G with 2 coverages using 2 rollers with the vibrators turned off. Complete the 1st coverage before the surface temperature drops below 270 degrees F. Complete all compaction before the surface temperature drops below 200 degrees F. Do not allow traffic on RBWC-G until the surface temperature is below 160 degrees F.

K. 3.05

SMOOTHNESS A. If RBWC-G is placed over HMA constructed under the same project: 1. Top layer of the HMA must comply with smoothness specifications before placing bonded wearing course Bonded wearing course must comply with straightedge and must-grind specifications

2.

B. C.

For RBWC-G placed over existing asphalt concrete, only the straightedge specifications for smoothness apply. Remove and replace RBWC-G not complying with the must-grind and straightedge specifications, except you may grind RBWC-G for correcting smoothness: 1. At a transverse joint separating the RBWC-G from pavement not constructed under the same project Within 12 feet of a transverse joint separating the pavement from a bridge deck or approach slab

2.

3.06

CLEANUP A. Clean all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. Asphalt or asphalt stains that are noticeable upon surfaces of concrete or materials that will be exposed to view shall be promptly and completely removed. Cleaning shall be done in a manner that will not result in the discharge of contaminated materials into any catch basin or storm drain system. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

RUBBERIZED BONDED WEARING COURSE 02555-8

SECTION 02623 MICROTUNNELING AND SHAFTS

PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish all designs, tools, equipment, materials, and supplies and shall perform all labor required to complete the Work as indicated on the Drawings and specified herein. This section covers the furnishing and installation of microtunneled casing pipe, launch and reception shafts, and installation of the carrier pipe inside the casing at the locations shown on the Drawings. For the purpose of this section, microtunneling is defined as the continuous trenchless installation of the casing pipe by jacking the pipe behind a remotely controlled, steerable, guided, full-face pressure controlled, articulated, tunnel boring machine (TBM). The slurry microtunneling method is required. The choice of cutterhead and cutterhead tooling and performance of the microtunneling equipment shall be the responsibility of the CONTRACTOR. The major components of the microtunneling system shall be in accordance with SSPWC Section 306-8.2, and the requirements of this Specification. In the event of conflict, comply with this Specification. The intention of the drawings is to place a gravity sloped pipeline within a tunnel through the Upper Narrows formation. A tunnel casing size has been indicated on the Plans with a minimum wall thickness. Should the Contractor elect to use a different diameter tunnel casing than that as shown on the Plans, the CONTRACTOR shall submit to the ENGINEER the reasons why including availability of MTBM’s at the specified and alternate diameter. The alternate casing size shall have a minimum casing thickness at least as thick as the casing shown on the Plans. Additionally, the CONTRACTOR shall submit to the ENGINEER, a set of engineered calculations for the tunnel casing showing that the alternate casing size will withstand the construction and final loading placed on it signed and sealed by a Registered Civil Engineer in the State of California.

B.

C.

D.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. 3. 4. 5. 6. 7. 8. Section 02200, Earthwork Section 02445, Instrumentation and Monitoring Section 02716, Fusible PVC Sewer Pipe Section 02726, Manhole and Precast Vault Construction Section 02730, Sanitary Sewer System Testing Section 02769, High Density Polyethylene (HDPE) Sewer Pipe System Section 03355, Backfill Grout Section 03610, Permeation Grouting

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-1

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the latest editions of the following codes, regulations and standards. 1. Codes and Regulations: 29 CFR 1910 Code of Federal Regulations, Title 29, Part 1910, U.S. Occupational Safety and Health Standards (OSHA) Code of Federal Regulations, Title 29, Part 1926, U.S. Safety and Health Regulations For Construction (OSHA) Code of Federal Regulations, Title 30, Parts 1 through 199, U.S. Mine Safety and Health Administration, (MSHA) Code of Federal Regulations, Title 30, Parts 601 through 699, U.S. Bureau of Mines California Labor Code California Code of Regulations, Title 8, Div. 1, Chap. 4, Subchapter. 7, Article 108, Confined Spaces California Code of Regulations, Title 8, Div. 1, Chap. 4, Subchapter. 20, Tunnel Safety Orders California Code of Regulations, Title 8, Industrial Relations (Cal/OSHA), other applicable provisions California Code of Regulations, other applicable provisions

B.

29 CFR 1926

30 CFR 1 through 199

30 CFR 601 through 699 CLC CCR

CCR CCR

CCR 2. Industry Standards: NSF/ANSI 060

NSF/ANSI Standard 60 – Drinking Water Treatment Chemicals

C.

SSPWC 1. “Green Book”, Standard Specifications for Public Works Construction

D.

Comply with the applicable reference Specifications as directed in the Standard Specifications, General Conditions and Special Conditions.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-2

1.04

CONTRACTOR SUBMITTALS A. B. Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions and as specified herein. Where calculations are required to be submitted, they shall be signed and sealed by a Professional Civil Engineer registered in the State of California that satisfies specified qualification requirements. Submit casing and carrier pipe-laying schedules. Submit complete information on CONTRACTOR's health and safety plan for personnel conducting below grade operations. The plan shall include provisions for lighting, ventilation, electrical safe-guards, and mine rescue. The following submittals are required for shaft construction: 1. Shaft dimensions and worksite staging area layout during shaft excavation and tunneling, including top of working slab elevation, crane position, microtunnel operators cab, spoil stockpile and pipe storage areas, slurry separation plant location, bike path detour, construction traffic lanes, K rail protection and security fencing and other major components of construction. The CONTRACTOR, prior to beginning any shaft excavation five (5) feet deep or more, shall submit to the ENGINEER and shall be in receipt of written acceptance by the ENGINEER of the CONTRACTOR's detailed work plan, calculations shop drawings and product data for all shoring, bracing, sloping of sides of, excavation, or other provisions for worker protection against the hazard of caving ground during shaft excavation, tunneling and other work. The CONTRACTOR's attention is directed to the provisions for Shoring and Bracing Drawings in the California Labor Code. All plans and calculations shall be prepared by a Civil or Structural Engineer licensed in the State of California who satisfies specified qualification requirement. a. Work Plan: Include loads, materials and equipment to be utilized and the method, sequence and timing of installation. Reference shaft dewatering plan and explain timing and sequence of construction in relation to dewatering activities. Calculations: Using the design loads given in the contract at a minimum, provide design calculations used to size shoring members, determinable material specifications and joint and connection details. Include stability evaluation at each stage of excavation, backfill and shoring removal, invert stability. Indicate calculated deflections of major shoring elements corresponding to allowable load limits. Shop Drawings: Shop drawings for excavation support and protection systems shall be prepared by or under the supervision of a qualified Professional Engineer registered in the State of California.

C. D.

E.

2.

b.

c.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-3

d.

Shop drawings shall consist of plan, sections, elevations, material specifications and details and shall include, but not be limited to as applicable: 1) Details of soldier pile and lagging system, including soldier pile dimensions, method of installation, dimensions and composition of lagging, all supported by design calculations. Details of secant pile systems, including size, depth and reinforcement details and methods of installation, all supported by calculations. Piling, waler, strut and connection material designations, yield strength and section modulus and associated connection details including web stiffeners. Details of Liner Plate and Ring Beam System, including plate thickness, ring beam size and spacing, method of installation all supported by calculation.

2)

3)

4)

3. 4.

Product data for each type of product specified. The CONTRACTOR shall prepare and submit to the ENGINEER a contingency plan describing the steps and actions needed to stabilize the excavation and excavation support systems and excavation if the excavation becomes unstable or the monitoring data indicate movements exceed the allowable limits. The contingency plan shall also include a list of contingency materials and equipment to be kept available on site for installation. Concrete mix designs for both primary (unreinforced) and secondary (reinforced) secant piles. When secant piles or soldier piles are installed, installation records including the following: a. b. c. d. e. f. g. h. Pile number, length, and bearing material. Location. Concrete and steel properties. Plumbness Dates for excavation completed and concrete placed. Diameters of top of shaft and bottom of shaft. Elevations of top of ground, top of concrete, and bottom of secant pile. Results of all tests and observations performed.

5. 6.

7.

Submit necessary information to demonstrate specified qualifications and experience are satisfied. Include lists of qualifying completed projects with project names and location, names and addresses of engineers, architects owners and general contractors, and other information specified.

F.

The following submittals are required for microtunneling in addition to those required by SSPWC Section 306-8.1.5.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-4

1.

Microtunneling equipments could be new or previously owned, used and refurbished by the CONTRACTOR. The CONTRACTOR is responsible for submitting a certification letter either from the equipment manufacturer, if the equipment is new or rebuilt by the original manufacturer, or a self certification by the CONTRACTOR, if equipment is owned, used and refurbished by the CONTRACTOR, detailing the condition and operational characteristics of all equipments to be used for installing the specified pipes. The certification shall state that each microtunneling machine to be used is capable of successfully completing the work in the ground and groundwater conditions anticipated for each tunnel drive. For refurbished machines, submit details of refurbishment of main components and hours since last refurbishment of main components. Also for refurbished machines, submit prior project information for the machine including project name, location maximum drive length, total tunnel length and excavated diameter. Details photos and sketches of the microtunneling machine, including the cutterhead design and details. Describe and provide details of approach to control or limit the amount of gravel, cobbles and boulders entering the crushing chamber of the microtunneling machine to prevent lock-up of the cutterhead. Details of bentonite/polymer lubrication injection procedures, materials and location of injection points during jacking operations. Calculations which clearly state the relationship between hydraulic pressure and jacking force for the main jacks and the intermediate jacking stations, if required or proposed by Contractor. Also provide the hydraulic pressure that is required to develop the maximum allowable pipe jacking effort and a description of controls to ensure that this hydraulic pressure will not be exceeded during jacking operations. Calculations demonstrating that the casing pipe selected by the Contractor has been designed to support the maximum anticipated earth loads, superimposed live loads, jacking forces, buoyancy, and handling loads that may be imposed on the pipe. The CONTRACTOR shall determine the additional stresses imposed on the pipe during jacking operations and upgrade the quality and strength of the pipe and pipe joints to the extent necessary to withstand the additional stresses imposed by the jacking operation with a factor of safety of at least 2.5 on allowable stress. Submit pipe handling details. Calculations confirming planned face operating pressure accounting for operating tolerance, factor of safety, anticipated groundwater level and geotechnical conditions. Include evaluation of upper limits to prevent frac-out, heave and lower limits to prevent over-excavation. Provide the proposed operating face pressures in psi for the various drives at every 100 feet in stationing. Details for installation of gyroscopic guidance system. Include a description of the equipment and procedure to be used in checking the positioning of the alignment control system and the microtunnel shaft temperatures. Provide confirmation from manufacturer that proposed guidance systems can achieve the required casing line and grade tolerances for the given drive lengths. Provide

2.

3. 4.

5.

6.

7.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-5

manufacturers recommendations on the effects of shaft temperature variation on guidance system capabilities. 8. Copies of field notes used to establish all lines and grades; however, the CONTRACTOR remains fully responsible for the accuracy of his WORK and the correction of it, as required. Shop drawings, sketches, details and a method statement for each launch and reception. The shaft eye designed shall be prepared by a professional Civil Engineer, licensed in California to prevent loss of ground during launch and reception by a combination of permeation grouting (ref. Section 03610) and a mechanical seal. Shop Drawings including details of casing pipe to microtunneling machine interface, casing pipe to intermediate jacking station interface, casing pipe joint details including joint packing material. Method statement explaining capabilities for excavating rocks of the size and strength anticipated based on the project geotechnical conditions described in the Geotechnical Reports. Details for monitoring and controlling actual volume of soil removed. Details of slurry circulation, pumping bypass and separation plant. Method statement and details for contact grouting the annular space outside the casing immediately following the jacking operation. Method statement for compressed air work for use of the specified air lock to access the excavation chamber at pressures up to the maximum anticipated hydrostatic pressure at invert level. Address anticipated air loss mitigation measures. Address safety, decompression and mine-rescue statutory requirements. Provide sufficient detail to obtain acceptance including any variances needed from Cal/OSHA. Tunnel Drive Records a. Initial submittal showing type of information and format of presentation of tunnel drive records to comply with required example format. Example format to be provided by the Engineer. Submit drive records daily in hard copy and electronic form by noon of the following day. Collect the following information during microtunneling: volume of muck vs theoretical volume, date, start times and end time of each pipe segment, name of operator, tunnel drive identification, pipe segment number, cumulative tunnel length, rate of advance, jacking force, cutterhead RPM, cutterhead torque, face pressure, air bubble pressure, slurry flow rates and pressures, bypass valve position, use of cutting or high pressure jets, steering jack positions and pressures, line and grade offsets, inclination, roll, IJS use and jacking force, pressure, volume and location of lubricant pumped, adjustments to guidance system, problems encountered. Record manually every five (5)
MICROTUNNELING AND SHAFTS 02623-6

9.

10.

11.

12. 13. 14. 15.

16.

b.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

feet. Automatic data acquisition system shall record the same information on intervals of one minute or less. 17. 18. Documentation to confirm qualification requirements are met. No work is allowed to proceed unless qualification submittals are approved. Contingency plans addressing the following: a. b. c. Obstruction removal through the face of the machine with and without compressed air. Procedures to change cutting tools during the drives. Microtunneling machine unable to advance due to: 1) 2) 3) d. e. Possible obstructions. Insufficient jacking capacity. Equipment malfunction.

Spoil Removal Problems: Slurry separation plant unable to control slurry density. Contaminated ground 1) 2) Noticeable hydrocarbon smell is detected in the TBM, shield, tunnel, or shaft. Contaminated soil and/or water encountered. Include procedure for proper disposal.

f. g.

Line and grade cannot be maintained or alignment tolerance is exceeded. Jacking Forces 1) 2) Jacking forces increase dramatically or suddenly. Jacking forces reach design capacity of pipe, jacking frame, or thrust wall.

h.

Settlement and Subsidence 1) 2) 3) Survey measurements indicate deformations exceed allowable limits. Excavated volumes significantly exceed pipe volume installed. Voids are encountered or created by over excavation that may not be detectable by survey measurements.

i. j.

Steering difficulties result in line and grade tolerances being exceeded. Pipe has been damaged or has been found to be out of compliance with specifications:
MICROTUNNELING AND SHAFTS 02623-7

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

1) 2) k. l.

Before installation. During, or after installation.

Thrust block deforms excessively under jacking loads, or provides insufficient capacity to advance pipe. Frac-out Contingency Plan. Submit a frac-out contingency plan for all tunneling activities that use drilling fluid including slurry circulation and pipe jacking lubricant that satisfies permit requirements. The frac-out plan shall identify measures to avoid frac-out associated with tunneling activities. Provide for timely detection of frac-outs and ensure an organize timely and minimum impact response in the event of frac-out and release of slurry and lubricant. The contingency plan shall include, at a minimum the following measures: 1) A full time monitor will attend microtunneling to look for observable frac-out conditions and lowered pressure readings on tunneling equipment indicative of frac-out. If a frac-out is identified, all work shall stop, including the recycling of slurry. In the even of frac-out into water, the water pressure above the tunnel will keep excess slurry from escaping through the fracture. The location and extent of the frac-out will be monitored for 4 hours to determine whether the congeals. If the slurry congeals, no other action will be taken that would potentially suspend sediments into water column. Surface releases of slurry, lubricant and bentonite shall be removed and original condition restored. The contingency plan shall identify additional measures to be taken to contain or remove the slurry or drilling lubricant if it does not congeal.

2)

3) 4) 5)

19. 20.

Provide written documentation from the disposal site(s) indicating that they will accept the spoil and are in compliance with applicable regulations. For thrust wall at interface between jacking frame and shaft shoring, provide design calculations showing that the thrust wall/backstop design resists the planned jacking forces with tolerable deflection that does not overstress the shoring. Provide shaft/thrustwall/backstop design to resist planned jacking forces.

G.

Microtunneling equipment, procedures, and personnel information required for the CONTRACTOR’s microtunneling submittals shall be assembled into a single comprehensive submittal. Should the Contractor elect to use a different diameter tunnel casing than that as shown on the Plans, the CONTRACTOR shall submit to the ENGINEER the reasons why including availability of MTBM’s at the specified and alternate diameter. The alternate
MICROTUNNELING AND SHAFTS 02623-8

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

casing size shall have a minimum casing thickness at least as thick as the casing shown on the Plans. Additionally, the CONTRACTOR shall submit to the ENGINEER, a set of engineered calculations for the tunnel casing showing that the alternate casing size will withstand the construction and final loading placed on it signed and sealed by a Registered Civil Engineer in the State of California. 1.05 QUALITY ASSURANCE A. Shaft Contractor Qualifications 1. Engage an experienced shoring Contractor and superintendant, both with a minimum of five (5) years documented experience, to assume engineering responsibility and perform work of this section. The CONTRACTOR shall be responsible for shaft shoring and its superintendant shall have specialized experience in installing excavation support and protection systems similar to those required for this Project and with a record of successful performance. For the secant pile or soldier pile work, the CONTRACTOR and its superintendant shall have successfully completed at least three (3) similar projects within the last five (5) years with diameters, lengths, and subsurface conditions similar to those anticipated for this project including experience with dry and wet placement of concrete and the use of temporary casing or slurry. Engineering Design Responsibility: Engage a qualified Professional Engineer, with a minimum of five (5) years documented experience, to prepare or supervise the preparation of design for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system’s compliance with specified requirements.

2.

3.

B.

Microtunneling Contractor Qualifications 1. All microtunneling work shall be performed by an experienced CONTRACTOR who has at least ten (10) years of experience in performing slurry microtunneling work and has completed at least three (3) similar projects involving at least 1,000 foot of microtunneling with similar ground conditions on each project. The project superintendent shall have at least five (5) years of experience supervising slurry microtunneling construction of the types proposed by the CONTRACTOR. The CONTRACTOR shall submit a description of at least three (3) referenced projects for the project superintendent including Project Owner’s name and contact information. A microtunneling boring machine (MTBM) operator with a minimum of three (3) years experience and five (5) previous similar projects as an MTBM operator shall be present at all times during the operation of the MTBM. An operator’s experience will be considered similar if it is similar in terms of diameter, length and geotechnical conditions. The CONTRACTOR shall submit the operator’s qualifications to the ENGINEER for acceptance. The Contractor shall not substitute the MTBM operator without prior approval from the Engineer.

2.

3.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-9

4.

Comply with the requirements for the certifications, licenses, training, skills, experience, and other qualifications specified in Article entitled “Contractor Submittals” of this Specification. Documentation for verification of microtunnel qualifications of this specification including transmittal cover letter signed by the CONTRACTOR or a duly authorized representative, certifications, licenses, training, skills, and experience, shall be submitted by the three (3) apparent lowest bidders within seven (7) calendar days from the date of bid opening. Bidders submitting the above documentation shall be responsible for its prompt delivery (original hard copy and PDF file via email) and obtaining acknowledgement of its receipt.

5.

1.06

SAFETY A. The Tunnels in this project shall be constructed under the rules, regulations, and orders developed by the California Department of Industrial Relations, Division of Occupational Safety and Health and approved by the Board. These requirements are contained in the California Code of Regulations, Title 8, Tunnel Safety Orders and in Division 5, Part 9 of the Labor Code. It shall be the CONTRACTOR's responsibility to see that the Work is done in conformance with all applicable federal, state, and local safety requirements. The CONTRACTOR shall schedule a preconstruction conference with the California Department of Industrial Relations, Division of Occupational Safety and Health, Mining & Tunneling Unit prior to commencing any activity associated with the tunnel construction. The Division may be contacted at: 2211 Park Towne Circle, Suite 2, Sacramento CA 95825, 916-574-2540. The CONTRACTOR shall train all non-Contractor project staff in entry operations prior to entry. The Tunneling Permit is in process. Once Underground Classification Numbers are obtained for this project, the contractor shall comply with all conditions of the permit and the Underground Classification Notice shall be conspicuously posted at the jobsite.

B.

C. D.

PART 2 - PRODUCTS 2.01 SHAFTS A. Materials need not be new but shall be in serviceable condition as approved by the ENGINEER and shall be consistent with CONTRACTOR shop drawings and associated submittals with regard to types, sizes, lengths and other characteristics. Structural Steel for Secant Piles, Soldier Piles, Ring Beams, Struts, Walers and Corner Bracing: 1. 2. HP shapes: ASTM A 572, Gr. 50. Channels, angles and plates: ASTM A 36.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-10

3. 4. C. D.

Wide flange: ASTM A 992. Hollow Steel Section: ASTM A500

Wood Lagging: Lumber, mixed hardwood, nominal rough thickness of 3 inches. The wood lagging shall have a minimum allowable flexural stress of 1500 psi. Concrete materials for Secant Piles and Soldier Piles: 1. 2. Portland Cement: ASTM C 150, Type I or II Fly Ash/Slag a. b. 3. Fly Ash Admixture: ASTM C 618, Class C or F Ground Granulated Blast Furnace Slag: ASTM C 33, uniformly graded, 3/4 in maximum aggregate size.

Normal Weight Aggregate: ASTM C 33, uniformly graded, 3/4 in maximum aggregate size.

E.

Liner Plates: 1. 2. Cold formed four flange steel liner plate, either corrugated or smooth with rubber gasket. Provide grout holes, either plain, punched or threaded to receive couplings and furnished with pipe plugs

F. G.

Water; Potable, complying with ASTM C 94 requirements. Admixtures: Certified by manufacturer to contain not more than 0.1 percent water soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. 1. 2. 3. 4. Water-Reducing Admixture: ASTM C 494, Type A. Water Reducing and Retarding Admixture: ASTM C 494, Type D. High-Range, Water-Reducing Admixture: ASTM C 494, Type G. Plasticizing and Retarding Admixture: ASTM C 1017, Type II

I.

Concrete Mix: Prepare design mixes according to ACI 211.1 for each type and strength of concrete determined by either laboratory trial mix or field test data bases. Use a qualified testing agency for preparing and reporting proposed mix designs for laboratory trial mix basis. Proportion mixes according to ACI 211.1 to provide normal-weight concrete with the following properties. 1. 2. 3. Structural concrete compressive strength (28 days): 4000 psi minimum Minimum Slump: Capable of maintaining a slump of 5 in plus or minus 1 in. Do not air-entrain concrete for secant piles.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-11

4. 5.

Limit water soluble, chloride-ion content in hardened concrete to 0.15/0.3 percent by weight of cement. Concrete-mix design adjustments may be considered if characteristics of materials, project conditions, weather, test results, or other circumstances warrant. Submission of proposed changes to concrete mix proportions is required. Concrete Mixing: Measure, batch, mix, and deliver concrete according to ASTM C 94, and furnish batch ticket information. Do not add water to concrete mix after mixing, unless a procedure following ACI 301 is submitted to, and approved by, the Engineer. Maintain concrete temperature less than 90 degree Fahrenheit.

6.

I.

Contact Grout: Neat cement grout complying to applicable portions of Section 03355 and the Standard Specifications. Sanded mixes will only be allowed at the ENGINEER’s approval.

2.02

BENTONITE A. Bentonite shall conform to API SPEC 13A and be free from hydrocarbons and other deleterious materials. Bentonite and its additives shall be certified by NSF Standard 060 for drinking water. Bentonite shall have the capability of mixing with water to form a stable and homogeneous suspension. Application: CONTRACTOR’s responsibility and in accordance with clause 2.5L here in.

B. 2.03

STEEL CASING OPTION A. Conform to all applicable requirements of SSPWC Sections 207-24 and 306-2 except as modified herein and elsewhere in the Specifications and Contract Drawings for the purpose of using steel pipes as casings. Comply with ASTM A515, grade 60 or approved equal Minimum plate thickness: As shown on the drawings, Contractor shall be responsible to increase plate thickness to accommodate construction load. Lubrication Ports: CONTRACTOR’s responsibility. Contact Grout Ports: As shown on the Drawings. Grout fittings and plugs provided in pipe shall meet the requirements of ASTM A 53, Type E or S, Grade B. Plugs shall be recessed to maintain a smooth exterior pipe surface. Steel Casing Protection Coating (Interior and Exterior, ref. SSPWC Section 207.10.4): None required.

B. C. D. E.

F. 2.04

REINFORCED CONCRETE PIPE CASING OPTION A. The CONTRACTOR is responsible for providing a jacking pipe that accommodates pipe jacking loads without damaging the pipe and joints. At a minimum conform to all
MICROTUNNELING AND SHAFTS 02623-12

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

applicable requirements of SSPWC Section 207-23 and 306-2 except as modified herein and elsewhere in the Specifications and Contract Drawings for the purpose of using reinforced concrete pipes as casings. B. C. ASTM C76, Class V Joints shall be steel bell-and-spigot rings, Carnegie Joint type, as shown in the Figure 26.A in the AWWA M9 Manual, with rubber gasket. 1. 2. Steel for joint rings shall have minimum yield strength of 36,000 psi and a minimum elongation of 20 percent (2-in. gauge length). Steel sheet and strip for bell rings shall conform to ASTM A659/A659M, ASTM A1011/A1011M, or ASTM A1018/A1018M, except that the maximum carbon content shall be 0.25 percent. Steel plate for bell rings or special shapes for spigot rings shall conform to ASTM A283, ASTM A576 (Grade 1012 or 1015), ASTM A635 (Grade 1012 or 1015), or ASTM A36. Merchant quality bars conforming to ASTM A575 (Grade M1012 or M1015) and ASTM A663 may be used provided the surface finish is satisfactory. The nominal thickness of the bell ring for each pipe diameter range shall not be less than shown: Pipe diameter range, in. 60 to 72 5. 6. 7. Nominal bell ring thickness, in. 0.37

3.

4.

Filler Bars: ASTM A 576, Grade 1012, ASTM A 663, Grade 50. Buttstraps: ASTM A 283, Grade D. Steel castings for fittings. Steel castings for fittings shall conform to ASTM A27/A27M, grade 70–36, normalized

D.

Rubber gasket shall be solid ring of circular cross section fabricated from synthetic elastomer and shall contain no less than 50% by volume of first grade synthetic rubber and maybe molded in a complete ring or shop spliced to form a complete ring. Joint Ring Protection Coating (Interior and Exterior): None required. Lubrication ports: CONTRACTOR’s responsibility. Contact Grout Ports: As shown on the Drawings. Grout fittings and plugs provided in pipe shall meet the requirements of ASTM A 53, Type E or S, Grade B. Plugs shall be recessed to maintain a smooth exterior pipe surface. Pipe Joints: Provide plywood spacer designed to distribute thrust loading during pipe jacking.

E. F. G.

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-13

2.05

MINIMUM REQUIREMENTS FOR MICROTUNNELING EQUIPMENT A. Equipment performance is the CONTRACTOR’s responsibility. Select equipment that is compatible with the anticipated conditions described in the Contract and conforms with the minimum requirements as follows: Rock handling capability shall include ability to reduce size of rocks in the face by the use of cutting tools, sized cutterhead openings and or grizzly bars to limit the size of rocks entering the crushing chamber, a cone rock crusher in the crushing chamber to reduce the size of the cuttings that enter the slurry lines and sufficient slurry pumping capacity to transport rock fragments out of the tunnel; all of this with a minimum amount of manual labor. The tools on the cutterhead shall be of robust and suitably durable construction in order to avoid the need for replacement during the drive. They shall be replaceable from the rear of the cutterhead. The cutterhead shall have provision for mounting disc cutters and have the capability for interchangeability of cutting tools such as disc cutters and ripper teeth. The microtunneling machine shall provide for man and material access to the cutterhead through the pressure bulkhead. The microtunneling machine shall be a new or refurbished slurry machine. Microtunneling machine shall be equipped with an automatic data acquisition system capable of recording information from the slurry tunneling machine and the jacking system as specified for drive records. Intermediate Jacking Station (IJS): IJSs shall be sealed with gaskets that prevent inflow of groundwater and bentonite at the maximum allowable steering articulation. The outer diameter of the microtunneling shield may be up to 1.5-inch larger than the outside diameter of the casing pipe. The annulus between the casing and the excavated bore must be completely filled with bentonite slurry during pipe jacking. The microtunneling machine can be skinned up no more than six (6) inches larger in diameter than minimum microtunneling machine size when it was originally fabricated. Microtunnel guidance system shall employ a gyroscopic guidance system capable of accurately locating the MTBM for the longest drive. The Contractor shall manually survey the casing to verify guidance system quality and accuracy once per day. Slurry Separation Plant 1. 2. K. Designed to cope with the range of anticipated conditions as described in the project geotechnical reports while controlling slurry density. With sufficient capacity to process slurry produced while tunneling at a rate that is at least double the anticipated average advance rate.

B.

C.

D. E. F.

G. H.

I.

J.

Face Support: The MTBM must have the capability to exert a stabilizing face pressure that controls over-excavation in all ground conditions anticipated. It is hereby anticipated that use of bentonite slurry will be required to stabilize the face when excavating in
MICROTUNNELING AND SHAFTS 02623-14

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ground rich in gravel and a bentonite filter cake is anticipated to be required on the face to limit air loss during compressed air access to the face. The MTBM shall have capability to use bentonite enriched slurry circulation system and to create a bentonite filter cake on the face in sands and gravels prior to compressed air interventions. PART 3 - EXECUTION 3.01 GENERAL A. All excavation, bracing methods, foundation preparation, and related operations shall be in accordance with the requirements of Section 02200, Earthwork and the requirements for shafts specified herein. The manner of bracing of excavations shall be as set forth in the rules, orders, and regulations of the Division of Industrial Safety of the State of California. Prior to commencing any excavation of five (5) feet or greater in depth and into which a person will be required to descend, the ONTRACTOR shall first obtain all required permits. Protect existing utilities from damage during the construction period. Any damaged portions shall be replaced and reworked by the CONTRACTOR at the CONTRACTOR's expense. Provide temporary drainage facilities during construction by means of ditches, swales, culverts, sandbags, berms, or other temporary means. Safe and suitable ladders shall be in accordance to OSHA CFR 29 and CalOSHA requirements. The CONTRACTOR shall conduct its operations in such a fashion that trucks and equipment do not create a dirt or noise nuisance in the streets. The CONTRACTOR shall immediately remove and dispose of any spillage or excess dirt on the roadway. The CONTRACTOR may be required to execute the tunneling, bore and jack, and horizontal directional drilling operations on a 24 hour per day, 7 day per week basis at no additional cost to the OWNER. The CONTRACTOR is responsible for setting out the work and for maintaining alignment control and grade tolerance and setting the construction staking and survey control monuments to the alignment shown on the Plans and Specifications. Provide access to the ENGINEER who may from time to time perform check surveys for quality assurance purposes. This does not relieve the Contractor of its sole responsibility for setting out the work. The CONTRACTOR shall manually survey line and grade on a daily basis and reconcile gyro differences. Prior to disturbing any area of the project, the CONTRACTOR shall take digital photographs and digital video of each area that will be disturbed during construction documenting preconstruction conditions, including haul routes. The same views shall be re-photographed and video taken upon completion of construction activities on any section of the pipeline, and submitted with Contractor's Application for Payment for Work on the section. Prior to beginning construction, take at least one photograph every 50 feet along the alignment showing the areas and documenting the preconstruction condition of existing structures, fences, streets sidewalks, plants, and other

B.

C. D. E.

F.

G.

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-15

improvements. A copy of each digital video shall be provided to the ENGINEER along with a log describing the address, date, and viewing orientation of each video segment. 3.02 HANDLING OF PIPE A. All pipe shall be lifted in accordance with manufacturer’s recommendation and carefully lowered into the excavation by means of a derrick, or other suitable equipment in such a manner as to prevent damage to the pipe and fittings. Under no circumstance shall pipe or accessories be dropped or dumped into the excavation.

3.03

LAUNCH AND RECEPTION SHAFTS A. It is the CONTRACTOR’S responsibility to design the shaft shoring to satisfy the minimum requirements specified and shown in the contract. Similarly, the CONTRACTOR shall be responsible for design of the seal between the microtunnel and the shaft shoring. Construction methods for constructing microtunneling launch and reception shafts shall be as shown on the drawings, subject to review and acceptance by the ENGINEER. The allowable unsupported vertical excavation lift shall not exceed three (3) feet. Tiebacks are not allowed due to right of way constraints. If the combinations of all sumps in each shaft are pumping a total of more than ten (10) gallons per minute (gpm) per shaft, stop shaft excavation and either boost dewatering or further improve the ground by permeation grouting to reduce groundwater infiltration to less than 10 gpm. The CONTRACTOR shall properly support all excavations and prevent all movement of the soil, pavement, utilities, or structures outside of the excavation. All shafts and shoring systems shall conform with applicable federal, state and local safety standards, Cal/OSHA Standards, U.S. Bureau of Mines Standards, and the, trenching and shoring standards that are contained in the California Code of Regulations. Shoring deflection is limited to a maximum of one (1) inch of horizontal or vertical movement. All measured deflection values are relative to the baseline value identified at the start of construction. If at any time the method being used by the CONTRACTOR for supporting any material or structure adjacent to any excavation is not safe in the opinion of the ENGINEER, the ENGINEER may require, and the CONTRACTOR shall provide, additional bracing and support necessary to furnish the added degree of safety required by the ENGINEER. The CONTRACTOR shall provide such added bracing and support by such method as designed by a registered Civil Engineer in the State of California. The taking of such added precautions shall in no way relieve the CONTRACTOR of the sole and final responsibility for the safety of lives, work, and structures. The use of such additional bracing and support shall be without additional cost to VVWRA. The failure of the ENGINEER to order the aforementioned additional bracing shall in no way relieve the CONTRACTOR of its sole and final responsibility. Shafts shall be of the minimum size possible commensurate with safe working practices and located where shown on the drawings. The CONTRACTOR shall select the size and provide the design of all shafts. The design of the shafts shall ensure safe access to launch

B. C. D.

E.

F.

G.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-16

and reception shaft and shall provide sufficient backstop capacity to resist the forces developed by the thrust jacks. H. I. The CONTRACTOR may, at the CONTRACTOR's expense, have the option to relocate or add a shaft subject to acceptance by the ENGINEER. The "footprint" of the microtunneling shaft, equipment, materials storage shall be kept within the easements for construction shown on the drawings, while maintaining bicycle and pedestrian traffic, in order to minimize disruption to the flow of traffic. If tremie concrete sealing slabs are placed within the earth support system to prevent groundwater inflow when shafts are dewatered, the sealing slabs shall be of sufficient thickness to provide a factor of safety equal to 1.2 against hydrostatic uplift caused by the maximum hydrostatic pressure indicated in the project geotech reports in order to prevent bottom blowout when the excavation is dewatered. If dewatering is used at the shafts it must be managed to minimize surface subsidence (i.e. settlement) associated with groundwater lowering. Prior to the start of dewatering activities, a survey of the site and its vicinity shall be performed to document existing conditions. Provide a security fence and k-rail protection around all shaft areas and provide and install a shaft cover when there is no work going on at the shaft site. Bracing 1. Locate bracing to clear columns, floor framing construction, and other permanent work. Excavate to no more than two (2) feet below point of support to be placed. Install support and preload immediately after installation and prior to continuing excavation. Do not place bracing where it will be cast into or included in permanent concrete work, unless otherwise approved in writing by the ENGINEER. Install internal bracing, if required, to prevent spreading or distortion of braced frames. If prestressing is required to control deflection to specified limits, prestress to the indicated stress, but at least 25% Fy. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures and surcharge.

J.

K.

L. M.

2. 3. 4. 5.

N.

Soldier Piles and Lagging 1. Install steel soldier piles before starting excavation. Install soldier piles by preboring method and sufficiently keyed into bottom of excavation. Use concrete/grout or pea gravel to encase the piles in the pre-bored holes. If casing is used, extract casing as concrete is poured while maintaining minimum five (5) feet head of concrete within the casing. Monitor volume of concrete to ensure voids do not result during extraction of casing. Drilling, placement of concrete,
MICROTUNNELING AND SHAFTS 02623-17

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

and installing and removing casing is in accordance with Section 49 of the latest Caltrans Standard Specifications. Space soldier piles at intervals indicated on the approved shop drawing. Accurately align exposed faces of flanges to vary not more than two (2) inch from a horizontal line and not more than 1:120 out of vertical alignment. 2. Install tight wood lagging within flanges of soldier piles as excavation proceeds. Trim excavation as required to install lagging. Fill voids behind lagging with soil, and compact. Timber lagging can be placed on the backside of the soldier piles in the first four (4) feet of the excavation to facilitate removal of the excavation support system. Soldier piles shall be installed to the minimum depths shown on the Contract Drawings and as determined by the CONTRACTOR’S design. Grout behind lagging as required to minimize surface settlement and comply with groundwater infiltration requirements.

3. 4. O.

Liner Plates and Ring Beams: 1. 2. 3. Install Ring Beams either at the inside of the liner plate or between two liner plates to provide extra support thereby making the liner plate acting as lagging. Install liner plate tight as excavation proceeds. Trim excavation as required to install liner plate. Fill voids behind liner plate with contact grouting starting at the lowest grout hole and proceed upward filling all sides of the shaft simultaneously as required to minimize surface settlement and comply with groundwater infiltration requirements.

P.

Secant Piles 1. General: Wall elements for the secant pile wall shall be designed and constructed in conformance with this Specification and as shown on the plans. Use reinforcing consisting of structural steel beams that are placed vertically in predrilled holes that are backfilled with structural concrete. The primary secant piles will be installed at the spacing shown on the shop drawings. After a section of primary piles has been installed and the concrete fill allowed to set for a minimum of one (1) day, then the adjacent secondary piles will be installed so that sufficient overlap between the secondary and primary piles is obtained as shown on the shop drawings. Secondary holes shall be reinforced. Do not allow the concrete to fully set in the primary piles before placing the secondary piles or it may be difficult to remove the portion of concrete necessary to construct the secondary pile. This will mean that the secant pile wall will need to be completed in several sections until the entire wall is complete. a. Temporary Steel Casings: Install casings for protection of workers and inspection personnel, for prevention of cave-ins or displacement of earth

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-18

walls, and for retention of groundwater (when applicable), and flowing soils. b. Defective Casings: Do not install buckled, distorted or otherwise damaged casings. Replace casings damaged or disturbed during construction, casings that are not mud-tight or otherwise not in accordance with drawings or specifications, at no additional cost to the Owner. Survey: A Registered Professional Land Surveyor or Registered Civil Engineer provided by the CONTRACTOR shall stake guide frame and secant pile locations.

c.

3.

Excavation a. Excavation and construction methods shall result in minimum disturbance of surrounding material and full lateral support of secant piles by surrounding material. Excavate secant piles to dimensions. Install a guide frame on the surface to layout pile locations. Maintain sidewall stability during drilling. Excavate holes for closely spaced secant piles, and those occurring in fragile strata, only after adjacent holes are filled with concrete and allowed to set. Secant pile drilling equipment shall have the minimum torque capacity and downward force capacity for the contract site conditions. Bottoms of secant piles shall be cleaned of loose or soft materials and leveled. All material removed from the secant pile holes shall be removed from the ground around the casing before concrete placement is started and shall be disposed of by the Contractor offsite in areas submitted to, and approved by, the Engineer.

b.

4.

Placing Concrete a. Before placing concrete, the tip of each secant pile shall be accepted in writing by the ENGINEER. Each shaft shall be probed in the presence of the ENGINEER, cleared of mud, water, loose material, and debris. Place concrete using a down pipe to direct flow of concrete. Except in the presence of water, concrete may fall freely, up to a maximum height of 4.0 feet provided the concrete does not hit the sides of the secant pile. Use a tremie pipe or pump, if the distance is greater than 6.0 feet. Place concrete to form a monolithic cylindrical shaft having full lateral support from surrounding undisturbed materials. Withdraw casing constantly after concrete has been deposited. Strike finished top surface of concrete to true plane at required elevation. Concrete placement in each secant pile shall be one continuous operation. If placing operations must be stopped, leave surface approximately level. If concrete has hardened, clean surface and slush with a 1-to-1 cement sand grout before placing operation is resumed.
MICROTUNNELING AND SHAFTS 02623-19

b.

c. d. e.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

Concrete pours shall not begin within one hour of darkness. In the event that this type of continuous sequential operation cannot be performed, the Contractor shall submit, for approval by the Engineer, a method of securing the open excavation. The Contractor shall not leave excavations open overnight without receiving prior written approval from the Engineer. f. When water is present, control water level to within 2 in of bottom of the secant pile by pumping. If impossible or impractical to control water, secure written permission from the Engineer to place concrete through water by means of a watertight tremie pipe. 1) When placing concrete under water, discharge end of tremie shall be submerged in fresh concrete and shaft of tremie maintained full of concrete to a point above water level. Increase cement content of concrete required to be placed in water by one sack per cubic yard of concrete.

2) 5. Clean Up a.

All debris from excavation of objectionable material, obstructions, and any material not to remain as part of the construction are to be removed and disposed of by the Contractor in a legal manner at no additional cost to the Owner. The site shall be cleaned at frequent intervals and no material shall be stored on the site in a manner that could obstruct the easy access of equipment and personnel. Abandon secant pile in place by removing a minimum of 5 feet from below finished grade and restore surface area to original site condition.

b.

c. 3.04 PREPARATION A.

Perform the following prior to beginning microtunneling at each launch shaft: 1. Demonstrate stability of soil outside the shaft at tunnel eye prior to removing support to launch and receive the MTBM. Pre-grouting ground improvement shall be conducted in accordance with accepted submittals and the requirements of Section 03610, Permeation Grouting. The ground shall be improved to the extent that ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the machine is being launched or received into a shaft and during jacking operations. The progressive steps identified below shall be used to confirm suitable ground improvements for all shaft types and entry/exit locations: a. After the CONTRACTOR completes the ground improvement on the outside the eye at shaft seal, the CONTRACTOR shall demonstrate the suitability of the improvements by cutting a 2 in diameter hole in the shoring wall near the center of the bore. If no obvious soil instability and less than 3 gpm of water enters the shaft, the CONTRACTOR may
MICROTUNNELING AND SHAFTS 02623-20

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

progress to the next demonstration step. If any soil or greater than 3 gpm of water enters the shaft, the CONTRACTOR shall seal the demonstration hole and further improve the ground before repeating the demonstration step. b. After successful completion of the first demonstration step, the CONTRACTOR shall demonstrate the suitability of the ground improvements by cutting a 12 in diameter hole in the shoring wall at the location of previous demonstration hole. If no soil and less than 3 gpm of water enters, the CONTRACTOR may progress to the next demonstration step. If any soil instability is observed, or greater than 3 gpm of water enters the shaft, the CONTRACTOR shall seal the demonstration hole and further improve the ground before repeating the demonstration step. After successful completion of the first two demonstration steps, and if the CONTRACTOR believes the ground improvements are sufficient, the CONTRACTOR may proceed with remainder of the shaft wall penetration procedures. Full perimeter entry and exit seals are required at each eye to contain slurry, annulus lubricant and to minimize the risk of ground running, flowing or raveling into the shaft. The design of the seal must address all possible failure modes including leakage paths between grouted soil and shoring, between mechanical seal and shoring, and between casing and shoring. Shaft eye seals shall prevent inflow of groundwater, annulus lubricant and slurry.

c.

d.

2. 3. B.

Obtain no-load torque reading for microtunneling machine witnessed by the engineer during start-up operations. Field survey verification that guide rails for jacking frame are at correct line and grade when hydraulic rams are both retracted and fully extended.

Do not jack pipe until the concrete thrust block, tremie seal (if selected), grouted soil zone and shaft eye seals in launch and reception shafts for entry and exit are in place and grouted soil has attained the required strength.

3.05

VENTILATION A. Ventilation shall be provided and maintained by the CONTRACTOR for all accessible tunnels and shafts in accordance with the California Code of Regulations, Title 8, Tunnel Safety Orders when workers are present. Incorporate any applicable conditions that may be a part of the Cal/OSHA tunnel classification into the ventilation and air quality monitoring approach.

B. 3.06

MICROTUNNELING INSTALLATION OF CASING PIPE A. Performance Requirements 1. Dewatering shall not be permitted for microtunneling.
MICROTUNNELING AND SHAFTS 02623-21

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

2. 3. 4.

Dewatering, if necessary, shall be permitted for construction of access shafts. The casing pipe shall be jacked into place using microtunneling methods without damaging the pipe joints or the completed pipe section. Intermediate jacking stations (IJSs) are required for drive lengths over 500 feet. The CONTRACTOR may provide additional intermediate jacking stations at their discretion to suit casing, thrust wall and jacking frame capacities. Where IJSs are required, install the first IJS within 100 feet of the face and each subsequent IJS at not more than 500 foot centers. Maintain an additional one IJS on hand and install when jacking forces reach 70% of thrust capacity as defined by the lowest capacity of the jacking system, either being the casing pipe allowable thrust, the backstop allowable thrust, or the thrust jack capacity. The microtunneling equipment shall employ a spoil removal system with a pressure balance system that is capable of equalizing pressures between the tunnel face and the microtunneling machine head in order to prevent overexcavation or caving beyond the outside diameter of the pipe. Use bentonite and/or other slurry conditioners as necessary to limit slurry loss and achieve the required balancing pressure.

5.

B.

Installation Methodology 1. The installation shall conform to SSPWC Section 306-8.3. Excavation face pressure equilibrium shall be maintained at all times between the lower bound of the measured active earth plus the hydrostatic pressure and the upper bound of the frac-out pressure. Fluid pressure used at the face to remove excavated material should be maintained at or slightly in excess of normal active and hydrostatic pressure and shall be monitored continuously by CONTRACTOR. The MTBM shall be steerable and capable of controlling the advance of the heading to maintain line and grade within specified tolerances. The MTBM shall be capable of excavating, handling and removing material identified in these Contract Documents. The MTBM shall be capable of controlling shield roll by means of a bi-directional drive on the cutter head or by the use of mechanical fins. Backstops shall be normal (square) with the proposed pipe alignment and shall be designed to limit pressure to a value of 3500 psf based on mobilizing passive resistance with a factor of safety of at least 2.5. The CONTRACTOR may need to stiffen the shaft support system. It is not acceptable to jack against previously installed pipe or casing within the shafts. If previously installed pipe or casing is located within the thrust block footprint, construct a mechanism to bridge over this area to avoid damaging the pipe and casing. The CONTRACTOR shall be responsible for monitoring ground movements associated with the WORK and making suitable changes in the construction methods to control ground movements and prevent damage or detrimental movement to the WORK and adjacent structures and pavements.

2.

3. 4.

5.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-22

a.

Settlement of ground surface along centerline of microtunneling alignments during and after installation of pipe shall not exceed limits specified in Section 02445. The CONTRACTOR shall install instrumentation, take readings and provide the ENGINEER with copies of measurement data in accordance with Section 02445.

b.

6. 7.

All excavated material from tunnel and shaft construction shall be disposed of by the CONTRACTOR as specified in Section 02200, Earthwork. Any pipe showing signs of failure shall be jacked through to the reception shaft and removed. Any pipe that has been damaged during installation shall be replaced by the CONTRACTOR. Damaged pipes are not acceptable under this Contract. The cost of repairs or installation of a new pipe shall be borne by the CONTRACTOR. Contact Grouting: Refer to Section 306-8.3.2 of the Standard Specifications. After completion of the jacking operation between shafts, the lubricant material shall be displaced from between the pipe exterior and surrounding ground by a cement grout. Pressure and the amount of grout shall be controlled by the Contractor to avoid pipe damage and displacement of the pipe and soil beyond specified tolerances. Grouting shall be accomplished as soon as possible after pipe installation has been completed to prevent any surface settlement due to movement of soil material into the void space or loosened zone around the pipe. Cement grout shall consist of Portland cement, fluidifier; and water. The range of water cement ratios shall be between 1:1 and 0.75:1 by volume or as approved by the Engineer. Sand may be added to the grout mix in instances of very high grout takes as approved by the Engineer, but in no case shall the grout containing more than three parts sand to one part cement by weight. The addition of sand shall require additional fluidifier to be added to the grout mix. Provide valves on each grout port and provide a pressure gauge on the grout injection nozzle that is designed to measure the grout injection pressure without clogging. Immediately replace clogged valves. Hook up and attempt injection at every contact grout port.

8.

C.

Control of Microtunneled Line and Grade 1. The ENGINEER will establish the baseline and benchmarks indicated on the Drawings in locations outside of influence zone of operations. It is the responsibility of the CONTRACTOR to check these baselines and benchmarks at the beginning of the Contract period and report any errors or discrepancies to the ENGINEER. The CONTRACTOR shall use these baselines and benchmarks to transfer or furnish and maintain all reference lines and grades to establish the exact location of the tunnel, sewers, and structures. A verification survey of the transferred point at the shafts may be performed by the ENGINEER at his discretion, but the sole responsibility of checking and verifying the accuracy of all survey points shall be the CONTRACTOR’s responsibility.

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-23

3.

The CONTRACTOR should be aware that the settlement of the ground surface may occur during construction of the shafts and tunnels, which can affect the accuracy of the baseline and benchmarks established by the ENGINEER. It shall be the CONTRACTOR's responsibility to check the baseline and benchmarks on a weekly basis or as directed by the ENGINEER during microtunneling operation and at the ENGINEER’S discretion in order to detect and report such movement. All dislocated monumentation shall be inventoried and replaced by the CONTRACTOR. The microtunnel excavation and run of jacked casing pipe shall be controlled such that the deviation from grade is not more than one (1) inch and no more than one (1) inch from the horizontal alignment between manholes. If this threshold is exceeded, perform the approved contingency plan in accordance with the CONTRACTOR submittal under section 02623.1.4.F.18.f. When the excavation is offline or grade, return to the plan line and/or grade at a rate of not more than one (1) inch per 25 feet. If the tunnel deviates sufficiently off plan line and/or grade to require a redesign of the sewer or appurtenances, the CONTRACTOR shall have the system redesigned at no cost to VVWRA. The CONTRACTOR shall retain a gyroscopic alignment and control specialist to set-up the overall alignment control system. The guidance system shall be securely fastened and be independent from the jacking frame, jacking pad, or thrust wall. The guidance system control shall be checked by the CONTRACTOR at a minimum of each morning by a licensed land surveyor in a closed survey. During completion of a run of jacked casing pipe between adjacent shafts, the CONTRACTOR shall provide access to the Engineer to the following at all times: a. b. c. d. Shafts for visual inspection of line and grade of the completed run. Installed casing pipe string during contact grouting. Separation plant MTBM control cabin

4.

5.

6.

7. 8.

D.

Obstructions and Loss of Ground: 1. An obstruction may be encountered that impedes forward advancement of the microtunneling equipment. If and when an obstruction is encountered, the CONTRACTOR is required to make all efforts to remedy the obstruction. If obstruction is not removed or resolved after six (6) hours, with the approval of the ENGINEER, the obstruction removal contingency plan shall be initiated. If the obstruction is deemed by the ENGINEER to be a differing site condition, and the failure to advance is not due to operator error, mechanical problems, encountering reasonably expected soils/materials as described in the Geotechnical Reports, or the result of being off line and grade, then obstruction removal work including the construction of rescue shaft as may be required is subject to additional compensation to the CONTRACTOR.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-24

2.

The ENGINEER at his discretion shall determine the cost impact of obstruction removal on a time and materials basis based on the actual expended labor, equipment and materials and shall be payable to the CONTRACTOR in accordance with the Standard Specifications, General Conditions and Special Conditions. Should appreciable loss of ground occur during the microtunneling operation, the voids shall be backfilled promptly to the extent practicable with a two sack lean concrete mix. The lean concrete mix shall be placed as soon as possible after the loss of ground.

3.

E.

Closing of Shafts 1. After all equipment and excavated materials for the microtunneling operations have been removed from the jacking shaft, the CONTRACTOR shall prepare the bottom of the shaft in the same manner as a pipe foundation, the CONTRACTOR shall remove all loose and disturbed materials below pipe grade to undisturbed earth and recompact the material in accordance with Section 02200 Earthwork.

3.07

ENGINEER INSPECTION AND ACCEPTANCE A. After the CONTRACTOR completes the installation of the casing and contact grouting and prior to annulus backfill grouting, the ENGINEER must inspect and approve the structural integrity, joints and review the horizontal and vertical alignment to confirm that the installation was performed as per the Contract Document. If any pipe or joint is defective or a pipe is out of alignment, the ENGINEER will notify the CONTRACTOR who will be responsible for developing and submitting an acceptable repair procedure in accordance with the pipe manufacturer, Contract Documents and satisfaction of the ENGINEER and OWNER at no additional cost or construction schedule to perform the required repair work.

B.

3.08

CARRIER PIPE INSTALLATION A. B. C. Casings shall be installed where indicated on the Drawings. Carrier pipe material shall be one of the options as shown on the Drawings Carrier pipe configuration within casing shall be as shown on the drawings. Design of carrier pipe support to resist buoyancy and maintain alignment tolerance during and after placement of backfill is CONTRACTOR’s responsibility. Carrier pipe installation and backfilling within casing shall be performed in accordance with SSPWC Section 306-3 and Section 03355, Backfill Grout of these Contract Documents. Comply with deviation tolerance for carrier pipe per applicable pipe specification. Limit the heat generated during hydration of backfill grout at all tunneling locations and where fiberglass pipe or HDPE is used for carrier pipe, to avoid damage and deflection of carrier pipes per manufacturer’s recommendation.

D.

E. F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-25

3.09

REPLACEMENT OF SURFACE IMPROVEMENTS A. Unless otherwise shown or specified, all surface improvements damaged or removed as a result of the CONTRACTOR’s operations shall be reconstructed by the CONTRACTOR to the same dimensions, except for pavement thickness, and with the same type materials used in the original Work. Pavement resurfacing shall be one (1) inch greater in thickness than the existing unless otherwise shown on the Drawings.

3.10

CLEANUP AND RESTORATION A. Restoration shall follow construction as the Work progresses and be completed as soon as possible. Restoration Work shall not be delayed and shall be completed no later than 30 days after the pipe is in place. Any testing or further inspection necessary for final completion and inspection of the pipe shall not be cause for any delay of restoration Work required under this Contract. This provision for restoration shall include all property that was affected by the construction operations. Such final restoration that cannot be performed within the 30-day period due to adverse weather conditions may upon written request, including a proposed procedure and time schedule, be performed as accepted by the ENGINEER. Any delayed restoration will be contingent upon providing suitable safe temporary facilities without inconvenience or nuisance in the interim. Clean and remove from the sanitary sewer system, obstructions, dirt, trash, debris, and other materials that will obstruct gravity flow.

B. 3.11

PIPELINE COMPLETION A. For segments of Carrier pipe installed inside tunneled casing, refer to Section 02730 for testing and video inspection requirements and other contract conditions.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MICROTUNNELING AND SHAFTS 02623-26

SECTION 02624 EXISTING UTILITIES

PART 1 - GENERAL 1.01 THE REQUIREMENT
A.

Utilities that cross the project pipeline alignment, trench or similar excavations shall be protected in place, removed, bypassed and reconstructed, or re-routed and abandoned as indicated in the Contract Documents. Procedures
1.

B.

The Contractor shall notify the utility owner 48 hours in advance of the crossing construction and shall coordinate the construction schedule in accordance with the utility service requirements. The Contractor shall notify “DIGALERT” 48 hours prior to beginning excavation, tunneling or boring operations. The Contractor shall not interrupt the utility service function, disturb the support base, or modify any facility without authority from the utility owner or the Engineer. The utility owner shall have access to the Work site as necessary. The Contractor shall immediately notify the Engineer and utility owner if any utility is disturbed or damaged during the course of the Work. The Contractor shall bear the costs of repair or replacement of any marked utility where damage was caused by the Contractor's activities. Notify the Engineer immediately of the discovery of any utility that was omitted from the Plans, incorrectly shown or not properly marked. If a utility does not provide location information or marking services in the field, the Contractor shall immediately notify the Engineer. Follow the procedures as specified in the General Conditions and Special Conditions.

2.

3.

4. 5.

6.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. 3. 4. 5. Earthwork: 02200. Jacked Casing: 02315. Microtunneling and Shafts: 02623. Horizontal Directional Drilling: 02413. Abandonment of Pipe and Structures: 02278.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EXISTING UTILITIES 02624-1

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. SSPWC Section 5 “Green Book”, Standard Specifications Works Construction, Utilities for Public

B.

C.

Comply with the applicable reference specifications as directed in the General Conditions.

PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 PROTECT IN PLACE A. As indicated on the Drawings or directed by the Engineer, the Contractor shall protect the utility in place and maintain the utility in service. A utility may only be removed with written permission from the Engineer and the utility owner. All existing pipelines and other utilities shall be supported across the excavation. Supporting structures shall end at a pipe joint to ensure flexibility at the end of the support. The primary purpose of the support is to prevent settlement of the utility after construction. Contractor to submit support plans for review and approval signed and sealed by a Registered Engineer in the State of California. Compaction: The Contractor shall take special precautions to compact under and around the utility to ensure that no voids exist.

B.

C.

3.02

REMOVE AND RECONSTRUCT A. Where indicated on the Drawings or as directed by the Engineer, the Contractor shall remove the utility and reconstruct it with new materials. The Contractor shall take appropriate measures to provide temporary service for any disconnected utility. All reconstruction work shall be with new materials of the same size, type, and quality as those removed. Compaction: Prior to replacement of the utility, the trench shall be backfilled and compacted as specified in the Contract Documents by approved means to an elevation one (1) foot above the top of the utility. A cross trench of the proper width shall be excavated for the utility and it shall be laid, backfilled, and compacted as specified in Section 02200, Earthwork, of these Specifications or as directed by the Engineer.

B.

3.03

ABANDONED UTILITIES A. Interfering portions of abandoned utilities shall be removed and disposed of as unsuitable material. The cut ends shall be plugged with brick and mortar or concrete. A re-route
EXISTING UTILITIES 02624-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

replacement section of said utilities shall be installed, tested and operational prior to abandonment of existing utility. Replacement utility shall be equal or exceed the performance of existing pipe. B. The abandoned sections of the VVWRA interceptor between existing MH VV 5-8 and new MH VV 4-25A and MH AV 1 and new MH VV 5-9 shall be cleaned and filled sand. The Contractor shall coordinate the requirements of the abandonment of the existing VVWRA interceptor with the requirements specified in Section 02278, Abandonment of Pipe and Structures. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EXISTING UTILITIES 02624-3

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

EXISTING UTILITIES 02624-4

SECTION 02716 FUSIBLE PVC SEWER PIPE PART 1 - GENERAL 1.01 THE REQUIREMENT A. B. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the Work as indicated in the Contract Documents. The Contractor shall furnish, install, and test fusible polyvinylchloride (FPVC) pipe, fittings, and appurtenances of the dimensions and to the lines and grades shown on the Contract Documents. This section covers the furnishing and installation of fusible polyvinylchloride pipe and fittings for sewers and drains, as specified and shown in the Contract Documents. Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02200, Earthwork, of these Specifications.

C. D. 1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. 3. 4. 5. Summary of Work: 01110. Earthwork: 02200. Horizontal Directional Drilling: 02413. Manhole Construction: 02726. Sanitary Sewer System Testing: 02730.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the current provisions of the following codes and standards. AWWA C900-97 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch. (100 mm through 300 mm), for Water Distribution Standard for Polyvinyl Chloride (PVC Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch (350 mm through 1200 mm), for Water Distribution and Transmission

B.

AWWA C905-97

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-1

AWWA M23 ASTM D1784 ASTM D1785 ASTM D2152

AWWA Manual of Supply Practices PVC Pipe - Design and Installation, Second Edition Specifications for Rigid Poly(Vinyl Chloride) (PVC) Compounds Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion Poly(Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR) Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings “Green Book”, Standard Specifications for Public Works Construction

ASTM D2241 ASTM D3034 ASTM F679 SSPWC C. 1.04

Comply with the applicable reference specifications as directed in the General Conditions.

CONTRACTOR SUBMITTALS A. B. Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions and as specified herein. The following product data is required from the pipe supplier and/or fusion provider: 1. 2. 3. 4. 5. 6. 7. C. Pipe Size Dimensionality Pressure Class per applicable standard Color Recommended Minimum Bending Radius Recommended Maximum Safe Pull Force Fusion technician qualification indicating conformance with this Specification.

Certifications: The Contractor shall furnish a certified affidavit of compliance for all pipe and other products or materials furnished under this section, as specified in the referenced standards and the following supplemental requirements: 1. 2. Hydrostatic test reports. Three-edge bearing strength test reports.

1.05

CARE AND HANDLING A. All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the Engineer.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-2

B. C. D.

Pipe shall be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all of the pipe supplier’s guidelines shall be followed. Any scratch or gouge greater than 10% of the wall thickness will be considered significant and can be rejected unless determined acceptable by the Engineer. Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. The Contractor shall not store pipe upon the roadway or parkway of residential streets for more than 5 days or upon commercial streets for more than 3 days. Pipe shall be stored and stacked per the pipe supplier’s guidelines.

E. F. 1.06

QUALITY ASSURANCE A. General 1. 2. All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D1784. Fusion Technician shall be qualified by the pipe supplier to install fusible polyvinyl chloride pipe of the type(s) and size(s) being used. Qualification shall be current as of the actual date of fusion performance on the project. Fusible polyvinyl chloride pipe shall be used as manufactured under the trade names Fusible C-900®, Fusible C-905®, and FPVC®, for Underground Solutions, Inc., Poway, CA, (858) 679-9551 or Engineer approved equal. Fusion process shall be as patented by Underground Solutions, Inc., Poway, CA, Patent No. 6,982,051. The pipe shall be warranted for one year per the pipe supplier’s standard terms. In addition to the pipe warranty, the fusion services shall be warranted for one year per the fusion service provider’s standard terms.

3.

4. 5. PART 2 - PRODUCTS 2.01

FUSIBLE POLYVINYLCHLORIDE PIPE A. Fusible polyvinyl chloride pipe for potable water shall conform to AWWA C900-97, AWWA C905-97, ASTM D2241 or ASTM D1785 as applicable. Testing shall be in accordance with the referenced AWWA standards for all pipe types. Fusible polyvinyl chloride pipe for non-potable water or pressurized wastewater shall conform to AWWA C900-97, AWWA C905-97, ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. Testing shall be in accordance with the referenced AWWA standards.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-3

C.

Fusible polyvinyl chloride pipe for non-pressure storm or wastewater shall conform to ASTM D3034, ASTM F679, AWWA C900-97, AWWA C905-97, ASTM D2241, or ASTM D1785 for standard dimensions as applicable. Testing shall be in accordance with the applicable standard used. Fusible polyvinyl chloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. Fusible polyvinyl chloride pipe shall be manufactured in a standard 40’ nominal length or custom lengths as specified. Fusible polyvinyl chloride pipe shall be light gray in color with green strips for identification as a wastewater application. Pipe generally shall be marked per AWWA C900, AWWA C905, ASTM D2241, or ASTM D1785 as applicable, and shall include as a minimum: 1. 2. 3. 4. 5. 6. 7. 8. 9. Nominal pipe size PVC Dimension Ratio, Standard Dimension Ratio or Schedule AWWA pressure class or standard pressure rating for non-AWWA pipe AWWA standard designation number or pipe type for non-AWWA pipe NSF-61 mark verifying suitability for potable water service Extrusion production-record code Trademark or trade name Cell Classification 12454 and/or PVC material code 1120 may also be included

D.

E.

F.

G.

H.

Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. The Contractor shall coordinate the requirements of this Specification with the requirements of Section 02413, Horizontal Directional Drilling.

I.

2.02

FUSION JOINTS A. Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be assembled in the field with butt-fused joints. The fusion technician shall follow the pipe supplier’s guidelines for this procedure. All fusion joints shall be completed as described in this Specification.

2.03

FUSIBLE POLYVINYL CHLORIDE SWEEPS OR BENDS A. Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing convention, diameter, dimensional tolerances and pressure class of the pipe being joined by the sweep of bend. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the same fusible polyvinyl chloride pipe being used for the installations, and shall have at least 2 feet of straight section on either end of the sweep or bend to allow for fusion of the sweep to the

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-4

pipe installation. There shall be no gasketed connections utilized with a fusible polyvinyl chloride sweep. C. Standard fusible polyvinyl chloride sweep or bend angles shall not be greater than 22.5 degrees, and shall be used in nominal diameters ranging from 4 inch through 16 inch.

2.04

CONNECTION TO SANITARY SEWER MANHOLES AND STRUCTURES A. B. Fusible polyvinylchloride pipe shall be connected to manholes and other structures to provide a leak-free, properly graded flow into or out of the manhole or structure. Connections to existing manholes and structures shall be as indicated in the construction documents. 1. 2. For a cored or drilled opening provide a flexible, watertight connection that meets and/or exceeds ASTM C923. For a knock out opening, provide a watertight connection (waterstop or other method) meeting the material requirements of ASTM C923 that is securely attached to the pipe with stainless steel bands or other means. Grout opening in manhole wall with non-shrink grout. Pour concrete collar around pipe and outside manhole opening. Provide flexible pipe joint or flexible connector within 2 feet of the collar.

3.

C.

Connections to a new manhole or structure shall be as indicated in the construction documents. 1. A flexible, watertight gasket per ASTM C 923 shall be cast integrally with riser section(s) for all precast manhole and structures. Drop connections shall be required where shown on drawings. Grout internal joint space with non-shrink grout.

2. 3. 2.05

BEDDING AND ENCASEMENT MATERIALS A. All bedding and encasement materials shall be as shown on the Contract Drawings and in Section 02200, Earthwork, of these Specifications.

PART 3 - EXECUTION 3.01 GENERAL A. Pipe shall be off loaded, loaded, installed, handled, stored and stacked per the pipe supplier’s guidelines. These guidelines include compliance with the minimum recommended bend radius and maximum safe pull force for the specific pipe being used. The general best practices of the industry per AWWA M23 shall also be observed.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-5

C.

Trench excavation, bracing methods, foundation preparation, pipe bedding, trench backfill, and related operations shall be in accordance with the requirements of Section 02200, Earthwork. The sewer shall be constructed to the alignment and grade shown. The grade line shown on the profile is the invert or interior bottom of the pipe. The excavation shall be made a sufficient distance below the grade line to allow for the placing of the sewer pipe and the supporting bedding if such bedding is shown. Should the trench be excavated to a depth greater than required, the Contractor shall refill such excess excavation with the same fill material as specified for the overlying fill or bedding and compacted as required for such overlying fill or bedding. Sewer pipelines shall never be used as drains for removing water that has infiltrated into the trenches.

D.

E. 3.02

FUSION PROCESS A. Fusible polyvinyl chloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier’s guidelines. Fusible polyvinyl chloride pipe will be fused by qualified fusion technicians holding current qualification credentials for the pipe size being fused, as documented by the pipe supplier. Pipe supplier’s procedures shall be followed at all times during fusion operations. For each set up, the Contractor shall provide a sample joint and conduct testing to verify fusion. Each fusion joint shall be recorded and logged by an approved electronic monitoring device (data logger) connected to the fusion machine, which utilizes a current version of the pipe supplier’s recommended and compatible software. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. This includes requirements for safety, maintenance, and operation with modifications made for PVC.

B.

C. D. E.

F.

3.03

GENERAL INSTALLATION A. B. C. D. Installation guidelines from the pipe supplier shall be followed for all installations. The fusible polyvinyl chloride pipe will be installed in a manner so as not to exceed the recommended bending radius guidelines. Where fusible polyvinyl chloride pipe is installed by pulling in tension, the recommended maximum safe pulling force, established by the pipe supplier, shall not be exceeded. Internal rolled up beads formed at joints during fusion process shall be removed from the inside of the pipe. Removal shall take place immediately after welding is complete. Contractor shall exercise caution to avoid damage to the joint and pipe while removing

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-6

the bead and shall be responsible for repairs and/or replacement of any damaged joint or pipe. 3.04 FIELD WELDING QUALITY CONTROL A. General: Contractor shall be responsible for employing a rigorous quality control procedure for field welding quality control and documentation. All field-welding shall be accomplished with Engineer-Approved Equipment. Documentation of each field weld shall be submitted to the Engineer for record within two days of weld completion. Data Collector and Recording Device: Contractor shall utilize data collection and recording equipment to verify proper fusion procedures have been followed prior to installation. The Data collector shall consist of a rugged computer to record and report key weld parameters including the heater temperature and fusion pressure profile over time. Data Collector and Recording Devices shall be Datalogger ™ as manufactured by McElroy, or Engineer-Approved Equal. Weld Quality Control Documentation: Contractor shall produce and submit field weld reports within two days of welding activity. Report shall provide the following information, at a minimum: 1. 2. 3. 4. 5. 6. 7. 8. 9. Date, time, and ambient temperature Joint Number that correlates to Project pipeline stationing Employee Identification that is unique to Project approved FPVC Fusion Technician Equipment Identification and specifications including piston area Pipe Data including material, size, Dimension Ratio Interfacial Pressure in pounds per square inch (psi) including Heat, Soak, Fuse, and Cool Recommended Gauge Pressures in pounds per square inch (psi) including Heat, Soak, Fuse, and Cool Recorded Data including Drag pressure, weld temperature Graphs of pressure and temperature over time. Provide one graph for the first five minutes of weld procedure and a summary plot of the entire weld and cool down process.

B.

C.

3.05

DAMAGED PIPE A. Pipe sections with gouges or cuts deeper than ten percent (10%) of the wall thickness shall be cut out, removed and replaced by the Contractor at no additional cost to VVWRA. Undamaged pipe portions may be rejoined using butt-fusion joining methods.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-7

3.06

TESTING AND ACCEPTANCE A. B. C. D. General: It is the intent of the Contract Documents that the completed sewer pipe of all types, along with manholes and other appurtenances shall be watertight. Testing of FPVC pipelines shall be performed as specified in Section 02730 Sanitary Sewer System Testing. The completed pipeline shall have CCTV inspection as specified in Section 02730 Sanitary Sewer System Testing. Deflection tests should be conducted using a go/no-go mandrel. The mandrel’s outside dimension shall be sized to permit no more than 7.5 percent deflection. The percent deflection shall be established form the base of the inside diameter of the pipe. The mandrel shall be approved by the Engineer prior to use. Even though a section of sewer may have previously passed the leakage or infiltration test, each section of pipe shall be tested subsequent to the last backfill compacting operation thereon. If, in the opinion of the Engineer, heavy compaction equipment or any of the operations of the Contractor may have affected the required watertight integrity of the pipe, structure, or appurtenances, additional leak testing is required. The Contractor shall furnish all materials required for the tests and bear all associated costs in connection therewith. Tests shall be made in the presence of the Engineer. If the leakage and/or infiltration rate is greater than the amount specified in Section 02730, Sanitary Sewer System Testing, the sewer shall be repaired, or, if necessary, the pipe shall be removed and re-laid at the Contractor's expense. The sewer will not be considered acceptable until the leakage and/or infiltration rate, as determined by the appropriate test, meets the allowable limit. Even when infiltration is less than the specified amount, the Contractor shall stop any observed individual leaks when ordered to do so by the Engineer. The Contractor shall furnish all labor and materials for making the tests required at his own expense. All tests shall be completed before the street or trench is resurfaced, unless otherwise directed by the Engineer. Tests for Alignment and Grade, and Damaged or Defective Pipe in Place: After the pipe has been installed, tested for leakage, backfilled to existing grade, manholes raised to grade and the street resurfaced, the pipe shall be "balled" from manhole to manhole with a sewer scrubbing ball of type and size to be accepted by the Engineer. In addition to and after "balling" the pipe, all straight sewers and inlet/outlet ends of curved sewers will be "mirrored" by the Engineer, with the assistance of the Contractor's forces. All "balling" and "mirroring" shall be done in the presence of the Engineer and shall constitute tests for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. Should "balling" and "mirroring" indicate any faulty installation of the pipe, repairs or replacements shall be made at the Contractor's expense as directed by the Engineer. END OF SECTION

E.

F.

G.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

FUSIBLE PVC SEWER PIPE 02716-8

SECTION 02726 MANHOLE CONSTRUCTION

PART 1 - GENERAL 1.01 THE REQUIREMENT A. This section covers the work necessary for the construction of manholes. Manhole details are as shown on the Drawings. Manholes shall be built without steps or ladders. Flattop manholes shall only be used in locations specifically shown on the Plans. Manholes shall be sealed and covered with bolt-down covers in accordance with Seciton 02727, “Composite Manhole Access Systems”. All manholes shall have PVC liner. New manholes shall be lined with ribbed PVC sheet, cast-in-place during manufacturing on precast shaft sections. Concrete bases shall be lined with PVC liner. Precast Manholes: Precast manholes shall conform to the size, shape, form and details shown on the Contract Documents and shall be installed in accordance with the jurisdictional agency standards. The precast cylinder units, precast concrete taper sections, and precast eccentric flat-top sections shall be designed and manufactured for AASHTO H-20 loading. The CONTRACTOR shall submit shop drawings of all precast manholes. The minimum allowable steel shall be hoops of No. 4 wire cast into each unit sufficient for handling. Provide engineering calculations and drawings stamped and signed by a Registered Civil Engineer licensed in the State of California. The Keylock joint between precast concrete shaft units, including the joint with the cast-in-place concrete base, shall be filled with plastic sealing compound conforming to Federal Specification SS-S-210A, to make a watertight joint. Once the shafting has settled, the outside of all joints shall then be sealed with a 6-inch-minimum wide joint wrap except for the joint to the cast-in-place concrete base. Sections of various heights shall be set perfectly plumb and used to bring the top of the manhole ring and cover to the required elevation. Cast-In-Place Manholes: Cast-in-place manholes shall conform to size, shape, form and details shown on the Contract Documents and shall be installed in accordance with the jurisdictional agency standard, Section 03100 Concrete Formwork, Section 03200 Reinforcement Steel and Section 03300 Cast-in-Place Concrete.

B.

C.

D.

E.

F.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. B. C. Standard Specifications, General Conditions and Special Conditions Section 02200 Earthwork Section 02550 Asphalt Concrete Pavement

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-1

D. E. F. G. H. I. J. K. 1.03

Section 02555 Rubberized Bonded Wearing Course Section 02730 Sanitary Sewer System Testing Section 02727 Composite Manhole Access Covers Section 03100 Concrete Formwork Section 03123 Controlled Low Strength Material Section 03200 Reinforcement Steel Section 03300 Cast-in-Place Concrete Section 06620 Plastic Liner

REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the Standard Specifications, General Conditions, and Special Conditions. Comply with the current provisions of the following codes and standards. 1. Commercial Standards: ASTM A 48 ASTM C 33 ASTM C 150 2. 3. Specification for Gray Iron Castings Specification for Concrete Aggregates Specification for Portland Cement

B.

STANDARD SPECIFICATIONS: SSPWC Section 206 -3 Gray Iron Casting Federal Specification SS-S-210 A - Plastic Sealing Compound

1.04

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions. Shop Drawings: The CONTRACTOR shall furnish complete shop drawings for all precast manhole sections, composite manhole frames and covers, and appurtenances for review by the ENGINEER. The CONTRACTOR shall provide engineering calculations stamped and signed by a Structural Professional Engineer licensed in the State of California as directed by the ENGINEER.

B.

1.05

QUALITY ASSURANCE A. Inspection: After installation, the CONTRACTOR shall demonstrate that all manholes have been properly installed, level, with tight joints, at the correct elevations and orientations, and that the backfilling has been carried out in accordance with the Contract Documents.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-2

PART 2 - PRODUCTS 2.01 GRANULAR BASE A. Subbase material for manholes shall be in accordance with Section 02200 Earthwork and shall require stabilization. Base material shall be in accordance with Section, “ 03123 Controlled Low Strength Material.” All manholes shall be provided with a wall infiltration plug at each pipe penetration. Wall infiltration plugs shall be of Controlled Low Strength Material in accordance with Section 03213.

2.02

CONCRETE A. B. See Section 03300, Concrete. All concrete, mortar, and grout used in the construction of manholes shall conform to SSPWC Section 201. Mortar shall be Class C.

2.03

FORMS A. See Section 03100, “Concrete Formwork”

2.04

REINFORCING STEEL A. See Section 03200 Reinforcement Steel.

2.05

POURED-IN-PLACE MANHOLES A. Poured-in-place type manholes may be used provided all details of construction are accepted by the ENGINEER.

2.06

PRECAST MANHOLE SECTIONS A. Precast manhole sections shall be in accordance with the inside diameter as shown on the Contract Drawings, conforming to ASTM C 478. Provide eccentric cones for all manholes. Cones shall have same wall thickness and reinforcement as manhole sections. Top and bottom of all sections shall be parallel. Joints shall be Keylock with plastic sealing compound. Prior to the delivery of any size of precast manhole section on the jobsite, yard tests will be conducted at the point of manufacture. The precast sections to be tested will be selected at random from the stockpiled material, which is to be supplied for the job. All test specimens will be mat tested, and shall meet the permeability test requirements of ASTM C 14.

B.

2.07

MANHOLE EXTENSIONS A. Concrete grade rings for extensions shall be a maximum of 6 inches high and shall be approved by the inspector before installation.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-3

B.

In general, manhole extensions will be used on all manholes in roads or streets or in other locations where a subsequent change in existing grade may be likely. Grade rings shall be limited to a maximum height of 12 inches. Finish grade for manhole covers in paved areas shall conform to finished ground or street surface level, unless otherwise directed by the ENGINEER.

2.08

MORTAR A. Standard premixed mortar conforming to ASTM C 387 or proportion 1 part Portland cement to 2 parts clean, well-graded sand which will pass a 1/8-inch screen. Admixtures may be used not exceeding the following percentages of weight of cement: Hydrated lime, 10 percent; diatomaceous earth or other inert materials, 5 percent. For the Keylock type joint between grade rings, the consistency shall be such that excess mortar shall be forced out of the groove and support is not provided for the next precast manhole section to be placed. Mortar mixed for longer than 30 minutes shall not be used.

2.09

PLASTIC SEALING COMPOUND A. Preformed plastic sealing compound shall be 1¼-inch square beads, Kent-Seal No. 2 manufactured by Hamilton Kent Manufacturing Company, Kent, OH; Ram-Nek, manufactured by Henry Sealants, Houston, TX; or equal, meeting all requirements of Federal Specification SS-S-210A.

2.10

STOP LOGS A. Lumber used as a stop log as shown on the Drawings shall be RIS Clear All Heart redwood, or equal.

2.11

JOINT WRAP FOR MANHOLE SECTIONS A. Joint wrap for manhole sections shall be 6 inch wide; of EPDM base and butyl mastic, Rub’R-Nek by Henry Company, Seal Wrap by Sealing Systems, Inc.; or of synthetic polymer, StopAQ EZ Wrap by Amcorr Inc.; or equal. Provide joint wraps up to at least one joint above noted ground water level.

2.12

MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be manufactured in accordance with Section 02727, Composite Manhole Access Systems. Frames shall have a minimum opening diameter as specified on the Plans. Manhole frame and cover sets of the type, size and quantity indicated on the Contract Documents, shall be installed at the locations shown on the plans in accordance with jurisdictional agency standards.

B. C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-4

PART 3 - EXECUTION 3.01 EXCAVATION AND BACKFILL A. Conform to applicable portions of Section 02200 Earthwork. Backfill around manholes shall be Controlled Low Strength Material in accordance with Section 03123.

3.02

PAVING A. Pavement removal and replacement for all excavations necessary for the construction or repair of manhole shall conform to the provisions of Section 02550 Asphalt Concrete Pavement and Section 02555 Rubberized Bonded Wearing Course, of these Specifications.

3.03

CONCRETE BASE A. Manhole bases shall be constructed of Class 650-C-4000 concrete at minimum to the form and dimensions shown on the Contract Documents. Manhole locations are fixed and cannot be moved or relocated from locations shown on the Plans to accommodate pipe manufacturing or laying. If necessary, special lengths of pipe shall be provided to meet manhole location requirements. All concrete manhole bases shall be formed and poured on a granular base (6-inches minimum, or as shown on the plans) having the same thickness as the bedding under the sewer on which the manhole base is being built. Place and thoroughly compact base with a mechanical or power vibrating tamper. That portion of the base above the invert elevation of the sewer pipe shall be formed to provide a smooth channel section as indicated in the Contract Documents. The radius of the channel shall be no less than the internal radius of the inlet pipe. The forms shall be checked and approved by the ENGINEER for accuracy of dimensions and relative smoothness prior to pouring of the base. The concrete shall be vibrated while it is being poured into the form. Channels shall vary uniformly in size and shape from inlet to outlet, if required. The manhole base shall be poured as one monolithic pour. Lateral connections, typically those 12 inches or smaller, with gas flaps where the main pipe size is less than 39” shall be recessed 12 inches from the main pipe to eliminate interference of the gas flap when cleaning the main pipe. Flaps shall be installed perpendicular to the lateral. Construct concrete base in conformance with the details shown on the Plans. Vibrate to densify the concrete and screed so that the first precast manhole section to be placed has a level, uniform bearing for the full circumference. Form a Keylock joint in the base and install three beads of plastic sealing compound at the joint to assure watertight seal between base and manhole wall or place the first precast section of manhole hole in concrete base before concrete has set, if preferred. First section shall be properly located and plumb.

B.

C.

D.

E.

F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-5

G.

If material in bottom of trench is unsuitable for installation of the manhole, excavate below the flow line as directed by ENGINEER, and backfill to required grade with gravel.

3.04

PLACING PRECAST MANHOLE HOLE SECTIONS A. Clean ends of sections of foreign materials. Place two 1¼-inch square beads of plastic sealing compound completely around the groove of lower section. One bead shall be centered on the outer shoulder and one at the outer corner in the groove. Set next section in place. In unlined manholes, fill remaining interior and exterior joint cavity completely with mortar of the proper consistency. Trowel interior and exterior surfaces smooth. Unless noted otherwise, apply a 6” minimum width outside joint wrap to all joints except to the base section joint. Prevent mortar from drying out and cure by applying an approved curing compound or comparable approved method. Chip out and replace all cracked or defective mortar. Completed manhole shall be rigid and watertight.

B.

3.05

MANHOLE INVERT A. Construct manhole inverts in conformance with details shown on the Plans, and with smooth transitions to ensure an unobstructed flow through the manhole. Remove all sharp edges or rough sections which tend to obstruct flow. Where a full section of pipe is laid through a manhole, saw cut and break out the top section as indicated and cover exposed edge of pipe completely with mortar. Trowel all mortar surfaces smooth.

3.06

PERMANENT PLUGS A. Clean interior contact surfaces of all pipes to be cut off or abandoned as shown. Construct plugs at the end at of all pipes of common brick or concrete block. Plaster the exposed face of block or brick plugs with mortar. All plugs shall be watertight and capable of withstanding all internal and external pressures without leakage.

3.07

MANHOLE EXTENSIONS A. Install extensions in conformance with the details shown on the Plans, and to height determined by the ENGINEER. Seal grade ring joints with mortar as required for final leveling. Seal remaining exterior joints and interior joints of manholes with mortar Extensions shall be watertight. Repair lining per Subsection 3.17.

B. 3.08

MANHOLE FRAMES AND COVERS A. Install frames and covers on top of manhole to positively prevent all infiltration of surface or groundwater into manholes. Frames rest directly on the formed piece of PVC liner in PVC-lined manholes as shown on the Plans. Set frames so that tops of covers are flush with surface of adjoining pavement unless otherwise shown or directed.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-6

B.

The elevation at which manhole frames and covers are to be set shall be as directed by the ENGINEER in the field. Covers shall be installed flush with traveled pavement and shoulders, 1/10-foot above the surface between the traveled way and the roadside ditch, and 18-inches above the surface in the roadside ditch, where applicable. Flush installations are flush to 1/8-inch maximum height with installation as shown on the Plans. The frames and covers shall be cleaned of all foreign materials and to a fine appearance and fit. All costs for installing manhole frame and cover sets in place as described herein, including all necessary concrete work, shall be included in the applicable contract price.

C.

3.09

MANHOLE ADJUSTMENT TO GRADE A. After compacting the soil around manholes in roadways and pavement is installed, excavate neatly about 12 inches out from the frame for access to grade rings for final leveling. Make the adjustment with mortar between the first and second grade rings. Fill the excavation with rapid set concrete to form a concrete collar around the exterior perimeter of the manhole frame and grade rings as shown on the Plans. Complete or repair the manhole liner installation. Make the final weld to the topmost PVC section mounted under the frame for PVC-lined systems. Apply polyurethane coating as required for manhole repairs to all exposed concrete below the frame for polyurethane-lined systems.

B. C.

D.

3.10

MANHOLE OVER EXISTING SEWERS A. Construct manhole over existing operating sewer lines at locations shown. Perform necessary excavation as specified above around existing line and construct manhole. Maintain flow through existing sewer lines at all times, and protect new concrete and mortar work for a period of 7 days after concrete has been placed. Advise ENGINEER of plans for diverting sewage flow and obtain ENGINEER’s approval before starting. ENGINEER’s approval will not relieve CONTRACTOR of responsibility for maintaining adequate capacity for flow at all times and adequately protecting new and existing work. Construct the new base under the existing sewer and the precast sections as specified herein. Break out the existing pipe within the new manhole, cover the edges with mortar, and trowel smooth. Install liner as necessary to cover all exposed concrete.

B.

C.

D.

3.11

CONNECTION TO EXISTING MANHOLE A. To use an existing stub, insure that lateral enters the stub at the slope of ¼-inch per foot. Remove the plug and install new pipe in the socket. Install gas flap inside manhole if none exists.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-7

B.

If no usable stub exists, core drill through the manhole base to make a hole 2 inches larger than the pipe bell and at the designated slope so that the pipe crown elevations match in the manhole. Install the PVC turnback, position the pipe in the hole, and grout in place. Repair the PVC liner and attach the turn back. For laterals that are not at the proper elevation, create a drop manhole as shown on the Plans only upon approval of the ENGINEER. Penetrating the manhole riser wall directly for a lateral is not acceptable.

C.

3.12

SPECIAL MANHOLES A. Construct special manhole in conformance with applicable parts of these Specifications and as shown on the Plans.

3.13

VACUUM TESTING A. Vacuum testing shall be performed for all manholes per ASTM C-1224 unless otherwise noted.

3.14

MANHOLE REPAIR A. General 1. The CONTRACTOR shall perform all concrete, mortar, gunite, grout and lining repair; installation of new liner, frame and cover; adjustment to grade; and paving as necessary for a complete repair of manholes as indicated on the Contract Documents. All work shall be performed without restriction or interruption of sewer flows. Detailed plans shall be submitted by the CONTRACTOR prior to the beginning of construction, showing the type of any proposed or required bypass systems to be used. It is the responsibility of the CONTRACTOR to take adequate measures to ensure that no debris is allowed to enter the sewer. If at any time debris does enter the sewer, the CONTRACTOR shall clean the sewer to a point downstream as determined by and to the satisfaction of the ENGINEER. All costs for cleaning the sewer to remove the debris that was allowed to enter the sewer shall be borne by the CONTRACTOR. Existing rings and covers shown to be replaced shall be broken and disposed of by the CONTRACTOR in the presence of the ENGINEER.

2.

B.

Surface Preparation: All interior surfaces shall be water blasted to remove all deteriorated brick, concrete, or any existing coating until a solid structure of brick or concrete is exposed. All grease and attached residue shall be removed during the surface preparation. Water blasting shall be performed with a high-pressure water blaster with an adjustable pressure range up to 30,000 psi. Debris from water blasting shall not be allowed to enter the sewer by installing a temporary bench and debris screen. Leak Stoppage: Prior to the application of the mortar-leveling course for any liner, the CONTRACTOR shall stop all leaks in the structure. The method for stopping the leaks shall be the CONTRACTOR's option as approved by the ENGINEER. VVWRA shall not be responsible for any method or procedure that fails to stop leaks.
MANHOLE CONSTRUCTION 02726-8

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

D.

Mortar Application: Preparation of the existing surfaces shall be approved by the ENGINEER before application of the mortar-leveling course. Mortar or gunite shall be applied to remove all surface irregularities and to provide a smooth surface on which to apply the liner. All surfaces shall be as dry as possible prior to the installation of the liner.

3.15

MANHOLE LINING A. PVC Liner 1. All new manholes shall be PVC lined. PVC liner for new manholes shall be furnished and installed according to Section 06620 Plastic Liner, of these Specifications, the jurisdictional agency standards, and as described herein. All T-lock ribs shall be oriented vertically. Field joints in liner between precast concrete sections shall not be made until the joint mortar has been allowed to cure at least 48 hours. Plastic liner for existing manholes and manhole benches and repairs shall be Ameron Arrow Lock sheet or equal, and shall be attached to the structure with mastic. All areas of repair shall be spark tested by the CONTRACTOR in the presence of the ENGINEER. All areas of repair shall be patched by the CONTRACTOR to the satisfaction of the ENGINEER. The liner must be continuous, seamless, free from any holes or defects, and completely bonded to the existing structure, and have returns at joints with unlined surfaces.

2.

3.

4.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-9

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

MANHOLE CONSTRUCTION 02726-10

SECTION 02727 COMPOSITE MANHOLE ACCESS SYSTEMS

PART 1 - GENERAL 1.01 THE REQUIREMENT A. Composite Manhole Access Systems shall be designed, manufactured and installed to be lightweight, heavy duty manhole covers meeting the American Association of State Highway and Transportation Officials AASHTO H-20 & HS-25 load ratings, as well as the European EN 124 D400 load requirements, except at the manholes within the BNSF right of way and property limits shall be designed, manufactured and installed to carry Cooper’s E80 live loading. All covers shall have retention and 4 security locking devices providing retention of the cover to the frame and security from unauthorized entry and manufactured in the U.S.A.

1.02

RELATED SECTIONS A. The requirements of the following sections and divisions apply to the work of this section. Other sections and divisions of the specifications, not referenced below, shall also apply to the extent required for proper performance of this work. 1. Section 02726, Manhole and Pre-Cast Vault Construction.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. B. The publications listed below form a part of this specification to the extent referenced. Where a date is given for reference standards, the edition of that date shall be used. Where no date is given for reference standards, the latest edition available on the date of Notice Inviting Bids shall be used. Publications 1. 2. American Society for Testing of Materials (ASTM): AASHTO M 306 Standard Specification for Drainage, Sewer, Utility, and Related Castings

C.

1.04

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Condition, Special Conditions and as specified herein, providing sufficient detail to allow the ENGINEER to judge whether the proposed equipment, materials, and procedures will meet the Contract requirements. The ENGINEER’S review of submitted details and data will be based on consideration of requirements for the completed work, protection of existing utilities, and the possibility of unnecessary delays in the execution of the work to be constructed under this Contract.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

COMPOSITE MANHOLE ACCESS SYSTEMS 02727-1

B.

Submit the following: 1. Product Testing Information: a. Composite Covers shall show successful accelerated fatigue testing at 29,000 lbs for 20,000 cycles, and long term fatigue testing at 16,000 lbs for 2,000,000 cycles. Composite Covers shall show successful static and dynamic load tested at both 160°F and -60°F.

b.

2.

Engineering Data: a. Complete plans and calculations signed and sealed by a Registered Civil Engineer in the State of California shall be submitted for review and approval to indicate the manholes have been designed and will be constructed to carry the indicated loading.

1.05

DESIGN CRITERIA A. Composite Covers shall be heavy duty and extra heavy duty versions respectively rated to handle the following: 1. Arterial traffic flow with Hs25 design criteria to meet EN124 D-400 load requirements of 89,924 lb (400 kN) proof load, as well as, the AASHTO M30610 test requirements for H20 and H25 requiring a 40,000 lb proof load except at all locations except as noted below. For Covers within the BNSF right of way and the BNSF property covers shall be designed for Cooper’s E80 live loading. A protective edge gasket around the perimeter of the cover and frame shall be provided to provide noise dampening and to reduce wear and to prevent storm and irrigation water from entering the manhole.

2.

3.

B. C.

Composite Covers shall be shall be of the size and type as shown on the plans. Composite Covers shall lightweight and manageable by a single person without the use of special equipment. Composite Covers shall be manufactured with an “anti-slip” top surface. All manhole frames and covers shall be designed and installed to be water tight.

D. E. 1.06

MATERIALS A. Composite Covers materials shall conform to the following: 1. Composite Covers shall be non-conductive, shielding heat, steam and electricity from pedestrians at street level.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

COMPOSITE MANHOLE ACCESS SYSTEMS 02727-2

2.

Composite Covers shall be corrosion resistant and can withstand water, salt water, sewer environments and petroleum products. Composite Covers shall be manufactured with fire retardant resins to meet highly corrosive chemical environments and Class I flammability requirements. All Manhole Access Systems include non-metallic, composite frames and covers manufactured from fiber reinforced thermoset polymers. Composite Covers shall be installed with four simple quarter turn paddle locks allowing the lock paddle to latch under the frame flange, locking the cover to the frame. a. Composite Covers shall be of the type allowing for remove the locking cap by inserting a Key Handle into the recessed opening. Rotate the Key Handle counter clockwise in order to unlock and lift the cover from the frame. TwistLIFT™ lock kits should contain the following components for each manhole cover: 1) 2) 3) 4) 5) 6) 7) 8) 4-TwistLIFT™ Stainless Steel Bolts. 4-Stainless Steel Twisted Lock Paddles. 4-14MM x 30 Mil. SS Washers. 4-14MM x 120 Mil. Nylon Washers 4-Standard Nuts, 14 MM Stainless Steel. 4-Nylock Jam Nuts, 14 MM Stainless Steel 4-1.75” Plastic Debris Plugs Silicone Grease

3.

4.

5.

B.

Contractor to supply VVWRA with the following for operation of the TwistLocks (total): 1. 2. 3. 6- 7/8 inch or 22MM deep socket & torque wrench 6- 7/8 inch or 22MM open end wrench 6- COT24 Opening tool

C.

Each cover shall be ground or otherwise finished so that it will fit in its frame without rocking. Frames and covers shall be shipped to the site in match-marked sets. Covers shall have the word “SEWER” and “VVWRA” cast thereon in 3-inch high letters as shown on the Plans. No other lettering shall appear on the top of the covers.

1.07

DELIVERY, STORAGE AND HANDLING A. Transport and store materials as prescribed by the manufacturers of these materials, as detailed in the data provided by the manufacturers. Protect products from damage.

PART 2 - PRODUCTS 2.01 PRODUCTS A. Composite Access Manhole Systems shall be as manufactured by GMI Composite Covers, 1355 W. Sherman Boulevard, Muskegon, MI 49441 (877) 755-1611, or equal.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

COMPOSITE MANHOLE ACCESS SYSTEMS 02727-3

B.

Composite Covers shall be installed with four TwistLIFT™ (or equal) composite cover locks specifically design to fit the Composite access cover’s and FRAMES factory installed.

PART 3 - EXECUTION 3.01 GENERAL A. Install composite manhole covers in accordance with the manufacturer’s written recommendations. TwistLift Lock Installation: 1. Install the 14 MM TwistLIFT™ S.S. (Stainless Steel) bolts into recessed holes in the top side of the cover and lay cover upside down on a flat surface with bolts extending upward. Install 120 Mil. Nylon washer. Install the S.S. TwistLIFT™ paddle with the dropped jaw facing the outside edge of the cover. Install .30 x 14 MM SS washer. Carefully thread 14MM standard nut onto bolt BY HAND to ensure the treads are not crossed. Adjust the slotted paddle to ensure the paddle will clear the frame when rotated. Using torque wrench and 7/8 or 22 MM socket tighten standard S.S. 14 MM nut to 45 Ft. LBs of torque. Double Jam Nut: Thread the 14 MM S.S. nylock jam nut on by hand until the tread contacts the nylon insert, turn down till the nut contacts the first nut. Holding the bottom nut with a 7/8 or 22 MM open end wrench, torque the jam nut down to 85 Plus ft. lbs of torque. Be careful not to cross thread. Do not force the nut until the lock collar contacts the tread as you will immediately destroy the bolt threads. Evidence of cross threading will void any warrantees. Operate the lock back and forth several times using the COT24 opening tool to check paddle clearance on frame, if necessary re-torque nuts to tighten or loosen as desired. Turning the lock should require a good amount of resistance to prevent operation with locking pliers or other tools. When the frame and cover are installed place the plastic debris plug on the lock head. Coating the plug with Silicon grease will help keep sand and grit out of the lock recess. Remove plug with a screw driver to access lock.

B.

2. 3.

4. 5.

6.

7.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

COMPOSITE MANHOLE ACCESS SYSTEMS 02727-4

SECTION 02730 SANITARY SEWER SYSTEM TESTING

PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the Work as indicated on the Drawings and specified herein. This section covers the performance of all pipeline flushing and testing, complete, for sanitary sewer system piping as specified herein and in accordance with the requirements of the Contract Documents.

B.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. 3. 4. 5. Section 02200, Earthwork Section 02616, Lined Reinforced Concrete Pipe Section 02716, Fusible PVC Sewer Pipe Section 02726, Manhole and Precast Vault Construction Section 02769, High Density Polyethylene (HDPE) Sewer Pipe System

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. 1. Industry Standards: SSPWC Section 306-1.4 PCAP

B.

“Green Book”, Standard Specifications for Public Works Construction, Testing Pipelines Pipeline Assessment and Certification Program by NASSCO

2.

Other Standards: NASSCO

National Association Companies

of

Sewer

Service

C.

Comply with the applicable reference Specifications as directed in the Standard Specifications, General Conditions and Special Conditions.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SANITARY SEWER SYSTEM TESTING 02730-1

1.04

CONTRACT SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions and as specified herein. The CONTRACTOR shall submit in writing all proposed plans for testing, and for water conveyance, control, and disposal. The CONTRACTOR shall also submit written notice 48 hours in advance of the proposed testing schedule for review and concurrence of the ENGINEER.

B.

1.05

QUALITY ASSURANCE A. Contractor Qualifications 1. Comply with the requirements for the certifications, licenses, training, skills, experience, and other qualifications specified in Part 2, Article entitled “General” of this Specification.

PART 2 - PRODUCTS 2.01 GENERAL A. Temporary valves, plugs, bulkheads, and other air pressure testing and water control equipment and materials shall be provided by the CONTRACTOR subject to the ENGINEER’s review. No materials shall be used that will be injurious to pipeline structure and future function. Air test gages shall be laboratory-calibrated annually and shall be recalibrated by a certified laboratory at the CONTRACTOR's expense prior to the leakage test, only if required by the ENGINEER.

PART 3 - EXECUTION 3.01 GENERAL A. B. The CONTRACTOR shall furnish and pay for water for testing. All pipeline trenches shall be backfilled and compacted per Section 02200, Earthwork, prior to testing of pipe. Release of water from pipelines, after testing has been completed, shall be performed as reviewed by the ENGINEER. All testing operations shall be performed in the presence of the ENGINEER.

C.

D. 3.02

TESTING OF PIPELINE A. General: All gravity sewer pipes and service laterals shall be tested for exfiltration and/or infiltration and deflection, as specified. All manholes shall be tested for leakage, as specified. Manholes shall be tested prior to backfill placement; whereas, all pipe shall be backfilled and compacted prior to testing. All leakage tests of sanitary sewer systems shall be in conformance with SSPWC Section 306-1.4 For siphon and siphon overflows

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SANITARY SEWER SYSTEM TESTING 02730-2

use Water Pressure Test and the water pressure shall be measured at the lowest point of the pipeline section being tested. B. Water Exfiltration Test shall be performed in conformance with SSPWC Section 3061.4.2 except that the pipe and manhole shall be filled with water to a point 8 feeet above the invert of the sewer at the center of the upper manhole and 4 feet above the highest adjacent groundwater level, whichever is higher. Water Infiltration Test shall be in conformance with SSPWC Section 306-1.4.3. Unless otherwise specified, infiltration will be measured by the CONTRACTOR using measuring devices accepted by the ENGINEER and performed prior to the Exfiltration Testing. Joints shall be air-tested individually, joint by joint, with the use of specialized equipment. Prior to testing, the CONTRACTOR shall submit its joint testing procedure for the ENGINEER’s review and obtain ENGINEER’s acceptance prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The minimum allowable pressure drop shall be 1.0 psi over a 30-second test period. Pressured air shall NOT be used for testing of HDPE, PVC or Fused PVC pipes. Water Pressure Test shall be in conformance with SSPWC Section 306-1.4.5. The minimum test pressure shall be 15.0 psi for siphon piping. Use C=1.0 for calculations of maximum allowable leakage. Deflection Test: All flexible and semi-rigid main line pipe shall be tested in accordance with SSPWC Sections 306-1.2.12 and 306-1.2.13 for deflection, joint displacement, or any other obstruction by passing a rigid mandrel through the pipe by hand, not less than 30 days after completion of the trench backfill, but prior to permanent resurfacing. The mandrel shall be a full circle, solid cylinder, or a rigid, nonadjustable, odd-numbered leg (9-leg minimum) steel cylinder, accepted by the ENGINEER as to design and manufacture. The circular cross section of the mandrel shall have a diameter of at least 95 percent of the specified average inside diameter of the pipe and the minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. Obstructions encountered by the mandrel shall be corrected by the CONTRACTOR. Mandrel Test: All PVC gravity sewer pipe shall be tested for deflection and obstructions. The mandrel test shall be performed after backfilling and compacting but prior to final paving and prior to leakage testing. A rigid mandrel, with a circular cross section having a diameter at least 97 percent of the base inside diameter as defined in ASTM F 679, shall be pulled through the pipe by hand. The minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. If the mandrel sticks in the pipe at any point the pipe shall be repaired and retested. Tests for Alignment and Grade, and Damaged or Defective Pipe in Place: For VCP, HDPE and Fused PVC pipelines, after the pipe has been installed, tested for leakage, backfilled to existing grade, manholes raised to grade and the street resurfaced, the pipe shall be "balled" from manhole to manhole with a sewer scrubbing ball of type and size to be accepted by the ENGINEER. In addition to and after "balling" the pipe, all straight sewers and inlet/outlet ends of curved sewers will be "mirrored" by the ENGINEER, with the assistance of the CONTRACTOR's forces. All "balling" and "mirroring" shall be
SANITARY SEWER SYSTEM TESTING 02730-3

C.

D.

E.

F.

G.

H.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

done in the presence of the ENGINEER and shall constitute tests for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. Should "balling" and "mirroring" indicate any faulty installation of the pipe, repairs or replacements shall be made at the CONTRACTOR's expense as directed by the ENGINEER. 3.03 TESTING OF MANHOLES A. All sewer manholes shall be vacuum tested per ASTM C-1224 for leakage after installation, but prior to being backfilled. Prior to hydrostatic testing, all manholes shall be visually inspected for leaks. All leaks or cracks shall be repaired by the CONTRACTOR, prior to vacuum testing. The repair shall be subject to acceptance by the ENGINEER. All pipes entering the manhole shall be sealed at a point outside the manhole walls so as to include testing of the pipe/manhole joints. The CONTRACTOR shall then be required to make all necessary repairs and retest the manhole. The exterior of the manhole shall be inspected during this period for visible evidence of leakage. Manholes and appurtenances shall be as watertight and free from infiltration as possible. Any evidence of leakage shall be repaired at the expense of the CONTRACTOR. The repair shall be subject to acceptance by the ENGINEER. When, in the ENGINEER’s opinion, the groundwater table is too low to permit visual detection of leaks, project manholes shall be hydrostatically tested. All costs of testing manholes for watertightness shall be included in the appropriate contract unit price.

B.

C.

D.

3.04

CLOSED CIRCUIT TELEVISION (CCTV) VIDEO INSPECTION A. After completion of testing and sewer cleaning by the CONTRACTOR, CCTV inspection of pipe installed in the Work shall be performed by a contractor hired and paid by the VVWRA (not by the CONTRACTOR). CCTV inspection of repairs made by the CONTRACTOR of defects discovered in the initial inspection will be repeated by the same CCTV contractor but all direct and related costs for the re-inspection shall be paid by the CONTRACTOR. The CONTRACTOR shall schedule a CCTV video inspection with the ENGINEER by submitting a 7-calendar-day minimum advance notification for all sections of sanitary sewer pipe installed in the Work after the pipe has been installed, backfilled and compacted to grade, cleaned, tested for leakage and manholes raised to grade but prior to final resurfacing of the street or surface directly over the pipe. The inspection will be scheduled for a date after the pipe has been installed, backfilled and compacted to grade, cleaned, tested for leakage; and manholes raised to grade but prior to the introduction of wastewater to the pipe and the final resurfacing of the street or surface directly over the pipe. The CONTRACTOR shall drop a truckload or equivalent of clean water into the upstream end of the section to be tested between 2 and 24 hours prior to the CCTV inspection. The CONTRACTOR shall allow the VVWRA-contracted CCTV video inspection crew and equipment proper access to each manhole on the job to do the video inspection. VVWRA will complete the CCTV video inspection in accordance with the latest VVWRA and NASSCO Pipeline Assessment and Certification Program (PCAP) standards.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SANITARY SEWER SYSTEM TESTING 02730-4

B.

VVWRA will share the results of the CCTV video inspection and Sag meter results with the CONTRACTOR by means of either electronic data or physical submission, which may include a DVD-ROM disk, a CD-ROM disk, or a VHS video tape and an accompanying written report. The CONTRACTOR and/or the ENGINEER will verify that the pipe installation by the CONTRACTOR meets NASSCO PCAP requirements and is acceptable to the ENGINEER. Should the CCTV video inspection indicate any pipe installation unacceptable to the ENGINEER, the CONTRACTOR shall make the necessary repairs or replacements at the CONTRACTOR’s expense by a method acceptable to the ENGINEER. Repaired or replaced pipe and/or pipe segments shall be retested and cleaned by the CONTRACTOR, before giving a 7-day notice requesting re-inspection. The retest and cleaning shall be subject to acceptance by the ENGINEER. The new work shall be re-inspected by the VVWRA-provided CCTV video inspection crew to the same standards used previously. All costs for scheduling, preparing for inspection, testing, retesting, installing, reinstalling, repairing, cleaning, re-cleaning, administrative costs, delays or activities by the CONTRACTOR relating to the pipe shall be provided for and paid by the CONTRACTOR at no additional cost to VVWRA, until final acceptance of the pipe by the ENGINEER. All pipelines and manholes shall satisfy all relevant testing procedures as described above prior to final acceptance of the pipe by the ENGINEER.

C.

D.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SANITARY SEWER SYSTEM TESTING 02730-5

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

SANITARY SEWER SYSTEM TESTING 02730-6

SECTION 02769 HIGH DENSITY POLYETHYLENE (HDPE) SEWER PIPE

PART 1 - GENERAL 1.01 DESCRIPTION A. This section provides specifications for high density polyethylene (HDPE) pipe (4-inch diameter and larger), HDPE pipe accessories, including fittings, and piping appurtenances. The Contractor shall furnish all material, tools, and equipment and shall perform all labor required to complete the work as indicated in the Standard Specifications, General Conditions and Special Conditions. HDPE pipe shall comply fully with AWWA C906 and ASTM D3350. HDPE pipe shall have Iron Pipe Size (IPS) nominal diameter, unless noted otherwise. HDPE pipe joints shall be fused, except where explicitly detailed otherwise on the plans.

B.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. 3. 4. 5. 6. 7. Summary of Work: 01110 Earthwork: 02200. Jacked Casing: 02315 Horizontal Directional Drilling: 02413 Microtunneling and Shafts: 02623 Manhole Construction: 02726 Sanitary Sewer System Testing: 02730

1.03

REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. AWWA C906 Polyethylene (PE) Pressure Pipe and Fittings, 4 in. Through 63 in. For Water Distribution

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-1

ASTM D2774 ASTM D2321 ASTM D3261 ASTM D3350 ASTM F714 ASTM F1759

Standard Practice for Underground Installation of Thermoplastic Pressure Piping Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing Standard Specification for Polyethylene Plastics Pipe and Fittings Materials Standard Specification for Polyethylene (PE) Plastic Pipe (SDRPR) Based on Outside Diameter Standard Practice for Design of High-Density Polyethylene (HDPE) Manholes for Subsurface Applications

C. 1.04

Comply with the applicable reference specifications as directed in the General Conditions.

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein. Manufacturer’s technical data showing complete information on material composition, physical properties, pressure rating and dimensions of the HDPE pipe. Manufacturer’s recommendations for transport, handling, storage, and repair of the HDPE pipe shall be included. Specifications of fusing machine and fusing procedures and restrictions, including machine cut sheet. Fusion machine data logger with temperature, date and pressure recording elements. Certification from pipe manufacturer that Contractor is qualified to join, lay and handle pipe. Certification from Plastic Pipe Institute that pipe manufacturer meets recipe and mixing requirements for resin used to manufacture pipe for this project. Submittals shall include detailed drawings of the pipe, gaskets, joints, pipe special sections, pipe-laying diagrams, and test reports on the properties of the gasket material. Submittals shall include complete design calculations for each pipe size and pipe SDR to be furnished. Pipe manufacturers’ joint assembly procedure including cool down time and data logger equipment. Detailed Pipe Laying Schedule. HDPE fusion technician’s experience and qualifications demonstrating conformance with Quality Assurance requirements specified in section 1.5.

B.

C.

D. E. F.

G.

H.

I.

J. K.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-2

L.

Written certification from the HDPE pipe fusion equipment supplier that the fusion technician has received training in the proper use of the fusion equipment and the manufacturer’s recommended fusion equipment. Fusion Data (heater plate temperature, hydraulic cylinder interface pressures, time/duration, etc.) shall be submitted to the Engineer within two days following the completion of any joint. Shop drawings and cut sheets providing information on fittings, including dimensions, compliance with standards and pressure rating. Information on pipe accessories, including but not limited to special adaptors for connections to ductile iron fittings. HDPE pipe manufacturer shall furnish an affidavit of compliance that all delivered materials comply with the requirements of these specifications. Specifications and data sheets for flange and mechanical joint adapters, including hardware and backer rings. Information shall include manufacturer’s written installation directions including alignment and bolt tightening recommendations.

M.

N.

O.

P.

Q.

1.05

QUALIFICATIONS A. HDPE pipe joining shall be performed by personnel trained in the use of butt-fusion equipment and the recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall receive training in the proper methods for handling and installing HDPE pipe. Such training shall be conducted by a qualified representative of the fusion equipment manufacturer. Personnel installing HDPE shall have the following minimum experience: 1. 2. Performed fusion bonding on at least three previous projects Performed fusion bonding on at least 20,000 feet of 24-inch (or larger) HDPE pipe.

B.

C.

1.06

CARE AND HANDLING A. Delivery, storage, and handling of pipe shall be per the pipe manufacturer’s recommendations. Damaged pipe is defined as pipe with any kinks or with gouges exceeding 10 percent of pipe wall thickness. Pipe shall be stored at the jobsite in unit packages provided by the manufacturer. If pipe is to be exposed to direct sunlight for more than 300 days, pipe must be covered with an opaque material while permitting adequate air circulation above and around the pipe to prevent excessive heat accumulation.

B.

C. D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-3

E.

Limit stacking of pipe to a height that will not cause excessive deformation of bottom layers of pipes under anticipated temperature conditions. Where necessary due to ground conditions, store pipe on wooden dunnage, spaced suitably and of such widths as not to allow deformation of pipe at point of contact with dunnage or between supports. If pipe is strung along trench prior to installation, string only pipe to be used within a 24-hour period; all pipe is to be laid on a flat surface. The interior as well as sealing surfaces of pipe, fittings, and other accessories shall be kept free from dirt and foreign matter.

F.

G.

1.07

QUALITY ASSURANCE A. Comply with the requirements specified herein and the applicable reference Specifications of the Standard Specifications, General Conditions, and Special Conditions. HDPE Fusion Measurements: 1. Fusion machine heater plate surface temperature and hydraulic cylinder interface pressures shall be recorded during butt-fusion joining operations. Measurements shall be permanently recorded utilizing a McElroy Datalogger or approved equal. Recorded fusion data shall be submitted within two (2) days following the completion of any joint. Failure to submit this information may be cause for rejection of the joint.

B.

2.

C.

HDPE Fabricated Fittings: 1. The fitting fabricator shall have at least three (3) years experience in the fabrication of pressure-rated HDPE fittings of similar size and complexity as this project. The Fabrication Shop Supervisor must have at least one (1) year experience of shop supervision and three (3) years of experience fabricating HDPE fittings. The technician fabricating the HDPE fabricated fittings shall have the following minimum experience: a. b. Two (2) years experience fabricating HDPE fittings. Fabricated at least forty (40) fittings that are DR21 or thicker and 24-inch diameter or larger.

2.

3.

PART 2 - PRODUCTS 2.01 SIZE AND DIMENSIONAL TOLERANCES A. Pipe shall be round and true. The internal diameter of any portion of each piece of pipe shall not vary more than plus or minus 5 percent, but in no case shall exceed 3/8 inch from the nominal diameter. The wall thickness shall not be more than 5 percent less than that shown in the design, but in no case more than 3/16 inch less. A wall thickness greater than that required in the design shall not be cause for rejection. Deflected piping shall be installed with the long axis vertical.
HDPE SEWER PIPE SYSTEM 02769-4

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

The variation in laying length of two opposite sides of pipe shall not be more than 1/8 inch per foot of diameter with a maximum of 3/8 inch in any length of pipe, except where beveled pipe is used. The under run in length of a section of pipe shall not be more than 1/8 inch per foot of diameter with a maximum of 1/2 inch in any length of pipe. Lengths: Pipe shall be supplied in nominal lengths of 40 feet or greater. Actual laying length shall be nominal +1 inches or -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections.

C.

2.02

MATERIALS A. Pipe and Fittings: The pipe and fittings shall be a high performance, high molecular weight, PE 3608 high density polyethylene pipe. Minimum cell classification value shall be 345464E as referenced in ASTM D 3350. Material shall have a minimum Hydrostatic Design Basis (HDB) of 1600 psi at 73 degrees (F) when tested in accordance with ASTM D2837 and shall be listed in PPI TR-4 by name of the pipe and fitting manufacturer. The fittings shall be fabricated or molded from a polyethylene compound having a cell classification equal to or exceeding the compound used in the pipe or shall be manufactured using the polyethylene compound having a cell qualification equal to or exceeding the cell classification of the pipe supplied. Pipe Size: HDPE pipe shall have a nominal diameter indicated on the plans with outside dimension (OD) correlating to standard iron pipe size (IPS) as specified in AWWA C906. Minimum pipe class shall be DR 21 having a Working Pressure Rating of 100 psi. Manufacturers: 1. HDPE pipe shall be the product of one of the following manufacturers: a. b. c. D. JM Eagle Performance Pipe Or Engineer Approved Equal

B.

C.

The Engineer shall request certified lab data to verify the physical properties of the pipe or may take random samples and have them tested by an independent testing laboratory. Physical Properties of Pipe Compound. 1. Density – The natural density shall be no less than 0.941 – 0.955 grams/cm3 as referenced in ASTM D 1505. Melt Flow – Melt flow shall be no greater than 4.0 grams/10 mins. when tested in accordance with ASTM D 1238 – Condition F. Flex Modulus – Flexural Modulus shall be 110,000 to 160,000 psi as referenced in ASTM D 790. Tensile Strength at Yield – Tensile strength shall be 3000 to 3500 psi as referenced in ASTM D 638.

E.

2.

3.

4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-5

F.

Contractor shall provide a new pipe sufficient in diameter as specified on the Drawings. The HDPE pipe shall be provided with solid light gray color with green color strips for identification as a wastewater application. The wall thickness (SDR) of the new HDPE pipe shall conform to ASTM to withstand all of the forces that will be imposed on the pipe during the tunneling installation, as well as the final in-place loading conditions. Joints 1. General a. HDPE pipe joints shall be butt-fused, except where otherwise indicated on the plans or specified herein. Electro-fusion joints may be used, with Engineer approval, to join HDPE pipe to HDPE pipe within open trenches where butt fusion cannot be practically performed. Friction or pressure couplings are not acceptable and will not be allowed except where specifically detailed on the plans.

G.

H.

b.

c.

2.

Butt Fusion Joints Butt fusion techniques shall meet all requirements of ASTM D2657 and D3261. Flanged Joints a. Flanged joints shall consist of HDPE flange adapters and flange backing ring, unless otherwise shown on the Drawings. Full face flat ring gaskets of 1/8-inch black reinforced rubber conforming to ANSI B-16.21 shall be installed between the flange adapter and opposing flange. Gaskets shall be full-faced with bolt holes and be held in position by the through-bolts. Flanged backing rings (flanges) shall be ductile iron with polypropylene coating or ductile iron. Flange backing rings shall be compatible with AWWA C110 flanges with ANSI B-16.1, class 125 flange bolting. Flanged backing rings pressure ratings shall meet or exceed the pressure class of the pipe. Flanged Joints shall have a type 316 stainless steel bolt sets (bolt, nut, and washers) or Tripac 2000 Blue coated bolts and nuts. Diameter, number and length of the bolts shall be as determined by the flange adapter manufacturer. Stainless steel hardware shall be installed with anti-seize lubricant.

3.

b.

c.

d.

e.

f.

4.

Electro-fusion Joints
HDPE SEWER PIPE SYSTEM 02769-6

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

a.

Shall only be used as system closures with prior-approval of VVWRA Representative. Electro-fusion joints must have a five (5) year satisfactory history of performance based on information submitted by Contractor for each size and DR of coupling. Joints shall meet AWWA C906 requirements. Joint pressure ratings shall meet or exceed the pipe pressure rating of the adjoining pipe. The inside diameter of an electro-fusion coupling shall match the outside diameter of the adjoining pipe.

b.

c. d.

e.

I.

Fittings 1. HDPE Fittings: Polyethylene (HDPE) fittings shall be made from material meeting the same requirements as the pipe. Polyethylene fittings shall be molded, turned or otherwise fabricated by the manufacturer of the pipe. All fittings shall be marked with size, dimension ratio (DR), and appropriate ASTM specification number. a. All fittings shall be pressure tested to four (4) times working pressure of pipe for five seconds or alternative back-bend test as provided for in AWWA C906.

2.

Fabricated Fittings: Fabricated Fittings above 24” shall meet the requirements of AWWA C906 with the pressure testing waived. . a. b. All fittings shall have the same DR as the adjoining pipe. Field fabricated fittings below 24” that do not comply with AWWA C906 or ASTM F2206 are not permissible for this project.

3.

Molded Fittings: Molded fittings shall be socket fusion type for fittings under 4inches, manufactured in accordance with ASTM D2683. Molded fittings shall be butt-fusion type for fitting 4-inches and larger, manufactured in accordance with ASTM D3261. Flange Adapters: Polyethylene flange adapters shall be made with sufficient through-bore length to be clamped in a butt-fusion machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves to provide gasket-less sealing to prevent gasket blow-out.

4.

J.

Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten (10) percent of the wall thickness shall not be used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the manufacturer’s recommendations.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-7

K.

Any section of the pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the Engineer shall be discarded and removed from the site. Terminal sections of pipe that are joined within the insertion pits shall be connected with a mechanical coupling (full circle 316 stainless steel long-body repair coupling), electro fusion couplings or two HDPE flanges with type 316 stainless steel back-up rings (join flanges using type 316 stainless steel nuts, bolts and washers). All connections shall be in conformance with the manufacturer’s installation procedures. Manhole connections shall be done using HDPE flange with type 316 stainless steel back-up ring, minimum of two 1-1/8” diameter adhesive anchor bolts connected to the manhole base, and HDPE spool with wall anchor imbedded in the cast manhole base. In lieu of the wall anchor and anchor bolts, the Contractor can submit for approval an alternative method recommended by the HDPE pipe manufacturer to resist pullout.

L.

M.

PART 3 - EXECUTION 3.01 GENERAL A. General: HDPE pipe shall be installed in conformance with the manufacturer's recommendations, and shall comply with the alignment and profile indicated by the design drawings. Shipping and Storage: HDPE pressure pipe shall be shipped and stored by supporting the pipe uniformly. Pipe shall be stored in the unit packages provided by the manufacturer. Installation Manual: The manufacturer shall supply an installation manual to the Engineer which outlines guidelines for handling, joining, installing, embedding and testing of polyethylene pipeline. These guidelines shall be used as reference material for the Engineer in his determination of the required procedures.

B.

C.

3.02

FACTORY TESTING A. B. C. All pipes shall be pressure tested in factory prior to delivery to project site. All pipes shall be tested at 40 psi unless otherwise approved by the Engineer. Pressure testing procedure shall be per Manufacturer’s recommendations or as follows: 1. 2. Fill line slowly with water. Maintain flow velocity less than 2 feet per second. Expel air completely from the line during filling and again before applying test pressure. Air shall be expelled by means of taps at points of highest elevation. Apply initial test pressure and allow to stand without makeup pressure for two to three hours, to allow for diametric expansion or pipe stretching to stabilize. After this equilibrium period, apply the specified test pressure and turn the pump off. The final test pressure shall be held for one to three hours.
HDPE SEWER PIPE SYSTEM 02769-8

3.

4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

D.

Upon completion of the test, the pressure shall be bled off from a location other than the point where the pressure is monitored. The pressure drop shall be witnessed by the resident project representative at the point where the pressure is being monitored and shall show on the recorded pressure read-out submitted to the Engineer. Factory Witnessed Testing 1. Notify Engineer of start date and location of pipe manufacture at least 30 days prior to commencing pipe production. Should the Owner elect to witness the manufacture of specific pipes during any phase of the manufacturing process, the manufacturer shall provide the Owner with at least 30 days advance notice of when and where the production of those pipes will take place. If Owner elects to witness pipe production or testing provide the following for the Owner’s use: a. A work desk including telephone and computer with internet access near the manufacturing line. Free access to the manufacturing line to witness production, and the testing facilities to witness testing. Free access to manufacturing controls and instrumentation. Free access to testing tools and instrumentation. Access to take random samples for testing by an outside testing laboratory. Certified lab data upon request to verify the physical properties of the witnessed pipe.

E.

b.

c. d. e. f.

2.

All pipe, fittings, and appurtenances shall be factory-tested in accordance with the factory test procedure indicated and witnessed herein by the Owner and Engineer. Costs for Owner and Engineer shall be borne by the Contractor and shall be included in the Contract Price. Such costs shall include travel and subsistence for four people excluding salaries. Assume that travel to the factory shall be from Victorville, California. Include costs for: a. Witnessing by one person for the entire run of pipe manufacturing, which shall include: 1) 2) 3) Weekly round trip air fare for one. Five days per week of lodging at a AAA three diamond or better facility. Five days per week of per diem reimbursement for food and incidentals at the current US General Services Administration per diem rate. A mid-size or larger rental car for the entire run.

3.

4) b.

Witnessing by three additional people during two separate three-day trips. For each trip provide a rental car for three days. For each person and each trip provide:
HDPE SEWER PIPE SYSTEM 02769-9

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

1) 2) 3)

4)

Round trip air fare. Three days of lodging at a AAA 3 diamond or better facility, providing a minimum of two rooms for the three people. Three days of per diem reimbursement for food and incidentals at the current US General Services Administration per diem rate. Test results shall be submitted to the Engineer. Factory Test Data: Signed, dated, and certified factory test data for each pipe segment shall be submitted before shipment of materials. No materials shall be shipped until the test data have been approved by the Engineer.

4.

Markings a. Marking shall include the following: 1) 2) 3) 4) 5) 6) Each pipe shall also have the pipe number designation referenced on the laying diagram. Pipe ID, OD and DR. Cell classification. Standard specification pipe was built to AWWA C906, ASTM D 3350. All markings shall be legible and indelible. Any factor performed test reference numbers and dates.

3.03

JOINING OF PIPE A. Heat Fusion Joining: Joints between plain end pipes shall be made by the butt fusion method. The butt fusion procedures used shall be procedures that are recommended by the pipe manufacturer. The Contractor shall ensure that persons making the heat fusion joints have received training in the manufacturer’s recommended procedure. The Contractor shall maintain records of trained personnel, and shall certify that training was received not more than 12 months before commencing construction. External beads do not need to be removed. Internal beads on the bottom 120 degrees of the pipe shall be removed. The bead shall be removed down to, or just above the pipe’s surface, but never below it. The joint must be completely cooled to ambient temperature before bead removal. HDPE pipe shall not be joined to existing pipe or adjacent segments until a minimum of 12 hours has elapsed to allow for temperature equalization and stress relief. HDPE pipe stretched beyond its elastic limit or damaged in any way shall be rejected. For each setup, conduct a sample weld and test for complete fusion. For pipe sizes larger than 36 inches in diameter, struts must be provided and installed per the manufacturer's recommendations. However, the struts shall not cause more than 12% vertical elongation; in no case will horizontal elongation be permitted. All pipes shall be laid to line and grade with a true and firm bearing for the pipe throughout its entire length. Adjustment of pipes to lines and grade shall be made by scraping away or filling in and tamping material under the body of the pipe throughout its entire length, and not by blocking or wedging. All bedding materials must be mechanically

B.

C. D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-10

compacted/consolidated to a minimum of 90% standard proctor or as required by the Engineer. F. Before each new length of pipe is placed, the interior of the preceding pipe shall be carefully cleaned of all dirt and debris. At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of the pipe in the trench shall be tightly closed to prevent entrance of animals and foreign materials. Internal rolled up beads formed at joints during fusion process shall be removed from invert to spring line.

G.

3.04

INSTALLATION OF PIPE A. Joints: Joints between plain ends of polyethylene pipe shall be made by butt fusion when possible. The pipe manufacturer's fusion procedures shall be followed at all times as well as the recommendations of the fusion machine manufacturer. The wall thicknesses of the adjoining pipes and fittings shall have the same DR. Fusion Beads: Butt-fused welds will result in a weld bead on the inside and outside surface of the fused joint. Contractor shall be responsible for removing the weld bead on the inside of the pipe. Removal shall take place immediately after welding is complete. Contractor shall exercise caution to avoid damage to the joint and pipe while removing the bead and shall be responsible for repairs and/or replacement of any damaged joint or pipe. Mechanical Fittings: If mechanical fittings (which are designed for or tested and found acceptable for use with polyethylene pipe) are utilized for transitions between pipe materials, repairs, joining pipe sections, saddle connections, or at other locations; the recommendations of the mechanical fitting manufacturer must be followed. These procedures may differ from other pipe materials. Butt Fused Joints A bend back test shall be performed for every 50 fusions or 3000 ft. of pipe. The trial fusion shall be allowed to cool completely, then fusion test straps shall be cut out. The test strap shall be 12-inches or 30 times the wall thickness in length (minimum) and one inch, or 1.5 times the wall thickness in width (minimum). Bend the test strap until the ends of the strap touch. If the fusion fails at the joint, a new trail fusion shall be made, cooled completely and tested. Butt fusion of pipe to be installed shall not commence until a trial fusion has passed the bent strap test.

B.

C.

D.

3.05

FIELD WELDING QUALITY CONTROL A. General: Contractor shall be responsible for employing a rigorous quality control procedure for field welding quality control and documentation. All field-welding shall be accomplished with Engineer-Approved Equipment. Documentation of each field weld shall be submitted to the Engineer for record within two days of weld completion. Data Collector and Recording Device: Contractor shall utilize data collection and recording equipment to verify proper fusion procedures have been followed prior to installation. The Data collector shall consist of a rugged computer to record and report key weld parameters including the heater temperature and fusion pressure profile over time. Data Collector and Recording Devices shall be Datalogger ™ as manufactured by McElroy, or EngineerApproved Equal.
HDPE SEWER PIPE SYSTEM 02769-11

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

C.

Weld Quality Control Documentation: Contractor shall produce and submit field weld reports within two days of welding activity. Report shall provide the following information, at a minimum: 1. 2. 3. Date, time, and ambient temperature Joint Number that correlates to Project pipeline stationing. Employee Identification that is unique to Project-approved HDPE Fusion Technician Equipment Identification and specifications including piston area Pipe Data including material, size, Dimension Ratio Interfacial Pressures in pounds per square inch (psi) including Heat, Soak, Fuse, and Cool Recommended Gauge Pressures in pounds per square inch (psi) including Heat Soak, Fuse, and Cool Recorded data including drag pressure, weld temperature Graphs of pressure and temperature over time. Provide one graph for the first five minutes of weld procedure and a summary plot of the entire weld and cool down process.

4. 5. 6.

7.

8. 9.

3.06

DAMAGED PIPE A. Pipe sections with gouges or cuts deeper than ten percent (10%) of the wall thickness shall be cut out, removed and replaced by the Contractor at no additional cost to VVWRA. Undamaged pipe portions may be rejoined using butt-fusion joining methods

3.07

FLANGE AND MJ ADAPTER INSTALLATION A. Flanges/MJ adapters shall be attached to pipe and fittings using butt fusion. The flanges/MJ adapters shall be aligned and centered relative to the pipe. Flanges/MJ adapters should be square with the valve or other flange before tightening of bolts. Bolts should not be used to draw flanges into alignment. Bolt threads shall be lubricated, and flat washers shall be used under flange nuts. Bolts shall be tightened using a "star tightening pattern". See manufacturer’s recommendations. Twenty-four hours after first tightening the flange bolts, they must be re-tightened using the same "star tightening patter" used above. The final tightening torque shall be as indicated by the manufacturer.

3.08

TESTING AND ACCEPTANCE A. Testing of HDPE pipelines shall be performed as specified in Section 02730 Sanitary Sewer System Testing. The completed pipeline shall have CCTV inspection as specified in Section 02730 Sanitary Sewer System Testing.
HDPE SEWER PIPE SYSTEM 02769-12

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

C.

The Contractor shall ensure the field set-up and operation of the fusion equipment and the fusion procedure used by the Contractor’s fusion operator while on site. Upon request by the Engineer, the Contractor shall verify field fusion quality by making and testing a trial fusion. The trial fusion shall be allowed to cool completely; then test straps shall be cut out and bent strap tested in accordance with ASTM D 2657. All testing shall be at the Contractor’s expense. If the bent strap test of the trial fusion fails at the joint, the field fusions represented by the trial fusion shall be rejected. The Contractor at his expense shall make all necessary corrections to equipment, set-up, operation and fusion procedure, and shall re-make the rejected fusions.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-13

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

HDPE SEWER PIPE SYSTEM 02769-14

SECTION 02999 TEMPORARY HANDLING OF SEWAGE FLOW

PART 1 - GENERAL 1.01 WORK DESCRIPTION A. VVWRA has installed and is maintaining the existing emergency by-pass system to divert sewage flow from the existing damaged interceptor. This system consists of two booster pumping stations, overland pipelines, and a pipe bridge within the Mojave River. The Contractor must take every precaution to ensure that this emergency by-pass system is not damaged or altered by his work and that VVWRA maintains access at all times to the emergency by-pass system. The CONTRACTOR is responsible for the temporary handling of sewage throughout the construction of the project other than the emergency by-pass system currently installed and maintained by VVWRA. This includes the construction, modifications, and the relocations of sewers and facilities. When all work is completed, the Contractor shall be responsible and coordinate with VVWRA for the removal and dismantling of the existing Emergency By-Pass System as shown an indicated on the drawings. Rental equipment shall be returned to the rental vendor. Temporary redirecting of sewage flow may only be accomplished via an inline bypass method. Bypass pumping of sewage shall not be utilized in this Project. The CONTRACTOR shall comply with the Regional Water Quality Control Board, Health Department standards, Air Quality Management District permits, and regulations. The CONTRACTOR shall cooperate with VVWRA and other regulators and environmental agencies.

B.

C.

D.

E.

1.02

CONTRACTOR LIABILITY A. The CONTRACTOR shall be responsible for continuity of sanitary sewer service to each facility connected to the trunks sewers during the execution of the work to be performed under this Contract. In the event that sewage backup occurs and enters dwellings or other structures due to in any part to a failure of the bypass piping system or to non-compliance with the contract documents, the CONTRACTOR shall be responsible for cleanup, repair, property damage costs, fines imposed by jurisdictional authorities, and all claims arising there from. All spills shall be contained and returned to the sewer system. In the event the Regional Water Quality Control Board levies a fine on VVWRA because of a sewage spill caused by the CONTRACTOR (directly or indirectly) due to his lack of attention to procedures or other negligence, the CONTRACTOR shall be held responsible and liable for reimbursing VVWRA for the entire amount of any fine imposed. VVWRA may access the amount of the fine against payments due the Contractor. The California Water Code gives the Regional Water Quality Control Board authority to fine up to $10 per gallon and $10,000 per day for an illicit discharge.
TEMPORARY HANDLING OF SEWAGE FLOW 02999-1

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

1.03

CONTRACTOR SUBMITTALS A. Unless otherwise indicated, the following shall be submitted, for each bypass installation, to the ENGINEER 15 days after receiving the Notice to Proceed, in compliance with the General Requirements, and as specified herein. 1. Plans showing the temporary handling of sewage flow, routing and protection of bypass lines if necessary, containment areas, equipment location, schematic of set-up and discharge, and proposed sequencing. Shop drawings for the sewage bypass pipe material and fittings, pipe repair kits and procedures, spill recovery mats, and video camera. Bypass characteristic. Proposed alternatives to the spill prevention, control, and countermeasure plan as described in Part 3 of this specification. Odor monitoring reports shall be submitted on a daily basis during the bypass operation. Plans showing sound attenuation system with location, equipment, materials, installation and removal methods.

2.

3. 4.

5.

6.

PART 2 - PRODUCTS 2.02 BYPASS PIPING A. All bypass piping shall be acceptable for use with sewage and must be approved by the ENGINEER. Temporary piping can only be placed above ground if approved by the City of Victorville and the Town of Apple Valley and ENGINEER and only if it will be in service for no more than one calendar day. All other temporary piping shall be placed in a recessed trench. At all street crossings, temporary resurfacing of recessed trenches shall be flush with the existing grade. All recessed trenches shall be shown on a plan and submitted to the City of Victorville and the Town of Apple Valley for prior approval.

2.03

TEMPORARY PLUGGING OF SEWER A. Plugs shall be appropriate for the application. Unless otherwise indicated, plugs shall be a heavy-duty inflatable type with a steel rod through plug centerline, a retaining plate and an eye-lift on both ends. Plugs shall be new, made of natural rubber and shall show no cracks or signs of damage. The plugs shall have a flexible sealing design to compensate for any irregular interior surface of the pipe. The plug length shall be suitable for the specific application. Plugs shall be equipped with continuous pressure monitoring and an audible alarm when the pressure drops below the minimum pressure recommended by the manufacturer. The installed pressure shall be as recommended by the manufacturer for the application. The eye-lifts shall be secured to a 5/8-inch diameter stainless steel pulling cable accessible for removal without entry. Inflatable plugs should be installed immediately upstream from the dry manhole to aid emergency removal of the plug. A double block and bleed may be required to protect workers per O.S.H.A.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY HANDLING OF SEWAGE FLOW 02999-2

2.04

IN-LINE BYPASS PLUG FOR SEWER A. Plugs shall be appropriate for the application. Unless otherwise indicated, plugs shall be a heavy-duty inflatable type with bypass piping through plug centerline, a retaining plate on both ends. Plugs shall be new, made of natural rubber and shall show no cracks or signs of damage. The plugs shall have a flexible sealing design to compensate for any irregular interior surface of the pipe. The plug length shall be suitable for the specific application. Plugs shall be equipped with continuous pressure monitoring and an audible alarm when the pressure drops below the minimum pressure recommended by the manufacturer. The installed pressure shall be as recommended by the manufacturer for the application. Inflatable plugs should be installed immediately upstream from the manhole upstream of the bypassed piping to entrance of the manhole downstream of the bypassed pipeline. A double block and bleed may be required to protect workers per O.S.H.A.

PART 3 - EXECUTION 3.01 TEMPORARY HANDLING OF SEWAGE A. The CONTRACTOR shall construct, operate, maintain, and remove, without damage to existing structures, all temporary sewage handling facilities. VVWRA will not assist the CONTRACTOR with flow handling during the work. The CONTRACTOR shall submit details of proposed equipment for temporary handling of sewage flow as specified in Section 1.2. Requirements for operating the bypass system shall be as indicated herein and as shown on the plans. The system shall operate as specified to insure that neither the upstream nor downstream systems are threatened with sewage overload or spill. Under no circumstances shall sewage or solids be deposited onto the ground surface, streets, or into ditches, catch basins or storm drains or natural drainage ways. Sewage shall be handled in a manner so as not to create a public nuisance or health hazard. The maximum wet weather flow rates are estimate to be 10.87 MGD at the Upstream Schedule V, 4.76 mgd at the SAVI, and 15.63 mgd at the Downstream Schedule V. CONTRACTOR will be responsible to determine the daily maximum flow rate in existing sewer that will need to be diverted.

B.

C.

3.02

SPILL PREVENTION, CONTROL AND COUNTERMEASURE PLAN A. The CONTRACTOR shall implement the Spill Prevention, Control and Countermeasure Plan as specified in this section and shown on the Plans. The CONTRACTOR may submit equivalent materials and methods for consideration. The CONTRACTOR shall submit for approval, all duty and emergency equipment for bypassing flow, containment, cleanup, and repair of any damage. Specifics for each bypass installation shall include as applicable, but are not limited to: 1. 2. 3. 4. Pipe repair kits Sand bags Rubber matting Bypass pipes, spare pipe sections, pumps, and other relevant equipment

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY HANDLING OF SEWAGE FLOW 02999-3

5. 6. C. D.

Standby pumps Secondary containment in trench or other surrounding land relief

The CONTRACTOR shall maintain standby and emergency equipment on site. The CONTRACTOR shall provide the names, phone numbers, and hourly working schedules of at least three (3) people who can be contacted 24 hours per day by phone and that may be brought on-site at any time to address on-site emergencies. The CONTRACTOR shall provide notification of any substitution in writing at least two days in advance. When bypassing flows, CONTRACTOR shall have at least two people on site 24 hours per day to monitor and maintain the bypass and implement the emergency procedures in case of an emergency. The CONTRACTOR shall protect storm drains during construction as shown on the plans. The plans indicate where the storm drains are located with relief features that could assist in containing the spill. The plans indicate how storm drains will be blocked in the event of a spill: what materials are required, and how long it will take to implement. The CONTRACTOR shall verify the time specified for each activity. 1. The CONTRACTOR shall identify those responsible for each activity, present a training plan for approval, and perform the approved training. The CONTRACTOR shall coordinate the plan with the construction storm water management requirements (see Section 02270) to protect water quality and respond to spills of sewage, groundwater, or fuels, ensuring there are no conflicts with implementing each of the respective programs. The CONTRACTOR shall implement all indicated spill prevention measures (e.g. monitoring of upstream manholes, monitoring in the trench).

E.

2.

F.

The following spill procedures shall be followed by the CONTRACTOR. 1. If a spill is detected or a catastrophic pipe failure occurs, the immediate priority of the CONTRACTOR shall be to prevent any sewage from reaching storm drains and ultimately surface waters. A storm drain may be used for containment of a large spill if adequate preparations are made as indicated in the plans. The CONTRACTOR shall protect vulnerable drains using rubber mats or sand bags continuously during bypass or immediately (have all materials at hand) upon spillage. The CONTRACTOR shall anticipate the following bypass system failure modes in the plan and be prepared to act accordingly. a. If the bypass pump fails, begin using standby equipment as soon as possible. In the event the bypass pipe is ruptured in a traffic accident or otherwise, the CONTRACTOR shall immediately stop the bypass pump, install containment as indicated in the plan, and notify the Control Center. Inform the Control Center what emergency diversion, if any, is indicated in the plan. Make repairs to the bypass pipe and restart the system.

2.

b.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY HANDLING OF SEWAGE FLOW 02999-4

Begin cleanup. Notify the Control Center when the system is back in service. 3. The CONTRACTOR shall anticipate the following in-trench failure mode in his plan and be prepared to act accordingly. a. As the CONTRACTOR is excavating for a new trench and comes across moderate leaks in the existing pipe, the CONTRACTOR shall make coupling/clamp repairs as soon as possible to minimize sewage flow into the trench. If the leak is too large to make fast coupling repair, the CONTRACTOR shall start bypassing (see bypassing sequence below), then make repair.

b.

4.

In case of catastrophic in-trench leak, the CONTRACTOR shall immediately start the bypassing sequence: a. b. Plug downstream side of the manhole upstream from the leak. Insert bypass pump. The pump shall be sized to handle peak flow of existing sewer. Full capacity standby pumps shall be available for immediate installation at all times a bypass system is operating. Connect hose or pipe from pump to discharge point. NOTE: Hose or pipe shall already be in place and connected to a downstream discharge point at all times when working near or with live sewers. Hose shall only be allowed for emergency bypass systems.

c.

5.

VVWRA maintains a zero tolerance for all sewage spills. In event of any spill, the CONTRACTOR shall immediately and in parallel with above activities, notify VVWRA’s Control Center (760) 948-9849 and request VVWRA’s collections staff to be dispatched. The CONTRACTOR should attempt to give the best indication to the Control Center staff of the approximate size of the spill (<1,000 gallons is small; 1,000 gallons to 10,000 gallons is medium; and >10,000 gallons is large) along with the approximate amount, if any, of sewage discharged to a storm drain or channel so the appropriate response can be dispatched. VVWRA staff will respond to monitor the CONTRACTOR’s clean-up-related activities to ensure the spill is cleaned in accordance with this Plan. It is the CONTRACTOR’s responsibility to provide the primary means for pipe repair and spill recovery and clean-up including mobilizing any necessary equipment to be onsite within an hour of a spill. Clean up may require a sweeper truck, Vactor truck, water truck, and/or other equipment. All VVWRA time and material and special equipment for spill cleaning will be paid by the CONTRACTOR. The CONTRACTOR shall attempt to pond the water in an area away from storm drains that can be easily and fully recovered for discharge to VVWRA’s collection system. This ponding activity should not impact any environmentally sensitive areas.

6.

7.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY HANDLING OF SEWAGE FLOW 02999-5

8.

The CONTRACTOR and ENGINEER with the assistance of VVWRA’s collections staff shall coordinate the most efficient and appropriate response, repair, and cleanup of a spill as soon as possible. The CONTRACTOR will cooperate with VVWRA staff to the fullest extent possible in order to minimize the impacts and volume of the spill in the most efficient manner possible. Disinfection of a spill is not allowed (especially if the water is reaching State waters). All wash water and sewage-contaminated wash water must be contained and recovered in the same manner as the sewage. The CONTACTOR shall have cameras on hand and shall document the spill, its cause, and the response activities as these occur with a video camera and photographs. The CONTRACTOR is required to attend a debriefing at the jobsite immediately after the spill is contained and cleaned up.

9.

10.

3.03

ODOR MITIGATION A. The CONTRACTOR shall comply with the Odor Monitoring requirements as specified below: 1. The CONTRACTOR shall prepare a listing of all potential construction activities that might produce odors. For each of these construction activities, the CONTRACTOR shall include the scheduled construction date(s), expected construction duration(s), a listing of the potential receptors, and the distance to these receptors. Potential nuisance odor areas shall include open manholes, and open sewers where sewage gases can be present or can be released. Potential nuisance odor areas do not include covered manholes that are sealed or plugged (closed) sewer pipes. All potential construction activities that might produce odors shall be identified on the construction schedule as required in the General Requirements. If multiple construction activities of this type are required simultaneously due to schedule constraints, multiple sets of gas analyzers shall be obtained and provided for monitoring by the CONTRACTOR. For each site where potential odors may be produced, the CONTRACTOR shall prepare a plan for monitoring with the use of four gas analyzers. The high range gas (0-200 ppmv) analyzers shall be located in the manhole and the three low range gas (0-2 ppmv) analyzers shall be located at the nearest receptors and at a height between 3 and 6 feet above the ground as approved by the ENGINEER. The Contractor shall utilize the Air Quality Monitoring Logistic Report form or approved similar form to report and document construction and monitoring activities. The CONTRACTOR shall submit each monitoring plan in the form of a Shop Drawing Submittal for review and acceptance prior to conducting monitoring. The CONTRACTOR shall obtain fully functioning and calibrated hydrogen sulfide gas analyzers to measure hydrogen sulfide emission concentrations from potential odor areas during construction. The CONTRACTOR shall obtain three low range hydrogen sulfide gas analyzers, and one high range hydrogen sulfide gas analyzer. The hydrogen sulfide gas analyzers shall be Odalog as
TEMPORARY HANDLING OF SEWAGE FLOW 02999-6

2.

3.

4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

manufactured by App-Tek International Pty Ltd or approved equal. The low range hydrogen sulfide gas analyzers shall be capable of measuring and logging hydrogen sulfide gas concentrations between 0.01 and 2 ppmv. The high range hydrogen sulfide gas analyzer shall be capable of measuring and logging hydrogen sulfide gas concentrations between 0 to 200 ppmv. The CONTRACTOR shall also obtain one software kit for downloading data from the gas analyzer, and one calibration kit for calibrating the gas analyzer per the manufacturer requirements. 5. Prior to purchase, the CONTRACTOR shall submit a shop submittal for review and acceptance. The CONTRACTOR shall ensure that the gas analyzers are calibrated by the manufacturer. After acceptance of the monitoring plan for the specific construction site where odors are anticipated, the CONTRACTOR shall notify the ENGINEER at least forty-eight (48) hours in advance of the proposed work. The CONTRACTOR shall, prior to the commencement of any work, install all gas analyzers as described on the reviewed shop submittal. The CONTRACTOR shall determine the means of achieving less than 10 ppbv at the receptors, as required in the General Requirements, prior to the commencement of all work. Where odor mitigation measures are planned, they shall be in place during the construction period. The CONTRACTOR shall download and record the readings of the hydrogen sulfide gas concentrations daily and present these results in a tabular format to the ENGINEER. Readings shall be logged at an interval to be determined by the ENGINEER. Readings shall be organized in a way that specifies which gas analyzer was used and the location of the analyzer. The Contractor shall utilize the Air Quality Monitoring Logistic Report form or approved similar form to report and document construction and monitoring activities. The CONTRACTOR shall provide these organized readings to the INSPECTOR at a frequency to be determined by the ENGINEER (which may be daily or less frequently). ENGINEER may choose to download the data directly from the hydrogen sulfide gas analyzers that the CONTRACTOR has set up on-site. ENGINEER may also set up independent hydrogen sulfide gas analyzers at the construction site for additional monitoring. If the CONTRACTOR’s hydrogen sulfide gas analyzer readings do not reasonably correlate with ENGINEER’s hydrogen sulfide gas analyzer readings, the ENGINEER may require calibration of all gas analyzers, and reevaluation of the monitoring set up. The CONTRACTOR shall record the wind speed and prevailing wind direction where the high range gas monitor has been installed. Depending on wind speed and direction, the CONTRACTOR may be required by the ENGINEER during the course of construction to adjust the locations of the three low range gas analyzers so that at least one of the three low range gas analyzers remains directly downwind of the high range gas monitor and the remaining two monitors also relocated as appropriate.
TEMPORARY HANDLING OF SEWAGE FLOW 02999-7

6.

7.

8.

9.

10.

11.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

12.

If hydrogen sulfide concentrations exceed 10 ppbv at any of the low range gas monitors (ENGINEER or CONTRACTOR) during the course of construction work activities, the CONTRACTOR shall invoke the Odor Assessment and Odor Control Plan (OAOCP) for mitigation, and notify the ENGINEER immediately. If the CONTRACTOR fails to mitigate ambient hydrogen sulfide concentrations below 10 ppbv at the receptors using OAOCP , the CONTRACTOR shall stop work immediately and coordinate with the ENGINEER on further odor mitigation and control prior to commencement of work at the site where odors are released. The CONTRACTOR shall abide by the following Odor Assessment and Odor Control Plan (OAOCP), at a minimum, to prevent emissions of nuisance odors when hydrogen sulfide concentrations exceed 10 ppbv during the course of construction work: a. Cover manholes and openings where bypass pumps are used with plywood or other approved material, including sealing cracks and edges with sealing putty or caulking. Ensure that all covers are secure, safe from vandalism and safe from potential life and safety hazards (i.e. falling or tripping hazards). Seal open sewer pipes during tie-ins Keep the duration of open manholes to a minimum Plug sewers as necessary to reduce odor emissions Provide in-line bypasses in closed conduits when working in manholes Reasonably prevent sewer gases from escaping the construction work area

13.

b. c. d. e. f.

14.

If VVWRA staff determines that odor control is required during construction, the CONTRACTOR shall coordinate with VVWRA staff for odor control and mitigation requirements. All chemical, liquid or vapor treatment measures will be provided by CONTRACTOR. Other forms of treatment by the contractor will be considered on a case by case basis.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

TEMPORARY HANDLING OF SEWAGE FLOW 02999-8

SECTION 03100 CONCRETE FORMWORK

PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish all materials for concrete formwork, bracing, shoring, and supports and shall design and construct all falsework, in accordance with the provisions of the Contract Documents. Design Requirements 1. Design concrete forms, falsework, and shoring in accordance with local, state, and federal regulations. Design forms and ties to withstand concrete pressures without bulging, spreading, or lifting of forms.

B.

2.

C.

Performance Requirements 1. Construct forms so that finished concrete conforms to shapes, lines, grades, and dimensions indicated on the Drawings. It is intended that surface of concrete after stripping presents smooth, hard, and dense finish that requires minimum amount of finishing. Provide sufficient number of forms so that the work may be performed rapidly and present uniform appearance in form patterns and finish. Use forms that are clean and free from dirt, debris, concrete, and similar type items. Coat with acceptable form release oil if required, prior to use or reuse.

2.

3.

4.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. B. C. D. Section 03200, Reinforcement Steel. Section 03290, Joints in Concrete. Section 03300, Cast-in-Place Concrete. Section 06620, Plastic Liner (Polyvinyl Chloride).

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications as specified in the Standard Specifications, General Conditions and Special Conditions.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-1

B.

Comply with the current provisions of the following Codes and Standards: 1. American Concrete Institute (ACI) a. 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. ACI 347 - Recommended Practice for Concrete Formwork.

b. 1.04

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions and as specified herein. The following submittals and specific information shall be provided: 1. Falsework Calculations and Drawings: The CONTRACTOR'S attention is directed to all the latest applicable Sections of the Division of Industrial Safety, Construction Safety Orders, which requires that all falsework or vertical shoring installations where the height of the falsework or vertical shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds 14 feet, or where individual horizontal span lengths exceed 16 feet, or provision for vehicular or railroad traffic through falsework or vertical shoring is made, Plans and Calculations shall be approved and signed by a civil or structural engineer, registered in the State of California; provided further, that a copy of the falsework plan or shoring layout shall be available on the job site at all times. The engineer who designed the falsework or vertical shoring shall personally inspect such work and provide a written certification that the work conforms to the design. The CONTRACTOR shall, in accordance with the requirements in Standard Specifications, General Conditions and Special Conditions submit detailed plans of the falsework proposed to be used. Such plans and calculations shall be in sufficient detail to indicate the general layout, sizes of members, anticipated stresses, grade of materials to be used in the falsework, and typical soil conditions.

B.

2.

1.05

QUALITY ASSURANCE A. Tolerances: The variation from established grade or lines shall not exceed 1/4-inch in 10 feet and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the "Suggested Tolerances" specified in Section 203 of ACI 347. Qualifications of Formwork Manufacturers: Use only forming systems manufactured by manufacturers having minimum 5 years experience, except as otherwise specified, or accepted in writing by the ENGINEER. Regulatory Requirements: Install work of this Section in accordance with local, state, and federal regulations.

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-2

PART 2 - PRODUCTS 2.01 FORM TIES A. General 1. Provide form ties for forming system selected that are manufactured by recognized manufacturer of concrete forming equipment. Do not use wire ties or wood spreaders of any form. Provide ties of type that accurately tie, lock, and spread forms. Provide form ties of such design that when forms are removed they locate no metal or other material within 1-1/2 inches of the surface of the concrete. Do not allow holes in forms for ties to allow leakage during placement of concrete.

2. 3. 4.

5.

B.

Cone-snap or Flat Bar Form Ties 1. Cone-snap ties shall form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1-1/2 inches deep. Provide neoprene waterseal washer which is located near the center of the concrete.

2.

C.

Taper Ties 1. Neoprene Plugs for Taper Tie Holes: Size so that after they are driven, plugs are located in center third of wall thickeners. Drypack Mortar for Filling Taper Tie Holes: a. b. Consist of mix of 1 part of Portland cement to 1 part of plaster sand. Amount of water to be added to cement-sand mix is to be such that mortar can be driven into holes and be properly compacted. Admixtures or Additives: Are not to be used in dry-pack mortar.

2.

c. 2.02

BUILT-UP PLYWOOD FORMS A. Built-up plywood forms may be substituted for prefabricated forming system subject to following minimum requirements: 1. Size and Material a. Full size 4 by 8 feet plywood sheets, except where smaller pieces are able to cover entire area.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-3

b.

Sheet Construction: 5-ply plywood sheets, 3/4 inch nominal, made with 100 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement.

2. 3.

Wales: Minimum 2 by 4 inch lumber. Studding and Wales: Contain no loose knots and be free of warps, cups, and bows.

2.03

STEEL OR STEEL FRAMED FORMS A. Steel Forms: Provide forms that are: 1. Rigidly constructed and capable of being braced for minimum deflection of finish surface. Capable of providing finish surfaces that are flat without bows, cups, or dents.

2. B.

Steel Framed Plywood Forms 1. 2. Provide forms that are rigidly constructed and capable of being braced. Plywood Paneling: 5-ply, 5/8 inch nominal or 3/4 inch nominal, made with 100 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement.

2.04

INCIDENTALS A. External Angles 1. Where not otherwise indicated on the Drawings, provide 3/4 inch bevel, formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways, slabs, walls, beams, columns, and openings. Provide 1/4 inch bevel formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways, walls, and slabs at expansion, contraction, and construction joints.

2.

B.

Keyways: Steel, plastic, or lumber treated with form coating, applied according to label directions. Inserts 1. Dovetail anchors or ties

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-4

PART 3 - EXECUTION 3.01 GENERAL A. Verification of Conditions 1. Do not place any concrete until all forms have been thoroughly checked for alignment, level, strength, and to assure accurate location of all mechanical and electrical inserts or other embedded items. Removal of Formwork: Do not remove forms from concrete which has been placed when outside ambient air temperature is below 50 degrees Fahrenheit until concrete has attained specified strength as determined by test cylinders stored in field under equivalent conditions as concrete structure.

2.

3.02

FORMS AND ACCESSORIES A. Vertical Forms 1. 2. Remain in place minimum of 24 hours after concrete is placed. If, after 24 hours, concrete has sufficient strength and hardness to resist surface or other damage, forms may be removed.

B.

Other Forms Supporting Concrete and Shoring: Remain in place as follows: 1. 2. 3. 4. 5. Sides Of Footings: 24 hours minimum. Vertical Sides of Beams, Girders, and Similar Members: 48 hours minimum. Slabs, Beams, and Girders: Until concrete strength reaches specified strength or until shoring is installed. Shoring for Slabs, Beams, and Girders: Shore until concrete strength reaches specified strength. Wall Bracing: Until concrete strength of beams and slabs laterally supporting wall reaches specified strength.

C.

Green Concrete: 1. 2. No heavy loading on green concrete will be permitted. Green concrete is defined as concrete with less than 100 percent of specified strength.

D.

Immediately after forms are removed, carefully examine concrete surfaces, and repair any irregularities in surfaces and finishes as specified in Section 03300.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-5

3.03

FORM TIES A. Cone-snap Rod and Bar Ties: Tie forms together at not more than 2 foot centers vertically and horizontally. After forms are removed from wall, fill tie holes as follows: 1. 2. 3. B. Remove form ties from surfaces. Roughen cone shaped tie holes by heavy sandblasting before repair. Dry pack cone shaped tie holes with non-shrink drypack mortar.

Taper Ties 1. Neoprene Plug in Taper Tie Holes: After forms and taper ties are removed from wall, plug tie holes with neoprene plug as follows:
a. b.

Heavy sandblast and then clean tie holes. After cleaning, drive neoprene plug into each of taper tie holes with steel rod. Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. Locate steel rod in cylindrical recess, made in plug, during driving. 1) At no time are plugs to be driven on flat area outside cylindrical recess.

c.

C.

Dry Pack Of Taper Tie Holes: After Installing Plugs in Tie Holes: 1. Coat tie hole surface with epoxy bonding agent and fill with drypack mortar as specified in Section 03600. Drypack Mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. Dry pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. Wall surfaces in area of drypacked tie holes: On the water side of water containing structures and the outside of below grade walls:
a.

2.

3.

4.

Cover with minimum of 10 mils of epoxy gel. Provide epoxy gel coating on wall surfaces that extend minimum of 2 inches past drypack mortar filled tie holes. Provide finish surfaces that are free from sand streaks or other voids.

b.

c.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-6

3.04

BUILT-UP PLYWOOD FORMS A. Studding 1. 2. 3. Concrete work. Spaced at 16 inches or 24 inches on center. Closer spacing may be required depending upon strength requirements of the forms, in order to prevent any bulging surfaces on faces of finished Install studs perpendicular to grain of exterior plys of plywood sheets.

B. C.

Wales: Form wales of double lumber material minimum size as specified in this Section. Number of Form Reuses: Depends upon durability of surface coating or overlay used, and ability to maintain forms in condition such that they are capable of producing flat, smooth, hard, dense finish on concrete when stripped.

3.05

STEEL OR STEEL FRAMED FORMS A. Steel Forms 1. B. Adequately brace forms for minimum deflection of finish surface.

Steel Framed Plywood Forms 1. 2. Rigidly construct and brace with joints fitting closely and smoothly. Number of Form Reuses: Depends upon durability of surface coating or overlay used.

C.

Built-up Plywood Forms as specified in this section may be used in conjunction with steel forms or steel framed plywood forms for special forming conditions such as corbels and forming around items which will project through forms.

3.06

BRACING AND ALIGNMENT OF FORMS A. Line and Grade: Limit deviations to tolerances which will permit proper installation of structural embedded items or mechanical and electrical equipment and piping. Formwork 1. Securely brace, support, tie down, or otherwise hold in place to prevent any movement. Make adequate provisions for uplift pressure, lateral pressure on forms, and deflection of forms.

B.

2.

C.

When Second Lift is Placed on Hardened Concrete: Take special precautions in form work at top of old lift and bottom of new lift to prevent

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-7

1. 2. D. E.

Spreading and vertical or horizontal displacement of forms. Grout "bleeding" on finish concrete surfaces.

Pipe Stubs, Anchor Bolts, and Other Embedded Items: Set in forms where required. Cracks, Openings, or Offsets at Joints in Formwork: Close those that are 1/16 inch or larger by tightening forms or by filling with acceptable crack filler.

3.07

INCIDENTALS A. B. C. D. Keyways: Construct keyways as indicated on the Drawings. Exterior Corners: Provide 3/4 inch chamfer unless otherwise specified. Reentrant Angles: May be left square. Level Strips: Install level strips at top of wall concrete placements to maintain true line at horizontal construction joints. Inserts 1. Encase pipes, anchor bolts, steps, reglets, castings, and other inserts, as indicated on the Drawings or as required, in concrete. Use dovetail anchors or ties in conjunction with slots or inserts for various materials as specified under other sections of these Specifications and as may be necessary for required work.

E.

2.

3.08

PIPE AND CONDUIT A. Install pipe and conduit in structures as indicated on the Drawings, and seal with materials as specified in Section 07900.

3.09

TOLERANCES A. Finish concrete shall conform to shapes, lines, grades, and dimensions indicated on the Drawings. The maximum deviation from true line and grade shall not exceed tolerances listed below at time of acceptance of project. General: Comply with ACI 117, paragraphs 2.0 through 2.2 and paragraphs 4.0 through 4.5, except as modified in following: 1. Slabs a. Slope: Uniformly sloped to drain when slope is indicated on the Drawings.

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-8

b.

Slabs Indicated to Be Level: Have maximum deviation of 1/8 inch in 10 feet without any apparent changes in grade.

2.

On Circular Tank Walls: The CONTRACTOR may deviate from finish line indicated on the Drawings by use of forms with chord lengths not to exceed 2 feet. Inserts: Set inserts to tolerances required for proper installation and operation of equipment or systems to which insert pertains. Maximum Tolerances: As follows: Item Sleeves and Inserts Projected Ends of Anchor Bolts Anchor Bolt Setting Inches Plus 1/8 Minus 1/8 Plus 1/4 Minus 0.0 Plus 1/16 Minus 1/16

3.

4.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-9

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONCRETE FORMWORK 03100-10

SECTION 03123 CONTROLLED LOW STRENGTH MATERIAL

PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide Controlled Low Strength Material (CLSM), complete and in place, in accordance with the Contract Documents. CLSM shall be placed where indicated and may be used, if the ENGINEER approves, for the following purposes: 1. Normal CLSM with high slump, non-segregating consistency that readily flows and fills voids and difficult to reach places: pipe zone fill, trench zone fill, pipe abandonment, structure backfill, and structure cavity fill.

B.

1.02

CONTRACTOR SUBMITTALS A. Shop Drawings 1. CLSM mix designs which show the proportions and gradations of all materials proposed for each type of CLSM indicated. Each mix design shall be accompanied by independent laboratory test results of the indicated properties. If the CONTRACTOR proposes to provide lower strength CLSM with aggregates that do not conform to ASTM C 33 - Concrete Aggregate, Shop Drawings shall include a testing program that will be used to control the variability of the aggregates. The testing program shall be acceptable to the Engineer.

2.

1.03

QUALITY ASSURANCE A. All testing will be done by a testing laboratory selected by the OWNER at the OWNER's expense, except as otherwise indicated. If tests of the CLSM show non-compliance with the specifications, the CONTRACTOR shall make changes as may be required to achieve compliance. Performing and paying for subsequent testing to show compliance shall be the CONTRACTOR's responsibility. Correlation Tests 1. The CONTRACTOR shall perform a field correlation test for each mix of CLSM used in pipe zone, trench zone, or backfill used in amounts greater than 100 cubic yards or when CLSM is required to support traffic or other live loads on the fill less than 7 days after placing CLSM.

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTROLLED LOW STRENGTH MATERIAL 03123-1

2.

Field correlation tests shall be performed in a test pit similar in cross section to the WORK and at least 10-feet long at a location near the WORK. The proposed location shall be acceptable to the ENGINEER. Laboratory and field tests shall be performed on samples taken from the same CLSM batch mix. All tests shall be performed by a laboratory at the CONTRACTOR'S expense. Testing shall be performed once each 2 hours during the first 8 hours, once each 8 hours during the first week, and once each 24 hours until the CLSM mix reaches the maximum design strength. a. Compression testing shall be in accordance with ASTM D 4832 Preparation and Testing of Soil-Cement Slurry Test Cylinders. Setting test shall be in accordance with ASTM C 403 - Time of Setting of Concrete Mixtures by Penetration Resistance Density tests shall be in accordance with ASTM C 138 - Unit Weight, Yield and Air Content (Gravimetric) of Concrete.

3.

4.

b.

c.

PART 2 - PRODUCTS 2.01 CONTROLLED LOW STRENGTH MATERIAL A. CLSM shall be a mixture of cement, pozzolan, coarse and fine aggregate, admixtures, and water, mixed in accordance with ASTM C 94 - Ready Mixed Concrete. Composition: The following parameters shall be within the indicated limits and as necessary to produce the indicated compressive strengths. 1. 2. 3. C. Mix proportions as necessary. Entrained air content shall be between 10 to 20 percent. Water reducing agent content as necessary.

B.

Properties 1. 2. Density shall be between 120 PCF minimum and 145 PCF maximum. Slump shall be as required by the CONTRACTOR's methods, but shall not promote segregation nor shall slump exceed 9 inches. Compressive strength at 28 days. a. Normal CLSM: Between 50 psi minimum and 100 psi maximum. Unless specifically indicated otherwise, all CLSM shall be Normal CLSM.

3.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTROLLED LOW STRENGTH MATERIAL 03123-2

2.02

CEMENT A. Cement shall be Type V in accordance with ASTM C 150 - Portland Cement.

2.03

POZZOLAN A. Pozzolan shall be Type F or C in accordance with ASTM C 618 - Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. Pozzolon content, by weight, in Normal CLSM shall not be greater than cement content.

2.04

AGGREGATE A. Aggregate shall consist of a well graded mixture of crushed rock, soil, or sand, with a nominal maximum size of 3/8-inch. One hundred percent shall pass the 1/2-inch sieve; no more than 30 percent shall be retained on the 3/8-inch sieve; and no more than 12 percent shall pass the number 200 sieve. If more than 5 percent of the aggregate passes the number 200 sieve, the material passing the number 200 sieve shall have a plasticity index of less than 0.73 (liquid limit-20), when tested in accordance with ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils. All aggregate shall be free from organic matter and shall not contain hazardous materials, nor more alkali, sulfates, or salts than the native materials at the Site.

2.05

ADMIXTURES A. Air entraining admixtures shall be in accordance with ASTM C 260 - Air-Entraining Admixtures for Concrete. Water reducing admixtures shall be in accordance with ASTM C 494 - Chemical Admixtures for Concrete.

B.

2.06

WATER A. Water shall be potable, clean, free from objectionable quantities of silt, organic matter, alkali, salt, and other impurities.

PART 3 - EXECUTION 3.01 PREPARATION A. Subgrade and compacted fill to receive CLSM shall be prepared according to Section 02200 - Earthwork.

3.02

BATCHING, MIXING AND DELIVERY A. Batching, mixing, and delivery of CLSM shall conform to ASTM C 94. CLSM shall be mixed at a batch plant acceptable to the ENGINEER and shall be delivered in standard transit mix trucks.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTROLLED LOW STRENGTH MATERIAL 03123-3

3.03

PLACEMENT A. CLSM shall be placed by tailgate discharge, conveyor belts, pumped, or other means acceptable to the ENGINEER. CLSM shall be directed in place by vibrator, shovel, or rod to fill all crevices and pockets. Avoid over-consolidation which causes separation of aggregate sizes. CLSM shall be continuously placed against fresh material unless otherwise approved by the ENGINEER. When new material is placed against existing CLSM, the placement area shall be free from all loose and foreign material. The surface of the existing material shall be soaked a minimum of one hour before placement of fresh material but no standing water shall be allowed when placement begins. Temperature of the CLSM shall be between 50 and 90 degrees F, when placed. CLSM shall not be placed when the air temperature is below 40 degrees F. No CLSM shall be placed against frozen subgrade or other materials having temperature less than 32 degrees F.

B.

C.

3.04

FINISHING A. The finish surface shall be smooth and to the grade indicated or directed by the ENGINEER. Surfaces shall be free from fins, bulges, ridges, offsets, and honeycombing. Finishing by wood float, steel trowel, or similar methods is not required.

3.05

CURING A. CLSM shall be kept damp for a minimum of 7 days or until final backfill is placed.

3.06

PROTECTION A. B. CLSM shall be protected from freezing for 72 hours after placement. No fill or loading shall be placed on CLSM until probe penetration resistance, as measured in accordance with ASTM C 803 - Standard Test Method for Penetration Resistance of Hardened Concrete, exceeds 650 psi. CLSM shall be protected from running water, rain, and other damage until the material has been accepted and final fill completed.

C.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTROLLED LOW STRENGTH MATERIAL 03123-4

SECTION 03200 REINFORCEMENT STEEL

PART 1 - GENERAL 1.01 DESCRIPTION A. The CONTRACTOR shall furnish, fabricate, and place all concrete reinforcement steel, couplers, and concrete inserts for use in reinforced concrete and masonry construction, including all appurtenances such as wires, clips, supports, chairs, spacers, and other accessories, all in accordance with the Contract Documents. The Drawings contain general notes concerning amount of reinforcement and placing, details of reinforcement at wall corners and intersections, and details of extra reinforcement around openings in concrete. The CONTRACTOR shall submit detailed drawings as specified under Section 1.4.

B.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. B. Section 03100, Concrete Formwork. Section 03300, Cast-in-Place Concrete.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. B. Comply with the reference specifications of the Standard Specifications, General Conditions, Special Conditions and as specified herein. Comply with the current provisions of the following Codes and Standards. 1. American Concrete Institute (ACI): a. b. 2. ACI 315 ACI 350 Details and Detailing of Concrete Reinforcement Code Requirements for Environmental Engineering Concrete Structures

American Society for Testing and Materials (ASTM) a. A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement.

3.

American Welding Society (AWS): a. D1.4 Structural Welding Code - Reinforcing Steel.

1.04

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein.
REINFORCING STEEL 03200-1

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

The following submittals and specific information shall be provided. 1. 2. The CONTRACTOR shall furnish shop drawings of all reinforcement steel prior to fabrication in accordance with the Contract Documents. The shop drawings shall include layouts, bending diagrams, assembly diagrams, dimensioned types, locations of all bar laps and splices, placement lists and details of bar reinforcing and accessories including shapes and dimensions. Layout plans for bar supports and chairs, with typical details, shall be included. Changes to Reinforcing Steel Contract Drawing Requirements: a. b. Indicate in separate letter submitted with shop drawings any changes of requirements indicated on the Drawings for reinforcing steel. Such changes will not be acceptable unless the ENGINEER has accepted such changes in writing.

3.

C. D.

Review of shop drawings by the ENGINEER will be limited to general compliance with the Contract Documents. Samples: 1. Bar Supports: Submit samples of chairs proposed for use along with letter stating where each type chair will be used.

1.05

DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: 1. B. Deliver bars bundled and tagged with identifying tags.

Acceptance at Site: 1. Reinforcing Bars: Deliver reinforcing bars lacking grade identification marks accompanied by manufacturer's guarantee of grade.

1.06

SEQUENCING AND SCHEDULING A. Bar Supports: Do not place concrete until samples and attached data of bar supports has been accepted by the ENGINEER.

1.07

QUALITY ASSURANCE A. The CONTRACTOR shall make provisions for sampling reinforcing steel delivered to the job site. Two sampling bars, cut from different bars and 3 feet in length for bar sizes # 3 through # 5 and 5 feet in length for bars sizes # 6 and larger, shall be taken from each 25 tons or fraction thereof, of each size and heat number delivered to the job site. When the name of the manufacturer, heat identification number, or chemical analysis is not known, the sampling interval shall be each 5 tons or fraction thereof, of each bar size and heat number. VVWRA will pay costs of initial tests. Additional testing, due to failure of initial tests, shall be paid for by the CONTRACTOR.
REINFORCING STEEL 03200-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

If reinforcement steel is spliced by welding at any location, the CONTRACTOR shall submit certifications of procedure qualifications for each welding procedure used and certification of welder qualifications, for each welding procedure, and for each welder performing the work. Such qualifications shall be as specified in AWS D1.4. The CONTRACTOR shall provide samples of each type of welded splice used in the work in a quantity and of dimensions adequate for testing. At the discretion of the ENGINEER, radiographic testing of direct butt-welded splices will be performed. The CONTRACTOR shall provide assistance necessary to facilitate testing. The CONTRACTOR shall repair any weld, which fails to meet the requirements of AWS D1.4. VVWRA will pay the costs of testing; except, the costs of all tests that fail to meet specified requirements shall be paid by the CONTRACTOR. The CONTRACTOR shall provide to the ENGINEER written identification of reinforcement steel by manufacturer's heat number and mill certification, and the fabricator's release number and type from the point of fabrication to the place of final incorporation of the steel into the work.

C.

D.

PART 2 - PRODUCTS 2.01 GENERAL A. 2.02 Provide reinforcing steel that is new material, of quality specified, free from excessive rust or scale or any defects affecting its usefulness.

REINFORCING BARS A. B. Reinforcing Bars to Be Embedded in Concrete or Masonry: Grade 60 deformed bars conforming to ASTM A 615 except as specified in the next subparagraph. Reinforcement resisting earthquake-induced flexural and axial forces in concrete frame members and in concrete wall boundary members shall comply with low alloy ASTM A 706. ASTM A 615 Grade 60 reinforcement may be used in these members if the following requirements are met: 1. The actual yield strength based on mill tests does not exceed the specified yield strength by more than 18,000 pounds per square inch (retests shall not exceed this value by more than an additional 3,000 pounds per square inch). The ratio of the actual ultimate tensile stress to the actual tensile yield strength is not less than 1.25.

2. C.

Thread Bars 1. 2. Provide thread bars having continuous rolled-in pattern of thread-like deformations along entire length. Provide hex nuts and couplers for the thread bars that develop 125 percent of yield strength of bar.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

REINFORCING STEEL 03200-3

3.

Thread Bars a. b. Conform to ASTM A 615 Grade 60. Manufacturers: One of the following or equal: 1) DYWIDAG Systems International, Long Beach, California, DYWIDAG Threadbar. Do not substitute cut threads on regular reinforcing bars for thread bars.

c. 2.03 BAR SUPPORTS A.

Reinforcement Support Chairs: 1. Hot-dip galvanized steel. Provide hot-dip galvanized steel with plastic tips at surfaces which will be exposed to view. Use unless otherwise indicated on the Drawings.

B. 2.04

Tie Wires: Annealed steel.

FABRICATION A. Shop Assembly: 1. 2. 3. Cut and bend bars in accordance with provisions of ACI 315 and ACI 350. Bend bars cold. Provide bars free from defects and kinks and from bends not indicated on the Drawings.

PART 3 - EXECUTION 3.01 GENERAL A. Verification of Conditions: 1. Reinforcing Bars: a. Verify that bars are new stock free from rust scale, loose mill scale, excessive rust, dirt, oil, and other coatings which adversely affect bonding capacity when placed in the work.

3.02

PREPARATION A. Surface Preparation: 1. Reinforcing Bars: Thin coating of red rust resulting from short exposure will not be considered objectionable. Thoroughly clean any bars having rust scale, loose mill scale, or thick rust coat. Cleaning of Reinforcement Materials: Remove concrete or other deleterious coatings from dowels and other projecting bars by wire brushing or sandblasting before bars are embedded in subsequent concrete placement.
REINFORCING STEEL 03200-4

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.03

INSTALLATION A. Reinforcing Bars: 1. 2. No field bending of bars will be allowed. Welding: a. b. B. Weld reinforcing bars where indicated on the Drawings or acceptable to the ENGINEER. Perform welding in accordance with AWS D1.4.

Placing Reinforcing Bars: 1. 2. 3. 4. 5. 6. Accurately place bars and adequately secure them in position. Overlap bars at splices as specified or indicated on the Drawings. Unless specifically otherwise indicated on the Drawings, install bars at lap splices in contact with each other and fasten bars together with tie wire. If lap splice length for bars in concrete is not specified or indicated on the Drawings, bars shall be lap spliced in accordance with ACI 350. If not specified or indicated on the Drawings and not specified in DIVISION 4, lap splice bars in masonry in accordance with the California Building Code. Bar Supports: a. Provide in sufficient number to prevent sagging and to support loads during construction, but in no case less than quantities and at locations as indicated in ACI 315. Support reinforcing for concrete placed on ground by standard manufactured chairs, with steel plates for resting on ground. Do not use brick, broken concrete masonry units, spalls, rocks, or similar material for supporting reinforcing steel.

b. c. 7. C.

If not indicated on the Drawings, provide protective concrete cover in accordance with ACI 350.

Tying of Bar Reinforcement: 1. 2. 3. Fasten bars securely in place with wire ties. Tie bars sufficiently often to prevent shifting. There shall be at least 3 ties in each bar length (does not apply to dowel lap splices or to bars shorter than 4 feet, unless necessary for rigidity).

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

REINFORCING STEEL 03200-5

4. 5.

Tie slab bars at every intersection around periphery of slab. Tie wall bars and slab bar intersections other than around periphery at not less than every fourth intersection, but at not greater than following maximum spacings: Slab Bars Spacing (Inches) 60 96 120 Wall Bars Spacing (Inches) 48 60 96

Bar Size Bars Number 5 and Smaller Bars Number 6 through Number 9 Bars Number 10 and Number 11 6. 7. D.

After tying wire ties, bend ends of wire ties in towards the center of the concrete section. Wire ties shall conform to the cover requirements of the reinforcing bars. Above tying requirements do not apply to reinforcement for masonry. Refer to DIVISION 4 for tying requirements for masonry.

Lap Splices of Reinforcing Bars: 1. Where bars are to be lapped spliced at joints in concrete, ensure bars project from concrete first placed, minimum length equal to lap splice length indicated on the Drawings. Where lap splice length is not indicated on the Drawings, then provide lap splice length as specified in ACI 350 and this Division. END OF SECTION

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

REINFORCING STEEL 03200-6

SECTION 03290 JOINTS IN CONCRETE

PART 1 - GENERAL 1.01 DESCRIPTION A. The CONTRACTOR shall construct all joints in concrete at the locations shown. Joints required in concrete structures are of various types and will be permitted only where shown, unless specifically accepted by the ENGINEER.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. B. C. Section 03100, Concrete Formwork. Section 03200, Reinforcement Steel. Section 03300 Cast-in-Place Concrete.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. B. Comply with the reference specifications of the Standard Specifications, General Conditions, Special Conditions and as specified herein. Comply with the current provisions of the following Codes and Standards. 1. Federal Specifications: TT-S-0227E(3) Sealing Compound, elastomeric type, Multi-component for Caulking, Sealing, and Glazing Buildings and Other Structures

2.

Commercial Standards: ASTM C 920 ASTM D 624 ASTM D 638 ASTM D 746 ASTM D 747 ASTM D 1752 Specification for Elastomeric Joint Sealants Test Method for Rubber Property -- Tear Resistance Test Method for Tensile Properties of Plastics Test Method for Brittleness Temperature of Plastics and Elastomers by Impact Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever Beam Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction Test Method for Rubber Property -- Durometer Hardness

ASTM D 2240

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-1

1.04

CONTRACTOR SUBMITTALS A. B. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein. The following submittals and specific information shall be provided. 1. Waterstops: Prior to use of the material required under this contract, qualification samples shall be submitted. Such samples shall consist of extruded or molded sections of each size or shape to be used. The material sample shall be representative of the material to be furnished under this contract. The balance of the material to be used under this contract shall not be produced until after the ENGINEER has reviewed and approved the qualification samples. The CONTRACTOR shall obtain from the waterstop manufacturer and shall furnish to the ENGINEER for review, current test reports and a written certification of the manufacturer that the material to be shipped to the job meets the physical requirements as outlined in the U.S. Army Corps of Engineers Specification CRD-C572 and those listed herein. Joint Sealant: Prior to ordering the sealant material, the CONTRACTOR shall submit to the ENGINEER for review and approval, data to show compliance with the requirements of the Contract Documents. Certified test reports from the sealant manufacturer indicating compliance with the above requirements shall be furnished the ENGINEER before the sealant is used on the job. Preformed Expansion Joint Material: The CONTRACTOR shall submit to the ENGINEER for sufficient information to determine whether or not the material the CONTRACTOR proposes to use meets the requirements of the Contract Documents. Shipping Certification: The CONTRACTOR shall provide written certification from the manufacturer to show that all of the material shipped to this project meets or exceeds the physical property requirements of the Contract Documents. Supplier certificates are not acceptable. The CONTRACTOR shall submit placement shop drawings showing the location and type of all joints for each structure.

2.

3.

4.

5. 1.05

QUALITY ASSURANCE A. Waterstop Inspection: It is required that all waterstop field joints shall be subject to inspection, and no such work shall be scheduled or started without having made prior arrangements with the ENGINEER to provide for the required inspections. Not less than 24 hours notice shall be provided to the ENGINEER for scheduling such inspections. All field joints in waterstops shall be free of misalignment, bubbles, inadequate bond, porosity, cracks, offsets, and other defects, which would reduce the potential resistance of the material to water pressure at any point. All defective joints shall be replaced with material which shall pass said inspection, and all faulty material shall be removed from the site and disposed of by the CONTRACTOR at its own expense.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-2

C.

The following waterstop defects represent a partial list of defects which shall be grounds for rejection: 1. 2. 3. Offsets at joints greater than 1/16-inch or 15 percent of material thickness, at any point, whichever is less. Exterior crack at joint, due to incomplete bond, which is deeper than 1/16-inch or 15 percent of material thickness, at any point, whichever is less. Any combination of offset or exterior crack which will result in a net reduction in the cross section of the waterstop in excess of 1/16-inch or 15 percent of material thickness at any point, whichever is less. Misalignment of joint which result in misalignment of the waterstop in excess of 1/2-inch in 10 feet. Porosity in the welded joint as evidenced by visual inspection. Bubbles or inadequate bonding.

4. 5. 6. D.

Waterstop Samples: The submitted samples shall be fabricated so that the material and workmanship represent in all respects the fittings to be furnished under this contract. Field samples of fabricated fittings (crosses, tees, etc.) will be selected at random by the ENGINEER for testing. When tested, they shall have a tensile strength across the joints equal to at least 600 psi. Construction Joint Sealant: The CONTRACTOR shall prepare adhesion and cohesion test specimens as specified herein, at intervals of 5 working days while sealants are being installed. The sealant material shall show no signs of adhesive or cohesive failure when tested in accordance with the following procedure in laboratory and field tests: 1. Sealant specimen shall be prepared between 2 concrete blocks (1-inch by 2-inch by 3-inch). Spacing between the blocks shall be 1/2-inch. Coated spacers (2-inch by 1-1/2-inch by 1/2-inch) shall be used to insure sealant cross-sections of 1/2-inch by 2 inches with a width of 1/2-inch. Sealant shall be cast and cured according to manufacturer's recommendations except that curing period shall not exceed 24 hours. Following curing period, the gap between blocks shall be widened to one inch. Spacers shall be used to maintain this gap for 24 hours prior to inspection for failure.

E.

F.

2. 3.

1.06

TYPES OF JOINTS A. Construction Joints: When fresh concrete is placed against a hardened concrete surface, the joint between the two pours is called a construction joint. Unless otherwise specified, all joints in water bearing members shall be provided with a waterstop and sealant groove of the shape specified and as shown on the plans.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-3

B.

Contraction Joints: Contraction joints are similar to construction joints except that the fresh concrete shall not bond to the hardened surface of the first pour, which shall be coated with a bond breaker. The slab reinforcement shall be stopped 4-1/2 inches from the joint; which is provided with a sleeve-type dowel, to allow shrinkage of the concrete of the second pour. Waterstop and sealant groove shall also be provided. Expansion Joints: To allow the concrete to expand freely, a space is provided between the two pours, the joint shall be formed as shown on the plans. This space is obtained by placing a filler joint material against the first pour, which acts as a form for the second pour. Unless otherwise specified, all expansion joints in water bearing members shall be provided with an approved type waterstop. Premolded expansion joint material shall be installed with the edge at the indicated distance below or back from finished concrete surface, and shall have a slightly tapered, dressed, and oiled wood strip secured to or placed at the edge thereof during concrete placement, which shall later be removed to form space for sealing material. The space so formed shall be filled with a joint sealant material as specified in the Paragraph in Part 2 entitled "Joint Sealant." In order to keep the two elements in line the joint shall be provided with a sleeve-type dowel as shown.

C.

D.

Control Joints: The function of the control joint is to provide a weaker plane in the concrete, where shrinkage cracks will probably occur. A groove, of the shape and dimensions as shown on the plans, is formed or saw-cut in the concrete and shall be filled with a joint sealant material as specified in the Paragraph in Part 2 entitled "Joint Sealant."

1.07

WARRANTY A. The CONTRACTOR shall provide a 5-year written warranty of the entire sealant installation against faulty and/or incompatible materials and workmanship, together with a statement that it agrees to repair or replace, to the satisfaction of the ENGINEER, at no additional cost to VVWRA, any such defective areas which become evident within said 5-year warranty period.

PART 2 - PRODUCTS 2.01 PVC WATERSTOPS A. General: Waterstops shall be extruded from virgin elastomeric polyvinyl chloride (PVC) compound containing plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of these Specifications. Waterstops shall be 6- or 9-inches wide with a 3/4-inch diameter hollow-center bulb, dumbbell-type, as shown on the Plans. No reclaimed or scrap material shall be used. Flatstrip and Center-Bulb Waterstops: Flatstrip and center-bulb waterstops shall be as detailed and as manufactured by: Kirkhill Rubber Co., Brea, California; Water Seals, Inc., Chicago, Illinois; Progress Unlimited, Inc., New York, New York; or equal; provided, that at no place shall the thickness of flat strip waterstops, including the center bulb type, be less than 3/8-inch.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-4

C.

Multi-Rib Waterstops: Multi-rib waterstops, where required, shall be as detailed and as manufactured by Water Seals, Inc., Chicago, Illinois; Progress Unlimited, Inc., New York, New York; or equal. Prefabricated joint fittings shall be used at all intersections of the ribbed-type waterstops. Other Types of Waterstops: When other types of waterstops, not listed above are required and shown, they shall be subjected to the same requirements as those listed herein. Waterstop Testing Requirements: When tested in accordance with the specified test standards, the waterstop material shall meet or exceed the following requirements: Physical Property, Sheet Material Specific Gravity Tensile Strength-min (psi) Ultimate Elongation-min (percent) Low Temp Brittleness-max (degrees F) Stiffness in Flexure-min (psi) Accelerated Extraction-min Alkali Extraction, 7-day Weight Change Type A Shore Durometer, Hardness Requirement Not Less Than 1.3 1,400 250 -35 400 1,500 Not more than –0.1 $ to +0.25 70-90 Standard ASTM D 792 ASTM D 412 ASTM D 412 ASTM D 746 ASTM D 747 CRD-C-572 CRD-C-572 ASTM D 2240

D.

E.

F.

Six-inch waterstops shall weigh not less than 130 pounds per 100 linear feet. Nine-inch waterstops shall weigh not less than 200 pounds per 100 linear feet. Thickness shall be 3/8-inch. Allowable tolerances are: width - ±3/16-inch; thickness - ±1/32-inch.

2.02

JOINT SEALANT A. B. Joint sealant shall be polyurethane polymer designed for bonding to concrete continuously submerged in water. Joint sealant material shall meet the following requirements: Requirement Work Life Time to Reach 20 Shore “A” Hardness (at 77 degrees F,2000 gr quantity) Ultimate Hardness Tensile Strength Ultimate Elongation Tear resistance (Die C ASTM D 624) Color Value 45 – 90 Minutes 24 Hours, Maximum 30 – 40 Shore “A” 250 psi, minimum 400 %, minimum 75 pounds per inch of thickness, minimum Light Grey

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-5

C.

All polyurethane sealants for waterstop joints in concrete shall conform to the following requirements: 1. Sealant shall be 2-part polyurethane with the physical properties of the cured sealant conforming to or exceeding the requirements of ASTM C 920 or Federal Specification TT-S-00227 E(3) for 2-part material, as applicable. For vertical joints and overhead horizontal joints, only "non-sag" compounds shall be used; all such compounds shall conform to the requirements of ASTM C 920 Class B, or Federal Specification TT-S-00227 E(3), Type II. For plane horizontal joints, the self-leveling compounds which meet the requirements of ASTM C 920 Class A, or Federal Specification TT-S-00227 E(3), Type I shall be used. For joints subject to either pedestrian or vehicular traffic, a compound providing non-tracking characteristics, and having a Shore "A" hardness range of 25 to 35, shall be used. Primer materials, if recommended by the sealant manufacturer, shall conform to the printed recommendations of the sealant manufacturer.

2.

3.

4. D.

Sealants for non-waterstop joints in concrete shall conform to the requirements of Section 07900, Joint Sealants.

2.03

PREFORMED JOINT FILLER A. Preformed joint filler material shall be of the preformed non-extruding type joint filler constructed of cellular neoprene sponge rubber or polyurethane of firm texture. All nonextruding and resilient-type preformed expansion joint fillers shall conform to the requirements and tests set forth in ASTM D 1752 for Type I, except as otherwise specified herein. Bituminous Fiber Expansion Joint Filler: Bituminous fiber expansion joint filler shall not be used unless called for in the Specifications or shown on the Drawings. Bituminous fiber expansion joint filler shall be in accordance with ASTM D 1751. Bituminous expansion joint material shall not be used in joints to be sealed with synthetic rubber sealing compound.

B.

2.04

BACKING ROD A. Backing rod shall be an extruded closed-cell, polyethylene foam rod or an expanded closed-cell sponge rubber, manufactured from a synthetic polymer neoprene base. The material shall be compatible with the joint sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The diameter of the filler rod shall be 25 percent greater than the nominal joint width. Filler rod shall be Sonofoam Backer Rod manufactured by Sonneborn, Inc., or Rod Stock manufactured by Rubatex Corporation, or equal. The manufacturer's instructions for surface preparation and application shall be used as a guide for installation, except that the material shall not be installed by stretching beyond its normal length.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-6

2.05

BOND BREAKER A. Bond breaker shall be Super Bond Breaker as manufactured by Burke Company, San Mateo, California; Hunt Process 225-TU as manufactured by Hunt Process Co., Santa Fe Springs, California; Select Cure CRB as manufactured by Select Products Co., Upland, California; or equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable.

2.06

BENTONITE WATERSTOP A. Where called for in the Contract Documents, bentonite type waterstop, which shall expand in the presence of water to form a watertight joint seal without damaging the concrete in which it is cast, shall be provided. The bentonite waterstop shall be composed of 75 percent bentonite. The balance of the material shall be butyl rubber-hydrocarbon with less than 1.0-percent volatile matter. The waterstop shall contain no asbestos fibers or asphaltics. The manufacturer's rated application temperature range shall be from 5 to 125 degrees F. The service temperature range shall be from -40 to 212 degrees F. The cross sectional dimensions of the unexpanded waterstop shall be one inch by 3/4inch. The waterstop shall be provided with an adhesive backing, which will provide excellent adhesion to concrete surfaces.

B.

C. D. E.

PART 3 - EXECUTION 3.01 GENERAL A. Unless otherwise shown, waterstops of the type specified herein shall be embedded in the concrete across joints as shown. All waterstops shall be fully continuous for the extent of the joint. Splices necessary to provide such continuity shall be accomplished in conformance to printed instructions of manufacturer of the waterstops. The CONTRACTOR shall take suitable precautions and means to support and protect the waterstops during the progress of the work and shall repair or replace at its own expense any waterstops damaged during the progress of the work. All waterstops shall be stored so as to permit free circulation of air around the waterstop material.

3.02

JOINTS A. Joints in concrete work shall be of the type and in the position indicated on the Contract Documents. No change in the joint position will be allowed unless approved by the ENGINEER. All joints in concrete shall be thoroughly cleaned by sandblasting, including reinforcing steel, of all laitance, grease, oil and dirt prior to commencing concrete placement. The CONTRACTOR shall obtain approval of the joint details prior to commencing the next pour.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-7

3.03

WATERSTOPS A. B. C. Waterstops of the type specified shall be installed in all joints within water bearing walls, walls exposed to groundwater, and all slabs, and as shown on the Plans. Installation of waterstop, joint sealing and caulking materials shall be performed in accordance with Section 07900, Joint Sealants. Waterstops in the walls shall be carried into lower slabs and shall join the waterstops in the slabs. All waterstops shall be continuous. Waterstops shall be set accurately to the position and line indicated on the Contract Documents. Edges shall be held and securely fixed in position at intervals of not more than 24 inches so that they will not move during the placing of the concrete. No nails shall be driven through the waterstops. Wires at not more than 24 inches on center in the outer bulbs shall be used to tie the waterstops into position. Suitable clips may be used in lieu of wires, at the CONTRACTOR’S discretion. When any waterstop is installed in the concrete on one side of a joint, while the other half or portion of the waterstop remains exposed to the atmosphere for more than 2 days, suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the entire exposure and until the exposed portion of the waterstop is embedded in concrete.

D.

E.

3.04

SPLICES IN WATERSTOPS A. Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections in accordance with the manufacturer's printed recommendations and the following requirements: 1. The material shall not be damaged by heat sealing. Care shall be taken during the heating process to not burn or char the waterstop material. Charred areas in a spliced joint are unacceptable. The splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. The continuity of the waterstop ribs and of its tubular center axis shall be maintained. Splicing of waterstops shall be performed using a Teflon-covered heating iron operating at a temperature of 400ï‚°F. Waterstops shall be cut with a saw absolutely straight so that no gaps will exist between the edges after they are spliced together. The heating iron shall be placed between the spliced ends and remain there until at least a 1/8-inch melted bead is produced. The edges shall be quickly held together until cooled. The newly spliced joint shall not be moved for at least 5 minutes after joining. Alternate methods of splicing may be submitted to the ENGINEER for review.

2. 3. 4.

B.

Butt joints of the ends of two identical waterstop sections may be made while the material is in the forms.
JOINTS IN CONCRETE 03290-8

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

C.

All joints with waterstops involving more than 2 ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated by the CONTRACTOR prior to placement in the forms, allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such prefabricated waterstop joint assemblies shall be installed in the forms and the ends of the 24-inch strips shall be butt welded to the straight run portions of waterstop in place in the forms.

3.05

JOINT CONSTRUCTION A. Setting Waterstops: 1. In order to eliminate faulty installation that may result in joint leakage, particular care shall be taken of the correct positioning of the waterstops during installation. Adequate provisions must be made to support the waterstops during the progress of the WORK and to insure the proper embedment in the concrete. The symmetrical halves of the waterstops shall be equally divided between the concrete pours at the joints. The center axis of the waterstops shall be coincident with the joint openings. Maximum density and imperviousness of the concrete shall be insured by thoroughly working it in the vicinity of all joints In placing flat-strip waterstops in the forms, means shall be provided to prevent them from being folded over by the concrete as it is placed. Unless otherwise shown, all waterstops shall be held in place with light wire ties on 24-inch centers which shall be passed through the edge of the waterstop and tied to the curtain of reinforcing steel. Horizontal waterstops, with their flat face in a vertical plane, shall be held in place with continuous supports to which the top edge of the waterstop shall be tied. In placing concrete around horizontal waterstops, with their flat face in a horizontal plane, concrete shall be worked under the waterstops by hand so as to avoid the formation of air and rock pockets. Adequate means shall be provided for anchoring the waterstop in concrete. Waterstops shall be positioned so that they are equally embedded in the concrete on each side of the joint.

2.

3.

B.

Joint Location: Construction joints, and other types of joints, shall be provided where shown. When not shown, construction joints shall be provided at 25-foot maximum spacing for all concrete construction, unless noted otherwise. Where joints are shown spaced greater than 25 feet apart, additional joints shall be provided to maintain the 25foot maximum spacing. The location of all joints, of any type, shall be submitted for acceptance by the ENGINEER. Joint Preparation: Special care shall be used in preparing concrete surfaces at joints where bonding between two sections of concrete is required. Unless otherwise shown, such bonding will be required at all horizontal joints in walls. Surfaces shall be prepared in accordance with the requirements of Section 03300 Cast-in-Place Concrete. Except on horizontal wall construction joints, wall to slab joints or where otherwise shown or specified, at all joints where waterstops are required, the joint face of the first pour shall be coated with a bond breaker as specified herein.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-9

D.

Construction Joint Sealant: 1. Construction joints in water-bearing floor slabs, and elsewhere as shown, shall be provided with tapered grooves which will be filled with construction joint sealant. The material used for forming the tapered grooves shall be left in the grooves until just before the grooves are cleaned and filled with joint sealant. After removing the forms from the grooves, all laitance and fins shall be removed, and the grooves shall be sand-blasted. The grooves shall be allowed to become thoroughly dry, after which they shall be blown out; immediately thereafter, they shall be primed and filled with the construction joint sealant. The primer used shall be supplied by the same manufacturer supplying the sealant. No sealant will be permitted to be used without a primer. Care shall be used to completely fill the sealant grooves. Areas designated to receive a sealant filler shall be thoroughly cleaned, as outlined for the tapered grooves, prior to application of the sealant. Expansion joint filler shall be held in place by glue. Nails shall not be driven through the filler material. Sealant application shall be in accordance with the manufacturer's printed instructions. The surfaces of the groove for the sealant shall not be coated. Concrete next to waterstops shall be placed in accordance with the requirements of Section 03300 Cast-in-Place Concrete. The primer and sealant shall be placed strictly in accordance with the printed recommendations of the manufacturer, taking special care to properly mix the sealant prior to application. All sealant shall cure at least 7 days before the structure is filled with water. All sealant shall be installed by a competent waterproofing specialty CONTRACTOR who has a successful record of performance in similar installations. Before work is commenced, the crew doing the WORK shall be instructed as to the proper method of application by a representative of the sealant manufacturer. Any joint sealant which after the manufacturer's recommended curing time for the job conditions of the WORK hereunder, fails to fully and properly cure shall be completely removed; the groove shall be thoroughly sandblasted to remove all traces of the uncured or partially cured sealant and primer, and shall be re-sealed with the specified joint sealant. All costs of such removal, joint treatment, resealing, and appurtenant work shall be at the expense of the CONTRACTOR.

2. 3.

4.

5.

6.

E.

Bentonite Waterstop: 1. Where a bentonite waterstop is called for in the Contract Documents, it shall be installed with the manufacturer's instructions and recommendations; except, as modified herein. When requested by the ENGINEER, the CONTRACTOR shall arrange for the manufacturer to provide technical assistance in the field.

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-10

3. 4.

The bentonite waterstop shall be located as near as possible to the center of the joint and it shall be continuous around the entire joint. Where a bentonite waterstop is used in combination with PVC waterstop, the bentonite waterstop shall overlap the PVC waterstop for a minimum of 6 inches and shall be placed in contact with the PVC waterstop. The bentonite waterstop shall not be placed when the temperature of the waterstop material is below 40 degrees F. The waterstop material may be warmed so that it shall remain above 40 degrees F during placement; however, means used to warm the material shall in no way harm the material or its properties. The waterstop shall not be installed where the air temperature falls outside the manufacturer's recommended range. The bentonite waterstop shall be secured in place with concrete nails and washers at 12-inch maximum spacing. This shall be in addition to the adhesive backing provided with the waterstop.

5.

6.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-11

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

JOINTS IN CONCRETE 03290-12

SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SCOPE OF SECTION A. The CONTRACTOR shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, in accordance with the requirements of the Contract Documents. The requirements specified herein are minimum requirements only and shall not be interpreted as all inclusive. It is the responsibility of the CONTRACTOR to employ the necessary practices based on the referenced ACI Standards to ensure the completion of quality concrete construction, of the strengths specified within the Construction Documents, and relatively free of cracks. The following types of concrete shall be covered in this Section: 1. D. Structural Concrete: Concrete to be used in all structures except where noted otherwise in the Contract Documents.

B.

C.

The term "hydraulic structure" used in these specifications shall refer to environmental engineering concrete structures for the containment, treatment, or transmission of water, wastewater, or other fluids.

1.02

REFERENCES A. B. Codes: All codes, as referenced herein, are specified in Section 01090 - Reference Standards. Federal Specifications: UU-B-790A (1) (2) C. Commercial Standards: ACI 117 ACI 214 ACI 301 ACI 305R ACI 306R ACI 308 ACI 309 Standard Tolerances for Concrete Construction and Materials Recommended Practice for Evaluation of Strength Test Results of Concrete Specifications for Structural Concrete for Buildings Hot Weather Concreting Cold Weather Concreting Standard Specifications for Curing Concrete Consolidation of Concrete
CAST-IN-PLACE CONCRETE 03300-1

Building Paper, Vegetable Fiber (Kraft, Waterproofed, Water Repellant and Fire Resistant)

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

ACI 315 ACI 318 ASTM C 31 ASTM C 33 ASTM C 39 ASTM C 94 ASTM C 136 ASTM C 143 ASTM C 150 ASTM C 156 ASTM C 157 ASTM C 192 ASTM C 260 ASTM C 309 ASTM C 494 ASTM C 1077

Details and Detailing of Concrete Reinforcement Building Code Requirements for Reinforced Concrete Practices for Making and Curing Concrete Test Specimens in the Field Specification for Concrete Aggregates Test Method for Compressive Strength of Cylindrical Concrete Specimens Specification for Ready-Mixed Concrete Method for Sieve Analysis of Fine and Coarse Aggregates Test Method for Slump of Hydraulic Cement Concrete Specification for Portland Cement Test Methods for Water Retention by Concrete Curing Materials Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete Method of Making and Curing Concrete Test Specimens in the Laboratory Specification for Air-Entraining Admixtures for Concrete Specifications for Liquid Membrane-Forming Compounds for Curing Concrete Specification for Chemical Admixtures for Concrete Practice for Laboratories Testing Concrete and Concrete Aggregates for use in Construction & Criteria for Laboratory Evaluation Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types) Test Method for Sand Equivalent Value of Soils and Fine Aggregate Method for Fire Tests of Building Construction and Materials

ASTM D 1751

ASTM D 2419 ASTM E 119 1.03 SUBMITTALS A.

Mix Designs: Prior to beginning the WORK and within 14 days of the notice to proceed, the CONTRACTOR shall submit to the ENGINEER, for review, preliminary concrete mix designs which shall show the proportions and gradations of all materials proposed for each class and type of concrete specified herein in accordance with Section 01300 Contractor Submittals. The mix designs shall be checked by an independent testing laboratory acceptable to the ENGINEER. All costs related to such checking shall be borne by the CONTRACTOR. Since laboratory trial batches require 35 calendar days to complete, the CONTRACTOR may consider testing more than one mix design for each class of concrete.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-2

B.

Delivery Tickets: Where ready-mix concrete is used, the CONTRACTOR shall furnish delivery tickets at the time of delivery of each load of concrete. Each ticket shall show the state certified equipment used for measuring and the total quantities, by weight, of cement, sand, each class of aggregate, admixtures, and the amounts of water in the aggregate added at the batching plant, and the amount allowed to be added at the site for the specific design mix. In addition, each ticket shall state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to the times when the batch was dispatched, when it left the plant, when it arrived at the site, when unloading began, and when unloading was finished. Provide the following submittals in accordance with ACI 301: 1. 2. 3. 4. Mill tests for cement. Admixture certification. Chloride ion content must be included. Aggregate gradation and certification. Reactivity must be included to show that both coarse and fine aggregate is non-reactive. Materials and methods for curing.

C.

1.04

QUALITY ASSURANCE A. General 1. Tests on component materials and for compressive strength and shrinkage of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. The cost of all laboratory tests on cement, aggregates, and concrete, will be borne by the OWNER. However, the CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. The laboratory must meet or exceed the requirements of ASTM C 1077. Concrete for testing shall be supplied by the CONTRACTOR at no cost to the OWNER, and the CONTRACTOR shall provide assistance to the ENGINEER in obtaining samples, storing, and disposal and cleanup of excess material.

2.

3.

B.

Field Compression Tests 1. Compression test specimens will be taken during construction from the first placement of each class of concrete and every ] 25 cubic yards thereafter as selected by the ENGINEER to insure continued compliance with these specifications. Each set of test specimens will be a minimum of 5 cylinders. Compression test specimens for concrete shall be made in accordance with section 9.2 of ASTM C 31. Specimens shall be 6-inch diameter by 12-inch high cylinders.

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-3

3.

Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days and 2 at 28 days. The remaining cylinders will be held to verify test results, if needed.

C.

Evaluation and Acceptance of Concrete 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318, Chapter 5 "Concrete Quality," and as specified herein. A statistical analysis of compression test results will be performed according to the requirements of ACI 214. The standard deviation of the test results shall not exceed 640 psi, when ordered at equivalent water content as estimated by slump. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. When the standard deviation of the test results exceeds 640 psi, the average strength for which the mix is designed shall be increased by an amount necessary to satisfy the statistical requirement that the probability of any test being more than 500 psi below or the average of any 3 consecutive tests being below the specified compressive strength is 1 in 100. The required average strength shall be calculated by Criterion No. 3 of ACI 214 using the actual standard of deviation. All concrete which fails to meet the ACI requirements and these specifications, is subject to removal and replacement at the cost of the CONTRACTOR.

2.

3.

4.

5. D.

Shrinkage Tests 1. Drying shrinkage tests will be made for the trial batch specified in the Paragraph in Part 2 entitled "Trial Batch and Laboratory Tests," the first placement of each class of concrete, and during construction to insure continued compliance with these Specifications. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage length of 10 inches, fabricated, cured, dried and measured in accordance with ASTM C 157 – Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete, modified as follows: specimens shall be removed from molds at an age of 23 ±1 hours after trial batching, shall be placed immediately in water at 70 degrees F ±3 degrees F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F ±3 degrees F. Measurement to determine expansion expressed as a percentage of original length shall be made at age 7 days. This length at age 7 days shall be the base length for drying shrinkage calculations ("0" days drying age). Specimens then shall be stored immediately in a humidity control room maintained at 73 degrees F ±3 degrees F and 50 percent ±4 percent relative humidity for the remainder of the test. Measurements to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing.
CAST-IN-PLACE CONCRETE 03300-4

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.

The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "0" days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001 inch at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004-inch, the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as specified in Part 2, herein.

E.

Construction Tolerances: The CONTRACTOR shall set and maintain concrete forms and perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, permissible deviations will be in accordance with ACI 117 – Standard Tolerance for Concrete Construction and Materials. 1. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: Item Variation of the constructed linear outline from the established position in plan. Variation from the level or from the grades shown. In 20 feet or more: Variation from the plumb In 20 feet or more: Variation in the thickness of slabs and walls. Plus 1/2-inch Variation in the locations and sizes of slabs and wall openings Tolerance In 10 feet: 1/4-inch; In 20 feet or more: 1/2-inch In 10 feet: 1/4-inch; 1/2-inch In 10 feet: 1/4-inch; 1/2-inch Minus 1/4-inch; Plus or minus 1/4-inch

PART 2 - PRODUCTS 2.01 CONCRETE MATERIALS A. General: 1. 2. All materials specified herein shall be classified as acceptable for potable water use by the Environmental Protection Agency within 30 days of application. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-5

from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. C. D. All materials furnished for the work shall comply with the requirements of Sections 201, 203, and 204 of ACI 301, as applicable. Storage of materials shall conform to the requirements of Section 205 of ACI 301. Materials for concrete shall conform to the following requirements: 1. Cement shall be standard brand portland cement conforming to ASTM C 150 Type V, including Table 2 optional requirements. A minimum of 85 percent of cement by weight shall pass a 325 screen. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the ENGINEER. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Sacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports, including fineness, for each shipment of cement to be used shall be submitted to the ENGINEER if requested regarding compliance with these Specifications. Water for mixing and curing shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this Section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/l TDS) shall not be used. Aggregates shall be obtained from pits acceptable to the ENGINEER, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified herein. Lightweight sand for fine aggregate will not be permitted. a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size greater than 3/4-inch. When the aggregates are proportioned for each batch of concrete the two size groups shall be combined. See the Paragraph in Part 2 entitled "Trial Batch and Laboratory Tests" for the use of the size groups. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. When tested in accordance with ASTM D 2419, the sand equivalency shall not be less than 75 percent for an average of three samples, nor less than 70 percent for an individual test. Gradation of fine aggregate shall conform to ASTM C 33. The fineness modulus of sand used shall not be over 3.00. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process.
CAST-IN-PLACE CONCRETE 03300-6

2.

3.

b.

c.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

d. e.

When tested in accordance with ASTM C 33, the ratio of silica released to reduction in alkalinity shall not exceed 1.0. When tested in accordance with ASTM C 33, the fine aggregate shall produce a color in the supernatant liquid no darker than the reference standard color solution. When tested in accordance with ASTM C 33, the coarse aggregate shall show a loss not exceeding 42 percent after 500 revolutions, or 10.5 percent after 100 revolutions. When tested in accordance with ASTM C 33, the loss resulting after five cycles shall not exceed 10 percent for fine or coarse aggregate when using sodium sulfate.

f.

g.

4. 5.

Ready-mix concrete shall conform to the requirements of ASTM C 94. Admixtures: All admixtures shall be compatible and by a single manufacturer capable of providing qualified field service representation. Admixtures shall be used in accordance with manufacturer's recommendations. If the use of an admixture is producing an inferior end result, the CONTRACTOR shall discontinue use of the admixture. Admixtures shall not contain thiocyanates or more than 0.05 percent chloride ion, and shall be non-toxic after 30 days. a. Air-entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 3 to 5 percent. The OWNER reserves the right, at any time, to sample and test the air-entraining agent received on the job by the CONTRACTOR. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. Air content shall be tested at the point of placement. Air entraining agent shall be Micro-Air by Master Builders; Daravair by W.R. Grace; Sika AEA-15 by Sika Corporation; or equal. Set controlling and water reducing admixtures: Admixtures may be added at the CONTRACTOR's option to control the set, effect water reduction, and increase workability. The addition of an admixture shall be at the CONTRACTOR's expense. The use of an admixture shall be subject to acceptance by the ENGINEER. Concrete containing an admixture shall be first placed at a location determined by the ENGINEER. Admixtures specified herein shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. 1) Concrete shall not contain more than one water reducing admixture. Concrete containing an admixture shall be first placed at a location determined by the ENGINEER. Set controlling admixture shall be either with or without waterreducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set
CAST-IN-PLACE CONCRETE 03300-7

b.

2)

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

retarding admixture such as Plastocrete by Sika Corporation; Pozzolith 300R by Master Builders; Daratard by W.R. Grace; or equal shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees F, a non-corrosive set accelerating admixture such as Plastocrete 161FL by Sika Corporation; Pozzutec 20 by Master Builders; Daraset by W.R. Grace; or equal shall be used. 3) Normal range water reducer shall conform to ASTM C 494, Type A. WRDA 79 by W.R. Grace; Pozzolith 322-N by Master Builders; Plastocrete 161 by Sika Corporation; or equal. The quantity of admixture used and the method of mixing shall be in accordance with the Manufacturer's instructions and recommendations. High range water reducer shall conform to ASTM C 494, Type F or G. Daracem 100 or WDRA 19 by W.R. Grace; Sikament FF or Sikament 86 by Sika Corporation; Rheobuild 1000 or Rheobuild 716 by Master Builders; or equal. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. No more than 14 ounces of water reducer per sack of cement shall be used. Water reducer shall be considered as part of the mixing water when calculating water cement ratio. If the high range water reducer is added to the concrete at the job site, it may be used in conjunction with the same water reducer added at the batch plant. Concrete shall have a slump of 3 inches ± 1/2-inch prior to adding the high range water reducing admixture at the job site. The high range water reducing admixture shall be accurately measured and pressure injected into the mixer as a single dose by an experienced technician. A standby system shall be provided and tested prior to each day's operation of the job site system. Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. Flyash: Flyash shall conform to ASTM C618, Class F, and not exceed 20% of the total cementitious material weight used in the concrete mix design.

4)

5)

6)

7)

2.02

CURING MATERIALS A. Materials for curing concrete as specified herein shall conform to the following requirements and ASTM C 309: 1. All curing compounds shall be white pigmented and resin based. Sodium silicate compounds shall not be allowed. Concrete curing compound shall be Kurez by Euclid Chemical Company; MB-429 as manufactured by Master Builders; L&M Cure R; or equal. Water based resin curing compounds shall be used only where
CAST-IN-PLACE CONCRETE 03300-8

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

local air quality regulations prohibit the use of a solvent based compound. Water based curing compounds shall be Aqua-Cure by Euclid Chemical Company; Masterkure-W by Master Builders; L&M Cure R-2; or equal. 2. Polyethylene sheet for use as concrete curing blanket shall be white, and shall have a nominal thickness of 6 mils. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. Polyethylene-coated waterproof paper sheeting for use as concrete curing blanket shall consist of white polyethylene sheeting free of visible defects, uniform in appearance, having a nominal thickness of 2 mils and permanently bonded to waterproof paper conforming to the requirements of Federal Specification UU-B-790A (1) (2). The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 gram per square centimeter of surface. Polyethylene-coated burlap for use as concrete curing blanket shall be 4-mil thick, white opaque polyethylene film impregnated or extruded into one side of the burlap. Burlap shall weigh not less than 9 ounces per square yard. The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 grams per square centimeter of surface. Curing mats for use in Curing Method 6 as specified herein, shall be heavy shag rugs or carpets or cotton mats quilted at 4 inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. Evaporation retardant shall be a material such as Confilm as manufactured by Master Builders; Eucobar as manufactured by Euclid Chemical Company; ECON as manufactured by L & M Construction Chemicals, Inc. or equal.

3.

4.

5.

6.

2.03

NON-WATERSTOP JOINT MATERIALS A. Materials for non-waterstop joints in concrete shall conform to the following requirements: 1. 2. 3. Preformed joint filler shall be a non-extruding, resilient, bituminous type conforming to the requirements of ASTM D 1751. Elastomeric joint sealer shall conform to the requirements of Section 07920 Sealants and Calking. Mastic joint sealer shall be a material that does not contain evaporating solvents; that will tenaciously adhere to concrete surfaces; that will remain permanently resilient and pliable; that will not be affected by continuous presence of water and will not in any way contaminate potable water; and that will effectively seal the joints against moisture infiltration even when the joints are subject to movement due to expansion and contraction. The sealer shall be composed of special asphalts or similar materials blended with lubricating and plasticizing agents to form a tough, durable mastic substance containing no volatile oils or lubricants and shall be capable of meeting the test requirements set forth hereinafter, if testing is required by the ENGINEER.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-9

2.04

MISCELLANEOUS MATERIALS A. Dampproofing agent shall be an asphalt emulsion, such as Hydrocide 600 by ChemRex Sonneborn; Damp-proofing Asphalt Coating by Euclid Chemical Company; Sealmastic by W. R. Meadows Inc., or equal. Bonding agents shall be epoxy adhesives conforming to the following products for the applications specified: 1. For bonding freshly-mixed, plastic concrete to hardened concrete, Sikadur 32 HiMod Epoxy Adhesive, as manufactured by Sika Corporation; Concresive Liquid (LPL), as manufactured by ChemRex MBT; BurkEpoxy MV as manufactured by Edoco Burke; or equal. For bonding hardened concrete or masonry to steel, Sikadur 31 Hi-Mod Gel as manufactured by Sika Corporation; BurkEpoxy NS as manufactured by Edoco Burke; Concresive Paste (LPL) as manufactured by ChemRex MBT; or equal.

B.

2.

2.05

CONCRETE DESIGN REQUIREMENTS A. General: Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the OWNER. All changes shall be subject to review by the ENGINEER. Fine Aggregate Composition: In mix designs for structural concrete, the percentage of fine aggregate in total aggregate by weight, shall be as indicated in the following table.

B.

Fine Aggregate Fineness Modulus 2.7 or less 2.7 to 2.8 2.8 to 2.9 2.9 to 3.0 Maximum Percent 41 42 43 44

For other concrete, the maximum percentage of fine aggregate of total aggregate, by weight, shall not exceed 50.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-10

C.

Water-Cement Ratio and Compressive Strength: The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Min 28-Day Compressive Strength (psi) 4,000 4,000 Max Size Aggregate (in) 1-1/2 3/8 Minimum Cement per cu yd (lbs) 564 752 Max W/C Ratio (by weight) 0.45 0.40

Type of Work Structural Concrete: Walls, and footings (manhole construction) Pea Gravel Mix. Thin sections and areas with congested reinforcing, at the CONTRACTOR'S option and with the written approval of the ENGINEER for the specific location. Maximum fine aggregate 50% by weight of aggregate. Other Concretes: Sitework concrete Lean concrete

3,000 2,000

1 1

470 376

0.50 0.60

NOTE: The CONTRACTOR is cautioned that the limiting parameters specified above are not a mix design. Additional cement or water reducing agent may be required to achieve workability demanded by the CONTRACTOR'S construction methods and aggregates. The CONTRACTOR is responsible for any costs associated with furnishing concrete with the required workability. D. Adjustments to Mix Design: The mixes used shall be changed whenever such change is necessary or desirable to secure the required strength, density, workability, and surface finish and the CONTRACTOR shall be entitled to no additional compensation because of such changes.

2.06

CONSISTENCY A. The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce a concrete which can be worked properly into place without segregation, and which can be compacted by the vibratory methods herein specified to give the desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature or moisture content of the aggregates, to maintain uniform production of a desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows:

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-11

Part of Work All concrete, unless note otherwise With high range water reducer added Pea gravel mix 2.07 TRIAL BATCH AND LABORATORY TESTS A.

Slump (in.) 3 inches ± 1 inch 7 inches ± 2 inches 7 inches ± 2 inches

Before placing any concrete, a testing laboratory designated by the ENGINEER shall prepare a trial batch of each class of structural concrete, based on the preliminary concrete mixes submitted by the CONTRACTOR. During the trial batch the aggregate proportions may be adjusted by the testing laboratory using the two coarse aggregate size ranges to obtain the required properties. If one size range produces an acceptable mix, a second size range need not be used. Such adjustments shall be considered refinements to the mix design and shall not be the basis for extra compensation to the CONTRACTOR. All concrete shall conform to the requirements of this Section, whether the aggregate proportions are from the CONTRACTOR's preliminary mix design, or whether the proportions have been adjusted during the trial batch process. The trial batch shall be prepared using the aggregates, cement and admixture proposed for the project. The trial batch materials shall be of a quantity such that the testing laboratory can obtain 3 drying shrinkage, and 6 compression test specimens from each batch. Trial batch testing required shall be performed at the expense of the CONTRACTOR. The determination of compressive strength will be made by testing 6-inch diameter by 12-inch high cylinders; made, cured and tested in accordance with ASTM C 192 and ASTM C 39. Three compression test cylinders will be tested at 7 days and 3 at 28 days. The average compressive strength for the 3 cylinders tested at 28 days for any given trial batch shall not be less than 125 percent of the specified compressive strength. A sieve analysis of the combined aggregate for each trial batch shall be performed according to the requirements of ASTM C 136. Values shall be given for percent passing each sieve.

B.

C.

2.08

SHRINKAGE LIMITATION A. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.036 percent or 0.042 percent, respectively. The CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. Shrinkage limitations apply only to structural concrete to be used in water-containing structures. The maximum concrete shrinkage for specimens cast in the field shall not exceed the trial batch maximum shrinkage requirement by more than 25 percent. If the required shrinkage limitation is not met during construction, the CONTRACTOR shall take any or all of the following actions, at no additional cost to the OWNER, for securing the specified shrinkage requirements. These actions may include changing the source of aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the

B. C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-12

curing requirements; or other actions designed to minimize shrinkage or the effects of shrinkage. 2.09 MEASUREMENT OF CEMENT AND AGGREGATE A. The amount of cement and of each separate size of aggregate entering into each batch of concrete shall be determined by direct weighing equipment furnished by the CONTRACTOR and acceptable to the ENGINEER. Weighing tolerances: Material Cement Aggregates Admixtures 2.10 Percent of Total Weight 1 3 3

B.

MEASUREMENT OF WATER A. The quantity of water entering the mixer shall be measured by a suitable water meter or other measuring device of a type acceptable to the ENGINEER and capable of measuring the water in variable amounts within a tolerance of one percent. The water feed control mechanism shall be capable of being locked in position so as to deliver constantly any specified amount of water to each batch of concrete. A positive quick-acting valve shall be used for a cut-off in the water line to the mixer. The operating mechanism must be such that leakage will not occur when the valves are closed.

2.11

READY-MIXED CONCRETE A. At the CONTRACTOR'S option, ready-mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the following supplementary requirements. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within one hour after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency,
CAST-IN-PLACE CONCRETE 03300-13

B.

C.

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

mix, and grading. If slump tests taken at approximately the 1/4 and 3/4 points of the load during discharge give slumps differing by more than one inch when the specified slump is 3 inches or less, or if they differ by more than 2 inches when the specified slump is more than 3 inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a delivery ticket furnished to the ENGINEER in accordance with the Paragraph in Part 1 entitled "Delivery Tickets." The use of non-agitating equipment for transporting ready-mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready-mixed concrete will not be permitted. The quality and quantity of materials used in readymixed concrete and in batch aggregates shall be subject to continuous inspection at the batching plant by the ENGINEER.

G.

PART 3 - EXECUTION 3.01 PROPORTIONING AND MIXING A. B. C. D. 3.02 Proportioning: Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. Slump: Maximum slumps shall be as specified herein. Retempering: Retempering of concrete or mortar which has partially hardened shall not be permitted.

PREPARATION OF SURFACES FOR CONCRETING A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. Joints in Concrete: Concrete surfaces upon or against which concrete is to be placed, where the placement of the concrete has been stopped or interrupted so that, as determined by the ENGINEER, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the Drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, foreign material, and roughened to a minimum 1/4inch amplitude. Such cleaning and roughening shall be accomplished by hydroblasting or sandblasting (exposing aggregate) followed by thorough washing. All pools of water

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-14

shall be removed from the surface of construction joints before the new concrete is placed. C. After the surfaces have been prepared all approximately horizontal construction joints shall be covered with a 6-inch lift of a rich pea gravel mix, as specified hereinbefore. The mix shall be placed and spread uniformly. Wall concrete shall follow immediately and shall be placed upon the fresh pea gravel mix. Placing Interruptions: When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the ENGINEER. Embedded Items: No concrete shall be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and accepted by the ENGINEER at least 4 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. All inserts or other embedded items shall conform to the requirements herein. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown or by shop drawings and shall be acceptable to the ENGINEER before any concrete is placed. Accuracy of placement is the responsibility of the CONTRACTOR. Casting New Concrete Against Old: Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by hydro-blasting or sandblasting (exposing aggregate). The joint surface shall be coated with an epoxy bonding agent unless indicated otherwise by the ENGINEER. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall the CONTRACTOR allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. Corrosion Protection: Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided for during the placing of concrete.

D.

E.

F. G.

H.

I.

J.

K.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-15

L. M.

Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. Cleaning: The surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed.

3.03

HANDLING, TRANSPORTING, AND PLACING A. General: Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this Section. No aluminum materials shall be used in conveying any concrete. Non-Conforming Work or Materials: Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the CONTRACTOR. Unauthorized Placement: No concrete shall be placed except in the presence of duly authorized representative of the ENGINEER. The CONTRACTOR shall notify the ENGINEER in writing at least 24 hours in advance of placement of any concrete. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; and care shall be taken to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 feet of vertical rise per hour. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. Casting New Concrete Against Old: An epoxy adhesive bonding agent shall be applied to the old surfaces according to the manufacturer's written recommendations. This provision shall not apply to joints where waterstop is installed, see Section 03290 Waterstop Joints in Concrete. Conveyor Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the CONTRACTOR'S conveying, hoisting and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the ENGINEER. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean

B.

C.

D.

E.

F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-16

by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. G. Placement in Slabs: Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. As the work progresses, the concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. Temperature of Concrete: The temperature of concrete when it is being placed shall be not more than 90 degrees F nor less than 55 degrees F for sections less than 12 inches thick nor less than 50 degrees for all other sections. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. When the temperature of the concrete is 85 degrees F or above, the time between the introduction of the cement to the aggregates and discharge shall not exceed 45 minutes. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the CONTRACTOR shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. The CONTRACTOR shall be entitled to no additional compensation on account of the foregoing requirements. Cold Weather Placement 1. 2. Placement of concrete shall conform to ACI 306.1 - Standard Specification for Cold Weather Concreting, and the following. Remove all snow, ice and frost from the surfaces, including reinforcement, against which concrete is to be placed. Before beginning concrete placement, thaw the subgrade to a minimum depth of 6 inches. All reinforcement and embedded items shall be warmed to above 32 degrees F prior to concrete placement. Maintain the concrete temperature above 50 degrees F for at least 3 days after placement.

H.

I.

3. 3.04

PUMPING OF CONCRETE A. General: If the pumped concrete does not produce satisfactory end results, the CONTRACTOR shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. Pumping Equipment: The pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, the CONTRACTOR may have a standby pump on the site during pumping. The minimum diameter of the hose (conduits) shall be in accordance with ACI 304.2R. Pumping equipment and hoses (conduits) that are not functioning properly, shall be replaced. Aluminum conduits for conveying the concrete shall not be permitted.

B.

C. D. E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-17

F. 3.05

Field Control: Concrete samples for slump, air content, and test cylinders will be taken at the placement (discharge) end of the line.

ORDER OF PLACING CONCRETE A. The order of placing concrete in all parts of the work shall be acceptable to the ENGINEER. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 5 days for hydraulic structures and 2 days for all other structures before the contiguous unit or units are placed, except that the corner sections of vertical walls shall not be placed until the 2 adjacent wall panels have cured at least 10 days for hydraulic structures and 4 days for all other structures. The surface of the concrete shall be level whenever a run of concrete is stopped. To insure a level, straight joint on the exposed surface of walls, a wood strip at least 3/4inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about 1/2-inch above the underside of the strip. About one hour after the concrete is placed, the strip shall be removed and any irregularities in the edge formed by the strip shall be leveled with a trowel and all laitance shall be removed.

B.

3.06

TAMPING AND VIBRATING A. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be Group 3 (per ACI 309) high speed power vibrators (8000 to 12,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. Group 2 vibrators may be used only at specific locations when accepted by the ENGINEER. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents.

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-18

3.07

FINISHING CONCRETE SURFACES A. General: Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown are defined as tolerances and are specified in Part 1, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. Formed Surfaces: No treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. Unformed Surfaces: After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1. Finish U1 - Sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8-inch. No further special finish is required. Finish U2 - After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Excessive floating of surfaces while the concrete is plastic and dusting of dry cement and sand on the concrete surface to absorb excess moisture will not be permitted. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4-inch. Joints and edges shall be tooled where shown or as determined by the ENGINEER.

B. C.

2.

D.

Unformed surfaces shall be finished according to the following schedule: UNFORMED SURFACE FINISH SCHEDULE Area Grade slabs and foundations to be covered with concrete or fill material Floors to be covered with grouted tile or topping grout Finish U1 U2

3.08

CURING AND DAMPPROOFING A. General: All concrete shall be cured for not less than 7 days after placing, in accordance with the methods specified herein for the different parts of the work, and described in detail in the following paragraphs:

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-19

Surface to be Cured or Dampproofed Unstripped forms Wall sections with forms removed Construction joints between footings and walls, and between floor slab and columns Encasement concrete and thrust blocks All concrete surfaces not specifically provided for elsewhere in this Paragraph Floor slabs on grade in hydraulic structures Slabs not on grade B.

Method 1 6 2 3 4 5 6

Method 1: Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 7 days of placing the concrete, curing shall be continued in accordance with Method 6, herein. Method 2: The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. Method 3: The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. Method 4: The surface shall be sprayed with a liquid curing compound. 1. It shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the 7-day curing period. Should the seal be damaged or broken before the expiration of the curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. Where curing compound is specified, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2 hours after removal of forms from contact with formed surfaces. Repairs
CAST-IN-PLACE CONCRETE 03300-20

C.

D.

E.

2.

3.

4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sandblasted to remove the curing compound, following which repairs shall be made as specified herein. 5. At all locations where concrete is placed adjacent to a panel which has been coated with curing compound, the previously coated panel shall have curing compound reapplied to an area within 6 feet of the joint and to any other location where the curing membrane has been disturbed. Prior to final acceptance of the WORK, all visible traces of curing compound shall be removed from all surfaces in such a manner that does not damage surface finish.

6.

F.

Method 5: 1. Until the concrete surface is covered with curing compound, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. The concrete shall be given a coat of curing compound in accordance with Method 4, herein. Not less than one hour nor more than 4 hours after the coat of curing compound has been applied, the surface shall be wetted with water delivered through a fog nozzle, and concretecuring blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2-inch wide strips of sealing tape or with edges lapped not less than 3 inches and fastened together with a waterproof cement to form a continuous watertight joint. The curing blankets shall be left in place during the 7-day curing period and shall not be removed until after concrete for adjacent work has been placed. Should the curing blankets become torn or otherwise ineffective, the CONTRACTOR shall replace damaged sections. During the first 3 days of the curing period, no traffic of any nature and no depositing, temporary or otherwise, of any materials shall be permitted on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8-inch minimum thickness, laid over the curing blanket. The CONTRACTOR shall add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times.

2.

G.

Method 6: This method applies to both walls and slabs. 1. The concrete shall be kept continuously wet by the application of water for a minimum period of at least 7 consecutive days beginning immediately after the concrete has reached final set or forms have been removed. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed.
CAST-IN-PLACE CONCRETE 03300-21

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.

Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes and to be substantially in contact with the concrete surface. All edges shall be continuously held in place. The curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed, any dry spots shall be rewetted, and curing compound shall be immediately applied in accordance with Method 4, herein. The CONTRACTOR shall dispose of excess water from the curing operation to avoid damage to the work.

4. 5.

6. H.

Dampproofing 1. 2. The exterior surface of all manholes including walls, slab-on-grades, and the sides of the slab-on-gradeshall be dampproofed as follows. Immediately after completion of curing the surface shall be sprayed with a dampproofing agent consisting of an asphalt emulsion. Application shall be in 2 coats. The first coat shall be diluted to 1/2 strength by the addition of water and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon of dilute solution. The second coat shall consist of an application of the specified material, undiluted, and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon. Dampproofing material shall be as specified herein. As soon as the asphalt emulsion, applied as specified herein, has taken an initial set, the entire area thus coated shall be coated with whitewash. Any formula for mixing the whitewash may be used which produces a uniformly coated white surface and which so remains until placing of the backfill. Should the whitewash fail to remain on the surface until the backfill is placed, the CONTRACTOR shall apply additional whitewash.

3.

3.09

PROTECTION A. B. The CONTRACTOR shall protect all concrete against injury until final acceptance by the OWNER. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. The CONTRACTOR shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring.

3.10

CURING IN COLD WEATHER A. Water curing of concrete may be reduced to 6 days during periods when the mean daily temperature in the vicinity of the worksite is less than 40 degrees F; provided that, during

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-22

the prescribed period of water curing, when temperatures are such that concrete surfaces may freeze, water curing shall be temporarily discontinued. B. Concrete cured by an application of curing compound will require no additional protection from freezing if the protection at 50 degrees F for 72 hours is obtained by means of approved insulation in contact with the forms or concrete surfaces; otherwise the concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily temperature rises above 40 degrees F for more than 3 successive days, the specified 72-hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. Where artificial heat is employed, special care shall be taken to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide atmosphere by application of curing compound; provided, that the use of curing compound for such surfaces is otherwise permitted by these Specifications.

C.

D.

3.11

TREATMENT OF SURFACE DEFECTS A. As soon as forms are removed, all exposed surfaces shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until after inspection by the ENGINEER. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall have them repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the CONTRACTOR at its own expense. Defective surfaces to be repaired shall be cut back from trueline a minimum depth of 1/2-inch over the entire area. Feathered edges will not be permitted. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32-inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of shooting with shotcrete or with cement mortar so that while the repair material is being applied, the surfaces under repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The material used for repair proposed shall consist of a mixture of one sack of cement to 3 cubic feet of sand. For exposed walls, the cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-23

C.

Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired in an approved manner with dry-packed cement grout. Holes left by form-tying devices having a rectangular cross-section, and other imperfections having a depth greater than their least surface dimension, shall not be reamed but shall be repaired in an approved manner with dry-packed cement grout. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of this Section, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. Surfaces of said repairs shall receive the same kind and amount of curing treatment as required for the concrete in the repaired section.
Prior to backfilling and coating with dampproofing, all cracks that may have developed shall be "vee'd" as shown and filled with sealant.

D.

E.

3.12

PATCHING HOLES IN CONCRETE A. Patching Small Holes 1. 2. Holes which are less than 12 inches in their least dimension and extend completely through concrete members, shall be filled as specified herein. Small holes in members which are water-bearing or in contact with soil or other fill material, shall be filled with non-shrink grout. Where a face of the member is exposed to view, the non-shrink grout shall be held back 2 inches from the finished surface. The remaining 2 inches shall then be patched according to the Paragraph in Part 3 entitled "Treatment of Surface Defects." Small holes through all other concrete members shall be filled with non-shrink grout, with exposed faces treated as above.

3. B.

Patching Large Holes 1. Holes which are larger than 12 inches in their least dimension, shall have a keyway chipped into the edge of the opening all around, unless a formed keyway exists. The holes shall then be filled with concrete as specified herein. Holes which are larger than 24 inches in their least dimension and which do not have reinforcing steel extending from the existing concrete, shall have reinforcing steel set in grout in drilled holes. The reinforcing added shall match the reinforcing in the existing wall unless shown. Large holes in members which are water bearing or in contact with soil or other fill, shall have a bentonite type waterstop material placed around the perimeter of the hole as specified in the Section 03290 - Waterstop Joints in Concrete, unless there is an existing waterstop in place.

2.

3.

3.13

CARE AND REPAIR OF CONCRETE A. The CONTRACTOR shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the
CAST-IN-PLACE CONCRETE 03300-24

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

OWNER. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed WORK, or which departs from the established line or grade, or which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the CONTRACTOR'S expense. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-25

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CAST-IN-PLACE CONCRETE 03300-26

SECTION 03355 BACKFILL GROUT PART 1 - GENERAL 1.01 THE REQUIREMENT A. This section includes the minimum requirements for supply and placement of tunnel backfill grout between tunnel casing and carrier pipes. All work shall be conducted in accordance with the special work procedures, work hours and other special procedures as described in the Contract Documents. All works under this section are considered part and incidental to Microtunneling and Shafts which is included and to be paid for under the Bid Item. No separate payment shall be made for Backfill Grout.

B.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the work of this section. Other sections and divisions of the specifications, not referenced below, shall also apply to the extent required for proper performance of this work. 1. Section 02623, Microtunneling and Shafts

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS. A. The publications listed below form a part of this specification to the extent referenced. Where conflicts between these specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the date of issue of Contract Documents shall be used: Cal/OSHA, State of California Administrative Code, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 20, Tunnel Safety Orders. Occupational Safety and Health Administration (OSHA) Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction, and Subpart P, Excavations. ACI 523.1R ACI 523.3R Guide for Cast-in-Place Low-Density Cellular Concrete Guide for Cellular Concretes Above 50 pcf, and for Aggregate Concretes above 50 pcf with Compressive Strengths Less than 2500 psi. Specification for Ready-Mixed Concrete Standard Test Method for Compressive Strength of Hydraulic Cement Mortars

ASTM C 94 ASTM C 109

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-1

ASTM C 138 ASTM C 150 ASTM C 231 ASTM C 311 ASTM C 494 ASTM C 495 ASTM C 567 ASTM C 618

Standard Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete Specifications for Portland Cement Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland-Cement Concrete Standard Specification for Chemical Admixtures for Concrete Standard Test Method for Compressive Strength of Lightweight Insulating Concrete Standard Test Method for Unit Weight of Structural Lightweight Concrete Specifications for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete Standard Method of Testing Foaming Agents for Use in Producing Cellular Concrete Using Preformed Foam Standard Specification for Foaming Agents Used in Making Preformed Foam for Cellular Concrete

ASTM C 796 ASTM C 869

1.04

SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein, providing sufficient detail to allow the ENGINEER to judge whether the proposed equipment, materials, and procedures will meet the Contract requirements. The ENGINEER’S review of submitted details and data will be based on consideration of requirements for the completed work, protection of existing utilities, and the possibility of unnecessary delays in the execution of the work to be constructed under this Contract. Submit the following: 1. Qualifications: Qualifications of CONTRACTOR or SUBCONTRACTOR personnel including the superintendent and manufacturer supplying and placing backfill grout. Submit the name of the CONTRACTOR(s) that will perform the backfill work and written documentation summarizing the qualifications of the firm, description of reference projects including OWNER’S name and contact information and project superintendent. No work is allowed to proceed unless qualification submittals are approved. Product Data: Mix designs for each backfill grout mix proposed for use. Each mix design shall show the ingredients of the mix and shall include: a. b. Type, brand, source, and amounts of cement, pozzolans, admixtures, and other additives. Source and amount of water.
BACKFILL GROUT 03355-2

B.

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

c. d. e. f.

Combined grading of aggregate for each mix design. Specific gravity of all materials. Results of required tests. A certificate of compliance signed by the supplier identifying the type of fly ash and stating that the fly ash is in accordance with ASTM C 618 and these specifications. Supporting test data shall be furnished when requested by the ENGINEER. All testing and sampling procedures shall be in accordance with ASTM C 311. Water: Test results. Concrete Admixtures: Material specifications and instructions for use. Air content, unit weight, and compressive strength test results for proposed mix design. Include wet density. Measure wet density at point of placement.

g. h. i.

C.

Calculations: Submit calculations for pipe buoyancy and restraint systems, heat of hydration, heat control design to avoid damage to carrier pipe. Include allowable heat that carrier pipe can be exposed to during each phase of placement from carrier pipe manufacturer. Include calculation showing blocking can handle weight of pipe full of water and buoyancy without damage. Indicate allowable backfill grout injection pressure Equipment 1. Manufacturer’s specifications and operation instructions for conveyance equipment. a. b. Pumps. Foam generators and ancillary equipment.

D.

E.

Work plan for placing backfill grout including sequence of work, type(s) of equipment, location of equipment, placing procedures, (i.e., batching, mixing, and pumping procedures), pump arrangement (including moving and breaking), end bulkhead details, communications provisions, methods for monitoring mix temperature, pumping pressure, heat of hydration temperature, testing procedures, method to be employed to control heat of hydration that can be detrimental to the carrier pipes and cleanup procedures. The work plan shall include pumping pressures, pumping rates, volumes to be placed per day, injection pipe and return vent pipe locations, sequence of placement and pumping, and method of stabilization and hold-down of carrier pipes during backfill grout placement. Test Reports and Certifications 1. 2. 3. Mill test reports for cement. Certificates of compliance for each load of cement and pozzolan. Certificates of compliance for all admixtures.

F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-3

4.

A delivery ticket with the information stated in Section 16 of ASTM C 94; excepting actual scale weights of materials shall be furnished to the ENGINEER with each batch of concrete before unloading at the site. A printout of the actual scale weights for all loads batched shall be submitted to the ENGINEER at the end of each working day.

5. G.

Daily reports and records of backfill grout placement, including but not limited to, volumes placed, stationing of placement, injection locations, pressures, unit weight testing results, time of placement, and designation of cylinder samples prepared that day. Test reports indicating the results of compressive strength tests from a certified testing laboratory. The results of a 6 ft x 6ft x 6ft unshored or shored trial test pit to simulate maximum hydration temperature of each of the proposed mix designs. Place a thermal probe in the middle of the pit to record temperature during curing. Use the results to design a cooling system to avoid pipe damage and submit details.

H. I.

1.05

QUALITY ASSURANCE A. Qualifications 1. The CONTRACTOR or SUBCONTRACTOR supplying and placing backfill grout shall be capable of developing a mix design, and batching, mixing, handling, and placing backfill grout on at least three tunnels of the general type and size specified herein which have been in successful operation; and shall have a record of experience and quality of work using backfill grout that is satisfactory to the ENGINEER. As an alternative, the CONTRACTOR may employ the foaming agent material manufacturer’s representative to supervise supplying and placing of backfill grout. The manufacturer’s representative shall be capable of complying with the qualifications specified for the CONTRACTOR and shall be acceptable to the ENGINEER. The manufacturer’s representative shall supervise all backfill grout operations including training the CONTRACTOR’s personnel, mixing designs, and placement of backfill grout in the tunnel. Personnel Qualifications: Workers, including the backfill grout CONTRACTOR’s superintendant and foreman, shall be fully qualified to perform the work. The backfill grout CONTRACTOR’s superintendent shall have had previous experience under similar ground and tunnel conditions or the CONTRACTOR supplying and placing backfill grout shall be under the supervision of the foaming agent supplier’s representative. Field Services: The foaming agent material manufacturer shall provide engineering field services to review the project and the material application prior to any preparation; to approve the applicator, the material used, the equipment, and the procedure to be used; to approve setup before production of backfill grout; and to observe during initial application. The field representative of the

2.

3.

4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-4

material manufacturer shall submit, in writing, approvals of proposed material, equipment, application procedures, applicator, and setup before production. 1.06 DEFINITIONS A. Backfill Grout 1. Backfill Grout Mix A: A lightweight, low shrink cementitious material that contains stable air or gas cells uniformly distributed throughout the mixture. Place where Backfill Grout is called for except where Backfill Grout Mix B is required. Backfill Grout Mix B: Low-shrink, neat cement grout. Place inside siphon tunnel casing.

2. PART 2 - PRODUCTS 2.01 MATERIALS A. B.

Cement: Portland Cement, ASTM C 150, Type V. Water: Use potable water free from deleterious amounts of alkali, acid, and organic materials which would adversely affect the setting time or strength of the backfill grout. Conform to SSPWC 201-1.2.3 with pH not less than 6.7. Admixtures: Admixtures when used with foaming agent may only be used when specifically approved by foaming agent supplier in writing. 1. 2. 3. Do not contain chlorides that promote corrosion. Retarder/Water Reducer: Conforming to ASTM C 494, Type D. Plasticizer/Water Reducer: Conforming to ASTM C 494, Type A.

C.

D.

Foaming Agent 1. 2. Foaming agent shall comply with ASTM C 869 when tested in accordance with ASTM C 796. Type and Manufacturer: Comprising Mearl Geofoam Liquid Concentrate (the Mearl Corporation, Roselle Park, New Jersey); Rheocell 15 (Master Builders Inc., Cleveland, Ohio); WF 304 Foam Concentrate (Cellufoam Concrete Systems, Scarborough, Ontario); MaxFlow Foaming Agent Concentrate (MaxFlow Environmental Corp., Black Mountain, North Carolina); or approved equal.

E.

Fly Ash: Conform to ASTM C 618, Class F except that fly ash with carbon content greater than 6 percent may be used when approved by the foaming agent manufacturer.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-5

2.02

MIXES A. Two backfill grout mixes are required for approval. The first grout mix is designated Backfill Grout Mix A and will include foam. The second grout mix is designated Backfill Grout Mix B and will not include foam. Backfill Grout Mix A 1. Backfill grout mix shall be designed in accordance with the requirements of ACI 523.1R, ACI 523.3R, and the additional requirements herein. Mixes shall be adjusted in the field as necessary to meet the requirements of these specifications. The foaming agent material manufacturer’s field services representative shall approve all changes to the mix designs. 28-day compressive strength range (ASTM C 495): a. b. c. 3. 7 days: 150 psi minimum 28 days: 300 psi minimum 56 days: 500 psi minimum when flyash is used

B.

2.

Limiting Requirements: Unless otherwise specified, Backfill Grout Mix A shall be designed and controlled within the following limits: a. Density: Dry density to be between 45 and 55 pounds per cubic foot, unless a higher density is required to achieve strength requirements. Submit for approval the corresponding wet density. Measure wet density at the point of placement. Preformed Foam: Preformed foam shall be generated by combining controlled quantities of air, water, and foaming agent under pressure. Foam shall retain its stability until the cement sets to form a selfsupporting matrix. The concentration of foam agent shall be in accordance with the foaming agent material manufacturer’s recommendations. Admixtures: The admixture content, batching method, and time of introduction to the mix shall be in accordance with the manufacturer’s recommendations for minimum shrinkage and for compliance with these specifications. Admixtures may be used when specifically approved by foaming agent material manufacturer and shall be in accordance with their recommendations. No calcium chloride or admixture containing chloride from other than impurities from admixture ingredients will be acceptable. Flyash Content: as needed, up to 70% of cement content by weight, subject to thermal requirements.

b.

c.

d. 4.

A tentative mix shall be designed and tested in accordance with ASTM C 796 for each consistency intended for use. These results will be compared with field test results to confirm consistent properties are obtained in the field. Testing for each mix shall be as follows:
BACKFILL GROUT 03355-6

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

a.

Three sets of compression test cylinders (3 inches by 6 inches), three cylinders per set, shall be made from each proposed backfill grout mix. One set of three cylinders shall be tested at an age of 7 days, another other set shall be tested at an age of 28 days, and the last set shall be tested at an age of 56 days when flyash is used. Backfill grout test specimens shall be made, cured, stored, and tested in conformity with ASTM C 495. Determine total air content of proposed backfill grout mix in accordance with ASTM C 796. Determine unit weight of each proposed backfill grout mix in accordance with ASTM C 567.

b. c. C.

Backfill Grout Mix B 1. 2. 3. 4. 28-day compressive strength range (ASTM C 109): 1,000 psi minimum with 130 pcf minimum dry density. Air entrainment to a maximum of five (5) percent in accordance with ASTM C 231. Shrinkage limit of 0.02 percent at 28 days. Temperature increase due to hydration heat of a maximum of 40 degrees F. If hydration heat exceeds a difference of over 40 degrees F above ambient temperature, a cooling system shall be utilized to maintain pipe temperature within pipe manufacturer’s recommendation. Limiting Requirements: Unless otherwise specified, each backfill grout mix shall be designed and controlled within the following limits: a. 6. Fly Ash Content: up to 70% of cement content by weight.

5.

A tentative mix shall be designed and tested in accordance with ASTM C 109 for each consistency intended for use. These results will be compared with field test results to confirm consistent properties are obtained in the field. Testing for each mix shall be as follows: a. Two sets of compression test samples, three samples per set, shall be made from each proposed backfill grout mix. One set of three samples shall be tested at an age of 7 days and the other set shall be tested at an age of 28 days. Backfill grout test specimens shall be made, cured, stored, and tested in conformity with ASTM C 109.

2.03

EQUIPMENT REQUIREMENTS The CONTRACTOR shall perform the following: A. General: 1. Use equipment for mixing and injecting backfill grout which is designed for underground backfill grouting service. Maintain equipment in good operating
BACKFILL GROUT 03355-7

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

condition, capable of satisfactorily mixing, agitating, and forcing backfill grout into injection ports at a uniform flow rate under the required constant pressure. 2. Backfill grouting equipment shall be configured so flushing can be accomplished with grout intake valves closed, with water supply valve open, and with grout pump running at full speed. An adequate inventory of spare parts or backup equipment shall be provided to ensure that operable backfill grouting equipment is available at all times during the work. The CONTRACTOR shall maintain sufficient quantities of spare pressure gauges, stop valves, and other wear parts on site.

3.

B.

A foam generator shall be used to produce a predetermined quantity of preformed foam which shall be injected into the mixer and blended with the cement slurry for Grout Mix A only. The foam generator shall be timer-controlled to repetitively discharge a preselected quantity or to discharge continuously at a fixed rate. Foam generating equipment shall be tested and calibrated for dilution percentage, density, and volume output. Two types of foam generating systems, batch and continuous generating, are acceptable. 1. The batch system shall consist of a tank in which the foam liquid concentrate and water are first premixed. This dilute solution is then discharged from either a pressurized tank or by means of a mechanical pump through a foam-making nozzle in which this solution is blended with compressed air in fixed proportions. A continuous generating system container, which continuously draws the concentrate directly from its shipping container, automatically blends it with water and compressed air in fixed proportions, and forms the stable microbubbled foam. Both types utilize a foam refining column or nozzle calibrated for foam quality and discharge rate. The foam nozzle may be timer-controlled to repetitively discharge any preselected quantities or to discharge continuously at a fixed rate. Batching, mixing and pumping equipment shall be compatible and of sufficient size and capacity to place backfill grout to distances and volumes proposed by the CONTRACTOR. Provide graphical or digital printout records of batch scale readings, accurate to one (1) pound, of the dry mix ingredients before delivery to mixer.

2.

3.

4.

5. C.

Specially designed batch mixers may also be used in conjunction with surge hopper equipped pumps. The rates of mixing and pumping shall be properly adjusted and a continuous flow of backfill grout shall be obtained at the point of placement. Injection Hoses and Connections: 1. The CONTRACTOR shall use hose of proper type and diameter to withstand maximum injection pressures used.

D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-8

2.

At the point of injection, suitable valves and calibrated pressure gauges shall be provided so that the pressure and grout flow at the grout hole may be regulated and monitored. A meter shall be provided to measure the total volume of grout pumped into each hole. Provide at or very near the point of injection, a system of valves in the line transporting the grout that will allow easy access for collection of test specimens. Provide an automatic bypass valve set to the maximum pressure specified. Injecting connections shall be a minimum of 2 inch diameter. Provide suitable stop valves at collar of hole for use in maintaining pressure, as required, until grout has set.

3. 4.

PART 3 - EXECUTION 3.01 PREPARATION A. Do not begin placement of backfill grout until the following activities are completed: 1. 2. 3. Submittal and acceptance of pipe buoyancy and pipe restraint calculations Pipe restraint and anti-buoyancy measures are implemented Assessment of effects of heat of hydration and heat mitigation measures specific to the carrier pipe material are accepted and implemented. Prepare test batch of similar volume (approximately 6 ft x 6 ft x 6 ft) on site of the approved Backfill Grout Mix B designs for backfilling outside HDPE and FPVC pipe materials to determine the actual maximum heat of hydration. Provide 2 ea. thermocouples towards the center of the grout mass, read and record temperature in the morning and in the afternoon for a minimum of three days or until the temperature reading started to come down. Provide insulation blanket to the grout mass throughout the duration of the test. Once the highest heat of hydration temperature reading is established the Contractor must coordinate with the approved carrier pipe manufacturer and secure either (a) confirmation letter stating that such heat of hydration temperature would not damage the pipes or (b) recommended course of action to be taken during backfill grouting to be included in the required work plan. Bulkhead construction

4. 3.02 GENERAL A.

Backfill grout shall be properly placed as specified herein. Backfill grout Mix A shall be made using performed foam process equipment approved by the foaming agent material manufacturer. Methods for completely filling the annular space between pipe and the initial support shall be acceptable to the ENGINEER. No standing water or groundwater inflows shall be allowed where backfill grout is to be placed.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-9

C.

At the CONTRACTOR’s option, bulkheads may be constructed at the end of each reach of pipe to be backfilled. 1. 2. Bulkheads shall be constructed so the annular space will be completely backfilled. Bulkheads shall incorporate a minimum one (1) inch diameter drain pipe in the invert of the tunnel to facilitate drainage of water during backfill grouting. This pipe shall be securely capped and plugged once backfill grouting begins to flow from the drain line. An opening or vent pipe shall be provided in the tunnel crown to allow entrapped air to escape. Vent outlets shall be provided as required. Contact grout under pressure any drain and vent pipes until completely filled.

3. 4. D.

Inform the ENGINEER at least 24 hours in advance of the times and place where placement of backfill grout is anticipated.

3.03

BATCHING AND MIXING A. B. General: The CONTRACTOR shall conform to the requirements of accepted submittals and the foaming agent manufacturer’s recommendations. Mixing 1. All backfill grout shall be mechanically mixed to produce a uniform distribution of the materials with a suitable consistency and the specified limiting requirements. Excessive mixing shall be avoided in order to reduce the possibility of changes in unit weight and consistency. In batch mixing operations, the CONTRACTOR shall follow the manufacturer’s recommendations concerning the order of charging the mixer with the various ingredients. The as-cast unit weight shall be monitored at the point of placement. Allowance should be made for any additional mixing that may result from the method of placement, such as mechanical or pneumatic pumping, and for any unit weight changes that may result from these methods. For continuous mixing operations, provision shall be made for reasonable uniform and continuous rate of addition of all mix components at appropriate positions in the mixing machines, and in the correct ratio, to assure uniformity and the specified limiting requirements at the point of placement.

2.

3.

3.04

PLACING BACKFILL GROUT A. All void space within the tunnel casing shall be completely filled with backfill grout. Force backfill grout into all irregularities around the tunnel to completely fill the tunnel with backfill grout. Place backfill grout in accordance with the approved submittals that comply with the approved installation methods as specified in Section 02623.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-10

B.

The CONTRACTOR shall demonstrate and ensure that the placement of backfill grout will not induce movement or damage the carrier pipes. Backfilling of the annular space between the pipe and the casing shall be done in a minimum of two lifts. For the siphon, the first lift shall be no higher than the crown of the lower level carrier pipes. The final lift shall completely fill the casing outside the carrier pipe(s). Pressure gauges of appropriate range for monitoring the backfill grout injection pressures shall be located in the line transporting the backfill grout at the point of injection. Pressure shall not exceed 15 psi at the point of injection unless lower pressures are required to prevent pipe movement or damage to carrier pipes. Volume of backfill grout injected shall be measured, recorded and compared with the anticipated volume per foot of pipe backfilled. The CONTRACTOR shall provide a means of direct communications between the injection point and the pump operator. Completely fill the siphon carrier pipes with cooling water and induce a regulated flow through the siphon carrier pipes during backfill grout placement to remove heat generated by heat of hydration. Monitor flow rate and temperature gain in cooling water using either a thermocouple or infrared thermometer. Continue cooling water flow until heat generation subsides and equal to the average neutral or stable temperature of the carrier pipe as confirmed by the manufacturer. Carrier pipe must be completely full of water at all times during and following grouting operations until backfill grout is fully cured. If the cooling system cannot lower pipe temperature to within pipe manufacturer’s recommended operating range due to the heat of hydration, backfill grouting process shall be placed in smaller lifts until the pipe temperature can fall within range of manufacturer’s recommendation at no additional cost to VVWRA.

C.

D. E. F.

3.05

FIELD QUALITY CONTROL TESTING A. General: Field control tests, including unit weight (wet density) and compression tests shall be performed by the CONTRACTOR and the results submitted to the ENGINEER. 1. 2. 3. 4. The frequency specified herein for each field control test is approximate. A greater or lesser number of tests may be made, as required by the ENGINEER. Test specimens shall be collected within the tunnel at or near the connection where the backfill grout is injected. The CONTRACTOR shall assist the ENGINEER in obtaining additional test cylinders. Supply all materials necessary for fabricating the test cylinders. Provide at or very near the point of injection, a system of valves in the line transporting the backfill grout, which will allow easy access for collection of test specimens without disconnecting the line from the outlet. Submit the valve arrangement to the ENGINEER for review at least 15 days prior to commencing backfill grouting operations.

B.

Unit Weight: For Backfill Grout Mix A, unit weight (wet density) tests shall be made from the first batch mixed each day, after a change in mix design, every 30 minutes
BACKFILL GROUT 03355-11

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

during pumping, and from each batch of backfill grout from which compression test cylinders are made. For Backfill Grout Mix A, unit weight shall be determined in accordance with ASTM C 567. Unit weight at the point of placement shall be within the specified weight range plus or minus five (5) percent. Adjust mix as required to obtain the specified wet density. C. Compression Tests: One set of four (4) test samples shall be made for each shift when backfill grout is placed. One additional set shall be made from each additional 200 cubic yards, or major fraction thereof, placed in any one shift. Two samples from each set will be tested at an age of 28 days. For Backfill Grout Mix A, an additional set of four (4) test samples shall be made for each shift when backfill grout is placed. These samples will be tested at an age of 56 days. Obtain backfill grout from transit mix truck or grout pump. 1. Compressive strength of backfill grout shall be considered satisfactory if both of the following requirements are met: a. b. Average of three consecutive compressive strength tests equal or exceed the specified unconfined compressive strength. No individual compressive strength test (average of two samples) is below the specified unconfined compressive strength by more than 20 percent.

2. 3.

A strength test shall be the average of two compressive strengths of two samples made from the same backfill grout sample and tested at 28 days. Test samples shall be made in the field, cured and stored in the laboratory, and tested in accordance with ASTM C 495 for Backfill Grout Mix A or ASTM C 109 for Backfill Grout Mix B. Each set of compression test cylinders shall be marked or tagged with the date and time of day the samples were made, the location in the work where the backfill grout represented by the sample was placed, batch number, and the unit weight (wet density).

4.

3.06

PROTECTION AND CLEANUP A. The CONTRACTOR shall take all necessary precautions to protect and preserve the interior of the carrier pipes from damage. Spills shall be minimized and shall be cleaned up immediately. Any damage to the pipes caused by or occurring during the backfilling operations shall be repaired by a method approved by the ENGINEER, at no additional cost to the Owner. During backfilling work, the CONTRACTOR shall provide for adequate disposal of all waste and wastewater. The CONTRACTOR shall remove and properly dispose of all waste resulting from backfilling operations. The CONTRACTOR shall remove all formwork, bulkheads, or other material used to contain the backfill grout. END OF SECTION

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

BACKFILL GROUT 03355-12

SECTION 03360 CONTACT GROUT

PART 1 - GENERAL 1.01 SUMMARY A. This section provides minimum requirements for contact grouting of all voids and 80 feet of the annular space outside the pipeline at the entry and exit locations after installation by horizontal directional drilling (HDD).

1.02

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. The publications listed below form a part of this specification to the extent referenced. Where conflicts between these specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the date of issue of Contract Documents shall be used. ASTM C31 ASTM C39 ASTM C94 ASTM C109 ASTM C144 ASTM C150 ASTM C937 Standard Practice for Making and curing Concrete Test Specimens in the Field Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens Standard Specification for Ready-Mixed Concrete Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch Cube Specimens) Standard Specification for Aggregate for Masonry Mortar Standard Specification for Portland Cement Standard Specification for Grout Fluidifier for Preplaced-Aggregate Concrete

1.03

SUBMITTALS A. Shop Drawings: 1. Submit the following in accordance with Section 01300 – Contractor Submittals. Provide sufficient detail to allow the Engineer to judge whether the proposed equipment, materials, and procedures will meet the Contract requirements. All drawings shall be legible with dimensions accurately shown and clearly marked in English. Drawings and photographs transmitted by a facsimile will not be accepted. The Engineer’s review of submitted details and data will be based on consideration of requirements for the completed work, utilities, and the possibility of unnecessary delays in the execution of the work to be constructed under this Contract. Review and acceptance of the Contractor’s submittals by the

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTACT GROUT 03360-1

Engineer shall not be construed in any way as relieving the Contractor’s responsibilities under this Contract. B. Work Plan and Methods: 1. Submit work plan including: contact grouting methods and details of equipment, grouting procedures and sequences, injection pressures, monitoring and recording equipment, pressure gauge calibration data, methods of controlling grout pressure, method of transporting grouting equipment and materials within the pipe, and provisions to protect pipe lining or shaft supports. Submit details of grout mix proportions, admixtures, including manufacturer’s literature, and laboratory test data verifying the strength of the proposed grout mix.

2.

C.

Reports and Records: Maintain and submit daily logs of grouting operations, including grouting locations, pressures, volumes, and grout mix pumped, and time of pumping. Note any problems or unusual observations on logs. Grout Strength Tests: Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations.

D.

1.04

QUALITY ASSURANCE A. Grout Strength Tests: Prepare samples for 24-hour and 28-day compressive strength tests according to ASM C31 for cylinders or ASTM C109 for cubes. Cylinder molds shall be at least 2 inches in diameter and 4 inches long. Grout cubes shall be either 2 inches or 50 millimeters square. Test samples according to ASTM C39 or C109 as applicable. Grout for the cylinders or cubes shall be taken from the nozzle of the grout injection line. Provide at least one set of 4 samples for each 100 cubic feet of grout injected but not less than one set for each grouting shift, unless directed in writing otherwise by the Engineer.

PART 2 - PRODUCTS 2.01 MATERIALS A. Cement: Cement shall be Type II or Type V Portland cement conforming to ASTM C150. Type II cement shall meet Table 4 false set requirements of ASTM C150. Bentonite: Bentonite shall be a commercially processed powdered bentonite, Wyoming type, such as Imacco-gel, Black Hills, or equal. Sand: Conform to ASTM C144 except where modified in the following subparagraphs: 1. D. Fineness modulus: Between 1.50 and 2.00.

B.

C.

Grading Requirements: Sieve Sizes No. 8 No. 16 Percentage passing by Weight 100 95-100
CONTACT GROUT 03360-2

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

Sieve Sizes No. 30 No. 50 No. 100 No. 200 E.

Percentage passing by Weight 60-85 20-50 10-30 0-5

Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal suspension, be compatible with the cement and water used in the grouting work, and comply with the requirements of ASTM C937. Admixtures: Other admixtures may be used subject to the written approval of the Engineer to improve the pumpability, to control set time, to hold sand in suspension, and to prevent segregation and bleeding. Grout Composition: Grout shall consist of Portland cement, not more than 2 percent bentonite by weight of cement, fluidifier as necessary, and water in the proportions specified herein or as approved by the Engineer. The addition of sand may require additional water or fluidifier to be added to the grout mix. 1. Grout mix (water/cement) ratios shall be expressed in cubic feet of water per cubic foot of cement (94 lb bag). The water-cement ratio by volume shall be varied as needed to fill the voids outside the pipe. Compressive Strength: Maximum 28-day compressive strength of the cured grout shall be 500 psi. The minimum compressive strength shall be at least 100 psi.

F.

G.

2.

2.02

EQUIPMENT A. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and agitate the grout and pump it into the annular space in a continuous flow at the desired pressure. A pressure gauge shall be provided at the grout pump. The accuracy of the gauge shall be periodically checked with an accurately calibrated pressure gauge. A minimum of two spare pressure gauges shall be available on site at all times. The grouting equipment shall be provided with a meter to determine the volume of grout injected. The meter shall be calibrated in cubic feet to the nearest one-tenth of a cubic foot. The grouting equipment shall be maintained in satisfactory operating condition throughout the course of the work to ensure continuous and efficient performance during grouting operations.

B.

C.

D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTACT GROUT 03360-3

PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS A. The Contractor shall use contact grouting to fill the top 80 feet of the annular space between the bore and the outside of the pipeline and any voids caused or encountered during the HDD installation process. Grouting is to be completed from 80 feet into the bore towards the ground surface. Grout pressures shall not exceed the buckling pressure of the pipeline material. All grouting operations are to be performed in the presence of the Engineer or Owner’s Representative. Notify the Engineer at least 24 hours in advance of starting contact grouting operations. The Contractor shall take care to prevent the spill or escape of grout to the ground surface and into any water body. The Contractor shall closely monitor grouting operations to detect any spills or escape of grout to the surface or into any water body. Any such spill shall be immediately contained and cleaned up by the Contractor at no additional cost to the Owner. During grouting work, provide for adequate disposal of all waste and wastewater. Remove and properly dispose of all waste grout resulting from grouting operations. The contents of grout lines shall not be discharged into water bodies.

B.

C.

D.

3.02

MIXING AND INJECTION OF GROUT A. All materials shall be free of lumps when put into the mixer and the grout mix shall be continuously agitated. Grout shall flow unimpeded and shall completely fill all of the annular space. Grout not injected within 90 minutes of mixing shall be wasted. The Contractor shall develop one or more grout mixes designed to completely fill the annular space and to provide acceptable strength to prevent settlement. Make four samples of each proposed grout mix and determine 24-hour and 28-day strength in accordance with ASTM C39 or C109. All grout mix proportions shall be subject to review and acceptance by the Engineer. The grouting process shall be operated and controlled so that the grout is delivered uniformly and steadily. The annular space shall be grouted from the bottom upwards towards the ground surface. The grout shall be delivered via a pipe to the required depth. This pipe is to be removed from the bore at a Contractor determined rate such that the annular space is completely filled as the pipe is removed. Recirculate grout mixes when any new mix is batched or after adding water, fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to pumping grout. In general, grouting will be considered completed when the volume of grout equivalent to the theoretical volume of the annular space has been pumped and the group has appeared at the ground surface. The Contractor shall control grouting operations such that the grout pressures within the annular space are not sufficient to damage the HDPE pipeline.
CONTACT GROUT 03360-4

B.

C.

D.

E.

F.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.03

CLEANUP A. After completion of contact grouting, all related construction debris, oil, grease, and all other materials shall be removed from all Contractor work areas. Cleaning shall be incidental to the construction. No separate payment shall be made for cleanup. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTACT GROUT 03360-5

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

CONTACT GROUT 03360-6

SECTION 03610 PERMEATION GROUTING PART 1 - GENERAL 1.01 DESCRIPTION A. The Work specified in this Section consists of all operations necessary or incidental to providing ground stabilization for all aspects of shaft construction and the launch and/or reception of the microtunneling machine at from or into the shaft including injection of cementitious or chemical grouts to stabilize soils at the shaft locations. All these works are included and to be paid for under Bid Item 33, 36, 37 and 38. No separate payment will be made for Permeation Grouting. The permeation grouting is deemed specialty work. The Contractor performing permeation grouting shall have experience as defined in this section. The Contractor's proposed grouting program for the shaft excavations shall be approved by the ENGINEER before start of work. The program will consist of grouting from the surface. The Work specified in this Section consists of the requirement to mitigate the possibility of running and flowing gravels, sands and silts where the excavations will or may encounter permeable soils below the groundwater table.

B. C.

D.

1.02

RELATED SECTIONS A. The requirements of the following sections and divisions apply to the work of this section. Other sections and divisions of the specifications, not referenced below, shall also apply to the extent required for proper performance of this work. 1. Section 02623, Microtunneling and Shafts.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. B. The publications listed below form a part of this specification to the extent referenced. Where a date is given for reference standards, the edition of that date shall be used. Where no date is given for reference standards, the latest edition available on the date of Notice Inviting Bids shall be used. Publications 1. 2. 3. American Society for Testing of Materials (ASTM): ASTM C109, Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2-inch cube specimens). ASTM C117, Test Method for Material Finer than 75 micron (No. 200) Sieve in Mineral Aggregates by Washing.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-1

4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.

ASTM C136, Method for Sieve Analysis for Fine and Coarse Aggregates. ASTM C150, Specification for Portland Cement. ASTM C204, Test Method for Fineness of Portland Cement by Air Permeability Apparatus. ASTM C266, Test Method for Time of Setting of Hydraulic-Cement Paste by Gillmore Needles. ASTM C494, Specification for Chemical Admixtures for Concrete. ASTM C618, Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture for Portland Cement Concrete. ASTM C989, Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. ASTM D1785 - 06 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. ASTM D2467, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 ASTM D4219, Unconfined Compressive Strength Index of Chemically Grouted Soils. ASTM D4320, Laboratory Preparation of Chemically Grouted Soil Specimens for Obtaining Design Strength Parameters. ASTM F1970, Standard Specification for Special Engineered Fittings, Appurtenances or Valves for use in Poly (Vinyl Chloride) (PVC) or Chlorinated Poly (Vinyl Chloride) (CPVC) Systems.

1.04

CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein, providing sufficient detail to allow the ENGINEER to judge whether the proposed equipment, materials, and procedures will meet the Contract requirements. The ENGINEER’S review of submitted details and data will be based on consideration of requirements for the completed work, protection of existing utilities, and the possibility of unnecessary delays in the execution of the work to be constructed under this Contract. Submit the following: 1. 2. Qualifications of grouting Subcontractor, Permeation Grouting Superintendent, and Permeation Grouting Engineer. Product Data a. Materials specified in Part 2.
PERMEATION GROUTING 03610-2

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

b. c.

Material Safety Data Sheets. Manufacturer’s mixing and handling requirements, personal safety equipment, first aid measures, and methods for proper storage and disposal of waste materials, include containers.

3.

Certifications a. Certified laboratory test results at least 30 days before starting grouting operations documenting that the proposed grout mix meets specified requirements of three sets of three grouted laboratory samples. Products described herein including Certificates of Compliance from the manufacturer. Manufacturer's certificate of origin for sodium silicate.

b. c. 4.

At least 30 days before beginning grouting work submit proposed grouting program and procedures for review to the ENGINEER, including: a. Means and methods for performing permeation grouting at each shaft location. Identify staging areas, patterns, orientations, depths, and types of grout pipes, packers, and methods for performing grouting. Description of planned mix proportions. Calculations signed and sealed bye a PE registered in CA with clearly stated design parameters and assumptions identifying basis of grout design including computations of grout quantities with respect to porosity, strength of the grouted mass, target volumes, reduction in permeability, and refusal criteria. The shaft designer must approve the design and construction of the added loads during the permeation grouting. Description of and specifications for proposed drilling, grout mixing, and grout injection equipment including layout and sizes of grout lines. Manufacturer cut sheets for valves and gages to be used including documentation that gages have been calibrated for the project. Certification of calibration of pressure gauges and flow meters. Proposed time schedule, work hours, and crew size for performing permeation grouting. Traffic control plans, including sequencing and duration of detours and lane closures, as specified elsewhere in these specifications.

b. c.

d. e. f. g. h. 5.

Prior to commencement of grouting works, submit the following: a. Final working drawings showing hole layout and extent of grouting envelope.
PERMEATION GROUTING 03610-3

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

b.

Description of proposed stage grouting sequence, table of target injection volumes, injection pressures, grout materials, mix proportions, and procedure for altering mix proportions based on observed grout take. Within 24 hours of any grouting application, provide location (station) and details of such application, including number and layout of grout holes, orientation of holes, types or depth of grout, graphical grout-take logs, injection pressures, water pressure injection tests, and other relevant data depending on the application and the grout type, with daily shift reports.

c.

6.

Quality Control Plans a. Methods for assuring that any shaft location has been fully grouted and that the strength and permeability requirements have been achieved. Confirmatory methods shall include evidence of past satisfactory use under similar circumstances. Methods for assuring that permeation grouting does not damage utilities and installed geotechnical instrumentation.

b. 7.

Notifications a. b. With 10 days advance notice of performing permeation grouting within public rights-of-way. Immediately of leakage during grouting operations.

1.05

QUALITY ASSURANCE A. B. C. Comply with Quality Assurance Program. Survey Control: Provide qualified survey personnel in accordance with Section 01702 Construction Survey. Testing Laboratory: Testing shall be performed by an independent testing agency, which can certify compliance with the requirements of ASTM E329, or as approved by the Engineer. The laboratory shall be able to demonstrate a minimum of five years experience performing the laboratory tests required herein. Allow access to the ENGINEER at any time for observation, monitoring, and testing of cross passage ground improvement. Permeation Grouting: Perform under the supervision of a specialty grouting Subcontractor or qualified specialist with demonstrable experience on at least five permeation grouting projects, and in planning and executing actual placement of grout pipes, and mixing and injecting chemical and cement grout for soil stabilization to protect underground excavations similar in scope and purpose to the Work specified herein.

D. E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-4

1.06

QUALIFICATIONS A. Permeation Grouting Contractor shall demonstrate the following relevant experience: Five (5) projects completed successfully within the last five (5) years, each demonstrating the following characteristics: 1. 2. B. The projects listed shall be consistent with the means and methods planned for this project. Work in close proximity to live utilities in urban areas.

Permeation Grouting Superintendent. Contractor’s field staff to include minimum one permeation-grouting superintendent for each shift during which permeation grouting operations are taking place. The Permeation Grouting Superintendent shall have a minimum of seven years combined field experience in a similar position in permeation grouting. 1. 2. Do not commence fieldwork until Permeation Grouting Superintendent has been approved in writing by the ENGINEER. Permeation Grouting Superintendent shall be present on site full time during grouting

C.

Permeation Grouting Engineer: Contractor’s full-time field staff to include minimum one permeation-grouting engineer with at least 10 years of related experience in the design and field application of grouting technology similar to that required for this project. 1. 2. The Permeation Grouting Engineer shall have a valid license as a Civil Engineer or Geotechnical Engineer in the State of California. If performing permeation grouting on more than one shift per day, the Permeation Grouting Engineer must be on-site for at least one of the permeation grouting shifts and be on-call for other daily permeation grouting shifts.

1.07

DESIGN CRITERIA FOR PERMEATION GROUTING: A. The work required herein relies substantially on CONTRACTOR-responsible means and methods for performing permeation grouting. Augment and enhance the minimum design criteria specified herein as required to meet the design and performance criteria specified elsewhere in these specifications. Perform permeation grouting to specified refusal criteria in soil, and the following: 1. 2. 3. Maximum injection pressure: 0.8 psi per foot of overburden. Minimum unconfined compressive strength: 200 psi. Maximum laboratory permeability: 1x10-5 cm/sec.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-5

1.08

DELIVERY, STORAGE AND HANDLING A. Transport and store materials as prescribed by the manufacturers of these materials, as detailed in the data provided by the manufacturers. Protect material from mechanical damage and damage caused by environmental exposure. Do not use materials beyond experience date. Deliver sodium silicate in sealed containers or a certified tank truck, and accompanied by the supplier's certificate of origin. Deliver reactant materials in sealed containers accompanied by the supplier's certificate of origin. Store chemicals in metal tanks, suitably protected from accidental discharge

B.

C. 1.09

PROJECT/SITE CONDITIONS A. B. Perform drilling and grout injections in the presence of the Engineer. Cement and chemicals shall be delivered in sealed bags, containers or a certified tank truck, and shall be accompanied by the supplier's certificate of origin. All cement and chemicals shall be handled by authorized and trained personnel. Contractor shall obtain permission from property owners and ENGINEER to conduct grouting operations for the ground surface.

C.

PART 2 - PRODUCTS 2.01 MATERIALS A. Cement Grout 1. 2. 3. 4. 5. B. Cement – ASTM C150, Type II or III, or microfine cement. Bentonite – Commercially processed powder manufactured for the purpose of grout injection or use in drilling mud. Pozzolan – ASTM C618, Type F. Water – Potable, clean, and free of impurities that will affect the strength or gel development of the grout. Admixtures – Shall be approved by the ENGINEER. Do not use materials or admixtures that are toxic or cause any hazard to workers or the environment.

Chemical Grout 1. 2. Design mix comprising a liquid base, reactant, water, accelerator, and other approved admixtures as required. Liquid Base: Sodium silicate with a specific gravity between 1.4 and 1.5, and a silicate-to-soda ratio between 3.20 and 3.35. Colloidal silicate may be used as an alternative to sodium silicate as long as performance criteria can be met.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-6

3.

Reactant: Organic base type which, when properly mixed with other grout components, provides a permanent, irreversible gel with controllable gel times. The resulting gels shall exhibit less than 15 percent syneresis in 30 days when mixed with appropriate amounts of sodium silicate, water and accelerator, and not exhibit objectionable odors such as ammonia. Sodium bicarbonate, sodium aluminates and other reactants that produce a temporary grout are prohibited. Water: Potable and free of impurities affecting grout gelling characteristics and strength development of the grouted soil. Accelerator: Technical grade, water-soluble calcium chloride or other metal salt, containing a minimum amount of insoluble materials.

4. 5. C.

Sleeve Port Grout Pipes 1. Sleeve port grout pipes shall be as defined on the drawings and in conformance with the following: a. b. c. d. PVC piping and appurtenances shall be meet ASTM D1785, ASTM F1970, and ASTM D2467 standards. Steel piping and appurtenances shall meet ASTM A105 and ASTM A865 along with other ASTM standards that apply. Chemical Grouting -Provide re-groutable sleeve-port type grout pipes with grout ports spacing as depicted on the Contract Drawings. Cement Grouting – Per approved Contractor’s submittals.

2.02

EQUIPMENT A. Grout pipes - Sleeve-port type with centralizers as required to protect sleeves. After being placed in borehole encase the sleeve-port grout pipes in a continuous brittle mortar sheath. Use an internal double packer to inject grout at a specific sleeve port. Drilling equipment - Capable of installing the sleeve port grout pipe given the site conditions and grouting requirements such as lost point drilling system with retractable casing; capable of installing drill casing to the approved depths or horizontal penetration accurately in accordance with the reviewed and accepted Working Drawings. Rotary drive and/or percussion drilling methods utilizing air, foam, or water flushing may be employed. Maintain grouting equipment in good operating condition at all times. Chemical Grouting Equipment General: Continuous mixing type, capable of supplying, proportioning, mixing and pumping the grout of the type specified and with specified gel time.

B.

C. D.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-7

E.

Meters 1. Equipment plant with automatic, real-time display, positive displacement meters that accurately measure and record the volume of each component pumped. Locate meters at the injection point and in each material line ahead of mixer. a. 2. Meter accuracy shall be within 0.25 gpm and independent of fluid viscosity.

Storage tanks: Store chemicals in tanks made of suitable material and adequately protected from accidental or unauthorized discharge or mixing of components. Storage tank capacity shall be sufficient to supply at least two day's worth of grouting materials so as not to interrupt the Work if chemical delivery delays occur. Mixers and Pumps: a. Provide pumps constructed of non-corrodible material and capable of operating independently of the viscosity of the grout. Pump shall be capable of varying the rate of pumping while maintaining constant component ratios. Capable of developing at least 150 psi at pumping rates not to exceed 15 gpm. Capable of varying the pumping rate while maintaining constant component ratios. Equip with piping or hoses of adequate capacity to carry the base grout and reactant solutions separately to the point of mixing. Combine base grout and reactant solutions using a 'Y' fitting equipped with a check valve and a baffling chamber. A sampling valve shall be placed beyond the point of mixing chamber, and shall be easily accessible for sampling mixed grout. Distribution of proportioned grout, under pressure, to the grouting locations shall be monitored by separate displacement meters and gauges. Equip lines with a water flushing connection or valve placed behind the 'Y' to facilitate flushing the grout from the mixing line and baffle between grouting sessions. Place check valves in the grout lines to prevent backflow.

3.

b. c. d.

4.

Cement Grouting Equipment: a. General: 1) 2) 3) Capable of supplying, proportioning, mixing and pumping the grout of the type specified. Hose size: As appropriate for conditions expected. Provide stop valve at collar of hole for use in maintaining pressure until grout has set.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-8

b.

System: 1) 2) Provide for continuous circulation of grout in the system and to permit accurate pressure control at the grout hole connection. Equip with means for periodic flushing system with water. Accomplish with grout intake valves closed, with water supply valve open, and with grout pump running at full speed.

c. d. e.

Mixer: High speed colloidal-type of equal or greater capacity than pumping equipment. Agitator tanks: Mechanical type with twice the capacity of the mixer. Meters: 1) 2) At mixer for measuring amount of mixing water added to grout dry ingredients with accuracy to 0.25 gpm. Totalizing-type at collar of hole with accuracy to nearest liter.

f.

Pump: 1) Capable of developing pressure at the grout hole connection in a continuous, uniform manner, up to the maximum pressure required. Equipped with bypass valve to prevent sudden or excessive pressure from developing at the grout hole connection.

2) 5.

Single Hole Packers a. b. c. d. Packers shall be flow through type. Pneumatic inflatable packers shall be used; leather packers will not be permitted. Inflation pressures shall not exceed the maximum allowable inflation pressure recommended by the packer manufacturer. Spare packers will be kept available onsite at all times.

6.

Double Packers a. b. c. Pneumatic inflatable packers shall be used; leather packers will not be permitted. Inflation pressures shall not exceed the maximum allowable inflation pressure recommended by the packer manufacturer. The packer system shall be tested at the maximum injection rate of 40 gal/min.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-9

d. e. 7.

The packer depths shall be verified to the nearest 0.1 foot throughout testing. A spare set of adjustable packers shall be provided in the event that a packer (or set of packers) is damaged during the testing.

Valves and Gauges a. b. Valves shall be of high quality and appropriate for the applications. Pressure ratings shall be at least 150% of maximum pump pressures. Provide one gauge at grout pump, one gauge on manifold hookup at collar of hole being grouted, and one accurately calibrated master gauge for periodic verification of gauge accuracy. Spare valves and gauges shall be on-site at all times. Gages shall have accuracy better than +/- 0.5 psi. Gages shall be calibrated before mobilization to the site.

c. d. e. PART 3 - EXECUTION 3.01 GENERAL A.

Install grout pipes to obtain the coverage the CONTRACTOR selects to achieve the performance requirements in Section 02623. Grout pipes will be designated as primary and secondary grout pipes, with staggered ground ports designated between adjacent pipes to allow closure and complete grouting of the soil mass. Secondary grout holes shall be implemented, at the direction of the ENGINEER depending on the results of grouting from primary holes. After installing grout pipe, encase the sleeve-port grout pipes in a continuous brittle mortar sheath. Monitor and record flow rate, pressure and volume. Chemical Permeation Grouting Procedures: Mixing of chemical grout shall be performed by the continuous mixing method, with the proper amounts of sodium silicate base material, water, reactant and admixtures automatically proportioned and continuously supplied at proper flow rates and pressures. The batch system of mixing grout will not be permitted. Pass the base material and the water-accelerator-catalyst solution through parallel separate hoses to a baffling chamber near the top of the hole. Using double packers, inject chemical grout into the design zones through ports in the sleeve pipes. Temporary high injection pressures not exceeding one minute in duration will be permitted to crack open sleeve-ports. Continue to inject grout until the specified refusal criteria have been met. Do not exceed a rate of ten gallons per minute into any port.
PERMEATION GROUTING 03610-10

B. C. D. E.

F.

G.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.02

CEMENT PERMEATION GROUTING PROCEDURES: A. Cement grout which is not injected into the hole within 1 hour after mixing (30 minutes if the mix contains fluidifier with expanding agent) shall be removed from the mixer, sump, and supply line and shall be wasted. If the water pressure testing indicates a relatively tight hole, grouting shall be started with a thin grout mixture. For an open hole condition, the water-cement ratio shall be reduced accordingly and, with the grout pump operating as nearly as practicable at constant speed at all times, the ratio shall be reduced further, if necessary, until the required pressure has been reached. If the pressure tends to rise too high, near the maximum specified pressure, the water-cement ratio shall be changed as directed. The water-cement ratio by volume will be varied to meet the characteristics of each hole as revealed by the pressure washing and testing operations and will normally range between 3.0:1.0 and 0.6:1.0. If it is found impossible to reach the required pressure after pumping a reasonable volume of grout at the minimum workable water-cement ratio, a sanded grout mix shall be used, the pumping speed shall be reduced, or pumping stopped temporarily and intermittent grouting shall be performed, allowing sufficient time between grout injections for the grout to stiffen. If excessive grout takes are still observed, grouting in the hole shall be discontinued, if so directed. In such event, the hole shall be cleaned, the grout allowed to set, and additional drilling and grouting be done in this hole or in the adjacent area, as directed, until the desired resistance is built up. Under no conditions shall the pressure or rate of pumping be increased suddenly, because either may produce a water-hammer effect which may promote stoppage. After the grouting of any hole is completed, the pressure shall be maintained by means of a stopcock or other suitable device until the grout has set to the extent that it will be retained in the hole. Repair/Restoration 1. Abandon grout holes that are lost or damaged due to mechanical failure of the equipment, inadequacy of grout supply, or improper injection procedure. Backfill such holes with grout made up of one part of water to two parts of Type II Portland cement. Sand or flyash may be used as filler in the grout mix. At the completion of shaft sinking and launch and/or reception of the microtunneling machine, all open grout pipes shall be suitably backfilled throughout their length with a grout made up of one part of water to two parts Type II Portland cement. Sand or flyash may be used as filler in the grout mix. Remove grout pipe installed on private property to a depth of 10 ft. unless otherwise specified in the Contractor’s agreement with the property owner

B.

C.

D.

E.

F.

G.

2.

3.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-11

4.

Restore street pavement and sidewalks in accordance with Owner standards. Restore utilities to the existing conditions before the start of the Work under this Section.

H.

Field Quality Control 1. Provide at the site the necessary quality control testing devices required to conduct material acceptance tests, proportioning tests, and grout quality tests for proper quality control of the Work. Records for drilling and grouting a. b. Keep accurate, timely, and legible records. Records shall include, but are not limited to, hole location, hole length, measured water inflow, grout mix proportions, gel time, date, time of day, shift and foreman's name. Record a given injection point location, the pressure, flow rate, volume, and injection time. Display Data - Acceptable chart-type format; update daily.

2.

c. d. 3.

Before the start shaft excavation operation, Contractor or specialty subcontractor shall demonstrate to the ENGINEER, through the approved quality control plan, that the specified grout zone has been thoroughly impregnated and stabilized with grout. Perform soil sampling, geophysical or other methods satisfactory to the ENGINEER both before and after grouting for comparison. Grout shall have a gel time of five to 40 minutes, and not more than 40 minutes with 90 percent of the grout having gel times of ten to 30 minutes. Changes in gel time shall be approved by the Engineer prior to implementation. Samples obtained for gel time checks: at least one every half hour of pumping or for every 500 gallons of grout, whichever is more frequent. Gel samples shall be properly containerized, labeled and stored until completion of the work. General: Check plant meter accuracy at least twice daily. Proof tests: Prepare 1 chemically grouted (with actual grout from the field) soil sample (from the in-situ samples taken prior to commencement of the work) for each 500 gallons of grout pumped and test in accordance with ASTM D4219.

4.

5. 6. 7.

I.

Adjusting 1. Closely monitor the rate of grout take during grout injection. Ascertain the cause of sudden drops in grout injection pressures following initial start-up pressure adjustments. Continuously monitor adjacent paved and unpaved areas, adjacent gravity sewers, storm drains and other utilities for grout leakage. In the event that

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-12

grout leaks are observed, temporarily terminate injection and plug leaks before resuming grouting. 2. If excessive grout take is experienced that is not attributable to leakage, change injection pressure, pumping rates, gel or setting times, or grout composition, subject to the acceptance of the ENGINEER, to reduce grout use to acceptable levels.

J.

Cleaning 1. 2. 3. Segregate chemical or cement grout contaminated groundwater, including the products of syneresis degrading of gelled grouts. Properly handle and dispose of drill cuttings and flushings. Grout that cannot be placed or injected prior to initial set or maximum specified time limit shall be wasted. During the progress of the work, the Contractor shall provide for adequate disposal of all wash and waste water and remove all waste grout, on a daily basis if necessary, to maintain a safe and effective grouting operation. END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-13

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PERMEATION GROUTING 03610-14

SECTION 06610 GLASS FIBER AND RESIN FABRICATIONS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install fabricated fiberglass items, complete and serviceable as shown and specified herein, all in accordance with the requirements of the Contract Documents. This section covers furnishing, installation and testing of fiberglass stop logs and their embedded channels intended to be used for the temporary and permanent flow diversion in MH AVS-1 and MH AVS-2. Contractor is to supply 4 sets of channels as shown on the plans and 2 duty plus 4 spare (6 total) sets of stop logs.

B.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 03300, Concrete

1.03

REFERENCE SPECIFICATIONS, CODES AND STANDARDS B. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. 1. Industry Standards: ASTM D 635 ASTM D 638 ASTM D 790 Standard Test Method for Rate of Burning and/or Extent and Time of Burning of Plastics in a Horizontal Position Standard Test Method for Tensile Properties of Plastics Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials Standard Test Method for Surface Characteristics of Building Materials Burning

C.

ASTM E 84 D.

Comply with the applicable reference Specifications as directed in the Standard Specifications, General Conditions and Special Conditions.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GLASS FIBER AND RESIN FABRICATIONS 06610-1

1.04

CONTRACTOR SUBMITTALS A. B. Submittals shall be made in accordance with the Standard Specifications, General Conditions, Special Conditions and as specified herein. The following submittals and specific information shall be provided. 1. Shop Drawings: The CONTRACTOR shall furnish shop drawings of all fabricated items and accessories in accordance with the requirements of the Standard Specifications, General Conditions, Special Conditions, and as specified herein. Certification: The CONTRACTOR shall certify, on the shop drawings, that all items and fabrications have been manufactured of material(s) suitable for potable water usage, and that all fabricated items are of sufficient strength to serve their intended function without undue distortion or deflection. The manufacturer shall furnish the ENGINEER with calculations showing that the will meet the load-bearing and deflection provisions of the specifications for each size of grating and for each span. The CONTRACTOR shall, if required by the ENGINEER, test under full load one section of each size of grating for each span length involved on the job, to show compliance with these specifications. A suitable dial gauge shall be provided by the CONTRACTOR for measuring deflections.

2.

3.

1.05

QUALITY ASSURANCE A. B. Contractor Qualifications All items to be provided under this Specification section shall be furnished only by manufacturers having experience in the manufacture of similar products, with a record of successful installations.

PART 2 - PRODUCTS 2.01 GENERAL REQUIREMENTS A. Quality: All fiberglass items shall be constructed of new, first-class, commercial-quality, fiberglass-fabric-reinforced, polyester resin laminate material of the strength, thickness, and dimensions shown and specified herein, using the matched die-molded method. Finish: All finished surfaces of fiberglass items and fabrications shall be smooth, resinrich, free of voids, and without dry spots, crazes, or unreinforced areas, and shall provide for corrosion resistance and weathering. Outer surfaces shall be smooth and no glass fibers shall be exposed. Supports and Fasteners: The CONTRACTOR shall provide all bolts, anchor bolts, nuts, washers, and supports as required for all the plastic and fiberglass items specified in this section, in accordance with the requirements of the manufacturers of the plastic and fiberglass items. All bolts, anchor bolts, washers and supports required in connection

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GLASS FIBER AND RESIN FABRICATIONS 06610-2

with the plastic or fiberglass items provided under this section shall be of Type 316 stainless steel. PART 3 - EXECUTION 3.01 INSTALLATION A. All sections adjacent to each other shall be in the same plane. There shall not be more than a 1/4-inch clearance between the ends of the stop gate and the mating face of the adjacent channel, support angle, or other adjacent horizontal or vertical surface. All mounting clips and hardware shall be 316 stainless steel as accepted by the ENGINEER. Ends of stop gates, channels, angles and all cut edges shall be sealed with resin as recommended by the manufacturer.

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GLASS FIBER AND RESIN FABRICATIONS 06610-3

THIS PAGE INTENTIONALLY LEFT BLANK

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

GLASS FIBER AND RESIN FABRICATIONS 06610-4

SECTION 06620 PLASTIC LINER (POLYVINYL CHLORIDE) PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall furnish and install vinyl plastic liner in manhole structures as shown on the Plans and herein specified. The liner shall effectively protect the concrete underneath from corrosion. The liner shall be continuous and free from any holes, defects or other faults, and all joint welding and sealing shall be as impervious as the liner. All vinyl plastic liner shall be white. Interior areas of manhole structures shall be sealed and protected with the specified lining as shown on the Plans. All joints between individual sheets or sections of liner shall be continuously heat welded using welding strips of the same material as the liner but without the integral extension ribs. Unless otherwise noted, all material, methods and testing required for the installation of liners in manhole structures, and the field sealing and welding of joints shall be done in strict conformity with applicable published sections of the Standard Specification for Public Works Construction, latest edition.

B.

C.

1.02

RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Concrete Formwork: 03100

1.03

REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. Comply with the applicable editions of the following codes, regulations and standards. ASTM D 638 ASTM D 790 ASTM D 412 C. Test Method for Tensile Properties of Plastics. Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension

B.

Comply with the applicable reference specifications as directed in the General Conditions.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-1

1.04

CONTRACTOR SUBMITTALS A. B. Submittals shall be made in accordance with the Standard Specifications, General Conditions and Special Conditions and as specified herein. The following submittals and specific information shall be provided. 1. The Contractor shall furnish shop drawings of all fabricated items and accessories in accordance with the Standard Specifications, General Conditions and Special Conditions. The Contractor shall submit to the Engineer shop drawings of installation details showing how each structure will be lined. These drawings shall show how returns, corners and joints will be located and constructed. No liner shall be placed until these drawings have been favorably reviewed by the Engineer.

2.

1.05

QUALITY ASSURANCE A. Contractor Qualifications 1. Applicators: The application of plastic liner to forms and other surfaces shall be considered as highly specialized work. Personnel performing this type of work shall be trained in methods of installation and shall demonstrate their ability to the Engineer. Welders: Each welder shall prequalify by successfully passing a welding test within two years before doing any welding. Requalification may be required at any time deemed necessary by the Engineer. All test welds shall be made in the presence of a VVWRA representative and shall consist of the following: a. b. Two pieces of liner, at least 15 inches long and 9 inches wide, shall be lapped 1-1/2 inches and held in a vertical position. A welding strip shall be positioned over the edge of the lap and welded to both pieces of liner. Each end of the welding strip shall extend at least 2 inches beyond the liner to provide tabs. The weld specimen shall be submitted to the Engineer and shall be tested as follows: Each welding strip tab, tested separately, shall be subjected to a 10pound pull, normally to the face of the liner with the liner being held firmly in place. There shall be no separation between the welding strip and liner when the welding tabs are submitted to the test pulls. 1) Three test specimens shall be cut from the welded sample and tested in tension across the welds. If none of the specimens fail when tested as specified herein, the weld will be considered as satisfactory in tension.

2.

c. d.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-2

2)

If one of the specimens fails to pass the tension test, a retest will be permitted. The retest shall consist of testing three additional specimens cut from the original welded sample. If all three of the retest specimens pass the test, the weld shall be considered satisfactory. A disqualified welder may submit a new welding sample when, in the opinion of the Engineer, there has been sufficient off-thejob training or experience to warrant re-examination.

3)

PART 2 - PRODUCTS 2.01 COMPOSITION A. The materials used in all sheets of plastic liner and in all joint, corner and welding strips for the liner shall be a high molecular weight polyvinyl chloride (PVC) resin and other necessary ingredients compounded to make permanently flexible sheets and strips. PVC resin shall constitute not less than 99 percent, by weight, of the resin used in the formulation. Copolymer resins shall not be permitted. The material used in joint strips and in plain sheets of plastic liner shall be identical to that used in sheets having locking extensions. Changes in formulation shall be permitted only after prior notification of the Engineer and satisfactory demonstration to the Engineer that the modified plastic liner meets or exceeds all requirements in this Specification. Plastic liner shall be impermeable to sewage gases and liquids and shall be nonconducive to bacterial or fungal growth. All lines shall be factory checked electrically to ensure freedom from any porosity. The lining shall have good impact resistance, shall be flexible, and shall have an elongation sufficient to bridge a 1/8-inch wide settling crack, which may occur in the pipe structure or joint after installation, without loss of the lining integrity. Once cast into the concrete of structures, the lining shall be permanently and physically attached to the concrete by T-shaped integral locking extensions and shall not rely on a mastic bond except where specifically indicated. The lining shall withstand a 15 psi back hydrostatic pressure applied to the under surface of the lining without losing anchorage and without rupture or leakage.

B. C.

D.

E.

F.

2.02

PHYSICAL PROPERTIES A. At any time prior to final acceptance of the work, including during manufacture, the Engineer may sample any sheet or strip. Samples shall be subject to the following tests: 1. 2. Tensile specimens shall be prepared in accordance with ASTM D 412, Test Method B. These shall be cut from sheets, joint strips and flat welding strips. Weight change specimens shall be 1- by 3-inches and of specified sheet thickness.
PLASTIC LINER (POLYVINYL CHLORIDE) 06620-3

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.

Test specimens shall be conditioned to a constant weight at 110 F before and after submersion in the following solutions for a period of 112 days at 77ï‚°F +5ï‚°. At 28-day intervals, tensile specimens and weight change specimens shall be removed from each of the chemical solutions and tested. CHEMICAL SOLUTION Sulfuric Acid Sodium Hydroxide Ammonium Hydroxide Sodium Hypochlorite Nitric Acid Ferric Chloride Soap Detergent (Linear Alkyl Benzyl Sulfonate or Gas) Bacteriological mg/l CONCENTRATION 20% 5% 5% 1% 1% 1% 0.1% 0.1% BOD not less than 700

*Volumetric percentages of concentrated C.P. grade reagents. 4. All plastic liner sheets, joint, corner and welding strips shall have the following physical properties when tested at 77ï‚° F +5ï‚°: After 112 days exposure in above listed chemical solutions** 2100 psi min. 200% min. +5 with respect to initial test result +1.5%

Property Tensile Strength Elongation at break Indentation hardness (Shore durometer, Type D) Weight change

Initial 2200 psi min. 200% min.

Inst. 50-60

**If any specimen fails to meet the 112-day requirements before completion of the 112-day exposure, the material shall be subject to rejection. 5. Liner locking extension embedded in concrete shall withstand a test pull of at least 100 pounds per linear inch, applied perpendicularly to the concrete surface for a period of one minute, without rupture of the locking extensions or withdrawal from embedment. This test shall be made at 75ï‚°F +5ï‚°. All plastic liner sheets, including locking extensions, all joint, corner and welding strips shall be free of cracks, cleavages, or defects adversely affecting the protective characteristics of the material. The Engineer may authorize the repair of such defects by approved methods.

6.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-4

7. B.

Specimens shall meet the PROPERTIES", set forth above.

requirements

listed

under

"PHYSICAL

Thickness of Material: Liner to be bonded to concrete by means of integral locking extensions embedded in the concrete shall have a minimum thickness of 0.065-inch. Liner to be bonded to concrete or steel surfaces by means of mastic shall have a minimum thickness of 0.094-inch. Welding strips shall have a minimum thickness of 0.094-inch and a maximum thickness of 0.156-inch. Joint strips shall have a minimum thickness of 0.075-inch. Sheet and Strip Size 1. 2. Sheets of liner shall be as large as practicable to adequately fit the intended use. Large sheets shall be formed in the shop by lapping basic size sheets a minimum of 0.50-inch and fusing the sheets together in such a manner as to produce a continuous welded joint. Specimens taken from shop welded joints shall show no cracks or separation and shall be tested in tension after flexing. Each specimen shall withstand a minimum load of 132 pounds per linear inch of weld, or the product of 2000 psi times the minimum thickness in inches of the material adjoining the weld, whichever is greater. The thickness shall be taken within a 2inch gage length. Tears, cracks, wrinkles or separation in the laps shall be cause for rejection. Joint strips shall be 4 +0.25-inches wide and shall have each edge beveled prior to application. Welding strips shall be 1 +0.15-inch wide. All welding and outside corner strips shall have edges beveled at time of manufacture.

C.

3. 4. 5. D.

Locking Extensions 1. All liner cast into concrete shall have integral locking extensions embedded in the concrete. Liner may be bonded to concrete surfaces with a mastic if specifically shown on the Plans. Locking extensions shall be of the same material as the liner plate and shall be integral with the sheets for liner plate. Locking extensions shall have an approved cross section with a minimum height of 0.375-inch and a minimum web thickness of 0.085inch. They shall be approximately 2-1/2 inches apart and shall be made so that when the extensions are embedded in concrete, the liner will be held permanently in place. Locking extensions shall be parallel and shall be continuous except where omitted for joints and transverse weep channels.

2. E.

Weep Channels 1. At 8-foot maximum intervals along liner longitudinally, a gap not less than 2 inches (3-1/2 inches in the case of extruded sheets) nor more than 4 inches wide shall be left in all locking extensions for liners of cast-in-place structures to provide an unobstructed transverse weep channel. Any area behind liner that is
PLASTIC LINER (POLYVINYL CHLORIDE) 06620-5

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

not properly served by regular weep channels shall have additional weep channels 2-inches wide provided by cutting away locking extensions. Provisions shall be made to permit water behind the liner of concrete manhole shafts to drain into the weep channels of the lined structure. Weep channels shall be cut into the extruded sheet so that a maximum of 1/32-inch of the base locking extension is left on the sheet. 2. At transverse joints in cast-in-place structures, a gap of not less than 2 inches nor greater than 4 inches shall be left in all locking extensions to provide a transverse weep channel. If locking extensions are removed to provide a weep channel at joints, the base of the extension left on a sheet shall not exceed 1/32-inch. A transverse weep channel shall be provided approximately 12 inches from each liner return where surfaces lined with plastic liner join surfaces that are not so lined. As part of the work of installing the liner, all outlets of transverse weep channels shall be cleared of obstructions that would interfere with their proper function.

3.

4. F.

Flaps: When transverse liner flaps are required, they shall be fabricated so that a maximum of 1/32-inch in height of the locking extension is left on the sheet.

2.03

MASTICS AND CLEANERS A. Mastics, solvents and activators proposed for use for application to plain sheet shall be submitted to the Engineer for approval. Mastics used on the liner shall be limited to those products approved by the Engineer. No mastic shall be applied to liner or to any of the liner strips, which will deleteriously affect the liner, or strip in any way. The use of most mastics and solvents is subject to record-keeping rules of the Mojave Desert Air Quality Management District (MDAQMD). 1. All coatings, solvents, equipment and procedures necessary to complete the work specified in the Contract Documents shall be suitable for wastewater treatment plant and ocean environments and shall comply with all current MDAQMD rules and regulations. Materials shall be delivered unopened to the jobsite in their original containers bearing the manufacturer’s label, completing identifying the contents, date of manufacture, volatile organic compounds (VOCs) as required by the MDAQMD and listing directions for their proper use. No products shall be allowed on site which do not conform with MDAQMD rules and regulations. Materials exceeding the storage life recommended by the manufacturer shall be removed from the jobsite. Preparation of reports required by the MDAQMD as applicable. The use of materials containing VOCs is restricted by MDAQMD rules and regulations. The Contractor shall maintain daily records of the use of these materials, including paint, solvents, thinners, sealants, adhesives, caulking, etc. The Engineer will coordinate the use of these materials and may restrict usage as necessary to avoid exceeding the daily allowable quantities. The Contractor is
PLASTIC LINER (POLYVINYL CHLORIDE) 06620-6

B.

2.

3. 4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

encouraged to submit an estimate of daily use of VOC-containing materials in advance to permit proper planning. Any delay or cost which occurs from the administration of MDAQMD regulations is the sole responsibility of the Contractor and not reimbursable by VVWRA. C. Cleaning agents for use with plastic liner with locking extensions shall be water soluble or dispersible, nonflammable, and not detrimental to the plastic liner.

PART 3 - EXECUTION 3.01 GENERAL A. B. C. The installation of all plastic liner shall be done in accordance with the Contract Documents. Liner shall be applied and secured to the forms and inspected and approved by the Engineer prior to the placement of reinforcing steel. Special terminations shall be required at sluice, slide gate and stop log frames, grating rebates, manholes, pipe sleeves, and at other such locations in structures to receive PVC liner. The Contractor shall submit drawings showing details of how terminations not shown on the Contract Documents are to be made. Methods of making terminations shall be subject to the Engineer’s approval. Approved bonding agents may be used to seal edges where PVC liner joins metal items cast in concrete. All surfaces to be bonded shall be cleaned. Mixing and application of approved bonding agents shall be in accordance with the manufacturer's instructions. All terminations shall be sealed with Sikaflex 1A, or equal.

3.02

QUALIFICATION OF INSTALLERS A. See paragraph 1.5 for qualification requirements.

3.03

PLACING PLASTIC LINER A. Coverage 1. Liner shall cover, as a minimum, the areas to be lined as shown on the Plans. The offset of each longitudinal terminal edge of sheet on adjoining pipe sections after pipe is installed shall not be greater than 1-1/2 inches. At a station where there is a difference in coverage, as shown on the Plans, and the longitudinal terminal edges of liner downstream from said station are lower than those upstream, the terminal edges of the liner installed in the section of pipe or structure immediately upstream from the station shall be sloped uniformly for the entire length of the section of pipe or structure from the limits of the smaller coverage to those of the greater coverage. Wherever the longitudinal terminal edges of liner downstream from the station are higher than those upstream, the slope shall be accomplished uniformly throughout the length of the section of pipe or structure immediately downstream from the station. An approved locking extension shall be provided along all tapered lower terminal edges of liner.
PLASTIC LINER (POLYVINYL CHLORIDE) 06620-7

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

Positioning Liner 1. All liner installed in pipe shall be positioned so that the locking extensions are parallel with the axis of the pipe. Liner shall be centered with respect to the "T" of the pipe when the inner form is positioned. Liner shall be set flush with the inner edge of the bell end of a pipe section and shall extend either to the spigot end or to approximately 4 inches beyond the spigot end, depending on the type of liner joint to be made with the adjoining pipe. All liner installed in a cast-in-place structure shall be positioned so that the locking extensions are vertical in walls and parallel to the axis of the structure in slabs. All liner installed in precast structures shall be positioned with locking extensions horizontal unless otherwise indicated on the Plans. Liner sheets shall be closely fitted to inner forms. Sheets shall be cut to fit curved and warped surfaces using a minimum number of separate pieces. The Contractor shall furnish sketches to the Engineer showing the proposed layout of the liner sheets for cast-in-place structures. The sketches shall show the location and type of all field welds. The Engineer may require the use of patterns or the marking of sheet layouts directly on the forms where complicated or warped surfaces are involved. At transverse joints between regular size sheets of liner used in cast-in-place structures and at all pipe joints, the space between ends of locking extensions, measured longitudinally, shall not exceed 4 inches. Where sheets are cut and joined for the purpose of fitting irregular surfaces, this space shall not exceed 2 inches.

2.

3. 4.

5. 6.

C.

Securing Liner in Place 1. Unless alternative methods are approved by the Engineer, liner shall be secured in place to the inner pipe forms with steel banding straps and the sheet shall be provided with strap channels. Only finish nails may be used on wood forms. Where form ties or form stabilizing rods pass through liner, provisions shall be made to maintain the liner in close contact with the forms during concrete placement.

2.

D.

Liner Returns 1. A liner return shall be installed where shown on the Plans and wherever surfaces lined with plastic liner join surfaces that are not so lined, such as brick, clay pipe, cast-iron pipe, manhole frames, and metal or clay tile gate guides. Unless otherwise indicated, returns shall be made as follows: a. Each liner return shall be a separate strip of liner at least 3 inches wide joined to the main liner by means of approved corner strips.

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-8

b. c.

Corner strips shall be welded continuously to the return and to the main liner and applied wherever possible from the back of the lining. Locking extensions shall be provided on returns to lock the returns to the concrete of plastic-lined, cast-in-place structures. Locking extensions will not be required on liner returns installed on lined precast concrete pipe and structures. Each liner shall be sealed to adjacent construction with which it is in contact as shown on the Plans or as approved by the Engineer.

d. 3.04

CONCRETE OPERATIONS A. Concrete Placement 1. Concrete placed against liner shall be carefully vibrated to avoid damage to the liner and to produce a dense, homogeneous concrete securely anchoring the locking extensions into the concrete. External vibrators shall be used in addition to internal vibrators, particularly along the lower terminal edge of plastic liner. If approved stiffeners are used along locking extensions of liner installed in forms for pipe, they shall be withdrawn completely during the placement of concrete in the forms. The concrete shall be revibrated to consolidate the concrete in the void spaces caused by the withdrawal of the stiffeners.

2.

B.

Form Removal 1. In removing forms, care shall be taken to protect liner from damage. Sharp instruments shall not be used to pry forms from lined surfaces. When forms are removed, any nails that remain in the liner shall be pulled without tearing the liner and the resulting holes clearly marked. Form tie holes shall be marked before ties are broken off and all areas of serious abrasion of the liner shall be marked. Liner in pipe shall be cleaned at the direction of the Engineer and repaired prior to shipment of the pipe. Banding straps used in securing liner to forms for pipe and cast-in-place structures shall be removed within the limits of the unlined invert, and voids left in the invert at the edge of the liner shall be filled with cement mortar or other material approved by the Engineer.

2. 3.

3.05

FIELD JOINING OF LINER A. General 1. 2. 3. No coating of any kind shall be applied over any joint, corner or welding strip, except where nonskid coating is applied to liner surfaces. Mastic shall not be applied to the surfaces of cement mortar in pipe joints, or to the surfaces of liner or joint strips opposite said mortar and concrete surfaces. Transverse joints are those perpendicular to the locking extensions.
PLASTIC LINER (POLYVINYL CHLORIDE) 06620-9

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

B.

Field Joints in Pipe Installations 1. Field joints in liner at pipe joints shall be one of the following types: a. Type P-1. A Type P-1 joint shall consist of a 4-inch joint strip, centered over the mortared pipe joint and secured along each edge to adjacent liner by means of a welding strip. The gap between ends of lock extensions shall not exceed 4 inches. Type P-2. A Type P-2 joint shall be made with an integral part of the liner extending 4 inches, +1/4-inch, beyond the spigot end of the pipe, overlapping the liner downstream from the pipe joint by at least ½-inch and secured to the downstream liner by means of a welding strip. The 4inch liner flap extending beyond the spigot end of pipe shall be devoid of locking extensions and shall be protected from damage during pipe handling and jointing operations. Excessive tension and distortion in the flap caused by bending it back sharply at the end of the pipe will not be permitted. Flaps on extruded sheet shall be as stated in Section 2.2 F., Flaps.

b.

2.

Any flap which has been bent and held back during pipe laying and jointing operations shall be allowed to return to its original shape and flatness well in advance of making the liner joint. For beveled pipe, the liner extension at the spigot end of the pipe shall be trimmed to extend 4 inches beyond and parallel to the beveled end. Length between ends of locking extensions shall not exceed 4 inches. Field joints in liner at pipe joints shall not be made until the mortar in the pipe has been allowed to cure for at least 48 hours. All joints between lined pipe and lined cast-in-place structures shall be either Type C-1 or Type C-2 as specified herein.

3.

4. 5. C.

Field Joints in Cast-in-Place Structures 1. Field joints in liner on cast-in-place structures shall be one of the following types: a. Type C-1. A Type C-1 joint shall be made in the same manner as a Type P-1 joint is made. The width of the space between adjacent sheets of liner in a Type C-1 joint shall not exceed 2 inches. This type of joint is the only type permitted collateral with contraction joints in concrete. Its only other use is for joints between pipes and cast-in-place structures. Type C-2. A Type C-2 joint shall be made by overlapping sheets not less than 1-1/2 inches and securing the overlap to the adjacent liner by means of a welding strip. The upstream sheet shall overlap the downstream sheet. The length of that part of the overlapping sheet not having locking extensions shall not exceed 4 inches.

b.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-10

c.

A welding strip shall be applied to the back of the joint. This type of joint may be used at any transverse liner joint other than those collateral with contraction joints in concrete and shall be used for liner joints made at longitudinal joints in concrete. Type C-3. A Type C-3 joint shall be made by putting sheets of liner together and applying a welding strip over the back of the joint before concrete is placed, and applying a welding strip over the front of the joint after concrete is placed. A Type C-3 joint shall not be permitted at a transverse joint that extends to a lower terminal edge of liner or at any joint where the gap between adjoining sheets of liner exceed 1/8-inch.

d.

2.

Installation of Welding Strips a. Welding strips shall be fusion welded to joint strips and liner by qualified welders using only approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. At the lower terminal edges of liner, each transverse welding strip shall be extended at least 2 inches to provide a tab for testing the weld as described in the Section 3.12 B.7., Field Testing.

b.

3.

Joint Reinforcement a. A 12-inch long welding strip shall be applied as reinforcement across each joint in liner that extends to the lower terminal edge of liner on each side of a pipe or structure. These reinforcement strips shall be centered over the joint being reinforced, shall be located as close to the lower edge of liner as practicable, and shall be welded in place after the transverse welding strips have been tested and the test tabs removed.

3.06

APPLICATION OF PLASTIC LINER WITH MASTICS A. Concrete Surfaces 1. The concrete surface shall be cured and etched by sandblasting to develop a slightly granular surface. Permits for the equipment and allowable methods from the SCAQMD shall be posted on or near sandblasting equipment as required. When permitted by the Engineer, the concrete surface may be acid etched in lieu of being sandblasted. After the sandblasting, the concrete surface shall be thoroughly cleaned of dust. Surfaces etched with acid shall be thoroughly dried before applying primer. Mastic applied system shall be compatible with the pipeline system and installed per the manufacturer’s instructions. Corner and welding strips shall be positioned over all joints and welded in place.

2. 3. 4.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-11

3.7

NON-SKID SURFACES A. All surfaces of liner shown on the Plans to be nonskid shall be treated as follows: 1. After all corner and welding strips have been installed, the surface of the liner shall be cleaned, dried, and sprayed with a mastic coating recommended by the manufacturer of the liner. The surface shall then be liberally sprinkled with clean, dry, well-graded sand, all of which will pass through a No. 30 sieve but be retained on a No. 70 sieve. After the sanded surface has thoroughly dried, all excess sand shall be brushed away and a seal coat of the mastic coating shall be sprayed over the sand in sufficient quantity to coat and bond the sand to the liner. The coated sand surface shall be allowed to dry thoroughly before any walking is permitted thereon.

2. 3.

4.

3.8

APPLICATION OF PLASTIC LINER BY MECHANICAL MEANS. A. Where mechanical application is indicated on the Plans and only where indicated, plastic liner shall be furnished and installed in accordance with the notes and details shown thereon. The plastic liner shall be of the same composition as stated in Section 2.1, 3/32inch thick and manufactured without locking extensions for all lined surfaces. Plastic liner plain sheet shall be attached to the structure by Molly Drive-Nail anchors (1/2- x 1-1/2-inch) No. 6520 or equal, as shown on the Plans. Stainless steel strap bands (1/2- x 1/8-inch) with ¼- x 3-inch tap-ins on 12-inch centers shall be used, as shown on the Plans. All areas shall be spark-tested by the Contractor in the presence of the Engineer and all holes patched by the Contractor to the satisfaction of the Engineer.

3.9

APPLICATION OF PLASTIC LINER TO STEEL SURFACES A. B. All fabrication and welding of steel to be lined with plastic liner shall be completed before the liner is installed except for field welding. All steel surfaces to which plastic liner is to be applied shall be sandblasted, leaving surfaces free of all mill scale, rust, grease, moisture and other deleterious substances. All interior welds shall be ground smooth and all weld spatters removed. After welds are ground, weld metal shall not project more than 1/16-inch above the structure surface. In the event that field welding is required, the plastic liner shall not be installed closer than 12 inches to the weld. Plastic liner shall be installed in the weld area after welding on the steel has been completed. The application of primer, mastic, activator and liner to steel surfaces shall conform to the requirements set forth herein for bonding of liner to concrete surfaces with mastic. All field joints shall be tight fitting butt joints. After the liner has been applied to steel surfaces, corner strips or welding strips shall be applied over all joints and welded in place.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-12

3.10

PROTECTION AND REPAIR OF LINER A. All necessary measures and precautions shall be taken to prevent damage to liner from equipment and materials used in, or taken through, the work. Any damage to installed liner shall be repaired by the Contractor in accordance with the requirements set forth herein for the repair of liner. All nail and tie holes and all cut, torn, and seriously abraded areas in the liner shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch. The use of this method is limited to patches that can be made with a single welding strip. The use of parallel, overlapping or adjoining welding strips shall not be permitted. Larger patches may consist of smooth liner over the damaged area with edges covered with welding strips fused to the patch and to the liner adjoining the damaged area. The size of a single patch of the latter type shall be limited only as to its width, which shall not exceed 4 inches. Wherever liner is not properly anchored to concrete, or wherever patches larger than those permitted above are necessary, the repair of liner and the restoration of anchorage shall be as directed by the Engineer.

B.

C.

3.11

GAS FLAPS A. Gas flaps shall be installed at all locations shown on the Contract Documents.

3.12

TESTING A. Shop Testing 1. All liner shall be shop tested for holes, using an approved spark detector operating at a minimum of 20,000 volts. Sheets having holes shall be satisfactorily repaired in the shop and retested prior to shipping the sheets to the project site or the pipe manufacturing plant. Repairs shall be made only by welders prequalified as provided herein. All sheets to be used in reinforced concrete pipe shall be tested at the pipe manufacturer's plant as well as in the field.

2. B.

Field Testing 1. The surface of liner shall be cleaned to permit visual inspection and spark testing. All welds shall be physically tested with a nondestructive probing method. All liner, when installed, shall be tested by the Contractor in the presence of the Engineer, using a spark-type detector. All areas of liner failing to meet the field test shall be properly repaired and retested. The Contractor shall furnish a high-voltage detector for testing. The detector shall be set at 20,000 volts and a ground wire from instrument ground output terminal attached to the conductive substrate to ensure a positive electrical contact. When testing concrete surfaces, the ground wire shall be attached to the rebars. If they are not visible, the ground wire shall be placed directly against the bare concrete surface and weighted with a damp cloth or paper sand-filled bag.
PLASTIC LINER (POLYVINYL CHLORIDE) 06620-13

2.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

3.

Periodically during the test, the exploring electrode should contact the conductive substrate to verify that the instrument is properly grounded. The exploring electrode should move over the surface of the dry liner at a rate of approximately 1 ft/sec (0.3 m/sec) using a single pass. Moisture on the coating surface may cause erroneous indications. If moisture exists, remove or allow the surface to dry before conducting the test. Discontinuities that require repair shall be identified with a marker that is compatible with the repair coating or one that is easily removed. All repairs to the liner shall be retested by the Contractor in the presence of the Engineer. Any spark testing of liner by the Contractor for the Contractor’s own purpose shall be done with a detector approved by the Engineer. Holiday testing shall be made following these procedures. Each welding strip that extends to a lower edge of the liner shall be tested. The welding strips shall extend below the liner providing a tab. A 10-pound pull shall be applied normal to the face of the pipe or structure by means of a spring balance. Liner adjoining the welding strip shall be held against the concrete during application of the force. The 10-pound pull shall be maintained if a weld failure develops, until no further separation occurs. Defective welds shall be retested after repairs have been made. Tabs shall be trimmed away neatly by the liner installer after the welding strip has passed inspection. The Contractor shall provide all equipment required to test liner in the manner recommended by the manufacturer and as described above. The Contractor shall also provide personnel qualified to perform the testing. Testing shall be performed in the presence of the Engineer. Areas that have completed spark testing and probing shall be noted on the surface area and on drawings. END OF SECTION

4. 5. 6. 7. 8.

9.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PLASTIC LINER (POLYVINYL CHLORIDE) 06620-14

SECTION 15000 PIPING, GENERAL

PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install all piping systems specified herein and shown on the contract drawings. Pipe material, class, joints, fittings, lining, and coating shall be as indicated in the Pipe Schedule. Each system shall be installed complete with all applicable fittings, hangers, supports, anchors, expansion joints, flexible connections, valves, and accessories to provide a functional system as designed. All insulation, lining, coating, heat tracing, testing, disinfection, supports, excavation, backfill and encasement, shall be included in the piping system. Piping shown on drawings and specified herein is intended to define the general layout, configuration, routing, required method of support, pipe size and type only. It is the responsibility of the CONTRACTOR to provide a complete system in accordance with the contract drawings and requirements set forth herein. All details necessary to provide a complete system as specified herein are the responsibility of the CONTRACTOR. The CONTRACTOR shall provide all spools, spacers, adapters, connectors, and supports necessary to provide a complete and functional system. The CONTRACTOR shall furnish pipe supports, anchors, etc., in addition to those shown on the contract drawings, when necessary to provide a system as specified herein. The CONTRACTOR shall provide layout drawings of all piping systems prior to installation showing all piping, equipment, accessories, supports, etc. The CONTRACTOR shall examine the site of the work, including all existing facilities where new work is required, and shall verify the exact routing of piping required to construct the intended piping system. The alignment of pipes may be varied from that indicated on drawings at no additional cost to VVWRA, where necessary, to avoid obstructions not shown on the Plans. The piping arrangement shall provide adequate access to all devices for maintenance and clearance at passageways. The CONTRACTOR shall provide all tools, equipment, materials, and supplies necessary and shall perform all labor necessary to complete the work specified herein and indicated on the drawings. The CONTRACTOR shall provide all testing apparatus necessary to perform testing as required by the contract documents. The CONTRACTOR shall provide any equipment necessary for inspection of and testing of piping systems specified. Pipe Service: Piping for specific services shall be as listed in the Standard Pipe Schedule unless otherwise indicated. Buried piping is only that piping actually buried in the ground or cast in concrete. Exposed piping includes that within buildings, tunnels or other structures regardless of elevation.

B.

C.

D.

E.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-1

1.02

RELATED WORK SPECIFIED ELSEWHERE A. B. C. D. Standard Specifications, General Conditions and Special Conditions. Specification Division 02, as applicable. Section 02200, Earthwork. Section 03300 Cast-in-Place Concrete.

1.03

REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference Specifications as directed in the Standard Specifications, General Conditions, Special Conditions and as specified herein. Commercial Standards: ANSI/ASME B1.20.1 ASTM D 792 ASTM D 2000 Pipe Threads, General Purpose (inch) Test Methods for Specific Gravity and Density of Plastics by Displacement Classification System for Rubber Products in Automotive Applications

B.

1.04

CONTRACTOR SUBMITTALS A. The CONTRACTOR shall complete shop drawings of all piping systems, equipment, accessories, and supports in accordance with the Standard Specifications, General Conditions, Special Conditions , and as specified herein. The shop drawings shall include all necessary dimensions and details on pipe joints, fittings, fitting specials, valves, appurtenances, design calculations, and material lists. The submittals shall include detailed layout, spool, or fabrication drawings which show all pipe spools, spacers, adapters, connectors, fittings, and pipe supports necessary to accommodate the equipment and valves provided in a complete and functional system. Layout drawings shall include all dimensions and spacing for pipe joints, fittings, fitting specials, valves, appurtenances, connectors, adapters, supports, anchors, etc. necessary to provide a complete and functional system as specified herein. All expenses incurred in making samples for certification of tests shall be borne by the CONTRACTOR. The CONTRACTOR shall submit as part of the shop drawings a statement from the pipe fabricator certifying that all pipes will be fabricated subject to a recognized Quality Control Program. An outline of the program shall be submitted to the ENGINEER for review prior to the fabrication of any pipe.

B.

C.

1.05

NOT USED

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-2

1.06

WARRANTY A. See warranty information in Standard Specifications, General Conditions and Special Conditions.

1.07

MATERIAL DELIVERY, STORAGE, AND PROTECTION A. All piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged condition and stored off the ground, to provide protection against oxidation caused by ground contact. All defective or damaged materials shall be replaced with new materials.

1.08

PIPE MATERIAL ABBREVIATIONS A. See Contract Drawings, sheet G-002.

1.09

PIPE SERVICE ABBREVIATIONS A. See Contract Drawings, sheet G-002.

1.10

PIPE SCHEDULE A. See Contract Drawings, sheet G-002.

PART 2 - PRODUCTS 2.01 GENERAL A. All pipes, fittings, and appurtenances shall be furnished in accordance with the requirements of the applicable sections of Divisions 02 and 15 and as specified herein.

PART 3 - EXECUTION 3.01 GENERAL A. All piping and appurtenances shall be installed in accordance with the requirements of all applicable and related divisions of these Specifications. Any deviation from lines, grades, or elevations shown on the Contract Drawings must be approved in writing by the ENGINEER

B.

3.02

HANDLING A. All pipe, fittings, and related appurtenances shall be handled in a manner that will insure installation in sound, undamaged, like new condition. Handling: All pipe, fittings and accessories shall be loaded and unloaded by lifting with hoists or skidding in order to avoid shock or damage. Under no circumstances shall such material be dropped. Pipe handled on skidways shall not be rolled or skidded against pipe on the ground.

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-3

C.

Pipe and fittings with cement mortar or epoxy lining or special coatings shall be handled with rubber-covered hooks, or other type of equipment to prevent damage. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the exterior surface or internal lining of the pipe. Pipe and fittings in which the lining or coating has been damaged shall be immediately removed from the job site and replaced. In instances where damage is minimal, the CONTRACTOR may, with approval from the ENGINEER, have the damage repaired by a qualified representative of the pipe manufacturer or fabricator.

D.

3.03

STORAGE A. The interior of all pipe, fittings, and other appurtenances shall be kept free from dirt or foreign matter at all times. 1. 2. All pipe shall be stored off the ground at all times, even during installation. Pipe ends shall be covered to prevent foreign matter from entering the pipe during storage.

B. C.

Pipe shall be stacked using suitable lumber between rows to prevent damage to pipe. Exposure to sunlight prior to backfilling of wrapped pipe shall be kept to a minimum or as recommended by manufacturer(s). If several weeks of exposure prior to backfilling are anticipated, Class C material shall be used (see AWWA A 21.5) Pipe that has become damaged or unidentifiable due to improper storage shall be rejected and immediately removed from the job site.

D.

3.04

CUTTING PIPE A. Cutting of pipe shall be performed as recommended by manufacturer(s).

3.05

CLEANING A. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter prior to installation, and shall be kept clean until the work has been accepted. Before jointing, all joint contact surfaces shall be wire brushed, wiped clean, and kept clean until the jointing is completed. Flange faces shall be wire brushed and cleaned to remove all oil, grease, loose primer, mill scale, or any other foreign matter which could affect the proper seating of the gasket. Prior to testing, pipe shall be thoroughly cleaned by flushing and/or purged in accordance with these specifications.

B.

C.

D.

3.06

NOT USED

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-4

3.07 3.08 3.09

NOT USED NOT USED PIPE INSTALLATION A. All piping shall be installed as specified, as indicated on the contract drawings and in a manner acceptable to the ENGINEER. The CONTRACTOR shall provide pipe cut from measurements made at the job site, and not from the contract drawings.

B.

3.10 3.11 3.12

NOT USED NOT USED PIPE JOINTS A. Pipe joints shall be provided as specified or as indicated by the contract documents.

3.13

ALIGNMENT A. All piping shall be installed to lines, grades, and elevations indicated on the contract drawings. All deviations from the line, grade, or elevation as indicated on the contract drawings shall be approved in writing by the ENGINEER. The CONTRACTOR is responsible for coordinating all other work to insure that piping is installed as indicated on the contract drawings. Pipe and fittings shall be assembled so there will be no distortion or springing of the pipelines. All connections shall come together at the proper orientation. The fit shall not be made by springing or heating any. Joints shall slip freely into place. If the proper fit is not obtained, the piping shall be rebuilt to fit. Piping intended to be straight shall be straight. Deflections from a straight line or grade shall be approved in writing by the ENGINEER and shall be accomplished by the use of approved fittings. If laser equipment is used for piping installation, periodic elevation measurements shall be made with survey equipment to verify the accuracy of grade or elevation. If such measurements indicate thermal deflection of the laser due to differences between ground or atmospheric temperature and the air temperature within the pipe, steps shall be taken to prevent further thermal deflections.

B.

C.

D.

E.

G.

3.14 3.15

NOT USED NOT USED

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-5

3.16

BURIED PIPE A. Buried pipe shall be protected from lateral displacement by use of the specified pipe embedment and/or encasement. Under no circumstance shall pipe be laid in water. All pipe will be laid on beddings as specified or indicated on the contract drawings. All pipe subgrade shall be compacted to a minimum relative density of 95%, unless otherwise indicated on the contract drawings. All pipe subgrade shall have compaction tests taken and be approved by the ENGINEER prior to pipe installation. No debris, tools, clothing, or other materials shall be placed in the pipe at any time. When pipe laying is interrupted, or stopped at the end of the work shift, the open ends of pipe shall be sealed with a watertight plug, or other means acceptable to the ENGINEER, to prevent water from entering the pipe. Piping shall be backfilled prior to required testing. The CONTRACTOR is responsible for all costs for repair or replacement of pipe that does not pass any required tests and may perform intermediate tests prior to backfilling.

B. C. D.

E.

F. G.

H.

3.17

WARNING/INDENTIFICATION TAPE A. Tape shall be placed at the top of the pipe zone 12 inches above and centered over the utility or pipe intended for identification. Tape shall be installed with the printed side up and run continuously along the entire length of the utility or pipe intended for identification. Tape shall be installed on the main piping and all appurtenant laterals. Tape splices shall overlap a minimum of 24 inches for continuous coverage. Tape shall be installed prior to placement of the backfill.

B.

C. 3.18

THRUST BLOCKS A. Any piping involving joints of a type that can give or slip (which means almost any kind of joint other than a welded, screwed, or flanged joint) shall be properly blocked or tied to prevent movement wherever the piping changes direction, changes size, or ends. Concrete thrust blocks in the ground shall be sized to give sufficient contact area against undisturbed ground to take the maximum thrust using passive earth pressures computed by the Rankine method. All joints shall remain accessible for repair. Ties shall be made from material good for at least 60,000 psi ultimate strength and a 48,000 psi yield point, and shall be sized on the basis of the strength of the area of the bottom of threads figured at 17,000 psi.
PIPING, GENERAL 15000-6

B.

C.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

D.

E.

An allowable earthbearing pressure of 1,500 pounds per square foot shall be used in computing the required block size. The fluid pressure shall be equal to the test pressure, which is 1½ times the pipe working pressure unless otherwise indicated. All thrust blocks and/or seismic anchorage shall be installed prior to pressure testing of any pipe. The CONTRACTOR shall submit shop drawings showing details of each thrust block to be used for approval.

F.

3.19

CONCRETE ENCASEMENT A. Pipe encasement shall be installed where indicated on the Plans, per the encasement detail in the contract drawings. Concrete and reinforcement for encasement shall be as specified in Section 03300 Castin-Place Concrete, of these Specifications. All pipe to be encased shall be suitably supported and blocked in proper position to allow for complete encasement. All pipe to be encased shall be anchored to prevent floating. All piping to be encased shall be tested as specified and the ENGINEER shall approve the installation prior to encasement.

B.

C.

D. E.

3.20

AS-BUILT DRAWINGS A. The CONTRACTOR shall provide "as-built" drawings for all piping installed. Locations shall be indicated with the coordinate and elevation system for the ends and all changes of direction of each piping run installed. For buried pipe installations, surveyed "as-builts" shall include the elevation and location of pipe, valves, and all other pertinent information of the installation, as well as all existing piping or structures exposed in the trench. For buried, encased piping, survey shall be taken both prior to encasement and after the encasement is in place. As-built drawings shall be forwarded to the ENGINEER for review and approval within five days after the installation is completed. Progress payment will be withheld for all pipe installations if "as-built" drawings are not received as specified.

B.

C.

D.

E.

3.21

TESTING A. All pipe installations shall be hydrostatically tested for a period of two hours at the hydrostatic test pressure listed in the Pipe Schedule. All pressure testing shall be done in the presence of, and approved by, the ENGINEER.
PIPING, GENERAL 15000-7

B.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

C.

All pipe supports and reaction anchorage/seismic anchorage must be installed prior to pressure testing. Where pipes are encased in concrete, testing shall be done before the concrete is placed. Buried pipe may be center-loaded to preclude movement prior to testing. The high point of all pipe installed shall be vented. All joints shall be examined during the test and all visible leaks shall be repaired. The CONTRACTOR shall furnish all necessary tools, labor, materials, water, bulkheads, and appliances needed for the test. All leaking piping must be completely retested following repairs of leaks. Acceptable leakage is zero. If changes are made to piping installation after initial testing, such as addition of valves, routing changes, branches, etc., the entire line must be retested. A Pipeline Test Report shall be completed for each test and approved by the ENGINEER. A sample report form follows:

D. E. F. H.

I. J. K.

L.

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-8

PIPELINE TEST REPORT

DATE:___________________________ JOB NUMBER:____________________ELEMENT:_______________________________ INITIAL TEST:_____ RETEST:_____ SYSTEM TESTED:______________________________________________________________ SECTION TESTED:______________________________________________________________ ________________________________PLAN DRAWING#:______________________ PIPE MATERIAL:________________________________________________________ TYPE OF TEST:_________________________________________________________ TEST MEDIUM:_________________________________________________________ TEST PRESSURE:_______________________________________________________ TEST DURATION:_______________________________________________________ TEST START TIME:________________________FINISH:_______________________ PRESSURE LOSS/GAIN:_________________________________________________ REASON FOR LOSS/GAIN:_______________________________________________ ______________________________________________________________________ ACTION TAKEN:________________________________________________________ _________________________________________________________ TEST PERFORMED BY:___________________________________________________ Print Name _______________________________________________________________________ DATE NAME OF CONTRACTOR TEST WITNESSED AND ACCEPTED BY:_____________________________________ Print Name _______________________________________________________________________ DATE OWNER/OWNER’S REPRESENTATIVE

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-9

END OF SECTION

VVWRA UPPER NARROWS PIPELINE REPLACEMENT

PIPING, GENERAL 15000-10

Sponsor Documents

Or use your account on DocShare.tips

Hide

Forgot your password?

Or register your new account on DocShare.tips

Hide

Lost your password? Please enter your email address. You will receive a link to create a new password.

Back to log-in

Close