Loading...
20210406 City Council Agenda Packet Agenda City of Vernon Regular City Council Meeting Tuesday, April 06, 2021, 09:00 AM City Hall, Council Chamber 4305 Santa Fe Avenue Vernon, California Leticia Lopez, Mayor Melissa Ybarra, Mayor Pro Tem William Davis, Council Member Carol Menke, Council Member Diana Gonzales, Council Member SPECIAL REMOTE PROTOCOLS In accordance with Governor Newsom's Executive Order N-29-20, this will be a teleconference meeting without a physical location to help stop the spread of COVID-19. This meeting will be conducted entirely by remote participation via Zoom Webinar. The public is encouraged to view the meeting at http://www.cityofvernon.org/webinar-cc or by calling (408) 638-0968, Meeting ID 948-4532-8991#. You may submit comments to PublicComment@ci.vernon.ca.us with the subject line “April 6, 2021 City Council Meeting Public Comment Item #__.” Comments received prior to 8 a.m., Tuesday, April 6, 2021, will be read into the record. CALL TO ORDER FLAG SALUTE ROLL CALL APPROVAL OF THE AGENDA PUBLIC COMMENT At this time the public is encouraged to address the City Council on any matter that is within the subject matter jurisdiction of the City Council. The public will also be given a chance to comment on matters which are on the posted agenda during City Coun cil deliberation on those specific matters. Regular City Council Meeting Agenda April 06, 2021 Page 2 of 6 PRESENTATIONS 1. Police Department Proclamation in Recognition of April 2021 as National Autism Awareness Month in the City of Vernon Recommendation: Acknowledge and present a proclamation by the Vernon City Council recognizing the month of April 2021 as Autism Awareness Month in the City of Vernon. 1. Proclamation - Autism Awareness Month 2. City Administration City Administrator Report: • Spring Eggstravaganza • COVID-19 Efforts (Testing and Vaccines) • Election Update • Tree City Designation • LABJ Commercial Real Estate Award – Prologis • Elected Officials participation in Project Westside Stakeholder Advisory Interview • Leonis Substation Bank #3 Upgrade Project • VPU-Gas Division Public Awareness with LACFD Recommendation: No action is required by City Council. This is a presentation only. PUBLIC HEARINGS 3. Finance/Treasury General Fee Schedule for Fiscal Year 2021-2022 Recommendation: Adopt Resolution No. 2021-05 approving and adopting a General Fee Schedule for Fiscal Year 2021-2022. 1. Resolution No. 2021-05 2. Proposed Fee Schedule FY2021-2022 Changes Highlighted 3. Notice of Public Hearing CONSENT CALENDAR All matters listed on the Consent Calendar are to be approved with one motion. Items may be removed from the Consent Calendar by any member of the Council. Those items removed will be considered immediately after the Consent Calendar. 4. City Clerk Approval of Minutes Recommendation: Approve the March 2 and March 16, 2021 Regular City Council meeting minutes. 1. 20210302 City Council Minutes 2. 20210316 City Council Minutes Regular City Council Meeting Agenda April 06, 2021 Page 3 of 6 5. City Clerk Claims Against the City Recommendation: Receive and file the claim submitted by Silvia Gonzales in the amount of $614. 1. 20210323 S. Gonzales Claim 6. Finance/Treasury Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 64, for the period of February 28 through March 20, 2021, totaling $12,673,549.85 and consisting of ratification of electronic payments totaling $12,415,381.73 and ratification of the issuance of early checks totaling $258,168.12. 1. Operating Account Warrant Register No. 64 7. Public Works Public Works Department Monthly Report Recommendation: Receive and file the February 2021 Building Report. 1. Public Works Department Report February 2021 8. Human Resources Personnel Policies and Procedures Manual - COVID-19 Prevention Program (CPP) Recommendation: Adopt Personnel Policies and Procedures Manual - COVID-19 Prevention Program (CPP), No. VI-3. 1. COVID-19 Prevention Program 9. Public Works Amendment No. 1 to the Services Agreement between the City of Vernon and The Arroyo Group Recommendation: A. Find that the proposed action is exempt under the California Environmental Quality Act (CEQA) review, because it is a continuing administrative activity that will not result in any direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. As indicated in the Staff Report, one of the outcomes of the proposed action is to develop a Program Environmental Impact Report (PEIR) for potential project(s), and any required environmental impact analysis will be conducted at the appropriate project phase; and B. Approve and authorize the City Administrator to execute Amendment No. 1 to the Services Agreement between the City of Vernon and The Arroyo Group, in substantially the same form as submitted, for the preparation of the Mixed-Use Specific Plan and Program EIR and the preparation of the General Plan and Housing Element Updates for a not-to-exceed amount of $65,830. 1. Amendment No. 1 - The Arroyo Group Regular City Council Meeting Agenda April 06, 2021 Page 4 of 6 10. City Clerk Authorized Agents for California Governor's Office of Emergency Services Hazard Mitigation Grant Program (HMGP) Recommendation: Adopt Resolution No. 2021-06 designating the City's Authorized Agents for the California Governor's Office of Emergency Services (CalOES) Hazard Mitigation Grant Program for the City's Natural Hazard Mitigation Plan Update. 1. Resolution No. 2021-06 - Authorized Agents for Hazard Mitigation Plan NEW BUSINESS 11. Public Works General Services Agreement with the County of Los Angeles Recommendation: Adopt Resolution No. 2021-07 approving and authorizing the execution of a General Services Agreement by and between the City of Vernon and the County of Los Angeles for a five (5) year period from July 1, 2021 to June 30, 2026. 1. Resolution No. 2021-07 12. Public Utilities Construction Contract to Cedro Construction, Inc. for the 50th Street Water Main Replacement Recommendation: A. Find that the proposed Capital Improvement Project is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section 15302, because the proposed project consists of the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; B. Accept the bid from Cedro Construction, Inc. as the lowest responsive and responsible bidder and reject all other bids; C. Approve and authorize the City Administrator to execute a Construction Contract with Cedro Construction, Inc. in substantially the same form as submitted, in an amount not to exceed $964,976 for the 50th Street Water Main Replacement; and D. Authorize a contingency amount of $96,000 in the event of unforeseen changes in the project and grant authority to the City Administrator to issue Change Orders for an amount up to the contingency amount, if necessary. 1. Construction Contract with Cedro Construction, Inc. for the 50th Street Water Main Replacement Regular City Council Meeting Agenda April 06, 2021 Page 5 of 6 13. Human Resources Amendment to the Classification and Compensation Plan Recommendation: A. Approve revised job description for the position of Deputy City Clerk; and B. Approve new job description for the position of Administrative Aide; and C. Adopt Resolution No. 2021-08 amending Exhibit A of the Classification and Compensation Plan, adopted by Resolution No. 2020-19 and as amended by Resolution Nos. 2020-28, 2020-29, 2020-32 and 2020-42 to approve the new and revised salary ranges. 1. Resolution No. 2021-08 2. Deputy City Clerk Job Description 3. Administrative Aide Job Description ORAL REPORTS City Administrator Reports on Activities and Other Announcements. City Council Reports on Activities (including AB1234), Announcements, or Directives to Staff. CLOSED SESSION 14. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION Government Code Section 54956.9(d)(1) A. Bicent (California) Malburg LLC et al. v. City of Vernon et al., Los Angeles Superior Court Case No. 19STCV08859 and JAMS Reference No. 1100107175 B. City of Vernon v. Bicent (California) Malburg LLC Los Angeles Superior Court Case No. 19STCP02411 and JAMS Reference No. 1220062657 15. CONFERENCE WITH REAL PROPERTY NEGOTIATORS Government Code Section 54956.8 Property: 2799 E 50th St, Vernon CA Agency negotiator: Carlos Fandino, City Administrator Negotiating parties: Bicent (California) Malburg LLC Under negotiation: Price and Terms of Payment CLOSED SESSION REPORT ADJOURNMENT I hereby certify under penalty of perjury under the laws of the State of California, that the foregoing agenda was posted in accordance with applicable legal requirements. Regular and Adjourned Regular meeting agendas may be amended up to 72 hours prior t o the meeting. Dated this 1st day of April, 2021. By: __________________________________ Sandra Dolson, Administrative Secretary Regular City Council Meeting Agenda April 06, 2021 Page 6 of 6 Guide to City Council Proceedings Meetings of the City Council are held the first and third Tuesday of each month at 9:00 a.m. and are conducted in accordance with Rosenberg's Rules of Order (Vernon Municipal Code Section 2.1-1). Copies of all agenda items and back-up materials are available for review in the City Clerk Department, Vernon City Hall, 4305 Santa Fe Avenue, Vernon, California, and are available for public inspection during regular business hours, Monday through Thursday, 7:00 a.m. to 5:30 p.m. Agenda reports may be reviewed on the City's website at www.cityofvernon.org or copies may be purchased for $0.10 per page. Disability-related services are available to enable persons with a disability to participate in this meeting, consistent with the Americans with Disabilities Act (ADA). In compliance with ADA, if you need special assistance, please contact the City Clerk department at CityClerk@ci.vernon.ca.us or (323) 583-8811 at least 48 hours prior to the meeting to assure arrangements can be made. The Public Comment portion of the agenda is for members of the public to present items, which are not listed on the agenda but are within the subject matter jurisdiction of the City Council. The City Council cannot take action on any item that is not on the agenda but matte rs raised under Public Comment may be referred to staff or scheduled on a future agenda. Comments are limited to three minutes per speaker unless a different time limit is announced. Speaker slips are available at the entrance to the Council Chamber. Public Hearings are legally noticed hearings. For hearings involving zoning matters, the applicant and appellant will be given 15 minutes to present their position to the City Council. Time may be set aside for rebuttal. All other testimony shall follow the rules as set for under Public Comment. If you challenge any City action in court, you may be limited to raising only those issues you or someone else raised during the public hearing, or in written correspondence delivered to the City Clerk at or prior to the public hearing. Consent Calendar items may be approved by a single motion. If a Council Member or the public wishes to discuss an item, it may be removed from the calendar for individual consideration. Council Members may indicate a negative or abstaining vote on any individual item by so declaring prior to the vote on the motion to adopt the Consent Calendar. Items excluded from the Consent Calendar will be taken up following action on the Consent Calendar. Public speakers shall follow the guidelines as set forth under Public Comment. New Business items are matters appearing before the Council for the first time for formal action. Those wishing to address the Council on New Business items shall follow the guidelines for Public Comment. Closed Session allows the Council to discuss specific matters pursuant to the Brown Act, Government Code Section 54956.9. Based on the advice of the City Attorney, discussion of these matters in open session would prejudice the position of the City. Following Closed Session, the City Attorney will provide an oral report on any reportable matters discussed and actions taken. At the conclusion of Closed Session, the Council may continue any item listed on the Closed Session agenda to the Open Session agenda for discussion or to take formal action as it deems appropriate. City Council Agenda Item Report Agenda Item No. COV-561-2021 Submitted by: Nicholas Perez Submitting Department: Police Department Meeting Date: April 6, 2021 SUBJECT Proclamation in Recognition of April 2021 as National Autism Awareness Month in the City of Vernon Recommendation: Acknowledge and present a proclamation by the Vernon City Council recognizing the month of April 2021 as Autism Awareness Month in the City of Vernon. Background: Autism is a developmental disorder characterized by difficulties with social interaction and communication, and by restricted and repetitive behavior. Autism is the fastest growing developmental disability in the United States, affecting more than three million people. Early diagnosis and intervention programs lead to significantly improved outcomes for individuals with autism. It is an urgent public health crisis that demands a national response. In an effort to raise awareness about autism spectrum disorders and the need to provide services to individuals and families who are affected, the month of April is globally recognized as Autism Awareness Month. This proclamation recognizes the month of April 2021 as Autism Awareness Month in the City of Vernon to raise public awareness of autism and calls for its observance by the Vernon community. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. Proclamation - Autism Awareness Month A PROCLAMATION OF THE MAYOR AND THE CITY COUNCIL OF THE CITY OF VERNON DECLARING APRIL 2021 AS AUTISM AWARENESS MONTH WHEREAS, autism, the fastest growing developmental disability in the United States, affecting more than three million (3,000,000) people, is a complex disorder that affects each person differently, resulting in unique strengths and challenges; and WHEREAS, in recognition of the growing needs of the worldwide autistic community and to raise awareness about autism spectrum disorders and the need to provide services to individuals and families who are affected, the month of April is globally recognized as Autism Awareness Month; and WHEREAS, early diagnosis and intervention programs lead to significantly improved outcomes for individuals with autism; and WHEREAS, in light of the growing impact of autism spectrum disorders and the need for greater awareness, Autism Speaks holds its “Light It Up Blue!” campaign on World Autism Awareness Day, designed to increase awareness about autism by asking participating organizations to turn their lights blue; and WHEREAS, the City of Vernon wishes to invite all residents and businesses within the City of Vernon to participate in Autism Awareness month in the hopes that it will lead to increased understanding and acceptance of the autism spectrum disorder. NOW, THEREFORE, THE MAYOR AND THE CITY COUNCIL OF THE CITY OF VERNON, ON BEHALF OF ITS EMPLOYEES, RESIDENTS AND BUSINESSES HEREBY DECLARES THE MONTH OF APRIL 2021 AS AUTISM AWARENESS MONTH THIS 6 TH DAY OF APRIL TWO THOUSAND AND TWENTY-ONE. CITY OF VERNON By: LETICIA LOPEZ, Mayor City Council Agenda Item Report Agenda Item No. COV-570-2021 Submitted by: Sandra Dolson Submitting Department: City Administration Meeting Date: April 6, 2021 SUBJECT City Administrator Report: • Spring Eggstravaganza • COVID-19 Efforts (Testing and Vaccines) • Election Update • Tree City Designation • LABJ Commercial Real Estate Award – Prologis • Elected Officials participation in Project Westside Stakeholder Advisory Interview • Leonis Substation Bank #3 Upgrade Project • VPU-Gas Division Public Awareness with LACFD Recommendation: No action is required by City Council. This is a presentation only. Background: The City Administrator Report is a monthly presentation highlighting City projects, responses to Council inquiries, and events and activities of interest to the community. The report will be available at the time of the meeting and posted on the City's website. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: City Council Agenda Item Report Agenda Item No. COV-542-2021 Submitted by: Angela Melgar Submitting Department: Finance/Treasury Meeting Date: April 6, 2021 SUBJECT General Fee Schedule for Fiscal Year 2021-2022 Recommendation: Adopt Resolution No. 2021-05 approving and adopting a General Fee Schedule for Fiscal Year 2021-2022. Background: The City’s fees are reviewed and updated on an annual basis in preparation for the budget adoption. Prior to introducing a proposed General Fee Schedule for Fiscal Year 2020-2021, the City contracted a third-party consultant for a comprehensive cost allocation fee study. The findings were incorporated into a proposed fee schedule and presented to the Business and Industry Commission (BIC), at a town hall meeting, and to City Council. On May 19, 2020, the City Council directed staff to postpone any fee adjustments due to the potential business impacts of the COVID-19 state of emergency and to re-evaluate possible modifications in 2021. The proposed General Fee Schedule presented for Fiscal Year 2021-2022 has been reviewed in light of the continued COVID-19 state of emergency; thus, it incorporates only fees that are missing from the existing schedule, mandated by the State, and/or minor revisions that do not impact businesses for fees related to permits and inspections. Other potential fee adjustments will be considered in upcoming fiscal years, after the state of emergency has ended and economic forecasts can be reasonably assessed. On February 11, 2021, staff presented the proposed 2021-2022 General Fee Schedule and solicited feedback from the BIC. The BIC voted unanimously to recommend that the City Council adopt the General Fee Schedule for FY 2021-2022. The Notice of Public Hearing for adoption of the FY 2021-2022 General Fee Schedule was properly posted, mailed, and published pursuant to Government Code Section 6062a. Fiscal Impact: The General Fee Schedule establishes the amount the City can charge for services. With the exception of fees that are missing from the existing schedule, mandated by the State, and/or minor revisions, fees were kept in line with last year given the continuing financial impact of the pandemic. Revenue from the fees collected, which is anticipated to include approximately $4,640,707 from Charges for Services and $1,596,500 from Licenses and Permits, will be included in the City’s projected budget for FY 2021-2022. Attachments: 1. Resolution No. 2021-05 2. Proposed Fee Schedule FY2021-2022 Changes Highlighted 3. Notice of Public Hearing RESOLUTION NO. 2021-05 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON APPROVING AND ADOPTING A GENERAL FEE SCHEDULE FOR FISCAL YEAR 2021-2022 SECTION 1. Recitals. A. The City’s fees are reviewed and updated on an annual basis in preparation for the budget adoption. B. On May 19, 2020, the Director of Finance recommended the City Council adopt a General Fee Schedule for Fiscal Year 2020 -2021 in order to adjust the governmental services cost recovery and diminish the shortfall that exists through undercharging. City Council deferred action on the General Fee Schedule and directed staff to review fees in 2021. C. The proposed General Fee Schedule for Fiscal Year 2021-2022 incorporates only fees that were missing from the schedule, mandated by the State, and/or minor revisions that do not impact businesses for fees related to permits and inspections . D. The Council desires to approve the General Fee Schedule for fiscal year 202 1- 2022. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF VERNON AS FOLLOWS: SECTION 2. The City Council of the City of Vernon hereby finds and determines that the above recitals are true and correct. SECTION 3. The City Council of the City of Vernon hereby approves and adopts the General Fee Schedule for fiscal year 2021-2022, a copy of which is attached hereto as Exhibit A. SECTION 4. All resolutions or parts of resolutions, specifically Resolution No. 2017-17, not consistent with or in conflict with this resolution are hereby repealed. / / / / / / / / / Resolution No. 2021-05 Page 2 of 14 _______________________ SECTION 5. The City Clerk shall certify the passage and adoption of this resolution and enter it into the book of original resolutions. APPROVED AND ADOPTED this 6th day of April, 2021. _____________________________ LETICIA LOPEZ, Mayor ATTEST: LISA POPE, City Clerk (seal) APPROVED AS TO FORM: _________________________________ ARNOLD M. ALVAREZ-GLASMAN, Interim City Attorney PROPOSED GENERAL FEE SCHEDULE City of Vernon Effective July 1, 2021 Resolution No. 2021-05 Page 3 of 14 __________________ CITY OF VERNON GENERAL FEE SCHEDULE TABLE OF CONTENTS ADMINISTRATIVE FEES ............................................................................................................ 3 BUSINESS LICENSE FEES** ........................................................................................................... 3 COPIES ................................................................................................................................................ 3 CREDIT CARD PAYMENT FEE....................................................................................................... 3 ELECTIONS ........................................................................................................................................ 3 FILMING ............................................................................................................................................. 4 MISCELLANEOUS ............................................................................................................................ 4 PASSPORTS........................................................................................................................................ 4 STAFF TIME – Special Projects Beyond Normal Course of Business............................................... 4 SUBPOENA DUCES TECUM ........................................................................................................... 4 BUILDING PERMIT FEES ........................................................................................................... 5 PERMIT FEES..................................................................................................................................... 5 CERTIFICATE OF OCCUPANCY FEES .......................................................................................... 5 INSPECTION AND OTHER FEES .................................................................................................... 6 ENGINEERING FEES ................................................................................................................... 7 ENGINEERING FEES ........................................................................................................................ 7 ENCROACHMENT FEES .................................................................................................................. 7 GRADING ........................................................................................................................................... 8 ENCROACHMENT PERMIT FAITHFUL PERFORMANCE BONDS OR CASH DEPOSIT REQUIREMENTS ............................................................................................................................... 8 Type of Work to be performed ............................................................................................................ 8 HEALTH AND ENVIRONMENTAL CONTROL PERMIT FEES ............................................. 9 CERTIFIED UNIFIED PROGRAM AGENCY .................................................................................. 9 FOOD PROTECTION PROGRAM .................................................................................................... 9 HEALTH & ENVIRONMENTAL CONTROL SERVICE FEES ............................................... 11 POLICE FEES .............................................................................................................................. 12 GENERAL ......................................................................................................................................... 12 FALSE ALARMS .............................................................................................................................. 12 Resolution No. 2021-05 Page 4 of 14 __________________ ADMINISTRATIVE FEES BUSINESS LICENSE FEES** Warehousing ≤ 5,000 Square Feet $1,200.00 ≥ 5,001 Square Feet (Maximum tax is $11,950.00) $0.21 per square feet Manufacturing Based on number of employees Application Hybrid Business Please refer to business license tax calculation worksheet Application Contractor Based on number of employees and quarters working Application Catering Catering Vehicle-Cold Food (§ 5.25(b)(1)(ii)) $602.00/yr. Catering Vehicle-Hot Food (§ 5.25(b)(1)(i)) $787.00/yr. Hazardous Waste Treatment, Storage or Disposal Facilities See Vernon Code § 5.35 and 5.36 Hazardous Waste Treatment, Storage or Disposal by or on behalf of related corporate entities. See Vernon Code § 5.36 Waste to Energy Facilities See Vernon Code § 5.37 Solid Waste Materials Processing and Recycling Facilities See Vernon Code § 5.38 Lead-Acid Battery Recycling Facilities See Vernon Code § 5.39 ** Business license fees not listed above may be found in Vernon Code Chapter 5 – Business License Taxes and other City Taxes. COPIES Standard $0.20 per page Certified $16 per document Oversized Plans $5.00 per sheet or direct cost of duplication Special Projects Direct cost of duplication Audio/Video/CD/DVD duplication (medium provided by requestor) $5.00 CREDIT CARD PAYMENT FEE City’s direct cost to process credit card transactions for the convenience of the credit card user shall be collected from the credit card user as part of the transaction. ELECTIONS Candidate Statement Deposit $250.00 Filing Fee – Intent to Circulate a Petition (Election Code Section 9202(b)) $200.00 Resolution No. 2021-05 Page 5 of 14 __________________ FILMING Permit $268.00 Filming Location Fee – Private Property $150 per permit Filming Location Fee – Under City Control $650 per day Filming Location Fee – City Street $650 per day Health Department Inspection Fee $150 per permit Building Department Inspection Fee $150 per permit On-Duty Police Officer (See Filming Guidelines) Per Agreement with Police Officers Association Encroachment Inspector $75 per hour Posting $110 per location Encroachment, Traffic and Street Closure Fees See Engineering Fees Filming without a Permit* Double all permit fees *With the exception of film permit violations, all Filming Fees are collected on behalf of the City by the City’s Film Permit consultant (FilmLA). MISCELLANEOUS Returned Checks $26.00 Administrative Citations See Resolution No. 2011-195 Civil Penalties See Resolution No. 2011-195 PASSPORTS Processing Fee (Established by the U.S. Department of State) $35.00 Photograph $10.00 per photo STAFF TIME – Special Projects Beyond Normal Course of Business As provided for in the California Public Records Act, City’s staff time spent on extraordinary or infrequent requests that are large in scope or require development of information to satisfy such requests will require the requestor to reimburse the City for its actual direct cost. Actual direct cost will include the City staff’s fully burdened hourly rate which includes PERS and Medicare. Outsourced consultant and attorney fees will be at cost billed to the City. A deposit, based upon an estimate to fulfill a request, will be collected prior to commencement. SUBPOENA DUCES TECUM Documents (Deposit for Civil Cases. No charge for Criminal Cases (Evidence Code Section 1563(b)(1)). No charge for Federal Cases unless significant (Federal Rules of Civil Procedure Rule 45) $15.00 Persons (Deposit for Civil Cases pursuant to Government Code Section 68096.1. No charge for Criminal Cases pursuant to Penal Code Section 1329). $275.00 Resolution No. 2021-05 Page 6 of 14 __________________ BUILDING PERMIT FEES PERMIT FEES Building, Electrical, Plumbing, Heating, Ventilating, Cooling, Refrigeration, and Fire Prevention Permits VALUATION FEE $1.00 to $2,000.00 $111.00 $2,001.00 to $5,000.00 $111.00 for the first $2,000.00 plus $5.55 for each additional $100.00 or fraction thereof, up to and including $5,000.00 $5,001.00 to $25,000.00 $277.00 for the first $5,000.00 plus $13.87 for each additional $1,000.00 or fraction thereof, up to and including $25,000.00 $25,001.00 to $50,000.00 $555.00 for the first $25,000.00 plus $10.40 for each additional $1,000.00 or fraction thereof, up to and including $50,000.00 $50,001.00 to $100,000.00 $815.00 for the first $50,000.00 plus $7.63 for each additional $1,000.00 or fraction thereof, up to and including $100,000.00 $100,001.00 to $500,000.00 $1,196.00 for the first $100,000.00 plus $5.55 for each additional $1,000.00 or fraction thereof, up to and including $500,000.00 $500,001.00 and up $3,415.00 for the first $500,000.00 plus $4.29 for each additional $1,000.00 or fraction thereof. Plan Check Fee when required, shall be equal to 65% of the Permit Fee. Plan Check Energy Fee 25% of the Permit Fee. Permit Energy Fee 10% of the Permit Fee. DESCRIPTION FEE Green Building Standards Plan Review Mandatory Provisions $1,310.00 Green Building Standards Plan Review Tier 1 Provisions $2,619.00 Green Building Standards Plan Review Tier 2 Provisions $3,929.00 Green Building Standards Inspection Mandatory Provisions $1,284.00 Green Building Standards Inspection Tier 1 Provisions $2,536.00 Green Building Standards Inspection Tier 2 Provisions $3,788.00 Grading Plan Review Fee (First 3 sheets) $1,329.00 Grading Plan Review Fee Each Additional Sheet $289.00 NPDES LID Inspection $1,210.00 Industrial Wastewater Discharge Permit Application Review $180.00 Penalty Fees Work commencing prior to the issuance of a permit shall be subject to an additional fee equal to the permit fee. (Authorized by California Building Code § 109.4.) CERTIFICATE OF OCCUPANCY FEES AFFECTED FLOOR AREA Inspection Fee: 5,000 square feet or less $385.00 5,001 to 50,000 square feet $885.00 Resolution No. 2021-05 Page 7 of 14 __________________ BUILDING PERMIT FEES 50,001 to 100,000 square feet $1046.00 Over 100,000 square feet $1207.00 Issuance of a Temporary Certificate of Occupancy Less than 5,000 square feet $385.00 Less than 50,000 square feet $885.00 50,001 to 100,000 square feet $1,046.00 Over 100,000 square feet $1,207.00 INSPECTION AND OTHER FEES DESCRIPTION FEE Permit Inspection outside of normal business hours (minimum charge four hours) $244.00/hour Minimum of $976.00 Inspection of work not requiring a permit $168.00/hr. Re-inspection fee $168.00/hr. Additional structural plan review required by changes, additions or revisions to the plans submitted or determination if an existing structure can accept additional loads $321.00/hr. Additional non-structural plan review required by changes, additions or revisions to the plans submitted $168.00/hr. Certified Access Specialist (CASp) Review Fee $136.00/hr. Trailer Permit $507.00/trailer Trailer Permit for subsequent years $507.00 Final Map, parcel map, or tentative map which contains four or less parcels or lots $5,585.00 Final Map, parcel map, or tentative map which contains five or more parcels or lots $11,107.00 paid at the time of submittal plus any County surveyor and County Clerk filing fees and Fish and Game Section 711.4 fees Conditional Use Permit $16,628.00 plus applicant is responsible for cost to retain a consultant to prepare the environmental document for the project plus a 25% administration fee, plus any County Surveyor and County Clerk filing fees & Fish & Game Section 713 fees Zoning Variance and Zoning Amendment $11,075.00 Resolution No. 2021-05 Page 8 of 14 __________________ BUILDING PERMIT FEES Building Code Variance $4,879.00 Certificate of Compliance Fee $1,014.00 Covenant and Lot Merger Review Fee $937.00 Grant / Easement Deed Review $1,445.00 Zoning Verification $276.00 Commercial/Industrial solar panel or other alternative energy sources installation greater than 150kw $1,000.00 plus $7.00 per kW for each Kw above 50kW to 250kW and $5.00 per kW above 250kW Residential Solar Panel Installation $500 plus $15 per kW for each kW above 15kW Water Efficient Landscape Plan Review and Inspection Fee $828.00 Sanitary Sewer Flow Study Fee $2106.00 Green building Standards Administration Special Revolving fee $1.00 for every $25,000.00 or portion thereof of valuation Release of Building Drawings $64.00 ENGINEERING FEES ENGINEERING FEES FEE Lot Line Adjustment Fee Per App $2,902.00 ENCROACHMENT FEES Permit Issuance Fee Per App $161.00 Permit Inspection and Plan Check Fees Regular Time $166.00/hr. Overtime $244.00/hr. Annual Permit $578.00/hr. Reconstruction Fees for Work Completed by City All other direct costs to the City resulting from the Permitee’s activity, calculated at actual cost plus 25% administrative cost FRANCHISES AND LICENSES Issuance Annual Fee Railroad crossings, conveyor bridges, and tunnels across a street $25,000.00 $3,210.00 Resolution No. 2021-05 Page 9 of 14 __________________ ENGINEERING FEES Railroad Tracks, pipelines, or conduits along a street $25,000 for each one-half (1/2) mile or portion thereof $3,210.00 for each one- half (1/2) mile or portion thereof Pipelines or conduits across a street or a metering manhole in the street $12,500.00 $1,605.00 Building footings and appendages for traffic sensors, signs, monitoring wells and architectural projections $5,000.00 $642.00 The fee for any encroachment not specifically listed in the table shall be the same fee for the most similar structure listed in the table as determined by the City. GRADING Low Impact Development Plan Review $2,770.00 Grading Inspection (No LID) $282.00 ENCROACHMENT PERMIT FAITHFUL PERFORMANCE BONDS OR CASH DEPOSIT REQUIREMENTS The amount of an encroachment permit cash deposit, certified or cashier' s check, surety bond, or letter of credit shall be determined by multiplying the quantity of asphalt paving, concrete paving, sidewalk, concrete curb, monuments and trench excavations proposed to be removed, disturbed or opened by the rate shown in the table below, the sum of the totals shall establish the minimum amount of the bond or deposit, except that in no case shall the faithful total security be less than $5,000. Authorized by Vernon Municipal Code §22.47. Type of Work to be performed Asphalt pavement $22.75/sq. foot Concrete pavement and driveway $25.50/sq. foot Concreate sidewalk $13.25/sq. foot Concrete curb and gutter $67.50/lin. Foot Trench excavations $9630.00 each open excavation Monument replacement $3,852.00/monument Resolution No. 2021-05 Page 10 of 14 __________________ HEALTH AND ENVIRONMENTAL CONTROL PERMIT FEES CERTIFIED UNIFIED PROGRAM AGENCY ABOVE GROUND PETROLEUM STORAGE ACT PROGRAM Total Storage Capacity 1,320 to 10,000 Gallons $270.00 Total Storage Capacity 10,001 to 100,000 Gallons $539.00 Total Storage Capacity 100,001 to 1,000,000 Gallons $1027.00 Total Storage Capacity 1,000,001 to 10,000,000 Gallons $2054.00 Total Storage Capacity 10,000,001 to 100,000,000 Gallons $2054.00 Total Storage Capacity 100,000,001 or more Gallons $2054.00 HAZARDOUS MATERIALS BUSINESS PLAN PROGRAM Hazardous Material Inventory Class A $488.00 Hazardous Material Inventory Class B $551.00 Hazardous Material Inventory Class C $2042.00 Application Fee $327.00 UNDERGROUND STORAGE TANK PROGRAM Annual Tank Operating Permit $818.00/Tank Underground Storage Tank Facility $1,252.00/Facility HAZARDOUS MATERIAL CLOSURE Small $313.00 Medium $627.00 Large $940.00 Extra Large $976.00 Certificate of Closure $344.00 WELL PERMITS DRILLING A WATER WELL $648.00 DESTROYING OR CONVERTING AN EXISTING WATER WELL $648.00 DRILLING A MONITORING WELL less than 50 feet $584.00 REPAIRING / MODIFYING A WELL $478.00 FOOD PROTECTION PROGRAM FOOD PERMITS AGRICULTURAL OPERATION $207.00 Annual CATERER $363.00 Annual CATERER $121.00 Daily COMMISSARY $741.00 FOOD PROCESSING Under 2000 square feet $520.00 Resolution No. 2021-05 Page 11 of 14 __________________ HEALTH AND ENVIRONMENTAL CONTROL PERMIT FEES ESTABLISHMENT Over 2000 square feet $1,082.00 FOOD VENDING MACHINE BUSINESS $42.00 / machine FOOD WAREHOUSE $416.00 RESTAURANT 0-30 SEATS $416.00 RESTAURANT 31 SEATS AND OVER $824.00 RETAIL FOOD MARKET $403.00 RETAIL FOOD PRODUCTION ESTABLISHMENT $403.00 TEMPORARY EVENT ORGANIZER $302.00 TEMPORARY FOOD FACILITY $117.00 FOOD VEHICLES MOBILE FOOD FACILITY (CART) $225.00 WHOLE PRODUCE $225.00 MOBILE FOOD PREP UNIT (HOT TRUCK) $552.00 Annual MOBILE FOOD PREP UNIT (HOT TRUCK) $186.00 Daily WHOLESALE FOOD VEHICLE $122.00 RETAIL FOOD VEHICLE $122.00 NON-FOOD GARMENT MANUFACTURING $395.00 LAUNDRY FACILITY (N/A IF FACILITY IS NOT A VERNON BUSINESS) $313.00 LAUNDRY VEHICLE $122.00 per vehicle WASTE PROCESSING FACILITY $446.00 WASTE TRANSFER STATION $313.00 WASTE COLLECTION BUSINESS $1,532.00 WASTE COLLECTION VEHICLE $266.00 WASTE COLLECTION VEHICLE YARD $334.00 RENDERING PLANT BUSINESS $543.00 RENDERING PLANT VEHICLE $266.00 WASTE DISPOSAL SITE $313.00 WATER SUPPLY UTILITY $10.00 / Service connection LIQUID WASTE PUMPING BUSINESS $266.00 LIQUID WASTE PUMPING VEHICLE $232.00 OFFAL BUSINESS $266.00 OFFAL VEHICLE $232.00 Resolution No. 2021-05 Page 12 of 14 __________________ HEALTH & ENVIRONMENTAL CONTROL SERVICE FEES GENERAL PLAN CHECK 1-5 sheets $547.00 6-10 sheets $1017.00 11-25 sheets $1,330.00 Additional Sheets $232.00 Resolution No. 2021-05 Page 13 of 14 __________________ POLICE FEES GENERAL FEE Vehicle release fee - standard $50.00 Vehicle release fee - driving under the influence $144.00 Fee to release complete copy of arrest reports, traffic accident reports, incident reports $20.00 Fee to release complete copy of arrest reports, traffic accident reports, and incident reports (certified) $31.00 Repossession fee for vehicles repossessed in Vernon (Government Code 41612) $15.00 VIN verification fee $44.00 Citation sign-off fee $44.00 DUI Emergency Response City’s cost Subpoenas witness attendance deposit (Government Code Section 68097.2) $275.00 Subpoenas for discovery motions $15.00 Basic Police background investigation $19.00 Video tape copy (blank tape provided by requester) – Digital $19.00 FALSE ALARMS No charge for the first 3 within a fiscal year 4th false security alarm $168.00 5th false security alarm $207.00 6th false security alarm $246.00 7th false security alarm, and each additional security alarm thereafter $284.00 Resolution No. 2021-05 Page 14 of 14 __________________ PROPOSED GENERAL FEE SCHEDULE City of Vernon Draft February 4, 2021 Draft City of Vernon General Fee Schedule Page 2 of 12 CITY OF VERNON GENERAL FEE SCHEDULE TABLE OF CONTENTS ADMINISTRATIVE FEES ............................................................................................................ 3 BUSINESS LICENSE FEES** ........................................................................................................... 3 COPIES ................................................................................................................................................ 3 CREDIT CARD PAYMENT FEE....................................................................................................... 3 ELECTIONS ........................................................................................................................................ 3 FILMING ............................................................................................................................................. 4 MISCELLANEOUS ............................................................................................................................ 4 PASSPORTS........................................................................................................................................ 4 STAFF TIME – Special Projects Beyond Normal Course of Business............................................... 4 SUBPOENA DUCES TECUM ........................................................................................................... 4 BUILDING PERMIT FEES ........................................................................................................... 5 PERMIT FEES..................................................................................................................................... 5 CERTIFICATE OF OCCUPANCY FEES .......................................................................................... 5 INSPECTION AND OTHER FEES .................................................................................................... 6 ENGINEERING FEES ................................................................................................................... 7 ENGINEERING FEES ........................................................................................................................ 7 ENCROACHMENT FEES .................................................................................................................. 7 GRADING ........................................................................................................................................... 8 ENCROACHMENT PERMIT FAITHFUL PERFORMANCE BONDS OR CASH DEPOSIT REQUIREMENTS ............................................................................................................................... 8 Type of Work to be performed ............................................................................................................ 8 HEALTH AND ENVIRONMENTAL CONTROL PERMIT FEES ............................................. 9 CERTIFIED UNIFIED PROGRAM AGENCY .................................................................................. 9 FOOD PROTECTION PROGRAM .................................................................................................... 9 HEALTH & ENVIRONMENTAL CONTROL SERVICE FEES ............................................... 11 POLICE FEES .............................................................................................................................. 12 GENERAL ......................................................................................................................................... 12 FALSE ALARMS .............................................................................................................................. 12 Draft City of Vernon General Fee Schedule Page 3 of 12 ADMINISTRATIVE FEES BUSINESS LICENSE FEES** Warehousing ≤ 5,000 Square Feet $1,200.00 ≥ 5,001 Square Feet (Maximum tax is $11,950.00) $0.21 per square feet Manufacturing Based on number of employees Application Hybrid Business Please refer to business license tax calculation worksheet Application Contractor Based on number of employees and quarters working Application Catering Catering Vehicle-Cold Food (§ 5.25(b)(1)(ii)) $602.00/yr. Catering Vehicle-Hot Food (§ 5.25(b)(1)(i)) $787.00/yr. Hazardous Waste Treatment, Storage or Disposal Facilities See Vernon Code § 5.35 and 5.36 Hazardous Waste Treatment, Storage or Disposal by or on behalf of related corporate entities. See Vernon Code § 5.36 Waste to Energy Facilities See Vernon Code § 5.37 Solid Waste Materials Processing and Recycling Facilities See Vernon Code § 5.38 Lead-Acid Battery Recycling Facilities See Vernon Code § 5.39 ** Business license fees not listed above may be found in Vernon Code Chapter 5 – Business License Taxes and other City Taxes. COPIES Standard $0.20 per page Certified $16 per document Oversized Plans $5.00 per sheet or direct cost of duplication Special Projects Direct cost of duplication Audio/Video/CD/DVD duplication (medium provided by requestor) $5.00 CREDIT CARD PAYMENT FEE City’s direct cost to process credit card transactions for the convenience of the credit card user shall be collected from the credit card user as part of the transaction. ELECTIONS Candidate Statement Deposit $250.00 Filing Fee – Intent to Circulate a Petition (Election Code Section 9202(b)) $200.00 Draft City of Vernon General Fee Schedule Page 4 of 12 FILMING Permit $268.00 Filming Location Fee – Private Property $150 per permit Filming Location Fee – Under City Control $650 per day Filming Location Fee – City Street $650 per day Health Department Inspection Fee $150 per permit Building Department Inspection Fee $150 per permit On-Duty Police Officer (See Filming Guidelines) Per Agreement with Police Officers Association Encroachment Inspector $75 per hour Posting $110 per location Encroachment, Traffic and Street Closure Fees See Engineering Fees Filming without a Permit* Double all permit fees *With the exception of film permit violations, all Filming Fees are collected on behalf of the City by the City’s Film Permit consultant (FilmLA). MISCELLANEOUS Returned Checks $26.00 Administrative Citations See Resolution No. 2011-195 Civil Penalties See Resolution No. 2011-195 PASSPORTS Processing Fee (Established by the U.S. Department of State) $35.00 Photograph $10.00 per photo STAFF TIME – Special Projects Beyond Normal Course of Business As provided for in the California Public Records Act, City’s staff time spent on extraordinary or infrequent requests that are large in scope or require development of information to satisfy such requests will require the requestor to reimburse the City for its actual direct cost. Actual direct cost will include the City staff’s fully burdened hourly rate which includes PERS and Medicare. Outsourced consultant and attorney fees will be at cost billed to the City. A deposit, based upon an estimate to fulfill a request, will be collected prior to commencement. SUBPOENA DUCES TECUM Documents (Deposit for Civil Cases. No charge for Criminal Cases (Evidence Code Section 1563(b)(1)). No charge for Federal Cases unless significant (Federal Rules of Civil Procedure Rule 45) $15.00 Persons (Deposit for Civil Cases pursuant to Government Code Section 68096.1. No charge for Criminal Cases pursuant to Penal Code Section 1329). $275.00 Draft City of Vernon General Fee Schedule Page 5 of 12 BUILDING PERMIT FEES PERMIT FEES Building, Electrical, Plumbing, Heating, Ventilating, Cooling, Refrigeration, and Fire Prevention Permits VALUATION FEE $1.00 to $2,000.00 $111.00 $2,001.00 to $5,000.00 $111.00 for the first $2,000.00 plus $5.55 for each additional $100.00 or fraction thereof, up to and including $5,000.00 $5,001.00 to $25,000.00 $277.00 for the first $5,000.00 plus $13.87 for each additional $1,000.00 or fraction thereof, up to and including $25,000.00 $25,001.00 to $50,000.00 $555.00 for the first $25,000.00 plus $10.40 for each additional $1,000.00 or fraction thereof, up to and including $50,000.00 $50,001.00 to $100,000.00 $815.00 for the first $50,000.00 plus $7.63 for each additional $1,000.00 or fraction thereof, up to and including $100,000.00 $100,001.00 to $500,000.00 $1,196.00 for the first $100,000.00 plus $5.55 for each additional $1,000.00 or fraction thereof, up to and including $500,000.00 $500,001.00 and up $3,415.00 for the first $500,000.00 plus $4.29 for each additional $1,000.00 or fraction thereof. Plan Check Fee when required, shall be equal to 65% of the Permit Fee. Plan Check Energy Fee 25% of the Permit Fee. Permit Energy Fee 10% of the Permit Fee. DESCRIPTION FEE Green Building Standards Plan Review Mandatory Provisions $1,310.00 Green Building Standards Plan Review Tier 1 Provisions $2,619.00 Green Building Standards Plan Review Tier 2 Provisions $3,929.00 Green Building Standards Inspection Mandatory Provisions $1,284.00 Green Building Standards Inspection Tier 1 Provisions $2,536.00 Green Building Standards Inspection Tier 2 Provisions $3,788.00 Grading Plan Review Fee (First 3 sheets) $1,329.00 Grading Plan Review Fee Each Additional Sheet $289.00 NPDES LID Inspection $1,210.00 Industrial Wastewater Discharge Permit Application Review $180.00 Penalty Fees Work commencing prior to the issuance of a permit shall be subject to an additional fee equal to the permit fee. (Authorized by California Building Code § 109.4.) CERTIFICATE OF OCCUPANCY FEES AFFECTED FLOOR AREA Inspection Fee: 5,000 square feet or less $385.00 Draft City of Vernon General Fee Schedule Page 6 of 12 BUILDING PERMIT FEES 5,001 to 50,000 square feet $885.00 50,001 to 100,000 square feet $1046.00 Over 100,000 square feet $1207.00 Issuance of a Temporary Certificate of Occupancy Less than 5,000 square feet $385.00 Less than 50,000 square feet $885.00 50,001 to 100,000 square feet $1,046.00 Over 100,000 square feet $1,207.00 INSPECTION AND OTHER FEES DESCRIPTION FEE Permit Inspection outside of normal business hours (minimum charge four hours) $244.00/hour Minimum of $976.00 Inspection of work not requiring a permit $168.00/hr. Re-inspection fee $168.00/hr. Additional structural plan review required by changes, additions or revisions to the plans submitted or determination if an existing structure can accept additional loads $321.00/hr. Additional non-structural plan review required by changes, additions or revisions to the plans submitted $168.00/hr. Certified Access Specialist (CASp) Review Fee $136.00/hr. Trailer Permit $507.00/trailer Trailer Permit for subsequent years $507.00 Final Map, parcel map, or tentative map which contains four or less parcels or lots $5,585.00 Final Map, parcel map, or tentative map which contains five or more parcels or lots $11,107.00 paid at the time of submittal plus any County surveyor and County Clerk filing fees and Fish and Game Section 711.4 fees Conditional Use Permit $16,628.00 plus applicant is responsible for cost to retain a consultant to prepare the environmental document for the project plus a 25% administration fee, plus any County Surveyor and County Clerk filing fees & Fish & Game Section 713 fees Draft City of Vernon General Fee Schedule Page 7 of 12 BUILDING PERMIT FEES Zoning Variance and Zoning Amendment $11,075.00 Building Code Variance $4,879.00 Certificate of Compliance Fee $1,014.00 Covenant and Lot Merger Review Fee $937.00 Grant / Easement Deed Review $1,445.00 Zoning Verification $276.00 Commercial/Industrial solar panel or other alternative energy sources installation greater than 150kw $1,000.00 plus $7.00 per kW for each Kw above 50kW to 250kW and $5.00 per kW above 250kW Residential Solar Panel Installation $500 plus $15 per kW for each kW above 15kW Water Efficient Landscape Plan Review and Inspection Fee $828.00 Sanitary Sewer Flow Study Fee $2106.00 Green building Standards Administration Special Revolving fee $1.00 for every $25,000.00 or portion thereof of valuation Release of Building Drawings $64.00 ENGINEERING FEES ENGINEERING FEES FEE Lot Line Adjustment Fee Per App $2,902.00 ENCROACHMENT FEES Permit Issuance Fee Per App $161.00 Permit Inspection and Plan Check Fees Regular Time $166.00/hr. Overtime $244.00/hr. Annual Permit $578.00/hr. Reconstruction Fees for Work Completed by City All other direct costs to the City resulting from the Permitee’s activity, calculated at actual cost plus 25% administrative cost FRANCHISES AND LICENSES Issuance Annual Fee Railroad crossings, conveyor bridges, and tunnels across a street $25,000.00 $3,210.00 Draft City of Vernon General Fee Schedule Page 8 of 12 ENGINEERING FEES Railroad Tracks, pipelines, or conduits along a street $25,000 for each one-half (1/2) mile or portion thereof $3,210.00 for each one- half (1/2) mile or portion thereof Pipelines or conduits across a street or a metering manhole in the street $12,500.00 $1,605.00 Building footings and appendages for traffic sensors, signs, monitoring wells and architectural projections $5,000.00 $642.00 The fee for any encroachment not specifically listed in the table shall be the same fee for the most similar structure listed in the table as determined by the City. GRADING Low Impact Development Plan Review $2,770.00 Grading Inspection (No LID) $282.00 ENCROACHMENT PERMIT FAITHFUL PERFORMANCE BONDS OR CASH DEPOSIT REQUIREMENTS The amount of an encroachment permit cash deposit, certified or cashier' s check, surety bond, or letter of credit shall be determined by multiplying the quantity of asphalt paving, concrete paving, sidewalk, concrete curb, monuments and trench excavations proposed to be removed, disturbed or opened by the rate shown in the table below, the sum of the totals shall establish the minimum amount of the bond or deposit, except that in no case shall the faithful total security be less than $5,000. Authorized by Vernon Municipal Code §22.47. Type of Work to be performed Asphalt pavement $22.75/sq. foot Concrete pavement and driveway $25.50/sq. foot Concreate sidewalk $13.25/sq. foot Concrete curb and gutter $67.50/lin. Foot Trench excavations $9630.00 each open excavation Monument replacement $3,852.00/monument Draft City of Vernon General Fee Schedule Page 9 of 12 HEALTH AND ENVIRONMENTAL CONTROL PERMIT FEES CERTIFIED UNIFIED PROGRAM AGENCY ABOVE GROUND PETROLEUM STORAGE ACT PROGRAM Total Storage Capacity 1,320 to 10,000 Gallons $270.00 Total Storage Capacity 10,001 to 100,000 Gallons $539.00 Total Storage Capacity 100,001 to 1,000,000 Gallons $1027.00 Total Storage Capacity 1,000,001 to 10,000,000 Gallons $2054.00 Total Storage Capacity 10,000,001 to 100,000,000 Gallons $2054.00 Total Storage Capacity 100,000,001 or more Gallons $2054.00 HAZARDOUS MATERIALS BUSINESS PLAN PROGRAM Hazardous Material Inventory Class A $488.00 Hazardous Material Inventory Class B $551.00 Hazardous Material Inventory Class C $2042.00 Application Fee $327.00 UNDERGROUND STORAGE TANK PROGRAM Annual Tank Operating Permit $818.00/Tank Underground Storage Tank Facility $1,252.00/Facility HAZARDOUS MATERIAL CLOSURE Small $313.00 Medium $627.00 Large $940.00 Extra Large $976.00 Certificate of Closure $344.00 WELL PERMITS DRILLING A WATER WELL $648.00 DESTROYING OR CONVERTING AN EXISTING WATER WELL $648.00 DRILLING A MONITORING WELL less than 50 feet $584.00 REPAIRING / MODIFYING A WELL $478.00 FOOD PROTECTION PROGRAM FOOD PERMITS AGRICULTURAL OPERATION $207.00 Annual CATERER $363.00 Annual CATERER $121.00 Daily COMMISSARY $741.00 Draft City of Vernon General Fee Schedule Page 10 of 12 HEALTH AND ENVIRONMENTAL CONTROL PERMIT FEES FOOD PROCESSING Under 2000 square feet $520.00 ESTABLISHMENT Over 2000 square feet $1,082.00 FOOD VENDING MACHINE BUSINESS $42.00 / machine FOOD WAREHOUSE $416.00 RESTAURANT 0-30 SEATS $416.00 RESTAURANT 31 SEATS AND OVER $824.00 RETAIL FOOD MARKET $403.00 RETAIL FOOD PRODUCTION ESTABLISHMENT $403.00 TEMPORARY EVENT ORGANIZER $302.00 TEMPORARY FOOD FACILITY $117.00 FOOD VEHICLES MOBILE FOOD FACILITY (CART) $225.00 WHOLE PRODUCE $225.00 MOBILE FOOD PREP UNIT (HOT TRUCK) $552.00 Annual MOBILE FOOD PREP UNIT (HOT TRUCK) $186.00 Daily WHOLESALE FOOD VEHICLE $122.00 RETAIL FOOD VEHICLE $122.00 NON-FOOD GARMENT MANUFACTURING $395.00 LAUNDRY FACILITY (N/A IF FACILITY IS NOT A VERNON BUSINESS) $313.00 LAUNDRY VEHICLE $122.00 per vehicle WASTE PROCESSING FACILITY $446.00 WASTE TRANSFER STATION $313.00 WASTE COLLECTION BUSINESS $1,532.00 WASTE COLLECTION VEHICLE $266.00 WASTE COLLECTION VEHICLE YARD $334.00 RENDERING PLANT BUSINESS $543.00 RENDERING PLANT VEHICLE $266.00 WASTE DISPOSAL SITE $313.00 WATER SUPPLY UTILITY $10.00 / Service connection LIQUID WASTE PUMPING BUSINESS $266.00 LIQUID WASTE PUMPING VEHICLE $232.00 OFFAL BUSINESS $266.00 OFFAL VEHICLE $232.00 Draft City of Vernon General Fee Schedule Page 11 of 12 HEALTH & ENVIRONMENTAL CONTROL SERVICE FEES GENERAL PLAN CHECK 1-5 sheets $547.00 6-10 sheets $1017.00 11-25 sheets $1,330.00 Additional Sheets $232.00 Draft City of Vernon General Fee Schedule Page 12 of 12 POLICE FEES GENERAL FEE Vehicle release fee - standard $50.00 Vehicle release fee - driving under the influence $144.00 Fee to release complete copy of arrest reports, traffic accident reports, incident reports $20.00 Fee to release complete copy of arrest reports, traffic accident reports, and incident reports (certified) $31.00 Repossession fee for vehicles repossessed in Vernon (Government Code 41612) $15.00 VIN verification fee $44.00 Citation sign-off fee $44.00 DUI Emergency Response City’s cost Subpoenas witness attendance deposit (Government Code Section 68097.2) $275.00 Subpoenas for discovery motions $15.00 Basic Police background investigation $19.00 Video tape copy (blank tape provided by requester) – Digital $19.00 FALSE ALARMS No charge for the first 3 within a fiscal year 4th false security alarm $168.00 5th false security alarm $207.00 6th false security alarm $246.00 7th false security alarm, and each additional security alarm thereafter $284.00 City of Vernon NOTICE OF CITY COUNCIL PUBLIC HEARING The City Council of the City of Vernon will conduct a public hearing via Zoom Webinar at http://www.cityofvernon.org/webinar-cc, in accordance with Governor Newsom's Executive Order N-29-20, on April 6, 2021, at 9:00 a.m., (or as soon thereafter as the matter can be heard), to: Consider adoption of the Fiscal Year 2021-2022 General Fee Schedule for services provided by the City. The proposed General Fee Schedule will be available for public review on the City’s website once the agenda for the meeting is posted or from the City Clerk at CityClerk@ci.vernon.ca.us or 323-583-8811, ext. 546. Please send your comments or questions to: Scott Williams, Director of Finance/City Treasurer City of Vernon 4305 Santa Fe Avenue, Vernon, CA 90058 (323) 583-8811 Ext. 849 Email: swilliams@ci.vernon.ca.us PROPOSED CEQA FINDING: Staff will recommend that the City Council find that this action is statutorily exempt from reviewing under the California Environmental Quality Act (CEQA), Guidelines section 15273, because CEQA does not apply to the establishment, modification, structuring, restructuring, or approval of rates, tolls, fares, and other charges by public entities for the purpose of meeting operating expenses and financial needs. If you challenge the adoption of the proposed General Fee Schedule for services provided by the City, or any provision thereof in court, you may be limited to raising only those issues you or someone else raised at the hearing described in this notice or in written correspondence delivered to the City of Vernon at, or prior to, the meeting. In compliance with the Americans with Disabilities Act (ADA), if you need special assistance to participate in the meeting, please contact the Office of the City Clerk at (323) 583-8811 ext. 546. The hearing may be continued, adjourned, or cancelled and rescheduled to a stated time and place without further notice of a public hearing. Posted: March 10, 2021 Lisa Pope, City Clerk Publish: March 18, 2021 March 25, 2021 4305 Santa Fe Avenue Vernon, CA 90058 (323) 583-8811 CALIFORNIA NEWSPAPER SERVICE BUREAU PRE# D A I L Y J O U R N A L C O R P O R A T I O N To the right is a copy of the notice you sent to us for publication in the HUNTINGTON PARK BULLETIN. Please read this notice carefully and call us with any corrections. The Proof of Publication will be filed with the County Clerk, if required, and mailed to you after the last date below. Publication date(s) for this notice is (are): Mailing Address : 915 E FIRST ST, LOS ANGELES, CA 90012 Telephone (800) 788-7840 / Fax (800) 464-2839 Visit us @ www.LegalAdstore.com LISA POPE CITY OF VERNON CITY CLERK 4305 SANTA FE AVE VERNON, CA 90058 GPN GOVT PUBLIC NOTICE Notice of Public Hearing - Adoption of the FY 2021-2022 General Fee Schedule 03/18/2021 , 03/25/2021 Notice Type: Ad Description COPY OF NOTICE 3450617 !A000005665770! An invoice will be sent after the last date of publication. If you prepaid this order in full, you will not receive an invoice. NOTICE OF CITY COUNCIL PUBLIC HEARING The City Council of the City of Vernon will conduct a public hearing via Zoom Webinar at http://www.cityofvernon.org/webinar-cc,in accordance with Governor Newsom's Executive Order N-29-20,on April 6,2021,at 9:00 a.m.,(or as soon thereafter as the matter can be heard), to: Consider adoption of the Fiscal Year 2021- 2022 General Fee Schedule for services provided by the City. The proposed General Fee Schedule will be available for public review on the City's website once the agenda for the meeting is posted or from the City Clerk at CityClerk@ci.vernon.ca.us or 323-583-8811,ext.546. Please send your comments or questions to: Scott Williams,Director of Finance/City Treasurer City of Vernon 4305 Santa Fe Avenue,Vernon,CA 90058 (323)583-8811 Ext.849 Email: swilliams@ci.vernon.ca.us PROPOSED CEQA FINDING:Staff will recommend that the City Council find that this action is statutorily exempt from reviewing under the California Environmental Quality Act (CEQA), Guidelines section 15273,because CEQA does not apply to the establishment,modification, structuring,restructuring,or approval of rates, tolls,fares,and other charges by public entities for the purpose of meeting operating expenses and financial needs. If you challenge the adoption of the proposed General Fee Schedule for services provided by the City,or any provision thereof in court,you may be limited to raising only those issues you or someone else raised at the hearing described in this notice or in written correspondence delivered to the City of Vernon at,or prior to,the meeting. In compliance with the Americans with Disabilities Act (ADA),if you need special assistance to participate in the meeting,please contact the Office of the City Clerk at (323)583-8811 ext. 546. The hearing may be continued,adjourned,or cancelled and rescheduled to a stated time and place without further notice of a public hearing. Posted:March 10,2021 /s/ Lisa Pope,City Clerk 3/18,3/25/21 PRE-3450617# HUNTINGTON PARK BULLETIN City Council Agenda Item Report Agenda Item No. COV-540-2021 Submitted by: Sandra Dolson Submitting Department: City Clerk Meeting Date: April 6, 2021 SUBJECT Approval of Minutes Recommendation: Approve the March 2 and March 16, 2021 Regular City Council meeting minutes. Background: Staff has prepared and hereby submits the minutes for approval. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. 20210302 City Council Minutes 2. 20210316 City Council Minutes MINUTES VERNON CITY COUNCIL REGULAR MEETING TUESDAY, MARCH 2, 2021 COUNCIL CHAMBER, 4305 SANTA FE AVENUE CALL TO ORDER Mayor Lopez called the meeting to order at 9:04 a.m. FLAG SALUTE Mayor Lopez led the Flag Salute. ROLL CALL PRESENT:Leticia Lopez, Mayor (via remote access) Melissa Ybarra, Mayor Pro Tem (via remote access) William Davis, Council Member (via remote access) Carol Menke, Council Member (via remote access) Diana Gonzales, Council Member (via remote access) STAFF PRESENT: Carlos Fandino, City Administrator Arnold Alvarez-Glasman, Interim City Attorney (via remote access) Lisa Pope, City Clerk Scott Williams, Finance Director (via remote access) Abraham Alemu, Public Utilities General Manager (via remote access) Fredrick Agyin, Health and Environmental Control Director (via remote access) Michael Earl, Human Resources Director (via remote access) Anthony Miranda, Police Chief (via remote access) Dan Wall, Public Works Director (via remote access) Mark Aumentado, Assistant Civil Engineer (via remote access) APPROVAL OF THE AGENDA Interim City Attorney Alvarez-Glasman indicated consideration of a Space Use Agreement with the County of Los Angeles and the City of Vernon for COVID 19-Testing and related services and supporting tasks came up after the posting of the agenda and there was an immediate need for the City Council to take action. MOTION Mayor Lopez moved and Council Member Gonzales seconded a motion to add Item 8B, Space Use Agreement with the County of Los Angeles and the City of Vernon for COVID 19-Testing and related services and supporting tasks with the finding that it came up after the posting of the agenda and there is an immediate need for the City Council to take action. The question was called and the motion carried unanimously. Regular City Council Meeting Minutes Page 2 of 7 March 2, 2021 MOTION Council Member Menke moved and Council Member Davis seconded a motion to approve the agenda as amended. The question was called and the motion carried unanimously. PUBLIC COMMENT City Clerk Pope read an email from Frances Ramirez regarding comments at the February 16, 2021 Council meeting and the recall of Council Members Gonzales and Menke. Marisa Olguin, Vernon Chamber of Commerce, expressed appreciation for the voter registration list being purged and indicated no businessperson had cast a vote in a Vernon election. She stated the Chamber would continue to fight for clean government. She indicated support for the resolution calling the election to recall Council Members Menke and Gonzales. Mayor Pro Tem Ybarra stated she was disappointed and disheartened with impropriety, misconduct and unethical activities and indicated support for the recall. Mayor Lopez expressed disappointment with the accusations contained in Ms. Ramirez’s letter. She encouraged the community to pay attention to the actions of Council Members Menke and Gonzales. Council Member Davis provided his answer to the Notice of Intent of his recall. PRESENTATIONS 1.City Administrator Report Cannabis Town Hall Meetings COVID-19 Vaccinations in Vernon City Hall Beautification Energy Markets Recommendation: No action required by City Council. This is a presentation only. City Administrator Fandino provided an update on the Cannabis Town Hall meetings, elections, Covid-19 vaccine distribution, City Hall beautification, and Energy Market. In response to Council questions, Health and Environmental Control Director Agyin discussed the vaccination process. CONSENT CALENDAR Council Member Menke pulled Item No. 7 for individual consideration. Regular City Council Meeting Minutes Page 3 of 7 March 2, 2021 MOTION Mayor Pro Tem Ybarra moved and Mayor Lopez seconded a motion to approve the Consent Calendarwith the exception of Item No. 7.The question was called and the motion carried unanimously. The Consent Calendar consisted of the following items: 2.Approval of Minutes Recommendation: Approve the January 19, 2021 and February 16, 2021 Regular City Council meeting minutes. 3.Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 62, for the period of January 31 through January 13, 2021, which totals $4,554,490.71 and consists of ratification of electronic payments totaling $4,214,661.51, ratification of the issuance of early checks totaling $339,829.20 and voided Check Nos. 606848, 606873 totaling $78426.70. 4.Public Works Department Monthly Report Recommendation: Receive and file the January 2021 Building Report. 5.Regulatory Mandate to Increase Procurement of Energy from Renewable Sources Recommendation: Receive and file the annual Renewable Portfolio Standard (RPS) Report for Calendar Year 2020 and Summary Report for Compliance Period 3. 6. Personnel Policies and Procedures Manual – Secondary Employment or Business Activity Recommendation: Adopt Revised Personnel Policies and Procedures Manual- Secondary Employment or Business Activity, No. 1-7. 8.Services Agreement with Harper & Associates Engineering, Inc. Recommendation: A. Find that the proposed action is categorically exempt from California Environmental Quality Act (CEQA) review, in accordance with CEQA Guidelines §15061(b)(3), because the activity is not one where there is a potential for causing a significant effect on the environment; andB. Approve and authorize the City Administrator to execute the Services Agreement between the City of Vernon and Harper & Associates Engineering, Inc., a California corporation, for Coating Inspection Services for six above ground steel reservoirs, in substantially the same form as submitted, for an amount not to exceed $200,000, with an effective date of March 1, 2021. 8B.Services Agreement with the County of Los Angeles for Space Use located at Vernon City Hall, for COVID-19 related services, including testing effective March 2, 2021 through June 30, 2021 Recommendation: Approve and authorize the City Administrator to execute the Services Agreement between the City of Vernon and County of Los Angeles for Space Use, COVID-19 related services including testing, effective March 2, 2021 through June 30, 2021. Regular City Council Meeting Minutes Page 4 of 7 March 2, 2021 The following Item was pulled from the Consent Calendar for individual consideration: 7.Recall Petition Acceptance and Call of Special Election Recommendation: A. Receive Certificates of Sufficiency on the petitions to recall Council Member Diana Gonzales and Council Member Carol Menke; B. Adopt Resolution No. 2021-02 calling and giving notice of an all-mail ballot Special Municipal Election to be held on Tuesday, June 1, 2021, for the submission of the question of the recall of Diana Gonzales and Carol Menke and the election of two City Council Members to fill the vacancy if the recall prevails; and C. Adopt Resolution No. 2021-03 requesting the Board of Supervisors of the County of Los Angeles to render specified services to the City relating the conduct of a Special Municipal Election to be held on Tuesday, June 1, 2021. In response to Council Member Menke, City Clerk Pope stated June 1, 2021 was an allowable election date pursuant to Municipal Code Section 2.118(b). She explained use of the correct Los Angeles County Report of Voter Registration in determining the required number of signatures for the recall petition. MOTION Mayor Pro Tem Ybarra moved and Council Member Davis seconded a motion to: A. Receive Certificates of Sufficiency on the petitions to recall Council Member Diana Gonzales and Council Member Carol Menke; B. Adopt Resolution No. 2021-02 calling and giving notice of an all-mail ballot Special Municipal Election to be held on Tuesday, June 1, 2021, for the submission of the question of the recall of Diana Gonzales and Carol Menke and the election of two City Council Members to fill the vacancy if the recall prevails; and C. Adopt Resolution No. 2021-03 requesting the Board of Supervisors of the County of Los Angeles to render specified services to the City relating the conduct of a Special Municipal Election to be held on Tuesday, June 1, 2021. The question was called and the motion carried 3-2, Council Members Gonzales and Menke dissenting. NEW BUSINESS 9.Electric Vehicle Charging Stations Recommendation: A. Waive full reading and introduce and conduct first reading of Ordinance No. 1275 amending Chapter 26 of the Municipal Code to include electric vehicle charging; and B. Direct staff to schedule second reading and adoption for the March 16, 2021 City Council meeting. Public Works Director Wall presented the staff report. In response to Council questions, Public Works Director Wall discussed use of electric vehicle charging parking spaces, Green Building Standards, and cost of implementation. Regular City Council Meeting Minutes Page 5 of 7 March 2, 2021 MOTION Mayor Pro Tem Ybarra moved and Council Member Gonzales seconded a motion to waive full reading and introduce and conduct first reading of Ordinance No. 1275 amending Chapter 26 of the Municipal Code to include electric vehicle charging; and directed staff to schedule the second reading and adoption for the March 16, 2021 City Council meeting. The question was called and the motion carried unanimously. 10.Construction Contract to Capital Industrial Coatings, LLC for the Rehabilitation of Reservoirs 3-1, 3-2, and 3-3 Project Recommendation: A. Find that the proposed action is categorically exempt from California Environmental Quality Act (“CEQA”) review, in accordance with CEQA Guidelines § 15301(d), because the project consists of the maintenance and repair of existing potable water storage reservoirs to meet current public health and safety standards, and involves negligible or no expansion of an existing use; B. Accept the bid from Capital Industrial Coatings, LLC as the lowest responsive and responsible bidder and reject all other bids; C. Approve and authorize the City Administrator to execute a Construction Contract with Capital Industrial Coatings, LLC in substantially the same form as attached herewith, in an amount not to exceed $1,747,100.00 for the Rehabilitation of Reservoirs 3-1, 3-2, and 3-3; and D. Authorize a contingency amount of $175,000.00 in the event of unforeseen changes in the project and grant authority to the City Administrator to issue Change Orders for an amount up to the contingency amount, if necessary. Public Utilities General Manager Alemu presented the staff report. In response to Council questions, Assistant Civil Engineer Aumentado explained the need to replace the coating of the reservoirs. MOTION Mayor Pro Tem Ybarra moved and Mayor Lopez seconded a motion to find that the proposed action is categorically exempt from California Environmental Quality Act (“CEQA”) review, in accordance with CEQA Guidelines § 15301(d), because the project consists of the maintenance and repair of existing potable water storage reservoirs to meet current public health and safety standards, and involves negligible or no expansion of an existing use; Accept the bid from Capital Industrial Coatings, LLC as the lowest responsive and responsible bidder and reject all other bids; Approved and authorized the City Administrator to execute a Construction Contract with Capital Industrial Coatings, LLC in substantially the same form as attached herewith, in an amount not to exceed $1,747,100.00 for the Rehabilitation of Reservoirs 3-1, 3-2, and 3-3; and Authorized a contingency amount of $175,000.00 in the event of unforeseen changes in the project and grant authority to the City Administrator to issue Change Orders for an amount up to the contingency amount, if necessary. The question was called and the motion carried unanimously. Regular City Council Meeting Minutes Page 6 of 7 March 2, 2021 11.Vernon Resident COVID-19 Grant Assistance Program Recommendation: Approve and authorize the administration of the Vernon Resident COVID-19 Grant Assistance Program, with a maximum allocation of $50,000, to aid Vernon households who are experiencing COVID-19 related economic hardship. City Administrator Fandino presented the staff report. In response to Council questions, City Administrator Fandino explained that the proposed program was a grant and would not have to be paid back. He indicated the program was structured to provide a maximum of $3,000 per household with evidence of COVID-19 impacts. Senior Deputy City Attorney Moussa stated State and Federal stimulus grants were still pending. She explained the self-attestation process in order for the City to justify the use of public funds. Interim City Attorney Alvarez-Glasman discussed the self- attestation process, confirming it did not require registration or immigration status. City Administrator Fandino stated he would return to Council if additional funds were necessary. City Clerk Pope read the email from Susana Ybarra asking questions about the proposed program. City Administrator Fandino confirmed that Council Members, spouses, and their legal dependents were not eligible but other residents could apply; the materials would also be printed in Spanish; and the usual course of information dissemination would be utilized via Everbridge, email and text, hand delivered and posted on the City’swebsite. He anticipated the process to take approximately three weeks and the applications would be reviewed by Finance, with a recommendation to City Administration. He stated he would return to Council if additional allocation of funds was necessary. He stated staff would gauge interest by calling every resident. Finance Director Williams discussed tax ramifications and recommended individuals obtain tax advice. He explained the proposed requirement that back rent be paid first. The Council discussed the terms of the proposed grant program including use of funds and providing a stimulus to all residents. MOTION Council Member Menke moved and Mayor Pro Tem Ybarra seconded a motion to approve and authorize the Administration of the Vernon Resident COVID-19 Grant Assistance Program, with a maximum allocation of $50,000 to aid Vernon households who are experiencing COVID-19 related economic hardship, striking the section regarding the use of GAP funds towards outstanding/unpaid rent amounts owed, and directed staff to return to Council with an update on March 16, 2021. The question was called and the motion carried unanimously. ORAL REPORTS City Administrator Reports on Activities and other Announcements. Regular City Council Meeting Minutes Page 7 of 7 March 2, 2021 City Administrator Fandino provided an update on COVID-19 vaccinations; recent Police activities; Public Utility outages; and COVID-19 relief restaurant food delivery challenges. CONSENSUS By consensus, the Council directed staff to continue to look into a restaurant food delivery program. City Administrator Fandino announced the next Vernon Housing Commission meeting on March 10, 2021; Little Library Ribbon Cutting; and COVID-19 Safe Spring Event. He commended the Health Department on the vaccination program. Council Member Menke suggested the City participate in the County’s Great Plates program. City Council Reports on Activities (including AB1234), Announcements, or Directives to Staff. Mayor Lopez announced that she, Mayor Pro Tem Ybarra, and Council Member Menke attended the Independent Cities Association Annual Winter Seminar at a cost of $25 per Council Member. Mayor Lopez discussed the mailers sent to Vernon residents using the City’s address and asked if a clarifying letter could be sent out from the City. Interim City Attorney Alvarez- Glasman stated the Council could provide that direction to staff. CONSENSUS By consensus, the Council agreed for the City to send out a letter advising residents about City correspondence. Mayor Pro Tem Ybarra requested a 2021 Graduation Event, with better City Hall lawn decorations. CONSENSUS By consensus, the Council directed staff to coordinate a 2021 Graduation Event in June. ADJOURNMENT Mayor Lopez adjourned the meeting at 10:48 a.m. ______________________________ LETICIA LOPEZ, Mayor ATTEST: _____________________________________ LISA POPE, City Clerk (seal) MINUTES VERNON CITY COUNCIL REGULAR MEETING TUESDAY, MARCH 16, 2021 COUNCIL CHAMBER, 4305 SANTA FE AVENUE CALL TO ORDER Mayor Lopez called the meeting to order at 9:00 a.m. FLAG SALUTE Mayor Lopez led the Flag Salute. ROLL CALL PRESENT:Leticia Lopez, Mayor (via remote access) Melissa Ybarra, Mayor Pro Tem (via remote access) William Davis, Council Member (via remote access) Carol Menke, Council Member (via remote access) Diana Gonzales, Council Member (via remote access) STAFF PRESENT: Carlos Fandino, City Administrator Arnold Alvarez-Glasman, Interim City Attorney (via remote access) Lisa Pope, City Clerk Scott Williams, Finance Director (via remote access) Abraham Alemu, Public Utilities General Manager (via remote access) Fredrick Agyin, Health and Environmental Control Director (via remote access) Michael Earl, Human Resources Director (via remote access) Anthony Miranda, Police Chief (via remote access) Dan Wall, Public Works Director (via remote access) APPROVAL OF THE AGENDA MOTION Council Member Davis moved and Mayor Pro Tem Ybarra seconded a motion to approve the agenda. The question was called and the motion carried unanimously. PUBLIC COMMENT City Clerk Pope read an email from Nelson Macias clarifying his relationship with other Macias residents in the city. Marisa Olguin thanked the City for dissemination of the COVID-19 vaccines. She commented on residents indicating they had received or witnessed cash being distributed. She publicly warned that Vernon elections would not be hijacked and the District Attorney Regular City Council Meeting Minutes Page 2 of 5 March 16, 2021 Public Integrity Office had been alerted. She stated the Vernon Chamber will fight for clean and democratic elections. PRESENTATIONS 1.Employee Service Pin Awards for February 2021 Recommendation: No action required by City Council. This is a presentation only. Human Resources Director Earl acknowledged Richard Cimarusti, Electric Operator, for five years of service to the City. 2.Proclamation Declaring March 2021 as Red Cross Month Recommendation: Proclaim the month of March 2021 as Red Cross Month in the City of Vernon. City Clerk Pope presented the proclamation declaring March 2021 as Red Cross Month to Janette Kim, Board of Directors of the American Red Cross. Ms. Kim discussed the services of the Red Cross and thanked the Council for the proclamation. 3.Fiscal Year 2019-2020 Audited Financial Results Recommendation: No action required by City Council. This is a presentation only. Finance Director Williams presented the report and introduced Robert Callanan, CliftonLarsonAllen LLP. Mr. Callanan presented the FY 2019-2020 Audited Financial Results. 4.Update on City Council Goals Recommendation: No action required by the City Council. This is a presentation only. City Administrator Fandino provided an update on the City Council Goals. CONSENT CALENDAR MOTION Council Member Davis moved and Mayor Pro Tem Ybarra seconded a motion to approve the Consent Calendar. The question was called and the motion carried unanimously. The Consent Calendar consisted of the following items: 5.Second Reading of Ordinance No. 1275 - Electric Vehicle Charging Stations Recommendation: Waive full reading and conduct second reading and adopt Ordinance No. 1275 amending Chapter 26 of the Municipal Code to include electric vehicle charging. Regular City Council Meeting Minutes Page 3 of 5 March 16, 2021 6.City Payroll Warrant Register Recommendation: Approve City Payroll Warrant Register No. 777, for the period of February 1 through February 28, 2021, totaling $2,798,059.82and consisting of ratification of direct deposits, checks and taxes totaling $1,926,292.32 and ratification of checks and electronic fund transfers (EFT) for payroll related disbursements totaling $871,767.50 paid through operating bank account. 7.Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 63, for the period of February 14 through February 27, 2021, totaling $11,255,072.34 and consisting of ratification of electronic payments totaling $11,097,583.93 and ratification of the issuance of early checks totaling $157,488.41. 8.City Housing Quarterly Report Recommendation: Receive and file the March 2021 City Housing Quarterly Report 9.Fire Department Activity Report Recommendation: Receive and file the December 2020 Report. 10.Police Department Activity Report Recommendation: Receive and file the January 2021 Report. 11.Operational Agreement between the Los Angeles County District Attorney's Office and the City of Vernon for the Implementation and Use of the Electronic Charge Evaluation Request portal (eCER) Recommendation: Approve and authorize the City Administrator and Chief of Police to execute an operational agreement between the Los Angeles County District Attorney's Office and the City of Vernon for the implementation and use of the Electronic Charge Evaluation Request portal (eCER), effective as of December 1, 2020 through November 30, 2025. 12. Report on Emergency Purchases Secured by the City Administrator Recommendation: Receive and file the report. 13.COVID-19 Resident Grant Assistance Program Update Recommendation: Receive and file the report. 14.State Rental Assistance Program Recommendation: Approve the recommendation from the Vernon Housing Commission to authorize the City, as a landlord, to apply for funding directly from the California State Rental Assistance Program administered by the California Department of Housing and Community Development (HCD) which is available to tenants in City-owned housing that are experiencing COVID-19 related financial hardship and who owe rental arrears. 15. Agreement for Police Services between the City of Vernon and California State University Los Angeles Recommendation: Approve and authorize the City Administrator to enter into an agreement with California State University Los Angeles (University), in substantially the same form as submitted, to provide the University with temporary law enforcement services during events related to administering the COVID-19 vaccine. 16.Los Angeles County Possessory Interest Tax for City-owned Housing Recommendation: Approve the recommendation from the Vernon Housing Commission to pay tenants' Possessory Interest Tax directly to the County Assessor on behalf of residents in City-owned housing units. Regular City Council Meeting Minutes Page 4 of 5 March 16, 2021 PUBLIC COMMENT (Continued) Susie Ybarra discussed the 2011 disincorporation process and expressed concern about the possibility of losing the City due to ongoing illegal activities. She referenced the solar project on the City’s Kern County property. Council Member Menke discussed the Ybarra’s involvement in local government prior to 2011. She stated the proposed development agreement was brought before the Council and denied. NEW BUSINESS 17.Contract Award for City Contract No. CS-1303: Citywide Traffic Signal Maintenance and Repair FY 2021 Recommendation: A. Find that approval of the proposed action is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section 15301, Existing Facilities, Class 1, maintenance, because this project only consists of maintenance and repair of the City’s traffic signals and involves negligible or no expansion of an existing use; B. Accept the bid from Bear Electrical Solutions, Inc. as the lowest responsive and responsible bidder; C. Approve and authorize the City Administrator to execute a contract, in substantially the same form as submitted, in an amount not to exceed $116,000.00 per year for a three-year term (a total of $348,000) for the Citywide Traffic Signal Maintenance and Repair FY 2021 Project (CS-1303); and D. Authorize a contingency of $50,000 in the event of an unexpected changed condition or additional extraordinary maintenance and grant authority to the City Administrator to issue a change order for an amount up to the contingency amount, if necessary. Public Works Director Wall presented the staff report. In response to Council questions, Public Works Director Wall stated staff would work on signal synchronization. MOTION Council Member Davis moved and Council Member Gonzales seconded a motion to: A. Find that approval of the proposed action is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section 15301, Existing Facilities, Class 1, maintenance, because this project only consists of maintenance and repair of the City’s traffic signals and involves negligible or no expansion of an existing use; B. Accept the bid from Bear Electrical Solutions, Inc. as the lowest responsive and responsible bidder; C. Approve and authorize the City Administrator to execute a contract, in substantially the same form as submitted, in an amount not to exceed $116,000.00 per year for a three-year term (a total of $348,000) for the Citywide Traffic Signal Maintenance and Repair FY 2021 Project (CS-1303); and D. Authorize a contingency of $50,000 in the event of an unexpected changed condition or additional extraordinary maintenance and grant authority to the City Administrator to issue a change order for an amount up to the contingency amount, if necessary. The question was called and the motion carried unanimously. Regular City Council Meeting Minutes Page 5 of 5 March 16, 2021 18.Fiscal Year 2020-2021 Mid-Year Financial Update Recommendation: Adopt Resolution No. 2021-04 approving Mid-Year Budget Appropriations and amending the Fiscal Year 2020-2021 Budget. Finance Director Williams presented the staff report. MOTION Mayor Pro Tem Ybarra moved and Mayor Lopez seconded a motion to adopt Resolution No. 2021-04 approving Mid-Year Budget Appropriations and amending the Fiscal Year 2020-2021 Budget. The question was called and the motion carried unanimously. ORAL REPORTS City Administrator Reports on Activities and other Announcements. City Administrator Fandino provided an update on COVID-19 vaccinations and grant assistance program. He provided an update on the potential restaurant food delivery program. He announced the Spring Eggstravaganza on March 25, 2021. City Council Reports on Activities (including AB1234), Announcements, or Directives to Staff. Council Member Menke discussed her attendance at the National League of Cities Congressional City Conference from March 7-10, 2021 and the cost of attending at $99. Mayor Lopez addressed comments made by Carol Menke and Diana Gonzales about her relationship with other Macias residents in the City. Council Member Menke stated Mayor Lopez could not campaign from the dais. Council Member Gonzales discussed Mayor Lopez’s sister and uncle and various last names in her family. Interim City Attorney Alvarez-Glasman reminded the Council that comments must be relative to the City Council’s activities, rather than personal or campaign related. ADJOURNMENT Mayor Lopez adjourned the meeting at 10:07 a.m. ______________________________ LETICIA LOPEZ, Mayor ATTEST: _____________________________________ LISA POPE, City Clerk (seal) City Council Agenda Item Report Agenda Item No. COV-564-2021 Submitted by: Sandra Dolson Submitting Department: City Clerk Meeting Date: April 6, 2021 SUBJECT Claims Against the City Recommendation: Receive and file the claim submitted by Silvia Gonzales in the amount of $614. Background: On March 23, 2021, the City received the following claim: Name of Claimant Amount Demanded Silvia Gonzales $614 Pursuant to Municipal Code Section 2.11-1, the above information is listed on the City Council agenda as soon after filing of the claim with the City as practical. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. 20210323 S. Gonzales Claim 1. 2. a 4.56 7. CLAIM FOR DAMAGES TO PERSON OR PROPERW Alladr sopaIate rhseE. lf nooer.ary, tb gl'ya tull dotElb. SIGN EACH Clelm murt bo 0lod wllh Clty Clod(' (Gw.Code Ssc.915a) TO: CITY OF VERNON tw couNctL t1^ INSTRUCTIONS Oalrn3 for d.ath, lnluy to person or io p6.sonal ptoporty mrrst ba lll€d not blsr than Eb( (6) monlh3 aior tho occu]r€nce. (Gw. Codo Soc , 91 I 2) ClslmB lor dam8gos to rosl proporty must be f,lad not lster than onc ( l ) year aner lho occuronoe. (Goy. Code Ssa911.2) Rcad ontk cl.lm b€fore llflng, Sae pege 2 for dagram upon whlch to locats place ot ecddenl Thlr cbkn form must b. slOnd o pagp 2 at boltom. MAR 2 3 2021 CITY CLERK'S OFFICE thls clalm:Glve to you doslre or cornmunlcatons to b€ Bont q_crL\\Orn^.vft atr rl\ How dld DAMAGE or INJURY occuA GFe fu[ pa]tlculaE. \.faftl.rt h*n \fra.\ \^ra5 badl-"r 3 "P 4^f \^{- hO I Qwv.t) ccL( 4"""'r 4\^{- \d^tE . Wh6n dld occur? Glve full pa.tlculars, dat6. tlmo of day, etc.: Whore dld and loosteon onrsvonle app.oxlmato, glve slr€€t names and addr€ss and moasu,gmsnts from landmerks: Arb,v'&-\)..3O ^n'], ?o\Qup,t+ ? , whoro What ACT oTOMISSION you delm causcdlhe ln ury o.dsmege? Glvoname3of Clty employ€os, lf any, csu8lnglho lnlury or damago, lf known: \,D_$n )e,t\ q;l*^urq&\ 6}J *,t\ *eL '\<ev' WhsI DAMAGE or INJURIES do you clalm re3ulled? Glvs full exl€nl of lnJurles or damages cblmed: do you dalmof each it€m or lnjury ordamageasof dale of pr66ntation olthls claim, givingbEEBofWhatArrrOUNT coflrputBuon ; d*,,-t Give AMOUNT 8s laras known you claim on accqjnl ot eadt llom ot prospectlve inlury ordamage, gMhgbaslsof compu0ellon: e:hn^.*l-q RESERVE FOR FILING STAMP CLAIM No. RECEIVED )oast --d y a3\rnnc-tg AAap\^v4 w psymBnt! ,6calr,ed: \u.t r^^-g- Expendltu16s on account of acdd€nt or lnju (D6t6 - ltem (Amount) N6mo and addr€$ otwtn6ase3, Dodor8 and Hospltab: READCAREFUTLY -, _ l-T "_11"9*on! delrl}B plEoo on bn dng dlagr8m IBm€ of st .€t!, hct dhg North, EslL South. and Wcst tndtcata ptace ol accadent by -X- end by showlrlg houi€ numbol! or dstrncas to dre€t co,n6l!. nffif'#ffi#Hffiiff ffi effiH,fiffiffiixffi mffi xr#.tr+i5.'#'3;,ffiJf 3srTiffi r NOIE:lt dlagrams do nd ft the ctuEtlon, attsdt hcr6b 8 Flpor dlagram slgnod by daimsnt. FOR AUTOMOBTLE ACC|DENTS 6,orL ?orU^-t ry L R cui! undor of Name: that the lncl CURA ls tru€ and cotroct. :[\w" Dale ^ a\rdz FILEDwlTH CTTY (cor'.cooE SeC.etCal. SmTE Uw enOvUeS onparson PEr.. @O€ SEC. fi2l Cl.^ftl3 tt 8?EE IHAT IF YOU ARE TOT M)TIFIED OF 7A -[)lrl t rd'r: C Ri S ilCHAi,iP|ONS Owner SILVIA GONZALES Crash Champions - Los Angeles Estimate lD ZI6IOCRENSHAWBLVD., LOSANGELES, CA 9@43-1210 &24673 otfice: (3231298-6282 orisinal Fax: (323) 296-09o4 claim Number lo.an8ele@crashchampior..com cAPA-015816mo101 craskhampiorncon EPA: CA1m257715 Bar lD: ARDm29836O Tax lD: 580507114 lnsured AppraiserSILVIACiONZALES RobertThi roberLthi@pacif icelite.com Classitication None MERCURY I NSURANCE GROUP Loss Type Collision Claim Number cAPA-o158163000101 Reported Date 03/7U2027 Policy Number Loss Date 0u2u2027 Adjuster Felicia Sotza @aal 263-7 287 + 22780 Wor k) lnspection Site CRASH CHAMPIONS-LOSA NGELES 4510 CRENSHAW BLVD LOSANGELES, CA 9@43- t270 Deductible 10OO.0O - Not Waived 2016 Honda Civic LX 4 Door Sedan 2.0L4Cyl Gas lnjected Auto Trans FWD Exterior Color 8607M (Cosmic Blue) License VIN Production Date 03/2076 l.4itchel I Service Code 911818 Primary Point of lmpact Right Rear Corner (5) Prior Damage Not6 left front door, right front a nd rr d oor, front bumper Drivable Yes Options Air Condhixli € Au(iliary lntrn Daytime Runni4 Ligtlts Keyless Entry System Pon/er Remate Mitroa s€co.ld Rotv Side Airbag with Head Protectk n Theft Deterrent Sys. Odometer 44130 Tilt SteerinS \ /heel AM-FM Stereo Bh.retooth WirEhss ConrEctivity Oriver-Front Ai. Bag Left-Curtain Air Ba8 Power Stee.i.E Side Airbags Anti-Lod &ake Sy5. (AAS) CD Phyer Ehctrk Oetotter MP3 PLyer Porver vvido,vs Sire Bind Zdr Ahrt Tire Pressure MoiitorirE System 3/lu202t 03:34 PM Mit(hdl EniFEtina20.5 OEM MAR.21.V 3tltt207l 03:34PM Condition Good Automatic HeadliShts Cruise Cortrol First Rdv Bucket S€at Po^€r Door Loaks RealviewCamera Telematk Systems Trlp CornFner Mitch.ll Cloud E tinEtinsw Copy.aSit 1994-202t Mltch.ll l.tmation.l. ln.. All Rl8lrti Re.rd Auto Air Condtirn Cloih Seat Electronh Statility Col*rol Passenger-Front Air Bag Rear Bench Seat SteerirB Wh.el Mouded Audio Control Traction Control/Electronk SILVIA GONZALES | 2016 Honda Civic LX Parts Profile CA CARS Shop Profile Parts ProfileVersion 23.0 LABOR 0.5' 0.5' 1.0 PART Line# Rear Bumpea I 100218 2 101061 3 AUTO Rear &Jmper Cover Assy Rear &rmper Cover Rear &rmper Corer Oveahaul Repair Refnbh orrly Refinish orrty Body Eody Refinbh 1.8 5.0' 2.6 C 1.8 1.8 2.6 0.0 Existing Existing Existing 4 9oo5oo Reer bumpet basecoat dedEtbn Addhbml Co6ts & Materials 5 auro PainvMeterials Description Additionrl Operations Finish Sand AM Buff Tint Color Clear Coat io 9oo5oo Flex Additive Operation Type Total Units CEG Type Numbe. Qty TotalPrice Tax Re6nish' -0.5'Existing Additknal Cost S105.40' Yes 933017 ,3S3 AUrO Addhkxlal Operatiolr Additkloal Op€ratbn Additional Operation Body' Body' Refini5h $0.00 $0.00 $0.00 1 1 0.0 0.o o.o 0.0 0.0 Special/ Manual El*ry 9 9oo5oo Cover Car Rephce Replace Body' Body' Aftennarket Afte.market $10.00' $8.00' '.rudgrn€ntlEn T lnclud€d in T,,1o Tone Calculation , tabor tloteApplhs d Discontinued by Manufacturer C lncluded in Cher Coat Cekulatio.l A lncluded in Clear Coet and Tts Tone C.lculation r CEG R&R f ime Used tur this L.bo. Operation 0.o' 0.0' Disclaimer: This estimate has been prepared based on theuseofcrash parts supplied bya sourceotherthan the manufacturer ofyour motorvehicle. Any warrant ies applicable to these replacement parts are provided bythe manufacturer or distributor of the parts, ratherthan bythe original manufacturer ofyour vehicle. Estimate Totals l,.bor Unlts R.t! S.rbletAdd'l Amount Totals Body Labor 7.8 i44.00 $343.20 Refinish Labor 3.1 $44.00 $136.40 Total Labor 10.9 $479.60 Taxatle tO.oO Tax (0.000)% So.0o Noft.Taxabh 1479.60 Labor Total ,179-60 Parts ADount TaxableParts t18.OO $18.OO x/l 202t 03:34PM Mit.iel I Enimti.g 20.5 OEM MAR 21 V Miicndl Cloud Estiroti.a Copyridt 199+2021 Mitchdl lntm.non.l,lnc All Rldts RsEd 3t1u2021 7A Estimate Tota ls Parts Adjustments Tax (9.500)% Non-Taxable Pa rts Total to.00 17.77 to.oo t79.7 t Co* Other Additional Costs Paint Materials Paint Materhb R.te: t34.00 Rate Max:99.9 unit5 AddtixEl Rate: 10.00 GrossTotalr Gross Total Atnount so,oo $1O5.40 $674.72 lo.oo $105.40 tlos.4o $10.o1 to.oo t 11s.41 ',614.721723.40 111.72 |47 9.60 1674.72 -t1,OO0.OO -$6t4.72 $o.oo Taxable Tax Non-Taxable Gross Totel Adjustsieib Deductible Subtotal Of Adjustment Exceeds GrossTotal Total Customer Responsibility Amount -$1,OOO.Oo Net Estimate Total THIS ESTIMATE HAS BEEN PREPARED BASED ON THE USE OFCRASH PARTS SUPPLI ED BY A SOURCE OTH ER THAN THE MANUFACTURER OFYOUR MOTOR VEHICLE. ANYWARRANTIES APPLICABLETOTHESE REPLACEMENT PARTS ARE PROVI DED BY THE MANUFACTURER OR DISTRIBUTOR OFTHE PARTS, RATHERTHAN BYTHEORIGINAT MANUFACTURER OFYOURVEHICLE. PURSUANTTO CALIFORNIACODE OF REGULATIONS,TITLE 10, CHAPTER 5, SUBCHAPTER 7.5, SECTION 2695.8THE INSURER WARRANTS THATANYNON-ORIGINAL EQUIPMENT MANUFACTURER PARTS SPECIFICIED IN THIS ESTIMATE ARE AT LEAST EQUALTO THE ORIGI NAL EQUIPMENT MANUFACTURER PARTS INTERMS OF KIND, QUALITY' SAFETY' FIT AND PERFORMANCE. *r1*r.***r1***r*lnspection summary I nformationt*.***'r'****'i+r* Vehicle arrival date : 3/ l!/ 21 3/17/2021 Mit hell EniDtins2O-5 OEMMAR.21-V Mtch.u cloud Enin tinsw Copyrisit 1994-2021 Mit.h.ll l.tm.tion.l, lnc- All Ridts Rsvtd 3/t7/2o27 7n TaxaUe Tax (9.500)% Noi-Taxable Costs Total Was vehicledriven in, towed in ordelivered by Road America : drive lnspection date : 3/1U21 Numberof business days to repair: 3 Target date: Number of photos : 17 Was the estimate given to theowner: yes Send payment to facility: No ls thevehiclea Repairable Loss or lnspection oraTotal Loss: inspection only WereAlternate Parts available: no parts needed LKQ /Lakenor pho ne numfur : 562-9 4* 422 LKQ /Lakenor reference number: 2nd LKQ Part sourceand phone number: 2nd LKQ Part reference number: 3rd LKQ Part source and phone number: 3rd LKQ Part reference number : Disclaimer: Foryour protection California law requires the following statement to appearon thisform. Any person who knowingly presents false orfraudulent claim forthepayment of a loss is guiltyof a crimeand may be subject to fines and confinement in state prison. Estimate Event Log Job Created 3177/2O2LO7\4O AM EstiDateStarted 3l1l/2O27O9:27^,M Estimate Printed 3177/2027 03..34 PM Estimate Committed 3/f7/2O2L 03134 PM 3/7U2021 Mitch.l I EniEtins 2O-5 Mltchdl Clood ErtiI iln8 Copyra8it 19t+2O21 Mit.h.ll lnta.tio.r, lnc. all tiShts Resvld 3nu292l 03:3,r PM 1.O -4 t I \I ! I I T tT JIL l,-a , 7I 1 -- l/ TI t/ I fl t ./ F City Council Agenda Item Report Agenda Item No. COV-562-2021 Submitted by: John Lau Submitting Department: Finance/Treasury Meeting Date: April 6, 2021 SUBJECT Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 64, for the period of February 28 through March 20, 2021, totaling $12,673,549.85 and consisting of ratification of electronic payments totaling $12,415,381.73 and ratification of the issuance of early checks totaling $258,168.12. Background: Section 2.13 of the Vernon Municipal Code indicates the City Treasurer, or an authorized designee, shall prepare warrants covering claims or demands against the City which are to be presented to City Council for its audit and approval. Pursuant to the aforementioned code section, the City Treasurer has prepared Operating Account Warrant Register No. 64 covering claims and demands presented during the period of February 28 through March 20, 2021, drawn, or to be drawn, from East West Bank for City Council approval. Fiscal Impact: The fiscal impact of approving Operating Account Warrant Register No. 64, totals $12,673,549.85. The Finance Department has determined that sufficient funds to pay such claims/demands, are available in the respective accounts referenced on Operating Account Warrant Register No. 64. Attachments: 1. Operating Account Warrant Register No. 64 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021I hereby cerƟfy that claims and/or demands included in above listed warrantregister have been audited for accuracy and availability of funds for payments andthat said claims and/or demands are accurate and that the funds are available forpayments thereof.____________________________________________________________ScoƩ WilliamsDirector of Finance / City TreasurerDate: _______________________________________________________This is to cerƟfy that the claims or demands covered by the above listed warrantshave been audited by the City Council of the City of Vernon and that all of saidwarrants are approved for payments except Warrant Numbers:________________________________________________________________________________________________________________________Printed: 3/23/2021 2:09:19PM3/24/2021 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1043.520000 $ 196.64 Supplies 122220US BANK CORPORATE005594 ‐ 055.9000.520000 $ 126.78 Supplies 122220(10)011.1049.520000 $ 266.80 Supplies 122220(11)011.1043.520000 $ 366.87 Supplies 122220(12)011.9019.590110 $ ‐6.20 Adobe Acrobat Credit 122220(13)011.9019.590110 $ 14.00 GoToMeeƟng Professional 122220(13)011.9019.590110 $ 681.00 GoToMeeƟng SoŌware 122220(13)011.9019.590110 $ 440.50 Helpdesk SoŌware 122220(13)011.9019.590110 $ 9.99 IT Helpdesk System 122220(13)011.9019.520010 $ 426.95 IT Supplies 122220(13)011.9019.520010 $ 143.31 Microphone / S. Williams 122220(13)011.9019.590110 $ 306.59 Office 365 SubscripƟon 122220(13)011.9019.590110 $ 38.85 Publishing SoŌware for VPU 122220(13)011.9019.590110 $ 239.90 Zoom Remote MeeƟngs 122220(13)011.9019.590110 $ 52.99 Adobe Cloud System 122220(13)011.9019.590110 $ 12.99 Adobe DC SoŌware 122220(13)011.9019.590110 $ 96.84 Adobe DC SoŌware 122220(13)011.9019.590110 $ 16.99 Adobe SoŌware 122220(13)011.9019.520010 $ 14.32 Amazon Prime Membership 122220(13)011.9019.590110 $ 9.99 Arlo Cameras SubscripƟon 122220(13)011.9019.590110 $ 1,396.80 Google Drive 122220(13)011.9019.590110 $ 377.75 GoToAssist SoŌware 122220(13)011.1060.520000 $ 31.78 COVID‐19 Thermometer 122220(14)Printed: 3/23/2021 2:09:19PMPage 1 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1060.520000 $ 191.60 Grammarly SubscripƟon / Staff 122220(14)US BANK CORPORATE005594 ‐ 011.1046.520000 $ 31.45 Supplies 122220(15)011.1046.520000 $ 450.47 Vehicle Expense 122220(15)011.1004.596550 $ 110.00 Membership Dues 122220(16)011.1004.596550 $ 150.00 Membership Dues / A. Melgar 122220(16)011.1031.540000 $ 545.40 Badges 122220(17)011.1031.550000 $ 16.26 Community Holiday Event 122220(17)011.1031.596500 $ 452.26 Hotels / G. MarƟnez 122220(17)011.1031.596550 $ 125.00 Membership Dues 122220(17)011.1031.520000 $ 257.55 Supplies 122220(17)011.1031.520000 $ 172.20 Supplies 122220(17)011.1031.596700 $ 40.00 Training 122220(17)011.1031.540000 $ 386.59 Uniforms / D. Aggers 122220(17)011.1048.520000 $ 258.95 Flags 122220(18)011.1049.520000 $ 397.50 Garage Gate Remote TransmiƩer 122220(18)011.1048.520000 $ 94.82 Supplies 122220(18)011.1049.520000 $ 256.65 Supplies 122220(18)055.9000.596700 $ 998.00 Admin Training 122220(19)055.9000.540000 $ 3,217.11 Admin Uniforms 122220(19)011.1070.550000 $ 30.00 Candy Canes For Family Night 122220(2)011.1002.520000 $ 253.10 Face Shields 122220(2)011.1002.520000 $ 121.08 Holiday Event Cleaning Supplies 122220(2)011.1070.550000 $ 1,540.00 Holiday Event Employee Lunch 122220(2)Printed: 3/23/2021 2:09:19PMPage 2 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1002.520000 $ 165.36 Network Extender Signal Booster 122220(2)US BANK CORPORATE005594 ‐ 011.1026.596900 $ 3.30 Employee Holiday Event 122220(20)011.1026.596900 $ 753.48 Employee RecogniƟon Prizes 122220(20)011.1026.596905 $ 60.00 Interview Panel Rater GiŌ Cards 122220(20)011.1031.570000 $ 40.38 Vehicle Expense 122220(21)011.1004.520000 $ 82.56 Supplies 122220(22)011.1026.596900 $ 2,531.71 Employee Event 122220(23)011.1026.596900 $ 1,844.39 Employee Holiday Event Prizes 122220(23)011.230210 $ 169.37 See's Candy / Staff122220(23)011.1043.520000 $ 2,426.58 Supplies 122220(24)011.1049.520000 $ 1,501.14 Supplies 122220(24)011.1031.596550 $ 190.00 Membership Dues 122220(25)011.5031.560000 $ 61.68 Cable SubscripƟon 122220(26)011.1031.596550 $ 190.00 IACP Membership / A. Miranda 122220(26)011.1031.520000 $ 230.33 Supplies 122220(26)020.1084.900000 $ 471.60 SCADA / Electrical Upgrades 122220(27)020.1084.900000 $ 2,135.09 SCADA / Electrical Upgrades 122220(27)011.1026.520000 $ 332.88 Supplies 122220(28)011.1060.520000 $ 142.08 Supplies 122220(29)011.1026.596900 $ 643.77 Employee RecogniƟon Prizes 122220(3)011.1026.520000 $ 180.76 Supplies 122220(3)020.1084.520000 $ 401.54 Supplies 122220(30)011.1024.596550 $ 707.53 Bar Membership Dues 122220(31)Printed: 3/23/2021 2:09:19PMPage 3 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9000.596700 $ 53.55 Employee Development & Training 122220(4)US BANK CORPORATE005594 ‐ 055.7100.590110 $ 2,300.00 Handheld Meter Readers 122220(5)055.7100.596700 $ 60.06 Training Handbook 122220(5)011.1031.550000 $ 270.67 Community Holiday Event 122220(6)020.1084.900000 $ 1,311.97 SCADA / Electrical Upgrades 122220(7)020.1084.900000 $ 1,311.98 Well No. 17 RehabilitaƟon 122220(7)011.1041.520000 $ 158.72 Supplies 122220(8)011.1023.596600 $ 67.96 LA Times SubscripƟon 122220(9)$ 36,158.8602/02/2021 10953Printed: 3/23/2021 2:09:19PMPage 4 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500150 $ 15,376.20 Transferred Frequency Response Charge~202102013148085340CALIFORNIA ISO002412 ‐ 055.9200.500190 $ 1,927.77 RecalculaƟon Charges 11/20 202102233148235120055.9200.500150 $ ‐1,610.82 RecalculaƟon Charges 11/20 202102233148235120055.9200.500170 $ ‐5,475.26 RecalculaƟon Charges 11/20 202102233148235120055.9200.500210 $ ‐4.46 RecalculaƟon Charges 11/20 202102233148235120055.9200.500170 $ ‐4,867.86 IniƟal Charges 02/21 202102233148235120055.9200.500150 $ 223,395.01 IniƟal Charges 02/21 202102233148235120055.9200.500190 $ 6,695.63 IniƟal Charges 02/21 202102233148235120055.9200.500210 $ 14,157.47 IniƟal Charges 02/21 202102233148235120$ 249,593.6803/01/2021 10954055.9200.500163 $ 1,571,650.00 WCI AucƟon 022521DEUTSCHE BANK TRUST CO.002808 ‐ 056.5610.596710 $ 356,000.00 WCI AucƟon 022521$ 1,927,650.0003/02/2021 10955011.1031.596500 $ 8.12 Firearms / TacƟcal Rifle Training Adv 020221PATRICK CAM006004 ‐ $8.1203/02/2021 10956Printed: 3/23/2021 2:09:19PMPage 5 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1001.502030 $ 500.00 HSA Employer ContribuƟon~ 021621WILLIAM DAVIS001906 ‐ $ 500.0003/02/2021 10957011.9019.520010 $ 12,869.84 DELL LATITUDE 3510 10457464755 011.0014662DELL MARKETING LP001206 ‐ 011.9019.520010 $ 430.16 DELL LATITUDE 3510~ 10457464755 011.0014662011.9019.520010 $ 95.00 ENVIRONMENTAL FEE 10457464755 011.0014662011.9019.520010 $ 1,319.15 Sales Tax 10.25 10457464755$ 14,714.1503/02/2021 10958011.1031.596500 $ 54.32 Firearms / TacƟcal Rifle Training Adv 020221IGNACIO ESTRADA III001956 ‐ $ 54.3203/02/2021 10959011.1031.596500 $ 46.48 Firearms / TacƟcal Rifle Training Adv 020221RAYMOND GODOY006446 ‐ $ 46.4803/02/2021 10960011.1031.596500 $ 11.20 Firearms / TacƟcal Rifle Training Adv 020821JASON LUCAS005630 ‐ $ 11.2003/02/2021 10961011.1031.596500 $ 39.20 Firearms / TacƟcal Rifle Training Adv 020821ALFONSO MADRIGAL006695 ‐ $ 39.2003/02/2021 10962Printed: 3/23/2021 2:09:19PMPage 6 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1049.520000 $ 468.00 Hardware Supplies~ 52240811 011.0014461MCMASTER‐CARR SUPPLY COMPANY001150 ‐ 011.1043.520000 $ 603.26 Hardware Supplies~ 52551078 011.0014461011.1049.520000 $ ‐181.12 Credit~ 52612938 011.0014461011.1049.520000 $ 380.11 Hardware Supplies~ 52638145 011.0014461011.1049.520000 $ 181.12 Hardware Supplies~ 52692279 011.0014461011.1049.520000 $ 238.30 Hardware Supplies~ 53041951 011.0014461$ 1,689.6703/02/2021 10963011.1031.596500 $ 37.52 Firearms / TacƟcal Rifle Training Adv 020221CARLOS OURIQUE003782 ‐ $ 37.5203/02/2021 10964011.1031.596500 $ 20.16 Firearms / TacƟcal Rifle Training Adv 020821BRYAN REDONA006628 ‐ $ 20.1603/02/2021 10965011.1031.596500 $ 40.60 Firearms / TacƟcal Rifle Training Adv 020221KENT STEVENSON JR000318 ‐ 011.1031.596500 $ 40.60 Firearms / TacƟcal Rifle Training Adv 020221(2)011.1031.596500 $ 24.08 Firearms / TacƟcal Rifle Training Adv 020821$ 105.2803/02/2021 10966011.1031.596500 $ 26.04 Firearms / TacƟcal Rifle Training Adv 020221PHILLIP SWINFORD001616 ‐ $ 26.0403/02/2021 10967055.9200.500160 $ 125,277.50 Natural Gas 01/21 69431CALPINE ENERGY SERVICES, LP002060 ‐ $ 125,277.5003/01/2021 10968Printed: 3/23/2021 2:09:19PMPage 7 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500160 $ 44,145.00 Natural Gas 01/21 121108841CIMA ENERGY, LP006298 ‐ $ 44,145.0003/01/2021 10969055.9200.500160 $ 900.00 Natural Gas 11/20 4018THE GAS COMPANY001581 ‐ $ 900.0003/03/2021 10970011.1024.593200 $ 5,850.98 General Law Services 10/20 20201019652ALVAREZ‐GLASMAN & COLVIN006865 ‐ 011.1024.593200 $ 2,256.00 Special Legal Services 10/20 20201019653011.1024.593200 $ 625.00 LiƟgaƟon Services 10/20~ 20201019654011.1024.593200 $ 1,275.00 LiƟgaƟon Services 10/20~ 20201019655011.1024.593200 $ 400.00 LiƟgaƟon Services 10/20~ 20201019656011.1024.593200 $ 13,750.00 LiƟgaƟon Services 10/20~ 20201019657011.1024.593200 $ 3,388.00 LiƟgaƟon Services 10/20~ 20201019658$ 27,544.9803/04/2021 10971011.1048.596200 $ 212.00 Background Check 138245CLEAR INVESTIGATIVE ADVANTAGE004787 ‐ $ 212.0003/04/2021 10972Printed: 3/23/2021 2:09:19PMPage 8 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1049.590000 $ 650.00 UST Compliance Services 08/20 16552FLEMING ENVIRONMENTAL, INC004438 ‐ 011.1049.590000 $ 650.00 UST Compliance Services 09/20 16644011.1049.590000 $ 650.00 UST Compliance Services 10/20 16727011.1049.590000 $ 260.00 UST Compliance Services 11/20 16793011.1049.590000 $ 260.00 UST Compliance Services 11/20 16807011.1049.590000 $ 1,106.66 UST Compliance Services 11/20 16814011.1049.590000 $ 650.00 UST Compliance Services 12/20 16881011.1049.590000 $ 650.00 UST Compliance Services 01/21 16970011.1049.590000 $ 650.00 UST Compliance Services 02/21 17067$ 5,526.6603/04/2021 10973011.9019.860000 $ 4,725.00 Records Request Management INV230GOVQA, LLC006742 ‐ $ 4,725.0003/04/2021 10974011.9019.860000 $ 45.00 Workforce Central SoŌware 11716948KRONOS INCORPORATED005034 ‐ $ 45.0003/04/2021 10975057.1057.500173 $ 4,416.40 Internet Access Services 200192616LEVEL 3 COMMUNICATIONS, LLC003053 ‐ $ 4,416.4003/04/2021 10976011.9019.560010 $ 378.49 Audio Conferencing Charges USINV2101151540NTT CLOUD COMMUNICATIONS U.S.006801 ‐ $ 378.4903/04/2021 10977Printed: 3/23/2021 2:09:19PMPage 9 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500170 $ 24,669.00 Laguna Bell 02/21 7501249743SO CAL EDISON000059 ‐ 055.9200.500170 $ 59,400.00 Victorville Lugo Vernon 02/21 7501249780055.9200.500170 $ 140,400.00 Mead Laguna Bell 02/21 7501249781$ 224,469.0003/04/2021 10978011.1026.502031 $ 14,887.78 Medical ReƟrees~ 184545153ANTHEM BLUE CROSS005182 ‐ $ 14,887.7803/04/2021 10979055.9200.500150 $ 19.98 IniƟal Charges 02/21 202103023148282792CALIFORNIA ISO002412 ‐ 055.9200.500150 $ 4,958.74 RecalculaƟon Charges 05/18 202103023148283200055.9200.500170 $ ‐69.56 RecalculaƟon Charges 05/18 202103023148283200055.9200.500150 $ 947,476.65 IniƟal Charges 02/21 202103023148283200055.9200.500170 $ 53,325.01 IniƟal Charges 02/21 202103023148283200055.9200.500190 $ 274.73 IniƟal Charges 02/21 202103023148283200055.9200.500210 $ 14,148.84 IniƟal Charges 02/21 202103023148283200$ 1,020,134.3903/08/2021 10982011.1003.550000 $ 95.00 PublicaƟon Services B3438566DAILY JOURNAL CORPORATION000947 ‐ $ 95.0003/09/2021 10983Printed: 3/23/2021 2:09:19PMPage 10 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1048.596200 $ 67.50 Disposal & Recycling Services 0BX06995HAUL AWAY RUBBISH SERVICE CO,005350 ‐ 011.1049.596200 $ 213.00 Disposal & Recycling Services 0BX06996011.1033.520000 $ 135.00 Disposal & Recycling Services 0BX06997011.1033.520000 $ 135.00 Disposal & Recycling Services 0BX06998011.1033.520000 $ 135.00 Disposal & Recycling Services 0BX06999011.1033.520000 $ 67.50 Disposal & Recycling Services 0BX07000055.8400.596200 $ 167.00 Disposal & Recycling Services 0BX07001055.8400.596200 $ 411.40 Disposal & Recycling Services 0BX07002011.1043.596200 $ 2,441.70 Disposal & Recycling Services 0BX07003011.1048.596200 $ 67.50 Disposal & Recycling Services 0CX00277011.1049.596200 $ 213.00 Disposal & Recycling Services 0CX00278011.1033.520000 $ 67.50 Disposal & Recycling Services 0CX00282055.8400.596200 $ 142.00 Disposal & Recycling Services 0CX00283055.8400.596200 $ 564.80 Disposal & Recycling Services 0CX00284011.1043.596200 $ 949.85 Disposal & Recycling Services 0CX00285$ 5,777.7503/09/2021 10984011.1031.596500 $ 173.92 Sherman Block SLI Class 463‐6 021021GABRIEL MARTINEZ000996 ‐ $ 173.9203/09/2021 10985011.1004.520000 $ 201.85 Postage 781093NDS006687 ‐ $ 201.8503/09/2021 10986Printed: 3/23/2021 2:09:19PMPage 11 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.9019.590110 $ 3,845.60 Annual Basic Maintenance Renewal~ B12797717 011.0014668SHI INTERNATIONAL CORP005925 ‐ 011.9019.590110 $ 4,178.20 Smart ProtecƟon for Endpoints Renewal B12817418 011.0014676$ 8,023.8003/09/2021 10987011.1031.596600 $ 210.13 Reimb. 2021 Qwik Codes Books 022221PHILLIP SWINFORD001616 ‐ $ 210.1303/09/2021 10988020.1084.500110 $ 203,372.98 Groundwater ProducƟon & Assessment 030121WATER REPLENISHMENT DISTRICT001658 ‐ $ 203,372.9803/09/2021 10989020.1084.500130 $ 33,600.23 Potable & Recycled Water VERJAN21CENTRAL BASIN MWD001401 ‐ $ 33,600.2303/10/2021 10990Printed: 3/23/2021 2:09:19PMPage 12 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE020.1084.540000 $ 140.50 Uniforms 4074963848CINTAS CORPORATION005490 ‐ 055.8000.540000 $ 41.10 Uniforms 4074963848055.8100.540000 $ 165.70 Uniforms 4074963848056.5600.540000 $ 53.65 Uniforms 4074963848020.1084.540000 $ 140.49 Uniforms 4075632231055.8000.540000 $ 41.10 Uniforms 4075632231055.8100.540000 $ 161.64 Uniforms 4075632231056.5600.540000 $ 52.64 Uniforms 4075632231020.1084.540000 $ 140.49 Uniforms 4076272812055.8000.540000 $ 41.10 Uniforms 4076272812055.8100.540000 $ 161.64 Uniforms 4076272812056.5600.540000 $ 52.64 Uniforms 4076272812020.1084.540000 $ 412.47 Uniforms 4076910224$ 1,605.1603/11/2021 10991011.9019.520010 $ 1,480.00 2MP HDCVI MOTOTRIZED BULLET CAMERA 2.719782229 011.0014727ETC DEPOT005460 ‐ 011.9019.520010 $ 130.00 DC12V, 10amp, 9ch Power Supply 19782229 011.0014727011.9019.520010 $ 627.00 RG59 1000FT COMBO FULL COPPOER~ 19782229 011.0014727011.9019.520010 $ 60.00 Freight 19782229 011.0014727011.9019.520010 $ 229.29 Sales Tax 10.25 19782229$ 2,526.2903/11/2021 10992Printed: 3/23/2021 2:09:19PMPage 13 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.9019.520010 $ 1,626.40 MicrosoŌ Office 365 (Plan E3)~ 1100806667 011.0014718INSIGHT PUBLIC SECTOR, INC003606 ‐ $ 1,626.4003/11/2021 10993011.1021.797000 $ 8,100.00 Professional Services~ FEB21JEMMOTT ROLLINS GROUP, INC005108 ‐ $ 8,100.0003/11/2021 10994011.1060.595200 $ 1,800.00 Health Officer Services V017LAURENE MASCOLA006869 ‐ $ 1,800.0003/11/2021 10995055.8200.596200 $ 8,550.00 Technical Design Services 1793NORTHWEST ELECTRICAL SERVICES,005614 ‐ 020.1084.900000 $ 67,847.24 Technical Design Services 1793020.1084.900000 $ 447.59 Technical Design Services 1793$ 76,844.8303/11/2021 10996055.9100.900000 $ 347,238.04 Electric Service Maintenance 02/21 210053PETRELLI ELECTRIC, INC003049 ‐ 055.8300.590000 $ 788,002.98 Electric Service Maintenance 02/21 210053055.9100.900000 $ 541,429.89 Bond Projects 210053$ 1,676,670.9103/11/2021 10997055.9200.500154 $ 259,065.38 Astoria 2 Solar Project ATSP0321SO CAL PUBLIC POWER AUTHORITY002517 ‐ $ 259,065.3803/11/2021 10998011.1043.590000 $ 3,239.00 Traffic Signal Repair & Maintenance 5610227349SIEMENS MOBILITY, INC001079 ‐ 011.1043.590000 $ 3,140.14 Traffic Signal Repair & Maintenance 5620033957$ 6,379.1403/11/2021 10999Printed: 3/23/2021 2:09:19PMPage 14 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE020.272010 $ 34,883.72 Quarterly Payment No. 3~ 202103WATER REPLENISHMENT DISTRICT001658 ‐ $ 34,883.7203/11/2021 11000011.1043.900000 $ 971,000.00 Deposit for Escrow No. 09184479~ 031121COMMONWEALTH LAND TITLE CO.001892 ‐ $ 971,000.0003/11/2021 11001011.1043.900000 $ 453,000.00 Deposit for Escrow No. 09184480~ 03112021(2)COMMONWEALTH LAND TITLE CO.001892 ‐ $ 453,000.0003/11/2021 11002055.9200.500150 $ 169.49 RecalculaƟon Charges 05/20 202103093248328659CALIFORNIA ISO002412 ‐ 055.9200.500180 $ 5.23 RecalculaƟon Charges 05/20 202103093248328659055.9200.500170 $ ‐7,779.86 RecalculaƟon Charges 05/20 202103093248328659055.9200.500190 $ ‐166.24 RecalculaƟon Charges 05/20 202103093248328659055.9200.500150 $ 385,260.37 IniƟal Charges 02/21 202103093248328659055.9200.500190 $ 18,430.99 IniƟal Charges 02/21 202103093248328659055.9200.500210 $ 12,715.68 IniƟal Charges 02/21 202103093248328659055.9200.500170 $ ‐3,392.71 IniƟal Charges 02/21 202103093248328659$ 405,242.9503/15/2021 11003Printed: 3/23/2021 2:09:19PMPage 15 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1004.596200 $ 1,875.00 Clearview / STARS Service~ INV06010969AVENU MUNISERVICES, LLC006722 ‐ $ 1,875.0003/16/2021 11004057.1057.500173 $ 4,139.00 Internet Access Services BBUS00031958BROADBAND, LLC000267 ‐ $ 4,139.0003/16/2021 11005011.1048.590000 $ 2,900.00 PainƟng Service~ 272ELEMENT PAINTING & DECOR006857 ‐ $ 2,900.0003/16/2021 11006055.9000.595200 $ 4,669.88 Natural Gas Compliance Services 111429G2 INTEGRATED SOLUTIONS, LLC006899 ‐ 055.9000.595200 $ 4,623.94 Natural Gas Compliance Services 111509$ 9,293.8203/16/2021 11007011.1031.570000 $ 1,127.81 Digital Print Services 28790GRAFIX SYSTEMS006660 ‐ $ 1,127.8103/16/2021 11008055.8400.596200 $ 142.00 Disposal & Recycling Services 11X03390HAUL AWAY RUBBISH SERVICE CO,005350 ‐ 055.8400.596200 $ 457.14 Disposal & Recycling Services 11X03391$ 599.1403/16/2021 11009055.9000.596200 $ 7,190.05 Env Compliance Support Services D3404500008JACOBS ENGINEERING GROUP, INC006886 ‐ $ 7,190.0503/16/2021 11010Printed: 3/23/2021 2:09:19PMPage 16 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9000.596200 $ 11,492.00 Security Services~ 5011JRM006198 ‐ 055.8100.596200 $ 74,220.00 Security Services~ 5012$ 85,712.0003/16/2021 11011011.1049.590000 $ 3,582.00 Landscape Maintenance 02/21 92371MARIPOSA LANDSCAPES, INC006422 ‐ $ 3,582.0003/16/2021 11012055.9200.500154 $ 234,328.45 Antelope DSR 1 Solar Project DSR10321SO CAL PUBLIC POWER AUTHORITY002517 ‐ $ 234,328.4503/16/2021 11013011.1003.596200 $ 375.00 Storage Services 540876WILLIAMS DATA MANAGEMENT003584 ‐ $ 375.0003/16/2021 11014Printed: 3/23/2021 2:09:19PMPage 17 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.120030 $ 12,565.22 Unleaded Fuel 2210938 011.0014736MERRIMAC ENERGY GROUP000209 ‐ 011.120030 $ 9.98 Ca Enviro / Federal Oil Spill Tax 2210938 011.0014736011.120030 $ 7.76 Ca. Childhood Lead Fee 2210938 011.0014736011.120030 $ 36.06 AB32 Fee 2210938 011.0014736011.120030 $ 2,612.37 State Gasoline Tax 2210938 011.0014736011.120030 $ 5.17 Lust Fee 2210938 011.0014736011.120030 $ 8.23 State Enviro Gas 2210938 011.0014736011.120030 $ 7,409.47 Diesel Fuel 2210938 011.0014736011.120030 $ 3.00 Ca Enviro / Federal Oil Spill Tax 2210938 011.0014736011.120030 $ 21.46 AB32 Fee 2210938 011.0014736011.120030 $ 1,155.39 State Diesel Tax 2210938 011.0014736011.120030 $ 1,819.70 2210938$ 25,653.8103/16/2021 11015011.1026.594200 $ 6,105.33 TPA Fees 03/21 IVC24159ATHENS INSURANCE SERVICES, INC004303 ‐ $ 6,105.3303/18/2021 11016055.9200.500160 $ 18,858.50 Biomethane RPS12021BIOFUEL GENERATION SERVICES, L005067 ‐ $ 18,858.5003/18/2021 11017011.1031.596500 $ 18.48 Firearms / TacƟcal Rifle Adv 022421PAUL CERDA JR000927 ‐ $ 18.4803/18/2021 11018Printed: 3/23/2021 2:09:19PMPage 18 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1031.596500 $ 11.20 Firearms / TacƟcal Rifle Adv 022421EUGENIO CERDA001645 ‐ $ 11.2003/18/2021 11019011.1043.550000 $ 210.00 PublicaƟon Services B3438325DAILY JOURNAL CORPORATION000947 ‐ $ 210.0003/18/2021 11020011.1048.596200 $ 100.00 AƩendance SƟpend~ 012821STEVEN FROBERG005155 ‐ 011.1048.596200 $ 100.00 AƩendance SƟpend~ 031121$ 200.0003/18/2021 11021011.1048.596200 $ 100.00 AƩendance SƟpend~ 012821FRANCISCO M GAVINA, JR005875 ‐ 011.1048.596200 $ 100.00 AƩendance SƟpend~ 031121$ 200.0003/18/2021 11022011.1031.596500 $ 25.76 Firearms / TacƟcal Rifle Adv 022421KENT STEVENSON JR000318 ‐ $ 25.7603/18/2021 11023011.1031.596500 $ 8.00 Strategic Trauma & Resiliency TacƟcs 030321PHILLIP SWINFORD001616 ‐ $8.0003/18/2021 11024055.9200.500180 $ 29,212.33 Boulder Canyon Project Charges 02/21 GG1766W0221US DEPARTMENT OF ENERGY002227 ‐ 055.9200.500150 $ 14,544.33 Boulder Canyon Project Charges 02/21 GG1766W0221$ 43,756.6603/18/2021 11025011.1031.596500 $ 22.96 Firearms / TacƟcal Rifle Adv 022421RICHARD VELASQUEZ000403 ‐ $ 22.9603/18/2021 11026Printed: 3/23/2021 2:09:19PMPage 19 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500150 $ 331,319.41 Monthly Energy Related Payment 2202101BICENT (CALIFORNIA) MALBURG, L003336 ‐ 055.9200.500180 $ 3,700,262.60 Monthly Capacity Payment 2202101055.9200.500150 $ 29,906.56 COV Calculated Monthly Heat Rate 2202101055.9200.500150 $ ‐67.15 Fuel Burden 2202101$ 4,061,421.4203/19/2021 11027011.1041.520000 $ 76.45 Period: 01/21 933312041(2)UPS001617 ‐ 011.1041.520000 $ 37.92 Period: 01/21 933312051(2)011.1041.520000 $ 49.55 Period: 02/21 933312061(2)011.1041.520000 $ 45.88 Period: 02/21 933312071(2)$ 209.8003/02/2021 11028055.8000.590000 $ 209.41 Small Tools, Plumbing, & Hardware 012821_MULTIPLE(2)055.0002809HOME DEPOT CREDIT SERVICES001552 ‐ 055.8400.590000 $ 1,162.06 Small Tools, Plumbing, & Hardware 012821_MULTIPLE(2)055.0002809020.1084.520000 $ 154.11 Building Materials & Hardware~ 1391093 011.0014441$ 1,525.5803/04/2021 11029011.1033.560000 $ 12.85 Period: 01/09/21 ‐ 02/01/21 020321THE GAS COMPANY001581 ‐ $ 12.8503/05/2021 11030011.1049.520000 $ 304.62 Supplies 144703898001OFFICE DEPOT002190 ‐ $ 304.6203/08/2021 11031Printed: 3/23/2021 2:09:19PMPage 20 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.9019.560010 $ 179.89 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLEVERIZON WIRELESS001481 ‐ 011.9019.560010 $ 171.48 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 73.54 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 810.82 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 2,106.13 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 1,999.31 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 653.35 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 7,697.82 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 897.98 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 48.25 Period: 09/08/20 ‐ 10/07/20 100720_MULTIPLE011.9019.560010 $ 179.89 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 170.38 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 73.54 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 2,741.67 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 3,935.05 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 2,585.59 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 591.02 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 914.73 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ 48.25 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE011.9019.560010 $ ‐712.78 Period: 10/08/20 ‐ 11/07/20 110720_MULTIPLE$ 25,165.9103/08/2021 11032Printed: 3/23/2021 2:09:19PMPage 21 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.560010 $ 652.66 Period: 01/01/21 ‐ 02/01/21 020221SO CAL EDISON000059 ‐ 055.9200.560010 $ 652.66 Period: 02/01/21 ‐ 03/01/21 030221055.8100.560010 $ 27.37 Period: 01/29/21 ‐ 03/02/21 030321$ 1,332.6903/12/2021 11033011.1033.560000 $ 20.97 Period: 01/09/21 ‐ 02/09/21 021121THE GAS COMPANY001581 ‐ 056.5600.560000 $ 98.02 Period: 01/11/21 ‐ 02/10/21 021221$ 118.9903/12/2021 11034011.1003.520000 $ 304.72 Supplies 147116047001OFFICE DEPOT002190 ‐ 011.1003.520000 $ 16.45 Supplies 147138960001011.1004.520000 $ 34.07 Supplies 147882901001011.1004.520000 $ 13.00 Supplies 147901972001011.1004.520000 $ 91.49 Supplies 153451528001011.1031.520000 $ 257.92 Supplies 156861442001011.1031.520000 $ 53.77 Supplies 156870616001011.1031.520000 $ 40.01 Supplies 156870618001$ 811.4303/15/2021 11035Printed: 3/23/2021 2:09:19PMPage 22 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.9019.560010 $ 180.05 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLEVERIZON WIRELESS001481 ‐ 011.9019.560010 $ 163.26 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 73.54 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 1,376.46 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 2,249.46 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 80.95 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 594.65 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 650.19 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 878.02 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 48.25 Period: 12/08/20 ‐ 01/07/21 010721_MULTIPLE011.9019.560010 $ 179.93 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 166.92 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 73.54 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 878.17 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 2,157.92 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 81.79 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 552.34 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 603.06 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 928.18 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE011.9019.560010 $ 48.25 Period: 11/06/20 ‐ 12/07/20 120720_MULTIPLE$ 11,964.9303/15/2021 11036Printed: 3/23/2021 2:09:19PMPage 23 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1049.560000 $ 315.89 Period: 01/01/21 ‐ 02/01/21 020221(2)SO CAL EDISON000059 ‐ 011.1049.560000 $ 86.08 Period: 01/15/21 ‐ 02/16/21 021721$ 401.9703/17/2021 11037011.1049.560000 $ 1,705.79 Period: 01/10/21 ‐ 02/10/21 021221(2)THE GAS COMPANY001581 ‐ 011.1049.560000 $ 1,893.67 Period: 01/11/21 ‐ 02/10/21 021221(3)$ 3,599.4603/17/2021 11038055.9100.502070 $ 899.98 Unemployment Insurance Benefit Charge~ L0960477152EMPLOYMENT DEVELOPMENT DEPT001635 ‐ 011.1060.502070 $ 126.00 Unemployment Insurance Benefit Charge~ L0960477152011.1024.502070 $ 1,331.98 Unemployment Insurance Benefit Charge~ L0960477152011.1040.502070 $ 899.99 Unemployment Insurance Benefit Charge~ L0960477152011.1031.502070 $ 311.00 Unemployment Insurance Benefit Charge~ L0960477152011.1001.502070 $ 300.50 Unemployment Insurance Benefit Charge~ L0960477152011.1060.502070 $ 2,565.97 Unemployment Insurance Benefit Charge~ L0960477152011.1033.502070 $ 1,799.98 Unemployment Insurance Benefit Charge~ L0960477152011.1026.502070 $ 566.39 Unemployment Insurance Benefit Charge~ L0960477152$ 8,801.7903/17/2021 11039TOTAL ELECTRONIC$ 12,415,381.73Printed: 3/23/2021 2:09:19PMPage 24 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE055.8400.590000 $ 692.92 Disposal Services I50000654031ASBURY ENVIRONMENTAL SERVICES002308 ‐ 055.8400.590000 $ 602.96 Disposal Services I50000674491$ 1,295.8803/02/2021 606980055.9000.560010 $ 244.31 Period: 10/10/20 ‐ 11/09/20 15599168AT&T001948 ‐ 056.5600.560010 $ 652.55 Period: 10/10/20 ‐ 11/09/20 15599171055.9000.560010 $ 22.67 Period: 10/10/20 ‐ 11/09/20 15599270055.9000.560010 $ 246.01 Period: 11/10/20 ‐ 12/09/20 15721858056.5600.560010 $ 658.60 Period: 11/10/20 ‐ 12/09/20 15721861056.5600.560010 $ 22.88 Period: 11/10/20 ‐ 12/09/20 15721960011.9019.560010 $ 22.98 Period: 12/06/20 ‐ 01/05/21 15854660011.9019.560010 $ 2,483.46 Period: 12/10/20 ‐ 01/09/21 15864779011.9019.560010 $ 44.55 Period: 12/10/20 ‐ 01/09/21 15864780011.9019.560010 $ 2,110.65 Period: 12/10/20 ‐ 01/09/21 15864782011.9019.560010 $ 1,066.91 Period: 12/10/20 ‐ 01/09/21 15864783011.9019.560010 $ 205.54 Period: 12/10/20 ‐ 01/09/21 15865215011.9019.560010 $ 21.34 Period: 12/15/20 ‐ 01/14/21 15902716$ 7,802.4503/02/2021 606981011.9019.560010 $ 977.93 Period: 05/20/20 ‐ 06/19/20 062020(2)AT&T001948 ‐ 011.9019.560010 $ 1,138.66 Period: 09/20/20‐10/19/20 102020$ 2,116.5903/02/2021 606982Printed: 3/23/2021 2:09:19PMPage 25 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE055.9200.560010 $ 152.00 Period: 12/19/20 ‐ 01/18/21 8964899501AT&T001948 ‐ $ 152.0003/02/2021 606983011.9019.560010 $ 40.39 Period: 11/09/20 ‐ 12/08/20 832176480X12162020AT&T MOBILITY002889 ‐ $ 40.3903/02/2021 606984055.8000.590000 $ 257.06 CalibraƟons INVVOL0004454ATLAS SAFETY SOLUTIONS006309 ‐ $ 257.0603/02/2021 606985011.1024.593200 $ 403.00 Re: Garcia‐MarƟnez v. City of Vernon~ 264737BURKE, WILLIAMS & SORENSEN, LL005078 ‐ $ 403.0003/02/2021 606986020.1084.596550 $ 3,000.00 SEWC Membership Dues~ MIS000255CITY OF COMMERCE007001 ‐ $ 3,000.0003/02/2021 606987011.1031.594200 $ 1,492.20 Inmate Housing 01/21 19729CITY OF HUNTINGTON PARK003846 ‐ $ 1,492.2003/02/2021 606988011.1004.595200 $ 8,720.00 AudiƟng Services 2738458CLIFTONLARSONALLEN, LLP006972 ‐ $ 8,720.0003/02/2021 606989020.1084.500140 $ 698.00 Water Quality TesƟng & ReporƟng 978914CLINICAL LAB OF SAN BERNARDINO003088 ‐ $ 698.0003/02/2021 606990011.1046.590000 $ 135.00 Opacity Test 45252FLEETCREW, INC006925 ‐ $ 135.0003/02/2021 606991Printed: 3/23/2021 2:09:19PMPage 26 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE020.1084.500140 $ 956.30 Sodium Hypochlorite 143157FULLER ENGINEERING, INC006622 ‐ 020.1084.500140 $ 1,200.92 Sodium Hypochlorite 143242$ 2,157.2203/02/2021 606993011.1049.520000 $ 297.01 Hardware Supplies~ 9811036301 011.0014464GRAINGER, CO001712 ‐ 011.1049.520000 $ ‐97.02 Credit~ 9814663168 011.0014464011.1049.590000 $ 97.02 Hardware Supplies~ 9815415832 011.0014464$ 297.0103/02/2021 606994011.1043.520000 $ 745.38 Sand 2214506HANSON AGGREGATES, LLC001986 ‐ $ 745.3803/02/2021 606995011.1026.502031 $ 10.00 Medical Services / V. Malkenhorst 121620HOAG000584 ‐ $ 10.0003/02/2021 606996011.1026.594200 $ 102.00 ParƟcipaƟon Fee 231047IGOE & COMPANY, INC000686 ‐ $ 102.0003/02/2021 606997011.9019.560010 $ 301.61 Offsite Backup Tape Storage 202286323IRON MOUNTAIN000829 ‐ $ 301.6103/02/2021 606998011.9019.520010 $ 562.28 Thermal Scanners for Health 271235806KONICA MINOLTA BUSINESS SOLUTI006988 ‐ $ 562.2803/02/2021 606999011.1031.594200 $ 87.79 InterpretaƟon Services 4934563LANGUAGE LINE SERVICES, INC003272 ‐ $ 87.7903/02/2021 607000Printed: 3/23/2021 2:09:19PMPage 27 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE055.8100.570000 $ 46.00 Car Wash Services~ 1078 055.0002821MAYWOOD CAR WASH000870 ‐ 055.8100.570000 $ 62.00 Car Wash Services~ 1082 055.0002821055.8100.570000 $ 48.00 Car Wash Services~ 1088 055.0002821055.8100.570000 $ 28.00 Car Wash Services~ 1091 055.0002821$ 184.0003/02/2021 607001011.1026.502031 $ 20.00 Medical Services / B. Malkenhorst 010521MEMORIALCARE MEDICAL GROUP005516 ‐ 011.1026.502031 $ 44.12 Medical Services / V. Malkenhorst 011221$ 64.1203/02/2021 607002011.9019.595210 $ 1,000.00 Computer Programming Services 336MILLSOFT, LLC006228 ‐ $ 1,000.0003/02/2021 607003011.1026.596800 $ 1,159.58 TuiƟon Reimbursement 021721EDWIN OCHOA003902 ‐ $ 1,159.5803/02/2021 607004011.9019.520010 $ 215.00 Time Tracking System 55173ONEPOINT HUMAN CAPITAL MGMT006475 ‐ $ 215.0003/02/2021 607005011.1026.502031 $ 20.00 Medical Services / B. Malkenhorst 010621PACIFIC SHORES MEDICAL GROUP005643 ‐ $ 20.0003/02/2021 607006011.1043.596200 $ 1,260.00 Traffic Engineering Services VE21001QUANTUM QUALITY CONSULTING, IN006956 ‐ $ 1,260.0003/02/2021 607007Printed: 3/23/2021 2:09:19PMPage 28 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1026.502031 $ 79.25 Medical Services / B. Malkenhorst 011321RADIN CARDIOVASCULAR MED GRP005142 ‐ 011.1026.502031 $ 39.25 Medical Services / V. Malkenhorst 121520$ 118.5003/02/2021 607008020.1084.900000 $ 3,523.44 Hydrogeological Services 5667RICHARD C. SLADE & ASSOCIATES003149 ‐ 020.1084.900000 $ 1,645.64 ConstrucƟon Management Services 5792020.1084.900000 $ 746.20 Hydrogeological Services 5800$ 5,915.2803/02/2021 607009011.1049.590000 $ 1,950.00 Ash Removal from City Hall Generator 9SIERRA ENGINEERING SERVICES005233 ‐ $ 1,950.0003/02/2021 607010055.9000.900000 $ 322.50 Meteorological Services 2101SIMON WIND, INC005790 ‐ $ 322.5003/02/2021 607011055.9100.596200 $ 897.43 OperaƟng Expense 11/20 20867SO CAL JOINT POLE COMMITTEE002079 ‐ $ 897.4303/02/2021 607012011.9019.560010 $ 35.01 Period: 01/02/21 ‐ 02/01/21 677975318231SPRINT001017 ‐ $ 35.0103/02/2021 607013011.1026.502031 $ 60.00 Medical Services / B. Malkenhorst 012821UCLA MEDICAL GROUP006587 ‐ $ 60.0003/02/2021 607014Printed: 3/23/2021 2:09:19PMPage 29 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE055.9000.560010 $ 23.24 Period: 12/24/20 ‐ 01/23/21 9871986285VERIZON WIRELESS001481 ‐ $ 23.2403/02/2021 607015055.8000.590000 $ 120.00 Oil Samples 5900298718WEIDMANN ELECTRICAL TECHNOLOGY002075 ‐ 055.8000.590000 $ 412.50 Oil Samples 5900299728055.8000.590000 $ 550.00 Oil Samples 5900300435$ 1,082.5003/02/2021 607016011.1026.502031 $ 30.00 Medical Services / V. Malkenhorst 122220WESLEY M. KOBAYASHI DPM, INC001417 ‐ $ 30.0003/02/2021 607017Printed: 3/23/2021 2:09:19PMPage 30 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.120010 $ 798.00 (0623‐110) Safety Glasses Elite Smoke 9108351098 011.0014672AIRGAS USA, LLC000345 ‐ 011.120010 $ 73.22 Freight 9108351098 011.0014672011.120010 $ 82.08 Sales Tax 10.25 9108351098011.120010 $ 258.00 (2999‐100) Alcohol ISO 99% Gal. UN1219 9108629144 011.0014672011.120010 $ 10.66 Freight 9108629144 011.0014672011.120010 $ 26.54 Sales Tax 10.25 9108629144011.120010 $ 215.00 (2999‐100) Alcohol ISO 99% Gal. UN1219 9108913257 011.0014672011.120010 $ 8.89 Freight 9108913257 011.0014672011.120010 $ 22.12 Sales Tax 10.25 9108913257011.120010 $ 86.00 (2999‐100) Alcohol ISO 99% Gal. UN1219 9109293060 011.0014672011.120010 $ 3.55 Freight 9109293060 011.0014672011.120010 $ 8.85 Sales Tax 10.25 9109293060011.120010 $ 129.00 (2999‐100) Alcohol ISO 99% Gal. UN1219 9109387343 011.0014672011.120010 $ 5.34 Freight 9109387343 011.0014672011.120010 $ 13.27 Sales Tax 10.25 9109387343$ 1,740.5203/09/2021 607018011.1046.520000 $ 389.95 BC3Z‐9V425‐A EGR Cooler Tube 34214 011.0014695ANAYA SERVICE CENTER006308 ‐ 011.1046.520000 $ 98.90 BC3Z‐9P455‐B Gasket 34214 011.0014695011.1046.590000 $ 580.00 Labor to replace the EGR Cooler 34214 011.0014695011.1046.520000 $ 46.44 Sales Tax 9.5% 34214$ 1,115.2903/09/2021 607019Printed: 3/23/2021 2:09:19PMPage 31 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1049.590000 $ 370.19 Remove & Replace Broken Window~ 28035BELL'S GLASS SHOP006635 ‐ $ 370.1903/09/2021 607020011.1033.590000 $ 15.00 Oxygen BoƩle Refill 732034CALOX, INC001721 ‐ $ 15.0003/09/2021 607021056.5600.590000 $ 4,492.80 Part # 6353‐1105‐5760223~ CD99115247 056.0000629CALTROL, INC002110 ‐ 056.5600.590000 $ 21.42 Freight CD99115247 056.0000629056.5600.590000 $ 462.71 Sales Tax 10.25 CD99115247$ 4,976.9303/09/2021 607022011.1026.596200 $ 52.00 Reimb. Live Scan 030321JOSE CASTANEDA007007 ‐ $ 52.0003/09/2021 607023020.1084.596700 $ 55.00 Reimb. T1 Renewal 022521RAFAEL CASTELLANOS003763 ‐ $ 55.0003/09/2021 607024011.1046.590000 $ 187.50 Reprogrammed Computer C68643 011.0014690CENTRAL FORD004163 ‐ 011.1046.520000 $ 3.91 4L3Z9276AA Gasket C69066 011.0014693011.1046.520000 $ 5.96 4L2Z9C385AA Retaining Ring C69066 011.0014693011.1046.520000 $ 15.00 HC3Z9030B Cap Assembly C69066 011.0014693011.1046.520000 $ 669.95 Labor to repair fuel leak C69066 011.0014693011.1046.520000 $ 2.55 Sales Tax 10.25 C69066$ 884.8703/09/2021 607025Printed: 3/23/2021 2:09:19PMPage 32 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1031.594200 $ 710.98 Parking CitaƟon Processing Services 111874DATA TICKET, INC006191 ‐ 011.1033.594200 $ 446.36 Parking CitaƟon Processing Services 112857011.1031.594200 $ 519.12 Parking CitaƟon Processing Services 113778011.1031.594200 $ 343.52 Parking CitaƟon Processing Services 114714011.1031.594200 $ 176.88 Parking CitaƟon Processing Services 115678011.1031.594200 $ 422.12 Parking CitaƟon Processing Services 116678011.1031.594200 $ 230.13 Parking CitaƟon Processing Services 117810011.1031.594200 $ 269.91 Parking CitaƟon Processing Services 118750011.1031.594200 $ 257.61 Parking CitaƟon Processing Services 119783011.1031.594200 $ 199.13 Parking CitaƟon Processing Services 120784011.1031.594200 $ 248.18 Parking CitaƟon Processing Services 121779$ 3,823.9403/09/2021 607026055.8400.590000 $ 122.00 Pest Control Services 14009496DEWEY PEST CONTROL002566 ‐ $ 122.0003/09/2021 607027011.1046.520000 $ 114.18 B123 Starter 28856 011.0014697DIESELTRON, INC000236 ‐ 011.1046.520000 $ 10.85 Sales Tax 9.5% 28856$ 125.0303/09/2021 607028Printed: 3/23/2021 2:09:19PMPage 33 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE056.5600.520000 $ 4,317.30 Yale Padlocks (VerƟcal Shackle 242653 056.0000631EMERSON'S LOCKSMITH CO, INC001146 ‐ 056.5600.520000 $ 39.00 Engraving (COV‐G) 242653 056.0000631056.5600.520000 $ 25.00 Freight 242653 056.0000631056.5600.520000 $ 442.52 Sales Tax 10.25 242653$ 4,823.8203/09/2021 607029011.1049.520000 $ 428.00 LotusoŌ White 2ply Toilet Tissue S4359502001 011.0014649EMPIRE CLEANING SUPPLY001936 ‐ 011.1049.520000 $ 2,616.00 GP White MulƟfold Towel (20887) S4359502001 011.0014649011.1049.520000 $ 312.01 Sales Tax 10.25 S4359502001$ 3,356.0103/09/2021 607030Printed: 3/23/2021 2:09:19PMPage 34 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.590000 $ 135.00 Opacity Test 44084FLEETCREW, INC006925 ‐ 011.1046.590000 $ 85.00 Opacity Test 44085011.1046.590000 $ 85.00 Opacity Test 44086011.1046.590000 $ 85.00 Opacity Test 44087011.1046.590000 $ 85.00 Opacity Test 44088011.1046.590000 $ 85.00 Opacity Test 44090011.1046.590000 $ 85.00 Opacity Test 44091011.1046.590000 $ 85.00 Opacity Test 44092011.1046.590000 $ 85.00 Opacity Test 44093011.1046.590000 $ 85.00 Opacity Test 44094011.1046.590000 $ 85.00 Opacity Test 44098011.1046.590000 $ 85.00 Opacity Test 44099011.1046.590000 $ 85.00 Opacity Test 44100011.1046.590000 $ 85.00 Opacity Test 44109011.1046.590000 $ 135.00 Opacity Test 44281011.1046.590000 $ 135.00 Opacity Test 44282$ 1,510.0003/09/2021 607031011.9019.520010 $ 6,856.92 2TB Flash, 2.5‐in 7137 011.0014721MAZDA COMPUTING006470 ‐ 011.9019.520010 $ 92.00 Freight 7137 011.0014721011.9019.520010 $ 702.83 Sales Tax 10.25 7137$ 7,651.7503/09/2021 607032Printed: 3/23/2021 2:09:19PMPage 35 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1049.590000 $ 145.00 Ice Machine Maintenance 47073RELIABLE ICE EQUIPMENT, INC001694 ‐ $ 145.0003/09/2021 607033011.1048.520000 $ 513.80 Hanging Parking Permits 27218SILVA'S PRINTING NETWORK003775 ‐ 011.1048.520000 $ 466.97 Parking SƟckers 27221$ 980.7703/09/2021 607034011.1031.594200 $ 3,353.00 Parking CitaƟons 03/20 030321SUPERIOR CT OF CAL OF LA005419 ‐ 011.1031.594200 $ 1,383.50 Parking CitaƟons 12/20 030321(10)011.1031.594200 $ 1,136.50 Parking CitaƟons 01/21 030321(11)011.1031.594200 $ 1,379.50 Parking CitaƟons 04/20 030321(2)011.1031.594200 $ 1,027.00 Parking CitaƟons 05/20 030321(3)011.1031.594200 $ 1,337.00 Parking CitaƟons 06/20 030321(4)011.1031.594200 $ 709.50 Parking CitaƟons 07/20 030321(5)011.1031.594200 $ 545.50 Parking CitaƟons 08/20 030321(6)011.1031.594200 $ 532.50 Parking CitaƟons 09/20 030321(7)011.1031.594200 $ 928.50 Parking CitaƟons 10/20 030321(8)011.1031.594200 $ 1,514.50 Parking CitaƟons 11/20 030321(9)$ 13,847.0003/09/2021 607035Printed: 3/23/2021 2:09:19PMPage 36 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE056.5600.596200 $ 110.65 New Ticket Charges 220210788UNDERGROUND SERVICE ALERT000449 ‐ 020.1084.596200 $ 50.92 CA State Fee for Regulatory Costs DSB20200600056.5600.596200 $ 50.92 CA State Fee for Regulatory Costs DSB20201223$ 212.4903/09/2021 607036011.1049.520000 $ 139.92 Disinfect aerosol, lemon scent (12 per 6950924700 011.0014722VERITIV OPERATING COMPANY006070 ‐ 011.1049.520000 $ 3,195.00 (2700‐100) Copy Paper 8‐1/2" x 11" ‐ / 6950924700 011.0014722011.1049.520000 $ 341.83 Sales Tax 10.25 6950924700011.1049.520000 $ 69.96 Disinfect aerosol, lemon scent (12 per 6950924701 011.0014722011.1049.520000 $ 7.17 Sales Tax 10.25 6950924701$ 3,753.8803/09/2021 607037011.1043.520000 $ 2,440.00 Green 32 Gallon Metal Trash INV364986VER100 011.0014723WORTHINGTON DIRECT HOLDINGS, L004798 ‐ 011.1043.520000 $ 1,320.00 RT‐32 Black PlasƟc Lid 32 Gallon43084INV364986VER100 011.0014723011.1043.520000 $ 783.00 Freight INV364986VER100 011.0014723011.1043.520000 $ 385.40 Sales Tax 10.25 INV364986VER100$ 4,928.4003/09/2021 607038011.1043.520000 $ 2,054.90 Regulatory Signs & MounƟng Hardware~ 90986 011.0014470ZUMAR INDUSTRIES, INC001153 ‐ $ 2,054.9003/09/2021 607039Printed: 3/23/2021 2:09:19PMPage 37 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.9019.590110 $ 415.00 Disaster Recovery Services 152177AGILITY RECOVERY SOLUTIONS005348 ‐ $ 415.0003/16/2021 607040020.1084.596550 $ 2,373.00 Membership Dues~ 7001894667AMERICAN WATER WORKS ASSOC000051 ‐ $ 2,373.0003/16/2021 607041055.8400.590000 $ 567.92 Disposal Services I50000681919ASBURY ENVIRONMENTAL SERVICES002308 ‐ $ 567.9203/16/2021 607042011.1046.520000 $ 533.18 Vehicle BaƩeries~ 6364625 011.0014428BATTERY SYSTEMS, INC004448 ‐ 011.1046.520000 $ 1,244.25 Vehicle BaƩeries~ 6404257 011.0014428011.1046.520000 $ 95.83 Vehicle BaƩeries~ 6439133 011.0014428$ 1,873.2603/16/2021 607043011.1046.590000 $ 55.00 Front End Repair & Alignment Services~ 62499 011.0014429CALIFORNIA FRAME & AXLE001973 ‐ 011.1046.590000 $ 55.00 Front End Repair & Alignment Services~ 62526 011.0014429011.1046.520000 $ 273.21 Front End Repair & Alignment Services~ 62663 011.0014429011.1046.590000 $ 242.50 Front End Repair & Alignment Services~ 62663 011.0014429$ 625.7103/16/2021 607044Printed: 3/23/2021 2:09:19PMPage 38 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.520000 $ 765.54 Auto Parts~ 52635 011.0014430CAMINO REAL CHEVROLET000818 ‐ 011.1046.520000 $ 59.09 Auto Parts~ 52646 011.0014430011.1046.520000 $ 184.53 Auto Parts~ 52940 011.0014430011.1046.520000 $ 62.50 Auto Parts~ 53256 011.0014430$ 1,071.6603/16/2021 607045011.1043.520000 $ 938.62 Concrete 94940410CALPORTLAND COMPANY000256 ‐ $ 938.6203/16/2021 607046011.1046.520000 $ 73.28 Auto Parts~ 367574 011.0014431CENTRAL FORD004163 ‐ 011.1046.520000 $ 281.27 Auto Parts~ 367639 011.0014431011.1046.520000 $ 669.33 Auto Parts~ 367641 011.0014431011.1046.520000 $ 113.31 Auto Parts~ 367648 011.0014431011.1046.520000 $ 104.38 Auto Parts~ 367704 011.0014431011.1046.520000 $ 76.67 Auto Parts~ 367733 011.0014431011.1046.520000 $ 28.18 Auto Parts~ 367958 011.0014431011.1046.520000 $ 105.43 Auto Parts~ 368323 011.0014431011.1046.520000 $ 59.59 Auto Parts~ 368369 011.0014431011.1046.520000 $ 113.00 Auto Parts~ 368436 011.0014431011.1046.520000 $ ‐113.00 Credit~ 368685 011.0014431011.1046.520000 $ 110.93 Auto Parts~ 368728 011.0014431$ 1,622.3703/16/2021 607047Printed: 3/23/2021 2:09:19PMPage 39 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.520000 $ 46.68 52028898a Thermostat 497160 011.0014699CERRITOS DODGE, INC000851 ‐ 011.1046.520000 $ 211.20 55079365af Reservoir 497160 011.0014699011.1046.520000 $ 24.50 Sales Tax 9.5% 497160011.1046.520000 $ 184.00 68346915aa Water Pump 497379 011.0014699011.1046.520000 $ 17.48 Sales Tax 9.5% 497379$ 483.8603/16/2021 607048011.1031.594200 $ 4,277.26 Inmate Housing 02/21 19733CITY OF HUNTINGTON PARK003846 ‐ $ 4,277.2603/16/2021 607049011.1049.590000 $ 246.00 Overhead Door Maintenance 19333COMMERCIAL DOOR OF LOS ANGELES000331 ‐ $ 246.0003/16/2021 607050055.8400.590000 $ 633.47 Compressor Maintenance 2393COMPRESSOR SERVICE PROFESSIONA006045 ‐ $ 633.4703/16/2021 607051011.1048.596200 $ 100.00 AƩendance SƟpend~ 012821RONIT DAHAN‐EDRY006717 ‐ 011.1048.596200 $ 100.00 AƩendance SƟpend~ 031121$ 200.0003/16/2021 607052011.200235 $ 272.00 4th Qtr 2020 SB1186 031621DIV OF THE STATE ARCHITECT004997 ‐ $ 272.0003/16/2021 607053055.8400.590000 $ 742.07 Emergency Power Generator PreventaƟve A87677DUTHIE POWER SERVICES006714 ‐ $ 742.0703/16/2021 607054Printed: 3/23/2021 2:09:19PMPage 40 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE020.1084.596700 $ 1,800.00 Trenching & ExcavaƟon Training 318782EHS INTERNATIONAL, INC005229 ‐ 020.1084.596700 $ 1,200.00 Backhoe / Loader Operator Training 318783$ 3,000.0003/16/2021 607055011.1046.520000 $ 492.68 Auto Parts~ 123879241 011.0014432FACTORY MOTOR PARTS006696 ‐ $ 492.6803/16/2021 607056011.1031.840000 $ 47,751.00 2021 Ford Police Interceptor with FL0608 011.0014585FOLSOM LAKE FORD005206 ‐ 011.1031.840000 $ 8.75 California Tire Fee FL0608 011.0014585011.1031.840000 $ 4,894.48 Sales Tax 9.5% FL0608$ 52,654.2303/16/2021 607057011.9019.560010 $ 46.42 Period: 01/16/21 ‐ 02/15/21 011621FRONTIER005825 ‐ $ 46.4203/16/2021 607059020.1084.900000 $ 1,520.00 Engineering Services 01/21 ENG7224HARPER & ASSOCIATES ENGINEERIN000280 ‐ $ 1,520.0003/16/2021 607060011.1048.596200 $ 100.00 AƩendance SƟpend~ 012821STEVE HERMON006966 ‐ 011.1048.596200 $ 100.00 AƩendance SƟpend~ 031121$ 200.0003/16/2021 607061020.1084.900000 $ 21,401.73 Professional Services 01/21 13441INFRASTRUCTURE ENGINEERING COR000706 ‐ $ 21,401.7303/16/2021 607062Printed: 3/23/2021 2:09:19PMPage 41 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1049.590000 $ 842.56 Fire Alarm Service 21812699JOHNSON CONTROLS FIRE PROTECTI006350 ‐ 011.1049.590000 $ 1,163.00 Fire Alarm Service 86882946$ 2,005.5603/16/2021 607063011.1060.520000 $ 3,312.67 Wrap for Mobile Health Vehicle 1810289LA VINYL007009 ‐ $ 3,312.6703/16/2021 607064011.1040.400900 $ 5,396.12 Ref. Parcel #6303024017~ 021621LEONIS, LLC007006 ‐ $ 5,396.1203/16/2021 607065011.1031.590000 $ 389.00 Range Maintenance 301LIBERTY MANUFACTURING, INC003342 ‐ $ 389.0003/16/2021 607066011.1046.520000 $ 874.24 Tires, Accessories & Repairs~ 2629 011.0014434LOPEZ & LOPEZ TIRE SERVICE003908 ‐ 011.1046.520000 $ 488.80 Tires, Accessories & Repairs~ 2651 011.0014434011.1046.520000 $ 729.70 Tires, Accessories & Repairs~ 2697 011.0014434011.1046.590000 $ 18.00 Tires, Accessories & Repairs~ 2788 011.0014434$ 2,110.7403/16/2021 607067011.1049.590000 $ 3,941.81 Fire ExƟnguisher Service P63353MARX BROS FIRE EXTINGUISHER CO003231 ‐ $ 3,941.8103/16/2021 607068Printed: 3/23/2021 2:09:19PMPage 42 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE055.8100.570000 $ 40.00 Car Wash Services~ 1090 055.0002821MAYWOOD CAR WASH000870 ‐ 055.8100.570000 $ 50.00 Car Wash Services~ 1094 055.0002821055.8100.570000 $ 68.00 Car Wash Services~ 1095 055.0002821$ 158.0003/16/2021 607069011.9019.590110 $ 1,527.69 Managed Print Services IN1847091MRC SMART TECHNOLOGY SOLUTIONS006203 ‐ $ 1,527.6903/16/2021 607070011.1046.520000 $ 33.00 2015683 Micro Switch 34081IN 011.0014694NATIONAL SIGNAL, INC003493 ‐ 011.1046.520000 $ 490.00 2002349 Actuator 34081IN 011.0014694011.1046.520000 $ 53.61 Sales Tax 10.25 34081IN$ 576.6103/16/2021 607071011.1048.596200 $ 100.00 AƩendance SƟpend~ 012821JORGE L. NEVAREZ JR006715 ‐ 011.1048.596200 $ 100.00 AƩendance SƟpend~ 031121$ 200.0003/16/2021 607072011.1043.520000 $ 1,425.00 Perforated Tubing ~ 28168 011.0014728PACIFIC PRODUCTS & SERVICES, L001500 ‐ 011.1043.520000 $ 843.75 Perforated Tubing ~ 28168 011.0014728011.1043.520000 $ 980.00 Heavy Duty Anchor ~ 28168 011.0014728011.1043.520000 $ 360.00 Surface Mount Base for 2" Post (10 x 10 28168 011.0014728011.1043.520000 $ 75.00 Freight 28168 011.0014728011.1043.520000 $ 377.58 Sales Tax 10.25 28168$ 4,061.3303/16/2021 607073Printed: 3/23/2021 2:09:19PMPage 43 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE020.1084.520000 $ 13.12 Plumbing Hardware & Supplies~ S1246182001 011.0014445PLUMBING & INDUSTRIAL SUPPLY001943 ‐ $ 13.1203/16/2021 607074011.1046.590000 $ 1,905.00 Crane InspecƟons 19760PREFERRED AERIAL & CRANE TECHN003167 ‐ $ 1,905.0003/16/2021 607075055.8300.596200 $ 641.43 Janitorial Services 03/21~ 74977PRIORITY BUILDING SERVICES, LL006416 ‐ 055.8400.596200 $ 774.18 Janitorial Services 03/21~ 74977056.5600.596200 $ 884.62 Janitorial Services 03/21~ 74977$ 2,300.2303/16/2021 607076011.1046.590000 $ 680.00 Car Wash Services 279515QUALIFIED MOBILE, INC006612 ‐ 011.1046.590000 $ 736.00 Car Wash Services 279748011.1046.590000 $ 544.00 Car Wash Services 280008011.1046.590000 $ 738.00 Car Wash Services 280221011.1046.590000 $ 192.00 Car Wash Services 280222$ 2,890.0003/16/2021 607077055.8400.596200 $ 1,471.70 Air CondiƟoner Maintenance CM9714RUSHER AIR CONDITIONING006637 ‐ $ 1,471.7003/16/2021 607078011.1023.596200 $ 100.00 AƩendance SƟpend~ 021121NAVDEEP SINGH SACHDEVA006420 ‐ $ 100.0003/16/2021 607079Printed: 3/23/2021 2:09:19PMPage 44 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE056.5600.596200 $ 105.00 Alarm Monitoring ~ 63762M 056.0000624SECURITY NETWORK, INC006057 ‐ $ 105.0003/16/2021 607080055.9000.900000 $ 1,537.50 Meteorological Services 2102SIMON WIND, INC005790 ‐ $ 1,537.5003/16/2021 607081011.1040.400900 $ 9,692.72 Ref. Parcel #6310002010~ 030421SOLEIMANI ENTERPRISES, LLC007005 ‐ $ 9,692.7203/16/2021 607082011.1031.596500 $ 260.00 FBI ‐ LEEDA 022221ROBERTO SOUSA000834 ‐ $ 260.0003/16/2021 607083011.1031.520000 $ 9.00 Laundry Services~ 11976 011.0014447STATE STREET LAUNDRY000191 ‐ 011.1031.520000 $ 3.60 Laundry Services~ 11977 011.0014447011.1031.520000 $ 6.30 Laundry Services~ 11978 011.0014447011.1031.520000 $ 9.90 Laundry Services~ 11979 011.0014447$ 28.8003/16/2021 607084011.1024.593200 $ 15,844.45 Re: Jerry Chavez v. City of Vernon~ 18394STREAM KIM HICKS WRAGE & ALFAR006438 ‐ $ 15,844.4503/16/2021 607085011.1033.560000 $ 225.00 Hydrant 020121TRI‐CITY MUTUAL WATER COMPANY000282 ‐ $ 225.0003/16/2021 607086Printed: 3/23/2021 2:09:19PMPage 45 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1031.596550 $ 1,000.00 Annual City Membership 4474WETIP, INC005164 ‐ $ 1,000.0003/16/2021 607087011.1048.596200 $ 100.00 AƩendance SƟpend~ 012821MARLENE ELSA YBARRA006716 ‐ 011.1048.596200 $ 100.00 AƩendance SƟpend~ 031121$ 200.0003/16/2021 607088TOTAL EARLY CHECKS$ 258,168.12Printed: 3/23/2021 2:09:19PMPage 46 of 47 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 64APRIL 6, 2021RECAP BY FUNDFUNDELECTRONIC TOTALEARLY CHECK TOTALWARRANT TOTALGRAND TOTALS$ 1,644,681.41$ 1,839,003.42$0.00$ 194,322.01011 ‐ GENERAL346,772.00386,956.270.0040,184.27020 ‐ WATER10,059,115.9710,070,491.840.0011,375.87055 ‐ LIGHT & POWER356,256.95368,542.920.0012,285.97056 ‐ NATURAL GAS8,555.408,555.400.000.00057 ‐ FIBER OPTICGRAND TOTAL$12,673,549.85$0.00$258,168.12$12,415,381.73TOTAL CHECKS TO BE PRINTED 0Printed: 3/23/2021 2:09:19PMPage 47 of 47 City Council Agenda Item Report Agenda Item No. COV-543-2021 Submitted by: Cynthia Cano Submitting Department: Public Works Meeting Date: April 6, 2021 SUBJECT Public Works Department Monthly Report Recommendation: Receive and file the February 2021 Building Report. Background: The attached building report consists of total issued permits, major projects, demolition permits, new building permits and certificate of occupancy status reports for the month of February 2021. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. Public Works Department Report February 2021 Construction Value Number of Permits Year to Date Value Year to Date Permits Construction Value Number of Permits Year to Date Value Year to Date Permits Permit Difference Valuation Difference January 8,046,145$ 43 8,046,145$ 43 4,464,611$ 62 4,464,611$ 62 44%-45% February 2,979,923$ 48 11,026,068$ 91 5,711,149$ 45 10,175,760$ 107 18%-8% March April May June July August September October November December 2020 2021 Year to Date Monthly Report Summary City of Vernon Building Division 0 10 20 30 40 50 60 70 $- $1,000,000 $2,000,000 $3,000,000 $4,000,000 $5,000,000 $6,000,000 $7,000,000 $8,000,000 $9,000,000 Monthly 2020 Construction Value 2021 Construction Value 2020 Number of Permits 2021 Number of Permits 0 20 40 60 80 100 120 $- $2,000,000 $4,000,000 $6,000,000 $8,000,000 $10,000,000 $12,000,000 Year to Date 2020 Year to Date Value 2021 Year to Date Value 2020 Year to Date Permits 2021 Year to Date Permits Value 1 11 1 6 9 9 6 2 45 107 48 91 City of Vernon Building Department Monthly Report from 2/1/2021 to 2/28/2021 Type # of Permits Demolition $400,000.00 Electrical $424,800.00 Industrial - Addition $874,500.00 Industrial - Remodel $413,400.00 Mechanical $3,107,110.00 Miscellaneous $354,339.00 Plumbing $89,000.00 Roof $48,000.00 February 2021 TOTALS PERMITS:$5,711,149.00 PREVIOUS MONTHS TOTAL $4,464,611.00 62 YEAR TO DATE TOTAL $10,175,760.00 $11,026,068.00 February 2020 TOTALS PERMITS: PREVIOUS MONTHS TOTAL PRIOR YEAR TO DATE TOTAL $2,979,923.00 $8,046,145.00 43 None City of Vernon Building Department New Buildings Report - February 2021 3430 26th Street Penzoil Co 83,000 sf. City of Vernon Building Department Demolition Report - February 2021 Tenant Description Job Value 6308007019 B-2021-4474 4460 PACIFIC BLVD Pabco Paper Equipment only. (2) Simoneau 1000 1790656 3 Record(s)$385,900.00 Mechanical B-2021-4477 4460 PACIFIC BLVD Pabco Paper Installation of (2) Simoneau 1000 HP Steam Boilers and associated steam piping, gas lines and water lines 367654 APN B-2021-4445 2345 52ND ST Tenant improvement to convert (E) Warehouse to Office 50000 APN 6308016036 B-2020-4392 2638 VERNON AVE demo existing CMU & office walls to accommodate new spiral freezer and compressor room. install new CMU walls for new engine room and new exterior platform for condenser unit. 103900 APN 6308005015 1 Record(s)$874,500.00 Industrial - Remodel B-2020-4287 2611 SANTA FE AVE installation walk-in coller & freezer, (3) condensing units, (3) evaporators, (12) lights (LED) (1) drain lines condensate 232000 APN 6302008031 5 Record(s)$364,100.00 Industrial - Addition B-2020-4212 4423 DISTRICT BLVD New block wall building addition (11,660 sq. ft.), T.I. new 1st floor offices (2,482 sq. ft.), T.I. mezzanine offices (2,645 sq. ft.), T.I. warehouse offices (1,327) 874500 APN 6304022042 B-2021-4522 2717 INDIANA ST INSTALL NEW TRANSFORMER AND ELECTRICAL EQUIPMENT 200000 APN 5243022009 B-2020-4252 4519 EVERETT AVE Electrical work for TI of existing 68,778 sf 73500 APN 6304022037 B-2020-4083 2809 SANTA FE AVE Roof top solar 38600 APN 6302007023 B-2020-4081 2801 SANTA FE AVE Roof top solar 20.4 kw 28000 APN 6302007023 Electrical B-2020-4085 2803 SANTA FE AVE Roof top solar 24000 APN 6302007023 400000 APN 6303001012 1 Record(s)$400,000.00 City of Vernon Building Department Major Projects from 2/1/2021 to 2/28/2021 Valuations > 20,000 Permit No.Project Address Demolition B-2021-4479 3430 26TH ST Pacific Industrial Demo 6 sturctures, tank farm and misc. hardscape 2 Record(s)$48,000.00 21 Permit(s)Total $5,513,149.00 B-2021-4501 5770 ANDERSON ST remove existing roof install new TPO roofing 27000 APN 6308019020 1 Record(s)$80,000.00 Roof B-2021-4525 4330 FURLONG PL Reroof - remove existing roofing and install class A 21000 APN 6302017901 3 Record(s)$287,339.00 Plumbing B-2020-4251 4519 EVERETT AVE Plumbing work for TI of existing 68,778 sf New Mens and Womens Restrooms. Complete drainage waste and vent, hot and cold water. Mop sink, breakroom sink and water heater. 80000 APN 6304022037 B-2021-4504 2045 VERNON AVE New roof access stairs 69751 APN 6302017024 B-2021-4475 4460 PACIFIC BLVD Pabco Paper Replace collapsed wall in boiler and pour new floor for boilers 179588 APN 6308007019 5 Record(s)$3,073,310.00 Miscellaneous B-2019-3885 5100 BOYLE AVE Demo existing concrete slab and construct new 1800s.f. concrete slab. 38000 APN 6303028014 B-2020-4253 4519 EVERETT AVE Mechanical work for TI of existing 68778 sf 90000 APN 6304022037 B-2020-4419 4920 BOYLE Installation of new dust collector, equipment and ductwork. (2 of 2) 675000 APN 6303023009 B-2020-4372 2727 VERNON AVE TI improvements/ Make-up air units/Exhaust fans/Evaporators/Associated ductwork 150000 APN 6302020041 HP Steam BoilersAPN6308007019 28 13 374 12 Month of February 2021 City of Vernon Building Department Status of Certificates of Occupancy Requests Request for Inspection Approved Pending Temporary Occupancies City of Vernon Certificate of Occupancy Applications Date From 2/1/2021 to 2/28/2021 Permit No. Project Address Description Tenant Square Feet Fees Paid Issued C-2021-1610 4372 49TH ST STANDARD II INC. 5000 Manufacture laundry equipment 885.00 6304026005 APN C-2021-1611 2930 44TH ST BLUE BAY INC, MARION'S WAREHOUSE 1700 GARMENT WAREHOUSING 385.00 6303014013 APN C-2021-1612 3390 SLAUSON AVE LAM SHENG KEE WEST COAST LIMITED 50000 Seafood warehousing 0.00 6310027048 APN C-2021-1613 5208 SANTA FE AVE FIT-FURNITURE 1250 Sofa upholstery 385.00 6309002008 APN C-2021-1614 4372 49TH ST Standard II Inc. 5000 Manufacture laundry equipment 385.00 6304026005 APN C-2021-1615 2500 ALAMEDA ST Strong Arm Investments, LLC dba: Ronnie’s Kicken 2045 Restaurant (Fried Chicken) 385.00 APN C-2021-1616 3170 SLAUSON AVE Beaver Paper and Graphic Media, Inc. 20928 Paper converting business 885.00 6310027037 APN C-2021-1617 4732 26TH ST Tile Tech Inc. 9000 Warehousing ceramic tiles 885.00 6332001004 APN C-2021-1618 5770 ANDERSON ST Digifab Systems, Inc. 8904 Digital printing, cutting, heat setting, wholesale of ink, paper, fabrics equipment - Administration - Sales 885.00 6308019020 APN C-2021-1619 4621 PACIFIC BLVD Two Guys and One, LLC 3472 Office use for clothing design and production 385.00 6308009028 APN C-2021-1620 4621 PACIFIC BLVD Organic Generation, Inc. 3472 Office use for clothing design and production 385.00 6308009028 APN C-2021-1621 4621 PACIFIC BLVD Like Dreams, Inc. 16728 Warehouse of womens handbags 885.00 6308009028 APN C-2021-1622 3385 LEONIS BLVD Express Market 13000 Warehouse of produce/food 885.00 6303019014 APN C-2021-1623 2100 49TH ST Suits Village, Inc. 54000 Warehousing and Logistics Services 1,046.00 6308015077 APN C-2021-1624 4395 AYERS AVE Vixx Meat Inc. 25500 Distribution of food service 885.00 6304001009 APN C-2021-1625 2021 38TH ST Golden Aesthetics 3300 Storage of clothing goods, studio for design 385.00 6302012010 APN 1 Permit No. Project Address Description Tenant Square Feet Fees Paid Issued C-2021-1626 2905 50TH ST HV Randall Foods. LLC 61000 Package and distribute poultry, beef, pork 1,046.00 6303024010 APN C-2021-1627 2900 AYERS AVE HV Randall Foods LLC 75960 Package and distribute poultry, beef, pork 1,046.00 6304001020 APN C-2021-1628 4601 SOTO ST Aluminum Architecture Inc. 11300 Emergency dead storage of aluminum profiles, hardware & accessories 0.00 6308002014 APN C-2021-1629 3668 SOTO ST Sculptor Body Molding, Inc. 3300 Skincare, beauty treatments 385.00 APN C-2021-1630 5225 SOTO ST Jaya Apparel Group LLC 10457 General offices 885.00 APN C-2021-1631 4780 LA JNCTN RR Peyk Global Inc. 100 Warehouse 385.00 6304015005 APN C-2021-1632 2615 SANTA FE AVE Lakshmi Int'l 10492 Warehouse / Under Garment Wholesale 885.00 6302008031 APN C-2021-1633 3351 SLAUSON AVE Tadin LLC 12264 Food warehousing 885.00 6310004010 APN C-2021-1634 2518 ALAMEDA ST Omma Foods Corporation 1100 Grab & go restaurant 385.00 6302009045 APN C-2021-1635 3251 LEONIS BLVD Lima Trading LLC Dba VIG Furniture 86000 Warehouse furniture 385.00 6303020008 APN C-2021-1636 2800 SIERRA PINE Lima Trading LLC Dba VIG Furniture 43950 Warehousing furniture 385.00 6303001006 APN C-2021-1637 3737 ROSS ST Belagio Enterprises Inc., RJ Singer International Inc. 13769 Wholesale warehousing and office use - shipping & receiving of home decor and general office 885.00 6302012005 APN 552,991.00 Total for Certificate of Occupancy: 17,493.00 Total Fees Paid 17,493.00 Permits(s) 28 2 City of Vernon Certificate of Occupancy Issued Date From 2/1/2021 to 2/28/2021 Permit No. Project Address Description Tenant Square Feet Fees Paid Issued C-2020-1517 2646 DOWNEY RD Spicyman, Inc. 5000 Cold storage of produce 385.00 2/2/2021 5192025008 APN C-2020-1528 2455 VERNON AVE Camao, Inc. 16604 Manufacturing of candles 885.00 2/3/2021 6302018017 APN C-2020-1482 3301 FRUITLAND AVE Tijuana's Produce Inc. 53000 Cold storage of produce 1,046.00 2/3/2021 6303027002 APN C-2017-0603 4401 DOWNEY RD RB Assets, LLC 150 Office only 300.00 2/3/2021 6303017022 APN C-2020-1432 2450 VERNON AVE Emperia, Inc. Dba Emperia Handbag 18668 Wholesale and distribution of hand bags 885.00 2/3/2021 6308006019 APN C-2020-1416 2450 VERNON AVE Deluxity, Inc. Dba Emperia, Inc. 31113 Warehousing and distribution of hand bags 1,046.00 2/3/2021 6308006019 APN C-2020-1433 2450 VERNON AVE Malibu Skye, Inc. dba Grand Moutain sports, Inc. 12445 Warehousing and distribution of handbags 885.00 2/3/2021 6308006019 APN C-2020-1588 2345 52ND ST DonMich Corp. Dba Mono B 50232 Warehousing and distribution of apparel 1,046.00 2/3/2021 6308016036 APN C-2020-1589 5000 DISTRICT BLVD Coterie Closet, Inc. 200 Office use 385.00 2/11/2021 6304011005 APN C-2020-1492 2890 54TH ST Jack & Penny, Inc. Dba December/White Print 7000 Garment screen printing 885.00 2/11/2021 6310010007 APN C-2020-1480 4223 DISTRICT BLVD RK Farms 1000 Cold storage of produce 385.00 2/11/2021 6304028016 APN C-2020-1546 4871 SANTA FE AVE Just For Wraps, Inc. 4400 Garment design 385.00 2/11/2021 6308015044 APN C-2021-1596 2820 LEONIS BLVD Kamico Inc. 5070 Warehousing and distribution of toys, video games & accessories 885.00 2/23/2021 6303023002 APN 204,882.00 Total for Certificate of Occupancy: 9,403.00 Total Fees Paid 9,403.00 Permits(s) 13 1 City Council Agenda Item Report Agenda Item No. COV-532-2021 Submitted by: Lisette Grizzelle Submitting Department: Human Resources Meeting Date: April 6, 2021 SUBJECT Personnel Policies and Procedures Manual - COVID-19 Prevention Program (CPP) Recommendation: Adopt Personnel Policies and Procedures Manual - COVID-19 Prevention Program (CPP), No. VI-3. Background: The Human Resources Department is responsible for maintaining and managing the City's Personnel Policies and Procedures Manual. In addition to safety measures that have already been implemented throughout all City facilities, the COVID-19 Prevention Program (CPP) (Number VI-3) is being created pursuant to an Emergency Temporary Standard in place for COVID-19 (California Code of Regulations (CCR), Title 8, section 3205(c)). It requires all employers and places of employment with some exceptions to establish and implement an effective written COVID-19 Prevention Program. It should be noted that staff has implemented all of the comprehensive safety and prevention measures required and has made revisions and adjustments to its operations throughout the public health pandemic. The adoption of this policy brings together the programs and steps that have been implemented into one comprehensive policy document to meet regulatory requirements. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. COVID-19 Prevention Program COVID-19 Prevention Program (CPP) 1 City of Vernon, California Human Resources Policies and Procedures _________________________ Director of Human Resources _________________________ City Administrator Number:VI-3 Effective Date: April, 2021 SUBJECT: COVID-19 PREVENTION PROGRAM (CPP) I. PURPOSE The purpose of the City of Vernon’s COVID-19 Prevention Program (“CPP”) is to provide employees a healthy and safe workplace as required under the California Occupational Safety and Health Act (Labor Code §§ 6300, et seq.) and associated regulations (8 C.C.R. § 3205). Nothing in this CPP precludes the City of Vernon from complying with federal, state, or local laws or guidance that recommends or requires measures that are more prescriptive and/or restrictive than are provided herein. The City’s Director of Human Resources has overall authority and responsibility for implementing the provisions of this CPP in the City of Vernon. In addition, all managers and supervisors are responsible for implementing and maintaining the CPP in their assigned work areas and for ensuring employees receive answers to questions about the program in a language they understand. All employees are responsible for using safe work practices, following all directives, policies and procedures, and assisting in maintaining a safe work environment. II. SCOPE This CPP applies to all City of Vernon employees. III. DEFINITIONS: For the purposes of the CPP, the following definitions shall apply: “COVID-19” means coronavirus disease, an infectious disease caused by the severe acute respiratory syndrome coronavirus 2 (SARS-CoV-2). 2 “COVID-19 case” means a person who either: (1) Has a positive “COVID-19 test” as defined in this section; (2) Is subject to COVID-19-related order to isolate issued by a local or state health official; or (3) Has died due t o COVID-19, in the determination of a local health department or per inclusion in the COVID -19 statistics of a county. A person is no longer a “COVID-19 case” when a licensed health care professional determines that the person does not have COVID-19, in accordance with recommendations made by the California Dep artment of Public Health (CDPH) or the local health department pursuant to authority granted under the Health and Safety Code or title 17, California Code of Regulations to CDPH or the local health department. “Close contact COVID-19 exposure” means being within six (6) feet of a COVID-19 case for a cumulative total of 15 minutes or greater in any 24-hour period within or overlapping with the “high-risk exposure period” as defined here. This definition applies regardless of the use of face coverings. “COVID-19 hazard” means exposure to potentially infectious material that may contain SARS-CoV-2, the virus that causes COVID-19. Potentially infectious materials include airborne droplets, small particle ae rosols, and airborne droplet nuclei, which most commonly result from a person or persons exhaling, talking or vocalizing, coughing, sneezing, or procedures performed on persons which may aerosolize saliva or respiratory tract fluids, among other things. Th is also includes objects or surfaces that may be contaminated with SARS-CoV-2. “COVID-19 symptoms” means one of the following: (1) fever of 100.4 degrees Fahrenheit or higher or chills; (2) cough; (3) shortness of breath or difficulty breathing; (4) fatigue; (5) muscle or body aches; (6) headache; (7) new loss of taste or smell; (8) sore throat; (9) congestion or runny nose; (10) nausea or vomiting; or (11) diarrhea, unless a licensed health care professional determines the person’s symptoms were caused by a known condition other than COVID-19. “COVID-19 test” means a viral test for SARS-CoV-2 that is both: (1) Approved by the United States Food and Drug Administration (FDA) or has an Emergency Use Authorization from the FDA to diagnose current infection with the SARS - CoV-2 virus; and (2) Administered in accordance with the FDA approval or the FDA Emergency Use Authorization as applicable. “Exposed workplace” means any work location, working area, or common area at work used or accessed by a COVID-19 case during the high-risk period, including bathrooms, meeting rooms, walkways, hallways, aisles, break or eating areas, and waiting areas. The exposed workplace does not include buildings or facilities not entered by a COVID-19 case. Effective January 1, 2021, the “exposed workplace” also includes but is not limited to the “worksite” of the COVID-19 case as defined by Labor Code section 6409.6(d)(5). 3 “Face covering” means a tightly woven double fabric or non-woven material with no visible holes or openings, which covers the nose and mouth and meets the requirements as specified on Section IV.G., Face Coverings of this Policy. “High-risk exposure period” means the following time period: (1) For persons who develop COVID-19 symptoms: from two (2) days before they first develop symptoms until ten (10) days after symptoms first appeared, and 24 hours have passed with no fever, without the use of fever-reducing medications, and symptoms have improved; or (2) For persons who test positive who never develop COVID-19 symptoms: from two (2) days before until ten (10) days after the specimen for their first positive test for COVID-19 was collected. “Potential exposure” means that a COVID-19 case has used or accessed a City worksite or facility (Exposed Workplace). IV. PROGRAM A. SYSTEM FOR COMMUNICATING WITH CITY OF VERNON EMPLOYEES 1. Reporting COVID-19 Symptoms, Possible COVID-19 Close Contact Exposures, and Possible COVID-19 Hazards at City of Vernon Worksites and Facilities City of Vernon policy requires that employees immediately report to their manager, supervisor or to the Department of Human Resources via telephone call, text message, or email, any of the following: (1) the employee’s presentation of COVID-19 symptoms; (2) the employee’s possible COVID-19 close contact exposures; (3) possible COVID-19 hazards at City of Vernon worksites or facilities. The purpose of the requirement for immediate notification is to allow the City to gather information for close contact tracing and to initialize the necessary follow-up action. The City of Vernon will not discriminate or retaliate against any City employee who makes such a report. 2. Accommodations Process for City of Vernon Employees with Medical or Other Conditions that put them at Increased Risk of Severe COVID-19 Illness City of Vernon policy on Reasonable Accommodation for Disabled Applicants and Employees provides for an accommodation process for employees who have a medical or other condition identified by the Centers for Disease Control and Prevention (“CDC”) or the employees’ health care provider as placing or potentially placing the employees at increased risk of severe COVID-19 illness. http://www.cityofvernon.org/images/hr/personnel-policies- procedures/Reasonable_Accommodation_for_Disabled_Applicants__Employees.pdf The CDC identifies the following medical conditions and other conditions as placing or potentially placing individuals at an increased risk of severe COVID-19 illness; the CDC 4 guidance provides that adults of any age with the following conditions are at increased risk of severe illness from the virus that causes COVID-19: 1. Cancer 2. Chronic kidney disease 3. COPD (chronic obstructive pulmonary disease) 4. Heart conditions, such as heart failure, coronary artery disease, or cardiomyopathies 5. Immunocompromised state (weakened immune system) from solid organ transplant 6. Obesity (body mass index [BMI] of 30 kg/m2 or higher but < 40 kg/m2) 7. Severe Obesity (BMI ≥ 40 kg/m2) 8. Pregnancy 9. Sickle cell disease 10. Smoking 11. Type 2 diabetes mellitus The CDC guidance also provides that adults of any age with the following conditions might be at an increased risk for severe illness from the virus that causes COVID-19: 1. Asthma (moderate-to-severe) 2. Cerebrovascular disease (affects blood vessels and blood supply to the brain) 3. Cystic fibrosis 4. Hypertension or high blood pressure 5. Immunocompromised state (weakened immune system) from blood or bone marrow transplant, immune deficiencies, HIV, use of corticosteroids, or use of other immune weakening medicines 6. Neurologic conditions, such as dementia 7. Liver disease 8. Overweight (BMI > 25 kg/m2, but < 30 kg/m2) 9. Pulmonary fibrosis (having damaged or scarred lung tissues) 10. Thalassemia (a type of blood disorder) 11. Type 1 diabetes mellitus The City of Vernon will periodically review the following web address in order to account for any additional medical conditions and other conditions that the CDC has identified as 5 placing or potentially placing individuals at an increased risk of severe COVID-19: https://www.cdc.gov/coronavirus/2019-ncov/need-extra-precautions/people-with- medical-conditions.html City of Vernon employees are encouraged to review the list of medical conditions and other conditions provided above in order to determine whether they have such a condition. To request an accommodation under the City’s policy, employees may make a request with their manager, supervisor, or the Department of Human Resources. 3. COVID-19 Testing The City of Vernon possesses authority to require that employees who report to work at City worksites or facilities be tested for COVID-19. Where the City of Vernon requires that City employees be tested, the City will inform employees for the reason that testing is required. The City of Vernon will also inform employees of the possible consequences of a positive COVID-19 test, which may include, but is not limited to, a requirement that employees not report to work during the high-risk exposure period and satisfying the minimum criteria to return to work. Where the City of Vernon requires testing, the City has adopted policies and procedures that ensure the confidentiality of employees’ information and comply with the Confidentiality of Medical Information Act (“CMIA”). Specifically, the City will keep confidential all personal identifying information of COVID-19 cases or persons with COVID-19 symptoms unless expressly authorized by the employee to disclose such information or as otherwise permitted or required under the law. The City shall provide COVID-19 testing to all City employees who have had close contact COVID-19 exposure in the workplace. Testing shall be made available during the employee’s regular working hours, when possible and at no cost to the employee. When testing is provided to employees as a result of having had close contact COVID - 19 exposure at work and the testing is not provided during the employee’s regular work hours, the employee shall be compensated for time spent testing including travel time. Testing can be coordinated through the employees’ supervisor or by contacting the Human Resources Department directly. Additional testing resources for non-workplace exposures may be accessed by contacting: • The employees’ personal physician • Los Angeles County Department of Public Health website at http://publichealth.lacounty.gov/acd/ncorona2019/covidtests/ • The employee’s City of residence website • Local Urgent Care facilities 6 Employees in need of testing and who encounter difficulties in securing testing may also contact the City’s Human Resources Department for assistance. 4. COVID-19 Hazards The City will notify employees, and the management of any subcontracted employees, of any potential COVID-19 exposure at a City of Vernon worksite or facility where a COVID-19 case and City and/or subcontracted employees were present on the same day. The City will notify employees of such potential exposures within one (1) business day, in a way that does not reveal any personal identifying information of the COVID -19 case. The City of Vernon will also notify employees of cleaning and disinfecting measures the City is undertaking in order to ensure the health and safety of the worksite or facility where the potential exposure occurred. Employee notification will typically be done throu gh email to the employees’ City email address. B. IDENTIFICATION AND EVALUATION OF COVID-19 HAZARDS AT CITY OF VERNON WORKSITES AND FACILITIES 1. Screening Employees for COVID-19 Symptoms The City of Vernon possesses authority to screen employees or require that employees self-screen for COVID-19 symptoms. Employees are directed to evaluate their own symptoms before reporting to work and are directed to not report for work if they are experiencing any cold, flu, or COVID-19 related symptoms. Temperature screening is conducted at centralized worksite access points for all City of Vernon employees and all others who enter City of Vernon facilities. Individuals who report symptoms, close contacts with known COVID-19 positive individuals within the previous ten (10) days, and/or those with a temperature of 100.4 degrees Fahrenheit or greater are not permitted entry to City facilities. All employees and those individuals conducting employee screening are required to wear a face covering during the screening and while in all public areas of City facilities, and any area outside of their workstation. 2. Responding to City of Vernon Employees with COVID-19 Symptoms Should a City of Vernon employee present COVID-19 symptoms during a City of Vernon administered screening or a self-screen, the City will instruct the employee to remain at or return to their home or place of residence and not report to work until such time as the employee satisfies the minimum criteria to return to work. 7 The employee’s supervisor or manager, in coordination with the Department of Human Resources will advise employees of any leaves to which they may be entitled during this isolation period. Remote work may also be considered during this period. Further, the City of Vernon shall ensure the confidentiality of employees’ information and comply with the CMIA, and will not disclose to other employees the fact that the employees presented COVID-19 symptoms or tested positive for COVID-19. 3. City of Vernon’s Response to COVID-19 Cases In the event that a City of Vernon employee tests positive for COVID-19 or are diagnosed with COVID-19 by a health care provider, the City will instruct the employee to remain at or return to their home or place of residence and not report to work until such time as they satisfy the minimum criteria to return to work. The City will advise employees of any leaves to which they may be entitled during this self-isolation period. The City will comply with all reporting and recording obligations as required under the law, including, but not limited to, reporting the COVID-19 case to the following individuals and institutions as required based on the individual circumstances: (1) the local health department; (2) Cal/OSHA; (3) employees who were present at a City of Vernon worksite or facility when the COVID-19 case was present; (4) the employee organizations that represent employees at the City of Vernon worksite or facility; (5) the employers of subcontracted employees who were present at the worksite or facility; and (6) the City’s workers’ compensation plan administrator. The employee’s supervisor or manager and/or the Director of Human Resources will interview the COVID-19 cases in order to ascertain the nature and circumstances of any contact that the employees may have had with other employees during the high-risk exposure period. If it is determined that there were any close contact COVID-19 exposures, those employees will be instructed to remain at their home or place of residence and not report to work until such time as the employees satisfy the minimum criteria to return to work. The City of Vernon has adopted policies and procedures that ensure the confidentiality of employees’ information and comply with the CMIA. Specifically, the City will not disclose to other employees, except for those who have a business/operational need to know, the fact that the employee tested positive for or was diagnosed with COVID-19. Further, the City will keep confidential all personal identifying information of COVI D-19 cases or persons unless expressly authorized by the employee to disclose such information or as otherwise permitted or required under the law. 4. Workplace-Specific Identification of COVID-19 Hazards The City of Vernon conducted a workplace-specific assessment of all interactions, areas, activities, processes, equipment, and materials that could potentially expose employees to COVID-19 hazards. As part of this process, the City identified places and times when employees and individuals congregate or come in contact with one another, regardless of whether 8 employees are performing an assigned work task or not , including, for example, during meetings or trainings, in and around entrances, bathrooms, hallways, aisles, walkways, elevators, break or eating areas, cool-down areas, and waiting areas. As part of this process, the City identified potential workplace exposure to all persons at City worksites and facilities, including employees, employees of other entities, members of the public, customers or clients, and independent contractors. The City of Vernon considered how employees and other persons enter, leave, and travel through City worksites and facilities, in addition to addressing employees’ fixed workspaces or workstations. As part of this process, the City considered all persons, regardless of symptoms or negative COVID-19 test results, as potentially infectious. 5. Maximization of Outdoor Air and Air Filtration For indoor worksites and facilities, the City of Vernon evaluated how to maximize the quantity of outdoor air and whether it is possible to increase filtration efficiency to the highest level compatible with the worksites and facilities’ existing ventilation systems. 6. City of Vernon Compliance with Applicable State and Local Health Orders The City of Vernon monitors applicable orders and guidance from the State of California, the Los Angeles County Department of Public Health, and the City of Vernon Department of Health and Environmental Control related to COVID-19 hazards and prevention, including information of general application and information specific to the City’s location and operations. The City strives to fully and faithfully comply with all applicable orders and guidance from the State of California, the Los Angeles County Department of Public Health, and the City of Vernon Department of Health and Environmental Control. 7. Evaluation of Existing COVID-19 Prevention Controls and Adoption of Additional Controls Periodically, the City of Vernon will evaluate existing COVID-19 prevention controls at the workplace and assess whether there is a need for different and/or additional controls. This includes evaluation of controls related to the correction of COVID -19 hazards, physical distancing, face coverings, engineering controls, administrative controls, and personal protective equipment (PPE). 8. Periodic Inspections The City of Vernon will conduct periodic inspections of worksites and facilities as needed to identify unhealthy conditions, work practices, and work procedures related to COVID-19 and to ensure compliance with COVID-19 policies and procedures. Each City of Vernon Department shall be responsible for conducting inspections of its worksites as needed, but no less than quarterly, using the COVID-19 Safety Inspection 9 Form attached to this policy as Appendix A. Inspection reports shall be submitted to Human Resources. C. INVESTIGATING AND RESPONDING TO COVID-19 CASES IN CITY OF VERNON WORKSITES AND FACILITIES 1. Procedure to Investigate COVID-19 Cases The City of Vernon has a procedure for investigating COVID-19 cases in the workplace. As provided below, the procedure provides for the following: (1) the verification of COVID-19 case status; (2) receiving information regarding COVID-19 test results; (3) receiving information regarding the presentation of COVID-19 symptoms; and (4) identifying and recording all COVID-19 cases. 2. Response to COVID-19 Cases As provided above at Section IV.B.3., in the event that a City of Vernon employee tests positive for COVID-19 or is diagnosed with COVID-19 by a health care provider, the employee’s supervisor or manager will instruct the employee to remain at or return to their home or place of residence and not report to work until such time as the employees satisfy the minimum criteria to return to work. The Department of Human Resources will provide information to the employee regarding isolation and/or quarantine orders/recommendations consistent with the Los Angeles County Department of Public Health and CalOSHA. Including guidance provided at the following web address: http://publichealth.lacounty.gov/media/Coronavirus/docs/HOO/HOO_Coronavirus_Blanket_Isolation. pdf a. Contact Tracing The employee’s supervisor or manager and/or the Department of Human Resources will contact the COVID-19 case in order to ascertain the following information: (1) the date on which the employee tested positive, if asymptomatic, or the date on which the employee first presented COVID-19 symptoms, if symptomatic; (2) the COVID-19 case’s recent work history, including the day and time they were last present at a City worksite or facility; and (3) the nature and circumstances of the COVID -19 case’s contact with other employees during the high-risk exposure period, including whether there were any close contact COVID-19 exposure. If it is determined that there were any close contact COVID-19 exposures in the workplace, the Department of Human Resources will contact those identified as close contact employees and instruct them to remain at their home or place of residence and not report to work until such time as the employees satisfy the minimum criteria to return to work. Information regarding quarantine order/guidelines consistent with those recommended by the Los Angles County Department of Public Health will be provided to all City employees identified as “close contacts”. Including guidance provided at the following web address: 10 http://publichealth.lacounty.gov/media/Coronavirus/docs/HOO/HOO_Coronavirus_Blanket_Quaranti ne.pdf b. Reporting the Potential Exposure to Other Employees The City of Vernon will comply with all reporting and recording obligations as required under the law, including, but not limited to, reporting the COVID -19 case to the following individuals and institutions as required based on the individual circumstances: (1) employees who were present at a City worksite or facility when the COVID-19 case was present; and (2) subcontracted employees who were present at the City worksite or facility. c. Leave and Compensation Benefits for Close Contact Exposures The City of Vernon will provide employees determined to be COVID-19 cases with information regarding COVID-19-related benefits to which the employees may be entitled under applicable federal, state, or local laws. This includes any benefits available under workers’ compensation law, the federal Families First Coronavirus Response Act (FFCRA), Labor Code sections 248.1 and 248.5, Labor Code sections 3212.86 through 3212.88, local governmental requirements, the City’s own leave policies, and any applicable memorandum of understanding. The City will continue to provide and will maintain these employees’ earnings, seniority, and all other employee rights and benefits, including the employees ’ right to their former job status, as if the employees had not been removed from their jobs in accordance with federal and state laws and City of Vernon policies. The City may require that these employees use employer-provided employee sick leave benefits for this purpose and consider benefit payments from public sources in determining how to maintain earnings, rights and benefits, where permitted by law and when not covered by workers’ compensation. d. Investigation to Determine Whether Workplace Conditions Contributed to COVID-19 Exposure The City of Vernon will conduct an investigation in order to determine whether any workplace conditions could have contributed to the risk of COVID-19 exposure and what could be done to reduce exposure to COVID-19 hazards. 3. Confidential Medical Information The City of Vernon will protect the confidentiality of the COVID-19 cases, and unless necessary for a limited business/operational purpose, will not disclose to other employees the fact that the employees tested positive for or were diagnosed with COVID-19. The City will keep confidential all personal identifying information of COVID-19 cases unless expressly authorized by the employees to disclose such information or as otherwise permitted or required under the law. 11 D. CORRECTION OF COVID-19 HAZARDS AT CITY OF VERNON WORKSITES AND FACILITIES The City of Vernon will implement effective policies and/or procedures for correcting unsafe or unhealthy conditions, work practices, policies and procedures in a timely manner based on the severity of the hazard. This includes, but is not limited to, implementing controls and/o r policies and procedures in response to the evaluations conducted related to the identification and evaluation of COVID-19 hazards and investigating and responding to COVID-19 cases in the workplace. This also includes implementing controls related to physical distancing, face coverings, engineering controls, administrative controls, and personal protective equipment (PPE). E. TRAINING AND INSTRUCTION OF CITY OF VERNON EMPLOYEES 1. COVID-19 Symptoms The City of Vernon provides employees training and instruction on the COVID-19 symptoms, including advising employees of COVID-19 symptoms, which include the following: (1) fever of 100.4 degrees Fahrenheit or higher or chills; (2) cough; (3) shortness of breath or difficulty breathing; (4) fatigue; (5) muscle or body aches; (6) headache; (7) new loss of taste or smell; (8) sore throat; (9) congestion or runny nose; (10) nausea or vomiting; or (11) diarrhea, unless a licensed health care professional determines the person’s symptoms were caused by a known condition other than COVID-19. The City monitors and adheres to guidance by the CDC concerning COVID-19 symptoms, including guidance provided at the following web address: https://www.cdc.gov/coronavirus/2019-ncov/symptoms-testing/symptoms.html The City will advise employees in the event that the CDC makes any changes to its guidance concerning such symptoms. The City provides employees instruction and direction on the importance of not coming to work and obtaining a COVID-19 test if employees have COVID-19 symptoms. 2. City of Vernon’s COVID-19 Policies and Procedures The City of Vernon provides regular updates to employees on the City’s policies and procedures to prevent COVID-19 hazards at City worksites and facilities and to protect City employees. 3. COVID-19 Related Benefits The City of Vernon advised employees of the leaves to which the employees may be entitled under applicable federal, state, or local laws. This includes any benefits available under workers’ compensation law, the FFCRA, Labor Code sections 248.1 and 248.5, Labor Code sections 3212.86 through 3212.88, the City’s own leave policies, and leave guaranteed by contract. 12 Further, when employees require leave or are directed not to report to work by the City, the City will advise the employees of the leaves to which the employees may be entitled for that specific reason. 4. Spread and Transmission of the Virus that Causes COVID-19 The City of Vernon advised its employees that COVID-19 is an infectious disease that can be spread through the air when an infectious person talks or vocalizes, sneezes, coughs, or exhales; that COVID-19 may be transmitted when a person touches a contaminated object and then touches their eyes, nose, or mouth, although that is less common; and that an infectious person may have no symptoms . The City further advised employees of the fact that particles containing the virus can travel more than six (6) feet, especially indoors, so physical distancing must be combined with other controls, including face coverings and hand hygiene, including hand washing, in order to be effective. 5. Methods and Importance of Physical Distancing, Face Coverings, and Hand Hygiene The City of Vernon has advised employees of the methods and importance of physical distancing, face coverings, and hand hygiene, including hand washing. Specifically, the City trained, instructed, and provided written materials (including through emails and postings throughout City facilities), to employees on the importance of frequent hand washing with soap and warm water for at least 20 seconds and using hand sanitizer when employees do not have immediate access to a sink or hand washing facility, and that hand sanitizer does not work if the hands are soiled. Further, the City has trained and provided instruction to employees on the proper use of face coverings and the fact that face coverings are not respiratory protective equipment. F. PHYSICAL DISTANCING The City of Vernon requires that all employees be separated from other persons by at least six (6) feet, except where the City can demonstrate that six (6) feet of separation is not possible and where there is momentary exposure while persons are in movement. The City of Vernon has adopted several methods by which it increases physical distancing including, but not limited to, the following: (1) providing employees the opportunity to telework or engage in other remote work arrangements; (2) reducing the number of persons in an area at one time, including visitors; (3) posting visual cues such as signs and floor markings to indicate where employees and others should be located or their direction and path of travel; (4) adopting staggered arrival, departure, work, and break times; (5) adjusting work processes or procedures, such as reducing production speed, to allow greater distance between employees; and (6) installing solid partitions where physical distancing is not possible. When it is not possible for employees to maintain a distance of at least six (6) feet, the City requires individuals to be as far apart as possible. 13 G. FACE COVERINGS 1. Face Covering Requirement The City of Vernon provides face coverings to employees and requires that such face coverings are worn by employees and individuals at worksites and facilities. The City of Vernon adheres to orders and guidance provided by the CDPH, the Los Angeles County Department of Public Health, and the City of Vernon Department of Health and Environmental Control, including as provided at the following web address: https://www.cdph.ca.gov/Programs/CID/DCDC/Pages/COVID-19/guidance-for-face- coverings.aspx The City’s policy on the use of face coverings ensures that they are worn over the nose and mouth when indoors, when outdoors and less than six (6) feet away from another person, and where required by orders from the CDPH, the Los Angeles County Department of Public Health, and/or the City of Vernon Department of Health and Environmental Control. The City’s policy requires that face coverings are clean and undamaged and allows for face shields to be used to supplement, and not supplant face coverings. It is the City’s policy to allow for the following exceptions to the face coverings requirement: 1. When an employee is alone in a room or in a City vehicle. 2. While eating and drinking at the workplace, provided employees are at least six (6) feet apart and outside air supply to the area, if indoors, has been maximized to the extent possible. 3. Employees wearing respiratory protection in accordance with section 5144 or other title 8 safety orders (8 C.C.R. 5144 is available at the following web address: https://www.dir.ca.gov/title8/5144.html) and in accordance with the City’s Respiratory Protection Program. 4. Employees who cannot wear face coverings due to a medical or mental health condition or disability, or who are hearing-impaired or communicating with a hearing-impaired person. 5. Specific tasks which cannot feasibly be performed with a face covering. This exception is limited to the time period in which such tasks are actually being performed, and the unmasked employee shall be at least six (6) feet away from all other persons unless unmasked employees are tested at least twice weekly for COVID-19. 2. Required Use of Effective Non-Restrictive Alternative for Employees Exempted from Face Covering Requirement The City of Vernon requires that employees who are exempted from wearing face coverings due to a medical condition, mental health condition, or disability wear an 14 effective non-restrictive alternative, such as a face shield with a drape on the bottom, if their condition or disability permits. 3. Physical Distancing Required If Employee Is Not Wearing Face Covering or Non-Restrictive Alternative The City requires that any employees not wearing a face covering, face shield with a drape or other effective alternative, or respiratory protection, for any reason, shall be at least six (6) feet apart from all other persons unless the unmasked employee s are tested at least twice (2x) weekly for COVID-19. However, the City does not use COVID-19 testing as an alternative to face coverings when face coverings are otherwise required by this section. 4. Prohibition on Preventing Employees from Wearing Face Covering The City of Vernon does not prevent any employee from wearing a face covering when wearing a face covering is not required by this section, unless wearing a face covering would create a safety hazard, such as interfering with the safe operation of equipment. 5. Communication to Non-Employees Regarding Face Covering Requirement The City of Vernon has posted signage to inform non-employees that it requires the use of face coverings at all City of Vernon worksites and facilities. 6. Policies to Reduce COVID-19 Hazards Originating from Persons Not Wearing Face Coverings The City of Vernon has developed COVID-19 policies and procedures to minimize employees’ exposure to COVID-19 hazards originating from any person not wearing a face covering, including a member of the public. These policies include requiring that employees and non-employees wear face coverings at all City worksites and facilities, that City employees wear face coverings at all times, maintain physical distance from persons not wearing a face covering, and observe proper hand hygiene. H. OTHER ENGINEERING CONTROLS, ADMINISTRATIVE CONTROLS AND PERSONAL PROTECTIVE EQUIPMENT (PPE) 1. Installation of Solid Partitions Where Physical Distancing is Not Possible At fixed work locations where it is not possible to maintain the physical distancing requirement at all times, the City of Vernon has installed cleanable solid partitions that effectively reduce aerosol transmission between the employees and other persons. Additionally, solid partitions have been installed at all public counters, in employee break rooms where space may be limited making it difficult to maintain at least six feet between individuals, and at building entry points. 15 2. Maximization of Outdoor Air As provided above at Section IV.B.5., for indoor worksites and facilities, the City of Vernon has evaluated how to maximize the quantity of outdoor air. Further, for City worksites and facilities with mechanical or natural ventilation, or both, the City has maximized the quantity of outside air provided to the extent feasible, except when the United States Environmental Protection Agency (“EPA”) Air Quality Index is greater than 100 for any pollutant or if opening windows or letting in outdoor air by other means would cause a hazard to employees, for instance from excessive heat or cold. Where possible, natural ventilation of interior spaces is recommended. The City’s HVAC systems operate with filtered fresh air circulation and are set to run 24 hours per day, 7 days per week to provide continuous maximum air circulation and ventilation. 3. Cleaning and Disinfecting Procedures The City of Vernon has implemented stringent cleaning and disinfecting procedures which include the following: 1. The City regularly cleans and disinfects frequently touched surfaces and objects, such as doorknobs, elevator buttons, equipment, tools, handrails, handles, controls, bathroom surfaces, and steering wheels. The City has informed employees via email communications, of cleaning and disinfection protocols, including the planned frequency and scope of regular cleaning and disinfection. 2. Prohibiting the sharing of personal protective equipment and to the extent feasible, items that employees come in regular physical contact with such as phones, headsets, desks, keyboards, writing materials, instruments, and tools. When it is not feasible to prevent sharing, sharing will be minimized and such items and equipment shall be disinfected between uses by different people. Sharing of vehicles will be minimized to the extent feasible, and high touch points (steering wheel, door handles, seatbelt buckles, armrests, shifter, etc.) shall be disinfected between users. 3. Cleaning and disinfection of areas, material, and equipment used by a COVID-19 case during the high-risk exposure period. Further, the City of Vernon requires that cleaning and disinfecting must be done in a manner that does not create a hazard to employees or subcontracted employees. 4. Evaluation of Handwashing Facilities In order to protect City employees, the City has evaluated its handwashing facilities in order to determine the need for additional facilities, encourage and allow time for employee handwashing, and provide employees with an effective hand sanitizer. The City of Vernon encourages employees to wash their hands for at least 20 seconds each time. 16 Signage has been placed throughout City facilities accessible to employees and the general public containing information regarding the importance and proper methods for handwashing. The City has provided employees with an effective hand sanitizer and prohibits hand sanitizers that contain methanol (i.e. methyl alcohol). The City has also placed hand sanitizer on all public counters and in various locations throughout City facilities and worksites for use by City employees and all those who enter City facilities. 5. Personal Protective Equipment (PPE) The City of Vernon provides PPE for all employees. All employees have been provided, at a minimum, gloves and face coverings (as well as hand sanitizer). The City’s central supplies warehouse maintains adequate supplies of PPE available for distribution to City employees through their departments. The City routinely evaluates the need for PPE, such as gloves, goggles, and face shields, to prevent exposure to COVID-19 hazards and provide such PPE as needed. In accordance with applicable law, the City evaluates the need for respiratory protection when the physical distancing requirements, as provided herein, are not feasible or are not maintained. In accordance with applicable law and the City’s Respiratory Protection Program, the City will provide and ensure proper use of respirators when deemed necessary by Cal/OSHA through the Issuance of Order to Take Special Action. In accordance with applicable law, the City will provide and ensure use of eye protection and respiratory protection when employees are exposed to procedures that may aerosolize potentially infectious material such as saliva or respiratory tract fluids. I. REPORTING, RECORDKEEPING AND ACCESS 1. Reporting COVID-19 Outbreaks to the Local Health Department In accordance with applicable law, the City of Vernon will report information about COVID-19 outbreaks at the workplace to the Los Angeles County Department of Public Health. Further, the City will provide any related information requested by the local health department. 2. Reporting Serious COVID-19 Illnesses and Deaths to Cal/OSHA In accordance with applicable law, the City of Vernon Department of Human Resources will immediately report to Cal/OSHA any serious COVID-19-related illnesses or deaths of City employees occurring at a City worksite or facility or in connection with any employment. Further, in accordance with applicable law, the City will record any serious work-related COVID-19-related illnesses or deaths. 17 3. Maintenance of Records Related to the Adoption of the CPP In accordance with applicable law, the City of Vernon will maintain records of the steps taken to implement this CPP. 4. Availability of the CPP for Inspection The City of Vernon will provide a copy and make this written CPP available to employees and employee organizations on the City’s website. Further, the City will make this written CPP available to Cal/OSHA representatives immediately upon request. 5. Records Related to COVID-19 Cases The City of Vernon will keep a record of and track all COVID-19 cases with the following information: (1) employee’s name; (2) contact information; (3) occupation; (4) location where the employee worked: (5) the date of the last day at the workplace; and (6) the date of a positive COVID-19 test. In accordance with the Confidentiality of Medical Information Act (CMIA) and applicable law, the City will keep the employees’ medical information confidential. In accordance with the CMIA and applicable law, the City will make this information available to employees and employee organizations with personal identifying information removed. The City will also make this information available as otherwise required by law. J. EXCLUSION OF COVID-19 CASES 1. Exclusion of COVID-19 Cases from City of Vernon Worksites and Facilities The City of Vernon will ensure that COVID-19 cases are excluded from the workplace until the individual satisfies the minimum return to work criteria provided for in Section IV.K. 2. Exclusion of Employees with Close Contact COVID-19 Exposures from City of Vernon Worksites and Facilities The City of Vernon will exclude employees with close contact COVID-19 exposure from the workplace for 10 days after the last known close contact COVID-19 exposure consistent with CDC and Los Angeles County Department of Public Health guidelines. Pursuant to CDC guidelines, City of Vernon employees considered to be “critical infrastructure workers” may continue to work following potential exposure to COVID-19 provided they remain asymptomatic. These City employees shall be subject to the following: • The employee shall self -monitor their temperature and symptoms. • The City shall continue to conduct temperature checks of these employees prior to them entering any City of Vernon worksite. 18 • The employee shall wear a face covering at a ll times while in a City facility for 14 days from the last exposure. • The employee shall maintain 6 feet apart from all other persons in the workplace as duties permit. • All areas such as offices, bathrooms, common areas, and shared electronic equipment shall be cleaned and disinfected routinely. • If the employee becomes sick while at work, they should be sent home immediately. 3. Provision of Benefits to City of Vernon Employees Excluded from Work as a Result of a Positive COVID-19 Test or Diagnosis or a Close Contact COVID-19 Exposure a. Employees Who Are Able to Telework During Isolation or Quarantine Period The City of Vernon will allow employees who are able to telework, and are able and available to work, to telework during the isolation or quarantine period. The City will provide these employees their normal compensation for the work that they perform for the City during the isolation or quarantine period. b. Employees Who Are Unable to Telework During Isolation or Quarantine Period Employees who are unable to telework during isolation or quarantine periods may be required to use paid sick leave consistent with City policies. The use of other earned or accrued paid leave during this time shall be optional and shall be used in accordance with the City’s other leave policies and applicable memorandum of understanding. For all employees who are subject to an isolation or quarantine because of a COVID -19 case or a close contact COVID-19 exposure, the City of Vernon will maintain the employees’ seniority and all other employee rights and benefits, including the employees’ right to their former job status, during the isolation or quarantine period. The City may consider benefit payments from public sources, including under the FFCRA and Labor Code section 248.1 (until December 31, 2020 or longer if FFCRA leave and/or Labor Code section 248.1 leave is extended), in determining how to maintain earnings, rights and benefits, where permitted by law and when not covered by workers’ compensation. 4. Adherence with Laws, Policies, and/or Agreements Providing Excluded Employees Greater Protections The obligations set forth in this section do not limit any other applicable law, City of Vernon policy, or collective bargaining agreement that provides City employees with greater protections or benefits. 19 5. Provision of Information Concerning Benefits to Excluded Employees At the time of exclusion, the City will provide the excluded employees the information on benefits to which the employees may be entitled under applicable federal, state, or local laws. This includes any benefits available under workers’ compensation law, the FFCRA, Labor Code sections 248.1 and 248.5, Labor Code sections 3212.86 through 3212.88, the City of Vernon’s own leave policies, and leave guaranteed by contract. K. RETURN TO WORK CRITERIA 1. Minimum Criteria to Return to Work for Symptomatic COVID-19 Cases City of Vernon policy requires that COVID-19 cases with COVID-19 symptoms remain at their home or place of residence and not report to any City worksite or facility until they satisfy each of the following conditions: 1. At least 24 hours have passed since a fever of 100.4 or higher has resolved without the use of fever-reducing medications; 2. COVID-19 symptoms have improved; and 3. At least 10 days have passed since COVID-19 symptoms first appeared. 2. Minimum Criteria to Return to Work for Asymptomatic COVID- 19 Cases City of Vernon policy requires that COVID-19 cases who tested positive but never developed COVID-19 symptoms not report to any City worksite or facility until a minimum of 10 days have passed since the date of specimen collection of their first positive COVID-19 test. 3. COVID-19 Testing Not Required in Order to Return to Work In accordance with CDC guidance concerning symptom-based strategies for the discontinuation of isolation, the City of Vernon does not require employees submit to a COVID-19 test, or produce a negative COVID-19 test result, in order to return to work. 4. Minimum Criteria to Return to Work for Employees Directed to Self-Quarantine or Isolate by a State or Local Health Official If employees are subject to an isolation or quarantine order issued by a state or local health official, City of Vernon policy requires that the employees not report to any City worksite or facility until the period of isolation or quarantine is completed or the order is lifted. If the order did not specify a definite isolation or quarantine period, then the period shall be 10 days from the time the order to isolate was effective. 5. Travel Advisory and Restrictions 20 If a state or local travel advisory is in effect, employees are expected to adhere to all applicable reporting requirements and safety measures, including self-quarantine or isolation after travel where applicable. City employees who travel on personal time and are subject to state or local quarantine requirements shall use their own forms of appropriate accrued leave during their absence for this purpose, or seek approval from their supervisor regarding remote work. Employees must notify their supervisor or the Director of Human Resources if they are subject to any travel-related restrictions. 6. Allowance by Cal/OSHA for an Employee to Return to Work If there are no violations of state or local health officer orders for isolation or quarantine, Cal/OSHA may, upon request, allow employees to return to work on the basis that the removal of employees would create undue risk to a community’s health and safety. In such cases, the City of Vernon will develop, implement, and maintain effective control measures to prevent transmission in the workplace including providing isolation for the employees at the City worksite or facility and, if isolation is not possible, the use of respiratory protection in the workplace. Additional Resources: Centers for Disease Control and Prevention https://www.cdc.gov/coronavirus/2019-nCoV/index.html Los Angeles County Department of Public Health http://publichealth.lacounty.gov/ CalOSHA https://www.dir.ca.gov/dosh/coronavirus/ California Department of Public Health https://www.cdph.ca.gov/Programs/CID/DCDC/Pages/Immunization/ncov2019.aspx Appendix A: COVID-19 Inspections This tool is intended to be used to help determine if facilities are using CalOSHA guidance to implement practices and protocols for operating while safeguarding workers and the community from COVID-19 Date of Assessment: Name and Title of person conducting the inspection: Work location evaluated: Exposure Controls Status No Correction Needed /Correction Needed Person Assigned to Correct Date Corrected Engineering Barriers/partitions Ventilation (amount of fresh air and filtration maximized) Additional room air filtration Configured work environment for spacing workers at least 6ft apart Use visual cues (e.g., floor markings, and signs) throughout the City facilities to promote physical distancing Administrative Physical distancing Surface cleaning and disinfection (frequently enough and adequate supplies) Hand washing facilities (adequate numbers and supplies) Disinfecting and hand sanitizing solutions being used according to manufacturer instructions Temperature check at all City facility entrances Staggered shifts, arrival, departure and breaks to promote physical distancing PPE (not shared, available and being worn) Face coverings (cleaned sufficiently often) Gloves Face shields/goggles Respiratory protection Ensure workers are using appropriate PPE properly. City Council Agenda Item Report Agenda Item No. COV-563-2021 Submitted by: Daniel Wall Submitting Department: Public Works Meeting Date: April 6, 2021 SUBJECT Amendment No. 1 to the Services Agreement between the City of Vernon and The Arroyo Group Recommendation: A. Find that the proposed action is exempt under the California Environmental Quality Act (CEQA) review, because it is a continuing administrative activity that will not result in any direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. As indicated in the Staff Report, one of the outcomes of the proposed action is to develop a Program Environmental Impact Report (PEIR) for potential project(s), and any required environmental impact analysis will be conducted at the appropriate project phase; and B. Approve and authorize the City Administrator to execute Amendment No. 1 to the Services Agreement between the City of Vernon and The Arroyo Group, in substantially the same form as submitted, for the preparation of the Mixed-Use Specific Plan and Program EIR and the preparation of the General Plan and Housing Element Updates for a not-to-exceed amount of $65,830. Background: At its October 6, 2020 meeting, the Vernon City Council approved and authorized an agreement with The Arroyo Group (TAG) to prepare the Westside Mixed-Use Specific Plan and Program EIR. In the months since, TAG has been performing baseline studies, conducting one-on-one interviews with key stakeholders, and holding meetings with the Stakeholders Advisory Committee. The one-on-one interviews and the Stakeholder Advisory Committee meetings brought to light additional items that the stakeholders would like included in this effort that were not a part of the agreement's original scope of work. The items excluded from the original agreement are contained in the proposed Amendment No. 1 with TAG and are summarized below: Fiscal Analysis Fiscal Impact Analysis Model of the impact of the change in uses provided by the Specific Plan - The creation of a fiscal model including the following elements: City tax revenues such as property taxes, sales and use tax, utility users tax, franchise fees, transient occupancy tax, business taxes, and other miscellaneous taxes, and estimated average annual costs for the City to provide public services to the the specific plan area. Netting out the costs of City services delivered to the Vernon Westside Specific Plan area at build out from the tax revenues associated with revenues yields the true “bottom line” for the City’s treasury. Comparative Catalytic Site Analysis - Using the fiscal impact model to estimate the net fiscal impact (revenues minus City service costs) for two catalytic project prototypes, which will be developed by the project team. The net fiscal impact analysis of the catalytic sites will then be compared to the existing uses on the selected opportunity site. The purpose of this analysis will be to compare the net fiscal impact of a hypothetical proposed project with the net fiscal impact of a typical existing site use. Specific Plan Land Use Scenario Analysis - A net fiscal impact analysis of the specific plan land use scenario as developed by the project team. As with the catalytic site analysis, the net fiscal impact of the specific plan land use scenario can be compared to the existing land makeup of the specific plan area. Additional Transportation Analysis Origin-Destination Data - obtain origin-destination data, along Santa Fe Avenue within the study area. The data will assist the project team in determining the general composition of vehicular traffic (passenger vehicles vs. heavy vehicles) and where traffic along Santa Fe Avenue is coming from and is going to (pass-through vs. Vernon-specific traffic). The data will be broken down by a.m. and p.m. peak periods. This information will be used in the development of a Traffic Model. Traffic Modeling/Volume Development - The impact of restricting truck traffic along Santa Fe Avenue will be evaluated, to assess the volume of traffic shifting to adjacent routes such as Alameda Street (East and West) and Pacific Boulevard. The impact to the City of Huntington Park will also be assessed. Traffic Impact / Alternatives Analysis - A focused traffic analysis to document the potential level of service (LOS) impacts of project concepts at up to five (5) key signalized intersections in the study area in both existing and future year conditions will be prepared. The traffic analysis will highlight the locations with the highest traffic volumes, directional patterns in the a.m. and p.m. peak hours, and any current deficiencies in traffic operations. The analysis will also consist of testing feasibility of enhanced cross-sections and intersection designs developed by the project team. In order to properly accomplish the objectives specified by the Stakeholders Advisory Committee, staff recommends the approval of Amendment No. 1 which will modify the original scope of work to be performed by TAG. All other all provisions of the original agreement shall remain unchanged. The cost to initiate the Vernon Westside Specific Plan Fiscal Analysis as proposed by TAG is $65,830. Amendment No. 1 with TAG has been approved as to form by the City Attorney's Office. Fiscal Impact: The cost of Amendment No. 1 with TAG is $65,830 and the cost of the original agreement is $545,890, equating to a combined total of $611,720. The agreement spans two fiscal years with the Fiscal Year 2020-21 Budget for General Fund Account 1041 including $390,000 for this work. Sufficient funds will be budgeted accordingly in the budget for FY 2021-22. Attachments: 1. Amendment No. 1 - The Arroyo Group 1 of 6 AMENDMENT NO. 1 TO THE SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND THE ARROYO GROUP FOR PREPARATION OF THE WESTSIDE SPECIFIC PLAN AND PROGRAM EIR This Amendment (“Amendment No. 1”) to that certain Agreement for preparation of the Westside Specific Plan and Program Environmental Impact Report (the “Agreement”), is made as of April 6, 2021, by and between the City of Vernon, a California charter city and municipal corporation (the “City”), and The Arroyo Group, a California corporation (“Contractor”). WHEREAS, the City and Contractor are parties to a written Agreement dated October 6, 2020, under which Contractor is preparing an Environmental Impact Report for the Westside Specific Plan and Program; and WHEREAS, in light of additional required work, the City and Contractor desire to amend the Agreement to increase Contractor’s maximum compensation amount by an additional Sixty- Five Thousand Eight Hundred and Thirty Dollars ($65,830.00). A copy of the Contractor’s proposal for the additional scope of work is dated March 25, 2021, and attached hereto as Exhibit A-1. NOW, THEREFORE, the parties to this Amendment No. 1 agree as follows: 1.In consideration of the additional scope of work included in Exhibit A-1, Section 5.2 of the Agreement shall be amended to increase the Contractor’s grand total compensation to an amount not-to-exceed Six Hundred Eleven Thousand Seven Hundred Twenty Dollars ($611,720.00). 2.Except as expressly modified by this Amendment No. 1, all provisions of the Agreement shall remain in full force and effect. 3.The provisions of the Agreement and this Amendment No. 1 shall constitute the entire contract of the parties with respect to the subject matter included in this Amendment No. 1 and shall supersede any other agreement, understanding, or arrangement, whether written or oral, between the parties with respect to the subject matter of this Amendment No. 1. 4.The person or persons executing this Amendment No. 1 on behalf of each of the parties warrants and represents that he or she has the authority to execute this Amendment No. 1 on behalf of that party and has the authority to bind that party to the performance of its obligations hereunder. IN WITNESS WHEREOF, the parties have signed this Amendment No. 1 as of the date stated in the introductory clause. [SIGNATURES FOLLOW ON NEXT PAGE] 2 of 6 CITY OF VERNON a California charter city and municipal corporation By: _______________________________ Carlos Fandino, City Administrator The Arroyo Group, a California corporation By: Name: Title: ATTEST: __________________________________ Lisa Pope, City Clerk By: Name: Title: APPROVED AS TO FORM: __________________________________ Arnold M. Alvarez-Glasman, Interim City Attorney 3 of 6 EXHIBIT A-1 ADDITIONAL SERVICES PROPOSAL VERNON WESTSIDE SPECIFIC PLAN FISCAL ANALYSIS PROPOSAL The purpose of this analysis is to estimate the impacts of a catalytic project or the proposed specific plan land use plan on the fiscal condition of the City of Vernon (“City”). PROPOSED SCOPE OF WORK The following details the proposed scope of work. Technical work will be conducted by HR&A, with management, guidance and quality control provided by The Arroyo Group. Task 8.1. Fiscal Impact Analysis Model HR&A will create a fiscal model including the following elements: City Revenues.HR&A will include City tax revenues such as property taxes, sales and use tax, utility users tax, franchise fees, transient occupancy tax, business taxes, and certain other miscellaneous taxes. We typically do not include City fees and other charges related to planning permit processing, construction permits and mitigation fees in a net fiscal impact analysis, because these charges are supposed to be set at prices that directly offset City costs, and therefore do not represent new revenues to the City. The revenue items in the fiscal analysis will be projected using special models and a series of “demand drivers” and pro-rata shares, based on population, dwelling units, and employment though the use of “equivalent” dwelling units or other planning factors. City Service Costs.HR&A will then estimate the average annual costs for the City to provide public services to the subject site or each component of the specific plan using a form of per-capita costing – i.e., expressing relevant categories of City service costs on a per-person basis, and then multiplying the resulting cost factors by the number of all employees, expressed as “resident equivalents,” based on the average time they are present in the City, plus new residents, if applicable. Netting out the costs of City services delivered to the Vernon Westside Specific Plan area at build out from the tax revenues associated with revenues yields the true “bottom line” for the City’s treasury. Task 8.2. Comparative Catalytic Site Analysis HR&A will utilize the fiscal impact model created in Task 1 to estimate the net fiscal impact (revenues minus City service costs) for one catalytic project prototype, which will be developed by the project team. The net fiscal impact analysis of the catalytic site will then be compared to either the existing use on the selected opportunity site, or if the existing use is not appropriately representative of typical uses throughout the specific plan area or City, a hypothetical existing 4 of 6 use prototype will be developed. The purpose of this analysis will be to compare the net fiscal impact of a hypothetical proposed project with the net fiscal impact of a typical existing site use. The results of the net fiscal impact analysis and associated assumptions will be summarized in a Briefing Book. The Briefing Book will graphically present findings, conclusions and a summary of methodology, with narrative description as needed. A draft Briefing Book will be finalized after considering any comments from the City and project team. Our proposed budget includes preparation of the draft Briefing Book and one round of revisions to reflect editing or other minor changes in response to client comments. Task 8.3. Additional Catalytic Site Analyses HR&A can perform additional comparative catalytic site analyses for additional opportunity sites or prototypes beyond the analysis performed in Task 2. The results of these additional analyses will be summarized in the Briefing Book created in Task 2. Task 8.4. Specific Plan Land Use Scenario Analysis HR&A can conduct a net fiscal impact analysis of the specific plan land use scenario as developed by the project team. As with the catalytic site analysis, the net fiscal impact of the specific plan land use scenario can be compared to the existing land makeup of the specific plan area. The results of this analysis will be summarized in the Briefing Book created in Task 2. BUDGET We estimate that the analyses and deliverables described in Tasks 1 and 2 above will require a not-to exceed budget of $26,000, detailed by task below. The budget to complete the optional tasks is also detailed below but may be refined based on discussion with the Project Team. Task 8.1. Fiscal Impact Analysis Model $14,500 Task 8.2. Comparative Catalytic Site Analysis $11,500 Task 8.3. Additional Catalytic Site Analyses (per site) $8,000 Task 8.4. Specific Plan Land Use Scenario Analysis $10,000 Total Fee $44,000 5 of 6 Traffic Analysis Scope of Work Task 8.5 – Origin-Destination Data Iteris will obtain 3rd party origin-destination data, from Streetlight Data, along Santa Fe Avenue within the study area. The data will assist the project team in determining the general composition of vehicular traffic (passenger vehicles vs. heavy vehicles) and where traffic along Santa Fe Avenue originates from and is destined to (pass-through vs. Vernon-specific traffic). The data will be provided for a time period before the Covid-19 pandemic (likely 2019) and will be broken down by a.m. and p.m. peak periods. The results of the origin-destination data collection will be summarized in a technical memorandum for use by the project team. Task 8.6 – Traffic Modeling/Volume Development Iteris will evaluate the impact of restricting truck traffic along Santa Fe Avenue. Iteris will utilize the Southern California Association of Governments (SCAG)travel-demand model to assess the volume of traffic shifting to adjacent routes such as Alameda Street (East and West) and Pacific Boulevard. The impact to the City of Huntington Park will also be assessed. Task 8.7 – Traffic Impact / Alternatives Analysis Iteris will prepare a focused traffic analysis to document the potential level of service (LOS) impacts of project concepts at up to five (5) key signalized intersections in the study area in both existing and future year conditions. It is anticipated that previous/historical traffic count data will be acquired from the City for use in the analysis. Utilizing the traffic counts, the traffic analysis will highlight the locations with the highest traffic volumes, directional patterns in the a.m. and p.m. peak hours, and any current deficiencies in traffic operations. The analysis will also consist of testing feasibility of enhanced cross sections and intersection designs developed by the project team. Iteris will coordinate with the City of Vernon and potentially the City of Los Angeles to acquire traffic signal timing data at the key intersections being evaluated. Task 4.1 – CEQA Documentation Replaces previous scope under Task 4.1f (Traffic) Iteris will prepare a CEQA Transportation Analysis of the proposed project’s preferred alternative, utilizing Vehicle Miles Traveled (VMT) as the performance metric, in order to satisfy new CEQA requirements. The analysis will evaluate the potential screening of the project as well as document the project’s VMT per service population using the latest version of the SCAG model. The analysis will address the checklist items included in Section 15064.3 of the current CEQA guidelines (Appendix G). 6 of 6 Meetings/Outreach Iteris will participate in stakeholder/public outreach meetings to describe traffic analysis and data results. This scope of work assumes participation/presentation in up to two (2) outreach meetings. COST Task 8.5: Origin-Destination Data (data) $6,000 Task 8.5: Origin-Destination Data (labor) $5,530 Task 8.6: Traffic Modeling/Volume Development $6,350 Task 8.7: Traffic Impact/Alternatives Analysis $11,340 Task 4.1: CEQA Documentation $5,825 Meetings/Outreach $1,720 Total $36,765 Less: Original Traffic Analysis Budget ($14,995) Additional Traffic Analysis Budget Requested $21,770 Restructuring of Budget -Tasks 2, 3 & 5 $60 Total Additional Budget $21,830 City Council Agenda Item Report Agenda Item No. COV-568-2021 Submitted by: Lisa Pope Submitting Department: City Clerk Meeting Date: April 6, 2021 SUBJECT Authorized Agents for California Governor's Office of Emergency Services Hazard Mitigation Grant Program (HMGP) Recommendation: Adopt Resolution No. 2021-06 designating the City's Authorized Agents for the California Governor's Office of Emergency Services (CalOES) Hazard Mitigation Grant Program for the City's Natural Hazard Mitigation Plan Update. Background: In September 2018, Vernon Fire Chief Bruce English applied for the Cal OES Hazard Mitigation Grant Program. The City was awarded $86,250, with a required local share of $21,563. The grant is to be used to update the City's 2004 Hazard Mitigation Plan, which will ultimately be adopted by the City Council. Fire Chief Bruce English was initially assigned as the project manager. Following his retirement, Interim Fire Chief Jim Enriquez took the lead. With the transition of Vernon's Fire Department to the Consolidated Fire District of Los Angeles County in October 2020, the program responsibilities were transferred to City Clerk Lisa Pope. It is necessary to designate the City’s authorized agents in order to seek grant reimbursement. In order to reflect the recent changes in the Cal OES Hazard Mitigation Grant Program management, Resolution No. 2021-06 designates Lisa Pope, City Clerk and Carlos Fandino, City Administrator, as authorized agents for the City of Vernon. Fiscal Impact: Although there is no fiscal impact associated with the report, if a current designation is not on file with CalOES, the City will be ineligible to apply for reimbursement under the City's Local Hazard Mitigation Plan grant. Attachments: 1. Resolution No. 2021-06 - Authorized Agents for Hazard Mitigation Plan RESOLUTION NO. 2021-06 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON DESIGNATING THE CITY’S AUTHORIZED AGENTS FOR THE CALIFORNIA GOVERNOR’S OFFICE OF EMERGENCY SERVICES (CalOES) HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR THE CITY’S NATURAL HAZARD MITIGATION PLAN UPDATE SECTION 1. Recitals. A.In September 2018, the City of Vernon applied for and was awarded the Governor’s Office of Emergency Services (CalOES) Hazard Mitigation Grant Program to update the City’s 2004 Hazard Mitigation Plan. B.It is necessary to designate the City’s authorized agents for grant reimbursement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF VERNON AS FOLLOWS: SECTION 2. The City Council of the City of Vernon hereby finds and determines that the above recitals are true and correct. SECTION 3. The City Council of the City of Vernon hereby designates the City Clerk and City Administrator as the Subrecipient’s Designated Authorized Agents for the California Governor’s Office of Emergency Services (Cal OES) – Hazard Mitigation Grant Program for the purposes of updating the City of Vernon Natural Hazard Mitigation Plan and reimbursement for, and on behalf of, the City. SECTION 4. The City Clerk shall certify the passage and adoption of this resolution and enter it into the book of original resolutions. APPROVED AND ADOPTED this 6th day of April, 2021. _____________________________ ATTEST:LETICIA LOPEZ, Mayor LISA POPE, City Clerk (seal) APPROVED AS TO FORM: _________________________________ ARNOLD M. ALVAREZ-GLASMAN, Interim City Attorney City Council Agenda Item Report Agenda Item No. COV-549-2021 Submitted by: Lissette Melendez Submitting Department: Public Works Meeting Date: April 6, 2021 SUBJECT General Services Agreement with the County of Los Angeles Recommendation: Adopt Resolution No. 2021-07 approving and authorizing the execution of a General Services Agreement by and between the City of Vernon and the County of Los Angeles for a five (5) year period from July 1, 2021 to June 30, 2026. Background: The General Services Agreement between the County of Los Angeles and the City of Vernon was approved by the City Council under Resolution No. 2011-58 and was renewed via Council approval on May 3, 2016. The current agreement will expire on June 30, 2021. The County of Los Angeles may occasionally perform various public works related services for the City under a General Services Agreement. Examples of miscellaneous public works services that may be requested by the City on an as-needed, time-limited basis that are covered under this General Services Agreement include, but are not limited to, bridge design and maintenance, traffic signal timing, predatory animal control, prosecution of city ordinances, and direct assessment collection. The County of Los Angeles has prepared the new General Services Agreement. The Public Works Department recommends that this proposed agreement be renewed for a five-year period commencing July 1, 2021 through June 30, 2026. The City Attorney’s office has reviewed and approved the General Services Agreement. The County of Los Angeles and the City of Vernon entered into an Assumption of Liability Agreement dated November 14, 1977 (attached) and a Joint Indemnity Agreement dated October 22, 1991 (attached) as referenced in the General Services Agreement. Additionally, the new General Services Agreement allows the City of Vernon to augment the services provided by the County of Los Angeles in the future as needs evolve. Fiscal Impact: The Public Works Department has budgeted $15,000 in the proposed budget for Fiscal Year 2021/2022 for various Los Angeles County provided public works services. Attachments: 1. Resolution No. 2021-07 RESOLUTION NO. 2021-07 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON APROVING AND AUTHORIZING THE EXECUTION OF A GENERAL SERVICES AGREEMENT BY AND BETWEEN THE CITY OF VERNON AND THE COUNTY OF LOS ANGELES FOR A FIVE (5) YEAR PERIOD FROM JULY 1, 2021 TO JUNE 30, 2026 SECTION 1. Recitals. A. On April 5, 2011, the City Council adopted Resolution No. 2011 -58 approving and authorizing the execution of a public works General Services Agreement (“GSA”) between the City of Vernon and the County of Los Angeles (the “County”) for a five (5) year period from July 1, 2011 to June 30, 2016. B. On May 3, 2016, the City Council, via minute order, approved and authorized the renewal of the GSA for a five (5) year period from July 1, 2006 to June 30, 2021. C. By memorandum dated April 6, 2021, the Director of Public Works has recommended that the City execute a new GSA with the County for a five (5) year period, commencing July 1, 2021 through June 30, 2026, to cover miscellaneous public works services which may be requested by the City on an “as needed” basis , including but not limited to, bridge design and maintenance, traffic signal timing, predatory animal control, prosecution of city ordinances, and direct assessment. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF VERNON AS FOLLOWS: SECTION 2. The City Council of the City of Vernon hereby finds and determines that the above recitals are true and correct. SECTION 3. The City Council hereby approves the General Services Agreement with the County of Los Angeles, in substantially the same form as the copy which is attached hereto as Exhibit A. SECTION 4. The City Council hereby authorizes the Mayor or Mayor Pro-Tem to execute the Agreement for, and on behalf of, the City of Vernon and the City Clerk, or Deputy City Clerk, is hereby authorized to attest thereto. SECTION 5. The City Council of the City of Vernon hereby instructs the City Administrator, or his designee, to take whatever actions are deemed necessary or desirable for the purpose of implementing and carrying out the purposes of this Resolution and the transactions herein approved or authorized, including but not limited to, any non - substantive changes to the Agreement attached herein. Resolution No. 2021-07 Page 2 of 8 _______________________ SECTION 6. The City Council of the City of Vernon hereby directs the City Clerk, or the City Clerk’s designee, to return by April 30, 2021, three signed originals of the Agreement and a certified copy of this resolution to: Intergovernmental and External Affairs Chief Executive Office 723 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, CA 90012 Attention: Patricia Carbajal, Manager – Government Relations SECTION 7. The City Clerk shall certify the passage and adoption of this resolution and enter it into the book of original resolutions. APPROVED AND ADOPTED this 6th day of April, 2021. _______________________ LETICIA LOPEZ, Mayor ATTEST: LISA POPE, City Clerk (seal) APPROVED AS TO FORM: _________________________________ ARNOLD M. ALVAREZ-GLASMAN, Interim City Attorney GENERAL SERVICES AGREEMENT THIS GENERAL SERVICES AGREEMENT ("Agreement"), dated for purposes of reference only, June 1, 2021, is made by and between the County of Los Angeles, hereinafter referred to as the "County", and the City of Vernon, hereinafter referred to as the "City." RECITALS: (a) The City is desirous of contracting with the County for the performance by its appropriate officers and employees of City functions. (b) The County is agreeable to performing such services on the terms and conditions hereinafter set forth. (c) Such contracts are authorized and provided for by the provisions of Section 56½ of the Charter of the County of Los Angeles and Section 51300, et seq., of the Government Code. THEREFORE, THE PARTIES MUTUALLY AGREE AS FOLLOWS: 1.The County agrees, through its officers, agents and employees, to perform those City functions, which are hereinafter provided for. 2.The City shall pay for such services as are provided under this Agreement at rates to be determined by the County Auditor-Controller in accordance with the policies and procedures established by the Board of Supervisors. These rates shall be readjusted by the County Auditor-Controller annually effective the first day of July of each year to reflect the cost of such service in accordance with the policies and procedures for the determination of such rates as adopted by the Board of Supervisors of County. 3.No County agent, officer or department shall perform for said City any Resolution No. 2021-07 Page 3 of 8 __________________ function not coming within the scope of the duties of such agent, officer or department in performing services for the County. 4. No service shall be performed hereunder unless the City shall have available funds previously appropriated to cover the cost thereof. 5. No function or service shall be performed hereunder by any County agent, officer or department unless such function or service shall have been requested in writing by the City on order of the City Council thereof or such officer as it may designate and approved by the Board of Supervisors of the County, or such officer as it may designate, and each such service or function shall be performed at the times and under circumstances which do not interfere with the performance of regular County operations. 6. Whenever the County and City mutually agree as to the necessity for any such County agent, officer or department to maintain administrative headquarters in the City, the City shall furnish at its own cost and expense all necessary office space, furniture, and furnishings, office supplies, janitorial service, telephone, light, water, and other utilities. In all instances where special supplies, stationery, notices, forms and the like must be issued in the name of the City, the same shall be supplied by the City at its expense. It is expressly understood that in the event a local administrative office is maintained in the City for any such County agent, officer or department, such quarters may be used by the County agent, officer or department in connection with the performance of its duties in territory outside the City and adjacent thereto provided, however, that the performance of such outside duties shall not be at any additional cost to the City. 7. All persons employed in the performance of such services and functions for Resolution No. 2021-07 Page 4 of 8 __________________ the City shall be County agents, officers or employees, and no City employee as such shall be taken over by the County, and no person employed hereunder shall have any City pension, civil service, or other status or right. For the purpose of performing such services and functions, and for the purpose of giving official status to the performance hereof, every County agent, officer and employee engaged in performing any such service or function shall be deemed to be an agent, officer or employee of said City while performing service for the City within the scope of this agreement. 8. The City shall not be called upon to assume any liability for the direct payment of any salary, wages or other compensation to any County personnel performing services hereunder for the City, or any liability other than that provided for in this agreement. Except as herein otherwise specified, the City shall not be liable for compensation or indemnity to any County employee for injury or sickness arising out of his or her employment. 9. The parties hereto have executed an Assumption of Liability Agreement approved by the Board of Supervisors on December 27, 1977 and/or a Joint Indemnity Agreement approved by the Board of Supervisors on October 8, 1991. Whichever of these documents the City has signed later in time is currently in effect and hereby made a part of and incorporated into this agreement as set out in full herein. In the event that the Board of Supervisors later approves a revised Joint Indemnity Agreement and the City executes the revised agreement, the subsequent agreement as of its effective date shall supersede the agreement previously in effect between the parties hereto. 10. Each County agent, officer or department performing any service for the Resolution No. 2021-07 Page 5 of 8 __________________ City provided for herein shall keep reasonably itemized and in detail work or job records covering the cost of all services performed, including salary, wages and other compensation for labor, supervision and planning, plus overhead, the reasonable rental value of all County-owned machinery and equipment, rental paid for all rented machinery or equipment, together with the cost of an operator thereof when furnished with said machinery or equipment, the cost of all machinery and supplies furnished by the County, reasonable handling charges, and all additional items of expense incidental to the performance of such function or service. 11. All work done hereunder is subject to the limitations of the provisions of Section 23008 of the Government Code, and in accordance therewith, before any work is done or services rendered pursuant hereto, an amount equal to the cost or an amount 10% in excess of the estimated cost must be reserved by the City from its funds to ensure payment for work, services or materials provided hereunder. 12. The County shall render to the City at the close of each calendar month an itemized invoice which covers all services performed during said month, and the City shall pay County therefore within thirty (30) days after date of said invoice. If such payment is not delivered to the County office which is described on said invoice within thirty (30) days after the date of the invoice, the County is entitled to recover interest thereon. Said interest shall be at the rate of seven (7) percent per annum or any portion thereof calculated from the last day of the month in which the services were performed. 13. Notwithstanding the provisions of Government Code Section 907, if such payment is not delivered to the County office which is described on said invoice within thirty (30) days after the date of the invoice, the County may satisfy such indebtedness, Resolution No. 2021-07 Page 6 of 8 __________________ including interest thereon, from any funds of any such City on deposit with the County without giving further notice to said City of County's intention to do so. 14. This Agreement shall become effective on the date herein-above first mentioned and shall run for a period ending June 30, 2026, and at the option of the City Council of the City, with the consent of the Board of Supervisors of County, shall be renewable thereafter for an additional period of not to exceed five (5) years. 15. In the event the City desires to renew this Agreement for said five-year period, the City Council shall not later than the last day of May 2026, notify the Board of Supervisors of County that it wishes to renew the same, whereupon the Board of Supervisors, not later than the last day of June 2026, shall notify the City Council in writing of its willingness to accept such renewal. Otherwise, such Agreement shall finally terminate at the end of the aforedescribed period. Notwithstanding the provisions of this paragraph herein-above set forth, the County may terminate this Agreement at any time by giving thirty (30) days' prior written notice to the City. The City may terminate this Agreement as of the first day of July of any year upon thirty (30) days' prior written notice to the County. 16. This Agreement is designed to cover miscellaneous and sundry services which may be supplied by the County of Los Angeles and the various departments thereof. In the event there now exists or there is hereafter adopted a specific contract between the City and the County with respect to specific services, such contract with respect to specific services shall be controlling as to the duties and obligations of the parties anything herein to the contrary notwithstanding, unless such special contract adopts the provisions hereof by reference. Resolution No. 2021-07 Page 7 of 8 __________________ IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized officers. Executed this _____________day of ________________________2021. The City of Vernon, By _____________________________ Mayor ATTEST: City Clerk THE COUNTY OF LOS ANGELES By_____________________________ By_____________________________ Chair, Board of Supervisors ATTEST: CELIA ZAVALA Executive Officer/Clerk of the Board of Supervisors By_____________________________ Deputy APPROVED AS TO FORM: RODRIGO CASTRO-SILVA County Counsel By ___________________________ Senior Deputy Resolution No. 2021-07 Page 8 of 8 __________________ City Council Agenda Item Report Agenda Item No. COV-554-2021 Submitted by: Mark Aumentado Submitting Department: Public Utilities Meeting Date: April 6, 2021 SUBJECT Construction Contract to Cedro Construction, Inc. for the 50th Street Water Main Replacement Recommendation: A. Find that the proposed Capital Improvement Project is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section 15302, because the proposed project consists of the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; B. Accept the bid from Cedro Construction, Inc. as the lowest responsive and responsible bidder and reject all other bids; C. Approve and authorize the City Administrator to execute a Construction Contract with Cedro Construction, Inc. in substantially the same form as submitted, in an amount not to exceed $964,976 for the 50th Street Water Main Replacement; and D. Authorize a contingency amount of $96,000 in the event of unforeseen changes in the project and grant authority to the City Administrator to issue Change Orders for an amount up to the contingency amount, if necessary. Background: Construction of Well No. 22 (Well) located near Soto Street and 50th Street is well underway and is planned to be Vernon Public Utilities’ (VPU) newest and largest capacity water well, capable of pumping over 2,000 gallons of water per minute. The Well No. 22 Drilling and Casing Project was completed in March 2020 and preparation for equipping the Well began shortly thereafter. During this work, a flow analysis was performed on the existing 10-inch cast iron water main on 50th Street, where the Well will connect and discharge potable water into the distribution system. The analysis determined that customers downstream of the Well would likely experience water pressures in excess of the maximum 80 pounds per square inch (psi) recommended by the California Plumbing Code. Additionally, the flow tests revealed a significant decrease in the pipe’s Hazen-Williams flow coefficient “C-value”, a coefficient used to measure friction due to various pipe materials. New cast iron pipe has a C-value of 130. Based on the flow tests, the existing main’s C-value decreased to a calculated value of 60. Also, an overall decrease in effective interior diameter of the pipe due to tuberculation (development of small mounds of corrosion build-up or rust on the inside of iron pipe) was suspected due to the age and performance of the existing cast iron pipe. Water Division staff has worked closely with the selected consultant, Pacific Advanced Civil Engineering, Inc. (PACE), to develop plans and specifications for the 50th Street Water Main Replacement Project (Project). The Project involves replacement of the current 10-inch cast iron pipe with new 12-inch cement-mortar-lined ductile iron pipe. Cement-mortar-lined ductile iron pipe has many advantages over the existing cast iron pipe due to the protective properties of the cement-mortar linings. Chemical reactions within the lining provide a physical as well as a chemical barrier to the corrosive water which can prevent the pipe from deteriorating prematurely. Additionally, the increase in the diameter of the pipe from 10” to 12” will allow water to flow more freely and maintain typical system pressures while ensuring that the distribution system is able to receive the maximum output that the new Well can produce. The cement-mortar-lined pipe is not expected to experience tuberculation when compared to cast iron pipe, therefore, the Hazen-Williams flow coefficient of 140 is a realistic value that is expected to be maintained over the life of the pipe. On January 28, 2021, VPU advertised the Request for Bids (RFB) for the Project. The RFB was posted on the City’s PlanetBids website and published in the local newspaper. The bids for the Project were received and opened on the bid deadline of February 25, 2021. The calculated results are as follows: 1.Cedro Construction, Inc. - $964,976.00 2.GRFCO Inc. - $1,018,600.00 3.CHI Construction - $1,096,500.00 4.MNR Construction, Inc. - $1,287,200.00 5.Paul Hansel Equipment, Inc. - $1,359,220.00 6.Dominguez General Engineering, Inc. - $1,363,500.00 7.Ferreira Construction Co. - $1,390,925.00 8.Colich & Sons, LP - $1,473,000.00 VPU Water Division staff evaluated the bids and deemed that the bid received from Cedro Construction, Inc. is the lowest responsive and responsible bid. Based on staff’s bid evaluation and reference checks, VPU Water Division staff recommends award of the proposed Construction Contract to Cedro Construction, Inc. The proposed Construction Contract has been reviewed and approved as to form by the City Attorney’s Office. Fiscal Impact: The fiscal impact of the Project is $964,976, plus the contingency amount of $96,000, for a not-to-exceed amount of $1,060,976. At approximately ten percent of the total not-to-exceed contract amount, the contingency will allow for unexpected changes in conditions. This contingency amount is typical for the size and scope of this project. The Project is included in the Water System Revenue Bonds, 2020 Series A, and will be funded with bond proceeds. Attachments: 1. Construction Contract with Cedro Construction, Inc. for the 50th Street Water Main Replacement Page 1 of 115 CONSTRUCTION CONTRACT BETWEEN CITY AND CONTRACTOR This Agreement is made and entered into at Vernon, California this day of , 20 ___, by and between the CITY OF VERNON, a chartered municipal corporation (hereinafter "City") and Cedro Construction Inc., a California corporation (hereinafter "Contractor"), for construction of 50th Street Water Main Replacement. THE PARTIES HERETO AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS The “Contract Documents” except for modifications issued after execution of this Agreement, shall consist of the following documents which are either attached hereto as exhibits or are incorporated into this Agreement by this reference, with the same force and effect as if set forth at length herein: A. Governmental Approvals including, but not limited to, permits required for the Work B. This Agreement C. Exhibit A – General Conditions a. Exhibit A1 – Performance Bond b. Exhibit A2 – Payment Bond c. Exhibit A3 – Maintenance Bond d. Exhibit A4 – Insurance Requirement e. Exhibit A5 – Statement to Comply with Minimum Requirement of the Stormwater Permit f. Exhibit A6 – Statement to Comply with Minimum Requirement of the California Covid-19 Industry Guidance: Construction D. Exhibit B – Special Provisions Specific for this Project E. Exhibit C – Equal Employment Opportunity Practices Provisions F. Notice Inviting Bids; G. Instructions to Bidders; H. Bid Forms; and I. Designation of Subcontractors. Page 2 of 115 2. REFERENCE DOCUMENTS The following Reference Documents are not considered Contract Documents and were provided to the Contractor for informational purposes. Contractor may rely upon the technical data contained in such documents but not upon non- technical data, interpretations, opinions or provisional statements contained therein: A. Not In Use 3. SCOPE OF WORK Within the Contract Time and for the stated Contract Sum, subject to adjustments thereto, and pursuant to the Contract Documents, the Contractor shall perform and provide all necessary: labor; services; supervision; materials; tools; equipment; apparatus; facilities; supplies; tools; permits, inspections, plan checks, and similar Governmental Approvals; temporary utilities; utility connections; and transportation necessary to complete the Work in strict conformity with the Contract Documents for: 50th Street Water Main Replacement Contract No. LP-0586 4. TIME FOR PERFORMANCE Contract Time. Contractor shall achieve Substantial Completion of the Work within 150 calendar days from the Date of Commencement established in City’s written Notice to Proceed (“Contract Time”), subject to adjustment in accordance with the Contract Documents. Contractor shall achieve Final Completion of the Work, within the time established by the Certificate of Substantial Completion issued by the City. The Contract Time may only be adjusted as permitted by this Construction Contract and the General Conditions. Time is of the essence of this Agreement. Except when the Contract Documents state otherwise, time is of the essence in the performance of the Work. Contractor acknowledges that the time limits and deadlines set forth in the Contract Documents are reasonable for Contractor to perform and complete the Work. Liquidated Damages. If Contractor fails to achieve Substantial Completion of the entire Work within the Contract Time for Substantial Completion, Contractor shall pay City as liquidated damages the amount of one thousand dollars ($1,000.00) per day for each calendar day occurring after the expiration of the Contract Time for Substantial Completion until Contractor achieves Substantial Completion of the entire Work, as required by Article 3 of the General Conditions Page 3 of 115 of Contract. Contractor Initial here: _________. 5. CONTRACT SUM In consideration of the Contractor’s full, complete, timely, and faithful performance of the Work required by the Contract Documents, City shall pay Contractor the sum of nine hundred sixty-four thousand nine hundred seventy-six dollars/no cents ($964,976.00), payable as set forth in the General Conditions (“Contract Sum”). 6. PERMIT FEE REIMBURSEMENT In accordance with Paragraph 1.03 of the General Conditions, the City shall reimburse Contractor for the documented actual direct cost of Permit Fees, without Allowable Mark-up, in addition to payment of the Contract Sum. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// Page 4 of 115 IN WITNESS WHEREOF, the parties have caused this Contract to be executed the date and year first above written. Executed at ___________________, California. Cedro Construction Inc. By: _______________________________________ An Authorized Signatory Printed Name: ______________________________ Title: ______________________________________ Date: ______________________________________ By: _______________________________________ An Authorized Signatory Printed Name: ______________________________ Title: ______________________________________ Date: ______________________________________ CITY OF VERNON: APPROVED AS TO FORM: By: By: Name: Name: Title: Title: Date: ATTEST: By: Name: Title: CONTRACTOR’S SIGNATURE MUST BE NOTARIZED [Contractor’s Corporate Seal] Page 5 of 115 EXHIBIT A GENERAL CONDITIONS ARTICLE 1 - PRELIMINARY PROVISIONS 1.01 DEFINITIONS The following words shall have the following meanings: A. Allowance. A line item cost estimate established by the City to be carried in the Base Bid sum, Contract Sum, and Schedule of Values for Payment for a particular item of Work, which cannot be sufficiently defined so as to allow the Contractor to adequately determine fair value before the Bid Deadline. Allowances include estimated amounts established by the City for certain construction elements that have not yet been fully designed or authorized for inclusion in the Work or to permit deferred approval or selection of actual materials and equipment to a later date when additional information is available for evaluation. B. As-Builts. The documents prepared by Contractor showing the condition of the Work as actually built, including, without limitation, all changes and the exact locations of all mechanical, electrical, plumbing, HVAC or other portions of the Work that are shown diagrammatically in the Contract Documents. C. Base Bid. The total sum stated in the Bid Form for which the Bidder offers to perform Work described in the Contract Documents as the base Contract Work (e.g. not designated as part of a Bid Alternate). D. Bid. A complete and properly executed offer by the Bidder on City-prescribed forms to perform the Work for the prices stated in response to the Notice Inviting Bids. E. Bid Alternate. An item of Work described in the Contract Documents as an Alternate Bid that will be added to or deducted from the Base Bid and the Contractor’s responsibility only if the City accepts the Bid Alternate. F. Bid Forms: The City-prescribed forms which the Bidder shall complete and use to submit a Bid. The Bid Forms include: (1) Bidder’s Proposal; (2) Schedule of Bid Prices; (3) Incumbency Certificate; (4) Bid Bond; (5) Bidder’s Statement of Qualifications; (6) Experience Form; (7) Trades Experience Form; (8) Contractor Safety Questionnaire; (9) Designation of Subcontractors; (10) Affidavit of Non-Collusion; (11) Insurance Requirements Affidavit; and (12) forms included in the Specification required by the type of project funding (e.g. federal, ARRA, HUD, etc.). G. Bidder. The individual, partnership, firm, corporation, joint venture or other legal entity submitting a bid on these Contract Documents or any part thereof. H. Bidding Documents. Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding Requirements consist of: (1) Notice Inviting Bids; (2) Instructions to Bidders; and (3) Bid Forms. The proposed Contract Documents consist of: (1) the Bidding Requirements; (2) the Construction Contract Between City and Contractor; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the execution of the Construction Contract; (8) all Modifications issued after the execution of the Construction Contract; and (9) Governmental Approvals, if any, including but not limited to, permits. I. Change Order. A Change Order is a written document prepared by the City reflecting the agreement between the City and Contractor for: a change in the terms or conditions of the Contract, if any; a specific Page 6 of 115 Scope Change in the Work; the amount of the adjustment, if any, in the Contract Sum; and the extent of the adjustment, if any, in the Contract Time. J. Change Order Request (COR). A Change Order Request is a written document originated by the Contractor, which describes an instruction issued by the City after the effective date of the Contract, which Contractor believes to be a scope change that may result in changes to the Contract Sum or Contract Time or, which describes the need for or desirability of a change in the Work proposed by Contractor. K. City or Owner. The City of Vernon, California, acting through its City Council or other City officials authorized to act for the City, acting in its proprietary rather than regulatory capacity in connection with the Project. L. Construction Change Directive. A written order prepared and signed by the City directing a change in Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. M. Contract Documents. The Contract Documents are enumerated in the Construction Contract between City and Contractor and consist of: (1) the Bidding Requirements; (2) the Construction Contract; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the execution of the Contract; (8) all Modifications issued after the execution of the Contract; and (9) Governmental Approvals, including, but not limited to, permits. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. N. Contract. The Contract Documents form the Contract for Construction. The Contract Represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. The Contract may be amended or modified on by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind between any persons or entities other than the Owner and the Contractor. There shall be no third party beneficiaries of the Contract Documents. O. Contract Sum. The total amount of compensation stated in the Construction Contract that is payable to Contractor for the complete performance of the Work in accordance with the Contract Documents. P. Contract Time. The total number of days set forth in the Construction Contact within which Substantial Completion of the Work must be achieved beginning with the Date of Commencement established in the Notice to Proceed, subject to adjustments in accordance with the terms of the Contract Documents. The Contract Time for Contractor's performance of the Work is measured in calendar days (not work days). Q. Contractor. The individual, partnership, firm, corporation, joint venture or other legal entity with whom the Contract is made by City, or the agent or legal representative who may be appointed to represent such individual, partnership, firm, corporation, joint venture or other legal entity in the execution of the Contract as general contractor for construction of the Work. R. Correction Period. Correction Period is synonymous with the terms of the correction guarantee period used in the Contract Documents. S. Date of Commencement. The date for commencement of the Work fixed by City in a Notice to Proceed to Contractor. Page 7 of 115 T. Day. The terms “day” or “days” mean calendar days unless otherwise specifically designated in the Contract Documents. The term “Work Day” or “Working Day” shall mean any calendar day except Saturdays, Sundays and City-recognized legal holidays. City Holidays are as follows: 1. January 1st - New Year’s Day 2. The 3rd Monday in January – Martin Luther King, Jr. Day 3. The 3rd Monday in February – Presidents Day 4. March 31st – Cesar Chavez Day 5. The last Monday in May – Memorial Day 6. July 4th – Independence Day 7. The first Monday in September – Labor Day 8. The second Monday in October – Columbus Day 9. November 11th – Veterans Day 10. The 4th Thursday in November – Thanksgiving Day 11. December 24th – Christmas Eve 12. December 25th – Christmas Day 13. December 31st – New Year’s Eve U. Director. The General Manager of Vernon Public Utilities of the City of Vernon or his/her duly appointed representative. V. Drawings. The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location, and dimensions of the Work, generally including plans, elevations, sections, details, schedules, and diagrams. W. Extra Work. New or unforeseen work will be classified as Extra Work when determined by the City that the work is not described in, or reasonably inferable from, the Contract Documents, the work is not covered by any Bid line item or Allowance, and the work causes Contractor to incur additional and unforeseen costs. X. Field Directive. See, “Work Directive.” Y. Final Completion. Final Completion is the stage of performance of the Work when (1) all Work required by the Contract Documents has been fully completed in compliance with the Contract Documents and all applicable laws including, but not limited to, correction or completion of all punch list items noted by City upon Substantial Completion; (2) Contractor has delivered to City an Application for Final Payment and all closeout documentation required by the Contract Documents; and (3) documentation of all final Governmental Approvals has been submitted to City including, but not limited to a final Certificate of Occupancy or equivalent Building Department sign-off has been issued covering the entire Project site without exception or conditions. Z. Force Majeure. “Force Majeure” includes but is not limited to declared or undeclared war, sabotage, insurrection, riot, or other acts of civil disobedience, labor disputes, fires, explosions, floods, earthquakes or other acts of God. AA. Fragnet. The sequence of new activities that are proposed to be added to an existing schedule. BB. Governmental Approval. Any approval, authorization, inspection, certification, consent, exemption, filing, permit, registration, plan check, ruling or similar authorization required by any federal, state or local law, regulation or procedures in order for Contractor to perform the Work. Page 8 of 115 CC. Guarantee. Assurance to City by Contractor or product manufacturer or other specified party, as guarantor, that the specified warranty will be fulfilled by the guarantor in the event of default by the warrantor. DD. Modification. A Modification is: (1) a written amendment to Contract signed by both parties; (2) a Change Order; or (3) a Construction Change Directive. EE. Notice to Proceed. The Notice to Proceed is a document issued by the City fixing the date for Commencement for the Work. FF. Parties. The City and Contractor may be referred to in the Contract Documents from time to time as the Parties. GG. Permit Fees. The actual direct costs paid by Contractor for Governmental Approvals and Utility Fees. HH. Permit Fees Reimbursement. A payment made to the Contractor by the City in addition to the Contract Sum to compensate Contractor for the actual direct cost of all Permit Fees. II. Project. The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the City or by separate contractors. JJ. Project Manual/Contract Package. The volumes of Contract Documents and reference documents assembled for the Work made available to Bidders. KK. Record Documents. The Drawings, Specifications, addenda, requests for information, bulletins, Change Orders and other modifications to the Contract Documents, approved shop drawings, product data, samples, mock-ups, permits, inspection reports, test results, daily logs, schedules, subcontracts, and purchase orders. Records Documents shall include a set of “As-Built” Drawings and Specifications, which shall be continuously updated during the prosecution of the Work. LL. Site. The physical area designated in the Contract Documents for Contractor's performance of the Work. MM. Specifications. The Specifications are the volume(s) assembled for the Work that includes, without limitation, the Bidding Documents, the Construction Contract and Exhibits, the General Conditions, Supplementary and/or Special Conditions, if any, the “GREENBOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (2012 Edition), the Standard Plans for Public Works Construction (2009 Edition), State of California, Department of Transportation Standard Plans and Standard Specifications (2010 Edition), and the City of Vernon Standard Plans. NN. Specifications. The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment, systems, standards, and workmanship for the Work and performance of related services, including, but not limited to, the Project Technical Specifications, Standard Specifications, if any, and any applicable Trade Association Specifications. OO. Substantial Completion. Substantial Completion is defined to mean the stage in the progress of the Work when the Work is sufficiently complete in accordance with the Contract Documents as determined by the City so that the City can occupy and utilize the Work for its intended use and as further defined in the Contract Documents. PP. Unilateral Change Order. See “Work Directive.” Page 9 of 115 QQ. Utility Fees. The fees charged by any public, private, cooperative, municipal and/or government line, facility or system used for the carriage, transmission and/or distribution of cable television, electric power, telephone, water, gas, oil, petroleum, steam, chemicals, sewage, storm water or similar commodity including, but not limited to fees for temporary utilities and refuse hauling. RR. Warranty. Assurance to City by contractor, installer, supplier, manufacturer or other party responsible as warrantor, for the quantity, quality, performance and other representations of a product, system service of the Work. SS. Work. The term "Work" means the construction and other services required by, and reasonably inferable from the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. TT. Work Directive. A Work Directive is a unilateral written order issued by the City directing Contractor to continue performance of the Work or to perform a disputed change in the Work prior to agreement or adjustment, if any, in the Contract Sum, Contract Time, or both. 1.02 REPRESENTATIVES A. The Director shall be the representative of the City and, except as otherwise expressly provided herein, shall make all decisions and interpretations to be made by the City under the provisions of the Contract Documents. B. The Contractor shall at all times be represented on the Work in person or by a duly designated agent. Instructions and information given by the Director to the Contractor's agent on the Work shall be considered as having been given to the Contractor. 1.03 PERMITS, INSPECTIONS, PLAN CHECKS, AND SIMILAR GOVERNMENTAL APPROVALS AND UTILITIES A. Except as otherwise provided in the Notice Inviting Bids, the Contractor shall apply for, obtain, and pay for all permits including, but not limited to, building or structure permits, plumbing system permits, mechanical system permits, electrical system permits, structural system permits, demolition permits, excavation permits, street use permits, driveway permits, sidewalk, curb, sewer, gutter, crosswalk, paving or other street work grading permits, street/utility use permits, OSHA permits, fire sprinkler permits, fence permits, blasting permits, landscaping/irrigation permits, and permits to demolish, remove, or make major alterations to any designated historic resource; inspections; and plan checks obtained after the Date of Commencement of the Work. The Notice Inviting Bids contains a list of permits and other Governmental Approvals and Utility Fees obtained and paid for by the City prior to the Date of Commencement; Contractor is responsible for obtaining all Governmental Approvals and Utility Fees not listed in the Notice Inviting Bids. B. The City will reimburse Contractor monthly for the documented actual direct cost paid to governmental agencies or utilities for all Permit Fees according to the payment provisions of the Contract Documents after submission to the City of the Contractor’s and/or Subcontractors’ original receipts from the governmental entities or utilities (“Permit Fee Reimbursement”). Contractor shall deliver the original receipt to the City’s Project Manager with each permit. All Permit Fees shall be separately itemized in each Application for Payment and copies of the receipt(s) and permit(s) must be attached. The Base Bid sum / Contract Sum shall include the cost of administration and coordination for all Governmental Approvals and Utility Fees. C. All documents evidencing Contractor’s satisfaction with all Governmental Approvals and Utility Fees must be submitted to the City prior to submission of the Application for Final Payment. Page 10 of 115 D. Where requirements of the Governmental Approvals differ from those of the Drawings and Specifications, the more stringent requirements shall apply. E. Unless otherwise specified in the Contract Documents, Contractor shall be responsible for payments of all Utility Fees from the Date of Commencement until City’s Final Acceptance of the Work. 1.04 LICENSES The Contractor shall apply for, obtain, and pay for all licenses required by governing authorities for the Work. Contractor shall apply and pay for a City of Vernon business license. 1.05 ALLOWANCES A. Contractor shall include in the Contract Sum and Schedule of Values for Payment, the City’s estimated cost established for each Work item covered by an Allowance stated in the Contract Documents. See Paragraph 1.01 for definition of Allowance. B. The line item cost estimate established by the City for Work covered by an Allowance includes the cost to Contractor of: all materials and equipment, preparation of submittals; labor; transportation; delivery; handling; installation; supervision; overhead; profit; licenses; bonds; insurance; all sales, use and other taxes legally chargeable; and all other costs and expenses incidental to such Work. C. Work items covered by Allowances shall be supplied with such materials and equipment and for such prices approved in advance by City. Contractor shall notify and request City’s approval of material equipment, and pricing information for Work covered by an Allowance before ordering the material or equipment and in sufficient time to avoid delay to the Work. City shall provide approval of materials, equipment, and prices with reasonable promptness. The material, equipment, and pricing information submitted by the Contractor to the City’s Project Manager shall, at a minimum, include product data and detailed costs of material, equipment, and labor to complete such Work, itemized by costs incurred by Contractor and each subcontractor associated with the performance of such Work. Contractor shall not order materials or equipment or proceed with Work covered by an Allowance until the material, equipment, and pricing information for such Work items have been submitted to the City’s Project Representative for review and the Contractor has received City’s approval to proceed with a Work item covered by an Allowance. D. All expenditures for Allowance Work shall be separately itemized in each Application for Payment. E. To the extent that the cost of Work items covered by an Allowance is less than the Allowance cost estimate established by the City, the Contact Sum shall be reduced by Change Order or Construction Change Directive to reflect the actual cost of the Allowance item. Similarly, to the extent the cost of Work items covered by an Allowance is greater than the Allowance cost estimate, the Contract Sum shall be increased by Change Order or Construction Change Directive to reflect the actual cost of the Allowance item. If Work items covered by an Allowance are not performed or the City deletes such items from the Scope of Work, the Contract Sum shall be reduced by Change Order or Construction Change Directive to deduct the Cost of the unused Allowance item. 1.06 WAIVER A waiver by City of any breach of any term, covenant, or condition contained in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained therein, whether of the same or a different character. Page 11 of 115 1.07 DATA TO BE FURNISHED BY THE CONTRACTOR The Contractor shall furnish the Director with such information as the Director may desire respecting the character of the materials and the progress and manner of the Work, including all information necessary to determine the Contractor’s costs, such as the number of persons employed, their pay, the time during which they worked on the various classes of construction, and other pertinent data. 1.08 CONTRACT DRAWINGS The City will accept no responsibility for errors resulting from misinterpretation or scaling of the Drawings. 1.09 SPECIFICATIONS AND DRAWINGS A. The Contractor shall keep on the Work Site a copy of all Specifications, Drawings, and Change Orders pertaining to the Work and shall at all times give the Director access thereto. Anything mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not mentioned in the Specifications shall be of like effect as though shown or mentioned in both. B. In general, the Drawings will show dimensions, positions, and kind of construction; and the Specifications will define materials, quality, and standards. Any Work not particularly detailed, marked or specified, shall be the same as similar parts that are detailed, marked or specified. C. The Drawings shall not be scaled to determine dimensions, and in all cases shall be calculated from figures shown on the Drawings. Any discrepancies between scale and figured dimensions, not marked “not to scale,” must be brought to the Director’s attention before proceeding with the Work affected by the discrepancy. D. Omissions from the Drawings and/or Specifications shall not relieve the Contractor from the responsibility of furnishing, making, or installing all items required by law or code, or usually furnished, made or installed in a project of the scope and general character indicated by the Drawings and Specifications. E. For convenience, the Drawings and Specifications may be arranged in various trade subparagraphs, but such segregation shall not be considered as limiting the Work of any subcontract or trade. The Contractor shall be solely responsible for all subcontract arrangements of the Work regardless of the location or provision in the Drawings and Specifications. F. The City will furnish free of charge to the Contractor, a maximum of six (6) sets of Contract Drawings and Specifications. The Contractor shall pay for the costs of any additional sets or portions thereof. The Contractor shall be responsible to see that all sets are the same as the up-to-date approved set. 1.10 PRECEDENCE OF CONTRACT DOCUMENTS A. In the event of conflict between any of the Contract Documents, the provisions placing a more stringent requirement on the Contractor shall prevail. The Contractor shall provide the better quality or greater quantity of Work and/or materials unless otherwise directed by City in writing. In the event none of the Contract Documents place a more stringent requirement or greater burden on the Contractor, the controlling provision shall be that which is found in the document with higher precedence in accordance with the following order of precedence: 1. Governmental Approvals including, but not limited to, permits required for the Work 2. Modifications issued after execution of the Contract (including modifications to Drawings Page 12 of 115 and Specifications) 3. The Contract, including all exhibits, attachments, appendices and Addenda, with later Addenda having precedence over earlier Addenda 4. Special Conditions, if any 5. General Conditions 6. Specifications 7. Drawings 8. Bidding Requirements B. With reference to the Drawings, the order of precedence is as follows: 1. Change Order Drawings 2. Addenda Drawings 3. Contract Drawings 4. Project Drawings 5. Standard Drawings 6. Detail Drawings 7. General Drawings 8. Figures 9. Scaled dimensions C. Within the Specifications, the order of precedence is as follows: 1. Change Orders 2. Special Conditions 3. Project Technical Specifications 4. Standard Specifications, if any 5. Applicable Trade Association Specifications 1.11 NOTICE OF CONFLICTS If the Contractor, in the course of the Work, becomes aware of any claimed conflicts, errors or omissions in the Contract Documents or in the City's fieldwork or work of City's separate contractors, the Contractor shall immediately notify the Director in writing. The Director shall promptly review the matter, and if the Director finds a conflict, error or omission, the Director shall determine the corrective actions and advise the Contractor Page 13 of 115 accordingly. If the correction associated with a conflict, error or omission increases or decreases the amount of Work called for in the Contract, the City shall issue an appropriate Change Order in accordance with the Contract Documents. After discovery of an error or omission by the Contractor, any related additional work performed by the Contractor shall be done at the Contractor's risk unless authorized by the Director. 1.12 REPORTS A. Daily Construction Reports: The Contractor shall prepare a daily construction report recording the following information concerning events at Project site: 1. List of Subcontractors at Project site. 2. List of other contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events. 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented. 15. Construction Change Directives received and implemented. 16. Services connected and disconnected. 17. Equipment or system tests and startups. 18. Partial completions and occupancies. 19. Substantial Completions authorized. 20. List of visitors to Project Site. 21. List of personnel at Project Site including names and job classifications. 22. Description of Work for the day including locations, quantities and related bid items. Immediately upon discovery of a difference between field conditions and the Contract Documents, the Contractor shall prepare and submit a detailed report through a Request for Information (RFI). Include a detailed description of the differing conditions, together with recommendations for a remedy. The Daily Construction Report must be: signed by Contractor’s Superintendent, submitted within 24 hours (next Working Day) to the Director, and shall be made available to others as directed by City. 1.13 LINES, GRADES, AND MEASUREMENTS A. All lines and grades will be established by the Contractor. The Contractors shall carefully preserve all survey stakes and reference points as far as possible. Should any stakes or points be removed or destroyed unnecessarily by any act of the Contractor or his/her employees, they must be reset to the satisfaction of the Director, at the Contractor's expense. B. The Contractor shall inform the Director 48 hours (two Work Days) in advance of the times and places at which he/she intends to Work in order that inspection may be provided, and that necessary measurements for records and payments may be made with minimum inconvenience. Page 14 of 115 C. No direct payment will be made for the cost to the Contractor of any of the Work or delay occasioned by giving lines and grades, by making other necessary measurements, or by inspection. 1.14 RIGHT OF WAY A. The site for the installation of equipment or the right of way for the Work to be constructed under this Contract will be provided by the City. B. The City will provide the appropriate rights of way and property for pipelines and structures. Upon approval by the Director, the Contractor may, without cost, use portions of any of the City's rights of way or property which may be suitable for working space and for storage of equipment and materials. The Contractor will be held responsible for any damage to structures, streets, and roads, trees and landscaping, and for any damage that may result from his/her use of City property. C. In case areas additional to those available on the City's rights of way or property are required by the Contractor for his/her operations, he/she shall make arrangements with the property owners for the use of such additional areas at his/her own expense. 1.15 CONTRACTOR’S OPERATIONS/STORAGE YARD In the event the Contractor requires space for the storage and/or staging of construction materials, supplies, equipment, stockpiling of debris, or any other needs required for construction operations, he/she shall acquire at his/her own expense such areas as he/she may desire. For properties within the City of Vernon, the staging area must be enclosed at Contractor’s expense with construction fencing covered with a mesh screen to limit visibility to the site. Private property used for storage of construction material or debris shall be restored to a legal condition with regard to appearance and maintenance upon conclusion of the project. Property should be graded and free of weeds and debris when project is completed. [END OF ARTICLE] Page 15 of 115 ARTICLE 2 - PERFORMANCE OF THE WORK 2.01 PERFORMANCE OF WORK - GENERAL Contractor shall, at its own cost and expense, furnish all necessary materials, labor, transportation, and equipment for doing and performing said Work and the materials used shall comply with the requirements of the Contract Documents. All Work shall be performed and completed as required in the Contract Documents, and subject to the approval of the Director, or his/her designated assistant. 2.02 NO ASSIGNMENT OR DELEGATION Contractor shall not assign or delegate the duties or obligations under this Contract or his/her interest therein in whole or in part without the prior written consent of the City which may be withheld at the City's sole discretion. 2.03 STANDARD OF PERFORMANCE Contractor agrees that all services performed hereunder shall be provided in a manner commensurate with the highest professional standards and shall be performed by qualified and experienced personnel; that any Work performed by Contractor under the Contract will be performed in the best manner; that any material furnished shall be subject to the approval of the Director; and that both Work and materials will meet fully the requirements of the Contract Documents. Any work deemed unacceptable by the Director, whether a cause is determined or not shall be repaired or replaced by Contractor at Contractor’s expense. The Contractor shall be responsible for the final product and shall make any quality control, adjustments and corrections necessary to obtain the final product accepted by the City Engineer. The Contractor shall perform process and quality control sampling and testing and exercise management control the work of his/her subcontractors, technicians and workers to ensure that the milling, transporting, recycling, spreading, compaction, and finishing processes conform to these Specifications. The proficiency of testing laboratories and sampling and testing personnel shall be reviewed and approved by the City Engineer prior to providing services to the project. The City Engineer shall have unrestricted access to the laboratory, sampling, testing sites, and all information resulting from mix design and quality control activities. All Quality Control testing results shall be submitted to the City Engineer on a daily basis. 2.04 DEFECTIVE WORK Within the time periods that the City specifies, the Contractor shall correct all deficient, improperly executed, or unsatisfactory Work determined by the City. The Contractor shall remove and shall repair or replace, at his/her own expense any part of the Work that is deficient, improperly executed, or unsatisfactorily executed, even though it has been included in the monthly estimates. If he/she refuses or neglects to remove, repair, or replace such defective Work, prior to the City’s acceptance of the Work, it may be replaced by the City at the expense of the Contractor, plus 15% for overhead expenses, and his/her sureties shall be liable therefor. (See Paragraph 2.15 for curing defects after acceptance of the Work.) 2.05 CITY’S RIGHT TO CARRY OUT THE WORK A. Notwithstanding other remedies available to the City, if the Contractor defaults, fails to perform Work required by the Contract Documents, or otherwise neglects to carry out the Work in accordance with the Contract Documents and fails within a 48 hour period after receipt of written notice from the City to commence and correct such default, failure to perform, or neglect with diligence and promptness, the City, at its sole discretion and Page 16 of 115 without obligation, may, with its own or outside forces, perform the Work Contractor has failed to perform and/or replace or correct deficiencies in the Work. In such case, a Change Order or Construction Change Directive shall be issued deducting from payments then or thereafter due to the Contractor the cost of completion, replacement or correction of such deficiencies, including compensation for additional services by the City’s project management staff, the Architect, and their respective consultants made necessary by such default, failure to perform, or neglect, plus 15% for City’s overhead expenses. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the City immediately. This remedy is cumulative. B. The City also has the right, but not the obligation, to self-perform or have outside forces perform portions of the Work previously assigned to Contractor. In such case a Change Order or Construction Change Directive shall be issued, reducing the Contract Sum by the Unit Price(s) applicable to such deleted Work or, in the absence of Unit Prices, an amount that reflects the reasonable cost of performing such deleted Work and the Allowable Mark-Up applicable to such deleted Work. 2.06 COMMUNICATIONS AND NOTICES REGARDING THE WORK A. Notices under the Contract Documents shall be in writing and (a) delivered personally, (b) sent by certified mail, return receipt requested, (c) sent by a recognized overnight mail or courier service, with delivery receipt requested, or (d) sent by facsimile communication followed by a hard copy and with receipt confirmed by telephone, to the following addresses (or to such other address as may from time to time be specified in writing by such Person): All correspondence with Contractor shall be sent to the following address: Cedro Construction Inc. 120 East Santa Maria Street Santa Paula, CA 93060 Attention: Micheal Verner Phone: (805) 525-0599 Facsimile: (805) 525-0509 All communications shall be copied to City and shall be delivered to City’s Director at the address set forth below, with copies to such additional persons as may be directed by City’s Director. City of Vernon Vernon Public Utilities 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Mark Aumentado Phone: (323) 583-8811 Ext. 309 Facsimile: E-mail: maumentado@ci.vernon.ca.us B. Notices shall be deemed received when actually received in the office of the addressee (or by the addressee if personally delivered) or when delivery is refused, as shown on the receipt of the U. S. Postal Service, private carrier or other Person making the delivery. Notwithstanding the foregoing, notices sent by facsimile after 4:00 p.m. Pacific Standard or Daylight Time (as applicable) and all other notices received after 5:00 p.m. shall be deemed received on the first business day following delivery (that is, in order for a fax to Page 17 of 115 be deemed received on the same day, at least the first page of the fax must have been received before 4:00 p.m.). Any technical or other communications pertaining to the Work shall be conducted by Contractor's Project Manager and technical representatives designated by City. Contractor's representatives shall be available at all reasonable times for consultation, and shall be authorized to act on behalf of Contractor in matters concerning the Work. C. Contractor shall copy City on all written correspondence pertaining to the Contract between Contractor and any Person other than Contractor's Subcontractors, consultants and attorneys. D. Notification of Affected Residents/Businesses – The Contractor shall be responsible for distribution of the general information letter of the project to all affected residents and businesses. A project general information letter and sufficient copies thereof will be prepared by City staff for Contractor distribution to all residents, business establishments, and institutions fronting on or directly affected by the project. The Contractor shall be responsible for distribution of said letter in handout form to all the appropriate residences and buildings in the subject area. Distribution shall be accomplished in a manner acceptable to the City Engineer and shall be five (5) working days prior to the beginning of construction operations in the immediate vicinity. In addition to the above, the Contractor shall be fully responsible for such other notifications as may be required related to necessary closures of streets, alleys, driveways, etc., or to unavoidable access or parking restrictions. These notifications shall apply where the closures and access or parking restrictions required in the performance of any work under this contract preclude any resident, tenant, or property owner from utilizing the premises or conducting business thereon in a reasonable and customary manner. Additional notification to the affected businesses and residents shall be prepared by the City and distributed by the Contractor for roadway and driveway closures five (5) working days in advance of any construction work. No removal or excavation work is allowed until the additional notification has been distributed to the affected residents and businesses. If a Contractor is unable to adhere to his schedule as indicated on his written notification, then all the affected residents and places of business shall be re-notified of the revised schedule, in writing, as indicated above. Contractor costs for all of the above notifications shall be considered as included in the appropriate items of the Bid Proposal. E. Notification of Utilities – The provisions of Section 5 entitled "Utilities" of the “Greenbook” Standard Specifications shall apply. The Contractor shall contact the Underground Service Alert of Southern California (U.S.A.) at least two working days in advance of the construction work 2.07 INDEPENDENT CONTRACTOR The Contractor in the performance of the Work hereunder will be acting in an independent capacity and not as an agent, employee, partner, or joint venture of the City. 2.08 EMERGENCY WORK A. During Working Hours: In case of an emergency which threatens loss or injury of property, and/or safety of life during working hours, the Contractor shall act, without previous instructions from the City, as the situation may warrant. He/she shall notify the Director of the emergency and the action taken immediately thereafter. Any compensation claimed by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Director within Page 18 of 115 15 calendar days after the emergency. Compensation, if allowed, will be paid for as Extra Work. B. Outside of Working Hours: Whenever, in the opinion of the City, there shall arise outside of the regular Working hours on the Contract Work of an emergency nature which threatens loss or injury of property, or danger to public safety, the Contractor shall act, without previous instructions from the City as the situation may warrant. He/she shall notify the Director of the emergency and the action taken immediately thereafter. Any compensation claimed by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Director within 15 calendar days after the emergency. Compensation, if allowed, will be paid for as Extra Work. In the event the Contractor is not able to respond to an emergency outside of regular working hours, the City's forces will handle such emergency Work. If such emergency arises out of or is the result of operations by the Contractor, the cost of the corrective measures will be billed to the Contractor and deducted from his/her payment as provided in the Contract Documents. The performance of emergency Work by City forces will not relieve the Contractor of any of his/her responsibilities, obligations, or liabilities under the Contract. 2.09 SUBCONTRACTORS A. Each subcontract shall contain a reference to the Contract between the City and the principal Contractor, and the terms of the Contract and all parts thereof shall be made part of each subcontract insofar as applicable to the Work covered thereby. If, in the Director’s opinion, the Subcontractor fails to comply with the requirements of the principal Contract insofar as the same may be applicable to the Subcontractor’s Work, the Director may disqualify the Subcontractor. B. Nothing contained in these Contract Documents shall be construed as creating any contractual relationship between any Subcontractor and the City. C. The Contractor shall be considered the employer of the Subcontractors and shall be fully responsible to the City for the acts and omissions of Subcontractors and of persons employed by them as the Contractor is for the acts and omissions of persons directly employed by him/her. D. The Contractor shall be responsible for the coordination of the trades, Subcontractors, and material suppliers engaged upon the Work. It shall be the Contractor’s duty to see that all of his/her Subcontractors commence their Work at the proper time and carry it on with due diligence so that they do not delay or injure either the Work or materials; and that all damage caused by them or their workers is made good at his/her expense. E. The City will not undertake to settle differences between the Contractor and his/her Subcontractors or between subcontractors. F. The Contractor shall utilize the services of specialty Subcontractors, without additional expense to the City, on those parts of the Work which are specified to be performed by specialty contractors. 2.10 USE OF FACILITIES PRIOR TO COMPLETION OF CONTRACT A. Whenever in the opinion of the Director any Work under the Contract, or any portion(s) thereof, is in a condition suitable for use by the City, the City may, after written notice and designation from the Director to the Contractor, use (which includes, but is not limited to, taking over or placing into service) any portion(s) designated by the Director. B. The use of any portion(s) by the City shall not be construed as, and will not constitute acceptance in any sense, of any portion(s) of the Work of the Contractor nor will such use trigger the running of any Page 19 of 115 warranty and/or guarantee periods. C. All necessary repairs, renewals, changes, or modifications in the Work or any portion thereof so used, not due to ordinary wear and tear, but due to defective materials or workmanship, the operations of the Contractor, or any other cause, shall be made at the expense of the Contractor. D. The use of any portion(s) by the City shall not relieve the Contractor of any of his/her responsibilities or liabilities under the Contract nor constitute a waiver by the City of any of the conditions thereof. Said use shall not cancel liquidated damages as of the first date of use, or any continuance thereof, nor impair, reduce, or change the amount of liquidated damages. 2.11 COOPERATION WITH OTHER WORK FORCES A. The City reserves the right to perform other Work at or near the site at any time by the use of its own forces or other contractors. B. Other contractors, other utilities and public agencies or their contractors, other City contractors, and City personnel may be working in the vicinity during the project construction period. There may be some interference between these activities and the Work under the Contract Documents. The Contractor shall cooperate and coordinate his/her Work with that of other Work forces to assure timely Contract completion. 2.12 AGREEMENTS WITH PROPERTY OWNERS Agreements with property owners for storing excavated material, storing any other materials, or for any other purpose related to the Work shall be made in writing and a copy submitted to the Director for his/her information. All storage charges shall be at the Contractor’s sole expense. 2.13 PROTECTION OF PROPERTY All public and private property, pavement or improvement, shall be safely guarded from damage or loss in connection with this Contract by the Contractor at all times. Should any facility, structure, or property be damaged during operations of the Contractor, he/she shall immediately notify the property owners or authorities. All damages and losses incurred shall be paid by the Contractor. 2.14 CONTRACTOR'S RESPONSIBILITIES FOR LOSSES OR LIABILITIES A. Risk of Loss Except as otherwise provided in the Contract Documents and except as to the cost of repair or restoration of damage to the Work caused by force majeure, the Contractor shall bear all losses resulting to him/her on account of the amount or character of the Work, or from any unforeseen obstructions or difficulties which may be encountered, or from any encumbrances on the line of the Work, or because the nature of the ground in or on which the Work is done is different from what is assumed. The Contractor shall bear the risk for any City equipment, material, or supplies with which he/she has been entrusted. B. Materials and Facilities The Contractor shall be responsible for materials and facilities as hereinafter provided and in the event of his/her failure to carry out said responsibilities, the same may be carried out by the City at the expense of the Contractor: Page 20 of 115 1. The Contractor shall be responsible for any materials so furnished and for the care of all Work until its completion and final acceptance, and he/she shall at his/her own expense replace damaged or lost materials and repair damaged parts of the Work. 2. The Contractor shall protect City facilities from damage resulting from his/her Work. City facilities damaged by, or as a result of, the Contractor's Work under this Contract shall be repaired or replaced, as directed by the Director, at the Contractor's expense. 3. The Contractor shall remove from the vicinity of the completed Work all buildings, rubbish, unused material, concrete forms, and other materials belonging or used under his/her direction during construction. If Contractor fails to completely remove such items within a reasonable time the City may do so at the Contractor’s expense. C. Laws and Regulations 1. The Contractor shall obey all laws, ordinances, and regulations in any manner affecting those engaged or employed on the Work, or the materials used in the Work, or in any way affecting the conduct of the Work, and of all court orders and decrees having any jurisdiction or authority over the same. If any discrepancy or inconsistency should be discovered in this Contract, or in the Drawings or Specifications herein referred to, in relation to any such law, ordinance, regulation, order, or decree, he/she shall immediately report the same in writing to the Director. 2. Contractor shall, at all times, cause all his/her agents and employees to observe and comply with all such applicable laws, ordinances, regulations, orders, and decrees in effect or which may become effective before Final Completion of this Contract. 3. Nothing in the Contract Documents shall be construed to permit Work not conforming to such laws, ordinances, and regulations. If the Contractor ascertains at any time that any requirement of this Contract is at variance with such applicable law requirement, he/she shall immediately notify the Director. 4. If such applicable law requirement was not in effect on the date of submission of bids, any necessary adjustment of the Contract price shall be made as provided in Article 6 herein. If such applicable law requirement was in effect on said date of bid submission, no adjustment of Contract price will be considered. 5. The Contractor, at his/her own expense, shall pay all taxes properly assessed against his/her equipment, materials, or property used or required in connection with the Work. 2.15 WARRANTY AND CORRECTIONS A. Warranty 1. Warranty. The Contractor warrants to the City that: (i) materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents; (ii) the Work will be of good quality and free from defects; (iii) the Work will conform to the requirements of the Contract Documents; and (iv) Contractor will deliver the Project free of stop notice claims. Work not conforming to these requirements, including substitutions not accepted by the City, will be deemed defective. The Contractor’s warranty excludes improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the City, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the correction obligation of Paragraph 2.04 herein. Page 21 of 115 2. Overlap. Where any warranties provided under the Contract Documents overlap, conflict, or are duplicative, Contractor will be bound by the more stringent requirements. 3. Procurement and Assignment of Warranties: Contractor shall obtain in the name of City, or transfer or assign to City or City’s designee prior to the time of Final Completion of the Work, any and all warranties or guarantees which Contractor is required to obtain pursuant to the contract Documents and which Contractor obtained from any other person or entity other than Contractor including, but not limited to, Subcontractors and manufacturers, and further agrees to perform the Work in such a manner so as to preserve any and all such warranties. Contractor shall secure written warranties from all Subcontractors. Contractor and its Subcontractors shall offer any warranty upgrades or extensions that are offered by manufacturers of any equipment or system installed in the Work to the City. Contractor shall deliver to City all warranty and guarantee documents and policies. 4. Survival of Warranties: The provisions of this paragraph 2.15 will survive Contractor’s completion of the Work or termination of Contractor’s performance of the Work. B. Correction of Work 1. Before or After Final Completion. The Contractor shall promptly correct Work rejected by the City or City’s designee, as failing to conform to the requirements of the Contract Documents, whether discovered before or after Final Completion and whether or not fabricated, installed, or completed. Costs of correcting such rejected Work, including additional testing, inspections, and compensation for the City’s services and expenses made necessary thereby, will be at the Contractor’s expense within the Contract Price. 2. After Final Completion. (a) In addition to the Contractor’s warranty obligations under Paragraph 2.15-A, if, within one (1) year after the date of Final Completion of the Work or within the time period established by any applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall commence correction or replacement of such Work within forty-eight (48) hours after receipt of written notice from the City to do so. The Contractor shall perform such corrective work without charge or cost to the City after Final Completion of the Work. The City shall give such notice promptly after discovery of the condition. (b) If the Contractor fails to commence correction or replacement of non-conforming Work within forty-eight (48) hours after receipt of written notice, the City will proceed to have defects repaired or replaced at the expense of the Contractor and its Performance Bond surety, plus fifteen percent (15%) for the City’s overhead and administrative expense. The City may charge such costs against any payment due Contractor. If, in the opinion of the City, defective work creates a dangerous or hazardous condition or requires immediate correction or attention to prevent further loss to the City or to prevent interruption of operations of the City, the City may take immediate action, give notice, make such correction, or provide such attention and the cost of such correction or attention will be charged against the Contractor. Such action by the City will not relieve the Contractor of the warranties provided in this Article or elsewhere in the Contract Documents. Page 22 of 115 3. Replacement or Removal of Defective or Unauthorized Work. The Contractor shall remove from the Site and replace those portions of the Work which are not in accordance with the requirements of the Contract Documents in a manner acceptable to and as ordered by the Director. No compensation shall be allowed for such removal or replacement. Director shall have authority to cause defective work to be remedied, removed or replaced and to deduct the costs from monies due or to become due to the Contractor. 4. Destruction or Damage. In the event the Contractor destroys or damages any construction of the City or another contractor while correcting or removing Work which is not in accordance with the requirements of these Contract Documents, the Contractor shall bear the cost of repairing or reconstructing that other construction as well. 5. No Limitation. Nothing contained in Paragraph 2.15-B will be construed to establish a period of limitation with respect to other obligations which the Contractor might have under the Contract Documents. Establishment of the one-year period for correction of Work as described in Paragraph 2.15-B relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the limitations periods established by statute for any construction defect or other causes of action. 2.16 CLEANING AND ENVIRONMENTAL CONTROLS The Contractor, Subcontractors and employees shall comply with all litter and pollution laws and it shall be the responsibility of the Contractor to ensure compliance. The Contractor shall do all of the following: A. Maintain the Site free of waste materials, debris, and rubbish and in a clean and orderly condition; and Remove waste materials, debris and rubbish from site and dispose off-site legally. B. The Contractor shall maintain at his/her disposal any and all equipment necessary to prevent and remediate any sanitary sewer overflow arising out of the Work. The Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles, as directed by the Director, to maintain the affected areas in a condition of cleanliness acceptable to the City at all locations affected by the Contractor’s operations. For purposes of this Paragraph, the affected areas include the project Site as well as all haul routes to and from the project Site and all areas of construction and restoration which have not been completed. C. The Contractor shall take appropriate action to ensure that no dust originates from the project Site. D. Any equipment or vehicles driven and/or operated within or adjacent to a street gutter, storm drain, runoff conveyance or ocean shall be checked and maintained daily to prevent leaks of materials that if introduced to water could be deleterious to aquatic life. E. No debris, soil, silt, sand, bark, trash, sawdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthen material from any construction, or associated activity or whatever nature shall be allowed to enter into or placed where same may be washed by rainfall or runoff into waters of the State. When operations are completed, any excess materials or debris shall be removed from the Work area. 2.17 WATER POLLUTION CONTROL A. The Contractor shall meet all applicable City of Vernon, state and federal clean water laws, rules and regulations including but not limited to all conditions set forth in the Vernon Municipal Code Chapter 21, Article 5 regarding stormwater and urban runoff controls as it relates to public agency activities Page 23 of 115 including, but not limited to storm and/or sanitary sewer system inspection and repair, street sweeping, trash pick-up and disposal, and street and right-of-way construction and repair are required to implement and maintain the activity specific Best Management Practices (BMPs) listed in Table 2-1 below in compliance with the National Pollutant Discharge Elimination System (NPDES) requirements. Contractor shall not discharge any water containing trash, debris, pollutants, fuels, oils, soaps or other non-allowable constituents from its sweeping vehicles upon any city street, to any storm drain or any non-permitted outlet. As part of its submission, contractor shall describe its methods for preventing NPDES violations during sweeping operations within the City. In addition, Contractor shall comply with all NPDES requirements at its maintenance facilities, storage yards and company facilities. Failure to comply with this section may result in termination for cause by the City of any contract resulting from this solicitation. Table 2-1. BMPs for Public Agency Facilities and Activities General and Activity Specific BMPs General BMPs Scheduling and Planning Spill Prevention and Control Sanitary/Septic Waste Management Material Use Safer Alternative Products Vehicle/Equipment Cleaning, Fueling and Maintenance Illicit Connection Detection, Reporting and Removal Illegal Spill Discharge Control Maintenance Facility Housekeeping Practices Flexible Pavement Asphalt Cement Crack and Joint Grinding/ Sealing Asphalt Paving Structural Pavement Failure (Digouts) Pavement Grinding and Paving Emergency Pothole Repairs Sealing Operations Rigid Pavement Portland Cement Crack and Joint Sealing Mudjacking and Drilling Concrete Slab and Spall Repair Slope/Drains/Vegetation Shoulder Grading Nonlandscaped Chemical Vegetation Control Nonlandscaped Mechanical Vegetation Control/Mowing Nonlandscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal Fence Repair Drainage Ditch and Channel Maintenance Drain and Culvert Maintenance Curb and Sidewalk Repair Litter/ Debris/ Graffiti Sweeping Operations Litter and Debris Removal Emergency Response and Cleanup Practices Graffiti Removal Landscaping Chemical Vegetation Control Page 24 of 115 Manual Vegetation Control Landscaped Mechanical Vegetation Control/ Mowing Landscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal Irrigation Line Repairs Irrigation (W atering), Potable and Nonpotable Environmental Storm Drain Stenciling Roadside Slope Inspection Roadside Stabilization Stormwater Treatment Devices Traction Sand Trap Devices Bridges Welding and Grinding Sandblasting, Wet Blast with Sand Injection and Hydroblasting Painting Bridge Repairs Other Structures Pump Station Cleaning Tube and Tunnel Maintenance and Repair Tow Truck Operations Toll Booth Lane Scrubbing Operations Electrical Sawcutting for Loop Installation Traffic Guidance Thermoplastic Striping and Marking Paint Striping and Marking Raised/ Recessed Pavement Marker Application and Removal Sign Repair and Maintenance Median Barrier and Guard Rail Repair Emergency Vehicle Energy Attenuation Repair Storm Maintenance Minor Slides and Slipouts Cleanup/ Repair Management and Support Building and Grounds Maintenance Storage of Hazardous Materials (Working Stock) Material Storage Control (Hazardous Waste) Outdoor Storage of Raw Materials Vehicle and Equipment Fueling Vehicle and Equipment Cleaning Vehicle and Equipment Maintenance and Repair Aboveground and Underground Tank Leak and Spill Control B. Water Quality Protection Requirements for Construction Projects with Less than One (1) Acre of Disturbed Soil. All construction projects, regardless of size, will be required to implement best management practices (BMPs) necessary to reduce pollutants to the Maximum Extent Practicable (MEP) to meet the Page 25 of 115 minimum water quality protection requirements and implement all applicable set of BMPs as defined in Table 2-2. Please refer to the California Stormwater Quality Association’s Construction Handbook (available on their website: www.cabmphandbooks.com) for further information regarding the BMPs listed in Table 2-2. All construction projects with Less than One (1) Acre of Disturbed Soil shall submit to the City a signed Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit (Exhibit A5). The Contractor may self-certify that the following training was completed on an annual basis providing they certify they have received all applicable training: • The Contractor shall train all of their employees in targeted positions (whose interactions, jobs, and activities affect stormwater quality) on the requirements of the overall stormwater management program. • When the Work includes the use or have the potential to use pesticides or fertilizers, the Contractor shall train all of their employees (whether or not they normally apply pesticides or fertilizers as part of their work). Training programs shall address: 1) The potential for pesticide-related surface water toxicity 2) Proper use, handling, and disposal of pesticides 3) Least toxic methods of pest prevention and control, including Integrated Pest Management 4) Reduction of pesticide use C. Water Quality Protection Requirements for Construction Projects with One (1) Acre (or greater) of Table 2-2 Minimum Water Quality Protection Requirements and Applicable Set of BMPs for All Construction Projects Category Minimum Requirements BMPs 1. Sediment Control Sediments generated on the project site shall be retained using adequate Treatment Control or Structural BMPs. Sediment Control 2. Non-Stormwater Management, Waste Management and Materials Pollution Control Construction-related materials, wastes, spills or residues shall be retained at the project site to avoid discharge to streets, drainage facilities, receiving waters, or adjacent properties by wind or runoff. Non-storm water runoff from equipment and vehicle washing and any other activity shall be contained at the project sites. Stormwater Management; Waste Management 3. Erosion Control Erosion from slopes and channels shall be controlled by implementing an effective combination of BMPs, such as the limiting of grading scheduled during the wet season; inspecting graded areas during rain events; planting and maintenance of vegetation on slopes; and covering erosion susceptible slopes. Erosion Control Page 26 of 115 Disturbed Soil. In addition to the minimum BMPs required in Paragraphs A and B, all construction projects where at least one (1) acre of soil will be disturbed, construction activity that results in land surface disturbances of less than one acre if the activity is part of a larger common plan of development, or the sale of one or more acres of disturbed land surface requires a Construction Activities Storm Water General Permit (2009-0009-DWQ Permit). Prior to commencement of construction activities, the Permit Registration Documents (PRDs) must be submitted electronically in the Storm Water Multi-Application Report Tracking System (SMARTS) (http://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.jsp). PRDs consist of the Notice of Intent, Risk Assessment, Post-Construction Calculations, a Site Map, the Storm Water Pollution Prevention Plan (SWPPP), a signed certification statement by the Legally Responsible Person (LRP), and the first annual fee. See: http://www.swrcb.ca.gov/water_issues/programs/stormwater/construction.shtml for more information. A Waste Discharger Identification (WDID) will be emailed to the LRP after the PRDs have been submitted and are deemed complete. Construction activities cannot begin until a WDID is issued by the State Water Resources Control Board. Contractor shall bear the costs of any delays to the Project caused by a delay in obtaining its WDID. The SWPPP shall include: 1. The name, location, period of construction, and a brief description of the project; 2. Contact information for the owner and contractor; 3. The building permit number for the project; 4. The grading permit number for the project (where applicable); 5. A list of major construction materials, wastes, and activities at the project site; 6. A list of best management practices to be used to control pollutant discharges from major construction materials, wastes, and activities; 7. A site plan (construction plans may be used) indicating the selection of BMPs and their location where appropriate; 8. Non-storm water discharges, their locations, and the BMPs necessary to prevent the discharge; 9. A maintenance and self-inspection schedule of the BMPs to determine the effectiveness and necessary repairs of the BMPs; and 10. A certification statement that all required and selected BMPs will be effectively implemented. Within seven (7) days after the City awards the Contract, the Contractor shall submit seven (7) copies of the proposed SWPPP to the City. The City shall review the SWPPP within 14 days of receipt of the plan. If revisions are required, the Contractor shall revise and re-submit the document within seven (7) days of its receipt of the City’s comments. The City shall then have seven (7) days to consider the revisions made by the Contractor and approve the SWPPP. The Contractor shall maintain a minimum of two (2) readily accessible copies of the SWPPP at the Project site. The SWPPP shall be made available upon request of a representative of the Los Angeles Regional Water Quality Control Board (LARWQCB) or the U.S. Environmental Protection Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the City. D. Best Management Practices The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect the quality of storm water discharge associated with construction activities. The plan will describe Page 27 of 115 and ensure the implementation of Best Management Practices (BMPs) which will be used to reduce pollutants in the storm water discharges from the construction site. A Best Management Practice is defined as any program, technology, process, operating method, measure, or device that controls, prevents, removes, or reduces pollution. The Contractor shall select appropriate BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development, and Construction Volumes (www.cabmphandbooks.com) in conjunction with all activities and construction operations. Copies of the California Stormwater BMP Handbooks may be obtained from: California Stormwater Quality Association P.O. Box 2313 Livermore, CA 94551 www.cabmphandbooks.com Cashier Los Angeles County DPW 900 South Fremont Avenue Alhambra, CA 91803 Tel. No. (626) 458-6959 E. Implementation The Contractor will be responsible throughout the duration of the Project for the installation, monitoring, inspection and maintenance of the BMPs included in the SWPPP and for removing and disposing of temporary BMPs. The Contractor may be required to implement additional BMPs as a result of changes in actual field conditions, contractor’s activities, or construction operations. The Contractor shall demonstrate the ability and preparedness to fully deploy these SWPPP control measures to protect soil-disturbed areas of the project site before the onset of precipitation and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully deploy these control measures. Throughout the winter season, active soil-disturbed areas of the project site shall be fully protected at the end of each day with these control measures unless fair weather is predicted through the following day. The Contractor shall monitor daily weather forecasts. If precipitation is predicted prior to the end of the following workday, construction scheduling shall be modified, as required, and the Contractor shall deploy functioning control measures prior to the onset of the precipitation. The City may order the suspension of construction operations which are creating water pollution if the Contractor fails to conform to the requirements of this Paragraph 2.17. Unless otherwise directed by the City, the Contractor’s responsibility for SWPPP implementation shall continue throughout any temporary suspension of the Work. F. Sewage Spill Prevention. The Contractor’s attention is directed to the sewer bypass operation required during any sewer construction pursuant to the 2012 edition of the “Greenbook” Standard Specifications for Public Works Construction, Section 500.1.2.4 or as that section is subsequently amended. The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a sewage spill. In the event of a sewage spill, the Contractor shall make arrangements for an emergency response unit comprised of emergency response equipment and trained personnel to be immediately dispatched to the project site. The Contractor shall be fully responsible for preventing and containing sewage spills as well as recovering and properly disposing of raw sewage. In addition, the Contractor is responsible for any fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is damaged by the contractor shall be immediately repaired at the Contractor’s expense. The Contractor shall take all measures necessary to prevent further damage or service interruption and to contain and clean up the sewage spills. Page 28 of 115 G. Sewage Spill Telephone Notification Should a sewage spill occur, the Contractor shall immediately report the incident to both of these two City Departments: Sewer Maintenance Services ……………………… City of Vernon Control Center (323) 826-1461 Fire Department Dispatch Center ................................................................................. 911 The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone numbers of City representatives such as Project Managers and Inspectors. However, if these City representatives are not available, then the Contractor shall immediately call: Mark Aumentado …………………………………………………………………………(323) 855 - 1087 H. Sewage Spill Written Notification The Contractor shall prepare and submit a written report to the Director within three (3) Working Days from the occurrence of a spill to the City. This report shall describe all of the following: 1. The exact location on the Thomas Guide map 2. The nature and volume 3. The date, time and duration 4. The cause 5. The type of remedial and/or cleanup measures taken and date and time implemented 6. The corrective and preventive action taken, and 7. The water body impacted and results of necessary monitoring I. Enforcement The City is subject to enforcement actions by the LARWQCB, U.S. EPA, environmental groups and private citizens. The Contractor shall indemnify, defend and hold City, its officers, agents and employees harmless from Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17. Contractor shall be responsible for all costs and liabilities imposed by law as result of Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17. The costs and liabilities include, but are not limited to fines, penalties and damages whether assessed against the City or the Contractor. In addition to any remedy authorized by law, any money due to the Contractor under this contract shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor have been satisfied. J. Maintenance The Contractor shall ensure the proper implementation and functioning of BMP control measures and shall regularly inspect and maintain the construction site for the BMPs identified in the Page 29 of 115 SWPPP. The Contractor shall identify corrective actions and time frames in order to properly address any damaged measure, or reinitiate any BMPs that have been discontinued. If the City identifies a deficiency in the deployment or functioning of identified control measures, the deficiency shall be corrected by the Contractor immediately or by a later date and time if agreed to by Director and if requested in writing, but not later than the onset of the subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. K. Payment All costs involved in the implementation of the SWPPP, including furnishing all labor, materials, tools, equipment and all incidentals; and for doing all the work involved in installing, constructing, maintaining, removing, and disposing of control measures, except those that were installed as a part of another structure, shall be included in the unit prices bid for the various related items of work and no additional compensation will be made therefor. 2.18 SOLID WASTE DISPOSAL AND DIVERSION The Contractor shall submit to the Director the following summary of solid waste generated by the Work, disposed in Class III landfills, or diverted from disposal through recycling. Report disposal in inert fill separately. This form must be accompanied by legible copies of weight tickets, receipts, or invoices that specifically identify the project generating the material. Said documents must be from recyclers and/or disposal site operators that are acceptable to the Director. Further, the documents must be submitted to the Director with each application for progress payment. Failure to submit the form and its supporting documentation will render the application for progress payment incomplete and delay progress payments. Page 30 of 115 SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION Project Title: ______________________________ Specification No. ___________ Type of Material (a) Disposed in Class III Landfills (b) Diverted from Class III Landfills by Recycling (c) [Leave This Column Blank] (d) Disposed in Inert Fills Tons/CY Tons/CY Tons/CY Tons/CY Asphalt Concrete Metal Other Segregated Materials (Describe): Miscellaneous Construction Waste Total Form to be submitted to the City SIGNATURE: TITLE: DATE: 2.19 RECYCLED, REUSABLE AND RECYCLABLE PRODUCTS The Contractor is encouraged to propose recycled, reusable and recyclable products for use by the City. Those items should be clearly identified. The City may require further information or documentation to ascertain the suitability/appropriateness of a proposed product. [END OF ARTICLE] Page 31 of 115 ARTICLE 3 - TIME OF COMMENCEMENT AND COMPLETION 3.01 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK A. Notice to Proceed The Contractor is not authorized to perform any Work the Contract Documents until he/she has received from the City an official notification to commence Work. The date on which the notification is received by the Contractor is herein referred to as the Notice to Proceed. The Contractor shall commence Work on the Date of Commencement established in the Notice to Proceed is issued. The Notice to Proceed shall be issued after the Contract is properly executed, bonds are furnished and approved, and insurance has been submitted and approved. B. Prosecution of the Work Work shall be continued at all times with such force and equipment as will be sufficient to complete it within the specified time. The Contractor expressly proposes that he/she has taken into consideration and made allowances for all ordinary delays and hindrances to the Work to be performed and that he/she will complete the Work within the specified time. C. Required Contract Completion Time is of the essence in the completion of this Contract. The Work shall be completed in its entirety and made ready for service within one hundred fifty (150) calendar days following the Date of Commencement established in the Notice to Proceed (“Contract Time”). By executing the Contract, Contractor confirms that the Contract Time is a reasonable period for performing the Work. 3.02 CITY'S DISCRETION TO EXTEND CONTRACT TIME In the event the Work required hereunder is not satisfactorily completed in all parts and in compliance with the Contract Documents, City shall have the right, in its sole discretion, to increase the number of Working Days or not, as may seem best to serve the interest of City. A change order extending the Contract Time only will be issued by the City should the City decide to increase the number of Working Days. 3.03 SUBSTANTIAL COMPLETION A. Contractor Request for Inspection and Punch List When the Contractor considers that it has achieved Substantial Completion of the Work, or designated portion thereof, Contractor shall prepare and submit to the Director a request for inspection and a comprehensive punch list of items to be completed or corrected prior to Final Payment. Failure to include an item on such punch list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. B. City Inspection Upon receipt of the Contractor's punch list, the Director will make an inspection to determine whether the Work or designated portion thereof is Substantially Complete. If the inspection discloses any item, whether or not included on the Contractor's punch list, which is not sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work or designated portion thereof for its intended use, the Contractor shall, before City's issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by City. The Page 32 of 115 Contractor shall then submit a request for another inspection by City to determine Substantial Completion. C. Certificate of Substantial Completion When the Work or designated portion thereof is substantially complete, the Director will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall establish responsibilities of the City and Contractor for security, maintenance, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall finish all items on the Contractor’s punch list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work. Contractor shall deliver to City all warranty and guarantee documents and policies. 3.04 DELAYS AND EXTENSIONS OF TIME FOR CONTRACTOR A. The Contractor shall take reasonable precautions to foresee and prevent delays to the Work. In the event of any delay to the Work, the Contractor shall revise his/her sequence of operations, to the extent possible under the terms of the Contract, to offset the delay. B. If any delay to the Work is caused by circumstances within the Contractor's control, it is not excusable and not compensable, and the Contractor will not be entitled to any extension of time or to any other compensation for damages resulting directly or indirectly therefrom. C. If any delay having a direct effect on the Work is caused by circumstances beyond the control of the Contractor except for causes of delay specified in Paragraph 3.04-D., such delay may be excusable and may entitle the Contractor to an equivalent extension of time, but not to any other compensation. Excusable but not compensable causes include but are not limited to labor disputes, weather conditions unfavorable for prosecution of the Work, and force majeure. D. If any delay having a direct effect on the Work is caused by failure of the City to provide information as specified, or necessary instructions for carrying on the Work, or to provide the necessary right of way or site for installation, or failure of a utility to remove or relocate an existing facility such delay may be compensable and may entitle the Contractor to an equivalent extension of time, and to compensation for damages resulting directly from any of the causes of delay specified in this paragraph. E. The Contractor shall notify the Director in writing of any delay having a direct effect on the Work and the causes thereof within 15 days from the beginning of such delay. F. Any claim for an extension of time or for compensation for damages resulting from delay shall be made in writing to the Director not more than 30 days after the ending of such delay. The Contractor shall provide a written report evaluating the impact of the delay which shall include, at a minimum, all of the following: 1. a narrative description of the delay and its impact on the critical path to Substantial Completion of the Work or a portion of the Work designated by City; 2. a detailed breakdown of the Allowable Costs, if any, sought by Contractor due to the delay; 3. the number of days of extension sought by Contractor as an adjustment to the Contract time; 4. a statement that Contractor has complied with the requirements of the General Conditions for written notice of delays, along with the dates and copies of such notices; Page 33 of 115 5. the measures taken by Contractor and Subcontractors to prevent or minimize the delay; and 6. the Contactor’s recommendations for reordering or re-sequencing the Work to avoid or minimize further delay. No extension of time or compensation for damages resulting from delay will be granted unless the delay affects the timely completion of the overall Work under the Contract or the timely completion of a portion of the Work for which a time of completion is specified. G. The Director will investigate the facts and ascertain the extent of the delay, and his/her findings thereon shall be final and conclusive. H. Failure of the Contractor to give written notice of a delay, or to submit or document a claim for an extension of time or for damages resulting from delay in the manner and within the times stated above shall constitute a waiver of all claims thereto. I. When a Contractor experiences two concurrent delays, one compensable and the other excusable, no compensation other than an extension of time will be allowed. J. An extension of time must be approved by the Director to be effective, but an extension of time whether with or without consent of the sureties, shall not release the sureties from their obligations, which shall remain in full force until the discharge of the Contract. 3.05 CLIMATIC CONDITIONS A. The Director may suspend the Work whenever weather conditions or conditions resulting from inclement weather are unfavorable for the prosecution of the Work. The delay caused by such suspension may entitle the Contractor to an extension of time but not to any other compensation. B. If the Contractor believes that Work should be suspended under this Paragraph 3.05, he/she may request such suspension. The delay caused by such suspension may entitle the Contractor to an extension of time but not to any other compensation. C. No extension of time will be granted for suspension of Work unless the suspension affects the timely completion of all Work under the Contract or the timely completion of a portion of the Work for which a time of completion is specified. Determination that the suspension for inclement weather conditions or conditions resulting from inclement weather affects timely completion and entitles the Contractor to an extension of time shall be made and agreed to in writing by the Director and the Contractor on each day that Work is suspended. In the event of failure to agree, the Contractor may protest under the provisions of Paragraph 7.07. D. If Work is suspended and an extension of time is granted under this Paragraph 3.05 the Contractor will be entitled to a one day extension of time for each day that he/she is unable to Work at least one-half of his/her current normal Work day; and if the Work is suspended at the regular starting time on any Work day and the Contractor's Workforce is dismissed as a result thereof, then he/she will be entitled to a one day extension of time whether or not conditions change thereafter and the major portion of the day is suitable for Work. 3.06 COMPLETION AND ACCEPTANCE A. Upon request by the Contractor, the Director shall conduct a final inspection of the Work. If, in the Director’s opinion, Final Completion has been achieved, the Director will accept the Work by issuing a “Notice of Completion” of the Work to the Contractor. Upon the issuance of the Notice of Completion Page 34 of 115 the Contractor will be relieved from responsibility to protect the Work. B. Within 15 calendar days after issuing the Notice of Completion, the Director will record the Notice of Completion with the County Recorder. 3.07 LIQUIDATED DAMAGES A. Contractor and City agree to liquidate damages in the amount of one thousand dollars ($1,000.00) per day, with respect to Contractor’s failure to achieve Substantial Completion of the Work within the Contract Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract as set forth in Government Code Section 53069.85. The Contractor acknowledges and agrees that the liquidated damages are intended to compensate City solely for the Contractor’s failure to meet the deadline for Substantial Completion and shall not excuse Contractor from liability from any other breach, including any failure of the Work to conform to the requirements of the Contract Documents. B. In the event that Contractor fails to achieve Substantial Completion of the Work within the Contract Time, Contractor agrees to pay City the amount specified in the Contract form for each calendar day that Substantial Completion is delayed. C. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set based on an evaluation of damages that the City will incur in the event of late completion of the Work. Contractor and City acknowledge and agree that the amount of such damages are impossible to ascertain as of the effective date hereof and have agreed to such liquidated damages to fix City’s damages and to avoid later disputes. It is understood and agreed by Contractor that liquidated damages payable pursuant to this Agreement are not a penalty and that such amount are not manifestly unreasonable under the circumstances existing as of the effective date of this Agreement. D. It is further mutually agreed that City shall have the right to deduct liquidated damages against progress payments or retainage and that the City will issue a Construction Change Directive and reduce the Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the full amount of liquidated damages. Contractor shall pay the difference to City. [END OF ARTICLE] Page 35 of 115 ARTICLE 4 - CONSTRUCTION SCHEDULES 4.01 BASELINE PROJECT SCHEDULE The Contractor shall submit his/her work Baseline Project Schedule, in electronic as well as hard-copy format, to the Director at the pre-construction meeting showing in detail how the Contractor plans to execute and coordinate the Work. The construction schedule shall show the sequence of work, critical path and estimated time for completion of each segment of work. This schedule must be reviewed and accepted by the Director before the Contractor will be permitted to begin work. In addition, the Contractor shall submit a detailed schedule forecasting two (2) weeks of work describing each day’s work. This schedule shall be updated and submitted to the City every other Monday during the construction period. The Contractor shall give 48 hours notice to the City Engineer prior to the start of the work. A. Format 1. At a minimum, the Baseline Project Schedule activities shall be coded on a work discipline basis and by geographic area or location on the Project. The Baseline Project Schedule shall include a detailed description of each activity code. The Baseline Project Schedule shall be based on and incorporate contract milestone and completion dates specified in the Contract Documents. It shall depict events, jobs, and their interrelationships and shall recognize the progress that must be made on one task before subsequent tasks can begin. The schedule shall be comprehensive and shall include all logical interdependencies and interactions required to perform the Work of the Project. 2. Overall time of completion and time of completion for each milestone shown on the Schedule shall adhere to the specified Contract Time, unless an earlier (advanced) time of completion is requested by Contractor, agreed to by the City and formalized by Change Order. 3. Contractor shall use the latest version of Microsoft Project or equivalent software agreed to by the parties. 4. The City will review the submitted Baseline Project Schedule for conformance with these scheduling requirements. Within fourteen (14) calendar days after receipt, the City will accept the proposed Baseline Project Schedule or will return it with comments. If the proposed Baseline Project Schedule is accepted by the City, it shall be deemed part of the Contract Documents. If the Baseline Project Schedule is not accepted by City, Contractor shall revise the Baseline Project Schedule, in accordance with the recommendations of the City, and re-submit same for acceptance, no later than seven (7) calendar days after receipt of said recommendation. 5. Acceptance of Baseline Project Schedule by City, failure to include an element of work, or inaccuracy in Baseline Project Schedule shall not relieve Contractor from the responsibility for accomplishing the Work in accordance with the Contract Documents. B. Float 1. Critical Work activities are defined as Work activities which, if delayed or extended, will delay the scheduled completion of the milestones and/or time of completion. All other Work activities are defined as non-critical Work activities and are considered to have float. Float is defined as the time that a non-critical Work activity can be delayed or extended without delaying the scheduled completion of the milestones and/or time of completion. Float is considered a Project resource available to either party or both parties as needed. Once identified, Contractor shall monitor, account for, and maintain float in accordance with Critical Path Methodology. Page 36 of 115 2. Delays of any non-critical Work shall not be the basis for an extension of Contract Time until the delays consume all float associated with that non-critical Work activity and cause the Work activity to become critical. 3. It is acknowledged that City-caused time savings (i.e., critical path submittal reviews returned in less time than allowed by the Contract Documents, approval of substitution requests which result in a savings of time for Contractor, etc.) create shared float. Accordingly, City-caused delays may be offset by City-caused time savings. C. Weather (This section applies only to projects of one (1) year duration or longer) The completion time contemplated by this Contract anticipates zero lost days (Work Days) due to normal weather conditions annually and prorated for any duration less than twelve months. Only unusual or extreme weather conditions, as determined by the National Oceanic and Atmospheric Administration, for the time of year will be considered as justification for an extension of time to complete the Project, and only after the zero weather days have been utilized. Annual weather days are not cumulative, and unused days shall become “float” for the benefit of the project, and the schedule adjusted accordingly. The use of weather days by the Contractor shall be subject to all the conditions of claim for an extension of time. The Contractor shall notify the City in writing within ten (10) days of the commencement of each rain event. D. Early Completion While the Contractor may schedule completion of the Project earlier than the date established by the Contract Documents, no additional compensation shall become due the Contractor for the use of float time between the Contractor’s projected early completion date and the date for Substantial Completion established by the Contract Documents, unless an earlier (advanced) time of completion is requested by Contractor, agreed to by the City, and formalized by Change Order. 4.02 SCHEDULE UPDATES A. With each Application for Payment submitted by Contractor (other than the final Application for Payment), the Contractor shall submit to the City an updated Project Schedule revised to indicate the Work completed, status of Work in progress, all progress slippages, corrective actions taken, or slippage carry-over, for all anticipated delays or difficulties, and all other information required to accurately present the actual status of the progress of the Work as of the date of the Application for Payment. If the Contractor does not submit an updated Project Schedule with an Application for Payment, City may withhold payment, in whole or in part, until the updated Project Schedule is submitted. In the event that an update to the Project Schedule indicates a delay to the Contract Time the Contractor shall propose an affirmative plan to correct each such delay, including overtime and/or additional labor, if necessary. In no event shall any Project Schedule update constitute an adjustment in the Contract Time, any deadline, or the Contract Sum unless any such adjustment is agreed to by the City and authorized pursuant to Change Order or Work Directive. B. At no time shall historical data contained within the updated Project Schedule (i.e. completed activities) be removed and/or altered in any way. This historical data is to be preserved within each of the updated Project Schedules and submitted with the final schedule update to reflect the actual start and finish dates for each activity within the Schedule. C. Any work stoppages within individual work activities that exceed seven (7) calendar days in duration shall be clearly indicated within the updated Project Schedule. In cases where unplanned activity work stoppages exceed seven (7) calendar days activities shall be added to the Project Schedule to clearly Page 37 of 115 indicate the work stoppage period and identify forecasted resumption and completion of the activity where work has stopped. Contractor shall clearly note all schedule revisions when Project Schedule updates are submitted, as required in this Paragraph 4.02 above. 4.03 NONCOMPENSABLE EXTRAORDINARY MEASURES A. Should the City determine, in its sole judgment, that the performance of the Work has not progressed to the level of completion required by the Contract Documents, City shall have the right to order the Contractor to take corrective measures to expedite the progress of construction, at no additional cost to the City, including, without limitation, the following: 1. Working additional shifts of overtime. 2. Supplying additional manpower, equipment, and/or facilities. 3. Reschedule activities to maximize practical concurrence of accomplishment of activities. 4. Submitting a Recovery Schedule discussed above, for resequencing performance of the Work or other similar measures. 5. Any other actions that may be necessary to mitigate delays. B. Such Extraordinary Measures shall continue until the progress of the Work is no longer behind schedule and/or reaches the stage of completion required by the Contract Documents. Contractor shall not be entitled to an adjustment in the Contract Sum in connection with the performance of any such Extraordinary Measures required by the City under this Paragraph. The City may exercise the rights furnished the City pursuant to this Paragraph as frequently as the City deems necessary to ensure that the Contractor’s performance of the Work will comply with the Contract Time or interim completion dates set forth in the Contract Documents. If Contractor or its Subcontractors fail to implement or commence Extraordinary Measures within ten (10) calendar days of City’s written demand, City may, without prejudice to other remedies, take corrective action at the expense of the Contractor which shall reduce the Contract Sum accordingly. 4.04 CONDITION OF PAYMENT Compliance by Contractor with the requirements of the Contract Documents pertaining to preparation, submission, revising and updating of the Schedule is a condition precedent to City’s obligation to make payment to Contractor of any or all sums that might otherwise be due to Contractor in the absence of such noncompliance. Payment by City under circumstances in which City, for any reason, fails or elects not to assert its right to withhold payment for noncompliance with this Paragraph shall not be construed as a waiver of the right to withhold future payments on account of such noncompliance or any other noncompliance. [END OF ARTICLE] Page 38 of 115 ARTICLE 5 - SUSPENSION OR TERMINATION OF CONTRACT 5.01 TERMINATION BY THE CONTRACTOR A. Contractor shall have the right to terminate its performance of the Contract only upon the occurrence of one of the following: 1. The Work is stopped for a period of ninety (90) consecutive days through no act or fault of the Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, due to: a. the issuance of an order of a court or other public authority having jurisdiction; or b. an act of government, such as a declaration of national emergency making material unavailable; and Contractor has given City written notice within ten (10) days of the occurrence of such ground for termination, then the Contractor may, upon thirty (30) additional calendar days written notice to City, unless the reason has theretofore been cured, terminate its performance of the Work. 2. The Work is stopped for a period of 120 consecutive days through no act or fault of Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, because the City has persistently failed to perform any material obligation under the Contract Documents and fails to cure such default within ninety (90) days after the receipt of notice from Contractor stating the nature of such default. B. If Contractor terminates its performance of the Contract in accordance with this Paragraph 5.01, the City shall pay Contractor for the Work executed through the date of termination as set forth in Paragraph 5.04-C below. 5.02 TERMINATION BY THE CITY FOR CAUSE A. Grounds The City shall have the right to terminate the Contractor’s performance of the Contract, in whole or in part, without liability to City if: 1. Contractor fails promptly to begin the Work under the Contract Documents; or 2. Contractor refuses or fails to supply enough properly skilled workers or proper materials; or 3. Contractor fails to perform the Work in accordance with the Contract Documents, including conforming to applicable standards set forth therein in constructing the Project, or refuses to remove and replace rejected materials or unacceptable Work; or 4. Contractor discontinues the prosecution of the Work (exclusive of work stoppage: (a) due to termination by City; or (b) due to and during the continuance of a Force Majeure event or suspension by City); or Page 39 of 115 5. Contractor fails to resume performance of Work which has been suspended or stopped, within a reasonable time after receipt of notice from City to do so or (if applicable) after cessation of the event preventing performance; or 6. Any representation or warranty made by Contractor in the Contract Documents or any certificate, schedule, instrument, or other document delivered by Contractor pursuant to the Contract Documents shall have been false or materially misleading when made; or 7. Contractor fails to make payment to Subcontractors or Material Suppliers for materials or labor in accordance with the respective Contract Documents and applicable law; or 8. Contractor disregards laws, ordinances, or rules, regulations, or orders of a public authority having jurisdiction; or 9. Contractor is guilty of breach of a provision of the Contract Documents; or 10. Contractor becomes insolvent, is adjudicated bankrupt, or makes a general assignment for the benefit of creditors and fails to provide City with adequate assurances of Contractor’s ability to satisfy its contractual obligations. A receiver, trustee, or other judicial officer shall not have any right, title, or interest in or to the Contract. Upon that person’s appointment, City has, at its option and sole discretion, the right to immediately cancel the Contract and declare it null and void. B. City’s Rights. When any of the reasons specified in Paragraph 5.02-A exist, the City may, in addition to and without prejudice to any other rights or remedies of the City, and after giving the Contractor five (5) calendar days written notice, terminate Contractor’s performance of the Work, in whole or in part, and may: 1. Take possession of the site and all materials, equipment, tools, construction equipment, and machinery thereon owned by the Contractor; 2. Withhold from Contractor amounts unpaid hereunder and to offset such amounts against damages or losses incurred by City; 3. Accept assignment of subcontracts from Contractor, at the sole discretion of City, and 4. Finish the Work by whatever reasonable method the City may deem expedient. Upon request of the Contractor, the City shall furnish to the Contractor a detailed accounting of the costs incurred by the City in finishing the Work. C. Costs If City’s costs to complete and damages incurred due to Contractor’s default exceed the unpaid Contract balance, the Contractor shall pay the difference to the City. D. Wrongful Termination If it has been adjudicated or otherwise determined that City has wrongfully terminated the Contractor for cause, then said termination shall be deemed converted to a termination for convenience as set forth in Paragraph 5.04 and Contractor’s remedy for wrongful termination in such event shall be limited Page 40 of 115 to the recovery of the payments permitted for termination for convenience as set forth in Paragraph 5.04. 5.03 PARTIAL DELETION OR SUSPENSION OF WORK BY THE CITY A. Contractor agrees that the City may determine whether any or all of the Work described in the Contract Documents shall be deleted or performance suspended without electing to terminate the Contractor’s performance under the Contract and without any penalty being incurred by the City. B. Any such partial deletion or suspension of the Work shall in no way void or invalidate the Contract nor shall it provide Contractor with any basis for seeking payment from City for Work deleted or suspended except to the extent such Work has already been performed and is otherwise compensable under the Contract. C. The City shall have the right to later have any such suspended or deleted Work performed by Contractor or others without any penalty to the City. D. In the event of any partial or complete deletion or suspension of Work, the City shall furnish Contractor with prompt written notice thereof, and the City shall be entitled to take possession of and have as its property all Record Documents, Accounting Records, and other data prepared by Contractor or its Subcontractors. E. Suspension for Convenience. 1. The City may at any time and from time to time, without cause, order the Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for such period of time as the City may determine. Such order shall be specifically identified as a “Work Suspension Directive” under this Section. 2. Upon receipt of a Work Suspension Directive, Contractor shall, at the City’s expense, comply with its terms and take all reasonable steps to minimize costs allocable to the Work covered by the Work Suspension Directive during the period of Work stoppage. 3. Within the period of suspension, or such extension to that period as is agreed upon by Contractor and the City, the City shall either cancel the Work Suspension Directive or delete the Work covered by such Work Suspension Directive by issuing a Change Order or Construction Change Directive. 4. If a Work Suspension Directive is cancelled or expires, Contractor shall continue the Work. A Change Order or Construction Change Directive will be issued to cover any adjustments of the Contract Sum and Contract Time necessarily caused by such suspension. No adjustment shall be made to the extent: (a) That performance is, was, or would have been so suspended, delayed, or interrupted by another cause for which the Contractor is responsible; or (b) That an equitable adjustment is made or denied under another provision of the Contract. F. Suspensions for Cause City has the authority by written order to suspend the Work, in whole or in part, without liability to City for Contractor’s failure to: 1. Correct conditions unsafe for the Project personnel or general public, or Page 41 of 115 2. Carry out the Contract; or 3. Carry out orders of City. G. Responsibilities of Contractor During Suspension Periods During periods that Work is suspended, Contractor shall continue to be responsible for the Work and shall prevent damage or injury to the Project, provide for drainage, and shall erect necessary temporary structures, signs or other facilities required to maintain the Project and continue to perform according to the Contract Documents. 5.04 TERMINATION BY THE CITY FOR CONVENIENCE A. Grounds Without limiting any rights which City may have by reason of any default by Contractor hereunder, City may terminate Contractor’s performance of the Contract, in whole or in part, at any time, for convenience upon fifteen (15) calendar days written notice to Contractor. B. Contractor Actions Upon receipt of such notice, Contractor shall perform the duties required by Paragraph 5.05 below. At the election of and as directed by the City, any or all of the subcontracts and purchase orders entered in to by Contractor prior to the effective date of termination shall be terminated or shall be assigned to City. C. Compensation 1. If the Parties are unable to agree on the amount of a termination settlement, the City shall pay the Contractor the following amounts: a. For Work performed before the effective date of termination, the total (without duplication of any items) of: i. The cost of the Work; and ii. A sum, as overhead and profit on the cost of the Work, determined by the City to be fair and reasonable. In no event shall Contractor be entitled to recover overhead or profit on Work not performed. b. The reasonable costs of settlement of the Work terminated, including: i. Accounting, clerical, and other expenses reasonably necessary for the preparation of termination settlement proposals and supporting data, if any; and ii. Storage, transportation, and other costs reasonably necessary for the preservation, protection, or disposition of inventory. 2. Such payment shall be Contractor’s exclusive remedy for termination for convenience and will be due and payable on the same conditions as set forth for final payment to the extent applicable. Upon receipt of such payment, the Contractor and City shall have no further obligations to each other except for Contractor’s obligations with respect to warranties, representations, indemnity, Page 42 of 115 maintenance of insurance, and other obligations that survive termination or Final Completion as provided for herein. 3. It is understood and agreed that no fee, anticipated profit, compensation for lost opportunity costs, or other compensation or payment of any kind or character shall be due or payable for unperformed Work regardless of the basis of termination and the inclusion of this provision within this subparagraph shall in no way limit its application to termination under this Paragraph. 4. Contractor agrees that each of its subcontracts will reserve for the Contractor the same right of termination for convenience provided by this Paragraph 5.04. D. No Consequential Damages Under no circumstances shall Contractor be entitled to anticipatory or unearned profits or consequential or other damages as a result of a termination or partial termination under this Article 5. The payment to Contractor determined in accordance with this Article constitutes Contractor’s exclusive remedy for a termination hereunder. 5.05 CONTRACTOR’S DUTIES UPON TERMINATION FOR CAUSE OR CONVENIENCE If the City terminates Contractor’s performance of Work under the Contract, for cause or convenience or if Contractor terminates a Subcontractor with the City’s approval, Contractor shall: (1) cease performance of the Work to the extent specified in the notice; (2) take actions necessary or that the City may direct, for the protection and preservation of the Work; (3) settle outstanding liabilities, as directed by City; (4) transfer title and deliver to City Work in progress, specialized equipment necessary to perform the Work; (5) submit all Record Documents, Accounting Records and other data prepared pursuant to the Contract by Contractor and/or its Subcontractors, as applicable, to the City with fifteen (15) calendar days after the City’s notice of termination in an organized, usable form, in both hard copy and electronic/digital form, with all items properly labeled to the degree of detail specified by the City; and, (6) except for Work directed by City to be performed prior to the effective date of termination stated in the notice, incur no further costs or expenses and enter into no further subcontracts and purchase orders. No compensation shall be due Contractor, if any, until Contractor complies with the requirements of this Paragraph. [END OF ARTICLE] Page 43 of 115 ARTICLE 6 – CHANGES 6.01 CITY'S RIGHT TO ORDER CHANGES The City, without invalidating the Contract, may authorize changes in the Work consisting of additions, deletions, or other revisions, with the Contract Sum and Contract Time being adjusted accordingly, if necessary. All such changes in the Work shall be authorized by Change Order or Construction Change Directive and Contractor shall perform such changes in the Work according to the applicable requirements of the Contract Documents. 6.02 APPLICABLE PROVISIONS Changes in the Work shall be performed under applicable provisions of the Contract Documents. The Contractor shall proceed promptly and diligently with the change, unless otherwise provided in the Change Order or Construction Change Directive. It is of the essence to this Contract that all scope changes in the Work that form the basis of an adjustment of the Contract Sum or Contract Time must be authorized in advance in writing through either a Change Order or Construction Change Directive. A change in the Contract Sum or the Contract Time shall be accomplished only by Change Order or Construction Change Directive. Accordingly, no verbal directions, course of conduct or dealings between the Parties, express or implied acceptance of alterations or additions to the Work, or claim that the Contract has been abandoned or the City has been unjustly enriched by any alteration or addition to the Work shall be the basis of any claim for an increase in any amounts due under the Contract Documents or a change in any time period provided in the Contract Documents. 6.03 NOTICE OF SCOPE CHANGE Contractor shall submit written notice of any change in scope to the Director if, in the Contractor’s opinion, any instruction, request, Drawings, Specifications, action, condition, omission, default, or other situation occurs that the Contractor believes constitutes a scope change or other matter resulting in Extra Work, for which Contractor believes it is entitled to an adjustment of the Contract Sum or Contract Time. Such notice shall be provided prior to performance of the Work affected by such occurrence and within seven (7) calendar days after the discovery date of the circumstances of such scope change or other matters. The written notice shall state the date, circumstances, extent of adjustment to the Contact Sum or the Contract Time, if any, requested. The mere presentation of such notice shall not establish the existence of any right by Contractor to adjustment of the Contract Sum or Contract Time. Failure to provide such timely written notice described herein shall constitute a waiver by Contractor of the right to any adjustment to the Contract Sum or Contract Time on account thereof. 6.04 CHANGE ORDERS A. Computation Methods used in determining adjustments to the Contract Sum by Change Order may include those listed in Paragraph 6.06 below. B. Accord and Satisfaction Agreement on any Change Order shall be a full compromise and settlement of all adjustments to Contract Time and Contract Sum, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differing Site conditions, construction interferences and other extraordinary or consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effects of Page 44 of 115 said Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in the Change Order. By execution of any Change Order, Contractor agrees that the Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any costs of whatever nature, character or kind arising out of or incidental to the Change Order. No action, conduct, omission, product failure or course of dealing by the City shall act to waive, modify, change, or alter the requirement that (i) Change Order's must be in writing, signed by the City and Contractor and; (ii) that such written Change Orders are the exclusive method for effectuating any change to the Contract Sum and/or Contract Time. 6.05 CONSTRUCTION CHANGE DIRECTIVE (FIELD DIRECTIVE) A. A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. The City may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletion, or other revisions, the Contract Sum and Contract Time being adjusted accordingly. B. If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment shall be calculated in accordance with Paragraph 6.06 herein (Pricing Changes in the Work). C. Upon receipt of the Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the City of the Contractor’s agreement or disagreement with the method, if any, provided in the Construction Change Directive, for determining the proposed adjustment in the Contract Sum or Contract Time. D. If Contractor believes a Construction Change Directive constitutes a basis for adjustment to the Contract Sum or Contract Time, then Contractor shall give a Notice of Scope Change provided in Paragraph 6.03, followed by a submission of a Change Order Request as required by Paragraph 6.08. Contractor shall, if requested by City in such Construction Change Directive or in a subsequent Construction Change Directive, proceed with the performance of the Work as described in the Construction Change Directive. Failure of Contractor to proceed with the performance of Work, as described in the Construction Change Directive shall give the City the right to carry out the Work, as set forth in Paragraph 2.05. E. A Construction Change Directive signed by the Contractor indicates the Contractor’s agreement therewith, including adjustment in Contract Sum and Contract Time or the method for determining them. Such agreement shall be effective immediately and shall be recorded as a Change Order. F. If the Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum, the method and the adjustment shall be determined by the City on the basis of reasonable expenditures and savings of those performing the Work attributable to the change, including, in the case of an increase in the Contract Sum, Allowable Mark-Ups in accordance with Paragraph 6.06(E) herein. 6.06 PRICING CHANGES IN THE WORK A. Alternative Methods of Pricing The amount of any adjustment by Change Order or Construction Change Directive increasing or decreasing the Contract Sum shall be determined by the Director using one or a combination of the following methods: Page 45 of 115 1. Lump Sum. By mutual acceptance of a lump sum proposal from Contractor properly itemized and supported by sufficient substantiating data to permit evaluation. Such proposal shall be based solely on Allowable Costs, as defined in Subparagraph 6.06-C, and Allowable Mark-Ups, as defined in Subparagraph 6.06-E, and shall not include any costs or expense that is not permitted by the terms of any provision of the Contract Documents. 2. Unit Prices. By unit prices contained in Contractor’s original Bid and incorporated in the Contract Documents or fixed by subsequent agreement between City and Contractor. Unless otherwise stated in the Bidding Documents, unit prices stated in the Contract Documents or agreed upon by the County and Contractor shall be deemed to include and encompass all Allowable Markups. 3. Time and Materials. By calculating the actual Allowable Costs directly incurred, plus a sum for Allowable Mark-Ups on such Allowable Costs. 4. Deletion of Work. By Unit Prices contained in Contractor’s original Bid and incorporated in the Contract Documents, or by using the Schedule of Values to determine the value of the decrease of the Contract Sum, less the value of any Work performed, plus a reasonable percentage of the decrease for the Contractor’s saved overhead unless the Schedule of Values allocates general conditions costs to individual line items, in which case no percentage of the decrease shall be added. When a change consists of both addition and deletion of Work, the added costs and deleted costs shall be calculated separately, and then added together, resulting in the net cost for the change. The Allowable Mark-Up shall be applied to this net cost. B. Contractor Maintenance of Daily Records for Changes 1. In the event that Contractor is directed to perform any Extra Work, or should Contractor encounter conditions which the Contractor believes would obligate the City to adjust the Contract Sum and/or the Contract Time, Contractor shall maintain detailed records of the cost of such changes on a daily basis summarized in a daily report supplemented by back-up records. Such records shall include without limitation: a. Labor. At the close of each day on which such Extra Work is performed, Contractor shall submit an Extra Work labor report, on forms provided by Director, to Director that sets forth a list of the actual hours spent in performing the Extra Work, that clearly differentiates between the labor expended on the Extra Work and other Work, and the Allowable Costs for such Extra Work performed that day showing the names of workers, their classifications, hours worked and hourly rates. b. Materials, Equipment. A list of Allowable Costs of materials and equipment consumed in the performance of the Extra Work on the day on which such Extra Work is performed, together with copies of applicable delivery tickets and unit prices for all materials and for all equipment used the type of equipment, identification number, hours of operation (including loading and transportation) and hourly/daily rates involved for that day. c. Other Services or Expenditures. A list of other services and expenditures constituting Allowable Costs incurred in performance of the Extra Work on the day on which such Extra Work is performed, along with documentation verifying the amounts thereof in such detail as Director may require. 2. In the event that more than one change to the Work is performed by the Contractor in a calendar day, Contractor shall maintain separate records of labor, construction equipment, materials, and Page 46 of 115 equipment for each such change. In the event that any Subcontractor of any tier shall provide or perform any portion of any change to the Work, Contractor shall require that each such Subcontractor maintain records in accordance with this Section. 3. Each daily record maintained hereunder shall be signed by Contractor; such signature shall be deemed Contractor’s representation and warranty that all information contained therein is true, accurate, complete, and relates only to the change referenced therein. All records maintained by Subcontractors of any tier, relating to the costs of a change in the Work shall be signed by such Subcontractor’s authorized project manager or superintendent. All such records shall be forwarded to the Director on the day the Work is performed (same day) for independent verification. The Director shall attempt to review and reconcile costs for changes on a daily basis. Records not available on the day on which the Extra Work is performed, such as, but not limited to, material invoices, shall be submitted as soon as they are available but not later than five (5) calendar days after the earlier of the day of delivery or incorporation of the particular item of Extra Work at the Site. 4. The Director may additionally require authentication of all time and material tickets and invoices by persons designated by the Director for such purpose. In the event that Contractor shall fail or refuse, for any reason, to maintain or make available for inspection, review, and/or reproduction such records, adjustments to the Contract Sum or Contract Time, if any, on account of any change to the Work may be deemed waived for that day. Contractor’s obligation to maintain back-up records hereunder is in addition to, and not in lieu of, any other Contractor obligation under the Contract Documents with respect to changes to the Work. 5. Waiver by Contractor. Failure to submit such records as are required by this Paragraph daily shall waive any rights for recovery of Allowable Costs incurred for Extra Work performed that day. The failure of the Contractor to secure any required authentication shall, if the City elects in its sole discretion to treat it as such, constitute a waiver by the Contractor of any right to adjustment of the Contract Sum for the Allowable Cost of all or that portion of the Extra Work covered by such non-authenticated ticket or invoice. C. Allowable Costs The term “Allowable Costs” shall mean in the case of Extra Work actual costs incurred by Contractor and/or any Subcontractor, regardless of tier, and necessarily involved in direct performance of the Extra Work, or in the case of deleted work the actual costs that would have been incurred in performing deleted work by Contractor and/or any Subcontractor, regardless of tier, and shall be limited to the following costs: 1. Labor. Straight-time wages or salaries, and overtime wages and salaries specifically authorized by City in writing, for employees employed at the site, or at fabrication sites off the site, in the direct performance of the Extra Work or that would have been incurred in the direct performance of the deleted work, based on the actual cost for wages prevailing locally for each craft or type of workers at the time the Extra Work is done or the deleted work is ordered eliminated. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The use of labor classification which would increase the Allowable Cost for Extra Work will not be permitted unless Contractor establishes the necessity for such additional costs. 2. Benefits. Payroll taxes, insurance, health and welfare, pension, vacation, apprenticeship funds and benefits required by lawful collective bargaining agreements for employees on straight-time Page 47 of 115 wages or salaries, and on overtime wages and salaries specifically authorized by City in writing, for employees employed at the site, or at fabrication sites off the site, in the direct performance of the Extra Work or that would have been incurred in the direct performance of the deleted work. 3. Materials, Consumables. Costs of materials and consumable items which are furnished and incorporated into the Work, as approved by City, or that would have been incorporated into the Work in the case of deleted work shall be at the lowest price available to Contractor but in no event shall such costs exceed competitive wholesale prices obtainable from other Subcontractors, suppliers, manufacturers and distributors in the general vicinity of the site. If City determines, in its discretion, that the cost of materials is excessive, or if Contractor fails to furnish satisfactory evidence of the cost from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest wholesale price at which similar materials are available in the quantities required at the time they were needed. The City reserves the right to furnish such materials as it deems advisable, and Contractor shall have no claim for costs or profits on materials so furnished. Material invoices must be included with the extra work report to obtain payment. 4. Taxes. Sales taxes on the costs of materials and consumable items described in Paragraph 5.04-C.3 above. 5. Tool, Equipment Rental. Rental charges for necessary machinery and equipment, whether owned or hired, as authorized in writing by City, exclusive of hand tools, used directly in the performance of the Extra Work or that would have been used in the direct performance of the deleted work. Regardless of ownership, such rental charges shall not exceed the hourly rate derived from the most recently published “Rental Rate Blue Book for Construction Equipment” or the “Rental Rate Blue Book for Older Construction Equipment,” as published by K-111, San Jose, California, which is in effect at the time of commencement of the changed work. The Contractor shall attach a copy of the rate schedule to the daily reports required by Paragraph 6.06-B, above. The charges for any machinery and equipment shall cease when the use thereof is no longer necessary for the Extra Work or deleted work. No charge shall be allowed for use of equipment or tools which have a replacement value of $500 or less. The allowable rental rates shall include the cost of fuel, power oil, lubrication, supplies, small tools, necessary attachments, loading, transportation, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Notwithstanding the provisions of Paragraph 6.06-E below, no mark-up shall be allowed for overhead, profit or bond premiums for use of equipment if the equipment is supplied by an equipment rental firm. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to City than holding it at the Site, it shall be returned, unless Contractor elects to keep it at the Site at no expense to City. Costs incurred while equipment is inoperative due to breakdowns, regular maintenance, or for non-Working Days shall not be allowed. The rental time shall include the time required to move the equipment to the Work from the nearest available source for rental of such equipment and to return it to the source. If such equipment is not moved by its own power, then loading and transportation will be allowed. Neither moving time nor loading and transportation costs will be paid if the equipment is for use on the Project unrelated to the Extra Work. All equipment shall be acceptable to City, in good working condition, and suitable for the purpose for which it is to be used. 6. Royalties. Additional or saved costs of royalties due to the performance of the Extra Work or deleted work. Page 48 of 115 7. Insurance, Bonds. Additional or saved costs of insurance and bonds, provided, however, that for Extra Work such costs shall not exceed one percent (1%) of Items 1 through 6 above. D. Costs Not Allowed Allowable Costs shall not include any of the following: 1. Wages, salaries, fringe benefits and payroll taxes of Contractor’s and all Subcontractor’s non- craft labor (above a Foreman level); 2. Overhead (including home office overhead), administrative or general expenses of any kind including engineering, estimating, scheduling, drafting, detailing, etc., incurred in connection with Extra Work; 3. Vehicles not dedicated solely for the performance of the extra of deleted work; 4. Small tools (replacement value not exceeding $500); 5. Office expenses, including secretarial and administrative staff, materials and supplies; 6. On-site and off-site trailer and storage rental and expenses; 7. Site fencing; 8. Utilities, including gas, electric, sewer, water, telephone, telefax, copier equipment; 9. Computer and data processing personnel, equipment and software; 10. Federal, state of local business income and franchise taxes; 11. Losses of efficiency or productivity; and 12. Costs and expenses of any kind or item not specifically and expressly included in Paragraph 6.06-C. E. Allowable Mark-Up 1. If the Net Cost of Extra Work is less than or equal to $25,000, the Allowable Mark-Up shall be computed as follows: (a) For Extra Work performed directly by the Contractor’s forces, the added cost for all expenses of overhead, profit, bond and insurance (“Allowable Mark-Up”) shall not exceed fifteen percent (15%) of the net cost of the Extra Work. (b) For Extra Work performed by a Subcontractor, the added cost of combined expenses, Allowable Mark-Up for Contractor and all Subcontractor(s) shall not exceed twenty (20%) of the net cost of all Subcontractor(s)’s Extra Work. 2. If the net cost of Extra Work is greater than $25,000 and less than or equal to $100,000, the Allowable Mark-up shall be computed as follows: (a) For Extra Work performed directly by the Contractor’s forces the added cost for Allowable Mark-Up shall not exceed twelve (12%) of the net cost of the Extra Work. Page 49 of 115 (b) For Extra Work performed by a Subcontractor, the added cost of combined expenses for Allowable Mark-Up for Contractor and all Subcontractor(s) shall not exceed seventeen (17%) of the net cost of all Subcontractor(s)’s Extra Work. 3. If the net cost of Extra Work is greater than $100,000, the Allowable Mark-up shall be computed as follows: (a) For Extra Work performed directly by the Contractor’s forces the added cost for Allowable Mark-Up shall not exceed ten percent (10%) of the net cost of the Extra Work. (b) For Extra Work performed by a Subcontractor, the added cost of combined expenses for Allowable Mark-Up for Contractor and all Subcontractor(s) shall not exceed fifteen (15%) of the net cost of all Subcontractor(s)’s Extra Work. F. Net Allowable Costs If anyone scope change involves both Extra Work and deleted work in the same portion of the Work and the additive allowable costs exceed the deductive allowable costs, the Allowable Markups on the Extra Work will be only the difference between the two amounts. 6.07 CITY ORIGINATED REQUEST FOR ITEMIZED CHANGE ORDER PROPOSAL REQUEST City may issue a Construction Change Directive or other written request to Contractor describing a proposed change to the Work and requesting the Contractor submit an itemized change order proposal in a format acceptable to City within ten (10) calendar days after City issues the request. The Contractor's change order proposal shall include an analysis of impacts to cost and time, if any, to perform additional work, change Work or delete Work, as applicable, including the effects and impacts, if any, on unchanged Work, estimates of costs (broken down by the cost categories listed in this Paragraph), and Contractor's proposed methods to minimize costs, delay, and disruption to the performance of the Work. If Contractor fails to submit a written change order proposal within such period of time, it shall be presumed that the change described in the City's original proposal request will not result in an increase to the Contract Sum or Contract Time and the change shall be performed by Contractor without additional compensation to Contractor. City's request for itemized change order proposal request does not authorize the Contractor to commence performance of the change. If City desires that the proposed change be performed, the Work shall be authorized according to the Change Order or Construction Change Directive procedures set forth herein. 6.08 CONTRACTOR ORIGINATED CHANGE ORDER REQUEST (COR) If the Contractor believes that instructions issued by the City after the effective date of the Contract will result in changes to the Contract Sum or Contract Time or if the Contractor otherwise becomes aware of the need for or desirability of a change in the Work, Contractor may submit a written Change Order Request ("COR") to the City in writing, in a format acceptable to City and in accordance with the notice provisions and other requirements of Article 7 below for Claims. The COR must specify the reasons for the proposed change, cost impacts and relevant circumstances and impacts on the Construction Schedule. The document shall be complete in its description of the Work, its material and labor quantities and detail, and must support and justify the costs and credits claimed by the Contractor. A Critical Path Method schedule Fragnet is required to support and justify any additional time of performance requested by the Contractor. The City will not review any COR which is incomplete. The Contractor may request additional compensation and/or time through a COR but not for instances that occurred more than ten (10) calendar days prior to the notice date. Contractor's failure to initiate a COR within this ten-day period or to provide detailed back-up documentation to substantiate the COR within thirty (30) calendar days of the initial written notice shall be deemed a waiver of the right to adjustment of the Contract Sum or the Contract Time for the alleged change. Any COR that is approved by the City shall be incorporated in a Change Order or Construction Change Directive. If the COR Page 50 of 115 is denied but the Contractor believes that it does have merit, the Contractor shall proceed with the disputed Work and may submit a Claim in accordance with the procedures set forth herein. 6.09 ISSUANCE OF WORK DIRECTIVE (UNILATERAL). In the event of a dispute as to whether or not Extra Work is required, City shall have the right to unilaterally issue a Work Directive; Contractor shall continue performance of disputed Work pending resolution and shall maintain and submit to City all accounting and cost data necessary to substantiate Contractor’s cost of such disputed Work. [END OF ARTICLE] Page 51 of 115 ARTICLE 7 - CONTRACT PAYMENTS AND CLAIMS 7.01 GENERAL A. Payment will be made at the price for each item listed on the bidding form or as Extra Work as provided in the General Conditions. B. Initial progress payment will not be made prior to approval by the Director of the Schedule of Values, the Construction Progress Schedule, and the Schedule of Submittals. C. No subsequent progress payment will be made prior to receipt by the Director of the monthly revision of the Construction Progress Schedule. 7.02 SCHEDULE OF VALUES FOR PAYMENTS A. Submission Upon City’s request, the three (3) lowest bidders shall complete and submit a Preliminary Schedule of Values, within seven (7) calendar days. In addition, Contractor shall complete and furnish within seven (7) calendar days after receiving the Notice of Award of the Construction Contract a Final Schedule of Values giving a complete breakdown of the Contract Sum for each component of the Work. B. Content The Schedule of Values shall be in sufficient detail as the Director may, in its discretion, deem necessary to evaluate progress at any point in the performance of the Work. Unless otherwise specified in the Contract Documents, the Schedule of Values shall include, without limitation, a breakdown of the general categories of Subcontractor work, direct overhead, profit and contingency, and a further breakdown of the general categories of Subcontractor work into separate trade line items of costs for Subcontractor services, labor and material, which is based on actual Subcontractor contract, subcontract, purchase order or vendor prices. If requested by Director, Contractor shall revise the Schedule of Values to allocate sums for Contractor overhead, profit and/or contingency among the individual line items for trade portions of the Work. No amounts shall be reflected in the Schedule of Values or Application for Payment for Extra Work or Deleted Work for which a Change Order has not been executed by Contractor and City or for which a Construction Change Directive has not been issued by City. Amounts that have been mutually agreed to by Change Order or unilaterally determined by City pursuant to a Construction Change Directive shall be segregated from the cost of the base Contract Work and separately listed by line item in the Schedule of Values. The Schedule of Values must be prepared in sufficient detail and supported by sufficient data to substantiate its accuracy as the Director may require. C. Applications for Payment The Schedule of Values, when approved by the Director, shall be used as a basis for Contractor's Applications for Payment and may be considered as fixing a basis for adjustments to the Contract Sum. D. Revisions If, at any time, it is determined that the Schedule of Values does not allocate the Contract Sum in a Page 52 of 115 manner that reasonably and fairly reflects the actual costs anticipated to be progressively incurred by Contractor, it shall be revised and resubmitted for the Director’s approval. 7.03 APPLICATIONS FOR PAYMENT A. Marked Schedule of Values Five (5) Days prior to the date set forth in Paragraph 7.03-B below for the monthly progress payment meeting, Contractor shall submit to Director a copy of the proposed Schedule of Values, marked to show the percentage of completion certified by Contractor for each line item in the Schedule of Values, including any stored materials approved for payment by City pursuant to Paragraph 7.03-D, below and any withholdings from Contractor proposed by Director. B. Monthly Review For the purpose of expediting the progress payment procedure, Contractor shall meet with the Director on or before the twentieth (20th) day of each month to review the Contractor's marked Schedule of Values prepared in accordance with Paragraph 7.03-A, above. The Director shall revise as appropriate and sign the marked Schedule of Values to verify such review. If any item in the marked Schedule of Values submitted for payment is disputed during this review, Contractor agrees to use its best efforts to resolve the disputed items with the Director before submitting its Application for Payment. If the Director and Contractor cannot agree, then the percentage completion shall be established at such percentage as the Director, in good faith, determines is appropriate to the actual progress of the Work. No inaccuracy or error in the Director’s good faith estimate shall operate to release Contractor or Surety from any responsibility or liability arising from or related to performance of the Work. The Director shall have the right subsequently to correct any error and dispute any item submitted in Contractor's Application for Payment, regardless of whether an item was identified as disputed in the review process provided for herein. C. Certification Each Application for Payment shall be signed and certified by Contractor under penalty of perjury to City that: 1. the data comprising the Application for Payment is accurate and the Work has progressed to the point indicated; 2. to the best of Contractor's knowledge, information and belief, the Work is in accordance with the Contract Documents; 3. Contractor is entitled to payment in the amount certified; and 4. all sums previously applied for by Contractor on account of Work performed by Subcontractors and that have been paid by City have been paid to the Subcontractors performing such Work, without any retention, withholding or backcharge by Contractor. D. Stored Materials Payments may be made by City, at its discretion, on account of materials or equipment not incorporated into the Work but delivered on the ground at the Site and suitably stored by Contractor or stored off-Site under the control of City. Such payments shall only be considered upon submission by Contractor of satisfactory evidence that it has acquired title to same, that the material or equipment will be utilized in the Work and that the material is satisfactorily stored, protected and insured, and Page 53 of 115 that such other procedures are in place satisfactory to City to protect City's interests. To be considered for payment, materials or equipment stored off-Site shall, in addition to the above requirements and unless otherwise specifically approved by City in writing, be stored in a bonded warehouse, fully insured, and available to City for inspection. City shall have sole discretion to determine the amount of material and equipment that may be stored on the Site at any given time. 7.04 PROGRESS PAYMENTS A. Conditions to Progress Payments Contractor shall submit its Application for Payment to the Director, using such forms as required by City, once a month on or before the first (1st) Day of the month following the month in which the Work that is the subject of such Application for Payment was performed. Without limitation to any other provisions of the Contract Documents, the following shall be conditions precedent to a proper submission and to the Director approval of each Application for Payment: 1. submission of a Schedule of Values that reflects the percentages of completion either agreed to or determined by Director in accordance with Paragraph 7.03-B, above; 2. submission of the Contractor's certification required by Paragraph 7.03-C, above; 3. submission of conditional releases of stop notice, if any, and bond rights upon progress payment, complying with California Civil Code Section 8132, for all Work performed during the time period covered by the current Application for Payment, signed by Contractor, its Subcontractors of every tier, and all material suppliers to each, and (2) forms of unconditional release of stop notice and bond rights upon progress payment, complying with California Civil Code Section 8134 for all Work performed during the time period covered by the previous Application for Payment, signed by Contractor, its Subcontractors of every tier and all material suppliers to each; 4. compliance by Contractor with its obligation for maintenance of As-Builts as required by the Contract Documents; 5. compliance by Contractor with its obligation for submission of monthly and daily reports as required by the Contract Documents; 6. compliance by Contractor with its obligations for submission of scheduling information and updating of the Construction Schedule as required by Article 4, above and other provisions of the Contract Documents pertaining to preparation or updating of schedule information; 7. submission of certified payroll records as required by the Contract Documents; 8. submission of certifications by Contractor and each Subcontractor as required by applicable collective bargaining agreements certifying that all employee benefit contributions due and owing pursuant to any applicable collective bargaining agreement have been paid in full; and 9. compliance by Contractor with all of its other obligations for submission of documentation or performance of conditions which, by the terms of the Contract Documents, constitute conditions to Contractor's right to receive payment for Work performed. B. Payments by City Pursuant to California Public Contract Code Section 20104.50, City shall make progress payment of Page 54 of 115 undisputed sums due within thirty (30) Days after receipt by Director of an undisputed and properly submitted Application for Payment, calculated on the basis of ninety-five percent (95%) of value determined pursuant to Paragraph 7.03-B above of the following: 1. the portion of the Work permanently installed and in place; 2. plus, the value of materials delivered on the ground or in storage as approved by City pursuant to Paragraph 7.03-D, above, 3. less, the aggregate of previous payments, and 4. less, any other withholdings authorized by the Contract Documents. C. Rejection by City Any Application for Payment determined not to be undisputed, proper and suitable for payment shall be returned to Contractor as soon as practicable, but not later than seven (7) Days, after receipt by City accompanied by an written explanation of the reasons why the payment request was rejected. Failure by City or Director to either timely reject an Application for Payment or specify any grounds for rejection shall not constitute a waiver of any rights by City. Applications for Payment that are rejected shall be corrected and resubmitted within seven (7) Days after receipt by Contractor. D. Interest If City fails to make a progress payment to Contractor as required by Paragraph 7.04-B, above, City shall pay interest to Contractor equivalent to the legal rate set forth in subdivision (a) of California Code of Civil Procedure Section 685.010. The number of Days available to City to make payment pursuant to Paragraph 7.04-B, above without incurring interest pursuant to this Paragraph shall be reduced by the number of Days by which City exceeds the seven (7) Day return requirement applicable to City as set forth in Paragraph 7.04-C, above. 7.05 FINAL PAYMENT A. Retention ln addition to withholdings permitted by Paragraph 7.09 below, a sum equal to five percent (5%) of all sums otherwise due to Contractor as progress payments shall be withheld by city pursuant to Paragraph 7.04-B from each progress payment (“Retention”) and retained until such time as it is due as described herein. A higher Retention amount may be approved by the City Council where project is deemed “substantially complex” by City Council. B. Conditions to Final Payment Contractor shall submit its Application for Final Payment, using such forms as required by Director, prior to requesting a final inspection of the Work in accordance with Paragraph 3.06 above. Such Application for Final Payment shall be accompanied by all the following: 1. an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Project for which City or City's property or funds might be liable have been paid or otherwise satisfied; 2. Contractor’s certification as required by Paragraph 7.03-C, above; Page 55 of 115 3. consent of surety, if any, to Final Payment; 4. a certificate evidencing that the insurance required by the Contract Documents is in force; 5. Conditional Waiver and Release Upon Final Payment in the form required by California Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material suppliers of each, covering the final payment period; 6. Unconditional Waiver and Release Upon Progress Payment in the form required by California Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material suppliers of each, covering the previous payment period; 7. all Record Documents (including, without limitation, complete and accurate As-Built drawings which shall be kept up to date during the performance of the Work); 8. documentation that Contractor has inspected, tested, and adjusted performance if every system or facility of the Work to ensure that overall performance is in compliance with the terms of the Contract Documents; 9. four (4) copies of all warranties from vendors and Subcontractors, operation and maintenance manuals, instructions and related agreements, and equipment certifications and similar documents; 10. certifications by Contractor and each Subcontractor as required by applicable collective bargaining agreements that all employee benefit contributions due and owing pursuant to any applicable collective bargaining agreement have been paid in full; 11. releases of rights and claims relating to patents and trademarks, as required by the Contract Documents; and 12. any other documents or information required by the Contract Documents as a condition of Final Payment or Final Completion. C. Final Payment Pursuant to the Public Contract Code Section 7107, within sixty (60) Days after City issues the Notice of Completion to Contractor, the Final Payment, including Retention, shall be released to Contractor, subject to the City’s right to withhold 150% of any disputed amounts. D. Disputed Amounts Pursuant to California Public Contract Code 7107, City may deduct and withhold from the Final Payment due under Paragraph 7.05-C, above, an amount up to 150% of any disputed amounts, including, without limitation, amounts to protect City against any loss caused or threatened as a result of Contractor's failing to fully perform all of those obligations that are required to be fulfilled by Contractor as a condition to Final Completion and Final Payment. Alternatively, City may elect, in its sole discretion, to accept the Work without correction or completion and adjust the Contract Sum pursuant to the Contract Documents. E. Acceptance of Final Payment Acceptance of Final Payment by Contractor shall constitute a waiver of all rights by Contractor against City for recovery of any loss, excepting only those Claims that have been submitted by Page 56 of 115 Contractor in the manner required by the Contract Documents prior to or at the time of the Final Payment. 7.06 MISCELLANEOUS A. Joint Payment City shall have the right, if deemed necessary in its sole discretion, to issue joint checks made payable to Contractor and any Subcontractor(s) of any Tier. The joint check payees shall be solely responsible for the allocation and disbursement of funds included as part of any such joint payment. Endorsement on such check by a payee shall be conclusively presumed to constitute receipt of payment by such payee. In no event shall any joint check payment be construed to create any contract between City and a Subcontractor of any Tier, any obligation from City to such Subcontractor or any third party rights against City or Director. B. Withholding/Duty to Proceed The payment, withholding or retention of all or any portion of any payment claimed to be due and owing to Contractor shall not operate in any way to relieve Contractor from its obligations under the Contract Documents. Contractor shall continue diligently to prosecute the Work without reference to the payment, withholding or retention of any payment. The partial payment, withholding or retention by City in good .faith of any disputed portion of a payment, whether ultimately determined to be correctly or incorrectly asserted, shall not constitute a breach by City of the Construction Contract and shall not be grounds for an adjustment of the Contract Sum or Contract Time. C. No Acceptance No payment by City or partial or entire use of the Work by City shall be construed as approval or acceptance of the Work, or any portion thereof. D. Contractor Payment Warranty Submission of an Application for Payment shall constitute a representation and warranty by Contractor that: 1. Title to Work covered by an Application for Payment will pass to City either by incorporation into the construction or upon receipt of payment by Contractor, whichever occurs first; and 2. Work covered by previous Applications for Payment are free and clear of liens, stop notices, claims, security interests or encumbrances imposed by the Contractor or any other person. E. Corrections No inaccuracy or error in any Application for Payment provided by Contractor shall operate to release Contractor from the error, or from losses arising from the Work, or from any obligation imposed by the Contract Documents. City retains the right to subsequently correct any error made in any previously approved Application for Payment, or progress payment issued, by adjustments to subsequent payments. 7.07 PAYMENTS BY CONTRACTOR Contractor shall not include in its Applications for Payment sums on account of any Subcontractor's portion of the Work that it does not intend to pay to such Subcontractor. Upon receipt of payment from City, Contractor Page 57 of 115 shall pay the Subcontractor performing Work on the Project, out of the amount paid to Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled in accordance with the terms of its contract with Contractor and applicable laws, including, without limitation, California Public Contract Code Section 7107. Contractor shall remain responsible notwithstanding a withholding by City pursuant to the terms of these Contract Documents, to promptly satisfy from its own funds sums due to all Subcontractors who have performed Work that is included in Contractor's Application for Payment. Contractor shall, by appropriate agreement, require each Subcontractor to make payments to its subcontractors and material suppliers in similar manner. City shall have no obligation to pay or be responsible in any way for payment to a Subcontractor of any tier or material supplier. 7.08 PAYMENTS WITHHELD A. Withholding by City In addition to any other amounts which City may have the right to retain under the Contract Documents, City may withhold a sufficient amount of any payment otherwise due to Contractor as City, in its sole discretion, may deem necessary to cover actual or threatened loss due to any of the following: 1. Third Party Claims. Third-party claims or stop notices filed or reasonable evidence indicating probable filing of such claims or stop notices. City shall promptly inform Contractor of any third party claims related to this Contract; 2. Defective Work. Defective Work not remedied; 3. Nonpayment. Failure of Contractor to make proper payments to its Subcontractors for services, labor, materials or equipment; 4. Inability to Complete. Reasonable doubt that the Work can be completed for the then unpaid balance of the Contract Sum or within the Contract Time; 5. Violation of Applicable Laws. Failure of Contractor or its Subcontractors to comply with applicable laws or lawful orders of governmental authorities; 6. Penalty. Any claim or penalty asserted against City by virtue of Contractor’s failure to comply with applicable laws or lawful orders of governmental authorities (including, without limitation labor laws); 7. Failure to Meet Contract Time. Any damages which may accrue as a result of Contractor failing to meet the Construction Schedule or failing to perform within the Contract Time; 8. Setoff. Any reason specified elsewhere in the Contract Documents as grounds for a withholding offset or set off or that would legally entitle City to a set-off or recoupment; 9. Consultant Services. Additional professional, consultant or inspection services required due to Contractor’s failure to comply with the Contract Documents; 10. Liquidated Damages. Liquidated damages assessed against Contractor; 11. Materials. Materials ordered by City pursuant to the Contract Documents; 12. Damages. Loss caused by Contractor or Subcontractor to City, Separate Contractors or any other person or entity under contract to City; Page 58 of 115 13. Clean Up. Clean up performed by City and chargeable to Contractor pursuant to the Contract Documents; 14. Employee Benefits. Failure of Contractor to pay contributions due and owing to employee benefits funds pursuant to any applicable collective bargaining agreement or trust agreement; 15. Required Documents. Failure of Contractor to submit on a timely basis, proper and sufficient documentation required by the Contract Documents, including, without limitation, Construction Schedule updates, ‘look ahead’ schedules, Submittals, Schedules of Values, information on Subcontractors, Change Orders, certifications and other required reports or documentation; and 16. Other Breach. A breach of any obligation or provision of the Contract Documents. B. Release of Withholding If and when City determines, in its sole discretion, that the above grounds for withholding have been removed and that all losses incurred or threatened have been paid, credited or otherwise satisfied, then payment shall be made for amounts withheld because of them. C. Application of Withholding City may apply sums withheld pursuant to Paragraph 7.08-A above, in payment of any loss or threatened loss as City determines, in its sole discretion, to be appropriate. Such payments may be made without a prior judicial determination of City’s actual rights with respect to such loss. Contractor agrees and hereby designates City as its agent for such purposes, and agrees that such payments shall be considered as payments made under Construction Contract by City to Contractor. City shall not be liable to Contractor for such payments made in good faith. City shall submit to Contractor an accounting of such funds disbursed on behalf of Contractor. As an alternative to such payment, city may, in its sole discretion, elect to exercise its right to adjust the Contract Sum as provided in the Contract Documents. D. Continuous Performance Provided City pays the undisputed portion, if any, of funds withheld in good faith, Contractor shall maintain continuous and uninterrupted performance of the Work during the pendency of any disputes or disagreements with City. 7.09 SUBSTITUTION OF SECURITIES A. Public Contract Code Pursuant to the requirements of California Public Contract Code Section 22300, upon Contractor’s request, City will make payment to Contractor of any funds withheld from payments to ensure performance under the Contract Documents if Contractor deposits with City, or in escrow with a California or federally chartered bank in California acceptable to City (“Escrow Agent”), securities eligible for the investment of State Funds under Government Code Section 16430, or bank or savings and loan certificates of deposit, interest-bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City, upon the following conditions: 1. Contractor shall be the beneficial owner or any securities substituted for monies withheld for the purpose of receiving any interest thereon. Page 59 of 115 2. All expenses relating to the substitution of securities under Public Contract Code Section 22300 and under this Paragraph 7.04, including, but not limited to City’s overhead and administrative expenses, and expenses of Escrow Agent shall be the responsibility of Contractor. 3. Securities or certificates of deposit substituted for monies withheld shall be of a value of at least equivalent to the amounts of retention to be paid to Contractor pursuant to the Contract Documents. 4. If Contractor chooses to deposit securities in lieu of monies withheld with an Escrow Agent, Contractor, City and Escrow Agent shall, as a prerequisite to such deposit, enter into an escrow agreement, using the City’s form, “Escrow Agreement for Deposit of Securities in Lieu of Retention.” 5. Contactor shall obtain the written consent of Surety to such agreement. 6. Securities, if any, shall be returned to Contractor only upon satisfactory Final Completion of the Work. B. Substitute Security To minimize the expense caused by such substitution of securities, Contractor shall, prior to or at the time Contractor requests to substitute security, deposit sufficient security to cover the entire amount to be withheld. Should the current market value of such substituted security fall below the amount for which it was substituted, or any other amounts which the City withholds pursuant to the Contract Documents, Contractor shall immediately and at Contractor’s expense and at no cost to City deposit additional security qualifying under Public Contract Code Section 22300 until the current market value of the total security deposited is no less than the amount subject to withholding under the Contract Documents. Securities shall be valued as often as conditions of the securities market warrant, but in no case less frequently than once per month. C. Deposit of Retentions Alternatively, subject to the conditions set forth in Paragraph 7.04-A above, upon request of Contractor, City shall make payment of retentions directly to Escrow Agent at the expense of Contractor, provided that Contractor, City and Escrow Agent shall, as a prerequisite such payment, enter into an escrow agreement in the same form as prescribed in Part 4 of Paragraph A, above. At the expense of Contractor and at no cost to City, Contractor may direct the investment of the payments into securities and interest bearing accounts, and Contractor shall receive the interest earned on the investments. Escrow Agent shall hold such direct payments by City under the same terms provided herein for securities deposited by Contractor. Upon satisfactory Final Completion of the Work, Contractor shall receive from Escrow Agent all securities, interest and payments received by Escrow Agent from City, less escrow fees and charges of the Escrow Account, according to the terms of Public Contract Code Section 22300 and the Contract Documents. D. Time for Election of Substitution of Securities Notwithstanding the provision of 7.04 A, B, and C above and California Public Contract Code Section 22300, the failure of Contractor to request the Substitution of eligible securities for monies to be withheld by City within ten (10) days of the award of Contract to Contractor shall be deemed to be a waiver of all such rights. Page 60 of 115 7.10 CLAIMS A. Arising of Claim. 1. Scope Change. When Contractor has a claim for an increase in the Contract Sum or Contract Time due to a scope change which has not yet become final, a “claim” will be deemed to arise once the Director has issued a decision denying, in whole or in part, the Contractor’s Change Order Request. 2. Other Claims. In the case of a Claim by Contractor that does not involve an adjustment to the Contract Sum or Contract Time due to a scope change and which has not become final, the Claim may be asserted if, and only if, Contractor gives written notice to City of intent to file the Claim within three (3) days of the date of discovery relative to such circumstances (even if Contractor has not yet been damaged or delayed). Such written notice of intent to file a Claim shall be valid if, and only if, it identifies the event or condition giving rise to the Claim, states its probable effect, if any with respect to Contractor's entitlement to an adjustment of the Contract Sum or Contract Time and complies with the requirements of Paragraph 7.11-B, below. For purposes of this Paragraph 7.11, a Claim for which such written notice is required and has been given by Contractor shall be deemed to arise on the date that such written notice is received by City. B. Content of Claim A Claim by Contractor must include all of the following: 1. A statement that it is a Claim and a request for a decision on the Claim; 2. A detailed description of the act, error, omission, unforeseen condition, event or other circumstance giving rise to the Claim. 3. If the Claim involves an adjustment to the Contract Sum or Contract Time due to a change in scope, a statement demonstrating that all requisite notices were provided, including, without limitation, timely written notice and a Change Order Request as required by Article 6 of these General Conditions and timely notice of delay and request for extension of time in accordance with Article 3. If the Claim does not involve an adjustment to the Contract Sum or Contract Time due to a change in scope, a statement demonstrating that a notice of intent to file the Claim was timely submitted as required by Paragraph 7.10-A.2, above; 4. A detailed justification for any remedy or relief sought by the Claim including without limitation, a detailed cost breakdown in the form' required for submittal of Change Order Requests and actual job cost records demonstrating that the costs have been incurred; 5. If the Claim involves a request for adjustment of the Contract Time, written documentation demonstrating that Contractor has complied with the requirements of the Contract Documents and written substantiation (including, without limitation, a Time Impact Analysis) demonstrating that Contractor is entitled to an extension of time under the Contract Documents; and 6. A written certification signed by a managing officer of Contractor's organization, who has the authority to sign contracts and purchase orders on behalf of Contractor and who has personally investigated and confirmed the truth and accuracy of the matters set forth in such certification, in the 'following form: Page 61 of 115 "I hereby certify under penalty of perjury that I am a managing officer of (Contractor's name) and that I have reviewed the Claim presented herewith on Contractor's behalf and/or on behalf of (Subcontractor's name) and that, to the best of my knowledge after conducting a diligent inquiry into the facts of the Claim, the following statements are true and correct: The facts alleged in or that form the basis for the Claim are, to the best of my knowledge following diligent inquiry, true and accurate; and, (a) I do not know of any facts or circumstances, not alleged in the Claim, that by reason of their not being alleged render any fact or statement alleged in the Claim materially misleading; and, (b) I have, with respect to any request for money or damages alleged in or that forms the basis for the Claim, reviewed the job cost records (including those maintained by Contractor and by any Subcontractor, of any tier, that is asserting all or any portion of the Claim) and confirmed with reasonable certainty that the losses or damages suffered by Contractor and/or such Subcontractor were in fact suffered in the amounts and for the reasons alleged in the Claim; and, (c) I have, with respect to any request for extension of time or claim of delay, disruption, hindrance or interference alleged in or that forms the basis for the Claim, reviewed the job schedules (including those maintained by Contractor and the Subcontractor, of any tier, that is asserting all or any portion of the Claim) and confirmed on an event-by-event basis that the delays or disruption suffered by Contractor and/or such Subcontractor were in fact experienced for the durations, in the manner, and with the consequent effects on the time and/or sequence of performance of the Work, as alleged in the Claim; and, (d) I have not received payment from City for, nor has Contractor previously released City from, any portion of the Claim.” Signature: Date: Name: Title: Company C. Noncompliance Failure to submit any of the information, documentation or certifications required by Paragraph 7.10- B, above, shall result in the Claim being returned to Contractor without any decision. D. Submission of Claims 1. Director. Claims shall be first submitted to the City for decision by the Director. 2. Continuous Work. Notwithstanding the making of any Claim or the existence of any dispute regarding any Claim, unless otherwise directed by City, Contractor shall not delay, slow or stop performance of the Work, but shall diligently proceed with performance in accordance with the Page 62 of 115 Contract Documents and City will continue, to make undisputed payments as by the Contract Documents. 3. Time for Filing. All Claims and supporting documentation and certifications must be filed within thirty (30) days after the Claim arises. No Claims shall be filed after Final Payment. 4. Conditions Precedent. No Claim may be asserted unless Contractor has strictly complied with the requirements of this Paragraph 7.10-D, which shall be considered conditions precedent to Contractor’s right to assert the Claim and to initiate the Dispute Resolution Process with respect to such Claim. E. Response to Claims, Meet and Confer 1. Claims less than $50,000. Claims less than $50,000 shall be responded to by City in writing within forty-five (45) days of receipt of the Claim, unless City requests additional information or documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to the Claim within fifteen (15) days after receipt of the further information or documentation or within a period of time no greater than that taken by Contractor in producing the additional information or documentation, whichever is greater. 2. Claims $50,000 or more. Claims $50,000 or more shall be responded to by City in writing within (60) days of receipt of the Claim, unless City requests additional information or documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to the Claim within thirty (30) days after receipt of the further information or documentation or within a period of time no greater than that taken by Contractor in producing the additional information or documentation, whichever is greater. 3. Meet and Confer. If Contractor disputes City's response, or if City fails to respond within the prescribed time set forth in Paragraph 7.10-E.1 and 7.10-E.2, above, Contractor may so notify City, in writing, within fifteen (15) days of City's response, or within fifteen (15) days of City’s response due date in the event of a failure to respond, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon such demand, City shall schedule a meet and confer conference within thirty (30) days of such demand, for discussion of settlement of the dispute. F. Finality of Decision If Contractor disputes the Director’s decision under this Article, it shall commence the Dispute Resolution Process as set forth in Article 15 of these General Conditions by filing a Statement of Dispute within seven (7) days after receipt of the Director’s response. G. Continuing Contract Performance/Duty to Proceed with Disputed Work Contractor shall not delay or postpone any Work pending resolution of any claims, disputes or disagreements. Pending final resolution of a claim, the Contactor shall proceed diligently with performance of the Contract and the City shall continue to make payments for undisputed Work in accordance with the Contract Documents. In the event of disputed Work, City shall have the right to unilaterally issue a Work Directive and Contractor shall continue performance pending resolution of the dispute and shall maintain the accounting and cost data to substantiate the cost of such disputed work. [END OF ARTICLE] Page 63 of 115 ARTICLE 8 - MATERIALS AND EQUIPMENT 8.01 GENERAL A. The Contractor shall furnish all materials and equipment needed to complete the Work and installations required under the terms of this Contract, except those materials and equipment specified to be furnished by the City. B. The Contractor shall submit satisfactory evidence that the materials and equipment to be furnished and used in the work are in compliance with the Specifications. Materials and equipment incorporated in the Work and not specifically covered in the Specifications shall be the best of their kind. Unless otherwise specified, all materials and equipment incorporated in the Work under the Contract shall be new. 8.02 QUALITY AND WORKMANSHIP All material and equipment furnished by the Contractor shall be new, high grade, and free from defects and imperfections, unless otherwise hereinafter specified. Workmanship shall be in accordance with the best standard practices. All materials and equipment must be of the specified quality and equal to approved samples, if samples have been required. All Work shall be done and completed in a thorough, workmanlike manner, notwithstanding any omission from the Specifications or Drawings, and it shall be the duty of the Contractor to call attention to apparent errors or omissions and request instructions before proceeding with the Work. The Director may, by appropriate instructions, correct errors and supply omissions, which instructions shall be binding upon the Contractor as though contained in the original Specifications or Drawings. All Work performed under the Specifications will be inspected by the Director as provided in Paragraph 8.04. All materials and equipment furnished and all Work done must be satisfactory to the Director. Work, material, or equipment not in accordance with the Specifications, in the opinion of the Director shall be made to conform thereto. Unsatisfactory materials and equipment will be rejected, and if so ordered by the Director, shall, at the Contractor's expense, be immediately removed from the vicinity of the Work. 8.03 TRADE NAMES AND "OR APPROVED EQUAL" PROVISION Whenever in the Specifications or Drawings the name or brand of a manufactured article is used it is intended to indicate a measure of quality and utility or a standard. Except in those instances where the product is designated to match others in use on a particular improvement either completed or in the course of completion, the Contractor may substitute any other brand or manufacture of equal appearance, quality, and utility on approval of the Director, provided the use of such brand or manufacture involves no additional cost to the City. 8.04 APPROVAL OF MATERIALS A. The Contractor shall furnish without additional cost to the City such quantities of construction materials as may be required by the Director for test purposes. He/she shall place at the Director's disposal all available facilities for and cooperate with him in the sampling and testing of all materials and workmanship. The Contractor shall prepay all shipping charges on samples. No samples are to be submitted with the bids unless otherwise specified. B. Each sample submitted shall be labeled. A letter, in duplicate, submitting each shipment of samples shall be mailed to the Director by the Contractor. Both the label on the sample and the letter of transmittal shall indicate the material represented, its place of origin, the names of the producer and the Contractor, the Specifications number and title, and a reference to the applicable Drawings and Specifications paragraphs. Page 64 of 115 C. Materials or equipment of which samples are required shall not be used on the Work until approval has been given by the Director in writing. Approval of any sample shall be only for the characteristics of the uses named in such approval and no other. No approval of a sample shall be taken in itself to change or modify any Contract requirement. D. Failure of any material to pass the specified tests, including life cycle maintenance data may be sufficient cause for refusal to consider under this Contract, any further sample of the same brand or make of that material. 8.05 ORDERING MATERIALS AND EQUIPMENT One copy of each of the Contractor's purchase orders for materials and equipment forming a portion of the Work must be furnished to the Director, if requested. Each such purchase order shall contain a statement that the materials and equipment included in the order are subject to inspection by the City. Materials and equipment purchased locally will, at the City’s discretion, be inspected at the point of manufacture or supply, and materials and equipment supplied from points outside the Los Angeles area will be inspected upon arrival at the job, except when other inspection requirements are provided for specific materials in other sections of the Contract Documents. 8.06 AUTHORITY OF THE DIRECTOR A. On all questions concerning the acceptability of materials or machinery, the classification of materials, the execution of the Work, and conflicting interests of Contractors performing related work, the decision of the Director shall be final and binding. B. The Director will make periodic observations of materials and completed work to observe their compliance with Drawings, Specifications, and design and planning concepts, but he/she is not responsible for the superintendence of construction processes, site conditions, operations, equipment, personnel, or the maintenance of a safe place to work or any safety in, on, or about the site of work. 8.07 INSPECTION All materials furnished and work done under this Contract will be subject to rigid inspection. The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining them, as requested by the Director. The Director, or his/her authorized agent or agents, at all times shall have access to all parts of the shop and the works where such materials under his/her inspection is being manufactured or the work performed. Work or material that does not conform to the Specifications, although accepted through oversight, may be rejected at any stage of the Work. Whenever the Contractor is permitted or directed to do night work or to vary the period during which work is carried on each day, he/she shall give the Director due notice, so that inspection may be provided. Such work shall be done under regulations to be furnished in writing by the Director. 8.08 INFRINGEMENT OF PATENTS The Contractor shall hold and save the City, its officers, agents, servants, and employees harmless from and against all and every demand or demands, of any nature or kind, for or on account of the use of any patented invention, process, equipment, article, or appliance employed in the execution of the Work or included in the materials or supplies agreed to be furnished under this Contract, and should the Contractor, his/her agents, servants, or employees, or any of them, be enjoined from furnishing or using any invention, process, equipment, article, materials, supplies or appliance supplied or required to be supplied or used under this Contract, the Contractor shall promptly substitute other inventions, processes, equipment, articles, materials, supplies, or appliances in lieu thereof, of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all Page 65 of 115 respects to the Director. Or in the event that the Director elects, in lieu of such substitution, to have, supplied, and to retain and use, any such invention, process, equipment, article, materials, supplies, or appliances, as may by this Contract be required to be supplied and used, in that event the Contractor shall at his/her expense pay such royalties and secure such valid licenses as may be requisite and necessary to enable the City, its officers, agents, servants, and employees, or any of them, to use such invention, process, equipment, article, materials, supplies, or appliances without being disturbed or in way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse promptly to make the substitution hereinbefore required, or to pay such royalties and secure such licenses as may be necessary and requisite for the purpose aforesaid, then in that event the Director shall have the right to make such substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against any money due the Contractor from the City, or recover the amount thereof from him/her and his/her surety, notwithstanding final payment under this Contract may have been made. [END OF ARTICLE] Page 66 of 115 ARTICLE 9 – SUBMITTALS 9.01 GENERAL A. The Contractor shall submit samples, drawings, and data for the Director's approval which demonstrate fully that the construction, and the materials and equipment to be furnished will comply with the provisions and intent of the Drawings and Specifications. B. Specific items to be covered by the submittals shall include, as a minimum, the following: 1. For structures, submit all shop, setting, equipment, miscellaneous iron and reinforcement drawings and schedules necessary. 2. For conduits, submit a detailed layout of the conduit with details of bends and fabricated specials and furnish any other details necessary. Show location of shop and field welds. 3. For equipment which requires electrical service, submit detailed information to show power supply requirements, wiring diagrams, control and protection schematics, shop test data, operation and maintenance procedures, outline drawings, and manufacturer's recommendation of the interface/interlock among the equipment. 4. For mechanical equipment submit all data pertinent to the installation and maintenance of the equipment including shop drawings, manufacturer's recommended installation procedure, detailed installation drawings, test data and curves, maintenance manuals, and other details necessary. 5. Samples 6. Colors 7. Substitutions 8. Manuals 9. As-built drawings 10. Safety plans required by Article 10 9.02 PRODUCT HANDLING A. Submittals shall be accompanied by a letter of transmittal and shall be in strict accordance with the provisions of this Article. B. Submit priority of processing when appropriate. 9.03 SCHEDULE OF SUBMITTALS A. The Contractor shall prepare and submit a schedule of submittals. The schedule of submittals shall be in the form of a submittal log. Refer to Paragraph 9.12. Page 67 of 115 9.04 SHOP DRAWINGS A. All shop drawings shall be produced to a scale sufficiently large to show all pertinent features of the item and its method of connection to the Work. B. All shop drawing prints shall be made in blue or black line on white background. Reproductions of City/Contract Drawings are not acceptable. C. The overall dimensions of each drawing submitted to the Director shall be equal to one of the City's standard sheet sizes as listed below. The title block shall be located in the lower right hand corner of each drawing and shall be clear of all line Work, dimensions, details, and notes. Sheet Sizes Height X Width 11" X 8 1/2" 11" X 17" 24" X 36" 30” X 42” 9.05 COLORS Unless the precise color and pattern are specified elsewhere, submit accurate color charts and pattern charts to the Director for his/her review and selection whenever a choice of color or pattern is available in a specified product. Label each chart naming the source, the proposed location of use on the project, and the project. 9.06 MANUFACTURERS' LITERATURE Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents are being submitted for review. 9.07 SUBSTITUTIONS A. The Contract is based on the materials, equipment, and methods described in the Contract Documents. Any Contractor proposed substitutions are subject to the Director’s approval. The Director will consider proposals for substitution of materials, equipment, and methods only when such proposals are accompanied by full and complete technical data, and all other information, including life cycle maintenance data, required by the Director to evaluate the proposed substitution. B. Any requests for substitutions by the Contractor must be made within forty-five (45) calendar days from the Issuance Date on the Notice to Proceed. Otherwise, such requests will not be considered. C. Trade names and "or approved equal" provision as set forth in Paragraph 8.03. 9.08 MANUALS A. When manuals are required to be submitted covering items included in this Work, prepare and submit such manuals in approximately 8-1/2" X 11" format in durable plastic binders. In addition, manuals shall be submitted in electronic format. Manuals shall contain at least the following: 1. Identification on, or readable through, the front cover stating general nature of the manual. 2. Neatly typewritten index near the front of the manual, furnishing immediate information as to Page 68 of 115 location in the manual of all emergency data regarding the installation. 3. Complete instructions regarding operation and maintenance of all equipment involved. 4. Complete nomenclature of all replaceable parts, their part numbers, current cost, and name and address of nearest vendor of parts. 5. Copy of all guarantees and warranties issued. 6. Copy of drawings with all data concerning changes made during construction. B. Where contents of manuals include manufacturers' catalog pages, clearly indicate the precise items included in this installation and delete, or otherwise clearly indicate, all manufacturers' data with which this installation is not concerned. 9.09 AS-BUILT DRAWINGS A. When required to be submitted covering items included in this Work, the Contractor shall deliver to the City one complete set of final As-Built hard copy drawings together with a set of AutoCAD drawing files in electronic format showing completed building, “as-built” for City records before the Contract will be accepted by the City. B. The drawings shall be duplicates and at the same size and dimensional scale as the originals. They shall be on a polyester translucent base material with a minimum sheet thickness of .003 inch (.08mm). C. The legibility and contrast of each drawing submitted to the City shall be such that every line, number, letter, and character is clearly readable in a full size blow back from a 35 mm microfilm negative of the drawing. 9.10 SUBMITTALS QUANTITIES A. Submit seven (7) copies of all data and drawings unless specified otherwise. B. Submit all samples, unless specified otherwise, in the quantity to be returned, plus two, which will be retained by the Director. 9.11 IDENTIFICATION OF SUBMITTALS Completely identify each submittal and re-submittal by showing at least the following information: A. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. B. Name of project as it appears in the Contract Documents and Specification No. C. Drawing number and Specifications section number other than this section to which the submittal applies. D. Whether this is an original submittal or re-submittal. E. For samples, indicate the source of the sample. Page 69 of 115 9.12 SCHEDULE OF SUBMITTALS A. Submit initial schedule of submittals within five (5) Working Days after the Issuance Date on Notice to Proceed. B. Submit revised schedule of submittals within five (5) Working Days after date of request from the Director. C. The Director will review schedule of submittals and will notify Contractor that schedule is acceptable or not acceptable within five (5) Working Days after receipt. 9.13 COORDINATION OF SUBMITTALS A. Prior to submittal for the Director’s review, use all means necessary to fully coordinate all material, including the following procedures: 1. Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar data. 2. Coordinate as required with all trades and with all public agencies involved. 3. Secure all necessary approvals from public agencies and others and signify by stamp, or other means, that they have been secured. 4. Clearly indicate all deviations from the Specifications. B. Unless otherwise specifically permitted by the Director, make all submittals in groups containing all associated items; the Director may reject partial submittals as not complying with the provisions of the Specifications. 9.14 TIMING FOR SUBMITTALS A. Make all submittals far enough in advance of scheduled dates of installation to provide all required time for reviews, for securing necessary approvals, for possible revision and re-submittal, and for placing orders and securing delivery. B. In scheduling, allow at least 15 Working Days for the Director’s review, plus the transit time to and from the City office. C. Manuals shall be submitted prior to performing functional tests. 9.15 APPROVAL BY CITY A. Up to three (3) copies of each submittal, except manuals, schedule of costs for progress payments, and as-built drawings will be returned to the Contractor marked "No Exceptions Taken," “Make Corrections Noted - Do Not Resubmit,” or “Make Corrections Noted - Resubmit.” Manuals, schedule of costs, and as-built drawings will be returned for re-submittal if incomplete or unacceptable. B. Submittals marked "Approved as Noted" need not be resubmitted, but the notes shall be followed. C. If submittal is returned for correction, it will be marked to indicate what is unsatisfactory. D. Resubmit revised drawings or data as indicated, in five (5) copies. Page 70 of 115 E. Approval of each submittal by the Director will be general only and shall not be construed as: 1. Permitting any departures from the Specifications requirements. 2. Relieving the Contractor of the responsibility for any errors and omissions in details, dimensions, or of other nature that may exist. 3. Approving departures from additional details or instructions previously furnished by the Director. 9.16 CHANGES TO APPROVED SUBMITTALS A. A re-submittal is required for any proposed change to an approved submittal. Changes which require re-submittal include, but are not necessarily limited to, drawing revisions, changes in materials and equipment, installation procedures and test data. All re-submittals shall include an explanation of the necessity for the change. B. Minor corrections to an approved submittal may be accomplished by submitting a "Corrected Copy". [END OF ARTICLE] Page 71 of 115 ARTICLE 10 – SAFETY 10.01 PROTECTION OF PERSONS AND PROPERTY A. Contractor's Responsibility: Notwithstanding any other provision of the Contract Documents, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property, during performance of the Work. This requirement will apply continuously and will not be limited to normal working hours. Safety and sanitary provisions shall conform to all applicable Federal, State, County, and local laws, regulations, ordinances, standards, and codes. Where any of these are in conflict, the more stringent requirement shall be followed. B. Sanitary Facilities. The Contractor shall furnish and maintain sanitary facilities by the worksites for the entire construction period. C. Protection of the Public. The Contractor shall take such steps and precautions as his/her operations warrant to protect the public from danger, loss of life, loss of property or interruption of public services. Unforeseen conditions may arise which will require that immediate provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Director, a condition exists which the Contractor has not taken sufficient precaution of public safety, protection of utilities and/or protection of adjacent structures or property, the Director will order the Contractor to provide a remedy for the condition. If the Contractor fails to act on the situation within a reasonable time period as determined by the Director, or in the event of an emergency situation, the Director may provide suitable protection by causing such work to be done and material to be furnished as, in the opinion of the Director, may seem reasonable and necessary. The cost and expense of all repairs (including labor and materials) as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the City for emergency repairs will be deducted from the final payment due to the Contractor. 10.02 PROTECTION FROM HAZARDS A. Trench Excavation Excavation for any trench four (4) feet or more in depth shall not begin until the Contractor has received approval from the Director of the Contractor's detailed plan for worker protection from the hazards of caving ground during the excavation of such trench. Such plan shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during such excavation. No such plan shall allow the use of shoring, sloping or protective system less effective than that required by the Construction Safety Orders of the Division of Occupational Safety and Health, and if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared and signed by an engineer who is registered as a Civil or Structural Director in the State of California. B. Confined Spaces Contractor shall comply with all of the provisions of General Industry Safety Orders of the California Code of Regulations. Entry of a confined space shall not be allowed until the Contractor has received approval from the Director of the Contractor’s program for confined space entry. Confined space means a space that (1) Is large enough and so configured that an employee can bodily enter and perform assigned Work; and (2) Has limited or restricted means for entry or exit (for example, tanks, vessels, silos, storage bins, hoppers, vaults, and pits are spaces that may have limited means of entry); and (3) Is not designed for continuous employee occupancy. Failure to submit a confined space entry program may result in actions as provided in Article 5: “Suspension or Termination of Contract.” Page 72 of 115 C. Material Safety Data Sheet Contractor shall comply with all of the provisions of General Industry Safety Orders of the California Administrative Code. The Contractor shall submit to the Director a Material Safety Data Sheet (MSDS) for each hazardous substance proposed to be used, ten (10) days prior to the delivery of such materials to the job site or use of such materials at a manufacturing plant where the Director is to perform an inspection. For materials which are to be tested in City laboratories, the MSDS shall be submitted with the sample(s). Hazardous substance is defined as any substance included in the list (Director's List) of hazardous substances prepared by the Director, California Department of Industrial Relations, pursuant to Labor Code Section 6382. Failure to submit an MSDS for any hazardous substance may result in actions as provided in Article 5, "Suspension or Termination of Contract". 10.03 DIFFERING SITE CONDITIONS A. Differing Site Conditions Defined. The Contractor shall promptly, and before such conditions are disturbed, notify the Director in writing of any Differing Site Conditions. Differing Site Conditions are those conditions, located at the project site or in existing improvements and not otherwise ascertainable by Contractor through the exercise of due diligence in the performance of its inspection obligations in the Contract Documents, encountered by Contractor in digging trenches or other excavations(s) that extend deeper than four feet below the surface of the ground that constitute: 1. Material that the Contractor believes may be material that is hazardous waste as defined in Section 25117 of the Health and Safety Code, which is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 2. Subsurface or latent physical conditions at the site differing materially from those indicated in these Contract Documents. 3. 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 these Contract Documents. B. Notice by Contractor. If the Contractor encounters conditions it believes constitute Differing Site Conditions, then notice of such conditions shall, before such conditions are disturbed, be promptly reported to the Director followed within twenty-four (24) hours by a further written notice stating a detailed description of the conditions encountered. C. The Director will promptly investigate the conditions and If he/she finds that such conditions do materially differ, or do involve hazardous waste, and do cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work under this Contract, an equitable adjustment will be made, as determined by the Director. D. Change Order Request. If Contractor intends to seek an adjustment to the Contract Sum or Contract Time based upon Differing Site Conditions, it must, within ten (10) Days after the Discovery Date relative to such conditions, submit a Change Order Request setting forth a detailed cost breakdown and Time Impact Analysis, in the form required by Article 6 of these General Conditions, of the additional Allowable Costs and Excusable Delay resulting from such Differing Site Conditions. E. Failure to Comply. Failure by Contractor to strictly comply with the requirements of this Paragraph 10.03 concerning the timing and content of any notice of Differing Site Conditions or request for adjustment in Contract Sum or Contract Time based on Differing Site Conditions shall be deemed waiver of any right by the Contractor for an adjustment in the Contract Sum or Contract Time by reason Page 73 of 115 of such conditions. F. Final Completion. No claim by the Contractor for additional compensation for Differing Site Conditions shall be allowed if asserted after Final Payment. G. In the event of disagreement between the Contractor and the Director whether the conditions do materially differ or whether a hazardous waste is involved or whether the conditions cause an increase or decrease 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 completion date required by the Contract, but shall proceed with all Work to be performed under the Contract Documents. H. The Contractor shall retain all rights provided by, and shall be subject to all requirements of, this Contract which pertain to the resolution of disputes and protests. I. Contractor Responsibility. Except as otherwise provided in this Paragraph 10.03 for Differing Site Conditions, Contractor agrees to solely bear the risk of additional cost and Delay due to concealed or unknown conditions, surface or subsurface, at the Site or in Existing Improvements, without adjustment to the Contract Sum or Contract Time. 10.04 TRAFFIC REGULATION A. During the performance of the Work the Contractor shall erect and maintain necessary temporary fences, bridges, railings, lights, signals, barriers, or other safeguards as shall be appropriate under the circumstance in his/her judgment for the prevention of accidents; and he/she shall take other precautions as necessary for public safety including, but not limited to, traffic control. Traffic control shall be conducted in accordance with the latest edition of the Work Area Traffic Control (“WATCH”) handbook, published by BNi Books, and as directed and approved by the City Traffic and Transportation Administrator. B. Contractor shall submit at least ten (10) Working Days prior to Work a detailed traffic control plan, that is approved by all agencies having jurisdiction and that conforms to all requirements of the Specifications. C. No changes or deviations from the approved detailed traffic control plan shall be made, except temporary changes in emergency situations, without prior approval of the City Traffic and Transportation Administrator and all agencies having jurisdiction. Contractor shall immediately notify the Director, the City Traffic and Transportation Administrator and the agencies having jurisdiction of occurrences that necessitate modification of the approved traffic control plan. D. Contractor’s failure to comply with this provision may result in actions as provided in Article 5: “Suspension or Termination of Contract” of these General Conditions. 10.05 TRAFFIC CONTROL DEVICES A. Traffic signs, flashing lights, barricades and other traffic safety devices used to control traffic shall conform to the requirements of the WATCH handbook or the manual of traffic control, whichever is more stringent, and as approved by the City Traffic and Transportation Administrator. 1. Portable signals shall not be used unless permission is given in writing by the agency having jurisdiction. Page 74 of 115 2. Warning signs used for nighttime conditions shall be reflectorized or illuminated. "Reflectorized signs" shall have a reflectorized background and shall conform to the current State of California Department of Transportation specification for reflective sheeting on highway signs. B. If the Contractor fails to provide and install any of the signs or traffic control devices required herby or ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others, charge the costs therefore against the Contractor, and deduct the same from the next progress payment. 10.06 EXECUTION A. The Contractor shall provide written notification to the Police Department, Traffic Bureau (323) 587- 5171, at least two (2) weeks prior to the beginning of construction at any particular location. Notification will include the specific location, project dates, what lanes of the roadway will be closed and when. Also the construction project manager’s name and business phone number and the construction inspector’s name and business phone number. B. The Contractor shall notify, by telephone, the Police Department, (323) 587-5171, at the completion of any posting of temporary no parking signs. Notification will include the times, dates and locations of the posting. When vehicles must be towed for violation of temporary no parking signs, the person who actually posted the signs, or on-view supervisor of that posting, will be present to answer pertinent questions that may be asked by the parking enforcement officer or police officer towing the vehicles. C. The Contractor shall notify the LA County Fire Department, on a daily basis during the entire period that construction is in progress whenever roadways are reduced in width or blocked. Notification shall be made to the Fire Dispatch (323) 262-2111 and the Contractor shall provide the information required to identify which roadways would have accessibility problems due to his/her operations. The Contractor shall submit to Fire Department schedule of Work for their use and files. D. Roads subject to interference from the Work covered by this Contract shall be kept open, and the fences subject to interference shall be kept up by the Contractor until the Work is finished. Except where public roads have been approved for closure, traffic shall be permitted to pass through designated traffic lanes with as little inconvenience and delay as possible. E. Where alternating one-way traffic has been authorized, the maximum time that traffic will be delayed shall be posted at each end of the one-way traffic section. The maximum delay time shall be approved by the agency having jurisdiction. F. Contractor shall install temporary traffic markings where required to direct the flow of traffic and shall maintain the traffic markings for the duration of need. Contractor shall remove the markings by abrasive blasting when no longer required. G. Convenient access to driveways and buildings in the vicinity of Work shall be maintained as much as possible. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and kept in good condition. H. When leaving a Work area and entering a roadway carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. Page 75 of 115 10.07 FLAGGING A. Contractor shall provide flaggers to control traffic where required by the approved traffic control plan. 1. Flaggers shall perform their duties and shall be provided with the necessary equipment in accordance with the current "Instructions to Flaggers" of the California Department of Transportation. 2. Flaggers shall be employed full time on traffic control and shall have no other duties. 10.08 PEDESTRIAN CANOPIES OR BARRICADE IMPROVEMENTS Refer to City of Vernon for requirements for building or access road safety improvements that the Contractor shall construct during construction period. These devices or improvements, as the City deems necessary or prudent, shall be at the expense of the Contractor. [END OF ARTICLE] Page 76 of 115 ARTICLE 11 - INDEMNITY 11.01 INDEMNITY To the maximum extent permitted by law, the Contractor shall fully indemnify, hold harmless, protect, and defend the City, its officers, employees, agents, representatives and their successors and assigns (“Indemnitees”) from and against any and all demands, liability, loss, suit, claim, action, cause of action, damage, cost, judgment, settlement, decree, arbitration award, stop notice, penalty, loss of revenue, and expense (including any fees of accountants, attorneys, experts or other professionals, and costs of investigation, mediation, arbitration, litigation and appeal), in law or in equity, of every kind and nature whatsoever, arising out of or in connection with, resulting from or related to, or claimed to be arising out of the Work performed by Contractor, or any of its officers, agents, employees, Subcontractors, Sub-Subcontractors, design consultants or any person for whose acts any of them may be liable, regardless of whether such claim, suit or demand is caused, or alleged to be caused, in part, by an Indemnitee, including but not limited to: A. Bodily injury, emotional injury, sickness or disease, or death to any persons; B. Infringement of any patent rights, licenses, copyrights or intellectual property which may be brought against the Contractor or City arising out of Contractor’s Work, for which the Contractor is responsible; C. Stop notices and claims for labor performed or materials used or furnished to be used in the Work, including all incidental or consequential damages resulting to City from such stop notices and claims; D. Failure of Contractor or its Subcontractors to comply with the provisions for insurance; E. Failure to comply with any Governmental Approval or similar authorization or order; F. Misrepresentation, misstatement, or omission with respect to any statement made in or any document furnished by the Contractor in connection therewith; G. Breach of any duty, obligation, or requirement under the Contract Documents; H. Failure to provide notice to any Party as required under the Contract Documents; I. Failure to protect the property of any utility provider or adjacent property owner; or J. Failure to make payment of all employee benefits. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees, except that, to the limited extent mandated by California Civil Code Section 2782, the Contractor shall not be responsible for liabilities which arise from the sole negligence or willful misconduct of Indemnitees or arise from the active negligence of City. 11.02 ENFORCEMENT Contractor’s obligations under this Article extend to claims occurring after termination of the Contractor’s performance of the Contract or Final Payment to Contractor. The obligations apply regardless of any actual or alleged negligent act or omission of Indemnitees. Contractor, however, shall not be obligated under this Agreement to indemnify an Indemnitee for claims arising from the sole active negligence or willful misconduct of the Indemnitee or independent contractors who are directly responsible to Indemnitees. Contractor’s obligations under this Article are in addition to any other rights or remedies which the Indemnitees may have under the law or under the Contract Documents. In the event of any claim, suit or demand made against any Indemnitees, the Page 77 of 115 City may in its sole discretion reserve, retain or apply any monies due to the Contractor under the Contract for the purpose of resolving such claims; provided, however, that the City may release such funds if the Contractor provides the City with reasonable assurance of protection of the City’s interests. The City shall in its sole discretion determine whether such assurances are reasonable. 11.03 NO LIMITATIONS Contractor’s indemnification and defense obligations set forth in this Article are separate and independent from the insurance provisions set forth in Article 12 herein; and do not limit, in any way, the applicability, scope, or obligations set forth in those insurance provisions. In claims, suits, or demands against any Indemnitee by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them, or anyone for whose acts they may be liable, the Contractor’s indemnification and defense obligations shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the Contractor or a Subcontractor under workers’ compensation acts, disability benefits acts, or other employee benefits acts. [END OF ARTICLE] Page 78 of 115 ARTICLE 12 – INSURANCE 12.01 CONDITION TO COMMENCEMENT Contractor shall not commence Work under this Contract until Contractor has obtained all insurance required hereunder from a company or companies acceptable to City, nor shall the Contractor allow any Subcontractor to commence Work on a subcontract until all insurance required of said Subcontractor has been obtained. Proof of insurance including insurance certificates and endorsements as set forth in Exhibit A4 must be submitted by the Contractor prior to the City’s execution of the Contract. 12.02 MINIMUM COVERAGE AND LIMITS Contractor shall maintain the insurance coverage as set forth in Exhibit A4 throughout the term of the Contract. 12.03 CONDITIONS REGARDING INSURANCE COVERAGE AND LIMITS City and Contractor agree as follows: A. All insurance coverage and limits provided pursuant to the Contract Documents shall apply to the full extent of the policies involved, available or applicable. Nothing contained in the Contract Documents or any other agreement relating to City or its operations limits the application of such insurance coverage. B. None of the policies required by this Contract shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing by the City Attorney or City’s Risk Manager. 12.04 INSURANCE OBLIGATION IS SEPARATE FROM INDEMNITY OBLIGATION This Agreement’s insurance provisions: A. Are separate and independent from the indemnification and defense provisions in Article 12 of the Agreement; and B. Do not limit, in any way, the applicability, scope, or obligations of the indemnification and defense provisions in Article 12 of the Agreement. [END OF ARTICLE] Page 79 of 115 ARTICLE 13 – BONDS 13.01 REQUIRED BONDS A. Contractor shall furnish the following bonds: 1. A Performance Bond in an amount equal to one hundred percent (100%) of the total Contract price in the form shown in Exhibit "A1" attached hereto. 2. A Payment Bond (Labor and Material) in an amount equal to one hundred percent (100%) of the total Contract price in the form shown in Exhibit "A2" attached hereto. 3. A Maintenance Bond in an amount equal to ten percent (10%) of the total Contract price in the form shown in Exhibit "A3" attached hereto. 13.02 POWER OF ATTORNEY All bonds shall be accompanied by a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California, all copies of the bonds must be countersigned by a California representative of the surety. The signature of the person executing the bond on behalf of Surety shall be acknowledged by a Notary Public as the signature of the person designated in the power of attorney. 13.03 APPROVED SURETY All bonds must be issued by a California admitted surety insurer with the minimum A.M Best Company Financial strength rating of “A: VII”, or better. Bonds issued by a California admitted surety not listed on Treasury Circular 570 will be deemed accepted unless specifically rejected by the City. Bonds issued from admitted surety insurers not listed in Treasury Circular 570 must be accompanied by all documents enumerated in California Code of Civil Procedure Section 995.660. All such bonds must be accompanied by a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California, all copies of the bonds must be countersigned by a California representative of the surety. The signature of the person executing the bond on behalf of Surety must be acknowledged by a Notary Public as the signature of the person designated in the power of attorney. 13.04 REQUIRED PROVISIONS Every bond must display the surety’s bond number and incorporate the Contract for construction of the Work by reference. The terms of the bonds shall provide that the surety agrees that no change, extension of time, alteration, or modification of the Contract Documents or the Work to be performed thereunder shall in any way affect its obligations and shall waive notice of any such change, extension of time, alteration, or modification of the Contract Documents. 13.05 NEW OR ADDITIONAL SURETIES If, during the continuance of the Contract, any of the sureties, in the opinion of the City, are or become non- responsible or otherwise unacceptable to City, City may require other new or additional sureties, which the Contractor shall furnish to the satisfaction of City within ten (10) days after notice, and in default thereof the Contract may be suspended and the materials may be purchased or the Work completed as provided in Article 5 herein. Page 80 of 115 13.06 WAIVER OF MODIFICATIONS AND ALTERATIONS No modifications or alterations made in the Work to be performed under the Contract or the time of performance shall operate to release any surety from liability on any bond or bonds required to be given herein. Notice of such events shall be waived by the surety. 13.07 APPROVAL OF BONDS The Contract will not be executed by City nor the Notice to Proceed issued until the required bonds have been received and approved by City. City's decision as to the acceptability of all sureties and bonds is final. No substitution of the form of the documents will be permitted without the prior written consent of City. [END OF ARTICLE] Page 81 of 115 ARTICLE 14 - LABOR PROVISIONS 14.01 WORKING HOURS A. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 7:00 p.m. No construction noise shall be permitted between the hours of 7:00 p.m. and 7:00 a.m. of the next day. B. Work in excess of eight (8) hours per day, on Saturdays, Sundays, or on City holidays requires prior consent of the Director and is subject to Cost of Overtime Construction Inspection. C. Night, Sunday and Holiday Work. No Work shall be performed at night, Sunday, or the ten (10) legal holidays to wit: New Year’s Day, Martin Luther King, Jr. Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday following Thanksgiving Day, and Christmas Day, except Work pertaining to the public safety or with the permission of the Director, and accordance with such regulations as he/she shall furnish in writing. Before performing any Work at said times, except Work pertaining to the public safety, the Contractor shall give written notice to the Director so that proper inspection may be provided. “Night” as used in this paragraph shall be deemed to include the hours from 7:00 P.M. to 7:00 A.M. of the next succeeding day. 14.02 COST OF OVERTIME CONSTRUCTION SERVICES AND INSPECTIONS A. Overtime construction Work performed at the option of, or for the convenience of, the Contractor will be inspected by the City at the expense of the Contractor. For any such overtime beyond the regular 8-hour day and for any time worked on Saturday, Sunday, or holidays the charges will be determined by the City, and submitted to the Contractor for payment. B. Equipment, materials, or services provided by the City, in connection with Contractor-initiated overtime construction Work described in Paragraph 14.02(A), will also be at the expense of the Contractor. The charges will be determined by the City, and submitted to the Contractor for payment. C. There will be no charges to the Contractor for the inspection of overtime Work ordered by the Director or required by the Contract Documents. 14.03 COMPLIANCE WITH STATE LABOR CODE A. Contractor shall comply with the provisions of the Labor Code of the State of California and any amendments thereof. 1. The time of service of any worker employed upon the Work shall be limited and restricted to eight (8) hours during any one-calendar day, and 40 hours during any one-calendar week. 2. Work performed by employees of the Contractor in excess of eight (8) hours per day, and 40 hours during any one calendar week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day at not less than one and one-half times the basic rate of pay. 3. The Contractor and every Subcontractor shall keep an accurate record showing the name of and the actual hours worked each calendar day and each calendar week by each worker employed by him/her in connection with the Work; the record shall be kept open at all reasonable hours to the inspection of the City and to the Division of Labor Standards Enforcement of the State of California. 4. In the event City deems Contractor is in violation of this Paragraph 14.03, the Contractor shall, as a penalty, forfeit Fifty Dollars ($50.00) for each worker employed in the execution of the Contract Page 82 of 115 by the Contractor or by any Subcontractor for each calendar day for which the employee was underpaid in addition to an amount sufficient to recover underpaid wages. For each subsequent violation, a (one hundred dollar) $100 penalty shall apply for each underpaid employee for each pay period for which the employee was underpaid in addition to an amount sufficient to cover underpaid wages. This subparagraph is effective to the extent it does not directly conflict with the overtime penalty provision of California Labor Code Section 558. In the event of such conflict, the California Labor Code governs over this Paragraph 14.03(A)(4). 14.04 WAGE RATES A. Prevailing Wages 1. Contractor shall comply with the general prevailing rates of per diem wages and the general prevailing rates for holiday and overtime Work in the locality in which the Work is to be performed, for each craft, classification, or type of worker needed to execute the Contract. The Director of the Department of Industrial Relations of the State of California (pursuant to California Labor Code) and the United States Secretary of Labor (pursuant to the Davis-Bacon Act) have determined the general prevailing rates of wages in the locality in which the Work is to be performed. The rates are available online at www.dir.ca.gov/DLSR/PWD/. To the extent that there are any differences in the federal and state prevailing wage rates for similar classifications of labor, the Contractor and its Subcontractors shall pay the highest wage rate. 2. The Contractor shall post a copy of the general prevailing rate of per diem wages at the job site. 3. The Contractor and any Subcontractor under him/her shall pay not less than the specified prevailing rate of wages to all workers employed in the execution of the Contract. 4. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining Contract applicable to the particular craft, classification, or type of worker employed on the project. 5. The Contractor shall, as a penalty to the State or the City, forfeit not more than Fifty Dollars ($50) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates for the Work or craft in which the worker is employed under the Contract by the Contractor or by any Subcontractor under him. The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which such worker was paid less than the stipulated prevailing wage rate shall be paid to such worker by the Contractor. 6. The specified wage rates are minimum rates only and the City will not consider and shall not be liable for any claims for additional compensation made by the Contractor because of payment by him/her of any wage rate in excess of the general prevailing rates. All disputes in regard to the payment of wages in excess of those specified herein shall be adjusted by the Contractor at his/her own expense. B. Payroll Records 1. Pursuant to California Labor Code Section 1776, the Contractor and each Subcontractor shall keep an accurate payroll record, showing the name, address, social security number, Work classification, straight time and overtime hours worked 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. The payroll records shall be certified and shall be available for inspection. Page 83 of 115 2. The Contractor shall inform the City of the location of the payroll records, including the street address, city and county, and shall, within five (5) Working Days, provide a notice of change in location and address. 3. Upon request by the Director, the Contractor shall provide a copy of the certified payroll records along with a statement of compliance. 14.05 APPRENTICESHIP STANDARDS A. Compliance with California Labor Code Section 1777.5 requires all public works contractors and subcontractors to: 1. Prior to commencing work on a public works contract, submit Contract Award information to the applicable joint apprenticeship committee, including an estimate of the journeyman hours to be performed under the Contract, the number of apprentices to be employed, and the approximate dates the apprentices will be employed. Use Form DAS-140 from the State Department of Industrial Relations. The City reserves the right to require Contractor and Subcontractors to submit a copy of said forms to the City. 2. Employ apprentices for the public work at a ratio of no less than one (1) hour or apprentice work for every five (5) hours or labor performed by a journeyman. To request dispatch of apprentices, use Form DAS-142 from the State Department of Industrial Relations. The City reserves the right to require Contractor and Subcontractors to submit a copy of said forms to the City. 3. Pay the apprentice rate on public works projects only to those apprentices who are registered, as defined in Labor Code Section 3077. 4. Contribute to the training fund in the amount identified in the Prevailing Wage Rate publication for journeyman and apprentices. Contractors who choose not to contribute to the local training trust fund must make their contributions to the California Apprenticeship Council, P.O. Box 420603, San Francisco, CA 94142. B. Failure to comply with the provisions of California Labor Code Section 1777.5 may result in the loss of the right to bid or perform work on all public works projects for a period of one to three years and the imposition of a civil penalty of One Hundred Dollars ($100.00) for each calendar day of noncompliance for the first violation and up to Three Hundred Dollars ($300.00) for each calendar day of noncompliance for a second or subsequent violation. Contractor should make a separate copy of this material for each of his/her Subcontractors. C. Payroll Records. The Contractor and each Subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked 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. The payroll records shall be certified and shall be submitted to the Project Manager every two weeks. D. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract or Subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26 from the State Department of Industrial Relations) shall be completed for each Contractor and Subcontractor of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits, vacation funds or makes pension contributions. The form must contain, for each worker classification, the fund, plan or trust name, address, administrator, the amount per hour contributed Page 84 of 115 and the frequency of contributions. Training fund contributions shall also be reported in this form. City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. 14.06 EMPLOYMENT OF APPRENTICES A. In the performance of this Contract, the Contractor and any Subcontractor shall comply with the provisions concerning the employment of apprentices in the Labor Code of the State of California and any amendments thereof. B. In the event the Contractor or any Subcontractor willfully fails to comply with the aforesaid provisions of the Labor Code, such Contractor or Subcontractor shall be subject to the penalties for noncompliance in the Labor Code of the State of California and any amendments thereof. 14.07 REGISTRATION WITH THE STATE DEPARTMENT OF INDUSTRIAL RELATIONS In the performance of this Contract, Contractor and/or any Subcontractor must be currently registered and qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State Department of Industrial Relations. 14.08 CHARACTER OF WORKERS The Contractor shall not allow his/her agents or employees, Subcontractors, or any agent or employee thereof, to trespass on premises or lands in the vicinity of the Work. Only skilled foremen and workers shall be employed on Work requiring special qualifications, and when required by the Director, the Contractor shall discharge any person who commits trespass, or in the opinion of the Director, acts in a disorderly, dangerous, insubordinate, incompetent, or otherwise objectionable manner. Any employee being intoxicated or bringing or having intoxicating liquors or controlled substances on the Work shall be discharged. Such discharge shall not be the basis of any claim for compensation of damages against the City or any of its officers, agents, and employees. 14.09 NO SMOKING – STATE LABOR CODE SECTION 6404.5 The Contractor and its agents, employees, Subcontractors, representatives, and any person under Contractor’s control, are prohibited from smoking in— or within a 20-foot distance from— the Site, which is a "place of employment" under California Labor Code § 6404.5. [END OF ARTICLE] Page 85 of 115 ARTICLE 15 - DISPUTE RESOLUTION 15.01 SUBMISSION OF CLAIMS A. By Contractor Contractor’s right to commence the Claims Dispute Resolution Process shall arise upon the Director’s written response denying all or part of a Claim. Contractor shall submit a written Statement of Dispute to the Director within seven (7) Days after the Director rejects all or a portion of Contractor’s Claim. Contractor’s Statement of Dispute shall be signed under penalty of perjury and shall state with specificity the events or circumstances giving rise to the Claim, the dates of their occurrence and the effect, if any, on the compensation due or performance obligations of Contractor under the Construction Contract. Such Statement of Dispute shall include adequate supporting data to substantiate the disputed Claim. Adequate supporting data for a Claim relating to the adjustment of the Contractor’s obligations relative to time of performance shall include a detailed, event-by-event description of the impact of each delay on Contractor’s time for performance. Adequate supporting data to a Statement of Dispute submitted by Contractor involving Contractor’s compensation shall include a detailed cost breakdown and supporting cost data in such form and including such detailed information and other supporting data as required to demonstrate the grounds for, and precise amount of, the Claim. B. By City City’s right to commence the Claims Dispute Resolution Process shall arise at any time following the City’s actual discovery of the circumstances giving rise to the Claim. Nothing contained herein shall preclude City from asserting Claims in response to a Claim asserted by Contractor. A Statement of Dispute submitted by City shall state the events or circumstances giving rise to the Claim, the dates of their occurrence and the damages or other relief claimed by City as a result of such events. C. Claims Defined The term “claims” as used herein shall be as defined in California Public Contract Code § 20104(b)(2). 15.02 CLAIMS DISPUTE RESOLUTION PROCESS The parties shall utilize each of the following steps in the Claims Dispute Resolution Process in the sequence they appear below. Each party shall participate fully and in good faith in each step in the Claims Dispute Resolution Process, which good faith effort shall be a condition precedent to the right of each party to proceed to the next step in the Claims Dispute Resolution Process. A. Direct Negotiations Designated representatives of City and Contractor shall meet as soon as possible (but not later than ten (10) Days after receipt of the Statement of Dispute) in a good faith effort to negotiate a resolution to the Claim. Each party shall be represented in such negotiations by an authorized representative with full knowledge of the details of the Claim or defenses being asserted by such party, and with full authority to resolve such Claim then and there, subject only to City’s right and obligation to obtain City Council [or other City official] approval of any agreed settlement or resolution. In the Claim involves the assertion of a right or claim by a Subcontractor against Contractor that is in turn being asserted by Contractor against City, then such Subcontractor shall also have a representative attend such negotiations, with the same authority and knowledge as just described. Upon completion of the meeting, if the Claim is not resolved, the parties may either continue the negotiations or either party may declare negotiations ended. All discussions that occur during such negotiations and all documents Page 86 of 115 prepared solely for the purpose of such negotiations shall be confidential and privileged pursuant to California Evidence Code Sections 1119 and 1152. B. Deferral of Claims Following the completion of the negotiations required by Paragraph 15.02-A., all unresolved Claims, except those that do not involve parties other than the Contractor and City, shall be deferred pending Final Completion of the Work, subject to City’s right, in its sole and absolute discretion, to require that the claims Dispute Resolution Process proceed prior to Final Completion. In the event that City does not elect to proceed with the Claims Dispute Resolution Process prior to Final Completion of the Work, all Claims that have been deferred until such Final Completion shall be consolidated within a reasonable time after such Final Completion and thereafter pursued to resolution pursuant to the Claims Dispute Resolution Process. Nothing contained in this Article 15 shall be interpreted as limiting the parties’ rights to continue informal negotiations of Claims that have been deferred until such Final Completion; provided, however, that such informal negotiations shall not be interpreted as altering the provisions of this Article 15 deferring final determination and resolution of unresolved Claims until after Final Completion of the Work. C. Legal Proceedings If the Claim is not resolved by direct negotiations, then the party wishing to further pursue resolution or determination of the Claim shall submit the Claim for determination by commencing legal proceedings in a court of competent jurisdiction. 15.03 NO WAIVER Participation in the Claims Dispute Resolution Process shall not constitute a waiver, release or compromise of any defense of either party, including, without limitation, any defense based on the assertion that the rights of Contractor that are the basis of a Claim were previously waived by Contractor due to failure to comply with the Contract Documents, including, without limitation, Contractor’s failure to comply with any time periods for providing notices or for submission or supporting documentation of Claims. [END OF ARTICLE] Page 87 of 115 ARTICLE 16 - ACCOUNTING RECORDS 16.01 MAINTENANCE OF RECORDS Contractor shall keep, and shall include in its contracts with its Subcontractors, provisions requiring its Subcontractors to keep full and detailed books and records in accordance with the requirements of the Contract Documents, including the following: all information, materials and data of every kind and character (hard copy, as well as computer readable data if it exists), that have any bearing on or pertain to any matters, rights, duties or obligations relating to the Project or the performance of the Work, including, without limitation, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, change orders, change order requests, estimates, field orders, schedules, diaries, logs, reports, shop drawings, samples, exemplars, Drawings, Specifications, invoices, delivery tickets, receipts, vouchers, cancelled checks, memoranda; accounting records; job cost reports; job cost files (including complete documentation covering negotiated settlements); backcharge; general ledgers; documentation of cash and trade discounts earned; insurance rebates and dividends, and other documents relating in way to Claims or Change Orders, Construction Change Directives, Work Directives, or other claims for payment related to the Project asserted by Contractor or any Subcontractor (“Accounting Records”). Contractor shall exercise such controls as may be necessary for proper financial management of the Work. Such accounting and control systems shall comply with prevailing custom and practice for similar projects, be satisfactory to City and shall include preservation of such records for a period of five (5) years after approval of the Notice of Completion and Acceptance by City, or for such longer period as may be required by applicable laws. 16.02 ACCESS TO RECORDS Contractor shall allow, and shall include in its contracts with its Subcontractors provisions requiring its Subcontractors to allow, City and its authorized representative(s), auditors, attorneys and accountants, upon twenty-four (24) hours notice to Contractor, full access to inspect and copy all books and records relating to the Project that Contractor is required to maintain pursuant to Paragraph 16.01, above. 16.03 CONTRACTOR NONCOMPLIANCE, WITHHOLDING Contractor's compliance with Paragraphs 16.01 and 16.02, above, shall be a condition precedent to maintenance of any legal action or arbitration by Contractor against City. In addition to and without limitation upon City's other rights and remedies for breach, including any other provisions for withholding set forth in the Contract Documents, City shall have the right, exercised in its sole discretion, to withhold from any payment to Contractor due under a current Application for Payment an additional sum of up to ten percent (10%) of the total amount set forth in such Application for Payment, until Contractor and its Subcontractors have complied with any outstanding and unsatisfied request by City under this Article 16. Upon such compliance with this Article 16, any additional monies withheld pursuant to this Paragraph 16.03 shall be released to Contractor. 16.04 SPECIFIC ENFORCEMENT BY CITY Contractor agrees that any failure by Contractor or any Subcontractor to provide access to its books and records as required by this Article 16 shall be specifically enforceable, by issuance of a preliminary and/or permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such court and without the necessity of oral testimony, to compel Contractor to permit access, inspection, audits and/or reproduction of such books and records or to require delivery of such books and records to City for inspection, audit and/or reproduction. [END OF ARTICLE] Page 88 of 115 ARTICLE 17-MISCELLANEOUS PROVISIONS 17.01 COMPLIANCE WITH APPLICABLE LAWS A. Notices, Compliance Contractor shall give all notices required by governmental authorities and comply with all applicable laws and lawful orders of governmental authorities, including but not limited to the provisions of the California Code of Regulations applicable to contractors performing construction and all laws, ordinances, rules, regulations and lawful orders relating to safety, prevailing wage and equal employment opportunities. B. Taxes, Employee Benefits Contractor shall pay at its own expense, at no cost to the City and without adjustment to the Contract Sum, all local, state and federal taxes, including, without limitation all sales, consumer, business license, use and similar taxes on materials, labor or other items furnished for the Work or portions thereof provided by Contractor or Subcontractors, all taxes arising out of its operations under the Contract Documents and all benefits, insurance, taxes and contributions for social security and unemployment insurance which are measured by wages, salaries or other remuneration paid to Contractor's employees. If under federal excise tax law any transaction hereunder constitutes a sale on which a federal excise tax is imposed and the sale is exempt from such excise tax because it is a sale to meat for its exclusive use, then City, upon request, will execute documents necessary to show that is a political subdivision of the State for the purposes of such exemption and that the sale is for the exclusive use of the City, in which case no excise tax for such materials shall be included in the Bid or Contract Sum. C. Notice of Violations Contractor shall immediately notify the City and Director in writing of any instruction received from the City, Director, Architect or other person or entity that, if implemented, would cause a violation of any applicable law or lawful order of a governmental authority. If Contractor fails to provide such notice, then Director shall be entitled to assume that such instruction is in compliance with applicable laws and lawful orders of governmental authorities. If Contractor observes that any portion of the Drawings and Specifications or Work are at variance with applicable laws or lawful orders of governmental authorities, or should Contractor become aware of conditions not covered by the Contract Documents which will result in Work being at variance therewith, Contractor shall promptly notify Director in writing. If, without such notice to Director, Contractor or any Subcontractor performs any Work which it knew, or through the exercise of reasonable care should have known, was contrary to lawful orders of governmental authorities or applicable laws, then Contractor shall bear all resulting losses at its own expense, at no cost to City and without adjustment to the Contract Sum. 17.02 OWNERSHIP OF DESIGN DOCUMENTS A. Property of City All Design Documents, Contract Documents and Submittals (including, without limitation, all copies thereof) and all designs and building designs depicted therein are and shall remain the sole and exclusive property of the City and the City shall solely and exclusively hold all copyrights thereto. Without derogation the City’s rights under this Paragraph, the Contractor and Subcontractors are granted a limited, non-exclusive license, revocable at will of City, to use and reproduce applicable Page 89 of 115 portions of the Contract Documents and Submittals as appropriate to and for use in the execution of the Work and for no other purpose. B. Documents on Site Contractor shall keep on the Project site, at all times and for use by City, Director, Inspectors of Record and City’s Consultants, a complete set of the Contract Documents that have been approved by applicable Governmental Authorities. C. Delivery to City All Design Documents, Contract Documents and Submittals in the possession of Contractor or Subcontractors shall be returned to the City upon the earlier of Final Completion or termination of the Construction Contract; provided, however, that Contractor and each Subcontractor shall have the right to retain one (1) copy of the Contract Documents and Submittals for its permanent records D. Subcontractors Contractor shall take all necessary steps to assure that a provision is included in all subcontracts with Subcontractors, of every tier, who perform Work on the Project establishing, protecting and preserving the, City’s rights set forth in this Paragraph. 17.03 AMENDMENTS The Contract Documents may be amended only by a written instrument duly executed by the parties or their respective successors or assigns. 17.04 WAIVER Either party's waiver of any breach or failure to enforce any of the terms, covenants, conditions or other provisions of the Contract Documents at any time shall not in any way limit or waive that party's right thereafter to enforce or compel strict compliance with every term, covenant, condition or other provision, any course of dealing or custom of the trade notwithstanding. Furthermore, if the parties make and implement any interpretation of the Contract Documents without documenting such interpretation by an instrument in writing signed by both parties, such interpretation and implementation thereof will not be binding in the event of any future disputes. 17.05 INDEPENDENT CONTRACTOR Contractor is an independent contractor, and nothing contained in the Contract Documents shall be construed as constituting any relationship with City other than that of Project owner and independent contractor. In no event shall the relationship between City and Contractor be construed as creating any relationship whatsoever between City and Contractor's employees. Neither Contractor nor any of its employees is or shall be deemed to be an employee of City. Except as otherwise specified in the Contract Documents, Contractor has sole authority and responsibility to employ, discharge and otherwise control its employees and has complete and sole responsibility as a principal for its agents, for all Subcontractors and for all other Persons that Contractor or any Subcontractor hires to perform or assist in performing the Work. 17.06 SUCCESSORS AND ASSIGNS The Contract Documents shall be binding upon and inure to the benefit of City and Contractor and their Page 90 of 115 permitted successors, assigns and legal representatives. A. City may assign all or part of its right, title and interest in and to any Contract Documents, including rights with respect to the Payment and Performance Bonds, to (a) any other governmental person as permitted by governmental rules, provided that the successor or assignee has assumed all of City's obligations, duties and liabilities under the Contract Document then in effect; and (b) any other Person with the prior written approval of Contractor. B. Contractor may collaterally assign its rights to receive payment under the Contract Documents. Contractor may not delegate any of its duties hereunder, except to Subcontractors as expressly otherwise permitted in the Contract Documents. Contractor's assignment or delegation of any of its Work under the Contract Documents shall be ineffective to relieve Contractor of its responsibility for the Work assigned or delegated, unless City, in its sole discretion, has approved such relief from responsibility. Any assignment of money shall be subject to all proper set-offs and withholdings in favor of City and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by City for completion of the Work, should Contractor be in default. C. Except for the limited circumstances set forth in Paragraph 17.06-B, above, Contractor may not, without the prior written consent of City in its sole discretion, voluntarily or involuntarily assign, convey, transfer, pledge, mortgage or otherwise encumber its rights or interests under the Contract Documents. No partner, joint venturer, member or shareholder of Contractor may assign, convey, transfer, pledge, mortgage or otherwise encumber its ownership interest in Contractor without the prior written consent of City, in City’s sole discretion. 17.07 SURVIVAL Contractor’s representations and warranties, the dispute resolution provisions contained in Article 15, and all other provisions which by their inherent character should survive termination of the Contract and/or Final Acceptance, shall survive the termination of the Contract and the Final Acceptance Date. 17.08 LIMITATION ON THIRD PARTY BENEFICIARIES It is not intended by any of the provisions of the Contract Documents to create any third party beneficiary hereunder or to authorize anyone not a party hereto to maintain a suit for personal injury or property damage pursuant to the terms or provisions hereof, except to the extent that specific provisions (such as the warranty and indemnity provisions) identify third parties and state that they are entitled to benefits hereunder. The duties, obligations and responsibilities of the parties to the Contract Documents with respect to such third parties shall remain as imposed by law. The Contract Documents shall not be construed to create a contractual relationship of any kind between City and a Subcontractor or any other Person except Contractor. 17.09 PERSONAL LIABILITY OF CITY EMPLOYEES City’s authorized representatives are acting solely as agents and representatives of City when carrying out the provisions of or exercising the power or authority granted to them under the Contract. They shall not be liable either personally or as employees of City for actions in their ordinary course of employment. No agent, consultant, Council member, officer or authorized employee of City, shall be personally responsible for any liability arising under the Contract. Page 91 of 115 17.10 NO ESTOPPEL City shall not, nor shall any officer thereof, be precluded or estopped by any measurement, estimate or certificate made or given by the City representative or other officer, agent, or employee of City under any provisions of the Contract from at any time (either before or after the final completion and acceptance of the Work and payment therefor) pursuant to any such measurement, estimate or certificate showing the true and correct amount and character of the work done, and materials furnished by Contractor or any person under the Contract or from showing at any time that any such measurement, estimate or certificate is untrue and incorrect, or improperly made in any particular, or that the work and materials, or any part thereof, do not in fact conform to the Contract Documents. Notwithstanding any such measurement, estimate or certificate, or payment made in accordance therewith, City shall not be precluded or estopped from recovering from Contractor and its Sureties such damages as City may sustain by reason of Contractor’s failure to comply or to have complied with the Contract Documents. 17.11 GOVERNING LAW The laws of the State of California govern the construction and interpretation of the Contract Documents, without regard to conflict of law principles. Unless the Contract Documents provide otherwise, any reference to laws, ordinances, rules, or regulations include their later amendment, modifications, and successor legislation. If Contractor or City brings a lawsuit to enforce or interpret one or more provisions of the Contract Documents, jurisdiction is in the Superior Court of the County of Los Angeles, California, or where otherwise appropriate, in the United States District Court, Central District of California. Contractor and City acknowledge that the Contract Documents were negotiated, entered into, and executed—and the Work was performed—in the City of Vernon, California. 17.12 FURTHER ASSURANCES Contractor shall promptly execute and deliver to City all such instruments and other documents and assurances as are reasonably requested by City to further evidence the obligations of Contractor hereunder, including assurances regarding assignments of Subcontractors contained herein. 17.13 SEVERABILITY If any clause, provision, section, paragraph or part of the Contract is ruled invalid by a court having proper jurisdiction, then the parties shall: (a) promptly meet and negotiate a substitute for such clause, provision, section, paragraph or part, which shall, to the greatest extent legally permissible, effect the original intent of the parties, including an equitable adjustment to the Contract Price to account for any change in the Work resulting from such invalidated portion; and (b) if necessary or desirable, apply to the court or other decision maker (as applicable) which declared such invalidity for an interpretation of the invalidated portion to guide the negotiations. The invalidity or unenforceability of any such clause, provision, section, paragraph or part shall not affect the validity or enforceability of the balance of the Contract, which shall be construed and enforced as if the Contract did not contain such invalid or unenforceable clause, provision, section, paragraph or part. 17.14 HEADINGS The captions of the sections of the Contract are for convenience only and shall not be deemed part of the Contract or considered in construing the Contract. Page 92 of 115 17.15 ENTIRE AGREEMENT The Contract Documents contain the entire understanding of the parties with respect to the subject matter hereof and supersede all prior agreements, understandings, statements, representations and negotiations between the parties with respect to its subject matter. 17.16 COUNTERPARTS This instrument may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. [END OF ARTICLE] Page 93 of 115 EXHIBIT A1 Bond No.: Premium Amount: $ Bond’s Effective Date: PERFORMANCE BOND RECITALS: 1. The City of Vernon, California (“City”), has awarded to (Name, address, and telephone of Contractor) ________________________________________________________________________________ (“Principal”), a Contract (the “Contract”) for the Work described as follows: Specification No. : in Vernon, CA. 2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— to furnish a bond guaranteeing Principal’s faithful performance of the Work. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) _________________________. Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal promptly and faithfully performs the undertakings, terms, covenants, conditions, and agreements in the Contract and Contract Documents (including all their amendments and supplements), all within the time and in the manner that those documents specify, then this obligation becomes null and void. Otherwise, this Bond remains in full force and effect, and the following terms and conditions apply to this Bond: 1. This Bond specifically guarantees Principal’s performance of each obligation and all obligations under the Contract and Contract Documents, as they may be amended and supplemented— including, but not limited to, Principal’s liability for liquidated damages, Warranties, Guarantees, Correction, and Maintenance obligations as specified in the Contract and Contract Documents— except that Surety’s total obligation, as described here, will not exceed the Bonded Sum. 2. For those obligations of Principal that survive Final Completion of the Work described in the Contract and Contract Documents, the guarantees in this Bond also survive Final Completion of the Work. 3. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly: (a) remedy the default; (b) complete the Project according to the Contract Documents’ terms and conditions then in effect; or (c) using a procurement methodology approved by City, select a contractor or contractors— acceptable to City— to complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available, as the Work progresses, sufficient funds to pay the cost of completion less the balance of the Contract Sum, and to pay and perform all obligations of Principal under the Contract and Contract Documents— including other costs and damages for which Surety is liable under this Bond— except that Surety’s total obligation, as described here, will not exceed the Bonded Sum. Page 94 of 115 4. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract Documents, or the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an extension of time for performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time. 5. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing Principal’s faithful performance of the Work. 6. No right of action accrues on this Bond to any entity other than City or its successors and assigns. 7. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the Bonded Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 8. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN DUPPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY AND APPROVED AS TO FORM: AMOUNT OF BONDED SUM: By By General Manager of Public Utilities Interim City Attorney Abraham Alemu Arnold M. Alvarez-Glasman CORPORATE SEAL CORPORATE SEAL Page 95 of 115 BOND ACKNOWLEDGMENT FOR SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he 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. Notary Public SEAL Page 96 of 115 EXHIBIT A2 Bond No.: Premium Amount: $ Bond’s Effective Date: PAYMENT BOND (LABOR AND MATERIALS) RECITALS: 1. The City of Vernon, California (“City”), has awarded to __________________________________________________________________________________________ (Name, address, and telephone of Design-Builder) ________________________________________________________________________________ (“Principal”), a Contract (the “Contract”) for the Work described as follows: Specification No. : in Vernon, CA. 2. Principal is required under California Civil Code Sections 3247-3248 and the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— to furnish a bond guaranteeing Principal’s paying claims, demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) _________________________. Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal or a subcontractor fails to pay (a) any person named in California Civil Code Section 3181, or any successor legislation; (b) any amount due under California’s Unemployment Insurance Code, or any successor legislation, for work or labor performed under the Contract or Contract Documents; or (c) any amount under Unemployment Insurance Code Section 13020, or any successor legislation, that Principal or a subcontractor must deduct, withhold, and pay over to the Employment Development Department from the wages of its employees, for work or labor performed under the Contract or Contract Documents, then Surety shall pay for the same in an amount not-to-exceed the Bonded Sum. Otherwise, this obligation becomes null and void. While this Bond remains in full force and effect, the following terms and conditions apply to this Bond: 1. This Bond inures to the benefit of any of the persons named in California Civil Code Section 3181, or any successor legislation, giving those persons or their assigns a right of action in any suit brought upon this Bond, unless California Civil Code Section 3267, or any successor legislation, applies. 2. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract Documents, or the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an extension of time for performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice of alteration, modification, change, addition, deletion, Page 97 of 115 omission, agreement, supplement, or extension of time. 3. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s paying claims, demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work. 4. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the Bonded Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 5. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN DUPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY AND APPROVED AS TO FORM: AMOUNT OF BONDED SUM: By By General Manager of Public Utilities Interim City Attorney Abraham Alemu Arnold M. Alvarez-Glasman CORPORATE SEAL CORPORATE SEAL Page 98 of 115 BOND ACKNOWLEDGMENT FOR SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he 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. Notary Public SEAL Page 99 of 115 EXHIBIT A3 Bond No.: Premium Amount: $ Bond’s Effective Date: MAINTENANCE BOND RECITALS: 1. The City of Vernon, California (“City”), has awarded to (Name, address, and telephone of Contractor) ________________________________________________________________________________ (“Principal”), a Contract (the “Contract”) for the Work described as follows: Specification No. : in Vernon, CA. 2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— after completion of the Work and before the filing and recordation of a Notice of Completion for the Work, to furnish a bond to secure claims for Maintenance equal to ten percent (10%) of the total amount of the Contract Which shall hold good for a period of one (1) year from the date the City’s Notice of Completion and Acceptance of the Work is filed with the County Recorder, to protect the City against the result of faulty material or workmanship during that time. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than ten percent (10%) of the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT if the said Principal or any of his or her or its subcontractors, or the heirs, executors, administrators, successors, or assigns or assigns of any, all, or either of them, shall fail to execute within a reasonable amount of time, or fail to respond within seven (7) days with a written schedule acceptable to the City for same, repair or replacement of any and all Work, together with any other adjacent Work which may be displaced by so doing, that proves to be defective in its workmanship or material for the period of one (1) year (except when otherwise required in the Contract to be for a longer period) from the date the City’s Notice of Completion and Acceptance, or equivalent, is filed with the County Recorder, ordinary wear and tear and unusual abuse or neglect excepted with respect to such Work and labor, the Surety herein shall pay for the same, in an amount not exceeding the sum specified in this Bond. 1. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly remedy the default using a procurement methodology approved by City, select a contractor or contractors— acceptable to City to complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available sufficient funds to pay the cost of repair or replacement of any and all Work and to pay and perform all obligations of Principal under the Contract and Contract Documents— including other costs and damages for which Surety is liable under this Bond except that Surety’s total obligation, as described here, will not exceed the Bonded Sum. 2. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. 3. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of said Contract Page 100 of 115 or to the Work to be performed thereunder or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition. 4. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing Principal’s faithful performance of the Work. 5. No right of action accrues on this Bond to any entity other than City or its successors and assigns. 6. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay, in addition to the Bonded Sum, City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 7. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. 8. Death of the Principal shall not relieve Surety of its obligations hereunder. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN DUPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY & AMOUNT OF BONDED SUM: APPROVED AS TO FORM: By By General Manager of Public Utilities Interim City Attorney Abraham Alemu Arnold M. Alvarez-Glasman CORPORATE SEAL CORPORATE SEAL Page 101 of 115 BOND ACKNOWLEDGMENT FOR SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he 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. Notary Public SEAL Page 102 of 115 EXHIBIT A4 INSURANCE REQUIREMENTS 1.0 REQUIRED INSURANCE POLICIES At its own expense, Contractor shall obtain, pay for, and maintain – and shall require each of its Subcontractors to obtain and maintain – for the duration of the Agreement, policies of insurance meeting the following requirements: A. Workers’ Compensation/Employer’s Liability Insurance shall provide workers’ compensation statutory benefits as required by law. 1. Employer’s Liability insurance shall be in an amount not less than: (a) TWO MILLION DOLLARS ($2,000,000) per accident for bodily injury or disease; (b) TWO MILLION DOLLARS ($2,000,000) per employee for bodily injury or disease; and (c) TWO MILLION DOLLARS ($2,000,000) policy limit. B. Commercial General Liability (“CGL”) (primary). City and its employees and agents shall be added as additional insureds, not limiting coverage for the additional insured to “ongoing operations” or in any way excluding coverage for completed operations. Coverage shall apply on a primary, non-contributing basis in relation to any other insurance or self-insurance, primary or excess, available to City or any employee, representative or agent of City. Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Coverage shall contain no contractors’ limitation or other endorsement limiting the scope of coverage for liability arising from explosion, collapse, or underground property damage. 1. CGL insurance must not be written for less than the limits of liability specified as follows: (a) TWO MILLION DOLLARS ($2,000,000) per occurrence for bodily injury (including accidental death) to any one person; (b) TWO MILLION DOLLARS ($2,000,000) per occurrence for personal and advertising injury to any one person; (c) TWO MILLION DOLLARS ($2,000,000) per occurrence for property damage; and (d) FOUR MILLION DOLLARS ($4,000,000) general aggregate limit. 2. CGL insurance must include all major divisions of coverage and must cover: (a) Premises Operations (including Explosion, Collapse, and Underground [“X,C,U”] coverages as applicable); (b) Independent Contractor’s Protective; (c) Independent Contractors; (d) Products and Completed Operations (maintain same limits as above until five (5) years after recordation of Notice of Completion) Page 103 of 115 (e) Personal and Advertising Injury (with Employer’s Liability Exclusion deleted); (f) Contractual Liability (including specified provision for Contractor’s obligation under Article 11 of the General Conditions); and (g) Broad Form Property Damage. 3. Umbrella or Excess Liability Insurance (over primary), if provided, shall be at least as broad as any underlying coverage. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion and no contractor’s limitation endorsement. The policy shall have starting and ending dates concurrent with the underlying coverages. The Named Insured may determine the layering of primary and excess liability insurance provided that if such layering differs from that described here, the actual coverage program meets the minimum total required limits and complies with all other requirements listed here. C. Business Automobile Liability Insurance 1. Business Automobile Liability Insurance must cover all vehicles, whether rented, leased, hired, scheduled, owned or non-owned. If Contractor does not own any vehicles, this requirement may be satisfied by a non-owned vehicle endorsement to the general and umbrella liability policies. Business Automobile Liability Insurance coverage amounts shall not be less than the following: (a) TWO MILLION DOLLARS ($2,000,000) per occurrence for bodily injury (including accidental death) to any one person; and (b) TWO MILLION DOLLARS ($2,000,000) per occurrence for property damage; or (c) TWO MILLION DOLLARS ($2,000,000) combined single limit. D. Contractors Pollution Liability Insurance (CPL) 1. Contractor or Subcontractor shall obtain, pay for, and maintain for the duration of the Contract Contractors Pollution Liability insurance that provides coverage for liability caused by pollution conditions arising out of the operations of the Contractor. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using Subcontractors, the policy must include work performed “by or on behalf” of the insured. 2. The policy limit shall provide coverage of no less than one million dollars ($1,000,000) per claim and in the aggregate. Coverage shall apply to bodily injury; property damage, including loss of use of damaged property or of property that has not been physically inured; cleanup costs; and costs of defense, including costs and expenses incurred in the investigation, defense, or settlement of claims. 3. All activities contemplated in the Contract shall be specifically scheduled on the CPL policy as “covered operations.” In addition, the policy shall provide coverage for the hauling of waste from the Project site to the final disposal location, including non-owned disposal sites. 4. The policy shall specifically provide for a duty to defend on the part of the insurer. City, its officers, employees and agents shall be added to the policy as additional insureds by endorsement. Page 104 of 115 E. Builder’s Risk Insurance 1. Builder’s Risk Insurance covering all real and personal property for “all risks” of loss or “comprehensive perils” coverage including but not limited to the perils of earth movement including earthquake and flood for all buildings, structures, fixtures, materials, supplies, machinery and equipment to be used in or incidental to the construction at the site, off site, or in transit, for the full replacement value of such properties. Coverage shall be included for property of others in the care, custody or control of the insured for which any insured may be liable. The City will purchase a builder’s risk policy for the Project instead of a contractor purchased policy. Bidder should not include cost for this coverage in his/her bid. 2.0 GENERAL REQUIREMENTS—ALL POLICIES A. Qualifications of Insurer. At all times during the term of this Contract, Contractor’s insurance company must meet all of the following requirements: 1. “Admitted” insurer by the State of California Department of Insurance or be listed on the California Department of Insurance’s “List of Surplus Line Insurers” (“LESLI”); 2. Domiciled within, and organized under the laws of, a State of the United States; and 3. Carry an A.M. Best & Company minimum rating of “A:VII”. B. Continuation Coverage. For insurance coverages that are required to remain in force after the Final Payment, and if reasonably available, Contractor shall submit to City, with the final Application for Payment, all certificates and additional insured endorsements evidencing the continuation of such coverage. C. Deductibles or Self-Insured Retentions. All deductibles or self-insured retentions are subject to City’s review and approval, in its sole discretion. D. Commercial General Liability and Business Automobile insurance policies must be written on an “occurrence” basis and must add the City of Vernon and its officers, agents, employees and representatives as additional insureds. E. Contractor’s Insurance Primary. Other insurance (whether primary, excess, contingent or self- insurance, or any other basis) available to City, or its representatives, or both, is excess over Contractor’s insurance. City’s insurance, or self-insurance, or both, will not contribute with Contractor’s insurance policy. F. Waiver of Subrogation. Contractor and Contractor’s insurance company waive— and shall not exercise— any right of recovery or subrogation that Contractor or the insurer may have against City, or its representatives, or both. G. Separation of Insureds. Contractor’s insurance policy applies separately to each insured or additional insured who is seeking coverage, or against whom a claim is made or suit is brought, except that the naming of multiple insureds will not increase an insurance company’s limits of liability. H. Claims by Other Insureds. Contractor’s insurance policy applies to a claim or suit brought by an additional insured against a Named Insured or other insured, arising out of bodily injury, personal injury, advertising injury, or property damage. I. Premiums. City is not liable for a premium payment or another expense under Contractor’s policy J. At any time during the duration of this Contract, City may do any one or more of the following: Page 105 of 115 1. Review this Agreement’s insurance coverage requirements; 2. Require that Contractor obtain, pay for, and maintain more insurance depending on City’s assessment of any one or more of the following factors: (a) City’s risk of liability or exposure arising out of, or in any way connected with, the services of Contractor under this Agreement; (b) The nature or number of accidents, claims, or lawsuits arising out of, or in any way connected with, the services of Contractor under this Agreement; or (c) The availability, or affordability, or both, of increased liability insurance coverage. 3. Obtain, pay for, or maintain a bond (as a replacement for an insurance coverage) from a California corporate surety, guaranteeing payment to City for liability, or costs, or both, that City incurs during City’s investigation, administration, or defense of a claim or a suit arising out of this Agreement; or K. Contractor shall maintain the insurance policy without interruption, from the Project’s commencement date to the Final Payment date, or until a date that City specifies for any coverage that Contractor must maintain after the Final Payment. L. Contractor shall not allow any insurance to expire, cancel, terminate, lapse, or non-renew. Contractor’s insurance company shall mail City written notice at least thirty (30) days in advance of the policy’s cancellation, termination, non-renewal, or reduction in coverage and ten (10) days before its insurance policy’s expiration, cancellation, termination, or non-renewal, Contractor shall deliver to City evidence of the required coverage as proof that Contractor’s insurance policy has been renewed or replaced with another insurance policy which, during the duration of this Agreement, meets all of this Agreement’s insurance requirements. M. At any time, upon City’s request, Contractor shall furnish satisfactory proof of each type of insurance coverage required— including a certified copy of the insurance policy or policies; certificates, endorsements, renewals, or replacements; and documents comprising Contractor’s self-insurance program— all in a form and content acceptable to the City Attorney or City’s Risk Manager. N. If Contractor hires, employs, or uses one or more Subcontractor(s) to perform work, services, operations, or activities on Contractor’s behalf, Contractor shall ensure that the Subcontractor complies with the following. 1. ....... Meets, and fully complies with, this Agreement’s insurance requirements; and 2. Furnishes City at any time upon its request, with a complete copy of the Subcontractor’s insurance policy or policies for City’s review, or approval, or both. Failure of City to request copies of such documents shall not impose any liability on City, or its employees. O. Contractor’s failure to comply with an insurance provision in this Agreement constitutes a material breach upon which City may immediately terminate or suspend Contractor’s performance of this Agreement, or invoke another remedy that this Agreement or the law allows. At its discretion and without waiving any other rights it may have pursuant to law, City has the right but not a duty to obtain or renew the insurance and pay all or part of the premiums. Upon demand, Contractor shall repay City for all sums or monies that City paid to obtain, renew, or reinstate the insurance, or City may offset the cost of the premium against any sums or monies that City may owe Contractor. 3.0 CONTRACTOR’S SUBMITTAL OF CERTIFICATES AND ENDORSEMENTS Page 106 of 115 A. Contractor shall have its insurance carrier(s) or self-insurance administrator(s) complete and execute the following insurance documents and shall deliver said documents at the same time Contractor delivers this Agreement to City. City will neither sign this Agreement nor issue a “Notice to Proceed” until the City Attorney or City’s Risk Manager has reviewed and approved all insurance documents. City's decision as to the acceptability of all insurance documents is final. Sample insurance documents in the City’s approved format are set forth in this 4. B. Required Submittals for Commercial General Liability and Business Automobile Insurance and Contractor’s Pollution Liability Insurance. The following submittals must be on forms satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein. 1. “Certificate of Insurance” 2. “Additional Insured Endorsement” 3. Subrogation Endorsement: “Waiver of Transfer to Rights of Recover Against Others” Both Certificates of Insurance and Additional Insured Endorsements must read as follows: “The City of Vernon, and its officers, agents, employees and representatives are included as additional insureds under the policy(s). This insurance is primary to all other insurance of the City. The City’s insurance and self-insurance will apply in excess of, and will not contribute with this insurance. This insurance applies separately to each insured or additional insured who is seeking coverage, or against whom a claim is made or a suit is brought. The issuing company shall mail thirty (30) days advance notice to the City for any policy cancellation, termination, non-renewal, or reduction in coverage.” C. Required Submittals for Workers’ Compensation Insurance. Contractor shall provide City with a certificate of insurance and a subrogation endorsement on forms satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of, and contain provisions entirely consistent with, this Contract’s workers compensation insurance requirements. If Contractor is self-insured for workers’ compensation, a copy of the “Certificate of Consent to Self-insure” from the State of California is required; or if Contractor is lawfully exempt from workers’ compensation laws, an “Affirmation of Exemption from Labor Code §3700” form is required. D. Required Evidence of Builder’s Risk Coverage. City will provide a certificate of insurance and a declarations page on a form satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative. The policy terms must fully meet the requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein. The City shall be named as a loss payee on the insurance policy for the full replacement value of all buildings, structures, fixtures and materials to be constructed, maintained, repaired or supplied pursuant to this Contract. E. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that all required coverage is provided. Contractor agrees to obtain certificates evidencing such coverage. F. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor that includes City or any other indemnitee as a defendant. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. G. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. H. Any “self-insured retention” must be declared and approved by City. City reserves the right to require the self-insured retention to be eliminated or replaced by a deductible. Self-funding, policy fronting or other mechanisms to avoid risk transfer are not acceptable. If Contractor has such a program, Contractor must fully disclose such program to City. Page 107 of 115 EXHIBIT A5 Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit CITY OF VERNON VERNON PUBLIC UTILITIES Construction Stormwater Program Permit Number: Date: Applicant: Phone: Project Address: Property Owner: Contractor: Contractor’s Address: The National Pollutant Discharge Elimination System (NPDES) is a portion of the Clean Water Act that applies to the protection of receiving waters. Under permits from the Los Angeles Regional Water Quality Control Board (RWQCB), certain activities are subject to RWQCB enforcement. To meet the standards of the Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the Coastal Watershed of Los Angeles County, Except those Discharges Originating from the City of Long Beach MS4 (CAS004001), the City of Vernon has adopted minimum standards for stormwater runoff from development construction activities. These minimum standards require the implementation of an effective combination of erosion and sediment control Best Management Practices (BMPs) to prevent erosion and sediment loss, and the discharge of construction waste at each site. At a minimum, the construction activity associated with the construction project identified above shall be conducted in such a manner that:  Prevents illicit construction-related discharges of pollutants into the MS4 and receiving waters.  Implements and maintains structural and non-structural BMPs to reduce pollutants in stormwater runoff from construction sites.  Reduces construction site discharges of pollutants to the MS4 to the maximum extent practicable.  Prevents construction site discharges to the MS4 from causing or contributing to a violation of water quality standards. Note: The Stormwater BMP Construction Handbook sheets developed by the California Stormwater Quality Association shall be used as guidance in determining and implementing required BMPs. The BMP sheets may be reviewed at the Public Utilities counter during regular business hours. A General Construction Permit shall be obtained and maintained for all construction sites one (1) acre or greater. Additional conditions may be required for these sites. I have read and understand the requirements listed above and certify that I will comply with the Page 108 of 115 minimum requirements above. Signature: Print Name: Title: Property Owner: Page 109 of 115 EXHIBIT A6 Statement of Intent to Comply with Minimum Requirements of the California Covid-19 Industry Guidance: Construction CITY OF VERNON VERNON PUBLIC UTILITIES Project Address: Property Owner: Contractor: Contractor’s Address: The latest COVID-19 industry guidelines can be accessed at the following web address: https://www.dir.ca.gov/dosh/coronavirus/Guidance-by-Industry.html This document provides guidance for the construction industry to support a safe, clean environment for workers. The guidance is not intended to revoke or repeal any worker rights, either statutory, regulatory or collectively bargained, and is not exhaustive, as it does not include county health orders, nor is it a substitute for any existing safety and health-related regulatory requirements such as those of Cal/OSHA.1 Stay current on changes to public health guidance and state/local orders, as the COVID-19 situation continues. Cal/OSHA has more safety and health guidance on their Cal/OSHA COVID-19 Infection Prevention for Construction 2 Employers and Workers webpage. CDC has additional guidance for businesses and employers. I have read and understand the requirements listed above and certify that I will comply with the minimum requirements above. Signature: Date:___________________ Print Name: Title: Page 110 of 115 EXHIBIT B SPECIAL PROVISIONS Plans and Technical Specifications for 50th Street Water Main Replacement SPECIFIC FOR THIS PROJECT 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwgW:\B626\Engineering\B626 Pipeline\sheets\B626-G1.0 TITLE SHEET.dwg - Tab: TITLE SHEET - by mmills on 01/13/21 at 4:37:47 PMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUE1LOCATION MAPPROJECT SITEVICINITY MAP50TH STBOYLE AVEFRUITLAND AVESOTO STSHEET LIST TABLE CIVILCONSTRUCTION NOTES50TH ST. PIPELINE REPLACEMENT WATER SERVICE MATRIXPLAN NO.CUSTOMERCUSTOMER BILLINGADDRESSLATERAL SIZE METER SIZE SERVICE NO. USELOCATIONIMPROVEMENTSDESCRIPTIONSERVICE CONSTRUCTION NOTE1POL CLOTHING 4920 SOTO ST.4"3" 594INDUSTRIALPOL CLOTHING FRONTOFFICEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2459. INSTALL 6"X3" REDUCER AND MODIFY THE FOLLOWING 4" LINESHOWN IN VERNON STD. WV2459 TO 3".2POL CLOTHING4920 SOTO ST.8"-646FIREPOL CLOTHING FRONTOFFICEREPLACE LATERAL / TIE-INTO EXISTINGEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. SEE DETAIL D, SHEET C2.3 FOR P.O.C.32800 SITE 2800 E. 50TH ST.4"3" 268INDUSTRIAL WEST SIDE OF 2800 LOTREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2459. INSTALL 6"X3" REDUCER AND MODIFY THE FOLLOWING 4" LINESHOWN IN VERNON STD. WV2459 TO 3".4POL CLOTHING 4920 SOTO ST.2" 2"798COMMERCIALPOL CLOTHING PARKINGENTRANCEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.5POL CLOTHING 4920 SOTO ST.10"-1667FIREPOL CLOTHING PARKINGENTRANCEREPLACE LATERAL ANDCONNECT TO ELBOWEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. INSTALL 12"X12"X10" TEE AND UPSIZE 8"LINE SHOWN IN VERNON STD. WV2435 TO 10". SEE DETAIL D, SHEET C2.3 FOR P.O.C.6RANDALL FARMS 2905 E. 50TH ST.4"3" 1053INDUSTRIALRANDALL FARMSSTORAGEREPLACE LATERAL ANDSALVAGE METERINSTALL PER VERNON STD. WV2459. INSTALL 6"X3" REDUCER AND MODIFY THE FOLLOWING 4" LINESHOWN IN VERNON STD. WV2459 TO 3".7RANDALL FARMS 2905 E. 50TH ST.2" 2" 1144COMMERCIALRANDALL FARMSLOADING ENTRANCEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.8RANDALL FARMS 2905 E. 50TH ST.8"-1142FIRERANDALL FARMSLOADING ENTRANCEREPLACE LATERAL / TIE-INTO EXISTINGEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. INSTALL 12"X12"X10" TEE AND UPSIZE 8"LINE SHOWN IN VERNON STD. WV2435 TO 10". SEE DETAIL D, SHEET C2.3 FOR P.O.C.9OWENS-ILLINOIS 2900 E. 50TH ST.8"-3564FIREWEST SIDE OF ARCTICGLACIERREPLACE LATERAL / TIE-INTO EXISTINGTIE-IN NEW MAIN TO EXISTING FIRE SERVICE10ARCTIC GLACIER 2970 E. 50TH ST.8"-3569FIREARCTIC GLACIER FIRECONNECTIONREUSE LATERAL / TIE-INTO EXISTINGTIE-IN NEW MAIN TO EXISTING FIRE SERVICE11CHARLIE'S PRIDEMEATS2959 E. 50TH ST.2" 2"1150COMMERCIALCHARLIE'S FRONTENTRANCEREPLACE LATERAL ANDSALVAGE METERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.12ARCTIC GLACIER 2970 E. 50TH ST.6" 6" 3692INDUSTRIALARCTIC GLACIER SLIDINGGATEREUSE LATERAL ANDSALVAGE METERTIE-IN NEW MAIN TO EXISTING LATERAL PER DETAIL B SHEET C2.4.13ARCTIC GLACIER 2970 E. 50TH ST.4" 4"3697INDUSTRIALARCTIC GLACIER SLIDINGGATEREUSE LATERAL ANDSALVAGE METERINSTALL PER VERNON STD. WV2459.14UNKNOWNBUSINESS3022 E. 50TH ST.8"-3051FIRE3022 WEST PARKINGENTRANCEREPLACE LATERAL / TIE-INTO EXISTINGEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. SEE DETAIL D, SHEET C2.3 FOR P.O.C.15UNKNOWNBUSINESS3022 E. 50TH ST.2" 2"3014COMMERCIAL3022 WEST PARKINGENTRANCEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.16VIE DE FRANCEYAMAZAKI3046 E. 50TH ST.6"-3020FIRE3022 / FRANCE LOADINGENTRANCEREPLACE LATERAL / TIE-INTO EXISTINGEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. INSTALL 12"X12"X6" TEE AND MODIFY 8"LINE SHOWN IN VERNON STD. WV2435 TO 6". SEE DETAIL D, SHEET C2.3 FOR P.O.C.17VIE DE FRANCEYAMAZAKI3047 E. 50TH ST.2" 2"3021COMMERCIAL3022 / FRANCE LOADINGENTRANCEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.18VIE DE FRANCEYAMAZAKI3048 E. 50TH ST.2" 2"3089COMMERCIAL3022 / FRANCE LOADINGENTRANCEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.19UPS 4925 BOYLE ST.6"-1666FIREEAST OF UPS 50TH ST.HYDRANTREPLACE LATERAL / TIE-INTO EXISTINGEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. INSTALL 12"X12"X6" TEE AND MODIFY 8"LINE SHOWN IN VERNON STD. WV2435 TO 6". SEE DETAIL D, SHEET C2.3 FOR P.O.C.20FASHIONMAGAZINE3068 E. 50TH ST.6"-3023FIRENORTH OF FASHIONMAGAZINE BUILDINGREPLACE LATERAL / TIE-INTO EXISTINGEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. INSTALL 12"X12"X6" TEE AND MODIFY 8"LINE SHOWN IN VERNON STD. WV2435 TO 6". SEE DETAIL D, SHEET C2.3 FOR P.O.C.21FASHIONMAGAZINE3068 E. 50TH ST.2" 2"3022COMMERCIALNORTH OF FASHIONMAGAZINE BUILDINGREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.22T&T FOODS3080 E. 50TH ST.6"-3016FIRENORTH OF T&T FOODSBUILDINGREPLACE LATERAL / TIE-INTO EXISTINGEXISTING SERVICE INSTALLED PER VERNON STD. WV2435. INSTALL 12"X12"X6" TEE AND MODIFY 8"LINE SHOWN IN VERNON STD. WV2435 TO 6". SEE DETAIL D, SHEET C2.3 FOR P.O.C.23T&T FOODS3080 E. 50TH ST.2" 2"3017COMMERCIALNORTH OF T&T FOODSBUILDINGREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.24SHALOM & SONS3090 E. 50TH ST.2" 2"1546COMMERCIALSHALOM & SONS PARKINGENTRANCEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.25UPS 4925 BOYLE ST.2" 2"1668COMMERCIAL UPS FRONT OFFICEREPLACE LATERAL ANDMETERINSTALL PER VERNON STD. WV2440 AND DETAIL A, SHEET C2.0.CONSTRUCT 12" CUT-IN VALVE ASSEMBLY AND THRUST BLOCK PER DETAIL C,SHEET C2.1.C1INSTALL 10" D.I. PIPE SPOOL (FLGxPE).C2INSTALL 12" 45° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEET C2.1(MJ RESTRAINED JOINTxFLG).C3INSTALL TEMPORARY 4" BLOW-OFF FOR FLUSH AND DISINFECTION PERDETAIL D, SHEET C2.4.C4C5C6C7C8C9C10C11C12INSTALL 2" COMBINATION AIR RELEASE VALVE PER DETAIL F, SHEET C2.0.INSTALL 12" X 10" D.I. REDUCER (FLGxFLG).INSTALL 12" 45° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEETC2.1 (MJ RESTRAINED JOINTxMJ).CAP AND ABANDON EXISTING 10" C.I. WATER MAIN IN PLACE PERDETAIL A, SHEET C2.2.INSTALL FIRE HYDRANT PER DETAIL C, SHEET C2.3.INSTALL 12"x12"x10" D.I. TEE (MJxMJxFLG).INSTALL 6" GATE VALVE (MJ RESTRAINED JOINTxFLG).C13INSTALL 12"x12"x12" D.I. TEE (FLGxFLGxFLG).C14INSTALL 12" D.I. BLIND FLANGE FOR FUTURE WELL 22 CONNECTION.C15C16INSTALL 12" SIPHON ASSEMBLY PER DETAIL D, SHEET C2.2.INSTALL 10" TRANSITION COUPLING.C17C18INSTALL 12" GATE VALVE (MJ RESTRAINED JOINTxFLG).INSTALL 12" SEALED CML & EC POLYETHYLENE WRAPPED D.I. PIPE.INSTALL 12"x12"x8" D.I. TEE (MJxMJxFLG).C19INSTALL 12" 22.5° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEETC2.1 (MJ RESTRAINED JOINTxMJ).C20INSTALL 2 SACK CEMENT SLURRY CONCRETE ENCASMENT PER DETAIL A,SHEET C2.5.100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626 - Pipeline Construction Notes.dwg; B626-36x24v.dwgW:\B626\Engineering\B626 Pipeline\sheets\B626-G2.0 CONSTRUCTION NOTES.dwg - Tab: CONSTRUCTION NOTES - by mmills on 01/13/21 at 9:12:19 AMDimscale = 1; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUENOTES1. REPLACE ALL DRIVEWAY APPROACH, P.C.C. SIDEWALK OR CURB & GUTTER BETWEEN SCORE LINES FOR ANY NEW SERVICE AND ABANDONMENT OF EXISTING SERVICES PER THE CITY OF VERNON STANDARD.2. CONTRACTOR SHALL CONFIRM THE LOCATION AND ELEVATION OF EXISTING PIPING AND VALVES NECESSARY FOR SUCCESSFUL CONNECTION TO PIPING NETWORK.3. THE USE OF POTHOLES IS REQUIRED TO VERIFY TIE-IN LOCATION, PIPE DIAMETER, PIPE MATERIAL AND PROCESS PIPING. COORDINATE DISTRIBUTION PIPING TIE-IN WORK WITH THE CITY OPERATIONS STAFF AND PROVIDE SCHEDULE FORTIE-IN A MINIMUM OF 5 WORKING DAYS PRIOR TO THE PLANNED TIE-IN. CONTRACTOR SHALL BE CERTIFIED FOR WORK OF THIS NATURE AND SHALL UTILIZE ALL NECESSARY SAFETY EQUIPMENT REQUIRED DURING THE TIE-IN WORK.4. EXISTING PIPING AND UTILITIES ARE BASED ON THE INFORMATION AVAILABLE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UNDERGROUND UTILITIES DURING CONSTRUCTION AND SHALL TAKE ALL PRECAUTIONSNECESSARY TO AVOID DAMAGE TO SUCH.THE ENGINEER AND CITY WILL NOT GUARANTEE ANY LOCATIONS SHOWN ON THE PLANS, OR THOSE OMITTED. EXISTING UTILITIES SHALL BE PROTECTED IN PLACE U.N.O.. COORDINATE UTILITYCHANGES WITH ENGINEER OF RECORD AND THE CITY.5. ALL NEW DUCTILE IRON PIPING AND ASSOCIATED APPURTENANCES SHALL BE DOUBLE POLYETHYLENE WRAPPED PER AWWA C105, RESTRAINED AND CP JOINT BONDED.6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR SUBMITTING A PROPOSED SEQUENCE OF CONSTRUCTION FOR APPROVAL BY THE CITY OF VERNON AND THE ENGINEER AT A MINIMUM OF 2 WEEKS PRIOR TO THE START OF CONSTRUCTION.PIPELINE CONTRACTOR SHALL ONLY BE PERMITTED TO WORK NIGHTS. PROPOSED WORKING HOURS SHALL BE CLEARLY STATED IN SEQUENCE OF CONSTRUCTION AND WILL BE SUBJECT TO CITY APPROVAL.7. CONTRACTOR SHALL COORDINATE MAXIMUM SHUTDOWN DURATION AND TIMING WITH THE CITY STAFF AS REQUIRED FOR PROPOSED UPGRADES. THE CONTRACTOR SHALL ASSUME A MAXIMUM SHUTDOWN DURATION OF 4-HOURS PERSERVICE. UPGRADES THAT REQUIRE A SHUTDOWN LONGER THAN 4-HOURS SHALL REQUIRE THE CONTRACTOR TO PROVIDE A BYPASS. CONTRACTOR SHALL SUBMIT A BYPASS PLAN WITH SEQUENCE OF DEMOLITION AND CONSTRUCTION FORREVIEW.8. ALL EXISTING VALVE VAULTS SHALL BE BACKFILLED AND PAVED PER CITY OF VERNON STANDARDS.9. EXISTING METERS SHALL BE SALVAGED TO THE CITY AS INDICATED AND THE CITY OF VERNON WILL PROVIDE ALL COMMERCIAL AND INDUSTRIAL METERS FOR THE CONTRACTOR TO INSTALL.CONSTRUCTION NOTES2G2.0 STA 80+59.48INV 183.46STA 81+16.05INV 183.75STA 81+61.19INV 184.28STA 83+03.94INV 185.34STA 80+25.86INV 182.86STA 80+24.3645° HORIZ ELBOWINV 182.86STA 80+05.9022.5° VERT ELBOWINV 183.11STA 80+14.94EL 185.34STA 80+04.90INV 183.11STA 80+20.7422.5° VERT ELBOWINV 184.33STA 83+32.94INV 184.06STA 83+34.94INV 183.41STA 80+00.00INV 183.11STA 79+90.00INV 183.11STA 80+08.9122.5° HORIZ ELBOWINV 184.33S= 0.0004S= 0.4050S= -0.4066S= 0.0080LINE DATALINE #L1L2L3L4L5DISTANCE23.91'17.03'1805.87'21.84'21.85'BEARINGN90°00'00"ES45°00'00"EN89°02'04"EN43°32'13"EN88°14'27"ESTART POINTN 1821823.89, E 6495161.66N 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27END POINTN 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27N 1821858.78, E 6497040.11100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626 - Utility Alignment.dwg; B626 - Pipeline Construction Notes.dwg; B626 - Pipeline Construction Notes.dwg; Existing Basefile.dwg; B626 - YARD PIPING.dwg; Parcels.dwgW:\B626\Engineering\B626 Pipeline\sheets\B626-C1.0 PROPOSED 12 WATERMAIN.dwg - Tab: 1 - by mmills on 01/13/21 at 9:11:58 AMDimscale = 20; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEEXISTING 15" R.C.P. STORM DRAIN ONCENTERLINEEXISTING 8" SEWER 14' ± SOUTH OFCENTERLINEPLAN SCALE: 1" = 20'CL50TH STCONSTRUCTION NOTES:CLSOTO STEXISTING 12" RECYCLEDWATER LINE 5' ± NORTH OFCENTERLINEEXISTING 10" C.I. WATER 11' ±WEST OF CENTERLINEEXISTING 33" R.C.P STORMDRAIN 19' ± WEST OFCENTERLINEEXISTING 3" GAS 26' ±WEST OF CENTERLINEEXISTING 12" RECYCLEDWATER LINE 27' ± SOUTH OFCENTERLINEEXISTING 10" SEWER 24' ± EAST OFCENTERLINEEXISTING 6" STEEL HIGHPRESSURE GAS 4' ± EAST OFCENTERLINEEXISTING GROUND SURFACE OF CLOVER PROPOSED PIPE40'20'3'EXISTING R/W80'40'40' SURVEY STATION 10001STA. 8+56.72 50TH ST.STA 60+87.85 SOTO ST.MATCH LINE STA. 83+50 SEE SHEET C1.120'EXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ± SOUTH OFCENTERLINEEXISTING CURB ANDGUTTEREXISTING CURBAND GUTTER10'MIN.EXISTING R/WMATCH LINE STA. 83+50 SEE SHEET C1.1180190CONNECT TO EXISTING PIPESTA. 80+00.00STA. 9+14.00 50TH ST.STA. 80+08.91STA. 80+25.44CUT-IN VALVE ASSEMBLYSTA. 79+90.00STA 9+04.00 50TH ST.STA. 83+03.94CONSTRUCT 12" CUT-IN VALVE ASSEMBLY AND THRUST BLOCK PER DETAIL C,SHEET C2.1.C1INSTALL 10" D.I. PIPE SPOOL (FLGxPE).C2INSTALL 12" 45° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEET C2.1(MJ RESTRAINED JOINTxFLG).C3INSTALL TEMPORARY 4" BLOW-OFF FOR FLUSH AND DISINFECTION PERDETAIL D, SHEET C2.4.C4C5C6C7C8C9C10INSTALL 2" COMBINATION AIR RELEASE VALVE PER DETAIL F, SHEET C2.0.INSTALL 12" X 10" D.I. REDUCER (FLGxFLG).INSTALL 12" 45° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEETC2.1 (MJ RESTRAINED JOINTxMJ).CAP AND ABANDON EXISTING 10" C.I. WATER MAIN IN PLACE PERDETAIL A, SHEET C2.2.INSTALL 10" TRANSITION COUPLING.INSTALL 12" SEALED CML & EC POLYETHYLENE WRAPPED D.I. PIPE.STA. 80+26.94C15INSTALL 12" GATE VALVE (MJ RESTRAINED JOINTxFLG).19518581+0012" CUT INVALVE ASSEMBLY82+0083+0080+00EXISTING CITY OF VERNON 6" P.E.GAS 10.5 ' ± SOUTH OFCENTERLINEABANDONED WATER SERVICEDOUBLE POLYETHYLENE WRAP AND CP JOINT BONDALL JOINTS, FITTINGS AND DUCTILE IRON PIPE175180190195185175PROFILE SCALESHORIZ: 1" = 20'VERT: 1" = 2'INSTALL 12" SIPHON ASSEMBLY PER DETAIL D, SHEET C2.2.C17C18INSTALL 12"x12"x8" D.I. TEE (MJxMJxFLG).C19INSTALL 12" 22.5° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEETC2.1 (MJ RESTRAINED JOINTxMJ).C20INSTALL 2 SACK CEMENT SLURRY CONCRETE ENCASMENT PER DETAIL A,SHEET C2.5.70+00C12INSTALL FIRE HYDRANT PER DETAIL C, SHEET C2.3.INSTALL 6" GATE VALVE (MJ RESTRAINED JOINTxFLG).C13FUTURE PRECAST STORM DRAIN JUNCTIONBOX PER " WELL NO. 22 EQUIPMENT ANDSITE IMPROVEMENTS " PLANSEXISTING 12" R.W.EXISTING 15" S.D.EXISTING 10" WATER MAINC11C102C93C2C7C5C15C8C6C3C4C1C5C12C13C15123C12C13C4C2C19C8C6C17C18C10C19C20C3C33 LINE DATALINE #L1L2L3L4L5DISTANCE23.91'17.03'1805.87'21.84'21.85'BEARINGN90°00'00"ES45°00'00"EN89°02'04"EN43°32'13"EN88°14'27"ESTART POINTN 1821823.89, E 6495161.66N 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27END POINTN 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27N 1821858.78, E 6497040.11STA 84+33.73INV 186.39STA 84+84.66INV 186.97STA 85+03.69INV 186.68STA 85+44.86INV 186.85STA 86+29.17INV 186.93STA 87+81.29INV 186.78STA 84+90.00EL 187.60STA 83+97.11INV 184.10STA 84+01.89INV 185.89STA 83+99.14INV 183.71STA 83+95.14INV 183.61STA 84+90.00 G.BINV 186.60STA 86+86.06 G.BINV 186.60S= 0.0080S= -0.0000S= -0.0008100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626 - Utility Alignment.dwg; B626 - Pipeline Construction Notes.dwg; B626 - Pipeline Construction Notes.dwg; Existing Basefile.dwg; B626 - YARD PIPING.dwg; Parcels.dwgW:\B626\Engineering\B626 Pipeline\sheets\B626-C1.0 PROPOSED 12 WATERMAIN.dwg - Tab: 2 - by mmills on 01/13/21 at 9:11:58 AMDimscale = 20; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEEXISTING CITY OF VERNON 6" P.E.10.5 ' ± SOUTH OF CENTERLINEEXISTING 8" SEWER 14' ± SOUTHOF CENTERLINECEXISTING SCG 3" GAS 16.5' ± NORTHOF CENTERLINEL50TH STMATCH LINE STA. 83+50 SEE SHEET C1.0EXISTING VALVEVAULT40'EXISTING R/WEXISTING R/W45620'20'EXISTING CURB ANDGUTTEREXISTING CURBAND GUTTERWELL 22CONSTRUCTION NOTES:EXISTING 12" RECYCLEDWATER LINE 5' ± NORTH OFCENTERLINEEXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ± SOUTH OFCENTERLINEC16C14C15C13C12C13C12C10MATCH LINE STA. 88+00 SEE SHEET C1.2MATCH LINE STA. 83+50 SEE SHEET C1.0EXISTING GROUND SURFACE OF CLOVER PROPOSED PIPESTA. 85+44.86STA. 84+01.89STA. 13+10.63 50TH ST.STA. 87+81.29STA. 84+33.733'C10C11C12INSTALL FIRE HYDRANT PER DETAIL C, SHEET C2.3.INSTALL 12"x12"x10" D.I. TEE (MJxMJxFLG).INSTALL 6" GATE VALVE (MJ RESTRAINED JOINTxFLG).C13INSTALL 12"x12"x12" D.I. TEE (FLGxFLGxFLG).C14INSTALL 12" D.I. BLIND FLANGE FOR FUTURE WELL 22 CONNECTION.C15C16INSTALL 12" GATE VALVE (MJ RESTRAINED JOINTxFLG).INSTALL 12" SEALED CML & EC POLYETHYLENE WRAPPED D.I. PIPE.PLAN SCALE: 1" = 20'ABANDONED WATER SERVICEDOUBLE POLYETHYLENE WRAP AND CP JOINT BONDALL JOINTS, FITTINGS AND DUCTILE IRON PIPE86+00 87+00 88+0084+00 85+0083+50PROFILE SCALESHORIZ: 1" = 20'VERT: 1" = 2'MATCH LINE STA. 88+00 SEE SHEET C1.2C16C14C15C13C1245C13C126C13C12C13C12180190195185175180190195185175C11C10C2C2INSTALL 2" COMBINATION AIR RELEASE VALVE PER DETAIL F, SHEET C2.0.FUTURE STORM DRAIN MANHOLE PER" WELL NO. 22 EQUIPMENT AND SITEIMPROVEMENTS " PLANSFUTURE 15" STORM DRAIN PER " WELL NO. 22EQUIPMENT AND SITE IMPROVEMENTS " PLANSC2EXISTING 10" WATER MAINEXISTING 12" R.W.4 LINE DATALINE #L1L2L3L4L5DISTANCE23.91'17.03'1805.87'21.84'21.85'BEARINGN90°00'00"ES45°00'00"EN89°02'04"EN43°32'13"EN88°14'27"ESTART POINTN 1821823.89, E 6495161.66N 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27END POINTN 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27N 1821858.78, E 6497040.11STA 88+52.39INV 186.89STA 88+75.39INV 186.62STA 89+31.78INV 186.50STA 90+73.12INV 186.41STA 91+03.94INV 186.16STA 91+71.54INV 186.00STA 91+87.35INV 186.04STA 88+80.46INV 186.62STA 88+85.94 G.BINV 186.45S= -0.0008S= -0.0024100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626 - Utility Alignment.dwg; B626 - Pipeline Construction Notes.dwg; B626 - Pipeline Construction Notes.dwg; Existing Basefile.dwg; B626 - YARD PIPING.dwg; Parcels.dwgW:\B626\Engineering\B626 Pipeline\sheets\B626-C1.0 PROPOSED 12 WATERMAIN.dwg - Tab: 3 - by mmills on 01/13/21 at 9:11:58 AMDimscale = 20; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEEXISTING 10" C.I. WATER 12' ± NORTHOF CENTERLINEEXISTING 12" RECYCLEDWATER LINE 5' ± NORTH OFCENTERLINEEXISTING CITY OF VERNON 6" P.EGAS 10.5 ' ± SOUTH OF CENTERLINEEXISTING 8" SEWER 14' ± SOUTHOF CENTERLINEEXISTING SCG 4" GAS 16.5' ± NORTHOF CENTERLINECL50TH ST40'20'3'EXISTING R/W20'MATCH LINE STA. 88+00 SEE SHEET C1.1111213EXISTING CURBAND GUTTEREXISTING CURBAND GUTTEREXISTING R/WCONSTRUCTION NOTES:C1010EXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ± SOUTH OFCENTERLINEC13C12MATCH LINE STA. 92+50 SEE SHEET C1.2EXISTING GROUND SURFACEOF CL OVER PROPOSED PIPEMATCH LINE STA. 88+00 SEE SHEET C1.1STA. 91+03.94C12INSTALL FIRE HYDRANT PER DETAIL C, SHEET C2.3.INSTALL 6" GATE VALVE (MJ RESTRAINED JOINTxFLG).C13PLAN SCALE: 1" = 20'ABANDONED WATERSERVICEDOUBLE POLYETHYLENE WRAP AND CP JOINT BONDALL JOINTS, FITTINGS AND DUCTILE IRON PIPE91+00 92+00 92+5089+00 90+0088+00180190195185175PROFILE SCALESHORIZ: 1" = 20'VERT: 1" = 2'78MATCH LINE STA. 92+50 SEE SHEET C1.2979810C13C12111213180190195185175C10C10INSTALL 12" SEALED CML & EC POLYETHYLENE WRAPPED D.I. PIPE.EXISTING 10" WATER MAINEXISTING 12" R.W.5 LINE DATALINE #L1L2L3L4L5DISTANCE23.91'17.03'1805.87'21.84'21.85'BEARINGN90°00'00"ES45°00'00"EN89°02'04"EN43°32'13"EN88°14'27"ESTART POINTN 1821823.89, E 6495161.66N 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27END POINTN 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27N 1821858.78, E 6497040.11STA 93+18.77INV 185.56STA 93+21.80INV 185.80STA 93+75.45INV 185.50STA 94+43.03INV 185.34STA 94+48.57INV 185.49STA 94+52.39INV 185.48S= -0.0024100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626 - Utility Alignment.dwg; B626 - Pipeline Construction Notes.dwg; B626 - Pipeline Construction Notes.dwg; Existing Basefile.dwg; B626 - YARD PIPING.dwg; Parcels.dwgW:\B626\Engineering\B626 Pipeline\sheets\B626-C1.0 PROPOSED 12 WATERMAIN.dwg - Tab: 4 - by mmills on 01/13/21 at 9:11:58 AMDimscale = 20; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEEXISTING CITY OF VERNON 6" P.EGAS 10.5 ' ± SOUTH OF CENTERLINEEXISTING 8" SEWER 14' ± SOUTH OFCENTERLINECL50TH STEXISTING R/W161718C10EXISTING CURB ANDGUTTEREXISTING CURB ANDGUTTERCONSTRUCTION NOTES:EXISTING 10" C.I. WATER 12' ± NORTHOF CENTERLINEEXISTING 12" RW LINE 5' ± NORTHOF CENTERLINEEXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ± SOUTH OFCENTERLINEEXISTING R/WEXISTING GROUND SURFACE OF CLOVER PROPOSED PIPEMATCH LINE STA. 92+50 SEE SHEET C1.2MATCH LINE STA. 96+00 SEE SHEET C1.4MATCH LINE STA. 92+50 SEE SHEET C1.240'20'20'3'C10INSTALL 12" SEALED CML & EC POLYETHYLENE WRAPPED D.I. PIPE.PLAN SCALE: 1" = 20'180190195185175PROFILE SCALESHORIZ: 1" = 20'VERT: 1" = 2'93+0094+00 95+00 96+00MATCH LINE STA. 96+00 SEE SHEET C1.4STA. 93+75.451514DOUBLE POLYETHYLENE WRAP AND CP JOINT BONDALL JOINTS, FITTINGS AND DUCTILE IRON PIPE1801901951851751415C13C12C13C12161718C10C12INSTALL FIRE HYDRANT PER DETAIL C, SHEET C2.3.INSTALL 6" GATE VALVE (MJ RESTRAINED JOINTxFLG).C13EXISTING 10" WATER MAINEXISTING 12" R.W.6 STA 96+16.16INV 184.91STA 96+18.45INV 185.08STA 96+57.56INV 184.81STA 96+88.21INV 184.74STA 97+13.50INV 184.68STA 97+15.68INV 184.84STA 97+90.38INV 184.66STA 98+03.37INV 184.62STA 98+30.82INV 184.14STA 98+31.8245° HORIZ ELBOWINV 184.14STA 98+58.85INV 184.97STA 98+61.53INV 184.96STA 98+71.68INV 184.97STA 98+46.25EL 187.47STA 98+57.1722.5° VERT ELBOWINV 184.96STA 98+37.3422.5° VERT ELBOWINV 186.47STA 98+53.6545° HORIZ ELBOWINV 186.47S= -0.0024S= 0.4214S= -0.4225S= -0.0008LINE DATALINE #L1L2L3L4L5DISTANCE23.91'17.03'1805.87'21.84'21.85'BEARINGN90°00'00"ES45°00'00"EN89°02'04"EN43°32'13"EN88°14'27"ESTART POINTN 1821823.89, E 6495161.66N 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27END POINTN 1821823.89, E 6495185.57N 1821811.85, E 6495197.62N 1821842.28, E 6497003.23N 1821858.11, E 6497018.27N 1821858.78, E 6497040.11EXISTING 12" RECYCLEDWATER LINE 5' ± NORTH OFCENTERLINEEXISTING SCG 4" GAS 16.5' ± NORTHOF CENTERLINEBOYLE STEXISTING 6" MTD TELE. 22' ±WEST OF CENTERLINEEXISTING 14" SEWER ONCENTERLINECLEXISTING 4" OIL 23' ± EAST OFCENTERLINEEXISTING 12" C.I. WATER 16' ± EAST OFCENTERLINEEXISTING 4" GAS 14' ± EAST OFCENTERLINEEXISTING 18" RECYCLED WATER LINE 7' ±EAST OF CENTERLINE3'40'20'20'EXISTING R/W25C62223C2100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626 - Utility Alignment.dwg; B626 - Pipeline Construction Notes.dwg; B626 - Pipeline Construction Notes.dwg; Existing Basefile.dwg; B626 - YARD PIPING.dwg; Parcels.dwgW:\B626\Engineering\B626 Pipeline\sheets\B626-C1.0 PROPOSED 12 WATERMAIN.dwg - Tab: 5 - by mmills on 01/13/21 at 9:11:58 AMDimscale = 20; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEEXISTING 30" R.C.P STORM DRAIN 10' ±WEST OF CENTERLINE (L.A.C.D.P.WPROJECT NO. 8202)EXISTING CITY OF VERNON 6" P.E.GAS 4' ± WEST OF CENTERLINEEXISTING 15' R.C.P STORMDRAINEXISTING GAS ABOUT 10.5'SOUTH OF CENTERLINE6" CITY OF VERNON P.E. GAS 4' ±WEST OF CENTERLINESURVEY STATION 10002STA. 28+38.01. 50TH ST.STA 26+42.43 SOTO ST.CONSTRUCTION NOTES:C7C1C9EXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ± SOUTH OFCENTERLINEEXISTING GROUND SURFACE OF CLOVER PROPOSED PIPEMATCH LINE STA. 96+00 SEE SHEET C1.3MATCH LINE STA. 96+00 SEE SHEET C1.3CL50TH STSTA. 98+31.82C10C3C4STA. 98+53.65CUT-IN VALVE ASSEMBLYSTA. 98+71.68STA. 27+73.00 50TH ST.C512'CONSTRUCT 12" CUT-IN VALVE ASSEMBLY AND THRUST BLOCK PER DETAIL C,SHEET C2.1.C1INSTALL 10" D.I. PIPE SPOOL (FLGxPE).C2INSTALL 12" 45° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEET C2.1(MJ RESTRAINED JOINTxFLG).C3INSTALL TEMPORARY 4" BLOW-OFF FOR FLUSH AND DISINFECTION PERDETAIL D, SHEET C2.4.C4C5C6C7C8C9C10INSTALL 2" COMBINATION AIR RELEASE VALVE PER DETAIL F, SHEET C2.0.INSTALL 12" X 10" D.I. REDUCER (FLGxFLG).INSTALL 12" 45° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEETC2.1 (MJ RESTRAINED JOINTxMJ).CAP AND ABANDON EXISTING 10" C.I. WATER MAIN IN PLACE PERDETAIL A, SHEET C2.2.INSTALL 10" TRANSITION COUPLING.INSTALL 12" SEALED CML & EC POLYETHYLENE WRAPPED D.I. PIPE.PLAN SCALE: 1" = 20'INSTALL 12" SIPHON ASSEMBLY PER DETAIL D, SHEET C2.2.C1710'MIN.24DOUBLE POLYETHYLENE WRAP AND CP JOINT BONDALL JOINTS, FITTINGS AND DUCTILE IRON PIPE96+00 97+00 98+00 99+00 100+00C13C12STA. 96+57.5619PROFILE SCALESHORIZ: 1" = 20'VERT: 1" = 2'2121C13C121922232425STA. 98+30.82C15INSTALL 12" GATE VALVE (MJ RESTRAINED JOINTxFLG).C15C15C4C1C5C17EXISTING CURB ANDGUTTEREXISTING CURB ANDGUTTERC16C19C19INSTALL 12" 22.5° D.I. ELBOW AND THRUST BLOCK PER DETAIL F, SHEETC2.1 (MJ RESTRAINED JOINTxMJ).C20INSTALL 2 SACK CEMENT SLURRY CONCRETE ENCASMENT PER DETAIL A,SHEET C2.5.C2C6C618019019518517519019517518018512" CUT INVALVE ASSEMBLYC19C10C20C3C32020EXISTING 10" WATER MAINEXISTING 12" R.W.STA. 98+61.53STA. 27+63.00 50TH ST.7 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626-36x24v.dwgW:\B626\engineering\b626 pipeline\sheets\B626-C3.0 Civil Details.dwg - Tab: CIVIL DETAILS 1 - by mmills on 01/12/21 at 10:09:36 AMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEAC2" WATER SERVICEDBEBLOW-OFF ASSEMBLYSV1466 - PIPE SUPPORTS ACROSS TRENCHES2" COMBINATION AIR RELEASE VALVE ASSEMBLYV2264 - TRENCH PAVING SECTION18"MIN3'MIN15"9" (TYP.)WATERMAINLEVELCURB FACE OREDGE OF PAVEMENTNOTES:1. METER SHALL BE CENTERED HORIZONTALLY WITHINMETER BOX AND AT 90° TO CURB AND SHALL BEINSTALLED IN ACCORDANCE WITH THEMANUFACTURER'S WRITTEN INSTRUCTIONS.2. HOLESAW TYPE CUTTER REQUIRED FOR ALL TAPS.3. PROVIDE BACKFLOW PROTECTION AS REQUIRED.4. SERVICE CONNECTION TO WATER MAIN SHALL BEINSTALLED A MINIMUM OF TWO FEET FROM ANYCOLLAR FITTING END OR SERVICE.5. METER BOX SHALL NOT BE INSTALLED WITHINDRIVEWAY.6. METER SHALL BE INSTALLED LEVEL WITHIN METERBOX.7. WHEN METER BOX IS INSTALLED IN TRAFFIC WAY, USETRAFFIC RATED METER BOX.8. TRAFFIC RATED METER BOX IS REQUIRED FOR METERSCONSTRUCTED ADJACENT TO ROLLED CURB.9. METER FASTENERS SHALL BE BRASS.SADDLE AND CORP. STOP SHALL BE WRAPPED WITHNO-OX-ID "A" SPECIAL GREASE AND TAPE ANDPOLYETHYLENE ENCASEMENT PER AWWA C105.PROPERTYLINECUSTOMERRESPONSIBILITYEXISTING SIDEWALKOR FINISHED GRADE (TYP)22.5° (TYP)125467118912111031'14NOTES:1. IF WATER MAIN IS TO BE CONTINUED BEYOND THEBLOW-OFF ASSEMBLY IN THE FUTURE, THEBLOW-OFF IS TO BE ELIMINATED, AND THE VALVEBOX ASSEMBLY WILL BE PLACED DIRECTLY ABOVETHE D.I. BLOW-OFF REDUCER INSTEAD.2. ALL PLASTIC CONNECTIONS SHALL BE SOLVENTWELDED (NSF APPROVED).3. DO NOT CONNECT SERVICES DOWNSTREAM OF THEBLOW-OFF G.V. OR TO THE PVC.4. ALL NUTS AND BOLTS SHALL NE 316 GRADESTAINLESS STEEL.5. APPLY NO-OXOID "A SPECIAL WW" GREASE ANDWRAP ON ALL BURIED FITTINGS.5'SEE NOTE 1106"DOUBLE POLY WRAP, RESTRAIN AND CPJOINT BOND ALL JOINTS, FITTINGS AND D.I.PLINE VALVEWITH M.J JOINTRESTRAINT ANDD.I.P. PER PLAN32145824" MIN.DETAIL A714"494 " MIN.23"R/W61" MIN NOTES:1. SS 316, WEDGE ANCHOR, 38" DIAMETER, 3" LENGTH WITH NUT.2. IF NO SIDEWALK EXISTS, UNIT TO BE CONSTRUCTED ON A 2' X 2' X 6" DEEPCONCRETE FOUNDATION & FASTENED AS IN NOTE 1.3. IF NO SIDEWALK OR CURB EXISTS PIPE BARRICADES SHALL BE INSTALLEDPER STANDARD PLAN.4. SADDLE AND CORP STOP SHALL BE WRAPPED WITH NO-OX-ID "A SPECIALGREASE AND TAPE AND POLYRTHYLENE ENCASEMENT PER AWWA C105.SADDLE AND CORP. STOPSHALL BE WRAPPED WITHNO-OX-ID "A" SPECIALGREASE AND TAPE ANDPOLYETHYLENEENCASEMENTPER AWWA C105.ITEM DESCRIPTION ITEM DESCRIPTION12" SERVICE SADDLE 52" AIR AND VACUUM RELEASE VALVE BY A.R.I, MODEL D-040-C2VALVE BOX ASSEMBLY PER CITYSTANDARD6ORNAMENTAL UNIT, LOW DENSITY, POLYETHYLENE, 20" DIAMETERX 36' HEIGHT, SANDSTONE FINISH BY ARMORCAST, MODEL P60020023TYPE "K" SOFT 2" COPPERWATER TUBING SERVICE LINEWRAPPED IN 8 MIL P.E.42" CORPORATION STOP, PACK - JOINT9 MUSHROOM CAP782" 90° ELBOW, PACK-JOINT2" BRASS 90° ELBOW, M.I.P. INLET X F.I.P OUTLETFOR 12" DIAMETER ORLESS DISTRIBUTION LINEFPIPEDIA.BLOW-OFFASSEMBLYDIA.8" 2"10" - 12"4"ITEM DESCRIPTION1D.I.P PIPE-SIZE PER PLAN, STANDARD THICKNESS CLASSPER AWWA C1502D.I. BLOW-OFF REDUCER, MJ. WITH JOINT RESTRAINT X FLG.3BLOW-OFF PIPE4P.V.C SCH 80 FLG X SLIP5R/W BLOW-OFF VALVE FLG. ENDS6P.V.C SCH 80 SLIP 90° ELBOW7P.V.C SCH 80 SLIP X FPT ADAPTER8P.V.C SCH 80 THREADED PLUG9VALVE BOX PER STANDARD DETAIL10GRAVITY BLOCK PER STANDARD DETAIL11AGGREGATE BASE128" P.V.C SDR 35 OR GREATER WALL THICKNESS VALVE CANN.T.SN.T.SN.T.SN.T.SN.T.SN.T.SCITY OF VERNON STANDARD POLYMER CONCRETE METER BOX25 1/2"NATIVE SOILCOMPACTED 95% (TYP.)78ITEM DESCRIPTION1 SERVICE SADDLE2CORPORATION STOP, 2" M.I.P. INLET X 2" PACK-JOINT OUTLET3TYPE "K" SOFT 2" COPPER WATER TUBING SERVICELINE DOUBLE WRAPPED IN 8 MIL P.E.4BRONZE ANGLE STOP, 2" PACK-JOINT INLET X 2"FLANGE OUTLET52" WATER METER WITH 2" FLANGE CONNECTIONSPER SPECS.6POLYMER CONCRETE METER BOX PER DETAIL D,SHEET C2.0.72" 90° ELBOW, PACK-JOINT OR SWEEP.82" BRONZE BALL VALVE (FLGx 2" PACK JOINTOUTLET)1237645CITYRESPONSIBILITY8 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626-36x24v.dwgw:\B626\engineering\b626 pipeline\sheets\B626-C3.0 Civil Details.dwg - Tab: CIVIL DETAILS 2 - by mmills on 01/12/21 at 10:09:36 AMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEFACVALVE BOX ASSEMBLYDBEWATERLINE CUT OUT (TEES & CROSSES FOR 12" PIPE AND SMALLER)CUT-IN VALVETHRUST AND GRAVITY BLOCKSVALVE STEM EXTENSIONCUT PIPE ONE SIDEOF TEE ONLYLINE TO BEREMOVEDEXISTING TEE ORCROSS TO BEREMOVEDREMOVEAT SPIGOTREPLACEMENT PIPESUPPORT WITH SAND BAGS(IF REQUIRED)BEFOREAFTERSEE NOTESFOR COUPLINGREQUIREMENTSNOTES:1. REPLACEMENT PIPE MATERIAL SHALL BE D.I.P. STANDARDTHICKNESS CLASS PER AWWA C150 OR PER PLAN.2. FLEXIBLE COUPLING SHALL BE SPECIFICALLY DESIGNEDFOR USE ON THE PIPE SIZE AND MATERIAL(S) BEINGCONNECTED. WHERE POSSIBLE, ONE END OF THEREPLACEMENT PIPE SECTION SHALL CONNECT TO ANEXISTING BELL OR SPIGOT WITH JOINT RESTRAINT.3. USE OF FULL CIRCLE REPAIR CLAMPS IS PROHIBITEDUNLESS OTHERWISE SPECIFIED BY THE CITY ENGINEER.4. IF NEW REPLACEMENT PIPE REQUIRES DRY BLOCKING,THEN USE SAND BAGS OR SOLID MASONRY CONCRETEBLOCKS PER ASTM C-139.5. BACKFILLING SHALL NOT BEGIN UNTIL LINE PRESSURE ISRESTORED AND CONNECTIONS ARE INSPECTED FORLEAKAGE BY CITY INSPECTOR.6. REPLACEMENT PIPE SHALL BE CLEANED AND VISUALLYINSPECTED BEFORE INSTALLATION.7. IF THE EXISTING PIPE IS C.I., D.I., OR AC, THEN USETRANSITION COUPLINGS ON BOTH ENDS OF PIPE.8. PIPES TO BE ABANDONED SHALL BE PLUGGED PER CITYSTANDARD.9. BACKFILLING TRENCH PER STANDARD PLAN.10. ALL HARDWARE SHALL BE STAINLESS STEEL 316.11. APPLY NO-OX-ID "A SPECIAL WW" GREASE AND WRAP TOALL BURIED HARDWARE AND METALLIC FITTINGS. ALSO,DOUBLE WRAP WITH POLYETHYLENE ENCASEMENT PERAWWA C105.12. WHEN ADJACENT PIPE(S) IS(ARE) D.I., JOINT BOND WITHTHE REPLACEMENT PIPE. OTHERWISE, INSTALL 30# ZINCANODE.13. DOUBLE BAG POLY WRAP, RESTRAIN AND CP BOND ALLJOINTS, FITTINGS, AND D.I.P.EXISTINGWATER MAIN THRUST BLOCKS FOR TEES, PLUGS, REDUCERS AND HORIZONTAL AND VERTICAL UP BENDSPIPE DIAMETER VALVES AND CROSSES4"6"8"12" 6 CUBIC YARDS2.5 CUBIC YARDS1.5 CUBIC YARD21 CUBIC FEETGRAVITY BLOCKS FOR VALVES, CROSSES AND VERTICAL DOWN BENDS1284 & 6PIPE DIAMETER4715TEES, PLUGS & REDUCERS 90° BEND621125345° BENDS 22.5° BENDS23610BEARING AREA SQUARE FEETVARIABLE 12-INCH MIN.VARIABLE, 12" MIN.11.25° BENDS12345°45°21 CUBIC FEET1.5 CUBIC YARD2.5 CUBIC YARDS6 CUBIC YARDS90° VERTICAL DOWN 45° VERTICAL DOWN3 CUBIC YARDS1.5 CUBIC YARD21 CUBIC FEET11 CUBIC FEET22.5° VERTICAL DOWN1.5 CUBIC YARD19 CUBIC FEET10 CUBIC FEET7 CUBIC FEETGENERAL NOTES FOR ALL BLOCKS1. BEARING AREAS SHALL BE INCREASED AT THE OPTION OF CITY ENGINEER IF SOIL BEARING PRESSURE IS LESS THAN 1500 PSF.2. CONCRETE SHALL BE 2000 PSI OR GREATER.3. BEARING AREAS OF BLOCK IN LINE OF RESULTANT THRUST SHALL BE AGAINST4. TIE BARS SHALL BE 1/2" EPOXY COATED REBAR (PER ASTM 767 AND D3983) OR STAINLESSSTEEL (WHEN EXPOSED) WITH ACI HOOKED ENDS. ALL REBAR EXPOSED TO SOILSHALL BE GREASED AND WRAPPED WITH NO OX ID "A" SPECIAL GREASE AND WRAP.5. MINIMUM CONCRETE THICKNESS = 12"6. THRUST BLOCKS FOR PIPE SIZES LARGER THAN 12-INCHES SHALL BE DETERMINED BYTHE DESIGN ENGINEER, AND APPROVED BY THE CITY ENGINEER, DESIGN CRITERIA SHALLBE MAXIMUM SOIL BEARING CAPACITY OF 1500 LBS/SQ.FT. OR SITE CONDITIONS WHICHEVER IS LESS, A DESIGN PRESSURE OF 150 PSI, AND A FACTOR SAFETY OF 1.5.UNDISTURBED EARTH.ADJUSTABLE PIPE SUPPORT ASSEMBLYTOP OF ASPHALTPAVEMENT8" ALLAROUNDHEAVY DUTY CAST-IRON VALVE BOXCOVER, MARKED "WATER" ANDPAINTED BLUE8" P.V.C SDR 35 OR GREATERWALL THICKNESS VALVE CANCONCRETECOLLARNOTES:1. TOP OF VALVE BOX SHALL BE FLUSH WITH TOP OF PAVEMENT WITH A MINUS 14" MAX TOLERANCE.VARIES2" MIN.4" MIN.8"NOTES:1. PROVIDE VALVE STEM EXTENSIONS WHEN DEPTH TO OPERATING NUT EXCEEDS48" (FABRICATE EXTENSION TO FIELD MEASUREMENT - SEE NOTE 2).2. NO VALVE STEM EXTENSION SHALL BE LESS THAN 2 FEET IN LENGTH. TERMINATEEXTENSION 24" TO 36" FROM FINISHED GRADE.3. VALVE STEM EXTENSION SHALL BE FIBERPLAS BY PIPELINE PRODUCTS, SANMARCOS, CA OR APPROVED EQUAL24" MINIMUMFIBERPLAS UPPER OPERATING NUTWITH CENTERING RINGFIBERPLAS LOWER OPERATING NUT.2" SQUARE FIBERPLAS EXTENSION TUBINGRING DIAMETER SIZING SHALL BE PERMFR'S REQ. FOR USE WITH VALVE RISER3'MIN.3'MIN.TRANSITION COUPLINGTIE TO EXISTD.I.P.TOP OF ASPHALTPAVEMENTVALVE BOX ASSEMBLYANODETIE BAR(TYPICAL)GRAVITY BLOCK PERCITY STANDARDEXISTING PIPENOTES:1. PROTECT IN PLACE EXISTING UTILITIES.2. WHEN ADJACENT PIPE(S) IS D.I.P., JOINT BOND WITH THE REPLACEMENT PIPE. OTHERWISE, INSTALL 30#ZINC ANODE.3. WHEN POSSIBLE, ONE OR BOTH COUPLINGS SHALL HAVE JOINT RESTRAINT.4. APPLY NO-OX-ID "A SPECIAL WW" GREASE AND WRAP TO ALL BURIED HARDWARE AND METALLICFITTINGS. ALSO DOUBLE WRAP THE POLYETHYLENE ENCASEMENT PER AWWA C105.VALVE WITH M.J. ANDJOINT RESTRAINTSSUPPORT ON PIPE SUPPORT AT FLANGE(2)-BOLTS MIN.1/2"AND EDGES1/41/4FLANGE O.D.REDUCERPIPE, 3" LONGMALLEABLE IRONMIN.1/4"3" STD. STEELBASE PLATE(4)-TACK WELDS AT 90°3/8" PLATE DRILLED TOMATCH FLANGE BOLTSROUND CORNERS (TYP)1 1/2"1/4H = PER PLANH/2, 6" MIN.NON-SHRINK GROUTPACK 3/4" MIN., 6" THREAD4-5/8"4-3/4"4-3/4"FLOORCEILINGWALLBASE PLATE5/8 X 9 X 95/8 X 9 X 93/8 X 9 X 9MEMBERANCHOR BOLTS1.NOTES:3.4.2.PIPE SUPPORT MAY BE ORIENTATED IN ANY DIRECTION.FIG. 264 AS APPROVED BY ENGINEER.FOR H > 3'-0", CONTRACTOR SHALL USE GRINNELL HOT DIP GALVANIZE AFTER FABRICATION.DO NOT CUT OR WELD AFTER GALVANIZING.LOCATIONPIPE DIRECTLY TO 3/8" PLATE ATTACHED TO PIPE FLANGE.DELETE 2 1/2" PIPE AND REDUCER AND WELD 3" STEEL AS AN ALTERNATE, IF ADJUSTMENT IS NOT NECESSARY, ANCHOR BOLTS W/LOCK WASHERS,DOUBLE NUTTED ATSLABFLOOR, WALL ORCEILINGROUND CORNERS &EDGES3" EXTRA STRONG STL. PIPE(FIELD VERIFY REQ'DINSTALLATION LENGTH)ATTACH DIRECTLY TO BASEPLATE WHEN HEIGHT LESSTHAN 9" PLUS PIPE O.D./22 1/2" EXTRA STRONGSTEEL PIPE (MIN.)5/8" THROUGH BOLTW/NUT & LOCKWASHER3/8" PLATE, WIDTH EQUAL TOPIPE FLANGE O.D. ROUNDEDCORNERS & EDGESGS U-BOLT ANDHARDWARE GRINNELFIG. 137 OR EQUAL2" MAX.PIPE SUPPORT @ SLABDIMENSIONSPIPE Ø SIZE4-12SIZE1/2BOLTNOTES:1. PIPE SUPPORT MATERIAL AND QUANTITY PER SPECS.2. 8" BOLT EMBEDMENT DEPTH.STL. BASEPLATE* S.S. BOLTSSIZE PER TABLETHREADED STAND PIPE"A" PER TABLEGROUTPIPE "A"3"STANDPIPE "B"2 1/2"ADJ.FLANGE SUPPORTPLATE THK. "C"1/4"2' X 2'X 18"CONC FOOTINGWHERE REQ'D#4 @ 10" O.C.6 -#41'-6"PIPE SUPPORT @ SLABEN.T.SN.T.SN.T.SN.T.SN.T.SN.T.SD.I.P.TRANSITION COUPLINGTIE TO EXISTEXISTING PIPEEXISTINGWATER MAIN9 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626-36x24v.dwgw:\B626\engineering\b626 pipeline\sheets\B626-C3.0 Civil Details.dwg - Tab: CIVIL DETAILS 3 - by mmills on 01/12/21 at 10:09:36 AMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUECADNOT USEDINVERTED SIPHON ASSEMBLY FOR 12" PIPE OR SMALLER4" PUMP - OUT ASSEMBLYMETHODS FOR CUTTING AND PLUGGING EXISTING WATER MAINBESIPHON ASSEMBLY FOR 12" PIPE OR SMALLEREXISTING HUB END FITTING OR VALVE1' MIN. (TYP)TRENCHWIDTHTRENCHWIDTH6" MIN. (TYP)1' MIN. (TYP)TRENCHPOUR CONCRETE THRUSTBLOCK KEYED AGAINSTUNDISTURBED SOILMAIN TO BE ABANDONEDIN PLACE (NO PRESSURE)SHALL BE FILLED WITH ALEAN CONCRETE SANDSLURRY UNDISTURBEDEARTH (TYP.)MAIN TOREMAIN INSERVICEEXISTING THRUST ORGRAVITY BLOCKINSTALL PLUG(RUBBER RING ORCAULKED)SEAL MAINWITH CONCRETEREMOVE VALVECUT & REMOVEPORTION OFEXISTING VALVEMAIN TOREMAIN INSERVICEMAIN TO BE ABANDONEDIN PLACE (NO PRESSURE)SHALL BE FILLED WITH ALEAN CONCRETE SANDSLURRYSEAL MAINWITH CONCRETEREMOVE VALVECUT & REMOVEPORTION OFEXISTING VALVEEXISTING THRUST ORGRAVITY BLOCKBOLT ON BLINDFLANGE, ENCASE TEEIN CONCRETE1' MIN. (TYP)MAIN TOREMAIN INSERVICEINSTALL CAPOR PLUGPOUR CONCRETE THRUSTOR GRAVITY BLOCKSEAL MAINWITH CONCRETEREMOVE VALVECUT & REMOVEPORTION OFEXISTING VALVEMAIN TO BE ABANDONEDIN PLACE (NO PRESSURE)SHALL BE FILLED WITH ALEAN CONCRETE SANDSLURRYMAIN TOREMAIN INSERVICEWELD ON CAPOR PLUG, SEAL IN CONCRETEPOUR CONCRETETHRUST OR GRAVITYBLOCKSEAL MAINWITH CONCRETEREMOVE VALVECUT & REMOVEPORTION OFEXISTING VALVEMAIN TOREMAIN INSERVICEMAIN TO BE ABANDONEDIN PLACE (NO PRESSURE)SHALL BE FILLED WITH ALEAN CONCRETE SAND SLURRYEXISTING FLANGE FITTING OR VALVEEXISTING ASBESTOS-CEMENT, POLYVINYLCHLORIDE, OR CAST-IRON MAINEXISTING STEEL MAINPLANPROFILE1'OBSTRUCTION2' MINCLEARLOWPOINTNOTE: TO BE USED UP TO 12" MAINLINE ONLY.LARGER PIPE SIZE REQUIRES SPECIAL DESIGN.DOUBLE POLY WRAP, RESTRAIN AND CP JOINT BONDJOINT BONDINGJOINTS SHALL BE FLANGED,OR RESTRAINED MJ (TYP)NOTES:1. ALL NEW PIPELINE DIAMETER SHALL BE THE SAME NOMINAL SIZE ASTHE EXISTING WATER MAIN.2. ALL FASTENERS (NUTS, BOLTS, AND WASHERS) SHALL BE TYPE 316 STAINLESS STEEL.3. THE ENTIRE SIPHON ASSEMBLY SHALL BE DOUBLE POLYETHYLENE WRAPPED INACCORDANCE WITH AWWA C-105 (8 MIL).4. THE CONTRACTOR SHALL EXPOSE ALL PROPOSED POINTS OF CONNECTION TO THEEXISTING WATER MAIN FOR VERIFICATION OF HORIZONTAL AND VERTICAL LOCATIONAND OUTSIDE DIAMETER OF EXISTING PIPE BEFORE CONSTRUCTION BEGINS.5. APPLY NO-OX-ID "A SPECIAL WW" GREASE AND PROTECTIVE WRAP ONALL BURIED FITTINGS.6. WHEN ADJACENT PIPE(S) IS D.I.P. JOINT BOND WITH THE INVERTED SIPHON PIPE.OTHERWISE, INSTALL 30# ZINC ANODE.7. PUMP-OUT IS ONLY NECESSARY WHEN LONG LENGTHS OF UPSTREAM PIPE CAN BEDRAINED. SEE CITY ENGINEER TO DETERMINE IF REQUIRED.8. WHILE PREFERENCE IS TO USE 22.5° ELBOWS, ELBOWS UP TO 90° CAN BE USEDTO CLEAR OBSTRUCTION.9. GRAVITY (THRUST) BLOCKS SHALL BE INSTALLED ON ALL PIPE BENDS ANDVALVES PER CITY STANDARD.PUMP-OUT ASSEMBLY RISERLOCATION TYPICALLYADJACENT TO GUTTERALL JOINTS, FITTINGS AND D.I.P.OBSTRUCTIONOBSTRUCTION7"7"24"4"8"12"4"ENCASE WITH 2000 PSI CONCRETE.7SEE BELOW FOR DETAILMANHOLE ASSEMBLY65439" MAX3" MIN212"FINISHED GRADE316' TO FACE OF CURBSACRIFICIAL ANODE ANDCATHODIC PROTECTION.SEE NOTE 6.JOINTS SHALL BE FLANGED, RESTRAINEDPUSH-ON, OR RESTRAINED MJ (TYPICAL).REFER TO SPECIFICATION 02510.5NOTES:1. PUMP-OUT PIPE MATERIAL SHALL BE D.I.P. STANDARDTHICKNESS CLASS PER AWWA C1502. ALL FASTENERS (NUTS, BOLTS, AND WASHERS) SHALL BE TYPE316 STAINLESS STEEL.3. THE ENTIRE PUMP-OUT ASSEMBLY SHALL BE DOUBLEPOLYETHYLENE WRAPPED IN ACCORDANCE WITH AWWAC-105 (8 MIL).4. THE CONTRACTOR SHALL EXPOSE ALL PROPOSED POINTS OFCONNECTION TO THE EXISTING WATER MAIN FOR VERIFICATIONOF HORIZONTAL AND VERTICAL LOCATION AND OUTSIDEDIAMETER OF EXISTING PIPE BEFORE CONSTRUCTION BEGINS.5. APPLY NO-OX-ID "A SPECIAL WW" GREASE AND PROTECTIVEWRAP ON ALL BURIED FITTINGS.6. WHEN ADJACENT PIPE(S) IS D.I.P. JOINT BOND WITH THEINVERTED SIPHON PIPE. OTHERWISE, INSTALL 30# ZINC ANODE.7. PUMP-OUT IS ONLY NECESSARY WHEN LONG LENGTHS OFUPSTREAM PIPE CAN BE DRAINED. SEE CITY ENGINEER TODETERMINE IF REQUIRED.CLASS 560-C-3250 CONCRETEFOUNDATION (TYPE IV CEMENT)REINFORCED WITH #4 REINFORCING BARBENT INTO SQUARE (2 REQUIRED)TWO 6" GRADE RINGS ASSOCIATEDCONCRETE PRODUCTS ADJUST TO GRADEMANHOLE FRAME AND COVERALHAMBRA FOUNDRY A-11254WITH "WATER ON COVER"TEE FOR 12" DIAMETER ORLESS DISTRIBUTION LINEWITH A 4" FLG BRANCH(TYP.)(TYP.)EXISTING OBSTRUCTIONOBSTRUCTIONEXISTING ORPROPOSEDWATER MAIN1'TYP.2'-0"DOUBLE POLY WRAP, RESTRAIN AND CP JOINT BOND2' MINCLEAR(TYP.)JOINT BONDINGSACRIFICIAL ANODE ANDCATHODIC PROTECTION.SEE NOTE 6.CENTER FULLLENGTH PIECE OFDIP ON OBSTRUCTIONJOINTS SHALLBE FLANGED, ORRESTRAINED MJ(TYPICAL)PLANPROFILENOTES:1. ALL NEW PIPELINE DIAMETER SHALL BE THE SAME NOMINAL SIZEAS THE EXISTING WATER MAIN.2. ALL FASTENERS (NUTS, BOLTS, AND WASHERS) SHALL BE TYPE 316STAINLESS STEEL.3. THE ENTIRE SIPHON ASSEMBLY SHALL BE DOUBLE POLYETHYLENEWRAPPED IN ACCORDANCE WITH AWWA C-105 (8 MIL).4. THE CONTRACTOR SHALL EXPOSE ALL PROPOSED POINTS OFCONNECTION TO THE EXISTING WATER MAIN FOR VERIFICATION OFHORIZONTAL AND VERTICAL LOCATION AND OUTSIDE DIAMETER OFEXISTING PIPE BEFORE CONSTRUCTION BEGINS.5. APPLY NO-OX-ID "A SPECIAL WW" GREASE AND PROTECTIVE WRAPON ALL BURIED FITTINGS.6. WHEN ADJACENT PIPE(S) IS D.I.P. JOINT BOND WITH THE INVERTEDSIPHON PIPE. OTHERWISE, INSTALL 30# ZINC ANODE.7. WHILE PREFERENCE IS TO USE 22.5° ELBOWS, ELBOWS UP TO 90°CAN BE USED TO CLEAR OBSTRUCTION.9. GRAVITY (THRUST) BLOCKS SHALL BE INSTALLED ON ALL PIPEBENDS AND VALVES PER CITY STANDARD.GRAVITY BLOCKSPER STANDARDDETAILALL JOINTS, FITTINGS AND D.I.P.ITEM DESCRIPTION1RESTRAINED PC 350 DUCTILE IRONPIPE. LENGTH AS REQUIRED.2DUCTILE IRON 22.5° ELBOW, FLG. ORMJ. WITH GRAVITY BLOCK PER CITYSTANDARD.3RESTRAINED R/W VALVE, FLG X MJ42" AIR AND VACUUM RELEASEASSEMBLY5TEST PLATE LOCATION FORHYDROSTATIC TEST AS REQUIRED.ITEM DESCRIPTION14" RESTRAINED DUCTILE IRON 90°ELBOW WITH FLG X MJ, WITH GRAVITYBLOCK PER CITY STANDARD.24" RESTRAINED R/W VALVE, MJ X MJ, WITHGRAVITY BLOCK PER CITY STANDARD.34" RESTRAINED DUCTILE IRON PIPE,LENGTH AS REQUIRED.48" RESTRAINED DUCTILE IRON TEE WITH 4"BRANCH, MJ X MJ, ENCASE IN CONCRETE.58" RESTRAINED DUCTILE IRON PIPE,LENGTH AS REQUIRED.68" RESTRAINED DUCTILE IRON BLIND FLANGE7 8" RESTRAINED DUCTILE IRON MJ CAP.ITEM DESCRIPTION1RESTRAINED PC 350 D.I.P.LENGTH AS REQUIRED2D.I. RESTRAINED JOINT 22.5°ELBOW, FLG OR MJ WITHGRAVITY BLOCK CITY STANDARD3RESTRAINED R.W VALVE, FLGX MJ WITH GRAVITY BLOCKPER STANDARD DETAIL4RESTRAINED D.I TEE WITH 4"BRANCH FOR A 4" PUMP-OUTASSEMBLY PER STANDARDDETAIL. SEE NOTE 7 FORREQUIREMENT.5TEST PLATE LOCATION FORHYDROSTATIC TEST, ASREQUIRED.N.T.SN.T.SN.T.SN.T.SN.T.SAPPLY NO-OX-ID "A SPECIALWW" GREASE AND WRAP TOALL BURIED HARDWAREAND METALLIC FITTINGSEXISTING ORPROPOSED WATERMAINPUMP OUTASSEMBLY PER CITYSTANDARDCENTER FULL LENGTHPIECE OF DIP ONOBSTRUCTIONSACRIFICIAL ANODE ANDCATHODIC PROTECTION PERNOTE 6.EXISTING ORPROPOSED WATERMAINNOTES:1. REFER TO CITY STANDARD FOR BEARING AREAS ON GRAVITY (THRUST) BLOCKS.2. TO ABANDON AN EXISTING SERVICE ON A MAIN THAT WILL REMAIN IN SERVICE, IFPOSSIBLE, DEPRESSURIZE THE MAIN, REMOVE THE SADDLE AND CORPORATION STOP,CLEAN THE MAIN, INSTALL FULL CIRCLE REPAIR CLAMP WITH GREASE AND POLYETHYLENEWRAP WITH NO-OX-ID. OTHERWISE, A BRONZE PLUG MAY BE USED IN THE EXISTINGBRONZE SADDLE IN LIEU OF A FULL CIRCLE REPAIR CLAMP. PROVIDED THE BRONZESADDLE IS IN NEAR NEW CONDITION AS DETERMINED BY THE CITY WATER INSPECTOR.2' MINCLEAR10 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626-36x24v.dwgw:\B626\engineering\b626 pipeline\sheets\B626-C3.0 Civil Details.dwg - Tab: CIVIL DETAILS 4 - by mmills on 01/12/21 at 10:09:36 AMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUECDWV2440 - 2" COMMERCIAL WATER SERVICEWV1830 - STANDARD FRAME & COVER FOR WATER SERVICEWV2433 - FIRE HYDRANT INSTALLATIONWV2435 - 8" FIRE WATER SERVICEBEN.T.SN.T.SN.T.SN.T.SANOT USEDN.T.SSENSUS OMNI C² WATERMETERASSEMBLY PER DETAIL A,SHEET C2.0FIRE SERVICE POINT OFCONNECTION (P.O.C.)11 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626-36x24v.dwgw:\B626\engineering\b626 pipeline\sheets\B626-C3.0 Civil Details.dwg - Tab: CIVIL DETAILS 5 - by mmills on 01/12/21 at 10:09:36 AMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEBC4" TEMPORARY BLOW-OFFSAMPLE LATERAL AVOIDING AN OBSTACLE WV2458 - 6" INDUSTRIAL WATER SERVICEDN.T.SN.T.SN.T.SAWV2459 - 4" INDUSTRIAL WATER SERVICEN.T.SINSTALL 6"x3" REDUCER WHEN METER SIZE IS 3".ADJUST THE FOLLOWING PIPING ACCORDINGLY.± 12"TO MATCH EXISTING22.5° DUCTILE IRONPIPE BEND (MJxMJ)PIPE SIZED PER PLANDUCTILE IRON RSGV(FLGxFLG)DUCTILE IRON TEE(MJxMJxFLG)DUCTILE IRON PIPESPOOLNOTES:1. CONTRACTOR SHALL DETERMINE ACTUAL REQUIRED PIPE BEND ANGLES BASED ON FIELD CONDITIONS.2. WHEN A MINIMUM OF 3' OF COVER CAN NOT BE MAINTAINED, THE CONTRACTOR SHALL INSTALL CONCRETE PIPEENCASEMENT.3. THE ENTIRE ASSEMBLY SHALL BE DOUBLE POLYETHYLENE WRAPPED IN ACCORDANCE WITH AWWA C-105 (8 MIL).4. THE CONTRACTOR SHALL EXPOSE ALL PROPOSED POINTS OF CONNECTION TO THE EXISTING WATER MAIN FORVERIFICATION OF HORIZONTAL AND VERTICAL LOCATION AND OUTSIDE DIAMETER OF EXISTING PIPE BEFORECONSTRUCTION BEGINS.5. APPLY NO-OX-ID "A SPECIAL WW" GREASE AND PROTECTIVE WRAP ON ALL BURIED FITTINGS.6. WHILE PREFERENCE IS TO USE 22.5° ELBOWS, ELBOWS UP TO 90° CAN BE USED TO CLEAR OBSTRUCTION.7. GRAVITY (THRUST) BLOCKS SHALL BE INSTALLED ON ALL PIPE BENDS AND VALVES PER CITY STANDARD.22.5° DUCTILE IRONPIPE BEND (MJxFLG)PIPE SIZED PER PLANGROUND SURFACE4" 90° G.I.THREADED ELBOW4" G.I. THREADEDSPOOL4" G.I. THREADEDSOLID PLUG4" 90° G.I.THREADED ELBOW12" PIPE CAPMECHANICAL JOINTRESTRAINT12" DUCTILE IRONWATER MAINBEDDING4" G.I. THREADED PIPE(CUT AS REQUIRED)4" THREADED BALL VALVE4" G.I. THREADEDPIPE SPOOLEXISTINGOBSTACLE12 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwg; B626-36x24v.dwgw:\B626\engineering\b626 pipeline\sheets\B626-C3.0 Civil Details.dwg - Tab: CIVIL DETAILS 6 - by mmills on 01/12/21 at 10:09:36 AMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEFAC2 SACK CEMENT SLURRY CONCRETE ENCASEMENT DETAILDBENOT USEDNOT USEDNOT USEDNOT USEDNOT USEDEN.T.SN.T.SN.T.SN.T.SN.T.SN.T.S2 SACK CEMENTSLURRYPIPEO.D.TRENCH WIDTHUNDISTURBED EARTH6" MIN.6" MIN.13 100% PLANS - ISSUED FOR CONSTRUCTIONXrefs: B626-36x24v.dwgw:\B626\engineering\b626 pipeline\sheets\B626-C3.3 CIVIL DETAILS (CP).dwg - Tab: CIVIL CATHODIC PROTECTION DETAILS - by mmills on 01/12/21 at 10:09:59 AMDimscale = 96; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENT17520 Newhope Street, Suite 200 | Fountain Valley, CA 92708P: (714) 481-7300 | www.pacewater.comAdvanced Water EngineeringOF 18D.S.LJ.S.D.S.LJANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEDCBNOT USEDAEXOTHERMIC WELD DETAILNOT USEDN.T.SN.T.SN.T.SN.T.SBURIED CP WIRES AND CONDUIT TRENCHN.T.SNOTES:1. WIRES SHALL BE SLEEVED IN SCHEDULE 40 PVC GRAY CONDUITS.2. CONNECT PIPE LEAD WIRES AND ANODE LEAD WIRES TO SEPARATE TERMINALS IN ANODE CP TEST STATION.3. PROVIDE PVC SWEEP 90° BEND AT THE CP TEST STATION END.BURIED CP WIRES AND CONDUIT TRENCH4" MIN.12" (TYP.)24" (TYP.)BACKFILL PER SECTION 306-1.2.1 OFSTANDARD SPECIFICATIONS (GREEN BOOK)SAND EQUIVALENT 25% MINWARNING TAPE, "CAUTIONCATHODIC PROTECTIONWIRE FOR WATER MAIN"1.5" DIAMETER SCHEDULE 40PVC GRAY CONDUITCONTAINING PIPE LEAD WIRESSCHEDULE 40 PVC GRAY CONDUITCONTAINING ANODE LEAD WIRES(DIAMETER WILL VARY BASED ONNUMBER OF WIRES)NOTES:1. WELDER SHOWN IS FOR HORIZONTAL SURFACES ONLY. FOR VERTICAL SURFACES, A SIDE WELDER IS REQUIREDWHILE PIN BRAZING IS ALLOWED.2. ALL WIRE WELDS SHALL BE A MINIMUM OF 3" APART.3. STANDARD WELD CARTRIDGES SHALL BE USED FOR STEEL SURFACES. FOR DUCTILE IRON, THE WELD SHALL BE XF-19ALLOY OR EQUIVALENT. USE APPROPRIATE SIZED CHARGES AND MOLDS FOR THE WIRE GAGE AND POSITION.4. EXTEND ROYBOND 747 COATING 3" ONTO PIPE COATING OR AROUND WELD AREA.5. USE COPPER SLEEVES AS RECOMMENDED BY THE EXOTHERMIC WELD MANUFACTURED FOR THE WIRE TO BEWELDED.6. USE THE APPROPRIATE WELD MOLDS FOR HORIZONTAL AND VERTICAL APPLICATION. THIS DETAIL ILLUSTRATES THEUSE OF A HORIZONTAL WELD CONFIGURATION.STEP 1FILE OR GRIND SURFACE TO BRIGHTMETAL, CLEANSTEP 2STRIP INSULATION FROM WIRESTEP 3HOLD WELDER FIRMLY WITH OPENINGAWAY FROM THE OPERATOR AND IGNITESTARTING POWDERSTEP 4REMOVE SLAG FROM CONNECTION ANDPEEN WELD FOR SOUNDESSSTEP 5COVER THE CONNECTION ANDEXPOSED STRUCTURE WITH ABITUMINOUS COATING AND AROYSTON HANDY CAPHANDLEGRAPHITE COVERMETAL POWDERGRAPHITE MOLDPIPESTARTING POWDERMETAL DISCWIREWELDER SECTIONEXOTHERMIC WELD14 AAAAAAAAPLANSCALE: 1" = 20'CL50TH STCLSOTO STMATCH LINE STA. 83+50 SEE THIS SHEETSIDEWALKSIDEWALK50TH STMATCH LINE STA. 83+50 SEE THIS SHEETMATCH LINE STA. 88+00 SEE SHEET CP1.2SIDEWALKSIDEWALKWELL 22PLANSCALE: 1" = 20'SEE NOTE 1:ISOLATION KIT AT CUT-INVALVE ASSEMBLYENLARGED VIEWSCALE: NTSSEE ENLARGED VIEWTHIS SHEET (TYPICALFOR ALL 3 LOCATIONS)5' (TYP)20'3' (TYP)12" DUCTILE IRON PIPEFLUSH G5 TEST STATION WITH INTERNALPANEL BOARD. SEE DETAIL 3/CP2.0SINGLE ANODE GROUNDBED WITHFOUR MAGNESIUM HP ANODES (32S5)(TYP). SEE NOTES 2 THROUGH 4Cu/CuSO4 PERMANENTREFERENCE ELECTRODESEE NOTE 3~310'~620'1'~620'FLUSH G5 TEST STATION WITHINTERNAL FOUR-WIRE PANEL BOARDSEE DETAILS 1/CP2.0 AND 2/CP2.0ID: TBDPIPELINELEAD ANDPIPELINETEST LEADSEE NOTE 5NOTES:1. ASSUMES FULL CONTINUITY AND NULL RESISTANCE BETWEENPIPELINE SECTIONS. ASSUMED EITHER END OF THE PIPELINE ISISOLATED (IE. AT CUT-IN VALVE ASSEMBLY).2. ANODES TO BE INSTALLED DURING PIPELINE INSTALLATION,THREE FEET BELOW PIPE BOTTOM DEPTH AND THREE FEETPERPENDICULAR TO PIPELINE. ANODES TO BE INSTALLEDVERTICALLY, SPACED HORIZONTALLY FIVE FEET APART WITHINDIVIDUAL ANODE CABLES TO TERMINATED IN TEST STATION.3. Cu/CuSO4 PERMANENT REFERENCE ELECTRODES #14 AWGHMWPE CABLE (YELLOW) TO BE INSTALLED ON OPPOSITE SIDE OFPIPELINE THAN ANODES, ONE FOOT AWAY FROM PIPE AT PIPEBOTTOM DEPTH. PERMANENT REFERENCE CELL CABLE TO BETERMINATED IN TEST STATION.4. TEST STATION TO INCLUDE 0.01 OHM SHUNT.5.PIPELINE LEAD AND PIPELINE TEST CABLES (2) #8 AWG HMWPE(BLACK) TO BE INDEPENDENTLY EXOTHERMITE WELDED/PINBRAZED ONTO PIPELINE. PIPELINE CONNECTIONS TO BETERMINATED IN TEST STATION.100% PLANS - ISSUED FOR CONSTRUCTIONG:\Regional\Drawings\2020 Drawings\340162248 - PACE CITY OF VERNON\C1.1-CP2.0.dwg - Tab: CP1.1 - by rmar on 01/13/21 at 10:12:58 AMDimscale = 1; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENTOF 18D.S.R.M.S.S.JANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEICEPSNOITCETORP CIOHTACECANNACEINTERNATIOHGNISJVR ASNo. 6125DTSILA TINALCP PROPOSED SITE PLAN 1CP1.115EXISTING 15" R.C.P. STORMDRAIN ON CENTERLINEEXISTING 8" SEWER 14' ±SOUTH OF CENTERLINEEXISTING 12" RECYCLEDWATER LINE 5' ± NORTHOF CENTERLINEEXISTING 10" C.I.WATER 11' ± WEST OFCENTERLINEEXISTING 33" R.C.PSTORM DRAIN 19' ±WEST OF CENTERLINEEXISTING 3" GAS26' ± WEST OFCENTERLINEEXISTING 12" RECYCLEDWATER LINE 27' ± SOUTHOF CENTERLINEEXISTING 10" SEWER 24' ±EAST OF CENTERLINEEXISTING 6" STEEL HIGHPRESSURE GAS 4' ± EASTOF CENTERLINE40'20'3'EXISTING R/W80'40'40'20'EXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ±SOUTH OF CENTERLINEEXISTING CURBAND GUTTEREXISTING CURBAND GUTTER10'MIN.EXISTING R/WCONNECT TOEXISTING PIPE STA.80+00.00CUT-IN VALVEASSEMBLYSTA. 79+90.00STA.83+03.94EXISTING CITY OF VERNON6" P.E. GAS 10.5 ' ± SOUTHOF CENTERLINEABANDONED WATERSERVICE SURVEY STATION 10001STA. 8+56.72 50TH ST.STA 60+87.85 SOTO ST.EXISTING CITY OF VERNON6" P.E. 10.5 ' ± SOUTH OFCENTERLINEEXISTING 8" SEWER 14' ±SOUTH OF CENTERLINEEXISTING SCG 3" GAS 16.5' ±NORTH OF CENTERLINEEXISTING VALVEVAULT40'EXISTING R/W20'20'EXISTING CURBAND GUTTEREXISTING CURBAND GUTTEREXISTING 12" RECYCLEDWATER LINE 5' ± NORTHOF CENTERLINEEXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ±SOUTH OF CENTERLINESTA.85+44.8650TH ST STA.13+10.63STA. 84+01.89STA.87+81.29STA.84+33.733'ABANDONED WATERSERVICE AAAAAAAACL50TH STMATCH LINE STA. 88+00 SEE SHEET CP1.1MATCH LINE STA. 92+50 SEE THIS SHEETSIDEWALK12" DUCTILE IRON PIPE50TH STMATCH LINE STA. 92+50 SEE THIS SHEETPLANSCALE: 1" = 20'PLANSCALE: 1" = 20'SIDEWALK~620'~620'~620'~295'SEE ENLARGED VIEWON SHEET CP1.1SEE ENLARGED VIEWON SHEET CP1.1NOTES:1. ASSUMES FULL CONTINUITY AND NULL RESISTANCE BETWEENPIPELINE SECTIONS. ASSUMED EITHER END OF THE PIPELINE ISISOLATED (IE. AT CUT-IN VALVE ASSEMBLY).2. ANODES TO BE INSTALLED DURING PIPELINE INSTALLATION,THREE FEET BELOW PIPE BOTTOM DEPTH AND THREE FEETPERPENDICULAR TO PIPELINE. ANODES TO BE INSTALLEDVERTICALLY, SPACED HORIZONTALLY FIVE FEET APART WITHINDIVIDUAL ANODE CABLES TO TERMINATED IN TEST STATION.3. Cu/CuSO4 PERMANENT REFERENCE ELECTRODES #14 AWGHMWPE CABLE (YELLOW) TO BE INSTALLED ON OPPOSITE SIDE OFPIPELINE THAN ANODES, ONE FOOT AWAY FROM PIPE AT PIPEBOTTOM DEPTH. PERMANENT REFERENCE CELL CABLE TO BETERMINATED IN TEST STATION.4. TEST STATION TO INCLUDE 0.01 OHM SHUNT.5.PIPELINE LEAD AND PIPELINE TEST CABLES (2) #8 AWG HMWPE(BLACK) TO BE INDEPENDENTLY EXOTHERMITE WELDED/PINBRAZED ONTO PIPELINE. PIPELINE CONNECTIONS TO BETERMINATED IN TEST STATION.100% PLANS - ISSUED FOR CONSTRUCTIONG:\Regional\Drawings\2020 Drawings\340162248 - PACE CITY OF VERNON\C1.1-CP2.0.dwg - Tab: CP1.2 - by rmar on 01/13/21 at 10:12:58 AMDimscale = 1; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENTOF 18D.S.R.M.S.S.JANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEICEPSNOITCETORP CIOHTACECANNAC EINTERNATIOHGNIS JVRASNo. 6125DTSILA TINALCP PROPOSED SITE PLAN 2CP1.216EXISTING 10" C.I. WATER 12' ±NORTH OF CENTERLINEEXISTING 12" RECYCLEDWATER LINE 5' ± NORTHOF CENTERLINEEXISTING CITY OF VERNON 6"P.E GAS 10.5 ' ± SOUTH OFCENTERLINEEXISTING 8" SEWER 14' ±SOUTH OF CENTERLINEEXISTING SCG 4" GAS 16.5' ±NORTH OF CENTERLINE40'20'3'EXISTING R/W20'EXISTING CURBAND GUTTEREXISTING CURBAND GUTTEREXISTING R/WEXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ±SOUTH OF CENTERLINESTA.91+03.94ABANDONEDWATER SERVICEEXISTING CITY OF VERNON 6"P.E GAS 10.5 ' ± SOUTH OFCENTERLINEEXISTING 8" SEWER 14' ±SOUTH OF CENTERLINEEXISTING R/WEXISTING CURBAND GUTTEREXISTING CURBAND GUTTEREXISTING 10" C.I. WATER 12' ±NORTH OF CENTERLINEEXISTING 12" RW LINE 5' ±NORTH OF CENTERLINEEXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ± SOUTHOF CENTERLINEEXISTING R/W40'20'20'3'STA.93+75.45MATCH LINE STA. 96+00 SEE SHEET CP1.3 ~295'NOTES:1. ASSUMES FULL CONTINUITY AND NULL RESISTANCE BETWEENPIPELINE SECTIONS. ASSUMED EITHER END OF THE PIPELINE ISISOLATED (IE. AT CUT-IN VALVE ASSEMBLY).2. ANODES TO BE INSTALLED DURING PIPELINE INSTALLATION,THREE FEET BELOW PIPE BOTTOM DEPTH AND THREE FEETPERPENDICULAR TO PIPELINE. ANODES TO BE INSTALLEDVERTICALLY, SPACED HORIZONTALLY FIVE FEET APART WITHINDIVIDUAL ANODE CABLES TO TERMINATED IN TEST STATION.3. Cu/CuSO4 PERMANENT REFERENCE ELECTRODES #14 AWGHMWPE CABLE (YELLOW) TO BE INSTALLED ON OPPOSITE SIDE OFPIPELINE THAN ANODES, ONE FOOT AWAY FROM PIPE AT PIPEBOTTOM DEPTH. PERMANENT REFERENCE CELL CABLE TO BETERMINATED IN TEST STATION.4. TEST STATION TO INCLUDE 0.01 OHM SHUNT.5.PIPELINE LEAD AND PIPELINE TEST CABLES (2) #8 AWG HMWPE(BLACK) TO BE INDEPENDENTLY EXOTHERMITE WELDED/PINBRAZED ONTO PIPELINE. PIPELINE CONNECTIONS TO BETERMINATED IN TEST STATION.FLUSH G5 TEST STATION WITHINTERNAL FOUR-WIRE PANEL BOARDSEE DETAILS 1/CP2.0 AND 2/CP2.0ID: TBD100% PLANS - ISSUED FOR CONSTRUCTIONG:\Regional\Drawings\2020 Drawings\340162248 - PACE CITY OF VERNON\C1.1-CP2.0.dwg - Tab: CP1.3 - by rmar on 01/13/21 at 10:12:58 AMDimscale = 1; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENTOF 18D.S.R.M.S.S.JANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEICEPSNOITCETORP CIOHTACECANNAC EINTERNATIOHGNIS JVRASNo. 6125DTSILA TINALCP PROPOSED SITE PLAN 3CP1.317PLANSCALE: 1" = 20'BOYLE STSIDEWALKSEE NOTE 1:ISOLATION KIT AT CUT-INVALVE ASSEMBLYMATCH LINE STA. 96+00 SEE SHEET CP1.2EXISTING 12" RECYCLEDWATER LINE 5' ± NORTHOF CENTERLINEEXISTING SCG 4" GAS 16.5' ±NORTH OF CENTERLINEEXISTING 14" SEWERON CENTERLINECLEXISTING 4" OIL 23' ±EAST OF CENTERLINEEXISTING 12" C.I. WATER 16' ±EAST OF CENTERLINEEXISTING 4" GAS 14' ±EAST OF CENTERLINEEXISTING 18" RECYCLED WATERLINE 7' ± EAST OF CENTERLINE3'40'20'20'EXISTING R/WEXISTING 30" R.C.P STORM DRAIN10' ± WEST OF CENTERLINE(L.A.C.D.P.W PROJECT NO. 8202)EXISTING CITY OF VERNON6" P.E. GAS 4' ± WEST OFCENTERLINEEXISTING 15' R.C.PSTORM DRAINEXISTING GAS ABOUT 10.5'SOUTH OF CENTERLINE6" CITY OF VERNON P.E. GAS4' ± WEST OF CENTERLINESURVEY STATION 10002STA. 28+38.01. 50TH ST.STA 26+42.43 SOTO ST.EXISTING SCG 6" STEEL HIGHPRESSURE GAS LINE 7' ± SOUTHOF CENTERLINESTA. 98+31.82STA.98+53.65STA. 98+71.68CUT-IN VALVEASSEMBLYSTA.98+61.5312'10'MIN.STA.96+57.56STA.98+30.82EXISTING CURBAND GUTTEREXISTING CURBAND GUTTER50TH ST 1CP2.0G5 TEST STATION (TYP.)SCALE: NTS2CP2.0TERMINAL BOARD FOR 4-WIRE ISOLATION KIT TEST STATIONSCALE: NTS3CP2.0TERMINAL BOARD FOR GROUNDBED TEST STATIONSCALE: NTSPIPEA1A2A3A4PIPEREFTYPE RS 0.01 OHM SHUNT(TYP), 6 AMPS18" THK COPPER BUS BARENGRAVED LABEL (TYP)#14 AWG HMPWE REFERENCECABLE (YELLOW)#8 AWG HMPWE TEST STRUCTURELEAD (BLACK)#12 AWG THHN ANODELEADS (BLACK)#8 AWG HMWPE DRAINSTRUCTURE LEAD (BLACK)COPPER OR BRASS HARDWARE (TYP)RING CONNECTOR (TYP)14" MICARTA OR PHENOLICPANEL 6" x 6"NEW PIPEENGRAVED LABEL (TYP)(2) #8 AWG HMWPE ISOLATEDSTRUCTURE LEADS (WHITE)COPPER OR BRASSHARDWARE (TYP)RING CONNECTOR (TYP)14" MICARTA OR PHENOLICPANEL 6" x 6"(2) #8 AWG HMWPE CPPIPE LEADS (BLACK)EXISTING PIPEG5 CONCRETE BOXGRADE24" x 24" x 6" CONCRETE PAD(IF LOCATED IN UNPAVEDAREA)NEW PIPELINEEXISTING PIPELINEINSULATING FLANGE KIT. SEE DETAIL 4/CP2.0NOTES:1. TYPE 2 TEST STATIONS SHALL HAVE (2) TWO LEADS ON THE NEW PIPELINE AND (2) TWO LEADS ONTHE EXISTING PIPELINE.2. TEST STATION SHALL BE INSTALLED BEHIND THE SIDEWALK CURB.3. IF TEST STATION IS INSTALLED IN AN UNPAVED AREA, INSTALL ONE BOLLARD ADJACENT TO THETEST STATION CONCRETE PAD.4-WIRE TERMINAL BOARDSEE DETAIL 2/004(2) #8 AWG HMWPE ISOLATEDSTRUCTURE LEADS (WHITE)(2) #8 AWG HMWPE CP PIPELEADS (BLACK)100% PLANS - ISSUED FOR CONSTRUCTIONG:\Regional\Drawings\2020 Drawings\340162248 - PACE CITY OF VERNON\C1.1-CP2.0.dwg - Tab: CP2.0 - by rmar on 01/13/21 at 10:12:58 AMDimscale = 1; LTscale = 1; PSltscale = 1; ACAD Ver. = 23.0s (LMS Tech); Visretain = 150TH STREETWATER MAIN REPLACEMENTOF 18D.S.R.M.S.S.JANUARY 2021FROM S SOTO STREET TO S BOYLE AVENUEICEPSNOITCETORP CIOHTACECANNAC EINTERNATIOHGNIS JVRASNo. 6125DTSILA TINALCATHODIC PROTECTION TYPICAL DETAILSCP2.04CP2.0INSULATING FLANGE KITSCALE: NTS5CP2.0BONDINGSCALE: NTSFLANGE NUTSTEEL WASHER (TYP)INSULATING WASHER (TYP)INSULATING GASKETINSULATING SLEEVEFLANGE BOLTWATERLINEFLANGEDUCTILE IRON PIPE DUCTILE IRON PIPE(2) #8 AWG HMWPE STRANDEDCOPPER CABLE. LEAVE SLACKTO PREVENT BREAKING BY BACKFILLOR PIPE MOVEMENTEXOTHERMIC WELD (TYP)18 100% Technical Specifications – Issued for Construction 50th Street Water Main Replacement January 2021 Prepared For: City of Vernon Public Utilities Department 4305 S. Santa Fe Ave. Vernon, CA 90058 Prepared by: Pacific Advanced Civil Engineering, Inc. 17520 Newhope Street, Suite 200 Fountain Valley, CA 92708 1-(714)-481-7300 Contact Person: Duncan Lee, P.E. PACE JN #B626 SECTION 00020 CONTRACT DOCUMENTS TABLE OF CONTENTS Contract Documents Table of Contents 50th Street Water Main Replacement Page 00020-1 Section Pages BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT DIVISION 00 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 Table of Contents................................................................................ 00020-1 - 00020-3 CONDITIONS OF THE CONTRACT 00700 Special Conditions.............................................................................. 00700-1 - 00700-9 TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work.............................................................................. 01010-1 - 01010-3 01025 Measurement and Payment............................................................... 01025-1 - 01025-1 01040 Coordination........................................................................................ 01040-1 - 01040-1 01045 Cutting and Patching........................................................................... 01045-1 - 01045-1 01070 Abbreviations of Institutions.............................................................. 01070-1 - 01070-4 01090 Reference Standards........................................................................... 01090-1 - 01090-2 01292 Schedule of Values............................................................................. 01292-1 - 01292-2 01294 Applications for Payment................................................................... 01294-1 - 01294-2 01300 Submittals............................................................................................. 01300-1 - 01300-4 01310 Progress Schedules and Reports........................................................ 01310-1 - 01310-3 01312 Project Meetings.................................................................................. 01312-1 - 01312-4 01329 Safety Plan............................................................................................ 01329-1 - 01329-2 01400 Quality Control.................................................................................... 01400-1 - 01400-2 01420 As Built Drawings............................................................................... 01420-1 - 01420-1 01450 Services of Manufacturer’s Representative..................................... 01450-1 - 01450-2 01454 Testing Lab Services........................................................................... 01454-1 - 01454-2 01505 Mobilization......................................................................................... 01505-1 - 01505-1 01510 Temporary Utilities............................................................................. 01510-1 - 01510-3 01520 Security................................................................................................. 01520-1 - 01520-1 01530 Protection of Existing Facilities......................................................... 01530-1 - 01530-3 01550 Site Access and Storage...................................................................... 01550-1 - 01550-2 01560 Environmental Controls..................................................................... 01560-1 - 01560-2 01563 Dust Control......................................................................................... 01563-1 - 01563-1 01565 Erosion and Sediment Controls......................................................... 01565-1 - 01565-2 01600 Products, Material, Equipment and Substitutions........................... 01600-1 - 01600-2 01700 Project Closeout................................................................................... 01700-1 - 01700-3 01710 Final Cleaning...................................................................................... 01710-1 - 01710-2 01722 Field Engineering................................................................................ 01722-1 - 01722-2 01730 Operating and Maintenance Data..................................................... 01730-1 - 01730-2 01740 Construction Progress Photos............................................................ 01740-1 -01740-1 SECTION 00020 CONTRACT DOCUMENTS TABLE OF CONTENTS Contract Documents Table of Contents 50th Street Water Main Replacement Page 00020-2 Section Pages DIVISION 02 - SITEWORK 02084 Underground Precast Concrete Utility Structures........................... 02084-1 - 02084-7 02085 Frames, Grates, Rings, and Covers................................................... 02085-1 - 02085-2 02100 Site Preparation.................................................................................... 02100-1 - 02100-2 02200 Earthwork............................................................................................. 02200-1 - 02200-7 02315 Roadway Excavation.......................................................................... 02315-1 - 02315-3 02318 Trenching............................................................................................. 02318-1 - 02318-7 02461 AC Pavement and Base...................................................................... 02461-1 - 02461-13 02500 Pipeline Connections to Existing Water Lines................................ 02500-1 - 02500-2 02565 Ductile Iron Pipe.............................................................................................. 02565-1 - 02565-6 02643 Pipeline Testing and Disinfection..................................................... 02643-1 - 02643-3 02772 Concrete Curbs, Gutters, and Sidewalks.......................................... 02772-1 - 02772-3 DIVISION 03 - CONCRETE 03100 Concrete Formwork............................................................................ 03100-1 - 03100-5 03200 Reinforcement Steel............................................................................ 03200-1 - 03200-5 03290 Joints in Concrete................................................................................ 03290-1 - 03290-5 03300 Cast-in-Place Concrete....................................................................... 03300-1 - 03300-21 03315 Grout..................................................................................................... 03315-1 - 03315-6 03700 Concrete Saw-Cutting and Core-Drilling........................................ 03700-1 - 03700-2 DIVISION 04 – MASONRY 04200 Reinforced Concrete Block Masonry............................................... 04200-1 - 04200-5 DIVISION 05 - METALS 05500 Miscellaneous Metal Fabrications.................................................... 05500-1 - 05500-12 05501 Misc. Metals, Fasteners and Special Finishes................................. 05501-1 - 05501-10 DIVISION 06 - WOOD AND PLASTICS – (Not Used) DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07920 Caulking and Sealant.......................................................................... 07920-1 - 07920-2 DIVISION 08 - DOORS AND WINDOWS – (Not Used) DIVISION 09 - FINISHES 09800 Special Coatings.................................................................................. 09800-1 - 09800-9 09900 Painting................................................................................................. 09900-1 - 09900-7 SECTION 00020 CONTRACT DOCUMENTS TABLE OF CONTENTS Contract Documents Table of Contents 50th Street Water Main Replacement Page 00020-3 Section Pages DIVISION 10 – SPECIALTIES – (Not Used) DIVISION 11 - EQUIPMENT 11000 Equipment General Provisions.......................................................... 11001-1 - 11008-8 DIVISION 12 – FURNISHINGS – (Not Used) DIVISION 13 - SPECIAL CONSTRUCTION – (Not Used) DIVISION 14 - CONVEYING SYSTEMS – (Not Used) DIVISION 15 - MECHANICAL 15000 Piping, General.................................................................................... 15000-1 - 15000-6 15003 Ductile Iron Pipe, Fittings, and Valves............................................. 15003-1 - 15003-13 15004 Copper Tubing and Brass Pipe, Fittings, and Valves..................... 15004-1 - 15004-4 15005 Piping Identification and Signage Systems...................................... 15005-1 - 15005-2 15006 Pipe Supports....................................................................................... 15006-1 - 15006-5 15200 Valves, General................................................................................... 15200-1 - 15200-4 15201 Valve and Gate Actuators.................................................................. 15201-1 - 15201-2 15202 Resilient-Seated Gate Valves............................................................ 15202-1 -15202-3 15230 Miscellaneous...................................................................................... 15230-1 - 15230-2 DIVISION 16 – ELECTRICAL 16000 General Electrical Requirements....................................................... 16000-1 - 16000-7 16100 Basic Electrical Materials and Methods........................................... 16100-1 - 16100-15 16200 Cathodic Protection............................................................................. 16200-1 - 16200-6 DIVISION 17 – INSTRUMENTATION 17000 General Instrumentation .................................................................... 17000-1 - 17000-4 17510 Field Instruments................................................................................. 17510-1 - 17510-4 APPENDIX A - VERNON STANDARD DRAWINGS - END OF SECTION – Special Conditions 50th Street Water Main Replacement Page 00700-1 SECTION 00700 SPECIAL CONDITIONS PART 1 – GENERAL 1.1 CONTRACT DOCUMENTS A. The Contract Documents which constitute the contract between the OWNER and the CONTRACTOR with regard to the subject matter as set forth in Section I of such contract (“Contract Agreement”) and include the Contract Agreement, plans, drawings, supplemental drawings and the technical specifications. B. All terms and conditions established in the Contract Agreement shall supersede all general conditions of these specifications to be followed in the event of any conflict or discrepancies. 1.2 DEFINITIONS AND MEANINGS OF TERMS A. Whenever in the Contract Documents the following terms or pronouns referring to them are used, the intent and meaning shall be interpreted as follows which shall be applicable to both the singular and plural thereof: B. The Contract shall mean the Contract executed by the OWNER and the CONTRACTOR, of which these General Conditions form a part; the terms Contract and Agreement are synonymous. C. The term OWNER shall mean the respective party to the Contract; the OWNER being the City of Vernon Public Works Department. The term OWNER may also mean consultants, engineers, or other professionals contracted by the OWNER to review, supervise, or consult on the project. D. The term DISTRICT shall mean City of Vernon Public Works Department. E. The term AGENCY shall mean City of Vernon Public Works Department. F. The term COUNTY shall mean Los Angeles County, CA. G. The term CONTRACTOR shall mean the respective party to the contract. H. The term WORK shall refer to all the items listed in the contract documents to be executed by the CONTRACTOR. I. The term SUBCONTRACTOR shall mean any individual, partnership or corporation having a direct contract with the CONTRACTOR to perform any part of the work. J. The term ENGINEER or DESIGN ENGINEER shall mean Pacific Advance Civil Engineering, Inc. (PACE). K. The UTILITY ENGINEER shall refer to City of Vernon Public Utilities Department. L. Addenda shall mean written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Final Design Plans, by additions, deletions, clarifications or corrections. M. Bonds shall mean Performance and Payment Bonds and other instruments of security, furnished by the CONTRACTOR and its surety in accordance with the Contract Documents. N. Change Order shall mean a written order to the CONTRACTOR authorizing an addition, deletion or revision in the Work within the general scope of the Contract Documents, or authorizing an adjustment in the Contract price or Contract time. Special Conditions 50th Street Water Main Replacement Page 00700-2 O. Contractual Agreement shall mean the signed agreement between the OWNER and the CONTRACTOR for the work intended. P. Contract Documents shall have the meaning described in Section 1.1 herein. Q. Contract price shall mean the total monies payable to the CONTRACTOR under the terms and conditions of the Contract Documents. R. Contract time in days shall mean the number of consecutive calendar days stated in the Contract Documents for the completion of the Work. S. Drawings shall mean the part of the Contract Documents, which show the characteristics and scope of the Work to be performed and which have been prepared or approved by the ENGINEER. Supplemental drawings shall mean part of the Contract Documents, which shows additional details of the work to be performed. T. Notice to proceed shall mean written communication issued by the OWNER to the CONTRACTOR authorizing him to proceed with the Work and establishing the date of commencement of the Work. U. Project shall mean the undertaking to be performed as provided in the Contract Documents. V. Submittals shall mean all drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the CONTRACTOR, a subcontractor, manufacturer, supplier or distributor, which illustrate how specific portions of the Work shall be fabricated or installed; the terms shop drawings and submittals are synonymous. W. Specifications shall mean a part of the Contract Documents consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards and workmanship. X. Substantial completion shall have the meaning defined in the Contract Agreement. Y. Suppliers shall mean any person, supplier or organization who supplies materials or equipment for the Work, including that fabricated to a special design, but who does not perform labor at the site. Z. Work shall mean all (i) obligations, responsibilities and duties undertaken by the CONTRACTOR in order to successfully construct, complete and operate (for Startup Completion) the Project, including all labor, materials, equipment and other incidentals, and the furnishing thereof, (ii) Design and Engineering Services, (iii) Training Services, and (iv) Initial Operations, pursuant to the Contract Documents. AA. Written notice shall mean any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address, or delivered in person to said party of his authorized representative on the Work. BB. Engineering Supplemental Information (ESI) shall mean written communications issued by the ENGINEER to the CONTRACTOR providing the CONTRACTOR with additional clarifications of the Contract Documents that the ENGINEER deem necessary to ensure the design intent. CC. Request for Information (RFI) shall mean written communications issued by the CONTRACTOR to the ENGINEER requesting additional information or clarification regarding a specific item in the Contract Documents. 1.3 CONTRACTOR'S RESPONSIBILITY A.General: It is the responsibility of the CONTRACTOR and each subcontractor to visit the site and satisfy himself as to the various existing conditions affecting the work as required. Special Conditions 50th Street Water Main Replacement Page 00700-3 B.Underground Utilities: The information shown on the drawings was obtained from drawings furnished by the OWNER, and surveys furnished to the OWNER. The CONTRACTOR shall make such investigation as deemed necessary to be satisfied as to the actual location, size, type of material, buried depth, and other factors relating to these services. 1.4 PERMITS, FEES, AND SALES TAX A. The CONTRACTOR shall submit the required fees, drawings and application for the applicable permits prior to commencement of work. 1.5 PRE-CONSTRUCTION MEETING A. General: Before issuance of Notice to Proceed, a pre-construction meeting shall be held at the location, date and time designated by ENGINEER and OWNER. Attendees shall include the ENGINEER, OWNER's representatives, General CONTRACTOR's project manager and field superintendent, and representatives from each subcontractor for the project as appropriate. 1.6 CONSTRUCTION PROGRESS MEETINGS A. Progress meetings shall be held according to the agreed upon schedule. All matters bearing on progress and performance of the work since preceding progress meeting shall be discussed and resolved including, without limitation, any previously unresolved matters, deficiencies in the work or methods being employed for the work, and problems, difficulties, or delays which may be encountered. 1.7 PROTECTION OF WORK A. CONTRACTOR shall provide all protection required to insure that all work completed will not be harmed. B. The CONTRACTOR may at his option and expense install any lawful security measures he deems necessary to protect his materials, equipment or finished work. Type of security devices or quantity shall be the sole responsibility of the CONTRACTOR. The CONTRACTOR is to provide security and protect the project until the OWNER has occupied the space or OWNER has accepted the space. C. Protection: 1. The CONTRACTOR shall be solely responsibility for the protection of all materials and work. 2. The CONTRACTOR shall include in his proposal the cost of any temporary partitions, sheathing, plastic covering, etc., as may be required to maintain affected areas. Remove all such temporary work at the proper time during the construction period and repair all damage related to same. 3. The CONTRACTOR is solely responsible for the protection of the area in which work is being performed. 4. Provide construction fencing as required to secure the site (See also section 01561, Temporary Fencing). 1.8 ACCESS TO SITE A. All access to the site by the General CONTRACTOR, Subcontractors, workmen, material/equipment suppliers, etc., shall be via approved access locations as designated by the OWNER. All vehicular or equipment activity shall be strictly confined to the construction limits as indicated by OWNER. B. Remove all temporary construction and temporary facilities at close of the job or when no longer needed. Special Conditions 50th Street Water Main Replacement Page 00700-4 1.9 MATERIALS TESTING A. All materials to be incorporated into the work shall be subject to sampling, testing, and approval as required by specifications. OWNER shall be responsible for retaining the services of an independent testing Owner for special inspections. B. All materials and/or equipment shall be handled in such a manner as to preserve their quality and fitness for the work. C. Unless otherwise specified, samples and tests shall be made in accordance with either: the Standard Methods of AASHTO, ASTM, or CalTrans which were in effect and published at the time of advertising for bids. The laboratory responsible for the test(s) shall furnish at least one copy of the test results to the CONTRACTOR, the ENGINEER, and to the appropriate material supplier. D. All materials and/or equipment not conforming to the requirements of the Specifications, whether in place or not, will be rejected. Rejected materials and/or equipment shall be removed immediately from the site of work unless otherwise permitted by the ENGINEER. No rejected material and/or equipment, the defects of which have been subsequently corrected, shall be used until approved in writing by the ENGINEER. CONTRACTOR shall be responsible for re-testing of all rejected materials. 1.10 SPECIAL INSPECTIONS A. Various categories for inspection/ observation of work progress during the course of construction are listed, but not limited to specifications and notes in the drawings. The OWNER requires on-site observation of the work at these various stages prior to covering the work. A list of such inspections will be reviewed at the Pre- Construction Conference and subsequent job meetings, and it is understood that the CONTRACTOR will not cover work until such observation has been completed. The OWNER and OWNER representatives will be responsible for reasonable cooperation with CONTRACTOR requests for observation of the work. The CONTRACTOR shall include anticipated observation requests at weekly update of scheduled activities. 1.11 PRIOR APPROVALS A. If the General or Prime CONTRACTOR wishes to use items of equipment and/or materials other than those identified in the drawings or specifications, a written request for approval shall be submitted to the ENGINEER prior to the confirmation of contract price. Any requests submitted after this time are not under obligation to be accepted. Request from subcontractors will not be considered. B. Proposed substitutions that have not received prior approval are undertaken at the CONTRACTOR’s risk to be deemed equivalent during the construction submittal process. C. Each request shall include all basic data and characteristics clearly legible. The specified item as well as the proposed item shall be formatted in such manner that a direct comparison can be readily made. ENGINEER shall not be required to perform research to accomplish the comparison. It is the bidder’s responsibility to submit complete descriptive and technical information for the ENGINEER and OWNER to perform a complete and proper appraisal. D. If alternate manufacturers are accepted, the CONTRACTOR shall be responsible for any and all re-design or re-engineering required to accommodate alternate products. Change order proposals that add cost to the project as the result of redesign requirements for alternate manufacturers, or as the result of alternate manufacturers that do not meet the requirements of the construction documents, will not be accepted. Special Conditions 50th Street Water Main Replacement Page 00700-5 1.12 FINAL DESIGN PLANS A. The intent of the Final Design Plans is that the CONTRACTOR shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for use, occupancy or operation by the OWNER. B. The CONTRACTOR shall keep one set of the Final Design Plans on the site of the work. This set shall be kept current by the addition of all reviewed changes, addenda and amendments thereto. C. The Final Design Plans are intended to be explanatory to each other, but should any discrepancy appear or any misunderstanding arise as to the importance of anything contained in either, the CONTRACTOR shall obtain the necessary interpretation from the ENGINEER. Corrections of errors or omissions in the Final Design Plans may be made by the CONTRACTOR; when such corrections are necessary for the proper fulfillment of their intention. However, any changes or corrections to be performed after Notice to Proceed shall require the approval of both the ENGINEER and the CONTRACTOR. D. All work or materials shown on the Plans and not mentioned in the Specifications, or any work specified and not shown on the Plans, shall be furnished, performed, and done by the CONTRACTOR as if same were both mentioned in the Specifications and shown on the Drawings. 1.13 SUBMITTAL/SHOP DRAWINGS A. The CONTRACTOR shall submit shop and working drawings of concrete reinforcement, structural details, piping layout, wiring, materials and equipment fabricated especially for the Contract, and materials and equipment for which such drawings are specifically requested within these Contract Documents. B. Such drawings shall show the principal dimensions, weight, structural and operating features, space required, clearances, type and/or brand of finish or shop coat, grease fittings, etc. depending on the subject of the drawing. When it is customary to do so, when the dimensions are of particular importance, or when so specified, the drawings shall be certified by the manufacturer or fabricator as correct for the Contract. C. When so specified or if considered by the ENGINEER to be acceptable, manufacturer's specifications, catalog data, descriptive matter, illustrations, etc., may be submitted in place of shop and working drawings. In such case, the requirements shall be as specified for shop and working drawings, insofar as possible, except that the submission shall be per section 01300 of these Specifications. D. No material or equipment shall be purchased or fabricated especially for the Contract until the required shop and working drawings have been submitted as herein above provided and reviewed for conformance to the Contract requirements by the ENGINEER. All such materials and equipment and the work involved in their installation or incorporation into the Work shall then be as shown in and represented by said drawings. E. Until the necessary review has been made, the CONTRACTOR shall not proceed with any construction portion of the Work, the design or details of work, materials, equipment or other features for which review is required. F. All shop and working drawings shall be prepared on standard size, 11-inch by 17-inch sheets except those, which are made by changing existing standard shop or working drawings. All drawings shall be clearly marked with the names of the Project Name, CONTRACTOR, and building, equipment, or structure to which the drawing applies, and shall be suitably numbered. G. The review of shop and working drawings hereunder will be general only, and nothing contained in these general conditions shall relieve, diminish or alter in any respect the responsibilities of the CONTRACTOR under the Contract Documents and in particular, the specific responsibility of the CONTRACTOR for details and dimensions necessary for proper fitting and construction of the work as required by the Contract and for achieving the result and performance specified there under. Special Conditions 50th Street Water Main Replacement Page 00700-6 1.14 STANDARD SPECIFICATIONS A. Where standard specifications, such as those of the American Society for Testing and Materials, the American National Standards Institute, the American Water Works Association, the American Association of State Highway and Transportation Officials, the Federal Aviation Owner, the Federal Specifications, etc. are referred to in the Specifications and Contract Documents and on the Drawings, said references shall be construed to mean the latest amended and/or revised versions of the said standard or tentative specification. 1.15 SPECIFIC BRANDS, MAKERS OR MANUFACTURERS A. Wherever in the Specifications one or more specific brands, makers or manufacturers are set out and qualified by the "or equal" clause, it is intended to denote the quality standard of the article desired, but unless otherwise noted does not restrict the CONTRACTOR to the specific brand, make or manufacturer. 1.16 "OR EQUAL" CLAUSE A. Whenever the words "or approved equal," or "or equal," or "similar to," etc., appear in the Specifications, they shall be interpreted to mean an item of material or equipment that, in the opinion of the ENGINEER is similar to that named, suited to the same use, capable of performing the same function as that named, has a record of service equal to that named, and is equal in quality, capacity and/or efficiency to that named. B. If alternate manufacturers are accepted, the CONTRACTOR shall be responsible for any and all re-design or re-engineering required to accommodate alternate products. Change order proposals that add cost to the project as the result of redesign requirements for alternate manufacturers, or as the result of alternate manufacturers that do not meet the requirements of the construction documents, will not be accepted. 1.17 SAFETY A. The CONTRACTOR shall take all necessary precautions and provide all necessary safeguards to prevent personal injury and property damage. The CONTRACTOR shall provide protection for all persons including but not limited to his employees and employees of other contractors or subcontractors; members of the public; and employees, agents, and representatives of the OWNER, and regulatory agencies that may be on or about the Work. The CONTRACTOR shall provide protection for all public and private property including but not limited to structures, pipes, and utilities, above and below the ground. B. The CONTRACTOR shall provide and maintain all necessary safety equipment such as fences, barriers, signs, lights, walkways, guards and fire prevention and fire-fighting equipment and shall take such other action as is required to fulfill his obligations under this subsection. C. The CONTRACTOR shall comply with all federal, state and local laws, ordinances, rules and regulations and lawful orders of authorities having jurisdiction for the safety of persons and protection of property. D. The CONTRACTOR shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This responsible person shall have the authority to take immediate action to correct unsafe or hazardous conditions and to enforce safety precautions and programs. 1.18 MATERIALS – SAMPLES – REVIEW A. Unless otherwise expressly provided on the Drawings or in any of the other Contract Documents, only new materials and equipment shall be incorporated in the Work. All materials and equipment furnished by the CONTRACTOR to be incorporated in the Work shall be subject to the review of the ENGINEER. No material shall be processed or fabricated for the Work or delivered to the Work site without prior concurrence of the ENGINEER. Special Conditions 50th Street Water Main Replacement Page 00700-7 B. Facilities and labor for the storage, handling, and inspection of all materials and equipment shall be the responsibility of the CONTRACTOR. Defective materials and equipment shall be identified to the ENGINEER and removed immediately from the site of the Work. C. If the ENGINEER so requires, either prior to or after commencement of the Work, the CONTRACTOR shall submit samples of materials for such special tests, as the ENGINEER deems necessary to demonstrate that they conform to the Specifications. 1.19 SANITARY FACILITIES A. The CONTRACTOR shall provide adequate sanitary facilities for the use of those employed on the Work. Such facilities shall be made available when the first employees arrive on the site of the Work, shall be properly secluded from public observation, and shall be constructed and maintained during the progress of the Work in suitable numbers and at such points and in such manner as may be required. B. The CONTRACTOR shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the OWNER, or on adjacent property. 1.20 EMPLOYMENT QUALIFICATIONS A. No person under the age of eighteen (18) years and no convict labor shall be employed to perform any work under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others shall be employed to perform any work under this Contract, provided that this shall not operate against the employment of physically handicapped persons, otherwise employable, where such persons may be safely assigned to work which they can ably perform. There shall be no discrimination because of race, creed, color, sex or political affiliation in the employment of persons for work under this Contract. 1.21 WORK ON "PRIVATE PROPERTY" A. Private property is defined as property other than that belonging to the OWNER. Highway and railroad rights- of-way, public parks, school yards and other such properties shall be considered "private properties" for the purpose of this Paragraph. B. In connection with water line, sewer line, gas line or similar work performed on "private property," the CONTRACTOR shall confine his equipment, the storage of materials and the operations of his workman to the limits indicated on the Drawings, or to lands and rights-of-way provided for the Project by the OWNER, and shall take every precaution to avoid damage to the buildings, grounds and facilities of the OWNER or private property. C. Fences, walls, hedges, shrubs, etc., shall be carefully removed, preserved, and replaced when the construction is completed. Grassed areas, other than lawns, shall be graded, fertilized and seeded when construction is completed and in accordance with the requirements of the technical Specifications. Where ditches or excavations cross lawns, the sod shall be removed carefully and replaced when the backfilling has been completed. If sod is damaged or not handled properly, it shall be replaced with new sod equal to existing sod at the CONTRACTOR’s expense. When construction is completed, the facilities and grounds of the OWNER’s property shall be restored to as good or better condition than found as quickly as possible at the CONTRACTOR’s expense. D. When directed by the OWNER, large trees or other facilities that cannot be preserved and replaced shall be removed by the CONTRACTOR. The OWNER will assume the responsibility for settling with the property OWNER for the loss of said trees or facilities. The CONTRACTOR shall be solely and entirely responsible for any damage to all other trees or facilities. Special Conditions 50th Street Water Main Replacement Page 00700-8 E. Foundations, adjacent to where an excavation is to be made below the bottom of the foundation, shall be supported by shoring, bracing or underpinning as long as the excavation shall remain open, or thereafter if required to insure the stability of the foundation and the CONTRACTOR shall be held strictly responsible for any damage to said foundations. 1.22 LANDS FOR WORK A. The OWNER will provide the lands upon which the work under this Contract is to be done or the necessary easements over said lands to include sufficient space for the proper execution of the work, together with right of access to same. The OWNER will provide the CONTRACTOR with information, which delineates and describes the lands owned and rights-of-way acquired. The OWNER shall provide land required for storage of construction materials and for any temporary construction facilities for the storage of equipment. The CONTRACTOR will furnish his own power and water supply unless otherwise specifically set out herein or in the contract documents. 1.23 INTERFERENCE WITH AND PROTECTION OF STREETS A. The CONTRACTOR shall not close or obstruct any portion of a street, road, or private way without obtaining permits therefore from the proper authorities. If any street, road or private way shall be rendered unsafe by the CONTRACTOR’s operations, he shall make such repairs or provide such temporary ways or guards as shall be acceptable to the proper authorities. B. Streets, roads, private ways, and walks not closed shall be maintained passable and safe by the CONTRACTOR, who shall assume and have full responsibility for the adequacy and safety of provisions made therefore. C. The CONTRACTOR shall, at least twenty-four (24) hours in advance, notify the Police and Fire Departments in writing, if the closure of a street or road is necessary. He shall cooperate with the Police Department in the establishment of alternate routes and shall provide adequate detour signs, plainly marked and well lighted, in order to minimize confusion. D. All excavated materials and equipment to be incorporated in the Work shall be placed so as not to injure any part of the Work or existing facilities and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work. Materials and equipment shall be kept neatly piled and compactly stored in such locations as will cause a minimum of inconvenience to public travel and adjoining OWNERs, tenants and occupants. 1.24 EXISTING UTILITIES A. Special precautions shall be taken by the CONTRACTOR to avoid damage to existing overhead and underground utilities owned and operated by the OWNER or by public or private utility companies. B. Before proceeding with the Work, the CONTRACTOR shall confer with all public or private companies, agencies or departments that own and operate utilities in the vicinity of the Construction Work. The purpose of the conference, or conferences, shall be to notify said companies, agencies or departments of the proposed construction schedule, verify the location of, and possible interference with, the existing utilities that are shown on the Drawings, arrange for necessary suspension of service, and make arrangements to locate and avoid interference with all utilities (including house and any building connections) that are not shown on the Drawings. C. The CONTRACTOR shall locate all unknown metallic hazards, namely buried pipe, metals, etc., by using a pipe locator. The pipe locator shall immediately precede the trench ditching and all hazards located shall be marked in such a manner as to notify the machine operator of such hazard. Special Conditions 50th Street Water Main Replacement Page 00700-9 D. Where existing utilities or appurtenant structures, either underground or above-ground, are encountered, they shall not be displaced or molested unless necessary, and in such case shall be replaced in as good or better condition than found as quickly as possible. Relocation and/or replacement of all utilities and appurtenant structures to accommodate the construction work shall be at cost to the OWNER, unless such relocation and/or replacement is by statute or agreement the responsibility of the CONTRACTOR. 1.25 FINAL CLEAN-UP A. The Work will not be considered as completed until all final clean up has been done by the CONTRACTOR. 1.26 SEQUENCE OF CONSTRUCTION A. The sequence of construction shall be the responsibility of the Contractor. All required coordination in order to implement the Contractor’s sequence of construction shall be the responsibility of the CONTRACTOR. Contractor shall submit a formal shop drawing submittal for the sequence of construction to the CITY, OWNER, and the ENGINEER for their approval prior to the start of construction. The sequence shall indicate the proposed methods and operations of all work, provide a detailed sequence of construction, expected number of working days to complete each sequence, and the required shut-off of existing equipment/infrastructure with the expected number of working days. The sequence of construction shall be updated weekly and presented at the weekly construction meetings. 1.27 MANUFACTURER STARTUP SERVICES A. The CONTRACTOR shall coordinate the proposed sequence of construction with each equipment manufacturer based on the proposed sequence of construction. 1.28 CONFINED SPACE A. See Safety Plan Specification for further details. The CONTRACTOR shall provide a confined space entry plan per the applicable OSHA and regulatory requirements. 1.29 EARTHWORK – SITE GEOTECHNICAL REPORT A. See Appendix A for the Site Geotechnical Report. All site work and earthwork shall be conducted per the Site Geotechnical Report and per the Geotechnical Engineer’s Recommendations and Requirements in the field. CONTRACTOR shall coordinate the sequence of construction with the Site Geotechnical Engineer. CONTRACTOR shall note the subsurface shall be prepared be the site geotechnical report. This includes over- excavation of the subgrade where indicated in the geotechnical report and replacing the subgrade with “Engineered Fill”. For additional information, see the geotechnical report. 1.30 OWNER FURNISHED PORTABLE STANDBY GENERATOR A. The OWNER will pre-purchase the portable standby generator indicated on the plans. The CONTRACTOR will not be responsible for installation. The CONTRACTOR will need to provide a connection point for the portable standby generator and the associated ancillary equipment per the manufacturer’s requirements. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Summary of Work 50th Street Water Main Replacement Page 01010-1 SECTION 01010 SUMMARY OF WORK PART 1 – GENERAL 1.1 THE REQUIREMENT A. The WORK to be performed under this Contract shall consist of furnishing parts, tools, equipment, materials, supplies and manufactured articles, and furnishing all labor, transportation and services, including fuel, power, water and essential communications, and performing all work or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall require that all work, materials and services not expressly indicated or called for in the Contract Documents, which may be necessary for the complete and proper construction of the WORK in good faith shall be provided. B. The WORK will conform to the established City of Vernon Standards. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK of this Contract comprises of the construction of the 50th Street water main replacement and the associated upgrades and replacements of the existing water services. The work shall include all civil, mechanical, structural, electrical and control works shown in the Construction Documents. The specific tasks include, but are not limited to the following: 1.(Bid Item No. 1-2) Furnish all labor, materials, tools, equipment, transportation, and incidentals for performing mobilization and demobilization. This is including but not limited to non-productive work, all accessory work and obtaining all necessary permits and bonds. The CONTRACTOR shall also be responsible for removal of all construction equipment and materials, demobilization of the construction site, clean up of all construction zones, and completion of all as-built drawings. Provide a field construction survey prior to the start of construction. 2.(Bid Item No. 3) Furnish all labor, materials, tools, equipment, transportation, and incidentals for performing project potholing. This is including and not limited to sawcutting, excavating, backfilling, plating, securing site, traffic control, pedestrian detour, compacting, grading, concrete form work, steel reinforcements, concrete, importing fill, exporting soil, disposing soil, hauling, and structure installation. 3.(Bid Item No. 4) Survey and verify all elevations and dimensions of existing equipment and tie in locations as indicated in the Contract Documents. 4.(Bid Item No. 5) Furnish and install all temporary fencing and barriers for staging, security and delineation for the construction zone. 5.(Bid Item No. 6) Furnish all labor, materials, tools, equipment and work necessary to submit an approved, project specific, traffic control plan that has been signed by a California licensed traffic engineer for City approval. 6.(Bid Item No. 7) The CONTRACTOR shall be responsible for furnishing all labor, materials, tools, equipment and work necessary to implement an approved, project specific, traffic control plan that has been signed by a California licensed traffic engineer and approved by the City. 7.(Bid Item No. 8) Furnish all labor, materials, tools, equipment and work necessary to submit an approved, project specific, shoring plan that has been signed by a California licensed structural engineer for City approval. The CONTRACTOR shall be responsible for implementing the approved shoring plan throughout construction. 8.(Bid Item No. 9-10) Furnish all labor, materials, tools, equipment and work necessary to submit an approved, project specific, Stormwater Pollution Prevention Plan (SWPPP). The CONTRACTOR Summary of Work 50th Street Water Main Replacement Page 01010-2 shall be responsible for furnishing, implementing and maintaining a WPCP to maintain the BMPs throughout construction. 9.(Bid Item No. 11) Install new 12” ductile iron transmission pipe, joint bonding, polyethylene wrap, insulating joint, cathodic protection anodes, test stations, conduits, conductors, siphons, air relief valves, service piping, tubing, weldolets, fittings, valves, concrete pipe supports and associated appurtenances per the Contract Documents. This is including but not limited to slurry backfill, temporary paving, recess paving with street plates, street and general restoration associated the Work in the Contract Documents. 10.(Bid Item No. 12-14) The CONTRACTOR shall coordinate all necessary tasks for the installation of all industrial and commercial services including all necessary tubing, weldolets, fittings, valves, vaults, vault covers, sidewalks, curb and gutters, concrete pipe supports and associated appurtenances per the Contract Documents. OWNER WILL FURNISH METERS ONLY. 11.(Bid Item No. 15-17) The CONTRACTOR shall coordinate all necessary tasks for the installation of all fire service laterals including all necessary tubing, weldolets, fittings, valves, vaults, vault covers, sidewalks, curb and gutters, concrete pipe supports and associated appurtenances per the Contract Documents. This is including and not limited to sawcutting, excavating, backfilling, plating, securing site, traffic control, pedestrian detour, compacting, grading, concrete form work, steel reinforcements, concrete, importing fill, exporting soil, disposing soil, hauling, capping and abandoning existing laterals, and structure installation. 12.(Bid Item No. 18) The CONTRACTOR shall coordinate all necessary tasks for the removal of existing fire hydrants and installation of all new fire hydrants and service laterals including all necessary piping, weldolets, fittings, valves, vaults, vault covers, sidewalks, curb and gutters, concrete pipe supports and associated appurtenances per the Contract Documents and City of Vernon Standards. This is including and not limited to sawcutting, excavating, backfilling, plating, securing site, traffic control, pedestrian detour, compacting, grading, concrete form work, steel reinforcements, concrete, importing fill, exporting soil, disposing soil, hauling, capping and abandoning existing laterals, and structure installation. 13.(Bid Item No. 19) The CONTRACTOR shall coordinate all necessary tasks for the pipeline transmission line and services to be accepted by the City of Vernon Public Utilities Department including but not limited to pressure testing, disinfection of newly installed pipeline and laterals. 14.(Bid Item No. 20) The CONTRACTOR shall depressurize the existing 10” cast iron water main, fill the abandoned line with lean concrete sand slurry and plug the line per City standard. The CONTRACTOR shall backfill and remove existing industrial and commercial service vaults to be abandoned in place. B. The WORK includes obtaining any permits related or required by the Contract. 1.3 WORK BY OTHERS A. Where two (2) or more Contracts are being performed at one time on the same site or adjacent land in such manner that work under one (1) Contract may interfere with work under another, the sequence and order of the WORK in either or both Contracts to the agreement of both contracting entities shall be determined. When the Site of one (1) Contract is the necessary or convenient means of access for performance of work under another, the privilege of access or other reasonable privilege to the CONTRACTOR so desiring may be granted, to the extent, amount, and in manner and at a time that shall be determined. Conduct its operations to cause a minimum of interference with the work of such other contractors, and shall cooperate fully with such contractors to allow continued safe access to their respective portions of the Site, as required to perform work under their respective contracts. B. Interference with Work on Utilities: Cooperate fully with all utility forces or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities, which interfere with the progress of the WORK, and shall schedule the WORK to minimize interference with said relocation, altering Summary of Work 50th Street Water Main Replacement Page 01010-3 or other rearranging of facilities. Any delays, reduction in work efficiency or hardships incurred shall be identified and resolved to the satisfaction of both parties. 1.4 USE OF SITE A. Use of the Site shall be limited to its construction operations, including on-site storage of materials, on-site fabrication facilities and field offices. B. All or part of the existing site may be utilized during the entire period of construction for the conduct of normal construction operations. CONTRACTOR shall cooperate and coordinate to facilitate construction and to minimize interference with the ongoing process operations. Process tie-ins or any connections to the existing system shall not occur without permission from the OWNER. The OWNER shall be notified as least one week prior to any process tie-ins or connection to the existing system. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Measurement and Payment 50th Street Water Main Replacement Page 01025-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 – GENERAL 1.1 THE REQUIREMENT A. Section includes: Descriptions for payment purposes of the various elements, components, actions, equipment, and materials that are included in each bid item. Also included is a description of how measurement of the bid item will be made. Lump Sum bid items will have no measurement description, since the quantity is one. B. The Lump Sum price includes full compensation for furnishing all necessary labor, machinery, tools, apparatus, equipment, materials, services and other necessary supplies and to perform all work shown on the Drawings and/or described in the Specifications and Contract Documents. No other compensation will be allowed thereof. C. Work for which no separate payment is provided will be considered as a subsidiary obligation of the contractor, and the cost thereof shall be included in the applicable contract price for the item to which the work most closely applies. 1.2 PROGRESS AND PAYMENT SCHEDULES (See also the Contract) A. Within 15 days after the date of formal execution of the Agreement, prepare and submit, for approval, a Construction Schedule, which depicts the plan for completing the Contract requirements. B. Maintain a current Construction Schedule updated monthly at the Site available for inspection. The Schedule shall reflect all approved Change Orders and their impact to the Project Schedule. 1.3 CONDITIONS FOR PAYMENT A. Make payments for acceptable work in place and materials properly stored on-site. The value of payment shall be as established on the approved Schedule of Values. Terms of payment shall be as stated in the Contract Agreement. 1.4 CLAIMS FOR EXTRA WORK A. If any claims that instructions by the Governmental Agency or others involve extra cost, the Contractor shall give written notice of said claim within 15 days after the receipt of such instructions, and in any event before proceeding to execute the work, stating clearly and in detail the basis of his claim or claims. No such claim shall be valid unless so made. B. If, on the basis, of the available evidence, the determination is made that an adjustment of the Contract Price or time is justifiable, the procedure shall then be as provided in the Contract. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Coordination 50th Street Water Main Replacement Page 01040-1 SECTION 01040 COORDINATION PART 1 -- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall coordinate the WORK of all crafts, trades and subcontractors engaged on the WORK and he shall have final responsibility in regards to the Schedule, workmanship and completeness of each and all parts of the WORK. B. All crafts, trades and subcontractors shall be made to cooperate with each other and with others, as they may be involved in the installation of work, which adjoins, incorporates, precedes or follows the work of another. It shall be the CONTRACTOR's responsibility to point out areas of cooperation prior to execution of subcontractors Agreements and the assignment of the parts of the WORK. Each craft, trade and subcontractor shall be responsible to the CONTRACTOR, for furnishing embedded items, giving directions for doing all cutting and fitting, making all provisions for accommodating the WORK and for protecting, patching, repairing and cleaning as required to satisfactorily perform the WORK. C. The CONTRACTOR shall be responsible for supervising all cutting, digging and other action of his subcontractors and workers. Where such action impairs the safety or function of any structure or component of the Project as determined by the ENGINEER, the CONTRACTOR shall make such repairs, alterations and additions as will bring said structure or component back to its original design condition at no additional cost to the OWNER. D. The CONTRACTOR is expected to be familiar with the General Requirements and all Sections of the detailed Specifications for all other trades and to study all Drawings applicable to his WORK to the end that complete coordination between the trades will be affected. CONTRACTOR shall submit the Request for Information (RFI) to the ENGINEER if conflicts exist within the Contract Documents. 1. The CONTRACTOR shall review the RFI and submit, with comments, to the ENGINEER for review and response. The RFI request should include a requested response date. The ENGINEER will make every effort to meet that requested date. However, the ENGINEER will have 14 business days to review and respond back to the CONTRACTOR. If the natures of the RFI or circumstances surrounding the RFI are beyond the control of the ENGINEER, requiring the need of more than 14 business days, the ENGINEER will notify the CONTRACTOR within five business days of receipt that it will take longer than 14 business days. At that time, the CONTRACTOR and ENGINEER will establish an agreed upon response date. 2. Upon receipt of the RFI response, the CONTRACTOR shall distribute the RFI response as necessary. The CONTRACTOR will be required to keep and maintain a numbered log of the RFI’s and responses. A copy of the log, and detail of each RFI shall be submitted to the ENGINEER for Project closeout. E. At the discretion of the ENGINEER, additional clarification information may be provided to the CONTRACTOR, regarding the Contract Documents. This notification shall be submitted on an Engineering Supplemental Information (ESI) form. It is the intent of the ESI to provide additional clarification information to the Contract Documents. It is the intent of the ENGINEER to transmit the ESI’s in a timely manner. However, the ENGINEER shall not be held responsible for rework to work performed prior to issuance of the ESI. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Cutting and Patching 50th Street Water Main Replacement Page 01045-1 SECTION 01045 CUTTING AND PATCHING PART 1 – GENERAL 1.1 THE REQUIREMENT A. Perform all WORK associated with cutting and patching for connection to existing water and sewer lines. This shall be complete and operable, in accordance with the Contract Documents and the City’s Standards. B. Do not cut and patch in a manner that would result in a failure of the WORK to perform as intended, decreased energy performance, increased maintenance, decreased-operational life or decreased safety. C. CONTRACTOR shall field verify the existing process piping and civil (edge of sidewalk etc.) points of connection. The CONTRACTOR shall notify the ENGINEER and the OWNER of all discrepancies. PART 2 – PRODUCTS 2.1 MATERIALS A. Match existing materials for cutting and patching work with new materials conforming to Project Requirements. PART 3 – EXECUTION 3.1 INSTALLATION A. Inspect conditions prior to WORK to identify scope and type of WORK required. Protect adjacent WORK. Notify ENGINEER, OWNER, and the CITY of WORK requiring interruption to building services or CITY’s operations. B. Perform WORK with Workmen skilled in the trades involved. C. Cutting: Use cutting tools, not chopping tools. Make neat holes. Minimize damage to adjacent work. Check for concealed utilities and structure before cutting. D. Patching: Make patches, seams and joints durable and inconspicuous. Comply with tolerances for new WORK. E. Clean WORK area and areas affected by cutting and patching operations. - END OF SECTION - Abbreviations of Institutions 50th Street Water Main Replacement Page 01070-1 SECTION 01070 ABBREVIATIONS OF INSTITUTIONS PART 1 – GENERAL 1.1 GENERAL A. Wherever in these Specifications, references are made to the Standards, Specifications or other Published Data of the various International, National, Regional or Local Organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide, to the User of these Specifications the following acronyms or abbreviations, which may appear in these Specifications, shall have the meanings indicated herein. 1.2 ABBREVIATIONS AA Aluminum Association AAMA Architectural Aluminum Manufacturer's Association AAR Association of American Railroads AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ACI American Concrete Institute AFBMA Anti-Friction Bearing Manufacturer's Association, Inc. AFPA American Forest Products Association AGA American Gas Association AGMA American Gear Manufacturers Association AHA American Hardboard Association AHAM Association of Home Appliance Manufacturers AI The Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANS American Nuclear Society ANSI American National Standards Institute, Inc. APA American Plywood Association or American Parquet Association, Inc. API American Petroleum Institute APWA American Public Works Association ARI Air-Conditioning and Refrigeration Institute ASA Acoustical Society of America ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASLE American Society of Lubricating Engineers ASME American Society of Mechanical Engineers Abbreviations of Institutions 50th Street Water Main Replacement Page 01070-2 ASNT American Society of Nondestructive Testing ASQC American Society for Quality Control ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWCI American Wire Cloth Institute AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BBC Basic Building Code, Building Officials and Code Administrators International BHMA Builders Hardware Manufacturer's Association CABO Council of American Building Officials CBM Certified Ballast Manufacturers CDA Copper Development Association CEMA Conveyors Equipment Manufacturer's Association CGA Compressed Gas Association CLFMI Chain Link Fence Manufacturer's Institute CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute DCDMA Diamond Core Drill Manufacturer's Association DHI Door and Hardware Institute DIPRA Ductile Iron Pipe Research Association EIA Electronic Industries Association ETL Electrical Test Laboratories EPA Environmental Protection Agency FCC Federal Communications Commission FCI Fluid Controls Institute FM Factory Mutual System FPL Forest Products Laboratory HI Hydronics Institute HPMA Hardwood Plywood Manufacturers Association IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IME Institute of Makers of Explosives IP Institute of Petroleum (London) IPC Institute of Printed Circuits IPCEA Insulated Power Cable Engineers Association ISDSI Insulated Steel Door Systems Institute ISA Instrument Society of America Abbreviations of Institutions 50th Street Water Main Replacement Page 01070-3 ISEA Industrial Safety Equipment Association ISO International Organization for Standardization ITE Institute of Traffic Engineers MBMA Metal Building Manufacturer's Association MIL Military Standards (DoD) MPTA Mechanical Power Transmission Association MSS Manufacturers Standardization Society MTI Marine Testing Institute NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers NAGDM National Association of Garage Door Manufacturers NB National Board of Boiler and Pressure Vessel Inspectors (alternate NBBPVI) NBS National Bureau of Standards (Now NIST) NCCLS National Committee for Clinical Laboratory Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association NETA International Electrical Testing Association NFPA National Fire Protection Association or National Fluid Power Association or National Forest Products Association NISO National Information Standards Organization NLGI National Lubricating Grease Institute NMA National Microfilm Association NRCA National Roofing Contractors Association NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association NWWDA National Wood Window and Door Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PPI Plastics Pipe Institute RCRA Resource Conservation and Recovery Act RIS Redwood Inspection Service RMA Rubber Manufacturers Association RVIA Recreational Vehicle Industry Association RWMA Resistance Welder Manufacturer's Association SAE Society of Automotive Engineers SAMA Scientific Apparatus Makers Association SDI Steel Door Institute SMA Screen Manufacturers Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry, Inc. SPIB Southern Pine Inspection Bureau Abbreviations of Institutions 50th Street Water Main Replacement Page 01070-4 SPR Simplified Practice Recommendation SSA Swedish Standards Association SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Society for Protective Coating SSPWC Standard Specifications for Public Works Construction TAPPI Technical Association of the Pulp and Paper Industry TFI The Fertilizer Institute TIA Telecommunications Industries Association TPI Truss Plate Institute UBC Uniform Building Code UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WIC Woodwork Institute of California WRI Wire Reinforcement Institute, Inc. WPA Western Wood Products Association PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Reference Standards 50th Street Water Main Replacement Page 01090-1 SECTION 01090 REFERENCE STANDARDS PART 1 – GENERAL 1.1 GENERAL A.Titles of Sections and Paragraphs: Titles and Subtitles accompanying Specification Sections and paragraphs are for convenience and Reference only and do not form a part of the Specifications. B.Applicable Publications: Whenever in these Specifications References are made to Published Specifications, Codes, Standards or other Requirements, it shall be understood that wherever no date is specified, only the latest Specifications, Standards or Requirements of the respective issuing agencies, which have been published as of the date that the Contract shall apply; except to the extent that said Standards or Requirements may be in conflict with applicable Laws, Ordinances or Governing Codes. No Requirements set forth in the Specifications or shown on the Drawings will be waived because of any provision of, or omission from, said Standards or Requirements. C.Specialists, Assignments: In certain instances, Specification text requires (or implies) that specific WORK is to be assigned to specialists or expert entities, who must be engaged for the performance of that WORK. Such assignments shall be recognized as Special Requirements. These Requirements shall not be interpreted so as to conflict with the enforcement of Building Codes and similar Regulations Governing the WORK; also, they are not intended to interfere with Local Union Jurisdiction Settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "Expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of Contract Requirements remains. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Construct the WORK in accordance with the Contract Documents and the referenced portions of those Referenced Codes, Standards and Specifications. B.Verify the following references agree with the plans and local requirements - References herein to "Building Code" shall mean International Building Code (IBC) 2006. Similarly, references to "Mechanical Code" or "International Mechanical Code," "Plumbing Code" or "Uniform Plumbing Code," "Fire Code" or "International Fire Code," shall mean International Mechanical Code (IMC) 2003, Uniform Plumbing Code (UPC) 1994 and International Fire Code (IFC) 2003. "Electric Code" or "National Electric Code (NEC)" shall mean the National Electric Code of the National Fire Protection Association (NFPA) 2003. The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all Addenda, Modifications, Amendments, or other Lawful changes thereto. C. In case of conflict between Codes, Reference Standards, Drawings and the other Contract Documents, the most stringent Requirements shall govern. All conflicts shall be brought to the attention of the ENGINEER for clarification and directions prior to ordering or providing any materials or furnishing labor through the RFI process. The most stringent Requirements may be bid on. D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards (OSHA), Code of Federal Regulations, including all changes and Amendments thereto. Reference Standards 50th Street Water Main Replacement Page 01090-2 F.Applicable Standard Specifications: References in the Contract Documents to "Standard Specifications" or SSPWC shall mean the Standard Specifications for Public Works Construction. 1.3 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. Responsibility for all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Schedule of Values 50th Street Water Main Replacement Page 01292-1 SECTION 01292 SCHEDULE OF VALUES PART 1 -- GENERAL 1.1 SUMMARY A.Section Includes: Requirements for preparation, format, and submittal of Schedule of Values. 1.2 PREPARATION A. Prepare Schedule of Values identifying costs of Major Items of Work and other costs shown in sample included at end of this Section. B. Divide the Work into following Major Items of Work and subdivide the Major Items that will complement not only the scope of the work, but the progress of work as well. C. Assign prices to Items of Work which aggregate the Contract Price. Base prices on costs associated with scheduled activities based on the Project Schedule for each Item of Work. 1.3 SUBMITTALS A. Submit preliminary schedule of values in accordance with Section 01025 and 00700. B. Submit corrected schedule of values within 10 days upon receipt of reviewed Schedule of Values, but no later than 10 days prior to anticipated submittal of first Application for Payment, in accordance with Section 01025. C. Upon request, support prices with data which will substantiate their correctness. D. If activities are added or removed from the Progress Schedule revise the Schedule of Values and resubmit. 1.4 SAMPLE SCHEDULE OF VALUES A. Following is a simplified example of an acceptable form for Schedule of Values. ITEM NO.DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST (EXTENSION) 1 MOBILIZATION 1 LS $_______ $ ________ __ 2 DEMOBILIZATION AND CLEANUP 1 LS $_______$ ________ __ 3 POTHOLE EXISTING UTILITIES 1 LS $_______$ ________ __ 4 SURVEY EXISTING UTILITIES (ITEM INCLUDES VERIFICATION OF ALL ELEVATIONS, DIMENSIONS AND TIE-IN LOCATIONS) 1 LS $_______$ ________ __ 5 MAINTAIN TEMPORARY CHAIN LINK SECURITY FENCING AND BARRIERS FOR STAGING SECURITY AND DELINEATION OF THE CONSTRUCTION ZONE 1 LS $_______$ ________ __ 6 PREPARE SIGNED AND STAMPED TRAFFIC CONTROL PLANS BY A CALIFORNIA LICENSED TRAFFIC ENGINEER 1 LS $_______$ ________ __ Schedule of Values 50th Street Water Main Replacement Page 01292-2 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST (EXTENSION) 7 IMPLEMENT SIGNED AND STAMPED TRAFFIC CONTROL PLANS PREPARED 1 LS $_______$ ________ __ 8 PREPARE SIGNED AND STAMPED SHORING PLANS BY A CALIFORNIA LICENSED STRUCTURAL ENGINEER 1 LS $_______$ ________ __ 9 PREPARE STORM WATER POLLUTION PREVENTION PLANS (SWPPP)1 LS $_______$ ________ __ TOTAL BID AMOUNT (BASIS OF AWARD) – SCHEDULE A $__________________ PART 2 – PRODUCTS (Not Used) PART 3 -- EXECUTION (Not Used) -END OF SECTION- Applications for Payment 50th Street Water Main Replacement Page 01294-1 SECTION 01294 APPLICATIONS FOR PAYMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Procedures for preparation and submittal of Applications for Payment. B.Related Sections: 1. Section 01292 - Schedule of Values. 2. Section 01310 - Progress Schedules and Reports. 1.2 FORMAT A. Develop satisfactory spreadsheet-type form generated by downloading cost data from the Progress Schedule. B. Fill in information required on form. C. When Change Orders are executed, add Change Orders at end of listing of scheduled activities. 1. Identify change order by number and description. 2. Provide cost of change order in appropriate column. D. After completing, submit Application for Payment. E. The ENGINEER will review application for accuracy. When accurate, the ENGINEER will transmit application to OWNER for processing of payment. F. Execute application with signature of responsible officer of CONTRACTOR. 1.3 SUBSTANTIATING DATA A.Provide Substantiating Data with cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products with item number and identification on application, description of specific material, and proof of insurance coverage for offsite stored products and copies of invoices. 1.4 SUBMITTALS A. Submit five copies of Application for Payment and Substantiating Data with cover letter to Owner or Engineer. B. Coordinate requirements with the Contract General Conditions. 1.5 PAYMENT REQUESTS A. Prepare progress payment requests on a monthly basis. Base requests on the breakdowns of costs for each scheduled activity and the percentage of completion for each activity. Applications for Payment 50th Street Water Main Replacement Page 01294-2 B. Indicate total dollar amount of work planned for every month of the project. Equate sum of monthly amounts to Lump Sum Contract Price. C. Generate Progress Payment request forms by downloading cost data from the schedule information to a spreadsheet type format. Identify each activity on the Progress Schedule that has a cost associated with it, the cost for each activity, the estimated percent complete for each activity, and the value of work completed for both the payment period and job to date. D. Prepare summary of cost information for each Major Item of Work listed in the Schedule of Values. Identify the value of work completed for both the payment period and job to date. E. Submit progress payment requests at progress meetings. PART 2 – PRODUCTS - (Not Used) PART 3 – EXECUTION – (Not Used) -END OF SECTION- Submittals 50th Street Water Main Replacement Page 01300-1 SECTION 01300 SUBMITTALS PART 1 -- GENERAL 1.1 WORK INCLUDED A. Shop Drawing, Descriptive Literature, Project Data and Samples (specifically, when Samples are requested) for all manufactured or fabricated items shall be Submitted by the CONTRACTOR. CONTRACTOR shall examine and review the Submittal to ensure that the information is in the form and in the manner required by the ENGINEER. The review of the Submittal by the ENGINEER shall not be construed as a complete check or approval, but will only indicate that the general method of construction and detailing is satisfactory. Review of such Submittal will not relieve the CONTRACTOR of the responsibility for any errors, which may exist. The CONTRACTOR shall be responsible for the dimensions and design of adequate connections, details and satisfactory of all WORK. 1.2 DEFINITIONS A. The term "Submittals" shall mean shop drawings, manufacturer's drawings, catalog sheets, brochures, descriptive literature, diagrams, schedules, calculations, material lists, performance charts, test reports, office and field samples and items of similar nature, which are normally Submitted for the ENGINEER’s review for conformance with the Design Concept and compliance with the Contract Documents. 1.3 GENERAL CONDITIONS A. Review by the ENGINEER of shop drawings or submittals of material and equipment shall not relieve the CONTRACTOR from the responsibilities of furnishing proper dimension, size, quantity, materials and all performance characteristics to, efficiently perform the Requirements and intent of the Contract Documents. Review shall not relieve the CONTRACTOR responsibility for errors of any kind on the shop drawings. Review is intended only to assure conformance with the design concept of the Project and compliance with the information given in the Contract Documents. Review of shop drawings shall not be construed as releasing the CONTRACTOR from the responsibility of complying with the Contract Documents. B. Do not consider Submittals as Contract Documents. Purpose of Submittals is to demonstrate how CONTRACTOR, to conform to the design concepts. 1.4 GENERAL REQUIREMENTS FOR SUBMITTALS A. Shop drawings shall be prepared by a qualified detailer. Details shall be identified by reference to sheet and detail numbers shown on Contract Documents. Where applicable, show fabrication, layout, setting and erection details. Shop drawings are defined as original drawings prepared by the CONTRACTOR, subcontractor, suppliers or distributors performing WORK under this Contract. Shop drawings illustrate some portion of the WORK and show fabrication, layout, setting or erection details of equipment, materials and components. Shop drawings shall be folded to an approximate size of 8½-inch x 11-inch and in such manner that the title block will be located in the lower right-hand corner of the exposed surface. B. Project data shall include manufacturer's standard schematic drawings modified to delete information, which is not applicable to the Project and shall be supplemented to provide additional information applicable to the Project. Each copy of descriptive literature shall be clearly marked to identify pertinent information as it applies to the Project. C. Where samples are required, they shall be adequate to illustrate materials, equipment or workmanship and to establish Standards by which completed WORK is judged. Provide sufficient size and quantity to clearly illustrate functional characteristics of product and material, with integrally related parts and attachment devices, along with a full range of color samples. Submittals 50th Street Water Main Replacement Page 01300-2 D. The CONTRACTOR shall review and check Submittals, indicating his review by initials and date. E. If the Submittals deviate from the Contract Drawings and/or Specifications, the CONTRACTOR shall clearly identify the deviation and state any reasons for the deviation. The ENGINEER may approve a change. Any costs resulting from a change will be the responsibility of the CONTRACTOR. F. Additional information on particular items, such as special drawings, schedules, calculations, performance curves and material details, shall be provided when specifically requested by the Technical Specifications. G. Submittals for all electrically operated items (including instrumentation and controls) shall include complete wiring diagrams showing lead, runs, number of wires, wire size, color coding, all terminations and connections and coordination with related equipment. H. Equipment shop drawings shall indicate all factory or shop paint coatings applied by suppliers, manufacturers and fabricators; the CONTRACTOR shall be responsible for insuring the compatibility of such coatings with the field applied paint products and systems. I. Fastener Specifications of manufacturer shall be indicated on equipment shop drawings. J. No material shall be fabricated or shipped unless the applicable drawings or Submittals have been reviewed and approved by the CONTRACTOR and ENGINEER. K. All bulletins, brochures, instructions, parts lists and warranties packaged with and accompanying materials and products delivered to and installed in the Project shall be saved and transmitted to the ENGINEER for safe keeping and preparations of the Operation &Maintenance Manuals. L. A total of four (4) copies of the Submittals shall be provided to the CONTRACTOR, along with one (1) electronic PDF copy. 1.5 SUBCONTRACTOR or VENDOR RESPONSIBILITIES A. Verify field measurements, field construction criteria, catalog numbers and similar data. B. Coordinate each Submittal with requirements of Work and Contract Documents. C. Submit four (4) copies, excluding samples or mark-ups, of the shop drawings to the CONTRACTOR for review and submission to the ENGINEER for review. 1.6 CONTRACTOR RESPONSIBILITIES A. Submit complete listing of all required shop drawing submittals by Specification Section to the ENGINEER. B. Submit shop drawings, product data, samples and other pertinent information in sufficient detail to show compliance with specified requirements. C. Check, verity and revise Submittals as necessary to bring them into conformance with Contract Documents and actual field conditions. 1. Determine and verify quantities, dimensions, specified design and performance criteria, materials, catalog numbers and similar data. 2. Coordinate Submittal with other Submittals and with the requirements of the Contract Documents. D. After completion of checking, verification and revising, stamp, sign and date Submittals indicating review and approval and submit to ENGINEER. 1. Stamp and signature indicates CONTRACTOR has satisfied shop drawing review responsibilities and constitutes written review of shop drawing with general conformance with the Contract Documents. Submittals 50th Street Water Main Replacement Page 01300-3 2. Shop drawings without CONTRACTOR written reviewed stamp and signature will be returned for resubmission. E.Shop Drawings: Submit four (4) copies. Two (2) will be returned with reviewer’s comment’s and stamp. F.Product Data and Manufacturer’s Instructions: Submit four (4) copies. Excise or cross out non-applicable information and clearly mark applicable information with citations to and terminology consistent with Contract Documents. 1. Two (2) copies will be returned with reviewer’s comments and stamp. G.Samples: Submit two (2) samples labeled with reference to applicable Contract Documents. Label will be returned with reviewer’s selection when appropriate, comments and stamp. Samples will not be returned unless return is requested in writing and additional samples are submitted. H.Special Samples: Submit one (1) sample labeled with reference to applicable Contract Documents. Sample and one (1) label will be returned for installation in the WORK. I. Assume risk expense and delays when proceeding with work related to required Submittals without review and acceptance. J.Submittals in Electronic Media Format: Include with each submittal electronic copies of all product data, shop drawings as follows: 1. General: Provide all information on CDs. 2. Product Data: Provide text documents and manufacture’s literature. 3. Shop Drawings, Diagrams: Provide all graphic Submittals utilizing current version of AutoCAD as utilized by the ENGINEER. 4. Contractor using other software shall be required to provide to the ENGINEER conclusive evidence of 100% data transfer compatibility. 5. Adobe Acrobat: Any information provided as an image file shall be in the latest version of Adobe Acrobat (i.e. PDF extension). K.Deferred Submittals: Submit any and all requested deferred submittals as required by the Building Permit or local governing agency. The deferred submittals may include but not be limited to trusses, bar joists or above ground tanks. 1.7 ENGINEER’S RESPONSIBILITY A. ENGINEER’s review of shop drawings, samples or test procedures will be only for conformance with design concepts and for compliance with information given in Contract Documents. 1. ENGINEER’s review does not extend to: a. Accuracy of dimensions, quantities or performance of equipment and systems designed by CONTRACTOR, subcontractor or Vendor. b. CONTRACTOR or subcontractor means, methods, techniques, sequences or procedures, except when specified, indicated on the Drawings or required by Contract Documents. c. Safety precautions or programs related to safety, which shall remain the sole responsibility of the CONTRACTOR and the subcontractor. B. Except as may be provided in subsequent Specification, a submittal will be returned within 30 days. When a Submittal cannot be returned within that period, ENGINEER will, within a reasonable time after receipt of the Submittals, give notice of the date by which that submittal will be returned. C. For Submittals returned No Exceptions Taken – Submittal is considered in conformance with the design concept. Submittals 50th Street Water Main Replacement Page 01300-4 D. For Submittals returned Accepted with Correction Noted – Make Correction Noted/See all Comments, CONTRACTOR shall incorporate all review comments into the work, but resubmittal of an amended Submittal is not required. E. For Submittals returned Submit Specific Item – CONTRACTOR shall develop a new Submittal package with materials, equipment, methods, etc. that meet the requirements of the Contract Documents for that specific item. F. For Submittals returned Revised and Resubmit – Make Corrections Note/See All Comments, CONTRACTOR shall incorporate the review comments into a complete revised package and resubmit it for review. G. For Submittals returned Rejected – See All Comments, CONTRACTOR shall develop a new Submittal package with materials, equipment, methods, etc. that meet the requirements of the Contract Documents. H. For Submittals returned Submittal Not Reviewed, Filed for Record, no further action is required by the CONTRACTOR for this Submittal. I. ENGINEER will be entitled to rely upon the accuracy or completeness of designs, calculations or certification made by licensed professionals accompanying a particular Submittal whether or not a stamp or seal is required by Contract Documents or Laws and Regulations. J. Costs incurred by the ENGINEER, as a result, of additional reviews of a particular Submittal after the second time it has been reviewed shall be borne by CONTRACTOR. Reimbursement to ENGINEER will be made by issuance of a Change Order. 1.8 MINOR OR INCIDENTAL PRODUCTS AND EQUIPMENT SCHEDULES A. Shop Drawings of minor or incidental fabricated products will not be required, unless requested. B. Submit tabulated lists of minor or incidental products showing the names of the manufactures and catalog numbers, with Product Data and Samples, as required to, determine acceptability. 1.9 SUBMITTALS FOR INFORMAITON OR RECORD ONLY A. Submit three (3) copies of each. None will be returned. B.Mill Test Reports: 1. Submit three (3) certified copies of factory and mill test reports for record only. No copies will be returned. 2. Do not incorporate Products in the work, which have not passed testing and inspection satisfactorily. 3. Pay for mill and factory tests. C.Reinforcing Steel: 1. Submit reinforcing steel fabrication and setting drawings for information or record only. No copies will be returned. 2. Note deviations and variations as specified for shop drawings. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Progress Schedules and Reports 50th Street Water Main Replacement Page 01310-1 SECTION 01310 PROGRESS SCHEDULES AND REPORTS PART 1 – GENERAL 1.1 SUMMARY A.Section Includes: Preparation, submittal and maintenance of computerized progress schedule and reports, contract time adjustments and payment requests, including the following: 1. Preliminary Schedule 2. Baseline Schedule 3. Weekly Schedule 4. Schedule Updates 5. Schedule Revisions 6. Time Impact Analyses 7. Final Schedule Submittal B. Related Sections: 1. Section 01300 - Submittals 2. Section 01312 - Project Meetings 3. Section 01700 – Project Closeout C. OWNER reserves the right to disapprove scheduler when submitted by CONTRACTOR if not qualified. OWNER reserves the right to remove scheduler from the project if found to be incompetent. 1.2 PRECONSTRUCTION SCHEDULING MEETING A. The CONTRACTOR will conduct a Preconstruction Schedule Meeting within 14 Calendar days after Notice to Proceed. This meeting is separate from the Preconstruction Conference Meeting and is intended to cover schedule issues exclusively. B. At the meeting, scheduling requirements shall be reviewed with CONTRACTOR. These include schedule preparation, reporting requirements, updates, revisions and schedule delay analysis. CONTRACTOR shall present their schedule methodology, planned sequence of operations and present their proposed activity coding structure. C. Coding Structure: CONTRACTOR shall submit proposed coding structure, identifying the code fields and the associated code values it intends to use in the project schedule. The coding structure shall, at a minimum, include code fields for Project Segment or Phase, Area of Work, Type of Work, Submittal/Procurement/Construction and Responsibility/Subcontractor. Refer to Article 1.091 for listing of activity categories to be included in the schedule. 1.3 PREPARATION A. Preparation and submittal of Progress Schedule represents CONTRACTORS intention to execute the WORK within specified time and constraints. B During preparation of the preliminary Progress Schedule, ENGINEER will facilitate CONTRACTOR efforts by being available to answer questions regarding sequencing issues, scheduling constraints, interface points and dependency relationships. Progress Schedules and Reports 50th Street Water Main Replacement Page 01310-2 C. Failure to include an activity required for execution of the Work does not excuse CONTRACTOR from completing the WORK and portions thereof within specified times and at price specified in Agreement. Failure of CONTRACTOR to include required schedule constraints, sequences or milestones in schedule shall not relieve CONTRACTOR of obligation to conform to requirements of Contract. Acceptance of schedule shall not waive Contract requirements. In event of conflict between accepted schedule and Contract requirements, terms of Contract shall govern at all times, unless requirements are waived in writing by the CITY. D. Reference Schedule to calendar days with beginning of Contract Time as Day "1." E. Should CONTRACTOR submit a Baseline Schedule showing project completion more than 20 working days prior to Contract completion date the OWNER may issue Change Order, at no cost to the OWNER, revising time of performance of WORK and Contract completion date to match CONTRACTORS schedule completion date. Contract milestone dates, if any, shall be adjusted accordingly. F.Schedule Logic: Schedule shall be assembled to show order in which CONTRACTOR proposes to carry out WORK, indicate restrictions of access, availability of Work areas, and availability and use of manpower, materials and equipment. Following criteria shall form basis for assembly of schedule logic. 1. Which activities must be completed before subsequent activities can be started? 2. Which activities can be performed concurrently? 3. Which activities must be started immediately following completed activities? 4. What major facility, equipment or manpower restrictions are required for sequencing these activities? 1.4 SUBMITTAL OF PROGRESS SCHEDULES A. Submit preliminary B. Submit, on a monthly basis, updated schedules as specified. Submit final schedule update as specified. C. Submit revised schedules and time impact analyses as specified. 1.5 NETWORK DETAILS AND GRAPHICAL OUTPUT A. Produce a clear, legible and accurate calendar based, time scaled, graphical network diagram. Group activities related to the same physical areas of the WORK. Produce the network diagram based upon the early start of all activities. B. Include for each activity, the description, activity number, estimated duration in calendar days, total float and all activity relationship lines. C. Illustrate order and interdependence of activities and sequence in which WORK is planned to be accomplished. Incorporate the basic concept of the precedence diagram network method to show how the start of one activity is dependent upon the start or completion of preceding activities and its completion restrict the start of following activities. D. Indicate the critical path for the project. E. Identify system shutdown dates, system tie-in dates, specified interim completion or milestone dates and contract completion date as milestones. F. Include, in addition to Construction Activities: 1. Submission dates and review periods for major equipment submittals. 2. Any activity by the OWNER that may affect progress or required completion dates. 3. Equipment and long-lead material deliveries over eight (8) weeks. Progress Schedules and Reports 50th Street Water Main Replacement Page 01310-3 4. Approvals required by regulatory agencies or other third parties. 1.6 SCHEDULE OF SHOP DRAWING AND SAMPLE SUBMITTALS A. After the Schedule has been submitted and accepted by the OWNER, the CONTRACTOR shall print out and submit a list of all shop drawings and sample submittals for all WORK using early start dates. This listing will contain all submittals required for the entire WORK, including those listed above. 1.7 UPDATING THE SCHEDULE A. Update the schedule on a monthly basis, using the first of each month as a data date. B. Should monthly Schedule Update show project completion later than current Contract completion date, CONTRACTOR shall prepare and submit a plan to show how the project will get back on schedule. 1.8 REVISIONS TO SCHEDULE A. Submit revised schedule within five (5) calendar days: 1. When delay in completion of any activity or group of activities indicates an overrun of the Contract time or milestone dates by 20 working days or 5% of the remaining duration, whichever is less. 2. When delays in submittals, deliveries or work stoppages are encountered making necessary the replanning or rescheduling of activities. 3. When the schedule does not represent the actual progress of activities. 4. When any change to the sequence of activities, the completion date for major portions of the work or when changes occur which affect the critical path. 5. When Contract modification necessitates schedule revision, submit schedule analysis of change order work with cost proposal. B. Submit revised schedule and materials as specified under Article, "Submittal of Progress Schedule." C. Make revisions on most recently accepted version of schedule. D. Schedule Revisions shall not be prepared or submitted with Schedule Updates. They shall be separate submittals and shall be noted as Schedule Revisions. E. Only upon acceptance of a revision by the OWNER shall be reflected in the next monthly Schedule Update. F. Schedule Revisions submitted for the purpose of mitigating a CONTRACTOR caused project delay (Recovery Schedule) shall not be implemented until the OWNER reviews and accepts the Schedule Revision. 1.9 ADJUSTMENT OF CONTRACT TIMES A. If the CONTRACTOR believes that the OWNER has impacted its work, such that the project completion date will be delayed, the CONTRACTOR must submit proof demonstrating the delay to the critical path. This proof, in the form of a Time Impact Analysis, may entitle the CONTRACTOR to an adjustment of contract time. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Project Meetings 50th Street Water Main Replacement Page 01312-1 SECTION 01312 PROJECT MEETINGS PART - 1 GENERAL 1.1 SUMMARY A.Section Includes: Requirements for conducting conferences and meetings for the purposes of addressing issues related to the Work, reviewing and coordinating progress of the Work and other matters of common interest, and includes the following: 1. Qualifications of Meeting Participants. 2. Preconstruction Conference Progress Meetings. 3. Pre-installation Meetings. 4. Post Construction Meeting. 1.2 QUALIFICATIONS OF MEETING PARTICIPANTS A. Representatives of entities participating in meetings shall be qualified and authorized to act on behalf of entity each represents. 1.3 PRECONSTRUCTION CONFERENCE A. Upon issuance of Notice to Proceed, or earlier when mutually agreeable, the CONTRACTOR will arrange a preconstruction conference in convenient place for most persons invited. B. Attending Preconstruction Conference: CONTRACTOR superintendent, OWNER, ENGINEER, representatives of utilities, major subcontractors and others involved in performance of the Work, and others necessary to agenda. C. CONTRACTOR will preside at conference. D.Purpose of Conference: To establish working understanding between parties and to discuss Construction Schedule, shop drawing and other submittals, cost breakdown of major lump sum items, processing of submittals and applications for payment, and other subjects pertinent to execution of the Work. E. Agenda Will Include: 1. Adequacy of distribution of Contract Documents. 2. Distribution and discussion of list of major subcontractors and suppliers. 3. Proposed progress schedules and critical construction sequencing. 4. Major equipment deliveries and priorities. 5. Project coordination. 6. Designation of responsible personnel. 7. Procedures and Processing of: a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment. f. Record Documents. Project Meetings 50th Street Water Main Replacement Page 01312-2 8. Use of Premises: a. Office, construction, and storage areas. b. OWNER’s requirements. 9. Construction facilities, controls, and construction aids. 10. Site geotechnical report 11. Temporary utilities. 12. Safety and first aid procedures. 13. Security procedures. 14. Housekeeping procedures. F. The CONTRACTOR will record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties. 1.5 PROGRESS MEETINGS A.Weekly Progress Meetings: 1. Conduct progress meetings at least once every week in CONTRACTOR’S field office. 2. Require attendance of all subcontractors who are or are proximate to be actively involved in the Work, or who are necessary to agenda. 3. Invite OWNER, ENGINEER, utility Companies when the Work affects their interests, and others necessary to agenda. 4. Preside at meetings. 5. Purpose of Progress Meetings: To expedite work of subcontractors or other organizations that are not meeting scheduled progress, resolve conflicts, and coordinate and expedite execution of the Work. 6. Verify: a. Actual start and finish dates of completed activities since last progress meeting. b. Durations and progress of activities not completed. c. Reason, time, and cost data for Change Order Work that will be incorporated into Progress Schedule and application for payment. d. Percentage completion of items on Application for Payment. e. Reasons for required revisions to Progress Schedule and their effect on Contract Time and Contract Price. 7. Discuss potential problems which may impede scheduled progress and corrective measures. 8. The CONTRACTOR will record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties. B.Monthly Progress Meetings: 1. Conduct OWNERS monthly progress meetings at least once every month in CONTRACTORS field Office. 2. Distribute to each anticipated participant written notice and agenda of each meeting at least 4 days before meeting. 3. Invite OWNER, ENGINEER, utility Companies when the Work affects their interests, and others necessary to agenda. 4. Complete and bring Application for Payment and Progress Schedule to progress meeting. 5. Prepare and distribute agenda. Project Meetings 50th Street Water Main Replacement Page 01312-3 6. Preside at meetings. 7. Review progress of the Work, Progress Schedule, narrative report, Application for Payment, record documents, and additional items of current interest that are pertinent to execution of the Work. 8. Verify: a. Actual start and finish dates of completed activities since last progress meeting. b. Durations and progress of activities not completed. c. Reason, time, and cost data for Change Order Work that will be incorporated into Progress Schedule and application for payment. d. Percentage completion of items on Application for Payment. e. Reasons for required revisions to Progress Schedule and their effect on Contract Time and Contract Price. 9. Discuss potential problems which may impede scheduled progress and corrective measures. 10. The CONTRACTOR will record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties. 1.6 PRE-INSTALLATION MEETINGS A.General: Meet with manufacturers and installers of major units of construction which require coordination between subcontractors. B. Distribute to each anticipated participant written notice and agenda of each meeting at least 7 days before meeting. C. Schedule meeting at least 7 days in advance of installation. D. Conduct meetings in CONTRACTOR's field office or other mutually agreed upon place. E. Require attendance of Superintendent, appropriate manufacturers and installers of major units of constructions, and affected subcontractors. F. Invite OWNER and ENGINEER. G. Preside at meetings. H. Record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties. 1.7 POST CONSTRUCTION MEETING A. Meet with and inspect the Work just prior to Substantial Completion and again prior to final completion with OWNER and ENGINEER. B. Arrange meeting at least 7 days before meeting. C. Meet in CONTRACTOR's office or other mutually agreed upon place. D. Inspect the Work and draft list of items to be completed or corrected. E. Review service and maintenance contracts, and take appropriate corrective action when necessary. F. Complete or correct defective work and extend correction period accordingly. Project Meetings 50th Street Water Main Replacement Page 01312-4 G. Require attendance of Superintendent, appropriate manufacturers and installers of major units of constructions, and affected subcontractors. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) -END OF SECTION- Safety Plan 50th Street Water Main Replacement Page 01329-1 SECTION 01329 SAFETY PLAN PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: Development and maintenance of a Construction Safety Plan. 1.2 REFERENCES A. OSHA. 1.3 CONSTRUCTION SAFETY PLAN A. Detail the Methods and Procedures to comply with Federal, State, and Local Health and Safety Laws, Rules and Requirements for the duration of the Contract Times. Include the following: 1. Identification of the Certified or Licensed Safety Consultant who will prepare, initiate, maintain and supervise safety programs, and procedures. 2. Procedures for providing workers with an awareness of safety and health hazards expected to be encountered in the course of construction. 3. Safety equipment appropriate to the safety and health hazards expected to be encountered during construction. Include warning devices, barricades, safety equipment in public right-of-way and protected areas, and safety equipment used in multi-level structures. 4. Methods for minimizing employees' exposure to safety and health hazards expected during construction. 5. Procedures for reporting safety or health hazards. 6. Procedures to follow to correct a recognized safety and health hazard. 7. Procedures for investigation of accidents, injuries, illnesses and unusual events that have occurred at the construction site. 8. Periodic and scheduled inspections of general work areas and specific work stations. 9. Training for employees and workers at the jobsite. 10. Methods of communication of safe working conditions, work practices and required personal protection equipment. B. Assume responsibility for every aspect of Health and Safety on the jobsite, including the health and safety of Subcontractors, suppliers, and other persons on the jobsite. 1. Forward available information and reports to the Safety Consultant who shall make the necessary recommendations concerning worker health and safety at the jobsite. 2. Employ additional health and safety measures specified by the Safety Consultant, as necessary, for workers in accordance with OSHA guidelines. C. Transmit to OWNER and ENGINEER copies of reports and other documents related to accidents or injuries encountered during construction. Safety Plan 50th Street Water Main Replacement Page 01329-2 1.4 CONFINED SPACE A. Any Work to be conducted in an area defined by OSHA requirements to be a confined space shall follow all the necessary safety and operational requirements by all regulatory agencies. All participants conducting work in a confined space must be trained and certified to conduct work in an area defined as a confined space. Prior to any work conducted in an area defined as a confined space, the CONTRACTOR must submit to the OWNER, ENGINEER and Construction Manager their entry plan which shall satisfy all safety and operational requirements by all regulatory agencies. EACH entry plan must detail each participant’s role and confined space certification. EACH entry plan shall also include the following: 1. Purpose/Objective of Each Entry 2. Definitions and Duties of Each Participant 3. Rescue Procedures 4. List of Equipment 5. Plan of Action – List of Daily Construction Tasks PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) -END OF SECTION- Quality Control 50th Street Water Main Replacement Page 01400-1 SECTION 01400 QUALITY CONTROL PART 1 – GENERAL 1.1 THE REQUIRMENT A. The 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 preactivity inspection, follow up meetings, sampling and testing, and associated requirements. 1.2 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by the ENGINEER at the place of manufacture. B. Unless noted otherwise, the presence of the ENGINEER at the place of manufacturer is not required; however, this shall not relieve responsibility for providing products, materials and equipment that comply with all requirements of the Contract Documents. 1.3 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. 1.4 INSPECTION AND TESTING SERVICE A.Inspection and testing laboratory service shall comply with the following: 1. Unless indicated otherwise by the Technical Specifications, an independent firm will be appointed and employed by the CONTRACTOR to perform special inspection and soils and concrete testing. 2. Perform inspections, testings and other services as required. 3. Submit Reports of Testing to the ENGINEER, CONTRACTOR and OWNER if required in duplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. 4. Cooperate with the independent firm and furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 5. Notification prior to the expected time for operations requiring inspection and laboratory testing services is required. 6. The same independent firm on instructions shall perform retesting required because of non- conformance to requirements. 7. For tests and samples required, arrangements shall be made with an independent firm for payment and scheduling of testing. Responsibility shall be taken for the cost of sampling and testing. 10. Provide an overall report on inspection and test results for project closeout. PART 2 – PRODUCTS (Not Used) Quality Control 50th Street Water Main Replacement Page 01400-2 PART 3 – EXECUTION 3.1 INSTALLATION A.Inspection: Inspect materials or equipment upon arrival on the job site, prior to installation and reject damaged and defective items. B.Measurements: Verify measurements and dimensions of the WORK, as an integral step of starting each installation. C.Manufacturer's Instructions: Where installations include manufactured products, compliance 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 is required. - END OF SECTION - As Built Drawings 50th Street Water Main Replacement Page 01420-1 SECTION 01420 AS BUILT DRAWINGS PART 1 – GENERAL 1.1 THE REQUIRMENT A. The CONTRACTOR and its Subcontractors at the start of the project shall provide a clean set of Drawings and mark on them, in large writing “As Built.” This set of drawings will be kept at the job site trailer and used to indicate with a red pencil, pen or marker the “As Built” conditions of the project. These drawings will be updated as the work progresses to reflect the “As Built” conditions. B. The CONTRACTOR shall be responsible to ensure that the “As Built” drawings are being kept up to date. C. Upon substantial completion the CONTRACTOR shall obtain all “As Built” drawings and review them for accuracy and completeness, this includes surveying of utilities as required by Section 01722. After the CONTRACTOR has reviewed and confirmed accuracy and completeness of the “As Built” drawings the CONTRACTOR shall submit the drawings and survey information to the ENGINEER of record. D. Upon receipt of the “As Built” drawings the ENGINEER shall make all necessary changes to the documents and provide a Record Drawing set to the CONTRACTOR for their use and distribution as required for project closeout, see Section 01700. PART 2 – PRODUCTS 2.1 AS-BUILT REQUIREMENTS A. The CONTRACTOR and its Subcontractors shall include in the as-built drawings all deviations from plans unless excluded by the Engineer in writing. B. All buried pipe fitting (3” or greater) and buried duct banks shall be surveyed to show alignment prior to backfill. PART 3 – EXECUTION (Not Used) -END OF SECTION- Services of Manufacturer’s Representative 50th Street Water Main Replacement Page 01450-1 SECTION 01450 SERVICES OF MANUFACTURER'S REPRESENTATIVE PART 1 -- GENERAL 1.1 THE REQUIREMENT A.General: Provide a qualified service representative from each company manufacturing or supplying certain equipment to perform the duties herein described and as required by the various sections of the Specifications. All costs to perform these services shall be included in the supplier’s proposal in accordance with the scope of work. B.Supervision of Installation: The supplier shall provide direct and/or indirect supervision of the workers and ENGINEER, in accordance with the scope of work, to insure that proper procedures are followed during equipment installation. C.Equipment Check Out: 1. After installation of the listed equipment has been completed and the equipment is presumably ready for operation but before it is operated by others, the representative shall inspect, operate, test and adjust the equipment. The inspection shall include but shall not be limited to, the following points as applicable: a. Soundness (without cracked or otherwise damaged parts) b. Completeness in all details as specified c. Correctness of setting, alignment and relative arrangement of various parts d. Adequacy and correctness of packing, sealing and lubricants 2. The operation, testing and adjustment shall be as required to prove that the equipment has been installed properly and is capable of satisfactory operation under the conditions specified. On completion of his WORK, the CONTRACTOR, manufacturer or supplier's representatives shall submit a complete signed report of the result of his inspection, operation, adjustments and tests. The report shall include descriptions of the points inspected, tests and adjustments made, quantitative results obtained if such are specified and suggestions for precautions to be taken to ensure proper maintenance. The report also shall include a certificate that the equipment conforms to the requirements of the Contract Documents and is ready for permanent operation and that nothing in the installation will render the manufacturer's warranty null and void. D.Field Tests: As required by the individual specification sections, the manufacturer's representative shall be present when the field tests are made. E.Operator Training: The manufacturer shall provide the services of its representative to provide hands-on training to maintenance personnel in the proper operation and maintenance of the equipment prior to placing the equipment in full operation. F.Post-startup Services: As required by the individual specification sections, the manufacturer’s representative shall provide services beyond the start up of the equipment. Services may include assistance in the calibration, tuning and troubleshooting, plus any additional training, which may be required during the agreed time after the equipment, is accepted. G. The CONTRACTOR shall be the supplier for items not specifically included in the supplier’s scope of work. PART 2 – PRODUCTS (Not Used) Services of Manufacturer’s Representative 50th Street Water Main Replacement Page 01450-2 PART 3 – EXECUTION 3.1 EXECUTION A. The CONTRACTOR shall submit six (6) copies of all equipment field service certification documents and certificates of warranty to the ENGINEER in accordance with Section 01700 Project Closeout - END OF SECTION - Testing Laboratory Services 50th Street Water Main Replacement Page 01454-1 SECTION 01454 TESTING LABORATORY SERVICES PART 1 – GENERAL 1.1 REQUIREMENTS A. Testing laboratory services and CONTRACTOR responsibilities related to those services. 1.2 REFERENCE STANDARDS A. Commercial Standards: ASTM C 11077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Bituminous Paving Materials ASTM C 3740 Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction ASTM C 329 Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction ISO/TEC Guide 25 - General Requirements for the Competence of Calibration and Testing Laboratories 1.3 SELECTION AND PAYMENT A.The CONTRACTOR will select, employ, and pay for services of an independent testing laboratory to perform inspection and testing. B. Employment of a testing laboratory by the CONTRACTOR shall not relieve the subcontractor of its obligation to perform work in accordance with requirements of Contract Documents. C. The CONTRACTOR may deduct a minimum two-hour charge for testing laboratory time from periodic progress payment when operations requiring testing or inspection are canceled without prior notification. D. The CONTRACTOR may deduct cast of retesting from periodic progress payments whenever failed work is removed, replaced and retested. 1.4 QUALIFICATION OF LABORATORY A. Meet laboratory requirements of ASTM E 329 and applicable requirements of ASTM C 1077, ASTM D 3666, and ASTM D 3740. B. Meet ISO/TEC Guide 17025 conditions for accreditation by the American Associations for Laboratory Accreditation (A2LA) in specific fields of testing required individual Specification sections. C. If laboratory subcontracts are part of the testing services, such work will be placed with a laboratory complying with the requirements of this section. 1.5 LABORATORY REPORTS A. Testing laboratory shall provide and distribute copies of the Laboratory reports to the distribution list the CONTRACTOR provides at the pre-construction meeting. B. Keep one copy of each laboratory report distributed or faxed at the site field office for the duration of the Testing Laboratory Services 50th Street Water Main Replacement Page 01454-2 Work. C. Laboratory will fax material supplier, subcontractor and CONTRACTOR reports that indication failing test results by no later that close of business on the working day following test completion and review. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge requirements of the Contract. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory my not assume CONTRACTOR duties. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Provide safe access to the Work for testing laboratory personnel. B. Provide testing laboratory with a copy of the Construction Schedule and a copy of each update to Construction Schedule. C. Notify testing laboratory during normal working hours of the day previous to expected time for operations requiring inspection and testing services. When CONTRACTOR fails to make timely prior notification, do not proceed with the operations requiring inspection and testing services. D. Notify ENGINEER 24 hours in advance when Specification presence of ENGINEER for sampling or testing. E. Request and monitor testing as required to provide timely results and to avoid delays to the Work. Provide samples to laboratory in sufficient time to allow required test to be performed in accordance with the specified test methods before intended use of the product. F. Cooperate with laboratory personnel in collecting samples on site. Provide incidental labor and facilities for safe access to the Work to be tested, to obtain and handle samples at site or at source of Products to be tested, and to facilitate tests and inspections including storage and curing of test samples. 1. Re-testing required for failed tests. 2. Re-testing for non-conforming work. 3. Additional sampling and tests requested beyond specified requirements. 4. Insufficient notification of cancellation of test for work scheduled but not performed. PART 2 – PRODUCTS – (NOT USED) PART 3 – EXECUTION 3.1 CONDUCTING TESTS A. Conform to laboratory sampling and testing methods specified in individual Specification sections to the latest issues of ASTM standards, or other recognized test standards approved by the ENGINEER. B. Requirements of this section shall also apply to those tests for approval of materials, for mix designs, and for quality control of materials as performed by employed testing laboratories. -END OF SECTION- Mobilization 50th Street Water Main Replacement Page 01505-1 SECTION 01505 MOBILIZATION PART 1 – GENERAL 1.1 THE REQUIREMENT A. Mobilization shall include verification by the CONTRACTOR that all permits have been obtained; moving onto the site of all plant and equipment; furnishing and erecting plants, temporary buildings and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items: 1. Moving onto the site all materials and equipment required for first month operations 2. Installing temporary construction power, wiring and lighting facilities if applicable 3. Establishing a fire protection system as required. 4. Developing a construction water supply as required. 5. Providing field office trailers if necessary, complete with all specified furnishings and utility services (if available) including telephones, telephone appurtenances and copying machine 6. Providing all on-site communication facilities including telephones 7. Providing on-site sanitary facilities and potable water facilities 8. Arranging for and erection of work and storage yard 9. Constructing and implementing security features and requirements 10. Obtaining all required permits for the project. 11. Comply with all OSHA required notices and establish a safety program 12. Having the superintendent or authorized representatives at the job site during working hour of this Contract for execution of the work. Contractor shall submit the name of the superintendent or authorized representative to the Agency. Substitution of authorized representative or superintendent shall require Agency approval. 13. Provide and implement an on-site Construction SWPP features and requirements complying with Section 01565 – Erosion and Sediment Control. 14. Provide and implement an on-site Dust Control Plan B. CONTRACTOR shall coordinate with the OWNER on the allowable staging area of Construction. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Temporary Utilities 50th Street Water Main Replacement Page 01510-1 SECTION 01510 TEMPORARY UTILITIES PART 1 – GENERAL 1.1 THE REQUIREMENT A. Types: The types of Utility Services required for general temporary use at the Site needed to complete the WORK includes the following: 1. Water Service (potable for certain uses) 2. Electric Power Service (if available) 3. Telephone Service 4. High Speed Internet/E-mail Access (if available) 1.2 JOB CONDITIONS A. Scheduled Uses: In conjunction with establishment of Job Progress Schedule, establish a Schedule for implementation and termination of service for each temporary utility at the earliest feasible time and change over from use of temporary utility service to permanent service. PART 2 – PRODUCTS 2.1 MATERIALS A. Provide 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. The Utility Company provides a portion of temporary utility, the remaining portion with compatible materials and equipment, shall be provided and comply with recommendations of the Utility Company. PART 3 – EXECUTION 3.1 INSTALLATION OF TEMPORARY UTILITY SERVICES A. General: Wherever feasible, engage the Utility Company for installation of temporary services to the project, or at a minimum, to make a connection to the existing utility service. Locate services that will not interfere with Total Project Construction WORK; including installation of permanent utility services; 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. B. Approval of Electrical Connections: Temporary connections for electricity shall be subject to approval of the CONTRACTOR and the power company representative and shall be removed in like manner, prior to final acceptance of the WORK. C. Separation of Circuits: Unless otherwise permitted by the CONTRACTOR, circuits used for power purposes shall be separate from lighting circuits. D. 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 Subpart K of the OSHA Safety and Health Standards for Construction. Temporary Utilities 50th Street Water Main Replacement Page 01510-2 3.2 INSTALLATION OF POWER DISTRIBUTION SYSTEM A. Power: 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. 3.3 INSTALLATION OF LIGHTING A. Construction Lighting: WORK conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper WORK and to afford adequate facilities for inspection and safe working conditions. B. Temporary Lighting: Provide a general, weatherproof, grounded temporary lighting system suitable to perform the WORK where needed. 3.4 WATER SUPPLY A. General: Wherever feasible, coordinate with the Water Utilities Department for obtaining water service connection. Provide all facilities necessary to convey the water from the source to the points of use in accordance with the requirements of the Contract Documents. Pay any permit wet tap fees that may be required, and pay the fee for water meter and all other charges for water use. B. Water Connections: No connection shall be made to or draw water from any fire hydrant or pipeline without first obtaining permission of the 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, 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 will pay all permit and water charges. 3.5 INSTALLATION OF SANITARY FACILITIES A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements of Subpart D, Section 1926.51 of the OSHA Standards for Construction. 3.6 INSTALLATION OF FIRE PROTECTION A. Fire Protection: Fire protection program shall conform to the requirements of the local town/city ordinance or as required in Subpart F of the OSHA Standards for Construction as defined in the Contract. 3.7 INSTALLATION OF COMMUNICATIONS A. Telephone Services: Provide and maintain at all times during the progress of the WORK not less than one telephone in good working order at its own field construction office at or near the Site. Each such telephone shall be connected to an established exchange for toll service and with all other telephones utilized. B. Internet Services: Wherever feasible, provide and maintain at all times during the progress of the WORK access to Internet via either direct connection or wireless network to allow e-mail communication between main office and field. 3.8 OPERATIONS AND TERMINATIONS A. Inspections: Prior to placing temporary utility services into use, Inspect and test each service and arrange for governing authorities' required inspection and tests, and obtain required certifications and permits for use thereof. B. Protection: Maintain distinct markers for underground lines, and protect from damage during excavating operations. Temporary Utilities 50th Street Water Main Replacement Page 01510-3 C. Termination and Removal: When need for a temporary utility service or a substantial portion thereof has ended, or when its service has been replaced by use of permanent services, or not later than time of substantial completion, promptly remove installation unless requested to retain it for a longer period. Complete and restore WORK, which may have been delayed or affected by installation and use of temporary utility, including repairs to construction and grades and restoration and cleaning of exposed surfaces. - END OF SECTION - Security 50th Street Water Main Replacement Page 01520-1 SECTION 01520 SECURITY PART 1 – GENERAL 1.1 THE REQUIREMENT A. Security shall be provided by CONTRACTOR to protect the project as defined in the Contract as follows: 1. Protect WORK, existing premises and operations from theft, vandalism and unauthorized entry. 2. Initiate program in coordination with existing security system at mobilization. 3. Maintain program throughout construction period. B. Entry Control 1. Restrict entry of persons and vehicles into Site. 2. Allow entry only to authorized persons with proper identification. 3. Provide all temporary barriers in conformance with Local, State and Federal Codes. 4. Control entrance of persons and vehicles related to operations. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION A.Implementation of the onsite security: The CONTRACTOR shall employ an insured and bonded security service with a minimum of 5 years experience to protect the site from theft, vandalism and unauthorized entry during non construction activities and hours (i.e. nights, weekends, and holidays), as defined in the Contract. B.Coordination of the onsite security: 1. The onsite security company shall coordinate all activities with the CONTRACTOR’s construction activity. 2. The onsite security company shall contact the local authorities having jurisdiction as necessary. C.Incident Log: The onsite security company shall keep a log of all daily activities and incidents at the project site. The logs shall be submitted to the CONTRACTOR on a weekly basis. - END OF SECTION - Protection of Existing Facilities 50th Street Water Main Replacement Page 01530-1 SECTION 01530 PROTECTION OF EXISTING FACILITIES PART 1 – GENERAL 1.1 THE REQUIREMENT A. Protect all existing utilities and improvements, not designated for removal, 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. B. Submit Protection Plan prior to commencement of Work in accordance to Section 01300 Submittals. 1.2 RIGHTS-OF-WAY A. WORK that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, shall not be performed nor shall the entry upon the rights- of-way involved until notified that authority has been secured from the proper party. B. After authority has been obtained, said party shall be given 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. 1.3 PROTECTION OF STREET OR ROADWAY MARKERS A. Do not destroy, remove or otherwise disturb any existing survey markers, 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 shall be accurately restored after street or roadway resurfacing has been completed. 1.4 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, and pavement. Temporary and permanent pavement shall conform to the requirements of the affected pavement owner. Pavements that are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, 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. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, 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. Edges of damaged 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. D. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction, 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 Protection of Existing Facilities 50th Street Water Main Replacement Page 01530-2 the affected portions. If no such period of time is so fixed, maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 1.5 EXISTING UTILITIES AND IMPROVEMENTS A. General: 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. 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. B. Except where the Drawings indicate Utilities have been field located during design or certain Utility locations shall be exposed as part of the WORK, responsibility for exploratory excavations as it deems necessary to determine the exact locations and depths of Utilities, which may interfere with its work shall be required. 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 progress. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. D. Utilities to be Moved: In case it shall be necessary to move the property of any public utility or franchise holder, upon request, the utility company or franchise holder will be notified to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, notification will be required with sufficient time in advance for the necessary measures to be taken to prevent interruption of service. E. Utilities to be Removed: 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, removal, without unnecessary delay, temporarily replacement or relocation of such Utilities or improvement in a manner satisfactory to the owner of the facility shall be required. In all cases of such temporary removal or relocation, restoration to the former location shall be accomplished in a manner that will restore or replace the Utility or improvement as close to its former locations and to as good or better condition than found prior to removal. F. OWNER's Right of Access: The right is reserved to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. G. Underground Utilities Indicated: Existing Utility lines that are indicated or the locations of which are made known prior to excavation and that are to be retained. All Utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling if damaged, shall be immediately repaired or replaced, unless otherwise repaired by the owner of the damaged Utility. If the owner of the damaged facility performs its own repairs, reimbursement to said owner for the costs of repair shall be required. H. Underground Utilities Not Indicated: In the event that the existing Utility lines are damaged that are not indicated or the locations of which are not made known prior to excavation, a verbal report of such damage shall be made immediately, and a written report thereof shall be made promptly thereafter. Immediately notify the owner of the damaged Utility. The Utility Owner shall be notified of the damage. If directed, repairs shall be made under the provisions for changes and extra work contained in their Contract Agreement. I. Costs of locating and repairing damage, not due to failure 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 resulting in the issuing of a change order in accordance with the provisions of the Contractual Agreement. Protection of Existing Facilities 50th Street Water Main Replacement Page 01530-3 J. 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. K. 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 satisfactory arrangements are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. Responsible for and shall repair all damage due to its operations shall be required, 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. 1.6 TREES OR SHRUBS WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: Except where trees or shrubs are indicated to be removed, 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. Existing trees and shrubs that are damaged during construction shall be trimmed or replaced by a certified tree company under permit from the jurisdictional agency. B. Replacement: Immediately notify the jurisdictional agency if any tree or shrub is damaged by operations. If, in the opinion of said agency, the damage is such that replacement is necessary, 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 owner of said tree shall be paid a compensatory payment acceptable to the tree or shrub owner, subject to the approval of the jurisdictional agency. The size of the tree or shrub shall be not less than 1-inch diameter or less than 6-feet in height. Planting of replacement trees and shrubs shall be in accordance with the recommendations of the nursery furnishing the plants. 1.7 LAWN AREAS A. Lawn or landscaped areas damaged during construction shall be repaired to match the pre-construction condition to the satisfaction of the landowner. 1.8 NOTIFICATION 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, 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. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Site Access and Storage 50th Street Water Main Replacement Page 01550-1 SECTION 01550 SITE ACCESS AND STORAGE PART 1 – GENERAL 1.1 HIGHWAY LIMITATIONS A. Make investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. Responsibility to construct and maintain any haul roads required for its construction operations shall be required. 1.2 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, 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. 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. B. Temporary Bridges: Wherever necessary, provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as securing the consent of the responsible individuals or authorities to omit such temporary bridges or steel plates. All 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; designs furnished by said authority shall be adopted for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. C. Street Use: Nothing herein shall be construed to entitle any entity to the exclusive use of any public street, alleyway or parking area during the performance of the WORK hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways or parking areas. No streets shall be closed to the public without first obtaining permission from the proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times 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 to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights and other safety devices. 1. Take all necessary precautions for the protection of the WORK and the safety of the public. Barricades and obstructions shall be illuminated at night and all lights shall be kept burning from sunset until sunrise. 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 Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction. 1.3 WORK AND STORAGE AREA A. The CONTRACTOR shall coordinate with the OWNER to designate and arrange for the use, a portion of the Site Access and Storage 50th Street Water Main Replacement Page 01550-2 property adjacent to the WORK for its exclusive use during the term of the Contract as storage and shop area for its construction operations relative to this Contract. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION 3.1 SITE ACCESS ROAD A. The CONTRACTOR shall provide, construct, grade, and compact an access road to and from the site as necessary for any and all vehicles required to access the site. This shall include automobiles, pick-ups, delivery trucks, concrete trucks, equipment lowboys, equipment deliveries. The access shall be constructed as required by the local regulations for emergency vehicle access to include but not limited to EMS, Fire and rescue and law authorities. B. The CONTRACTOR shall maintain the site access road and provide access as required. The maintenance shall include leveling, smoothing, grading, BMP and SWPP, dust control and all other activities as required by the local regulations. - END OF SECTION - Environmental Controls 50th Street Water Main Replacement Page 01560-1 SECTION 01560 ENVIRONMENTAL CONTROLS PART 1 – GENERAL 1.1 EXPLOSIVES AND BLASTING A. The use of explosives on the WORK will not be permitted. 1.2 RUBBISH CONTROL A. During the progress of the WORK, the CONTRACTOR shall keep the Site and other areas used by it in a neat and clean condition, and free from any accumulation of rubbish. Dispose of all rubbish and waste materials of any nature occurring at the Site, and shall establish regular intervals of collection and disposal of such materials and waste. Keep its haul roads free from dirt, rubbish and unnecessary obstructions resulting from its operations. Disposal of all rubbish and surplus materials shall be off the Site in accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. 1.3 SANITATION A. Toilet Facilities: The CONTRACTOR shall provide fixed or portable chemical toilets wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction. B. 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 or organic material wastes from any other source related to operations shall be disposed of away from the Site in accordance with all laws and regulations pertaining thereto. 1.4 CHEMICALS A. All chemicals used or furnished by the CONTRACTOR for or during project construction, whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture. Use of all such chemicals and disposal of residues shall be in strict accordance with the printed instructions of the manufacturer. 1.5 CULTURAL RESOURCES A. Attention is directed to the National Historic Preservation Act of 1966 (16 U.S.C. 470) and 36 CFR 800, which provides for the preservation of potential historical architectural, archaeological, or cultural resources (hereinafter called "cultural resources"). B. Conform to the applicable requirements of the National Historic Preservation Act of 1966 as it relates to the preservation of cultural resources. C. In the event potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The CONTRACTOR shall issue a Field Order directive to cease all construction operations at the location of such potential cultural resources find. 2. Such Field Order shall be effective until such time as a qualified archaeologist can be called to assess Environmental Controls 50th Street Water Main Replacement Page 01560-2 the value of these potential cultural resources and make recommendations to the State Historic Preservation Office. D. If the archaeologist determines that the potential find is a bona fide cultural resource, at the direction of the State Historic Preservation Office, work shall be suspended at the location of the find under the provisions for changes contained in the Contractual Agreement. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Dust Control 50th Street Water Main Replacement Page 01563-1 SECTION 01563 DUST CONTROL PART 1 – GENERAL 1.1 DUST ABATEMENT A. Preventative measures to limit the production of dust in amounts damaging to property, cultivated vegetation or domestic animals, or causing a nuisance to persons living in or occupying buildings in the vicinity shall be taken in to account. Responsibility for any damage resulting from dust originating from its operations shall be the CONTRACTOR’s. The dust abatement measures shall be maintained at all times during construction of the project, in accordance with the requirements of the local Air Quality Management District. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION 3.1 GENERAL The CONTRACTOR shall take necessary measures to control any and all dust related to or as a result of construction activities under this Contract. The water necessary for the dust control operation will be Owner furnished, beyond that the CONTRACTOR shall be responsible to provide whatever means necessary to accomplish the task of Dust Control. The CONTRACTOR shall be responsible for any damage resulting from dust originating from construction activities under this Contract. - END OF SECTION - Erosion and Sediment Controls 50th Street Water Main Replacement Page 01565-1 SECTION 01565 EROSION AND SEDIMENT CONTROLS PART 1 -- GENERAL 1.1 THE REQUIREMENT A. Perform all WORK and take all measures necessary to control soil erosion resulting from construction operations, shall prevent the flow of sediment from the construction site, and shall contain construction materials (including excavation and backfill) within his protected working area, so as to, prevent damage to construction activities and to adjacent wetlands, drainage and/or water courses. B. Do not employ any construction method that violates a rule, regulation, guideline or procedure established by Federal, State or local agencies having jurisdiction over the environmental effects of construction. C. Pollutants such as chemicals, fuels, lubricants, bitumen, raw sewage and other harmful waste shall not be discharged into or alongside of any body of water or into natural or man-made channels leading thereto. PART 2 -- PRODUCTS 2.1 MATERIALS A. Provide all temporary and permanent Best Management Practices (BMP’s) storm water pollution prevention equipment, material, and facilities as required. B. Bales may be hay or straw, and shall be reasonably clean and free of noxious weeds and deleterious materials. Filter fabric for sediment traps shall be of suitable materials acceptable to the ENGINEER. PART 3 -- EXECUTION 3.1 METHODS OF CONSTRUCTION A. Use any of the acceptable BMPs methods necessary to control soil erosion and prevent the flow of sediment to the maximum extent possible. These methods shall include, but not be limited to, the use of water diversion structures, diversion ditches and settling basins. B. Construction operations shall be restricted to the areas of work indicated on the Drawings and to the area, which may be entered for the construction of temporary or permanent facilities. The authority to limit the surface area of erodible earth material exposed by clearing and grubbing, excavation, borrow and fill operations shall be given. The CONTRACTOR shall provide immediate permanent or temporary pollution control measures to prevent contamination of the wetlands and adjacent watercourses. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, or other control devices or methods as necessary to control erosion. The cost of this work shall be borne by the CONTRACTOR. C. Excavated soil material shall not be placed adjacent to the wetlands or watercourses in a manner that will cause it to be washed away by high water or runoff. Earth berms or diversions shall be constructed to intercept and divert runoff water away from critical areas. Diversion outlets shall be stable or shall be stabilized by mean acceptable to the ENGINEER. If for any reason construction materials are washed away during the course of construction, the CONTRACTOR shall remove those materials from the fouled areas. D. For Work within easements of rights-of-way, all materials used in construction such as excavation, backfill, roadway, and pipe bedding and equipment shall be kept within the limits of these easements or rights-of-way. Erosion and Sediment Controls 50th Street Water Main Replacement Page 01565-2 E. The CONTRACTOR shall not pump silt-laden water from trenches or other excavation into the wetlands, or adjacent watercourses. Instead, silt-laden water from his excavations shall be discharged within areas surrounded by baled hay or into sediment traps to ensure that only sediment-free water is returned to the watercourses. Damage to vegetation by excessive watering or silt accumulation in the discharge area shall be avoided. F. Prohibited construction procedures include, but are not limited to the following: 1. Dumping of spoil material into any streams, wetlands, surface waters or unspecified locations. 2. Indiscriminate, arbitrary or capricious operation of equipment in wetlands or surface waters. 3. Pumping of silt-laden water from trenches or excavations into surface waters, or wetlands. 4. Damaging vegetation, adjacent to or outside the construction area limits. 5. Disposal of trees, brush, debris, paints, chemicals, asphalt products, concrete curing compounds, fuels, lubricants, insecticides, wash water from concrete trucks or hydroseeders, or any other pollutant in wetlands, surface waters, or unspecified locations. 6. Permanent or unauthorized alternation of the flow line of any stream. 7. Open burning of debris from the construction work. G. Any temporary working roadways required shall be clean fill approved by the ENGINEER. In the event fill is used, the CONTRACTOR shall take every precaution to prevent the fill from mixing with native materials of the site. All such foreign fill materials shall be removed from the site following construction. - END OF SECTION - Products, Materials, Equip. and Subs. 50th Street Water Main Replacement Page 01600-1 SECTION 01600 PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS PART 1 – GENERAL 1.1 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 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. B. Neither "Products" nor "Materials" nor "Equipment" includes machinery and equipment used for preparation, fabrication, conveying and erection of the WORK. 1.2 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. B. Compatibility of Options: Where more than one choice is available as options for selection of a product, material or equipment, select an option, which is compatible with other products, materials or equipment. Compatibility is a basic general requirement of product, material and equipment selections. 1.3 PRODUCT DELIVERY AND STORAGE A. Deliver and store the product in accordance with manufacturer's written recommendations and by methods and means that 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, 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. 1.4 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. B. Provide equipment and personnel to handle products, materials and equipment by methods to prevent soiling and damage. C. Provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces. 1.5 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. Products, Materials, Equip. and Subs. 50th Street Water Main Replacement Page 01600-2 B. 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. C. Loose granular materials shall be stored on solid flat surfaces in a well-drained area and shall be prevented from mixing with foreign matter. D. Storage shall be arranged to provide access for inspection. Periodically inspect to assure products are undamaged and are maintained under required conditions. E. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection. 1.6 MAINTENANCE OF PRODUCTS IN STORAGE A. Stored products shall be periodically inspected on a scheduled basis. B. Comply with manufacturer's product storage requirements and recommendations. C. Maintain manufacturer-required environmental conditions continuously. D. Ensure that surfaces of products exposed to the elements are not adversely affected and that weathering of finishes does not occur. E. For mechanical and electrical equipment, 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. F. 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 ENGINEER in accordance with the Contract Documents. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Project Closeout 50th Street Water Main Replacement Page 01700-1 SECTION 01700 PROJECT CLOSEOUT PART 1 -- GENERAL 1.1 RELATED REQUIREMENTS A.Related Sections: 1. Section 00700 – Special Conditions 2. Section 01710 – Final Cleaning 1.2 PERFORMANCE TESTING A. Perform a pre-start systems check in order to provide an efficient transition for start-up of facility. The performance testing shall proceed as follows: B. Perform systems checks, which include verification of proper equipment installation, operation, and calibration with the manufacturers or their representatives. C. Verify the performance of the equipment and controls through full scale operation using clean water. Water shall be conveyed to the facility and the tanks shall be filled to their normal operating level. Water for testing shall be provided by the OWNER. D. Temporary piping shall be installed for the conveyance of water to the facility. All equipment shall be tested in normal operating mode to verify proper operation of all equipment in conjunction with the plant control system. 1.3 SUBSTANTIAL COMPLETION A. Submit written certification to that the project is substantially complete. B. Submit list of major items to be completed or corrected. C. Engineer will make an inspection within seven days after receipt of certification, together with a representative. D. Should Engineer consider that work is substantially complete: 1. Prepare, and submit to Engineer, a list of the items to be completed or corrected, as determined by on- site observation. 2. Engineer will prepare and issue a Certificate of Substantial Completion, containing: a. Date of Substantial Completion. b. List of items to be completed or corrected, verified and amended. c. The time required to complete or correct work of listed items. d. Responsibilities for: 1) Insurance 2) Utilities 3) Operation of mechanical, electrical and other systems 4) Maintenance and cleaning 5) Security e. Signatures of: Engineer 3. Complete work listed for completion or correction, within designated time. Project Closeout 50th Street Water Main Replacement Page 01700-2 E. Should Engineer consider that work is not substantially complete: 1. He shall immediately notify, in writing, stating reasons. 2. Complete work, and send second written notice to Engineer, certifying that Project, or designated portion of project of substantially complete. 3. Engineer will re-review work. 1.4 FINAL INSPECTION A. Submit written certification that: 1. Contract Documents have been reviewed. 2. Project has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in presence of Engineer and are operational. 5. Project is completed and ready for final inspection. B. Engineer will make final on-site observation/review within seven (7) days after receipt of certification. C. Should Engineer consider that work is finally complete in accordance with requirements of Contract Documents, he shall prepare and issue the following: 1. Certificate of Completion; 2. Complete sets of As-Builts received; and 3. A Request to make Project Closeout submittals. D. Should Engineer consider that work is not finally complete: 1. He shall notify, in writing, stating reasons. 2. Take immediate steps to remedy the stated deficiencies, and send second written notice to Engineer certifying that work is complete. 3. Engineer will re-review the work. 1.5 FINAL CLEANING UP A. The work will not be considered as completed and final payment made until all final cleanup has been done in a satisfactory manner. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: to requirements of particular technical specifications and Section 01730. B. Equipment, materials, workmanship and performance Warranties and Bonds: to requirements of particular technical specifications. 1.7 INSTRUCTION A. Instruct personnel in operation of all systems, mechanical, electrical and other equipment. 1.8 FINAL APPLICATION FOR PAYMENT A. Submit final applications in accordance with requirements of Contractual Agreement. Project Closeout 50th Street Water Main Replacement Page 01700-3 1.9 FINAL CERTIFICATE FOR PAYMENT A. Engineer will issue final certificate in accordance with provisions of Contractual Agreement. PART 1 – PRODUCTS (Not Used) PART 2 – EXECUTION (Not Used) - END OF SECTION - Final Cleaning 50th Street Water Main Replacement Page 01710-1 SECTION 01710 FINAL CLEANING PART 1 -- GENERAL 1.1 THE REQUIREMENT A. On a continuous basis, maintain premises free from accumulations of waste, debris and rubbish, caused by operations. B. At completion of WORK, remove waste materials, rubbish, tools, equipment, machinery and surplus materials, and clean all sight-exposed surfaces; leave Project clean and ready for occupancy to the satisfaction of the DEVELOPER. C. Related Sections: 1. Section 01045 – Cutting and Patching 2. Section 01700 – Project Closeout 1.2 SAFETY REQUIREMENTS A. Hazards control: 1. Store volatile wastes in covered metal containers, and remove from premises daily. 2. Prevent accumulation of wastes, which create hazardous conditions. 3. Provide adequate ventilation during use of volatile or noxious substances. B. Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution laws. 1. Do not burn or bury rubbish and waste materials on Project site without written permission from the CONTRACTOR. 2. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 3. Do not dispose of wastes into streams or waterways. PART 2 -- PRODUCTS 2.1 MATERIALS A. Use only cleaning materials recommended by manufacturer of surface to be cleaned. B. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 – EXECUTION 3.1 DURING CONSTRUCTION A. Execute cleaning to ensure that building, grounds and public properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. C. At reasonable intervals during progress of Work, clean site and public properties, and dispose of waste materials, debris and rubbish. D. Provide on-site containers for collection of waste materials, debris and rubbish. Final Cleaning 50th Street Water Main Replacement Page 01710-2 E. Remove waste materials, debris and rubbish from site and legally dispose of at public or private dumping areas off the DEVELOPERS's property. F. Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights. G. Each subcontractor areas of work shall thoroughly be cleaned of all materials and equipment installed from their areas of work. 3.2 FINAL CLEANING A. Employ experienced workers, or professional cleaners, for final cleaning. B. In preparation for substantial completion, conduct final inspection of sight-exposed interior and exterior surface, and of concealed spaces. C. Repair, patch and touch up marred surfaces to specified finish, to match adjacent surfaces. D. Broom clean paved surfaces; rake clean other surfaces of grounds. E. Maintain cleaning until Project, or portion thereof, is occupied by AGENCY. F. The CONTRACTOR shall restore or replace existing property or structures as promptly and practicable as work progresses. - END OF SECTION - Field Engineering 50th Street Water Main Replacement Page 01722-1 SECTION 01722 FIELD ENGINEERING PART 1 – GENERAL 1.1 SUMMARY A Section Includes: Field engineering to establish lines and grades for the Work. B. Related Sections: Section 01700 – Project Closeout. 1.2 THE REQUIREMENT A. The CONTRACTOR shall provide the initial surveying and staking control for the reservoir site. In addition, the CONTRACTOR shall provide the initial staking of the property and easement limits, clearing limits, inlet and outlet lines and utilities, and excavation limits. B. The CONTRACTOR shall provide all necessary staking following the initial staking, as required to construct the Scope of Work. C. The CONTRACTOR shall survey the location of any underground utility line that the CONTRACTOR installs. This shall include all joints, hydrants and services. 1.2 QUALITY ASSURANCE A. Qualifications of Surveyor or Engineer: Registered civil engineer or land surveyor in state where Project is located. B. Accuracy of stakes, alignments, and grades may be checked randomly by ENGINEER. 1. Notice of when checking will be conducted will be given. 2. When notice of checking is given, postpone parts of the Work affected by stakes, alignments or grades to be checked until checked. 3. Do not assume that ENGINEER's check substitutes or complements required field quality control procedures. 1.3 CONSTRUCTION STAKES, LINES, AND GRADES A. Execute the Work in accordance with the lines and grades indicated. B. Make distances and measurements on horizontal planes, except elevations and structural dimensions. 1.4 SURVEY REFERENCE POINTS A. Basic reference line, a beginning point on basic reference line, and a bench mark will be provided, by OWNER as defined in the Contract. B. From these reference points, establish other control and reference points as required to properly lay out the Work. C. Locate and protect control points prior to starting sitework, and preserve permanent reference points during construction. 1. Make no changes or relocations without prior written notice. Field Engineering 50th Street Water Main Replacement Page 01722-2 2. Replace Project control point, when lost or destroyed, in accordance with original survey control. D. Set monuments for principal control points and protect them from being disturbed and displaced. 1. Re-establish disturbed monuments. 2. When disturbed, postpone parts of the Work that are governed by disturbed monuments until such monuments are re-established. 1.5 PROJECT SURVEY REQUIREMENTS A. Establish minimum of 2 permanent bench marks on site referenced to data established by survey control points. B. Record permanent bench mark locations with horizontal and vertical data on Project Record Documents. C. Assume responsibility for accuracy of stakes, alignments, and grades by performing verifications and checking in accordance with standard surveying practice. D. Locate all utilities installed within the project prior to backfilling. Make a complete survey at the line, hub, or joint locations. 1.6 RECORD DOCUMENTS A. Prepare and submit Record Documents. B. Maintain complete, accurate log of control points and survey. C. Submit all utility locate information. D. Affix civil engineer's or land surveyor's signature and registration number to Record Drawing to certify accuracy of information shown. PART 2 – PRODUCTS (Not Used) PART 3 -- EXECUTION 3.1 GENERAL A. The CONTRACTOR shall provide the initial field engineering for the project. This shall include staking, control, bench marks, property lines and clearing limits as necessary for the completion of this project. This shall also include staking of the structure corners with offsets, and two established bench marks. B. The CONTRACTOR shall provide all required field engineering, as necessary to complete the work as defined in the contract. - END OF SECTION - Operating and Maintenance Data 50th Street Water Main Replacement Page 01730-1 SECTION 01730 OPERATING AND MAINTENANCE DATA PART 1 -- GENERAL 1.1 THE REQUIREMENT A. Compile product data and related information appropriate for maintenance and operation of equipment furnished under the Contract. Prepare Operating and Maintenance Data as specified. B. Instruct CONTRACTOR’s personnel in the maintenance and operation of equipment and systems as outlined herein. C. In addition to Operating and Maintenance Data, the Manufacturer's printed recommended Installation Practice shall be included. If not part of the Operating and Maintenance Manual, separate written installation instructions shall be provided, serving to assist the CONTRACTOR in equipment installation. D. Related Sections: 1. Section 00700 – Special Conditions 2. Section 01300 – Submittals 1.2 OPERATING AND MAINTENANCE MANUAL A. Every piece of equipment furnished and installed shall be provided with complete maintenance and operations manuals. These shall be detailed in instructions to the CONTRACTOR’s personnel. They shall be attractively bound for the CONTRACTOR’s records. After approval, the CONTRACTOR shall store all manuals until the completion of the project or until requested by the ENGINEER. The manuals will be stored and delivered to the AGENCY in an organized format. B. Provide six (6) hard copies plus one (1) electronic version in PDF format. Four (4) copies shall be delivered to the jobsite shipped with the equipment and two (2) copies shall be delivered to the CONTRACTOR’s main office. 1.3 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. 1.4 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. CONTRACTOR, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to the content of the volume. 3. List, with each product, the name, address and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify the area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product, by product name and other identifying symbols as set forth in Contract Documents. Operating and Maintenance Data 50th Street Water Main Replacement Page 01730-2 B. Product Data: 1. Include only those sheets, which are pertinent to the specific product. References to other sizes and types or models of similar equipment shall be deleted or lined out. 2. Annotate each sheet to: a. Clearly identify the specific product or part installed. b. Clearly identify the data applicable to the installation. c. Provide a parts list for all new equipment items, with catalog numbers and other data necessary for ordering replacement parts. d. Delete references to inapplicable information. 3. Clear and concise instructions for the operation, adjustment, lubrication, and other maintenance of the equipment including a lubrication chart. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of complete installation. D. Written text, as required to supplement product data for the particular installation: 1. Organize in a consistent format under separate headings for different procedures. 2. Provide a logical sequence of instructions for each procedure. E. Copy of each warranty, bond and service contract issued: Provide information sheet for AGENCY's personnel. 1. Proper procedures in the event of failure. 2. Instances which might affect the validity of warranties or bonds. F. The manuals must be approved by the CONTRACTOR before final payment on the equipment is made. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) - END OF SECTION - Construction Progress Photos 50th Street Water Main Replacement Page 01740-1 SECTION 01740 CONSTRUCTION PROGRESS PHOTOS PART 1 – GENERAL 1.1 THE REQUIREMENT A. CONTRACTOR is responsible for the preparation, submittal and maintenance of digital construction progress photos. B. Construction photographs provided by CONTRACTOR shall be in the form of digital files. C. Related Sections: 1. Section 01312 – Project Meetings PART 2 – PRODUCTS 2.1 DESCRIPTION A. Images must be created using only digital photographic equipment. Camera should be capable of utilizing a moderate wide-angle lens system and have electronic flash capable of properly illuminating a large interior space. The digital camera must have a sensor capacity of at least 6.1 megapixels and produce original uncompressed JPEG format image files that open to display at dimensions which exceed 20x30 inches, at a minimum of 72 dpi (1500 x 2200 pixel) resolution. The camera shall automatically imprint the date and time the photo is taken into one corner of the image. Digital images shall be saved in JPEG format and properly labeled. B. Digital copies shall be provided for the OWNER and ENGINEER by CONTRACTOR at each weekly progress meeting. C. Saved images shall include detailed photograph description along with month, day, and year and separated by treatment process. PART 3 – EXECUTION (NOT USED) - END OF SECTION - Underground Precast Concrete Utility Structures 50th Street Water Main Replacement Page 02084-1 SECTION 02084 UNDERGROUND PRECAST CONCRETE UTILITY STRUCTURES PART 1 – GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish and install structural pre-cast concrete work in accordance with the Contract Documents. B. This Section covers the design, fabrication, delivery and installation of all pre-cast concrete units, including connections, complete, in place, as shown and specified. C. Soils Report 1. This work shall conform to the requirements of the latest Geotechnical Evaluation and or Soils Report. D. Related Sections: 1. Section 02100 – Site Preparation 2. Section 02200 – Earthwork 3. Section 02318 – Trenching 1.2 CODES AND STANDARDS A. Codes: All codes, as referenced herein, are specified in Section 01090 - Reference Standards. B. Referenced Documents: 1. ASTM Standards: ASTM A 82 Specification for Steel Wire, Plain, for Concrete Reinforcement ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement ASTM A 496 Specification for Steel Wire, Deformed, for Concrete Reinforcement ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement ASTM A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM A 616 Specification for Rail-Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 617 Specification for Axle-Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 706 Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement ASTM C 31 Practice for Making and Curing Concrete Test Specimens in the Field ASTM C 33 Specification for Concrete Aggregates ASTM C 39 Test Method for Compressive Strength of Cylindrical Concrete Specimens Underground Precast Concrete Utility Structures 50th Street Water Main Replacement Page 02084-2 ASTM C 42 Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C 94 Specification for Ready-Mixed Concrete ASTM C 150 Specification for Portland Cement ASTM C 192 Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM C 231 Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 260 Specification for Air-Entraining Admixtures for Concrete ASTM C 330 Specification for Lightweight Aggregates for Structural Concrete ASTM C 478 Specification for Precast Reinforcement Concrete Manhole Sections ASTM C 494 Test Method for Shear Fatigue of Sandwich Core Materials ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C 857 Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 2. American Concrete Institute Standards: ACI 318 Building Code Requirements for Reinforced Concrete 3. American Welding Society Standards: AWS-D1.4 Structural Welding Code Reinforcing Steel 1.3 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. B. Shop Drawings: 1. Shop drawings shall show structure dimensions and orientation and location of all applicable inflow and outflow penetrations, access hatches, and conduit sleeves. 2. Shop drawings shall include design structural calculations, assuming the applicable seismic zone and project groundwater conditions, that are stamped and signed by a Professional Engineer registered in California and shall be approved by the ENGINEER. 3. Shop drawings shall indicate pre-cast unit identification marks, location of units in the WORK, elevations, fabrication details, joint details, reinforcement, connections, dimensions, interface with adjacent members, and special handling instructions in sufficient detail to cover manufacture, handling and erection. Shop drawings shall include erection drawings. C. Test Reports: Tests for compressive strength of concrete shall be performed by the factory. Copies of test reports including all test data and all test results shall be submitted. Underground Precast Concrete Utility Structures 50th Street Water Main Replacement Page 02084-3 D. Certificates of Compliance: Certificates of compliance shall be submitted attesting that materials and products meet or exceed specified requirements. 1.4 QUALITY ASSURANCE A. General Requirements: Design members under direct supervision of a Professional Engineer experienced in design of pre-cast concrete units, registered in the State of California and conforming to requirements of this specification. 1. Manufacture, Transportation and Installation: The Manufacturer shall specialize in providing pre-cast products and services normally associated with pre-cast concrete construction with high quality finishes similar to that indicated on drawings. 1.5 DELIVERY, STORAGE AND HANDLING A. General: Pre-cast members shall be handled to position consistent with their shape and design; they shall be lifted and supported from design incorporated support points and provided with strong backs and other devices as required. Lifting or handling equipment shall be capable of maintaining units during manufacture, storage, transportation, erection, and in position for fastening. B. Blocking and supports, lateral restraints and protective materials during transport and storage shall be clean, non-staining, without causing harm to exposed surfaces, including temporary support to prevent bowing and warping. Lateral restraints shall be provided to prevent undesirable horizontal movement. Edges and exposed faces of members shall be protected to prevent straining, chipping, or spalling of concrete. C. Units shall be marked with date of production and final position in structure in location not visible after erection. D. Pre-cast units shall be stored off the ground in a manner to prevent warpage and they shall be protected from weather, marring, and overload. E. Stainless Steel Hardware: Stainless steel hardware shall be transported, handled, stored, and protected in wood crates. PART 2 – PRODUCTS 2.1 MATERIALS A. Cement: ASTM C 150 or ASTM C 595. B. Aggregates: ASTM C 33 and ASTM C 330, except that the requirements for grading shall not apply. C. Admixtures: May be used provided such admixtures are not injurious to other products used in the concrete. D. Chemical Admixtures: ASTM C 494 E. Fly Ash and Pozzolanic Admixture: ASTM C 618 F. Water: Used for curing, washing, aggregate, or mixing concrete shall be clean and free of injurious amounts of oil, acids, alkalis, salts, organic materials, or other substances that may be incompatible with concrete or steel. Underground Precast Concrete Utility Structures 50th Street Water Main Replacement Page 02084-4 G. Steel Reinforcement: 1. Wire ASTM A 82 or ASTM A 496 2. Wire Fabric ASTM A 185 or ASTM A 497 3. Bars ASTM A 184, ASTM A 615, ASTM A 616, ASTM A 617 or ASTM A 706 2.2 DESIGN REQUIREMENTS A. Design Method: The elastic method of structural design or the ultimate strength method of reinforced concrete design as outlined in ACI 318 shall be used to design the concrete sections, including the reinforcement required, when the structure is subjected to the loading conditions covered in Practice C 857. B. Access Openings: The structural design shall take into consideration the number, placement and size of access openings. C. Floors: The minimum floor thickness resulting from slope shall be considered as nominal floor thickness in the structure. D. Terminators, Knockouts and Sumps: Duct terminators, knockouts and sumps shall be designed to carry the loads imposed upon them. The basic structure shall be designed to carry all imposed loads with knockouts removed. E. Placement of Reinforcement: The design concrete cover for reinforcing bars, mats or fabric shall not be less than ¾-inch (19 mm) subject to the requirements of Section 2.2. F. Concrete Strength: The minimum specified compressive strength for design shall be 4,000 psi (21 MPa) at 28 days of age. Compressive-strength tests should be made in accordance with Practices C 31 and C 192 and Test Methods C 39 and C 42. G. Joints: Joints in sectional precast concrete structure shall be designed so as to be self-aligning when assembling sections of the structure. 1. The manufacture shall provide a single joint design on all units of the same size and type to ensure interchangeability. H. Lifting Devices: Design of embedded lifting devices shall conform to requirements as specified in 8.4 under Special Loading Considerations of Practice ASTM C 890. I. Pickup Points and Boxouts: Pickup points, boxouts and inserts on panel faces and surfaces to be exposed are prohibited except as approved. J. Traffic Loads: Structure and access hatches shall be designed for HS-20-44 traffic wheel loads per AASHTO as last revised, including a 30% impact factor. 2.3 MANUFACTURE A. Forms: Forms shall be accurately constructed and strong enough to maintain the structure’s dimensions within the tolerances given in Section 2.4. Forms should be constructed in such a manner as to minimize the seepage of water. All casting surfaces shall be smooth nonporous material. B. Cleaning and Oiling: Forms shall be cleaned before each use. New forms shall be free of paint or Underground Precast Concrete Utility Structures 50th Street Water Main Replacement Page 02084-5 other protective coatings that might cling to the surface of the structure. Releasing agents applied to the form to aid in breaking the bond between the form and the concrete shall not be injurious to the concrete. C. Reinforcement: Steel reinforcement shall conform to the requirements of this specification and shall be securely positioned in the form to maintain design concrete cover given in Section 2.2 during concrete placement. All chairs, bolsters, braces and spacers in contact with form and reinforcing rod shall be of material that will not deteriorate. D. Mixture: The aggregates shall be sized, graded, proportioned and thoroughly mixed in a batch mixer with proportions of cement and water as will produce a homogeneous concrete having the required specified compressive strength. If Ready-Mix concrete is used, it shall be in accordance with Specification C 94. E. Concrete Placement: Concrete shall be deposited as nearly as practicable in its final position. Concrete shall be placed in the form at a rate such that the concrete is plastic at all times and flows readily into all parts of the form and around all reinforcement steel and embedded fixtures without segregation of materials. Concrete that has partially hardened or has been contaminated by foreign material shall not be deposited in the form. F. Curing: Structures shall be cured by an accepted industry method that will develop the required 28-day compressive strength without affecting the long-term durability of the concrete. 2.4 PERMISSIBILE VARIATIONS A. Dimensional Tolerances: The length, width, height or diameter measurements of the structure when measured on the inside surface shall not deviate from the design dimensions more than the following: Dimension Tolerance 0 to 5-feet (0 to 1.5 m)± ¼-inch (± 6 mm) 5 to 10-feet (1.5 to 3.0 m)± ³∕8-inch (± 10 mm) 10 to 20-feet (3.0 to 6.1 m)± ½-inch (± 13 mm) 20-feet (6.1 m) and over as agreed upon between manufacturer and purchaser B. Squareness Tolerance: The inside of the precast concrete component shall be square as determined by diagonal measurements. The difference between such measurements shall not exceed the following: Measured Length Allowable Difference 0 to 10-feet (0 to 3.0 m)± ½-inch (± 13 mm) 10 to 20-feet (3.0 to 6.1 m)± ¾-inch (± 19 mm) 20-feet (6.1 m) and over as agreed upon between manufacturer and purchaser C. Joint Surfaces: The inside joint seam gap between two sections placed together without a joint sealant shall not exceed ³∕8-inch (9.5 mm). D. Insert Location: Insert locations for attachments in each component shall not deviate individually or cumulatively more than ± 1∕8-inch (3.18 mm) from dimensions on specification drawings. E. Reinforcement Location: With reference to thickness of wall or slab, reinforcement shall be within ± ¼-inch (6.3 mm) of the design location, but in no case shall the cover be less than ¾- inch (19 mm). The reinforcement spacing shall not vary more than one tenth of the designed bar Underground Precast Concrete Utility Structures 50th Street Water Main Replacement Page 02084-6 spacing nor exceed 1½-inch (38 mm) in variation, except for welded wire mesh which shall conform to Specifications A 185 or A 497. F. Slab and Wall Thickness: The slab and wall thickness shall not be less than that shown in the design by more than 5% or 3∕16-inch (4.8 mm), whichever is greater. A thickness greater than that required in the design shall not be a cause for rejection. 2.5. REPAIRS A. Precast concrete structures may be repaired. Repairs shall be performed by the manufacturer, in such a manner as to ensure that the repaired structure conforms to the requirements of this specification. 2.6 INSPECTION A. The quality of material, process of manufacture, and the finished structure shall be subject to inspection at anytime by the purchaser or their representative. 2.7 REJECTION A. Precast concrete structures or sections of structures shall be subject to rejection upon failure to conform to any specified requirements contained herein, or if any of the following imperfections occur: 1. Defects that indicate any imperfect concrete mixing and molding, or 2. Surface defects indicated by honeycombed or open-texture and damaged areas where such defects would affect the structural adequacy. 2.8 CERTIFICATION A. At the request of the purchaser, the manufacturer shall, prior to the actual delivery of a structure, furnish a statement giving the source and type of cement, the source and specific gravities of the aggregates, the concrete mix proportions, strength, type, amount, and name of admixtures and mill certificates for the reinforcement steel used in manufacture. 2.9 MARKING A. The weight shall be marked on the outside of each component section. B. The purchaser may request additional information to be marked on the component section when ordering. C. The method of marking shall be agreed upon between the purchaser and the supplier prior to ordering. PART 3 – EXECUTION 3.1 INSTALLATION A.Erection: 1. The units shall be erected in accordance with approved shop/erection drawings without damage to shape or finish or adjacent work. Unless otherwise shown, members shall be erected level and plumb within allowable tolerances. 2. The CONTRACTOR shall align and maintain uniform horizontal joints as erection progresses, provide approved shims and wedges as required, and when members required adjustment beyond design or tolerance criteria, discontinue affected work. Units shall be secured in place and field welds, scratches Underground Precast Concrete Utility Structures 50th Street Water Main Replacement Page 02084-7 and otherwise damaged steel surfaces shall be touched up. 3. Pickup points, boxouts, inserts and bearing surfaces shown shall be grouted with non-shrink grout in accordance with Section 03315 - Grout. The color and texture of concrete surfaces of adjacent areas shall be finished to match in the same plane. 3.2 PROTECTION A. Adjacent surfaces shall be protected from damage during sealing and cleaning operations and against damage, disfiguration or discoloration from subsequent operations. Noncombustible shielding shall be used during welding operations. - END OF SECTION - Frames, Grates, Rings, and Covers 50th Street Water Main Replacement Page 02085-1 SECTION 02085 FRAMES, GRATES, RINGS, AND COVERS PART 1 - GENERAL 1.1 REQUIREMENTS A. Iron castings for manhole or precast concrete frames and covers, inlet frames and grates, catch basin frames and grates, meter vault frames and covers, adjustment rings, and extensions. 1.2 REFERENCES A. Commercial Standards AASHTO American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges ASTM A 48 Standard Specification for Gray Iron Castings ASTM A 615 Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement AWS - D 12.1 Welding Reinforcing Steel. 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings or City of Vernon Standard Plans and Specifications. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. PART 2 – PRODUCTS 2.1 CASTINGS A. Use castings for frames, grates, rings and covers conforming to ASTM A 48, Class 35B. Provide locking covers if indicated on Drawings. B. Use clean castings capable of withstanding application of AASHTO M306- 40,000 pound proof loading without detrimental permanent deformation. C. Fabricate castings to conform to shapes, dimensions, and with wording or logos shown on Drawings. Standard dimensions for manhole covers are 32 inches in diameter. D. Cast iron. Castings shall be tough, close-grained gray iron, sound, smooth, clean, free from blisters, blowholes, shrinkage, cold shuts, and all defects, and shall conform to ASTM A48, Class 30B. Plane or grind bearing surfaces to ensure flat, true surfaces. E. Bolt-down covers shall be used on all manholes within the double perimeter security fence and shall have either six 3/8-inch or four 1/2-inch-diameter by 1-1/2-inch-long capscrews with washers. Frames, Grates, Rings, and Covers 50th Street Water Main Replacement Page 02085-2 F. Capscrews and washers shall be Type 316 stainless steel conforming to ASTM Al 93. Countersink bolt holes in cover so that the top of the capscrews are below the top plane of the cover. Frames for bolt-down covers shall be supplied with four 3/4-inch-diameter Type 316 stainless steel anchor bolts, nuts, and washer as detailed on the Drawings. G. Nominal inside opening of the frame shall be 24 inches. Provide a blind pick hole or lifting lug in the cover. Do not provide lifting rings or vent holes in covers unless specifically required. 2.2 BEARING SURFACES A. Machine bearing surfaces between covers or grates and their respective frames so that even bearing is provided for position in which casting may be seated in frame. 2.3 SPECIAL FRAMES AND COVERS A. Where indicated on Drawings, provide watertight manhole frames and covers with minimum of four bolts and gasket designed to seal cover to frame. Supply approved watertight manhole covers and frames. B. Where shown on Drawing, provide manhole frames and covers with 48 inch diameter clear opening, with inner cover for 22 inch diameter clear opening. Provide approved inner cover with pattern shown on Drawings. 2.4 FINISH A. Unless otherwise specified, uncoated coat iron. 2.5 FABRICATED RING GRATES A. Fabricate ring grates from reinforcing steel conforming to ASTM A 615. B. Grating shall be 2 ½ inch metal that shall fit into the area shown on the mechanical plan. C. The gratings shall be secured in place by at least four (4) acceptable removable-type fasteners per grating panel. The ends of each grating section shall be banded with bearing bars. D. Conform to welds connecting bars to AWS D 12.1. 2.6 ADJUSTMENT RINGS FOR ASPHALT OVERLAYS A. Use castings conforming Section 2.01. B. One piece casting with dimensions to fit frame and cover. PART 3 – EXECUTION 3.1 INSTALLATION A. Install castings according to approved shop drawings, instructions in related specifications, and applicable directions from manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in form work until permanently set. C. Install adjustment rings in existing frames with clean bearing surfaces that are free from rocking. -END OF SECTION- Site Preparation 50th Street Water Main Replacement Page 02100-1 SECTION 02100 SITE PREPARATION PART 1 – GENERAL 1.1 THE REQUIREMENT A. The WORK of this Section as defined in the Contract includes all work necessary to satisfactorily prepare the site as shown on the accepted drawings, per the Site Geotechnical Report and as specified herein. Following this preparation, the site shall be in such a condition as to easily continue with the next operation whether it be excavating, backfilling, or any other operations that are a part of the project. Site preparation includes clearing, grubbing, grading, tree and shrub removal, native grass stripping and removing and disposing of all debris within the limits of the project and such other areas as may be indicated on the plans or required work, except such objects as are designated to remain or are to be removed in accordance with the plans. This work shall also include the preservation from injury or defacement of all vegetation and objects designated to remain. B. Related Sections: 1. Section 01040 – Coordination 2. Section 01505 – Mobilization 3. Section 01530 – Protection of Existing Facilities 4. Section 01550 – Site Access and Storage 5. Section 01560 – Temporary Environmental Controls 6. Section 01563 – Dust Control 7. Section 01722 – Field Engineering 8. Section 02200 – Earthwork C. Soils Report: This work shall conform to the requirements of the Geotechnical Soils Report. 1.2 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. B. Shop Drawings: Submit clearing limits and site access plans and limits. 1.3 SITE SURVEY AND LAYOUT A. The CONTRACTOR shall establish construction and clearing limits by providing the initial site survey and field staking. The initial staking will include property line limits, casements and access points and structure locations with 100 ft. offsets. The OWNER shall provide the contractor the survey data for the project to include the survey control points, hubs, etc and benchmarks for the site. The contractor shall layout required construction staking as defined in Section 01722 – Field Engineering. 1.4 PERMITS A. Verify all required permits have been secured for this work. Comply with applicable Air Pollution Control requirements. In the absence of specific ordinances, periodic watering shall be done to control dust throughout the work. Make all necessary arrangements for water required for this work. PART 2 – PRODUCTS (Not Used) Site Preparation 50th Street Water Main Replacement Page 02100-2 PART 3 – EXECUTION 3.1 PRIMARY SITE ACCESS A. The CONTRACTOR shall provide clearing, grubbing, and stripping as defined in the contract. B. The CONTRACTOR shall develop any necessary access to the Site, including access entrance barriers to prohibit entry of unauthorized persons as defined in the Contract. The contractor shall provide at the project site access barriers to prohibit entry of unauthorized persons as defined in the Contract. C. Adequately support existing structures, sidewalks, slabs, pavements, utilities, and other facilities that may be affected by the proposed construction as defined in the Contract. D. Utility Interference: Where existing utilities interfere with the WORK, notify the utility owner before proceeding in accordance with the General Conditions. 3.2 CLEARING, GRUBBING AND STRIPPING A. The CONTRACTOR shall perform this work as defined in the soils report. B. Construction areas shall be cleared of grass and weeds to at least a depth of 1 inch and cleared of structures, pavement, sidewalks, concrete or masonry debris, trees, logs, upturned stumps, loose boulders, and any other objectionable material of any kind which would interfere with the performance or completion of the WORK, create a hazard to safety, or impair the subsequent usefulness of the WORK, or obstruct its operation. Trees and other natural vegetation outside the actual lines of construction shall be protected from damage during construction. C. Within the limits of clearing, the areas below the natural ground surface shall be grubbed to a depth necessary to remove all stumps, roots, buried logs and all other objectionable material. Septic tanks, drain fields, and connection lines and any other underground structures, debris or waste shall be removed if found on the Site. All objectionable material from the clearing and grubbing process shall be removed from the Site and wasted in approved safe locations. 3.3 OVEREXCAVATION, REGRADING AND BACKFILL UNDER FILL AREAS A. All grading and excavation shall conform to the requirements of the soil reports. 3.4 EXISTING UTILITY SERVICES A. At start of work, CONTRACTOR shall locate and identify all utility services located within the construction limits (both underground and overhead). Utilize Dig Alert services and private location services as required, including potholing as may be necessary. B. CONTRACTOR shall disconnect or reroute all existing services, where such services will be affected by construction operations. Comply with all instructions issued during the pre-construction conference regarding coordination, advance notice, emergency repairs, etc. C. All disconnections or terminations shall be performed in safe manner, in accordance with applicable codes and regulation. Provide any disconnects switches, valves, plugs, tees, etc., as required for the various locations. - END OF SECTION - Earthwork 50th Street Water Main Replacement Page 02200-1 SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 THE REQUIREMENT A. Perform all earthwork indicated and required for construction of the WORK, complete and operable in accordance with the Contract Documents and the latest site geotechnical report. B. Related Sections: 1. Section 01040 – Coordination 2. Section 01530 – Protection of Existing Facilities 3. Section 01550 – Site Access and Storage 4. Section 01560 – Temporary Environmental Controls 5. Section 01563 – Dust Control 6. Section 01565 – Erosion and Sediment Controls 7. Section 01722 – Field Engineering 8. Section 02084 – Underground Precast Concrete Utility Structures 9. Section 02318 – Trenching 1.2 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. 1. Excavation Plan and stock pile storage sites. 2. Backfill Plan PART 2 - PRODUCTS 2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS A. General: All excavation or backfill shall conform to the requirements of the Geotechnical Engineer. Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock, or sand, free from grass, roots, brush, or other vegetation and approved by the Geotechnical Engineer. B. Fill and backfill materials to be placed within 6 inches of any structure or pipe shall be free of rocks or unbroken masses of earth materials having a maximum dimension larger than 3 inches. C. Suitable Materials: Materials not defined as unsuitable below are defined as suitable materials and may be used in fills, backfilling and embankment construction subject to the indicated limitations. In addition, when acceptable to the ENGINEER, some of the material listed as unsuitable may be used when thoroughly mixed with suitable material to form a stable composite. D. Suitable materials may be obtained from on-site excavations, or may be processed on-site materials. If the Soils Engineer determines that excavated material is not suitable then additional compensation may be allowed on site processing or for import materials. Earthwork 50th Street Water Main Replacement Page 02200-2 E. The following types of suitable materials are defined, unless otherwise specified in the project soils report. 1. Type A: Native soil excavated from the site after the site is stripped in accordance with Section 02100 – Site Preparation. This soil must be approved by the Geotechnical Engineer. 2. Type B (sand backfill): Sand with 100% passing a 3/8-inch sieve, at least 90% passing a Number 4- sieve, and a sand equivalent value not less than 30. 3. Type C (crushed rock): Crushed rock shall be imported material that consists of durable rock and gravel that contains less than one percent asbestos by weight or volume and free from slaking or decomposition under the action of alternate wetting and drying. Crushed rock shall meet the following gradation requirements. Sieve Size Percentage Passing 1-inch 100 ¾-inch 90 - 100 No. 4 0 - 10 No. 200 0 - 2 These materials should have a durability index of not less than 40. 4. Type D (pea gravel or chat backfill): Crushed rock or gravel with 100% passing a ½-inch sieve and not more than 10% passing a Number 4-sieve. 5. Type E (coarse drain rock): Crushed rock or gravel with a Durability Index of not less than 40 meeting the following gradation requirements: Sieve Size Percentage Passing 2-inch 100 1½–inch 90 - 100 1-inch 20 - 55 ¾-inch 0 - 15 No. 200 0 - 3 6. Type F (aggregate base): Crushed rock aggregate base material of such nature that it can be compacted readily by watering and rolling to form a firm, stable base for pavements. The grading for either the 1½-inch maximum size or ¾-inch maximum size gradation shall be used. The R-value shall not be less than 78. The sand equivalent value shall be not less than 22, and the material shall meet the following gradation requirements: Percentage Passing 1½-inch Max.¾-inch Max. Sieve Size Gradation Gradation 2-inch 100 - 1½–inch 90 - 100 - 1-inch -100 ¾-inch 50 - 85 90 - 100 No. 4 25 - 45 35 - 55 No. 30 10 - 25 10 - 30 No. 200 2 - 9 2 - 9 7. Type G (topsoil): Stockpiled topsoil material, which has been obtained at the site by removing soil to a depth not exceeding 1½-feet. Removal of the topsoil shall be done after the area has been cleared of vegetation and debris. Earthwork 50th Street Water Main Replacement Page 02200-3 8. Type H (cement-treated backfill): Material which consists of Type E material, which has been cement- treated so that the cement content of the material is not less than 5% by weight when tested in accordance with ASTM D 2901 - Standard Test Method for Cement Content of Freshly Mixed Soil Cement. The ultimate compressive strength at 28 days shall be not less than 400 psi when tested in accordance with ASTM D 1633 - Standard Test Method for Compressive Strength of Molded Soil - Cement Cylinders. 9. Type I (trench plug): Low permeable fill material, a non-dispersible clay material having a minimum plasticity index of 10. 2.2 UNSUITABLE MATERIAL A. Unsuitable materials include the materials listed below: 1. Soils as defined unsuitable in the Soils Report or by the Geotechnical Engineer. 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. 3. Soils, which cannot be compacted sufficiently to achieve the density specified for the intended use. 4. Materials that contain hazardous or designated waste materials including petroleum hydrocarbons, pesticides, heavy metals, and any material which may be classified as hazardous or toxic according to applicable regulations. 5. Soils that contain greater concentrations of chloride or sulfate ions, or have a soil resistivity or pH less than the existing on-site soils. 6. Topsoil, except as allowed below. 2.3 USE OF FILL, BACKFILL AND EMBANKMENT MATERIAL TYPES A. The types of materials as designated herein for all required fill, backfill and embankment construction hereunder shall be used. B. Where these Specifications conflict with the requirements of any local agency having jurisdiction or with the requirements of a pipe material manufacturer, the ENGINEER shall be immediately notified. In case of conflict between types of pipe embedment backfills, the agency-specified backfill material if that material provides a greater degree of structural support to the pipe shall be used. In case of conflict between types of trench or final backfill types, the agency-specified backfill material, if that material provides the greater in- place density after compaction shall be used. C. Fill and backfill types shall be used in accordance with the following provisions as approved by the Geotechnical Engineer: 1. Embankment fills shall be constructed of Type A materials, as defined herein, or of primarily Type I mixed with lesser amounts of Type A through Type H materials. 2. Pipe zone backfill, as defined under Section 2318. 3. Aggregate base materials under pavements shall be Type F material constructed to the thicknesses indicated. For aggregate sub-base shall be Type H material. 4. Backfill around structures shall be Type I material or Types F or H where indicated on the plans. 5. Backfill materials beneath structures shall be defined by the Geotechnical Engineer or as follows: a. Drain rock materials under hydraulic structures or other water retaining structures with underdrain systems shall be Type C material or where shown. b. Under concrete hydraulic structures or other water retaining structures without underdrain systems, Types G or H materials shall be used. Undisturbed subgrade. c. Under structures where groundwater must be removed to allow placement of concrete, Type E material shall be used. Before the Type E material is placed, filter fabric shall be placed over the exposed foundation. Earthwork 50th Street Water Main Replacement Page 02200-4 d. Under all other structures, Type A or F materials shall be used. 6. Filter fabric, if not specified on the plans, shall be Mirafi 140 N, Mirafi 700X or ENGINEER approved equal. 2.4 MATERIALS TESTING A. All soils testing of samples submitted will be done by a testing laboratory with the ENGINEER’s approval and at no additional expense. At its discretion, the ENGINEER may request that samples for testing of any material used in the work be supplied. B. Particle size analysis of soils and aggregates will be performed using ASTM D 422 - Standard Test Method for Particle-Size Analysis of Soils. C. Determination of sand equivalent value will be performed using ASTM D 2419 - Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate. D. Unified Soil Classification System: References in this Section to soil classification types and standards shall have the meanings and definitions indicated in ASTM D 2487. ASTM D 2487 in the interpretation of soil classifications shall bind all applicable provisions. PART 3 - EXECUTION 3.1 EXCAVATION - GENERAL 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 indicated or ordered. Unless otherwise indicated, the entire construction site shall be stripped of all vegetation and debris, and such material shall be removed from the site prior to performing any excavation or placing any fill. All supports and shoring that may be required for the sides of the excavations shall be furnished, placed and maintained. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable State and OSHA safety requirements and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926). B. Removal and Exclusion of Water: Remove and exclude water, including stormwater, groundwater, irrigation water and wastewater, from all excavations as defined in the contract. Dewatering wells, wellpoints, sump pumps or other means shall be used to remove water and continuously maintain groundwater at a level at least 2-feet below the bottom of excavations before the excavation work begins at each location. Water shall be removed and excluded until backfilling is complete and all field soils testing have been completed per Section 02140 – Dewatering. 3.2 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. Excavation Beneath Structures and Embankments: Except where otherwise indicated for a particular structure, excavation shall be carried to the grade of the bottom of the footing or slab and prepared in accordance with the soils report. B. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base and prepared in accordance with the soils report. 3.3 PIPELINE AND UTILITY TRENCH EXCAVATION A. See Section 02318. Earthwork 50th Street Water Main Replacement Page 02200-5 3.4 OVER-EXCAVATION NOT ORDERED OR INDICATED A. Any over-excavation carried below the grade ordered or indicated, shall be backfilled and compacted to the required grade with the indicated material, in accordance with the Geotechnical Engineer’s requirements. 3.5 EXCAVATION IN VICINITY OF TREES A. Except where trees are indicated to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission. Trees shall be supported during excavation by any means previously reviewed. B. Explosives and Blasting will not be permitted. 3.6 DISPOSAL OF EXCESS EXCAVATED MATERIAL A. Obtain OWNER approvals for disposal of excess excavated material in a designated wasting area, as defined in the contract. 3.7 BACKFILL - GENERAL A. 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 sufficient strength to withstand the loads imposed. B. Except for drainrock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation and the trench sidewalls and bottom have been dried to moisture content suitable for compaction. C. Immediately prior to placement of backfill materials, the bottoms and sidewalls of trenches and structure excavations shall have all loose sloughing, or caving soil and rock materials removed. Trench sidewalls shall consist of excavated surfaces that are in a relatively undisturbed condition before placement of backfill materials. 3.8 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment, the layers shall be evenly spread so that when each layer compacted shall not exceed 6 inches in thickness. The compaction lift depth may be adjusted at the direction of the Project Geotechnical Engineer. B. 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 when compacted the pipe zone backfill will provide uniform bearing and side support. C. Where the backfill material moisture content is below the optimum moisture content, water shall be added before or during spreading until the moisture content is between optimum and 3% over the optimum. D. 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 between optimum and 3% over the optimum. 3.9 COMPACTION OF FILL, BACKFILL AND EMBANKMENT MATERIALS A. Each layer of Types A, B, F and G, backfill materials as defined herein, where the material is graded such that at least 10% passes a No. 4-sieve, shall be mechanically compacted to the indicated percentage of density. 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. Earthwork 50th Street Water Main Replacement Page 02200-6 B. Each layer of Type C, D and E backfill materials shall be compacted by means of at least 2 passes from a flat plate vibratory compactor. When such materials are used for pipe zone backfill, vibratory compaction shall be used at the top of the pipe zone or at vertical intervals of 24 inches, whichever is the least distance from the sub-grade. C. Flooding, pending or jetting shall not be permitted. D. 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. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. Exception: With the written approval of the Structural Engineer. E. Backfill around and over pipelines that is mechanically compacted shall be compacted using light, hand operated, vibratory compactors and rollers. After completion of at least 2-feet of compacted backfill over the top of pipeline, compaction equipment weighing no more than 8,000 pounds may be used to complete the trench backfill. F. Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557 - Test Method for Laboratory Compaction Characteristics of Soils Using Modified Effort (56,000 ft - lbf/ft3) (2,700 kN-m/m3) for Type A, B, C, E, F and G materials and in accordance with ASTM D 4253 - Standard Test Method for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table, and D 4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density, for Type C, D, E and H materials. Where agency, utility company, or soils report requirements govern, the highest compaction standards shall apply. Location or Use of Fill Percentage of Maximum Density Final backfill, beneath paved areas or structures 95 Final backfill, not beneath paved areas or structures 90 Embankments and fills 90 Embankments and fills beneath paved areas or structures 90 Backfill beneath structures and hydraulic structures 95 Backfill and fill around structures on reservoir or structure roof 90 Topsoil (Type G material)80 Aggregate base or sub-base (Type F or H material)95 3.10 FILL AND EMBANKMENT CONSTRUCTION A. The area where a fill or embankment is to be constructed shall be cleared, grubbed and stripped in accordance with Section 02100 - Site Preparation. Embankment and fill material shall be placed and spread evenly in approximately horizontal layers. Each layer shall be thoroughly mixed and moisture conditioned, as necessary. Unless otherwise approved by the ENGINEER, each layer shall not exceed 6 inches of compacted thickness. B. Base keys shall be provided at the toes of all fill slopes more than 5-feet high. The keys shall be cut into underlying undisturbed soil. Keys shall be a minimum of 12-feet wide and 4-feet deep measured at the downslope side of the key. Keys shall be sloped back toward the fill slope at a gradient of no less than 2%. C. When an embankment or fill is to be made and compacted against hillsides or slopes steeper than 4:1, the slopes shall be horizontally benched to key the embankment or fill to the underlying ground. A minimum of 12 inches normal to the slope shall be removed and re-compacted as the embankment or fill is brought up in layers. Material thus cut shall be re-compacted along with the new material. Hillside or fill slopes 4:1 or flatter shall be prepared in accordance with Paragraph A, above. Earthwork 50th Street Water Main Replacement Page 02200-7 D. 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. Heavy construction equipment shall maintain a minimum distance from the edge of the trench equal to the depth of the trench until at least 4-feet of fill over the pipe has been completed. E. All permanent fill slopes shall be overbuilt by at least 1-foot and then cut to final grade to provide adequate compaction. 3.11 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slop grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch 2. Walks: Plus or minus 1 inch 3. Pavements: Plus or minus ½ inch 3.12 FIELD TESTING A. General: All field soils testing will be done by a testing laboratory as specified in the Contract Documents. B. Where soil material is required to be compacted to a percentage of maximum density, the maximum density at optimum moisture content will be determined in accordance with Method C of ASTM D 1557. Where cohesionless, free draining soil material is required to be compacted to a percentage of relative density, the calculation of relative density will be determined in accordance with ASTM D 4253 and D 4254. Field density in-place tests will be performed in accordance with ASTM D 1556 - Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method, ASTM D 2922 - Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth), or by such other means acceptable to the ENGINEER. C. In case the test of the fill or backfill show non-compliance with the required density, a remedy as may be required to insure compliance shall be accomplished. Subsequent testing to show compliance shall be performed by a testing laboratory. D. Provide test trenches and excavations including excavation, trench support and groundwater removal for the ENGINEER’s field soils testing operations. The trenches and excavations shall be provided at the locations and to the depths required by the ENGINEER. - END OF SECTION - Roadway Excavation 50th Street Water Main Replacement Page 02315-1 SECTION 02315 ROADWAY EXCAVATION PART 1 – GENERAL 1.1 REQUIREMENTS A. Excavation and compaction of materials for roadways and excavation and compaction of materials for roadside ditches. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)) ASTM D 2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. ASTM D 2922 Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). ASTM D 3017 Standard Test Method for Water content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1.3 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. PART 2 – PRODUCTS 2.1 MATERIALS A. Provide topsoil conforming to requirements of Section 02200 – Earthwork. B. Provide backfill which is excavated material, graded free of roots, lumps greater than 6 inches, rocks larger than 3 inches, organic material, and debris. C. Provide structural backfill which is select material meeting following requirements: 1. Plasticity index: not less than 12 nor more than 20. 2. Maximum liquid limit: 45 PART 3 – EXECUTION 3.1 PREPARATION A. Identify required lines, levels, and datum. Coordinate with Section 01722 - Field Engineering. B. Identify and flag surface and aerial utilities. Roadway Excavation 50th Street Water Main Replacement Page 02315-2 C. Notify utility companies to remove or relocate utilities. D. Identify, stake, and flag known utility locations below grade. Make temporary or permanent relocation of underground pipes, ducts, or utilities where indicated on Drawings. E. Upon discovery of unknown or badly deteriorated utilities, or concealed conditions, discontinue work. Notify ENGINEER and obtain instructions before proceeding in such areas. F. Obtain approval of top soil quality before excavating and stockpiling. 3.2 PROTECTION A. Protect following from damage or displacement 1. Trees, shrubs, lawns, existing structures, and other features outside of grading limits. 2. Utilities either above or below grade, which are to remain. 3.3 TOPSOIL REMOVAL A. Strip off topsoil from area to be excavated to minimum depth of 6 inches, unless indicated otherwise on Drawings. B. Stockpile topsoil in designated location for reuse. Stockpile topsoil to depth not exceeding 8 feet. Cover to protect from erosion. 3.4 SOIL EXCAVATION A. Excavate to lines and grades shown on Drawings. B. Remove unsuitable material not meeting specifications. Backfill with embankment materials and compact to requirements of Section 02200 – Earthwork. C. Record location and plug and fill inactive water and oil wells. Conform to Federal, State & Local regulations. Notify ENGINEER prior to plugging wells. D. At intersections, grade back at minimum slope of one inch per foot. Produce smooth riding junction with intersecting street. Maintain proper drainage. E. When area is inadvertently over excavated, fill area in accordance with requirements of Section 02200 – Earthwork at no additional cost to the Owner. F. Remove material not qualified for use and excess soil not being reused from site in accordance with requirements of Section 01560 Temporary Environmental Controls. 3.5 COMPACTION A. Maintain optimum moisture content of subgrade to attain required density. B. Compact to following minimum densities at optimum moisture content as determined by ASTM D 1557, unless otherwise indicated on Drawings: 1. Areas under future paving and shoulders: Minimum density of 95 percent of maximum dry density. 2. Other areas: Minimum density of 90 percent of maximum dry density. Roadway Excavation 50th Street Water Main Replacement Page 02315-3 3.6 TOLERANCES A. Top of Compacted Surface: Plus or minus 1/2 inch in cross section, or in 16-foot length. 3.7 FIELD QUALITY CONTROL A. Testing will be performed under provisions of Section 01454 - Testing Laboratory Services. B. Test and analysis of soil materials will be performed in accordance with ASTM D 4318, ASTM D 2216, and ASTM D 1557. C. Compaction testing will be performed in accordance with ASTM D 1557 or ASTM D 2922 and ASTM D 3017. D. A minimum of three tests will be taken for each 1000 linear feet per lane of roadway. E. When tests indicate work does not meet specified compaction requirements, recondition, recompact, and retest at no additional cost to Owner. 3.8 PROTECTION A. Prevent erosion at all times. Maintain ditches and cut temporary swales to allow natural drainage in order to avoid damage to roadway. Do not allow water to pond. B. Distribute construction traffic evenly over compacted areas, where practical, to aid in obtaining uniform compaction. Protect exposed areas having high moisture content from wheel loads that cause rutting. C. Maintain excavation and embankment areas until start of subsequent work. Repair and recompact slides, washouts, settlements, or areas with loss of density. -END OF SECTION- Trenching Tre c i 50th Street Water Main Replacement Page 02318-1 SECTION 02318 TRENCHING PART 1 – GENERAL 1.1 THE REQUIREMENT A. Section Includes: Trench excavation, fine grading, pipe bedding, backfilling, and compaction for the following, including requirements for ditch crossings: 1. Pipe and electrical conduits. 2. Manholes, valves, or other accessories. 3. Potable water pipe appurtenances. B. Related Sections: 1. Section 01530 – Protection of Existing Facilities 2. Section 01563 – Dust Control 3. Section 01565 – Erosion and Sediment Controls 4. Section 01700 – Project Closeout 5. Section 01722 – Field Engineering 6. Section 02084 – Underground Precast Concrete Utility Structures 7. Section 02100 – Site Preparation 8. Section 02200 – Earthwork C. Soils Report: This work shall conform to the requirements of the Geotechnical Soils Report. D. All work shall conform to the City of Vernon’s Standards for Construction and Details. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C 117 - Test Method for Material Finer than 75 Fm (No. 200) Sieve in Mineral Aggregates by Washing. 2. C 131 - Test Method for Resistance to Degradation of Small-Size Course Aggregate by Abrasion and Impact in the Los Angeles Machine. 3. C 136 - Test Method for Sieve Analysis of Fine and Course Aggregates. 4. D 1556 - Test Method for Density and Unit Weight of Soil in Place by the Sand Cone Method. 5. D 2922 - Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 6. D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Products Data: For all proposed bedding and backfill materials as defined in Section 02200 - Earthwork. 1. Material source. 2. Gradation. Trenching Tre c i 50th Street Water Main Replacement Page 02318-2 3. Testing data. PART 2 – PRODUCTS 2.1 MATERIALS A. General: 1. The following types of suitable materials are defined, unless otherwise specified by the project soils report. 2. Provide material having maximum particle size not exceeding 4 inches and that is free of leaves, grass, roots, stumps, and other vegetable matter. Type A. 3. Materials derived from processing demolished or removed asphalt concrete are not acceptable. B. Aggregate Base Course: As specified in Section 02200 – Earthwork, Type F. C. Gravel: As specified in Section 02200 – Earthwork, Type C or D. D. Native Material: As specified in Section 02200 – Earthwork, Type A. E. Sand: As specified in Section 02200 – Earthwork, Type B. F. Select Material: As specified in Section 02200 – Earthwork, Type H or I. 2.2 UNSUITABLE MATERIAL A. Unsuitable materials include the materials listed below: 1. Soils as defined unsuitable in the Soils Report or by the Geotechnical Engineer. 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. 3. Soils, which cannot be compacted sufficiently to achieve the density specified for the intended use. 4. Materials that contain hazardous or designated waste materials including petroleum hydrocarbons, pesticides, heavy metals, and any material which may be classified as hazardous or toxic according to applicable regulations. 5. Soils that contain greater concentrations of chloride or sulfate ions, or have a soil resistivity or pH less than the existing on-site soils. 6. Topsoil, except as allowed below. 2.3 USE OF FILL, BACKFILL A. Where these Specifications conflict with the requirements of any local agency having jurisdiction or with the requirements of a pipe material manufacturer, the ENGINEER shall be immediately notified. In case of conflict between types of pipe embedment backfills, the agency-specified backfill material if that material provides a greater degree of structural support to the pipe shall be used. In case of conflict between types of trench or final backfill types, the agency-specified backfill material, if that material provides the greater in- place density after compaction shall be used. Trenching Tre c i 50th Street Water Main Replacement Page 02318-3 B. Fill and backfill types shall be used in accordance with the following provisions: 1. Pipe zone backfill shall consist of the following materials for each pipe material listed below. a. Mortar coated pipe, concrete pipe and un-coated ductile iron pipe shall be provided Type C pipe bedding and embedment backfill material. b. Coal tar enamel coated pipe, polyethylene encased pipe, tape wrapped pipe and other non- mortar coated pipe shall be backfilled with Type B bedding and embedment zone backfill material. c. Plastic pipe and vitrified clay pipe shall be backfilled with Type C bedding and embedment zone backfill material. d. Where pipelines are installed on grades exceeding 4%, and where backfill materials are graded such that there is less than 10% passing a Number 4-sieve, trench plugs of Type H or I material shall be provided at maximum intervals of 200 feet unless indicated otherwise. 2.4 MATERIALS TESTING A. As defined in Section 02200 - Earthwork PART 3 – EXECUTION 3.1 PREPARATION A. General: 1. All utility piping shall be field surveyed for location of pipe runs and joints prior to backfilling. 2. Before laying pipes or electrical conduits in fill, place fill and compact it to not less than 1 ft above top of pipe or conduit. 3. After placing and compacting fill, excavate through fill and fine grade as required in this Section. B.Protection: Stabilize excavation as required by OSHA or local standards, whichever is more stringent. 3.2 EXCAVATION AND GRADING A. Exploratory Excavation: 1. Excavate and expose buried points of connection to existing utilities where indicated on the Drawings. Excavation shall be performed prior to preparation of Shop Drawings for connections and before fabrication of pipe, and the data obtained shall be used in preparing Shop Drawings. 2. Data, including dates, locations excavated, and sketches, shall be submitted to the ENGINEER within one week of excavation. 3. Damage to utilities from excavation activities shall be repaired at the CONTRACTOR’s expense. B. Trench Excavation: 1. General Requirements: a. If, because of soil conditions, safety requirements or other reasons, trench width at top of pipe is increased beyond width specified in this section, upgrade laying conditions or install stronger pipe designed in conformance with the appropriate pipe specification section for the increased trench width, without additional cost. b. Pipe and Electrical Conduits: 1) Lay pipe or electrical conduits in open trench. 2) If bottom of excavation is found to consist of rock or any material that by reason of its hardness cannot be excavated to provide uniform bearing surface, remove such rock or other material to a depth of not less than 4 inches below bottom of pipe and refill to grade with aggregate base course material or sand placed at uniform density, with minimum possible compaction, at no additional cost. Trenching Tre c i 50th Street Water Main Replacement Page 02318-4 3) If bottom of excavation is found to consist of soft or unstable material which is incapable of properly supporting pipe, remove such material to a depth and for the length required, as determined by the ENGINEER, and then refill trench to grade with aggregate base course or sand, compacted to 90 percent of maximum density. 4) Where indicated on the Drawings, cradle pipe in concrete. c. For Manholes, Valves, or Other Accessories: 1) Provide excavations sufficient to leave at least 12 inches clear between their outer surfaces and embankment or shoring which may be used to hold banks and protect them. 2) Do not backfill with earth under manholes, vaults, tanks, or valves. 3) Fill any unauthorized excess excavation below elevation indicated on the Drawings for foundation of any structure with sand, aggregate base material, bedding material, or concrete at no additional cost. 4) Backfilling of Manhole Excavation: Conform to backfilling requirements as specified for pipe and utility trench backfill in this Section. d. Potable and Non-Potable Water Pipe Appurtenances: 1) Lay in trenches separate from those used for sewers. 2) Unless otherwise specified or indicated on the Drawings, lay in trenches having cover of not less than 3 feet below surface of ground and located at distance of not less than 6 feet from any parallel sewer trench, or as required by local requirements. e. At Road Crossings or Existing Driveways: 1) Make provision for trench crossings at these points, either by means of backfills, tunnels, or temporary bridges. C. Trench Fine Grading: 1. For Pipes 16 Inches in Nominal Diameter and Under: a. Unless otherwise specified, accurately grade bottom of trench to provide uniform bearing and support for each section of pipe, on undisturbed soil at every point along pipe's entire length, except for portions of pipe where it is necessary to excavate for bells and for proper sealing of pipe joints. 2. For Pipe over 16 Inches in Diameter: a. Over excavate bottom of trench by at least 4 inches, or 1/12 outside diameter of pipe, whichever is greater. b. Fill overcut with bedding material specified herein, and fine graded as specified above. c. Place bedding material at uniform density, with minimum possible compaction. d. Where trench excavation is below grade of bedding material, restore trench bottom to proper grade by backfilling and compacting backfill to 95 percent of maximum density, at no additional cost. Use bedding material as specified in this Section. 3. Bell or Coupling Holes: a. Dig holes after trench bottom has been graded. b. Provide holes of sufficient width to provide ample room for grouting, banding, or welding. c. Excavate holes only as necessary in making joints and to ensure that pipe rests upon prepared trench bottom and not supported by any portion of the joint. 4. Depressions for Joints, Other than Bell and spigot: a. Make in accordance with recommendations of joint manufacturer for particular joint used. 3.3 EXCAVATION IN VICINITY OF TREES A. Except where trees are indicated to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission. Trees shall be supported during excavation by any means previously reviewed. B. Explosives and Blasting will not be permitted. Trenching Tre c i 50th Street Water Main Replacement Page 02318-5 3.4 DISPOSAL OF EXCESS EXCAVATED MATERIAL A. Obtain and pay for all required permits, landowner and agency approvals for disposal of excess excavated material, as defined in the contract. 3.5 BACKFILL - GENERAL A. Allowable bedding and backfill requirements shall be per local or State Standards B. Backfill shall not be dropped directly upon any pipe. Backfill shall not be placed around or upon any structure until the concrete has attained sufficient strength to withstand the loads imposed. C. Except for drain rock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation and the trench sidewalls and bottom have been dried to moisture content suitable for compaction. D. If a moveable trench shield is used during excavation, pipe installation and backfill operations, the shield shall be moved by lifting the shield free of the trench bottom or backfill and then moving the shield horizontally. No trench shields shall be dragged along the trench causing damage or displacement to the trench sidewalls, the pipe, or the bedding and backfill. C. Immediately prior to placement of backfill materials, the bottoms and sidewalls of trenches and structure excavations shall have all loose sloughing, or caving soil and rock materials removed. Trench sidewalls shall consist of excavated surfaces that are in a relatively undisturbed condition before placement of backfill materials. 3.6 PLACING AND SPREADING OF BACKFILL MATERIALS A. 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 when compacted the pipe zone backfill will provide uniform bearing and side support. B. Where the backfill material moisture content is below the optimum moisture content, water shall be added before or during spreading until the moisture content is between optimum and 3% over the optimum. C. 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 between optimum and 3% over the optimum. 3.7 COMPACTION OF FILL, BACKFILL AND EMBANKMENT MATERIALS A. Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557 - Test Method for Laboratory Compaction Characteristics of Soils Using Modified Effort (56,000 ft. - lbf/ft3) (2,700 kN-m/m3) for Type A, B, C, E, F and G materials and in accordance with ASTM D 4253 - Standard Test Method for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table, and D 4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density, for Type C, D, E, and H materials. Where agency, utility company or soil report requirements govern, the highest compaction standards shall apply. Location or Use of Fill Percentage of Maximum Density Relative Density Pipe embedment backfill for flexible pipe.90 70 Pipe bedding and over-excavated zones under bedding for flexible pipe, including trench plugs 90 70 Pipe embedment backfill for steel yard piping --70 Trenching Tre c i 50th Street Water Main Replacement Page 02318-6 Location or Use of Fill Percentage of Maximum Density Relative Density Pipe embedment backfill for rigid pipe 90 55 Pipe zone backfill portion above embedment for rigid pipe.90 70 Pipe bedding and over-excavated zones under bedding for rigid pipe 90 70 Trench zone backfill, beneath paved areas and structures, including trench plugs 95 70 Trench zone backfill, not beneath paved areas or structures, including trench plugs 90 70 Topsoil (Type G material)80 N.A. Aggregate base or sub-base (Type F or H material)95 N.A. 3.8 PIPE AND UTILITY TRENCH BACKFILL A. Pipe Zone Backfill: 1. The pipe zone is defined as that portion of the vertical trench cross-section lying between a plane below the bottom surface of the pipe and a plane at a point above the top surface of the pipe. The bedding is defined as that portion of pipe zone backfill material between the trench sub-grade and the bottom of the pipe. The embedment is defined as that portion of the pipe zone backfill material between the bedding and a level line. 2. After compacting the bedding, perform a final trim using a laser or approved method 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. Excavation for pipe bells and welding shall be made as required. 3. The pipe zone shall be backfilled with the indicated backfill material. Care to prevent damage to the pipeline coating, cathodic bonds and the pipe itself during the installation and backfill operations shall be exercised. 4. If a moveable trench shield is used during backfill operations, the shield shall be lifted to a location above each layer of backfill material prior to compaction of the layer. The pipe or backfill shall not be displaced while the shield is being moved. B. Trench Zone Backfill: After the pipe zone backfills have been placed, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross-section lying as indicated between a plane above the top surface of the pipe and a plane at a point, 18 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway sub-grade. C. Final Backfill: Final backfill is all backfill in the trench cross-sectional area within 18 inches of finished grade, or if the trench is under pavement, all backfill within 18 inches of the roadway sub-grade. 3.9 FIELD QUALITY CONTROL A. Tests: 1. Confirmation Tests: a. CONTRACTOR’s Responsibilities: 1) Accomplish specified compaction of trench backfill. 2) Control operations by confirmation tests to verify and confirm that compaction work complies, and is complying at all times, with requirements specified in this Section concerning compaction, control, and testing. 3) All field soils testing will be done by a testing laboratory as specified in the Contract Documents. Trenching Tre c i 50th Street Water Main Replacement Page 02318-7 4) Copies of Confirmation Test Reports: Submit promptly to the ENGINEER. b. Frequency of Confirmation Testing: 1) Perform testing not less than as follows: a) For Trenches: At each test location include tests for each type or class of backfill from bedding to finish grade. b) In Open Fields: Two every 1,000 linear feet. c) Along Dirt or Gravel Road or off Traveled Right-of-way: Two every 500 linear feet. d) Crossing Paved Roads: Two locations along each crossing. e) Under Pavement Cuts or Within 2 Feet of Pavement Edges: one location every 400 linear feet. 2. Compliance Tests: a. Frequency of Testing: Periodic compliance tests will be made by the ENGINEER to verify that compaction is meeting requirements previously specified. b. If Compaction Fails to Meet Specified Requirements: Perform remedial work by one of the following methods: 1) Remove and replace backfill at proper density. 2) Bring density up to specified level by other means acceptable to the ENGINEER. c. Retesting: 1) Costs of Retesting: Costs of retesting required to confirm and verify that remedial work has brought compaction within specified requirements shall be borne by the CONTRACTOR. 2) CONTRACTOR's Confirmation Tests During Performance of Remedial Work: a) Performance: Perform tests in manner acceptable to the ENGINEER. b) Frequency: Double amount specified for initial confirmation tests. 3. Water Testing Pipe: a. After Bedding the Pipe, CONTRACTOR Has the Following Option To: 1) Water-test pipe. 2) Backfill to surface, at his own risk, before water-testing pipe. b. If pipe does not pass test, uncover pipe, locate leaks, repair and retest, repeating until pipe section under test passes. - END OF SECTION - AC Pavement and Base 50th Street Water Main Replacement Page 02461-1 SECTION 02461 AC PAVEMENT AND BASE (HOT MIX ASPHALT) PART 1 – GENERAL 1.1 REQUIREMENT A. Perform all WORK associated with Asphalt Concrete (AC) Pavement and base as shown and specified herein including all labor, materials, equipment supplies, and facilities associated with providing a finished product satisfying all the requirements of the Contract Documents. B. Verify all requirements with latest Geotechnical Evaluation and Report and notify the Engineer immediately if discrepancies exist. C. Follow Caltrans General Specifications Section 39-1for producing and placing hot mix asphalt (HMA). 1. HMA includes one or more of the following types: a. Type A b. Type B c. OGFC, including HMA-O, RHMA-O, and RHMA-O-HB d. RHMA-G 2. The HMA construction process includes one or more of the following: a. Standard b. Method c. QC/QA 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Codes: All codes, as referenced herein. B. References: These specifications refer to the State of California Department of Transportation (CalTrans) Standard Specifications Section 39-1. 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Submit, in writing, materials testing reports, mix designs and other pertinent information satisfactory to the ENGINEER demonstrating that materials and methods it proposes to utilize will comply with the referenced provisions of the Standard Specifications, in accordance Submittal Requirements. PART 2 – PRODUCTS 2.1 DESCRIPTION A. Asphaltic concrete shall consist of furnishing all materials, mixing, hauling, and placing a mixture of aggregates, mineral admixture, and bituminous material to form a pavement course or to be used for other specified purposes, in accordance with the details shown on the project plans and as directed by the Engineer. AC Pavement and Base 50th Street Water Main Replacement Page 02461-2 B. The contractor may propose the use of a mix design that has been developed for a previous project and approved by Caltrans. The Contractor shall provide evidence that the asphalt cement and mineral admixture type and source of supply, and the source and methods of producing mineral aggregate, have not changed since the formulation of the previous mix design. The Contractor shall also provide current test results for all specified characteristics of the mineral aggregate proposed for use. The Engineer will determine if the previously used mix design is suitable for the intended use. The Engineer will determine if the previously used mix design is suitable for the intended use. The Engineer will either approve or disapprove the proposed mix design. Should the Engineer disapprove the use of the previously used mix design, the contractor shall prepare and submit a new mix design proposal in accordance with the requirements of these specifications. C. A previously used mix design older than two years from the date it was formulated, sealed, signed, and dated shall not be allowed for use. Any previously used mix design that is older than one year, but less than two years, shall not be allowed for use unless the contractor provides verification testing results. Such testing shall be a one-point verification at the design asphalt content utilizing the proposed mineral aggregate, asphalt cement, and mineral admixture. Once approved for use on a project, a mix design may be used for the duration of the project. 2.2 MATERIALS REQUIREMENTS A. Mineral aggregate shall conform to the following requirements when tested in accordance with the applicable test methods. 1. Coarse aggregate: Aggregate retained on a no. 4 sieve. 2. Fine aggregate: Aggregate passing the no. 4 sieve. a. Supplemental fine aggregate: Aggregate passing the no. 30 sieve, including hydrated lime, Portland cement, and fines from dust collectors. B. Aggregate must be clean and free from deleterious substances. The specified aggregate gradation must be determined before the addition of asphalt binder and includes supplemental fine aggregate. The Department tests for aggregate grading under California Test 202, modified by California Test 105 if there is a difference in specific gravity of 0.2 or more between the coarse and fine parts of different aggregate blends. Choose sieve size TV within each TV limit presented in the aggregate gradation tables. The proposed aggregate gradation must be within the TV limits for the specified sieve sizes shown in the following tables: 1. Aggregate Gradation (Percentage Passing) HMA Types A and B 3/4-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance 1"100 -- 3/4"90–100 TV ± 5 1/2"70–90 TV ± 6 No. 4 45–55 TV ± 7 No. 8 32–40 TV ± 5 No. 30 12–21 TV ± 4 No. 200 2.0–7.0 TV ± 2 AC Pavement and Base 50th Street Water Main Replacement Page 02461-3 1/2-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance 3/4"100 — 1/2"95–99 TV ± 6 3/8"75–95 TV ± 6 No. 4 55–66 TV ± 7 No. 8 38–49 TV ± 5 No. 30 15–27 TV ± 4 No. 200 2.0–8.0 TV ± 2 3/8-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance 1/2"100 -- 3/8"95–100 TV ± 6 No. 4 58–72 TV ± 7 No. 8 34–48 TV ± 6 No. 30 18–32 TV ± 5 No. 200 2.0–9.0 TV ± 2 No. 4 HMA Types A and B Sieve sizes TV limits Allowable tolerance 3/8"100 -- No. 4 95–100 TV ± 7 No. 8 72–77 TV ± 7 No. 30 37–43 TV ± 7 No. 200 2.0–12.0 TV ± 4 3/4-inch RHMA-G Sieve sizes TV limits Allowable tolerance 1"100 — 3/4"95–100 TV ± 5 1/2"83–87 TV ± 6 3/8"65–70 TV ± 6 No. 4 28–42 TV ± 7 No. 8 14–22 TV ± 5 No. 200 0–6.0 TV ± 2 1/2-inch RHMA-G Sieve sizes TV limits Allowable tolerance 3/4"100 -- 1/2"90–100 TV ± 6 3/8"83–87 TV ± 6 No. 4 28–42 TV ± 7 No. 8 14–22 TV ± 5 No. 200 0–6.0 TV ± 2 2. Open Grade Friction Course (OGFC) 1-inch OGFC Sieve sizes TV limits Allowable tolerance 1 1/2"100 — 1"99–100 TV ± 5 3/4"85–96 TV ± 5 1/2"55–71 TV ± 6 No. 4 10–25 TV ± 7 No. 8 6–16 TV ± 5 No. 200 1.0–6.0 TV ± 2 AC Pavement and Base 50th Street Water Main Replacement Page 02461-4 Quality characteristic Test method HMA type A B RHMA-G OGFC Percent of crushed particles Coarse aggregate (% min.) One fractured face Two fractured faces Fine aggregate (% min) (Passing no. 4 sieve and retained on no. 8 sieve.) One fractured face California Test 205 90 75 70 25 -- 20 -- 90 70 90 75 90 Los Angeles Rattler (% max.) Loss at 100 rev. Loss at 500 rev. California Test 211 12 45 -- 50 12 40 12 40 Sand equivalent (min.) a California Test 217 47 42 47 -- Fine aggregate angularity (% min.) b California Test 234 45 45 45 -- Flat and elongated particles (% max. by weight @ 5:1) California Test 235 10 10 10 10 1/2-inch OGFC Sieve sizes TV limits Allowable tolerance 3/4"100 -- 1/2"95–100 TV ± 6 3/8"78–89 TV ± 6 No. 4 28–37 TV ± 7 No. 8 7–18 TV ± 5 No. 30 0–10 TV ± 4 No. 200 0–3.0 TV ± 2 3/8-inch OGFC Sieve sizes TV limits Allowable tolerance 1/2"100 -- 3/8"90–100 TV ± 6 No. 4 29–36 TV ± 7 No. 8 7–18 TV ± 6 No. 30 0–10 TV ± 5 No. 200 0–3.0 TV ± 2 C. Before the addition of asphalt binder and lime treatment, aggregate must have the values for the quality characteristics shown in the following table: Quality 1. Reported value must be the average of 3 tests from a single sample. 2. The Engineer waives this specification if HMA contains less than 10 percent of nonmanufactured sand by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or gravel. 2.3 ASPHALT BINDER A. Asphalt binder in HMA must comply with the specifications for asphalts. Asphalt binder for geosynthetic pavement interlayer must comply with the specifications for asphalts. Choose from Grades PG 64-10, PG 64-16, or PG 70-10. Use asphalt rubber binder in RHMA-G, RHMA-O, and RHMA-O-HB. Asphalt rubber binder must be a combination of: 1. Asphalt binder 2. Asphalt modifier AC Pavement and Base 50th Street Water Main Replacement Page 02461-5 3. CRM a. The combined asphalt binder and asphalt modifier must be 80.0 ± 2.0 percent by weight of asphalt rubber binder. B. Asphalt modifier must be a resinous, high flash point and aromatic hydrocarbon and must have the values for the quality characteristics shown in the following table: Asphalt Modifier for Asphalt Rubber Binder Quality characteristic Test method Value Viscosity, m2/s (x 10-6) at 100 °C ASTM D 445 X ± 3 a Flash point, Cleveland Open Cup, °C ASTM D 92 207 min Molecular analysis Asphaltenes, percent by mass ASTM D 2007 0.1 max Aromatics, percent by mass ASTM D 2007 55 min 1. The symbol "X" is the proposed asphalt modifier viscosity. "X" must be from 19 to 36. A change in "X" requires a new asphalt rubber binder design. 2. Asphalt modifier must be from 2.0 to 6.0 percent by weight of the asphalt binder in the asphalt rubber binder. C. Crumb Rubber Modifier (CRM) 1. CRM consists of a ground or granulated combination of scrap tire crumb rubber and high natural rubber. CRM must be 75.0 ± 2.0 percent scrap tire rubber and 25.0 ± 2.0 percent high natural rubber by total weight of CRM. Scrap tire crumb rubber must be from any combination of automobile tires, truck tires, or tire buffing. 2. Sample and test the scrap tire crumb rubber and high natural rubber separately. CRM must have the values for the quality characteristics shown in the following table: Crumb Rubber Modifier for Asphalt Rubber Binder Quality characteristic Test method Value Scrap tire crumb rubber gradation (% passing no. 8 sieve) LP-10 100 High natural rubber gradation (% passing no. 10 sieve) LP-10 100 Wire in CRM (% max.)LP-10 0.01 Fabric in CRM (% max.)LP-10 0.05 CRM particle length (inch max.) a --3/16 CRM specific gravity a California Test 208 1.1–1.2 Natural rubber content in high natural rubber (%) a ASTM D 297 40.0–48.0 3. Test at mix design and for certificate of compliance. 4. CRM must be ground and granulated at ambient temperature. If steel and fiber are cryogenically separated, it must occur before grinding and granulating. If cryogenically produced, CRM particles must be large enough to be ground or granulated and not pass through the grinder or granulator. 5. CRM must be dry, free-flowing particles that do not stick together. CRM must not cause foaming when combined with the asphalt binder and asphalt modifier. Calcium carbonate or talc may be added up to 3 percent by weight of CRM. D. Asphalt Rubber Binder Design and Profile AC Pavement and Base 50th Street Water Main Replacement Page 02461-6 1. Submit a proposal for asphalt rubber binder design and profile. In the design, include the asphalt, asphalt modifier, and CRM and their proportions. The profile is not a performance specification and only serves to indicate expected trends in asphalt rubber binder properties during binder production. The profile must include the same component sources for the asphalt rubber binder used. 2. Design the asphalt rubber binder from testing perform for each quality characteristic and for the reaction temperatures expected during production. The 24-hour (1,440-minute) interaction period determines the design profile. At a minimum, mix asphalt rubber binder components, take samples, and perform and record the tests shown in the following table: Asphalt Rubber Binder Reaction Design Profile Test Minutes of reaction a Limits 45 60 90 120 240 360 1440 Cone penetration @ 77 °F, 0.10-mm (ASTM D 217) X b X X 25–70 Resilience @ 77 °F, percent rebound (ASTM D 5329) X X X 18 min. Field softening point, °F (ASTM D 36)X X X 125–165 Viscosity, centipoises (LP-11)X X X X X X X 1,500–4,000 a Six hours (360 minutes) after CRM addition, reduce the oven temperature to 275 °F for 16 hours. After the 16-hour (1,320-minutes) cool down after CRM addition, reheat the binder to the reaction temperature expected during production for sampling and testing at 24 hours (1,440 minutes). b "X" denotes required testing E. Asphalt Rubber Binder 1. After interacting for at least 45 minutes, asphalt rubber binder must have the values for the quality characteristics shown in the following table: Asphalt Rubber Binder Quality characteristic Test for quality Test method Value control or acceptance Minimum Maximum Cone penetration @ 77 °F, 0.10 mm Acceptance ASTM D 217 25 70 Resilience @ 77 °F, percent rebound Acceptance ASTM D 5329 18 -- Field softening point, °F Acceptance ASTM D 36 125 165 Viscosity @ 375 °F, centipoises Quality control LP-11 1,500 4,000 F. Tack Coat must comply with the specifications for asphaltic emulsion or asphalts. Choose the type and grade. Notify the Engineer for dilution of asphaltic emulsion with water. The weight ratio of added water to asphaltic emulsion must not exceed 1 to 1. Measure added water either by weight or volume in compliance with water districts, cities, or counties. Apply proper conversion factor to determine the correct weight. 1. With each dilution, submit: a. Weight ratio of water to bituminous material in the original asphaltic emulsion b. Weight of asphaltic emulsion before diluting c. Weight of added water d. Final dilution weight ratio of water to asphaltic emulsion G. Geosynthetic Pavement Interlayer must comply with the specifications for pavement fabric, paving mat, paving grid, paving geocomposite grid, or geocomposite strip membrane. AC Pavement and Base 50th Street Water Main Replacement Page 02461-7 PART 3 – EXECUTION 3.1 SUBGRADE PREPARATION A. Subgrade Preparation shall comply with the soil evaluation and report. Aggregate base shall be provided where shown and to the thickness shown. Construction of the aggregate base course shall be as shown on the plans. 3.2 HOT MIX ASPHALT MIX DESIGN REQUIREMENTS A. If required by the Owner, following the HMA design requirement specified under Caltrans Specification 39- 3.3 CONTRACTOR QUALITY CONTROL A. Establish, maintain, and change a quality control system to ensure materials and work comply with Caltrans Specifications 39-1. Submit quality control test results within 3 days of a request, except if the QC/QA construction process is specified. 3.4 PRODUCTION A. General: Produce HMA in a batch mixing plant or a continuous mixing plant. Proportion aggregate by hot or cold feed control. HMA plants must be Caltrans qualified. Before production, the HMA plant must have current qualification under the Department's Materials Plant Quality Program. B. Mixing: Mix HMA ingredients into a homogeneous mixture of coated aggregates. Asphalt binder must be from 275 to 375 degrees F when mixed with aggregate. Asphalt rubber binder must be from 350 to 425 degrees F when mixed with aggregate. When mixed with asphalt binder, aggregate must not be more than 325 degrees F, except aggregate for OGFC must be not more than 275 degrees F. These aggregate temperature specifications do not apply to RAP. HMA with or without RAP must not be more than 325 degrees F. C. Asphalt Rubber Binder: Deliver scrap tire crumb rubber and high natural rubber in separate bags. Either proportion and mix asphalt binder, asphalt modifier, and CRM simultaneously or premix the asphalt binder and asphalt modifier before adding CRM. For premix of asphalt binder and asphalt modifier, the asphalt binder must be from 375 to 425 degrees F when asphalt modifier is added. Mix for at least 20 minutes. For addition of CRM, the asphalt binder and asphalt modifier must be from 375 to 425 degrees F. 1. Do not use asphalt rubber binder during the first 45 minutes of the reaction period. During this period, the asphalt rubber binder mixture must be from 375 to the lower of 425 degrees F or 25 degrees F below the asphalt binder's flash point described in the MSDS. 2. If any asphalt rubber binder is not used within 4 hours after the reaction period, discontinue heating. If the asphalt rubber binder drops below 375 degrees F, reheat before use. If more scrap tire crumb rubber is added to the reheated asphalt rubber binder, the binder must react for 45 minutes. The added scrap tire crumb rubber must not exceed 10 percent of the total asphalt rubber binder weight. Reheated and reacted asphalt rubber binder must comply with the viscosity specifications for asphalt rubber binder in section 39-1.02D. Do not reheat asphalt rubber binder more than twice. 3.5 SUBGRADE, TACK COAT, AND GEOSYNTHETIC PAVEMENT INTERLAYER A. General: Prepare subgrade or apply tack coat to surfaces receiving HMA. If specified, place geosynthetic pavement interlayer over a coat of asphalt binder. B. Subgrade to receive HMA must comply with the compaction and elevation tolerance AC Pavement and Base 50th Street Water Main Replacement Page 02461-8 specifications in the sections for the material involved. Subgrade must be free of loose and extraneous material. If HMA is paved on existing base or pavement, remove loose paving particles, dirt, and other extraneous material by any means including flushing and sweeping. C. Tack Coat: Apply tack coat: 1. To existing pavement, including planed surfaces 2. Between HMA layers 3. To vertical surfaces of: a. Curbs b. Gutters c. Construction joints 4. Before placing HMA, apply tack coat in 1 application. The application rate must be the minimum residual rate specified for the underlying surface conditions shown in the following tables: Tack Coat Application Rates for HMA Type A, Type B, and RHMA-G Minimum residual rates (gal/sq. yd.) HMA overlay over:CSS1/CSS1h, SS1/SS1h and QS1h/CQS1h asphaltic emulsion CRS1/CRS2, RS1/RS2 and QS1/CQS1 asphaltic emulsion Asphalt binder and PMRS2/PMCRS2 and PMRS2h/PMCRS2h asphaltic emulsion New HMA (between layers)0.02 0.03 0.02 PCC and existing HMA (AC) surfaces 0.03 0.04 0.03 Planed PCC and HMA (AC) surfaces 0.05 0.06 0.04 Tack Coat Application Rates for OGFC Minimum residual rates (gal/sq. yd.) OGFC over:CSS1/CSS1h, SS1/SS1h and QS1h/CQS1h asphaltic emulsion CRS1/CRS2, RS1/RS2 and QS1/CQS1 asphaltic emulsion Asphalt binder and PMRS2/PMCRS2 and PMRS2h/PMCRS2h asphaltic emulsion New HMA 0.03 0.04 0.03 PCC and existing HMA (AC) surfaces 0.05 0.06 0.04 Planed PCC and HMA (AC) surfaces 0.06 0.07 0.05 5. For vertical surfaces, apply a residual tack coat rate that will thoroughly coat the vertical face without running off. If authorized, the following can be performed: a. Change tack coat rates b. Omit tack coat between layers of new HMA during the same work shift if: 1) No dust, dirt, or extraneous material is present 2) Surface is at least 140 degrees F 6. Immediately in advance of placing HMA, apply additional tack coat to damaged areas or where loose or extraneous material is removed. AC Pavement and Base 50th Street Water Main Replacement Page 02461-9 7. Close areas receiving tack coat to traffic. Do not track tack coat onto pavement surfaces beyond the job site. 8. Asphalt binder tack coat must be from 285 to 350 degrees F when applied. D. Geosynthetic Pavement Interlayer: Place under the manufacturer's instruction. Before placing the geosynthetic pavement interlayer and asphalt binder: 1. Repair cracks 1/4 inch and wider, spalls, and holes in the pavement. These repairs are change order work. 2. Clean the pavement of loose and extraneous material. 3. Immediately before placing the interlayer, apply 0.25 ± 0.03 gal of asphalt binder per square yard of interlayer or until the fabric is saturated. Apply asphalt binder the width of the geosynthetic pavement interlayer plus 3 inches on each side. At interlayer overlaps, apply asphalt binder on the lower interlayer the same overlap distance as the upper interlayer. 4. Asphalt binder must be from 285 to 350 degrees F and below the minimum melting point of the geosynthetic pavement interlayer when applied. 5. Align and place the interlayer with no folds that result in a triple thickness, except that triple thickness layers less than 1 inch in width may remain if less than 1/2 inch in height. Folds that result in a triple layer greater than a 1 inch width must be slit and overlapped in a double thickness at least 2 inches in width. 6. The minimum HMA thickness over the interlayer must be 0.12 foot thick, including conform tapers. Do not place the interlayer on a wet or frozen surface. 7. Overlap the interlayer borders from 2 to 4 inches. In the direction of paving, overlap the following roll with the preceding roll at any break. 8. Rolling equipment to correct distortions or wrinkles in the interlayer is acceptable. 9. If asphalt binder tracked onto the interlayer or brought to the surface by construction equipment causes interlayer displacement, cover it with a small quantity of HMA. 10. Before placing HMA on the interlayer, do not expose the interlayer to: a. Traffic, except for crossings under traffic control, and only after a small HMA quantity has been placed b. Sharp turns from construction equipment c. Damaging elements 11. Pave HMA on the interlayer during the same work shift. 3.6 SPREADING AND COMPACTING EQUIPMENT A. Paving equipment for spreading must be: 1. Self-propelled 2. Mechanical 3. Equipped with a screed or strike-off assembly that can distribute HMA the full width of a traffic lane 4. Equipped with a full-width compacting device 5. Equipped with automatic screed controls and sensing devices that control the thickness, longitudinal grade, and transverse screed slope B. Install and maintain grade and slope references. AC Pavement and Base 50th Street Water Main Replacement Page 02461-10 C. The screed must produce a uniform HMA surface texture without tearing, shoving, or gouging. D. The paver must not leave marks such as ridges and indentations, unless it can be eliminated by rolling. E. Rollers must be equipped with a system that prevents HMA from sticking to the wheels. A parting agent that does not damage the HMA or impede the bonding of layers may be used. F. In areas inaccessible to spreading and compacting equipment: 1. Spread the HMA by any means to obtain the specified lines, grades, and cross sections. 2. Use a pneumatic tamper, plate compactor, or equivalent to achieve thorough compaction. 3.7 TRANSPORTING, SPREADING, AND COMPACTING A. Do not pave HMA on wet pavement or a frozen surface. HMA may be deposited in a windrow and load it in the paver if: 1. Paver is equipped with a hopper that automatically feeds the screed 2. Loading equipment can pick up the windrowed material and deposit it in the paver hopper without damaging base material 3. Activities for deposit, pickup, loading, and paving are continuous 4. HMA temperature in the windrow does not fall below 260 degrees F B. HMA may be paved in 1 or more layers on areas less than 5 feet wide and outside the traveled way, including shoulders. Mechanical equipment may be used other than a paver for these areas. The equipment must produce uniform smoothness and texture. HMA handled, spread, or windrowed must not stain the finished surface of any improvement, including pavement. C. Do not use petroleum products such as kerosene or diesel fuel to release HMA from trucks, spreaders, or compactors. 1. HMA must be free of: a. Segregation b. Coarse or fine aggregate pockets c. Hardened lumps 2. Longitudinal joints in the top layer must match specified lane edges. Alternate the longitudinal joint offsets in the lower layers at least 0.5 foot from each side of the specified lane edges. Other longitudinal joint placement patterns may be requested. Until the adjoining through lane's top layer has been paved, do not pave the top layer of: a. Shoulders b. Tapers c. Transitions d. Road connections e. Driveways f. Curve widenings g. Chain control lanes h. Turnouts i. Turn pockets 3. If the number of lanes changes, pave each through lane's top layer before paving a tapering lane's top layer. Simultaneous to paving a through lane's top layer, an adjoining area's top layer may be paved, including shoulders. Do not operate spreading equipment on any area's top layer until completing final compaction. AC Pavement and Base 50th Street Water Main Replacement Page 02461-11 4. If leveling with HMA is specified, fill and level irregularities and ruts with HMA before spreading HMA over the base, existing surfaces, or bridge decks. Mechanical equipment other than a paver for these areas may be used. The equipment must produce uniform smoothness and texture. HMA used to change an existing surface's cross slope or profile is not paid for as HMA (leveling). 5. If placing HMA against the edge of existing pavement, sawcut or grind the pavement straight and vertical along the joint and remove extraneous material. 6. Rolling must leave the completed surface compacted and smooth without tearing, cracking, or shoving. Complete finish rolling activities before the pavement surface temperature is: a. Below 150 degrees F for HMA with unmodified binder b. Below 140 degrees F for HMA with modified binder c. Below 200 degrees F for RHMA-G 7. If a vibratory roller is used as a finish roller, turn the vibrator off. Do not use a pneumatic- tired roller to compact RHMA-G. 8. For Standard and QC/QA construction processes, if 3/4-inch aggregate grading is specified, 1/2-inch aggregate grading may be used if the total layer thickness is from 0.125 to 0.20 foot thick. 9. Spread and compact HMA under sections 39-3.03 and 39-3.04 if any of the following applies: a. Specified paved thickness is less than 0.15 foot. b. Specified paved thickness is less than 0.20 foot and 3/4-inch aggregate grading is specified and used. c. Spread and compact at: 1) Asphalt concrete surfacing replacement areas 2) Leveling courses 3) Areas for which the Engineer determines conventional compaction and compaction measurement methods are impeded 10. Do not allow traffic on new HMA pavement until its mid-depth temperature is below 160 degrees F. 11. If request and if authorized, HMA Type A and Type B may be cooled with water when rolling activities are complete. Apply water under section 17-3. 12. Spread sand at a rate from 1 to 2 lb. /sq. yd. on new RHMA-G, RHMA-O, and RHMA-O- HB pavement when finish rolling is complete. Sand must be free of clay or organic matter. Sand must comply with section 90-1.02C(4)(c). Keep traffic off the pavement until spreading sand is complete. 3.8 SMOOTHNESS A. General: Determine HMA smoothness with a profilograph and a straightedge. 1. Smoothness specifications do not apply to OGFC placed on existing pavement not constructed under the same project. 2. If concrete pavement is placed on HMA: a. Cold plane the HMA finished surface to within specified tolerances if it is higher than the grade ordered. b. Remove and replace HMA if the finished surface is lower than 0.05 foot below the grade ordered. B. Straightedge: The top layer of HMA pavement must not vary from the lower edge of a 12-foot straightedge: 1. More than 0.01 foot when the straightedge is laid parallel with the centerline AC Pavement and Base 50th Street Water Main Replacement Page 02461-12 2. More than 0.02 foot when the straightedge is laid perpendicular to the centerline and extends from edge to edge of a traffic lane 3. More than 0.02 foot when the straightedge is laid within 24 feet of a pavement conform C. Profilograph 1. For the top layer of HMA Type A, Type B, and RHMA-G pavement, determine the PI0 and must-grinds under California Test 526. Take 2 profiles within each traffic lane, 3 feet from and parallel with the edge of each lane. 2. A must-grind is a deviation of 0.3 inch or more in a length of 25 feet. Must-grinds must be corrected. 3. For OGFC, only determine must-grinds if placed over HMA constructed under the same project. The top layer of the underlying HMA must comply with the smoothness specifications before placing OGFC. 4. Profile the pavement in the Engineer's presence. 5. On tangents and horizontal curves with a centerline radius of curvature of 2,000 feet, the PI0 must be at most 3 inches per 0.1-mile section. 6. On horizontal curves with a centerline radius of curvature from 1,000 to 2,000 feet, including pavement within the superelevation transitions, the PI0 must be at most 6 inches per 0.1-mile section. 7. Before the Engineer accepts HMA pavement for smoothness, submit final profilograms. Submit 1 copy of profile information in Microsoft Excel and 1 copy of longitudinal pavement profiles in ".erd" format or other ProVAL compatible format to the Engineer and to: Smoothness@dot.ca.gov 8. The following HMA pavement areas do not require a PI0. These areas must be measure with a 12-foot straightedge and determine must-grinds with a profilograph: a. New HMA with a total thickness less than 0.25 foot b. HMA sections of city or county streets and roads, turn lanes, and collector lanes less than 1,500 feet in length 9. The following HMA pavement areas do not require a PI0 and measurement shall be with a 12-foot straightedge: a. Horizontal curves with a centerline radius of curvature less than 1,000 feet, including pavement within the superelevation transitions of those curves b. Within 12 feet of a transverse joint separating the pavement from: 1) Existing pavement not constructed under the same project 2) A bridge deck or approach slab 10. Exit ramp termini, truck weigh stations, and weigh-in-motion areas 11. If steep grades and superelevation rates greater than 6 percent are present: a. Ramps b. Connectors 12. Turn lanes 13. Areas within 15 feet of manholes or drainage transitions 14. Acceleration and deceleration lanes for at-grade intersections 15. Shoulders and miscellaneous areas 16. HMA pavement within 3 feet from and parallel to the construction joints formed between curbs, gutters, or existing pavement AC Pavement and Base 50th Street Water Main Replacement Page 02461-13 D. Smoothness Correction 1. If the top layer of HMA Type A, Type B, or RHMA-G pavement does not comply with the smoothness specifications, grind the pavement to within specified tolerances, remove and replace it, or place an overlay of HMA. Do not start corrective work until choice of methods is authorized. Remove and replace areas of OGFC not in compliance with the must-grind and straightedge specifications, except OGFC may be grinded for correcting smoothness: a. At transverse joints separating the OGFC from pavement not constructed under the same project b. Within 12 feet of a transverse joint separating the OGFC from a bridge deck or approach slab 2. Corrected HMA pavement areas must be uniform rectangles with edges: a. Parallel to the nearest HMA pavement edge or lane line b. Perpendicular to the pavement centerline 3. Measure the corrected HMA pavement surface with a profilograph and a 12-foot straightedge and correct the pavement to within specified tolerances. If a must-grind area or straight edged pavement cannot be corrected to within specified tolerances, remove and replace the pavement. On areas ground but not overlaid with OGFC, apply fog seal coat under section 37-2. 3.9 CONSTRUCTION REQUIREMENTS FOR PAVEMENT REPAIR A. Preparation of the site for pavement repair shall be in accordance with the Contract Drawings. B. New pavement shall be placed according to the provisions of this Section and shall be of similar materials and pavement thickness as existing adjacent pavement except that the new pavement section surface shall be 1/8-inch higher than adjacent pavement. C. Diamond saw cut joining pavement edges and tack coat edges. - END OF SECTION - Pipeline Connections to Existing Water Lines 50th Street Water Main Replacement Page 02500-1 SECTION 02500 PIPELINE CONNECTIONS TO EXISTING FACILITIES PART 1 – GENERAL 1.1 DESCRIPTIONS A. This section includes requirements for connection to and abandonment of existing water facilities. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Related Sections: 1. Section 02200 – Earthwork 2. Section 02318 – Trenching 3. Section 02643 – Pipeline Testing and Disinfection 1.3 LOCATION A. As the Contractor's first order of work, the connection points to the existing water system shall be potholed to identify depth, diameter and pipe material. Coordinates and Dimensions to locate the exact pothole location shall also be documented. Pothole information shall be immediately provided to the Engineer for review. The Engineer will not review any other contractor submittals until after the pothole data is received. 1.4 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Contractor shall submit to the City of Vernon Public Works Department at least six weeks prior to any connections to existing facilities which requires the shutdown of that facility, their plan to perform the shut down and requirements of which facilities will be shut down to accomplish the connection. PART 2 -- MATERIALS A. All materials used in making the connection or removing the facility from service shall conform to the applicable sections of these specifications and the contract drawings. PART 3 -- EXECUTION 3.1 CONNECTION TO EXISTING WATERLINES A. Notification: The Contractor shall give the City of Vernon Public Utilities Department a minimum of ten (10) working days’ notice in writing before the time of any required shutdown of existing mains or services. The City of Vernon Public Utilities Department shall determine the actual time and date of shutdown. B. Authorization: Connections shall be made only in the presence of the City of Vernon Utilities Works Department representative. No connection work shall be performed prior to authorization by the CITY. C. Time Schedule: The Contractor is restricted to a time limit not exceeding 4 hours after pipe draining by the CITY, to connect the new pipelines to existing pipelines, with required fittings, and restore water service. D. Material: The Contractor shall furnish all pipe and materials as may be required for connections including but not limited to: labor and equipment necessary to make the connections; all required excavation; backfill; Pipeline Connections to Existing Water Lines 50th Street Water Main Replacement Page 02500-2 lights; barricades; water truck; highline hose; and fittings for making the connections. The Contractor shall provide verification to the City of Vernon Public Utilities Department that all necessary materials and personnel are on-site before requesting shutdown or commencing with connection to existing mains or services. E. Inadequate Progress: If progress is inadequate during the connection operations to complete the connection in the time specified, the Engineer shall order necessary corrective measures. All costs for corrective measures shall be paid by the Contractor. F. Connections: Connections shall be made with as little change as possible in the grade of new main. If the grade of the existing pipe is below that of the new pipeline, a sufficient length of the new line shall be deepened so as to prevent the creation of any high spot or abrupt changes in grade of the new line. Where the grade of the existing pipe is above that of the new pipeline, the new line shall be laid at specified depth, except for the first joint adjacent to the connection, which shall be deflected as necessary to meet the grade of the existing pipe. If sufficient change in direction cannot be obtained by the limited deflection of the first joint, a fitting of the proper angle shall be installed. Where the connection creates a high or low spot in the line, a standard air release or blow-off assembly shall be installed as directed by the Engineer. G. Testing: The new pipeline shall be disinfected and hydrostatically tested as required. 3.2 CONNECTION TO NON-WATERLINE PIPES A. Notification: The CONTRACTOR shall give the CITY a minimum of ten (10) working days’ notice in writing before the time of any required shutdown of existing pipelines. The City of Vernon Public Utilities Department shall determine the actual time and date of shutdown. B. Authorization: Connections shall be made only in the presence of the City of Vernon Public Utilities Department Representative. No connection work will be performed prior to authorization by the CITY. C. Time Schedule: The contractor is restricted to a time limit not exceeding 4 hours (unless previously negotiated with the CITY in writing) to connect the new pipelines to the existing pipeline, with required fittings, and restore service. D. Material: The Contractor shall furnish all pipe and materials as may be required for connections including but not limited to: labor and equipment necessary to make the connections; all required excavation; backfill; lights; barricades; water truck; highline hose; and fittings for making the connections. The Contractor shall provide verification to the City of Vernon Public Utilities Department that all necessary materials and personnel are on-site before requesting shutdown or commencing with connection to existing mains or services. E. Inadequate Progress: If progress is inadequate during the connection operations to complete the connection in the time specified, the Engineer shall order necessary corrective measures. All costs for corrective measures shall be paid by the Contractor. F. Connections: Connections shall be made with as little change as possible in the grade of new main. If the grade of the existing pipe is below that of the new pipeline, a sufficient length of the new line shall be deepened so as to prevent the creation of any high spot or abrupt changes in grade of the new line. Where the grade of the existing pipe is above that of the new pipeline, the new line shall be laid at specified depth, except for the first joint adjacent to the connection, which shall be deflected as necessary to meet the grade of the existing pipe. If sufficient change in direction cannot be obtained by the limited deflection of the first joint, a fitting of the proper angle shall be installed. Where the connection creates a high or low spot in the line, a standard air release or blow-off assembly shall be installed as directed by the Engineer. - END OF SECTION - Ductile Iron Pipe 50th Street Water Main Replacement Page 02565-1 SECTION 02565 DUCTILE IRON PIPE PART 1 – GENERAL 1.1 THE REQUIREMENT A. Provide ductile iron pipe and perform all appurtenant work, complete in place, in accordance with the Contract Documents. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards ANSI/AWWA C104/A21.4 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water ANSI/AWWA C105/A21.5 Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids ANSI/AWWA C110/A21.10 Ductile-Iron and Gray-Iron Fittings, 3-inches through 48-inches for Water and Other Liquids ANSI/AWWA C111/A21.11 Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings ANSI/AWWA C115/A21.15 Flanged Ductile-Iron and Gray-Iron Pipe with Threaded Flanges ANSI/AWWA C150/A21.50 Thickness Design of Ductile-Iron Pipe ANSI/AWWA C151/A21.51 Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids ANSI/AWWA C153/A21.53 Ductile-Iron Compact Fittings, 3-inches through 12-inches for Water and Other Liquids AWWA C209 Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C214 Tape Coating Systems for the Exterior of Steel Water Pipelines AWWA C600 Installation of Ductile Iron Water Mains and Their Appurtenances ASTM C 150 Specification for Portland Cement ASTM A746 Ductile Iron Gravity Sewer Pipe B. Related Sections: 1. Section 02100 – Site Preparation 2. Section 02318 – Trenching 3. Section 02643 – Pipeline Testing and Disinfection 1.3 SUBMITTALS Ductile Iron Pipe 50th Street Water Main Replacement Page 02565-2 A. Submittals shall be made in accordance with Section 01300 - Submittals. B. Shop Drawings: Submit shop drawings of pipe and fittings in accordance with the requirements in Section 01300 - Submittals, the requirements of the referenced standards, and the following supplemental requirements as applicable: 1. Dimensional drawings of all valves, fittings and appurtenances. 2. For pipe 24 inches in diameter and larger, line layout and marking diagrams which indicate the specific number of each fitting and the location and the direction of each fitting in the completed line. In addition, the line layouts shall include: the pipe station and invert elevation at all changes in grade or horizontal alignment; all elements of curves and bends, both in horizontal and vertical alignment; and the limits of each reach of restrained joints, or of concrete encasement. 1.4 QUALITY ASSURANCE A. Inspection: All pipe shall be subject to inspection at the place of manufacture in accordance with the provisions of the referenced standards, as supplemented by the requirements herein. B. During the manufacture of the pipe, the ENGINEER shall be given access to all areas where manufacturing is in process and shall be permitted to make all inspections necessary to confirm compliance with the Specifications. PART 1 – PRODUCTS 2.1 GENERAL A. Mortar-lined ductile iron pipe shall conform to ANSI/AWWA C151, C104 and C105, subject to the following supplemental requirements. The pipe shall be of the diameter and class noted in the Contract Documents. The pipe shall be furnished complete with rubber gaskets, with all specials and fittings provided as required under the Contract Documents. B. Markings: Legibly mark specials 24 inches in diameter and larger in accordance with the laying schedule and marking diagram. All fittings shall be marked at each end with top field centerline. C. Handling and Storage: The pipe shall be handled by devices acceptable to the ENGINEER, designed and constructed to prevent damage to the pipe coating/exterior. The use of equipment that might injure the pipe coating/exterior will not be permitted. Stockpiled pipe shall be suitably supported and shall be secured to prevent accidental rolling. All other pipe handling equipment and methods shall be acceptable to the ENGINEER. D. Laying Lengths: Maximum pipe laying lengths shall be 20-feet with shorter lengths provided as required by the Drawings. E. Finish: The pipe shall have smooth dense interior surfaces and shall be free from fractures, excessive interior surface crazing and roughness. F. Closures and Correction Pieces: Closures and correction pieces shall be provided as required so that closures may be made due to different headings in the pipe laying operation and so corrections may be made to adjust the pipe laying to conform to pipe stationing shown on the Drawings. The locations of correction pieces and closure assemblies are shown on the Drawings. Any change in location or number of said items shall be acceptable to the ENGINEER. Ductile Iron Pipe 50th Street Water Main Replacement Page 02565-3 2.2 PIPE DESIGN CRITERIA A. General: Ductile iron pipe shall be designed in accordance with the requirements of ANSI/AWWA C150 as applicable and as modified in this Section. B. Pipe Wall Thickness for Internal Pressure: The pipe shall be designed with a net thickness to withstand the design pressure in accordance with the hoop stress formula. C. Pipe Wall Thickness for External Load: The pipe shall also be designed with a net thickness to withstand external loads using ANSI/AWWA C150 Design Equation (2) with the appropriate bending moment and deflection coefficients for Laying Condition Types 4 and 5 as applicable. D. The pipe deflection shall be checked using ANSI/AWWA C150 Design Equation (3) and the coefficients stated above. The allowable deflection shall not exceed the manufacturer’s recommended amount. E. In lieu of ANSI/AWWA C150 Design Equation (4), the earth loads will be computed using the following 2 equations for trench or embankment loading as applicable: 1. Trench Condition: Wd = CdwBd2 Where: Wd = Earth Load in pounds per linear foot Cd = Calculation Coefficient Ku' = [0.13] w = [120] lb. /ft 3 Bd = Trench width at top of pipe, feet 2. Positive Projecting Embankment Condition: Wc = CcwBc2 Where: Wc = Earth Load in pounds per linear foot Cc = Calculation Coefficient (based on rsdP of 0.25) Ku = [0.19] w = [120] lb. /ft 3 Bc = Outside diameter of pipe, feet A. The above 2 formulas are based on a depth of cover of 10-feet or greater. For depths of cover of less than 10- feet, HS-20 live load shall be included. For depths of cover of 3-feet or less, HS-20 live load plus impact shall be included. The determination of live load and impact factors shall be as recommended by AASHTO in "Standard Specifications for Highway Bridges." B. If the calculated deflection exceeds 0.0225 times the nominal diameter, the pipe class shall be increased. C. Minimum Pipe Wall Thickness: In addition to the requirements of this Section, the minimum wall thickness shall be in accordance with Table 50.5 of ANSI/AWWA C150. 2.3 MATERIALS A. Ductile Iron Pipe: Pipe materials shall conform to the requirements of ANSI/AWWA C151. B. Cement: Cement for mortar lining shall conform to the requirements of ANSI/AWWA C104, provided, that cement for mortar lining shall be Type II or V. Cement shall not originate from kilns that burn metal-rich Ductile Iron Pipe 50th Street Water Main Replacement Page 02565-4 hazardous waste fuel, nor shall a fly ash or pozzolan be used as a cement replacement. 2.4 SPECIALS AND FITTINGS A. Fittings for ductile iron pipe shall conform to the requirements of ANSI/AWWA C153/A21.53 for diameters 3-inches through 24 inches and shall have a minimum pressure rating of 350 psi. Ductile iron fittings larger than 24 inches shall conform to the above referenced standard with the necessary modifications for the larger size. 2.5 DESIGN OF PIPE A. General: The pipe furnished shall be ductile iron pipe, with rubber-gasketed joints or as specified on the plans. B. The pipe shall be designed, manufactured, tested, inspected, and marked according to applicable requirements previously stated and except as hereinafter modified, shall conform to ANSI/AWWA C151. C. Pipe Dimensions: The pipe shall be of the diameter and class shown. The minimum wall thickness for each pipe size shall be as specified or shown. D. Fitting Dimensions: The fittings shall be of the diameter and class shown. E. Joint Design: Ductile iron pipe and fittings shall be furnished with mechanical joints, push-on joints, flanged joints and restrained joints as required. 1. Mechanical and push-on joints shall conform to ANSI/AWWA C111/A21.11. 2. Mechanical and push on joints gaskets shall be “Fast Grip” Gaskets by American Ductile Iron Pipe, or “Field Locks” Gaskets by U.S. Pipe, or Equal. 3. Restrained joints shall be "Lok-Ring" Restrained Joint by American Ductile Iron Pipe, "TR FLEX" Restrained Joint by U.S. Pipe, or Equal. Joints shall be provided as indicated on the plans. 4. Flanged joints shall conform to ANSI/AWWA C115/A21.15. Special ductile iron flanges to match up to 250 psi valve and equipment flanges shall meet ANSI/AWWA C110 and be specially drilled to ANSI/ASME B16.1 Class 250 standard dimensions with raised face. F. For bell-and-spigot ends with rubber gaskets, the clearance between the bells and spigots shall be such that when combined with the gasket groove configuration and the gasket itself, will provide watertight joints under all operating conditions when properly installed. Require the pipe manufacturer to submit details complete with significant dimensions and tolerances and to submit performance data indicating that the proposed joint has performed satisfactorily under similar conditions. In the absence of a history of field performance, the results of a test program shall be submitted. G. Shop-applied interior linings and exterior coatings shall be held back from the ends of the pipe as shown or as otherwise acceptable to the ENGINEER. 2.6 CEMENT-MORTAR LINING A. Cement-Mortar Lining for Shop Application: Except as otherwise provided herein, interior surfaces of all ductile iron pipe, fittings and specials shown on the plans shall be cleaned and lined in the shop with cement- mortar lining applied centrifugally in conformity with ANSI/AWWA C104. During the lining operation and thereafter, the pipe shall be maintained in a round condition by suitable bracing or strutting. The lining machines shall be of a type that has been used successfully for similar work. Every precaution shall be taken to prevent damage to the lining. If lining is damaged or found faulty at delivery site, the damaged or unsatisfactory portions shall be replaced with lining conforming to these Specifications. Ductile Iron Pipe 50th Street Water Main Replacement Page 02565-5 The minimum lining thickness shall be as follows: Nominal Pipe Diameter (inches) Minimum Lining Thickness (inches) 3 - 12 1/8 14 - 24 3/16 30 - 64 1/4 B. Protection of Pipe Lining/Interior: All shop-applied cement mortar lining shall be given a seal coat of asphaltic material in conformance with ANSI/AWWA C104. 2.7 EXTERIOR COATING OF PIPE A. Exterior Coating of Exposed Piping: The exterior surfaces of pipe which will be exposed to the atmosphere inside structures or above ground shall be thoroughly cleaned and then given a shop coat of rust-inhibitive primer conforming to the requirements of Section 09800 - Protective Coating. B. Exterior Coating of Buried Piping: The exterior coating shall be an asphaltic coating per AWWA C104. Pipe shall be encased in double polyethylene sleeves per AWWA C105, unless noted otherwise. PART 2 – EXECUTION 3.1 INSTALLATION OF PIPE A. Handling and Storage: All pipe, fittings, etc., shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner that will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. B. All pipe that is damaged prior to Substantial Completion shall be repaired or replaced. C. Inspect each pipe and fitting prior to installation to insure that there are no damaged portions of the pipe. D. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance, which may have collected thereon, and shall be kept clean at all times thereafter. For this purpose, the openings of all pipes and fittings in the trench shall be closed during any interruption to the WORK. E. Pipe Laying: The pipe shall be installed in accordance with ANSI/AWWA C600. F. Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. G. Each section of pipes 24 inches in diameter and larger shall be laid in the order and position shown on the laying schedule. In laying pipe, it shall be laid to the setline and grade, within approximately one inch plus or minus. On grades of zero slopes, the intent is to lay to grade. H. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER Ductile Iron Pipe 50th Street Water Main Replacement Page 02565-6 may change the alignment and/or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit any amount that will be detrimental to the strength and water tightness of the finished joint. I. Except for short runs that may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10%. Pipe that is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. All bends shall be properly installed as shown. J. Shallow buried pipes and pipes underneath structures shall be concrete encased where noted in the Contract Documents. K. Cold Weather Protection: No pipe shall be installed upon a foundation into which frost has penetrated or at any time that there is a danger of the formation of ice or penetration of frost at the bottom of the excavation. No pipe shall be laid unless it can be established that the trench will be backfilled before the formation of ice and frost occurs. L. Pipe and Specials Protection: The openings of all pipe and specials shall be protected with suitable bulkheads to prevent unauthorized access by persons, animals, water or any undesirable substance. At all times, means shall be provided to prevent the pipe from floating. M. Pipe Cleanup: As pipe laying progresses, the pipe interior shall be kept free of all debris. Completely clean the interior of the pipe of all sand, dirt, mortar splatter and any other debris following completion of pipe laying, pointing of joints and any necessary interior repairs prior to testing and disinfecting the completed pipeline. 3.2 RUBBER GASKETED JOINTS A. Rubber Gasketed Joints: Immediately before jointing pipe, the bell end of the pipe shall be thoroughly cleaned, and a clean rubber gasket lubricated with an approved vegetable-based lubricant shall be placed in the bell groove. The spigot end of the pipe shall be carefully cleaned and lubricated with a vegetable-based lubricant. The spigot end of the pipe section shall then be inserted into the bell of the previously laid joint and telescoped into its proper position. Tilting of the pipe to insert the spigot into the bell will not be permitted. 3.3 INSTALLATION OF PIPE APPURTENANCES A. Protection of Appurtenances: Where the joining pipe is tape-coated, buried appurtenances shall be coated with cold-applied tape in accordance with ANSI/AWWA C209, Type II. Where pipe is encased in polyethylene sleeves, buried appurtenances shall also be encased in polyethylene. B. Installation of Valves: All valves shall be handled in a manner to prevent any injury or damage to any part of the valve. All joints shall be thoroughly cleaned and prepared prior to installation. Adjust all stem packing and operate each valve prior to installation to insure proper operation. C. All valves shall be installed so that the valve stems are plumb and in the location shown. - END OF SECTION - Pipeline Testing 50th Street Water Main Replacement Page 02643-1 SECTION 02643 PIPELINE TESTING AND DISINFECTION PART 1 – GENERAL 1.1 THE REQUIREMENT A. Perform flushing and testing of all pipelines and appurtenant piping and disinfection of all pipelines and appurtenant piping for potable water, complete, in accordance with the Contract Documents and the CITY’s requirements. Prior to any potable water connections, the contractor shall pressure test and disinfect all newly constructed facilities in accordance with the City’s requirements and all applicable AWWA standards and pass a bacteria contamination test. All disinfection and bacteria testing shall be under the observation of the City’s representative. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards: AWWA B300 Hypochlorites. AWWA B301 Liquid Chlorine. AWWA C651 Disinfecting Water Mains. PART 2 – PRODUCTS 2.1 MATERIALS REQUIREMENTS A. All test equipment, chemicals for chlorination, temporary valves, bulkheads, or other water control equipment and materials shall be selected and furnished, subject to the ENGINEER's review. No materials shall be used which would be injurious to the construction or its future function. B. Chlorine for disinfection may be in the form of liquid chlorine, sodium hypochlorite solution, or calcium hypochlorite granules or tablets. C. Liquid chlorine shall be in accordance with the requirements of ANSI/AWWA B301. Liquid chlorine shall be used only: 1. In combination with appropriate gas flow chlorinators and ejectors; 2. Under the direct supervision of an experienced technician; 3. When appropriate safety practices are observed. D. Sodium hypochlorite and calcium hypochlorite shall be in accordance with the requirements of ANSI/AWWA B300. PART 3 – EXECUTION 3.1 GENERAL A. Unless otherwise indicated, water for testing and disinfecting water pipelines will be furnished however, all necessary provisions for conveying the water from the designated source to the points of use shall be made. B. All pressure pipelines shall be tested. C. Disinfection shall be accomplished by chlorination. All chlorinating and testing operations shall be performed in the presence of the ENGINEER. Pipeline Testing 50th Street Water Main Replacement Page 02643-2 D. Disinfection operations shall be scheduled by as late as possible during the contract time period so as to assure the maximum degree of sterility of the facilities at the time the WORK is accepted. 3.2 HYDROSTATIC TESTING OF PIPELINES A. Prior to hydrostatic testing, pipelines shall be flushed or blown out as appropriate. Test all pipelines either in sections or as a unit. No section of the pipeline shall be tested until all field-placed concrete or mortar has attained an age of 14 days. The test shall be made by closing valves when available, or by placing temporary bulkheads in the pipe and filling the line slowly with water. Responsibility for ascertaining that all test bulkheads are suitably restrained to resist the thrust of the test pressure without damage to, or movement of, the adjacent pipe is required. Any unharnessed sleeve-type couplings, expansion joints or other sliding joints shall be restrained or suitably anchored, prior to the test, to avoid movement and damage to piping and equipment. Provide sufficient temporary air tapping in the pipelines to allow for evacuation of all entrapped air in each pipe segment to be tested. After completion of the tests, such taps shall be permanently plugged. Care shall be taken to see that all air vents are open during filling. B. The pipeline shall be filled at a rate that will not cause any surges or exceed the rate at which the air can be released through the air valves at a reasonable velocity and all the air within the pipeline shall be properly purged. After the pipeline or section thereof has been filled, it shall be allowed to stand under a slight pressure for at least 24 hours to allow the concrete or mortar lining, as applicable, to absorb what water it will and to allow the escape of air from any air pockets. During this period, bulkheads, valves and connections shall be examined for leaks. If leaks are found, corrective measures satisfactory to the ENGINEER shall be taken. C. The hydrostatic test shall consist of holding the test pressure on the pipeline for a period of 2 hours. Hydrostatic testing shall be performed as follows: 1. The test pressure for pressure distribution and transmission pipelines shall be 125% of the pipe pressure class indicated measured at the highest point of the pipeline section being tested. 2. The test pressure for forced mains shall be 2 times the operating pressure or 75% of the working pressure. 3. Gravity feed lines shall be tested at 20 psi. 4. All pipelines shall be tested as indicated above or at a pressure the ENGINEER finds to be acceptable without causing damage to the pipeline. D. The maximum allowable leakage for distribution and transmission pipelines shall be according to the following formula: Where: L = S x D x P ^ (1/2) 133,200 L = leakage (gallons per hour) S = length (feet), the lessor of the actual length being tested or the maximum length for determining leakage. Maximum length for determining leakage is [2000 feet]. D = pipe diameter (inches) P = test pressure (psi) E. The maximum leakage for yard piping shall be as shown on the Piping Schedule. Pipe with welded joints shall have no leakage. F. Pipelines that fail to pass the prescribed leakage test will be considered defective WORK, the cause of the leakage shall be determined, corrective measures necessary to repair the leaks shall be made, and the pipelines retested. 3.3 DISINFECTING PIPELINES Pipeline Testing 50th Street Water Main Replacement Page 02643-3 A. General: All potable water pipelines except those appurtenant to hydraulic structures shall be disinfected in accordance with the requirements of ANSI/AWWA C651 using the Continuous-Feed Method as modified herein. B. Sampling Ports: Provide sampling ports along the pipeline as defined on AWWA C651. Taps may be made at man-ways and air valves to help facilitate the spacing requirement. 3.4 CONNECTIONS TO EXISTING SYSTEM A. Where connections are to be made to an existing potable water system, the interior surfaces of all pipe and fittings used in making the connections shall be swabbed or sprayed with a one percent hypochlorite solution before they are installed. Thorough flushing shall be started as soon as the connection is completed and shall be continued until discolored water is eliminated. - END OF SECTION - Concrete Curbs, Gutters, and Sidewalks 50th Street Water Main Replacement Page 02772-1 SECTION 02772 CONCRETE CURBS, GUTTERS, AND SIDEWALKS PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: Concrete curbs, gutters, sidewalks, driveways, access ramps, and alley intersections. B. Related Sections: 1. Section 02200 - Earthwork. 2. Section 03150 - Concrete Accessories. 3. Section 03300 - Cast-In-Place Concrete. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Construct various types of concrete curb, gutter, sidewalk, driveways, and alley intersections to dimensions and details indicated on the Drawings. 1.3 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. B. Product Data: Submit data completely describing products. C. Samples: Submit samples when requested. PART 2 – PRODUCTS 2.1 MATERIALS A. Concrete: 4000 psi, conforming to the applicable requirements of Section 03300. B. Curb Finishing Mortar: 1 part Portland cement to two parts sand. C. Form Release Material: Light oil or other releasing agent of type which does not discolor concrete or interfere with the application of finishing mortar to curb tops and faces. D. Joint Materials: 1. Expansion: Comply with requirements as specified in Section 03150. 2. Construction: Steel dividers or plastic inserts. PART 3 – EXECUTION 3.1 EXAMINATION A. Verification of Conditions: Verify field conditions, including subgrade condition and interferences, before beginning construction. Concrete Curbs, Gutters, and Sidewalks 50th Street Water Main Replacement Page 02772-2 3.2 PREPARATION A. Surface Preparation: 1. Subgrade: a. Construct and compact true to grades and lines indicated on the Drawings and requirements as specified Section 02200. b. Remove soft or unsuitable material to depth of not less than 6 inches below subgrade elevation and replace with satisfactory material. 2. Forms and Subgrade: Water immediately in advance of placing concrete. 3.3 INSTALLATION A. Special Techniques: 1. CONTRACTOR's Option: a. Construct concrete curbs and gutters by conventional use of forms, or by means of curb and gutter machine when acceptable to the ENGINEER. b. When use of machines designed specifically for work of this Section are accepted by the ENGINEER, results must be equal to or better than those produced by use of forms. c. Applicable requirements of construction that apply to use of forms also apply to use of machines. d. Discontinue use of machines when results are not satisfactory to the ENGINEER. B. Forms: 1. Carefully set to line and grade and securely stake in position forms conforming to dimensions of items to be constructed. 2. Thoroughly clean prior to each use and coat with form releasing material. C. Expansion and Contraction Joints: 1. Expansion Joints: a. Construct vertically, and at right angles to centerline of street and match joints in adjacent pavement or sidewalks. b. Constructed at radius points, driveways, alley entrances, and at adjoining structures. c. Fill joints with expansion joint filler material. 2. Contraction Joints: a. Constructed not more than 15 feet apart. b. Make joints of construction joint material, scoring or saw cutting to depth of not less than 1-1/2 inches, and matching joints in adjacent pavement or sidewalk. D. Concrete: 1. Placing: a. Thoroughly spade concrete away from forms so that no rock pockets exist next to forms and so that no coarse aggregate will show when forms are removed. 2. Compacting: a. Compact by mechanical vibrators accepted by the ENGINEER. b. Continue tamping or vibrating until mortar flushes to surface and coarse aggregate is below concrete surface. 3. Form Removal: a. Front Form Faces: Do not remove before concrete has taken initial set and has sufficient strength to carry its own weight. b. Gutter and Rear Forms: Do not remove until concrete has hardened sufficiently to prevent damage to edges. Take special care to prevent damage. Concrete Curbs, Gutters, and Sidewalks 50th Street Water Main Replacement Page 02772-3 4. Finishing and Curing: Comply with requirements as specified in Section 03366 except as modified here: a. As soon as curb face forms are stripped, apply finishing mortar to the top and face of curb and trowel to a smooth, even finish. Finish with fine haired broom in direction of work. b. Where curb is installed without integral gutter, extend finish 2 inches below grade. c. Edge concrete at expansion joints to 1/4-inch radius. d. Flow lines of gutters shall be troweled smooth 4 inches out from curb face for integral curb and gutter and 4 inches on both sides of flowline for gutters without curbs. E. Backfilling: Unless otherwise specified, backfill behind curbs, gutters, or sidewalks with soil native to area and to lines and grades indicated on the Drawings. 3.4 FIELD QUALITY CONTROL A. Tests: 1. Curbs and Gutters: a. Test face, top, back, and flow line with 10-foot straight edge or curve template longitudinally along surface. b. Correct deviations in excess of 1/4 inch. 2. Gutters: a. Frequency of Testing: When required by the ENGINEER, where gutters have slope of 0.8 foot per hundred feet or less, or where unusual or special conditions cast doubt on capability of gutters to drain. b. Test Method: Establish flow in length of gutter to be tested by supplying water from hydrant, tank truck, or other source. c. Required Results: 1) 1 hour after supply of water is shut off, inspect gutter for evidence of ponding or improper shape. 2) In event water is found ponded in gutter to depth greater than 1/2 inch, or on adjacent asphalt pavement, correct defect or defects in manner acceptable to the ENGINEER without additional cost to the Contract. 3.5 ADJUSTING A. Repair portions of concrete damaged while stripping forms or, when damage is severe, replace such work at no additional cost to the Contract. Evidence of repairs shall not be noticeable in the finished product. B. Remove and replace sections of work deficient in depth or not conforming to requirements indicated on the Drawings and specified in the Specifications at no additional cost to the Contract. Removal and replacement shall be the complete section between two joints. - END OF SECTION - Concrete Formwork 50th Street Water Main Replacement Page 03100-1 SECTION 03100 CONCRETE FORMWORK PART 1 – GENERAL 1.1 THE REQUIREMENT A. Furnish all materials for concrete formwork, bracing, shoring and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Documents. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Codes: All codes, as referenced herein, as specified in Section 01090 - Reference Standards. B. Government Standards: PS 1 Construction and Industrial Plywood PS 20 American Softwood Lumber Standard C. Commercial Standards: ACI 117 Standard Tolerances for Concrete Construction and Materials ACI 347 Guide to Formwork for Concrete ACI 350R Environmental Engineering Concrete Structures 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Submittals shall include the following: 1. Proposed falsework showing general layout, sizes of members, anticipated stresses, grade of materials to be used in the falsework, means of protecting existing construction, which supports falsework, and typical soil conditions. 2. Form ties and all related accessories, including taper tie plugs, if taper ties are used. 3. Form gaskets. 4. Water stops 5. Joint location and pouring sequence. 1.4 QUALITY ASSURANCE A. Tolerances: The variation from established grade or lines shall not exceed ¼-inch in 10 feet and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the tolerances of ACI 117 and ACI 350R. B. 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. C. Regulatory Requirements: Install work of this Section in accordance with local, state, and federal regulations. Concrete Formwork 50th Street Water Main Replacement Page 03100-2 PART 2 – PRODUCTS 2.1 GENERAL A. Except as otherwise expressly accepted by the ENGINEER, all lumber brought on the job site for use as forms, shoring, or bracing shall be new material. All forms shall be smooth surface forms and shall be of the following materials: 1. Walls - Steel or plywood panel 2. Columns - Steel, plywood or fiber glass 3. Roof and floor - Plywood 4. All other work - Steel panels, plywood or tongue and groove lumber 2.2 FORM AND FALSEWORK MATERIALS A. Materials for concrete forms, formwork and falsework shall conform to the following requirements: 1. Lumber shall be Douglas Fir or Southern Yellow Pine, construction grade or better, in conformance with U.S. Product Standard PS 20. 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded; exterior type Douglas Fir or Southern Yellow Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood or other approved material that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line and grade shown. Metal forms shall be an approved type that will accomplish such results. Wood forms for surfaces to be painted shall be Medium Density Overlaid plywood, MDO Ext. Grade. B. Unless otherwise shown, exterior corners in concrete members shall be provided with ¾-inch chamfers. Re- entrant corners in concrete members shall not have fillets unless otherwise shown. C. Forms and falsework to support the roof and floor slabs shall be designed for the total dead load, plus a live load of 50 psf (minimum). The minimum design load for combined dead and live loads shall be 100 psf. 2.3 FORM TIES A. Form ties shall be provided with a plastic cone or other suitable means for forming a conical hole to insure that the form tie may be broken off back of the face of the concrete. The maximum diameter of removable cones for rod ties, or of other removable form-tie fasteners having a circular cross-section, shall not exceed 1½ inches; and all such fasteners shall be such as to leave holes of regular shape for reaming. Form ties for water- retaining structures shall have integral waterstops. Integral waterstops shall tightly fit the form tie so that they cannot be moved from mid-point of the tie. Form ties shall be Burke Penta-Tie System by The Burke Company; Richmond Snap-Tys by the Richmond Screw Anchor Company; or ENGINEER Approved Equal. B. Removable taper ties may be used when approved by the ENGINEER. A preformed neoprene or polyurethane tapered plug sized to seat at the center of the wall shall be inserted in the hole left by the removal of the taper tie. Use Burke Taper-Tie System by The Burke Company; Taper-Ty by the Richmond Screw Anchor Company; or ENGINEER Approved Equal. Concrete Formwork 50th Street Water Main Replacement Page 03100-3 PART 3 – EXECUTION 3.1 GENERAL A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. The CONTRACTOR shall assume full responsibility for the adequate design of all forms, and any forms, which are unsafe or inadequate in any respect, shall promptly be removed from the WORK and replaced at the CONTRACTOR's expense. Provide worker protection from protruding reinforcement bars in accordance with applicable safety codes. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework and shoring shall comply with applicable local, state and Federal regulations. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by CONTRACTOR personnel and by the ENGINEER, shall be in sufficient number, and properly installed. During concrete placement, the CONTRACTOR shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Contract Drawings, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. 3.2 FORM DESIGN A. All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment to prevent the formation of ridges, fins, offsets or similar surface defects in the finished concrete. Plywood, 5/8-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. The forms shall be tight to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1 to 1½-inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean-out holes shall be provided at the bottom of each lift of forms. The size, number and location of such clean-outs shall be as acceptable to the ENGINEER. Whenever concrete cannot be placed from the top of a wall form in a manner that meets the requirements of the Contract Documents, form windows shall be provided in, the size and spacing needed to allow placement of concrete to the requirements of Section 03300 - Cast-in-Place Concrete. The size, number and location of such form windows shall be as acceptable to the ENGINEER. 3.3 CONSTRUCTION A. Vertical Surfaces: All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is shown. Not less than 1-inch of concrete shall be added to the thickness of the concrete member as shown where concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without caving or sloughing until the concrete has been placed. B. Construction Joints: Concrete construction joints will not be permitted at locations other than those shown or specified, except as may be acceptable to the ENGINEER. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory affect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. Concrete Formwork 50th Street Water Main Replacement Page 03100-4 C. Form Ties: 1. Embedded Ties: Holes left by the removal of form tie cones shall be reamed with suitable toothed reamers to leave the surface of the holes clean and rough before being filled with mortar as specified for "Finish of Concrete Surfaces" in Section 03300 - Cast-in-Place Concrete. Wire ties for holding forms will not be permitted. No form-tying device or part thereof, other than metal, shall be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. The use of snap-ties, which cause spalling of the concrete upon form stripping or tie removal, will not be permitted. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strengthen forms, the rods shall remain embedded and shall terminate not less than 1-inch back from the formed face or faces of the concrete. 2. Removable Ties: Where taper ties are approved for use, the larger end of the taper tie shall be on the wet side of walls in water retaining structures. After the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be located at the wall centerline. The hole shall be completely filled with non-shrink grout for water bearing and below-grade walls. The hole shall be completely filled with non-shrink or regular cement grout for above-grade walls, which are dry on both sides. Exposed faces of walls shall have the outer 2 inches of the exposed face filled with a cement grout, which shall match the color and texture of the surrounding wall surface or approved equal. 3.4 REUSE OF FORMS A. Forms may be reused only if in good condition and only if acceptable to the ENGINEER. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces, which are permanently exposed to view. In the case of forms for the inside wall surfaces of hydraulic/water retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the ENGINEER. 3.5 REMOVAL OF FORMS A. Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care to avoid injury to the concrete. No heavy loading on green concrete will be permitted. In the case of roof slabs and above-ground floor slabs, forms shall remain in place until test cylinders for the roof concrete attain a minimum compressive strength of 75% of the 28-day strength specified in Section 03300 - Cast-in-Place Concrete; provided, that no forms shall be disturbed or removed under an individual panel or unit before the concrete in the adjacent panel or unit has attained 75% of the specified 28-day strength and has been in place for a minimum of 7 days. The time required to establish said strength shall be as determined by the ENGINEER. The CONTRACTOR shall contract with a testing agency that will make several test cylinders for this purpose from concrete used in the first group of roof panels placed. If the time so determined is more than the 7-day minimum, then that time shall be used as the minimum length of time. Forms for all vertical walls of waterholding structures shall remain in place at least 36 hours after the concrete has been placed; or, timeframe based upon pre-approved CONTRACTOR pour schedule. Forms for all parts of the WORK not specifically mentioned herein shall remain in place for periods of time as recommended in ACI 347. 3.6 MAINTENANCE OF FORMS A. Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, the forms shall be thoroughly cleaned. The form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the ENGINEER. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, the CONTRACTOR shall perform the oiling at least two weeks in advance of their use. Care shall be exercised Concrete Formwork 50th Street Water Main Replacement Page 03100-5 to keep oil off the surfaces of steel reinforcement and other metal items to be embedded in concrete. 3.7 FALSEWORK A. The CONTRACTOR shall be responsible for the design, engineering, construction, maintenance, and safety of all falsework, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable requirements of the provisions of the OSHA Safety and Health Standards for Construction and the requirements specified herein. B. All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstructure shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. C. Falsework shall be placed upon a solid footing, safe against undermining, and protected from softening. When the falsework is supported on timber piles, the maximum calculated pile loading shall not exceed 20 tons. When falsework is supported on any portion of the structure, which is already constructed, the load imposed by the falsework shall be spread, distributed and braced in such a way as to avoid any possibility of damage to the structure. - END OF SECTION - Reinforcement Steel 50th Street Water Main Replacement Page 03200-1 SECTION 03200 REINFORCEMENT STEEL PART 1 – GENERAL 1.1 THE REQUIREMENT A. Furnish, fabricate and place all concrete reinforcement steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete construction and perform all appurtenant work, including installation of all the wires, clips, supports, chairs, spacers, and other accessories, all in accordance with the Contract Documents. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Codes: All codes, as referenced herein are specified in Section 01090 - Reference Standards. B. Commercial Standards: ACI 315 Details and Detailing of Concrete Reinforcement ACI 318 Building Code Requirements for Reinforced Concrete CRSI MSP-1 Concrete Reinforcing Steel Institute Manual of Standard Practice AWS D1.4 Structural Welding Code - Reinforcing Steel ASTM A 82 Specification for Steel Wire, Plain, for Concrete Reinforcement ASTM A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM A 775 Specification for Epoxy-Coated Reinforcing Steel Bars 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Submittals shall include shop bending diagrams, placing lists, drawings of all reinforcement steel prior to fabrication and mill test reports. C. Details of the concrete reinforcement steel and concrete inserts shall be submitted at the earliest possible date after receipt by the CONTRACTOR of the Notice to Proceed. Said details of reinforcement steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. The shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. The shop drawings shall include bar placement diagrams, which clearly indicate the dimensions of each bar splice. D. Where mechanical couplers are required or permitted to be used to splice reinforcement steel, submit manufacturer's literature which contains instructions and recommendations for installation for each type of coupler used; certified test reports which verify the load capacity of each type and size of coupler used; and shop drawings which show the location of each coupler with details of how they are to be installed in the formwork. E. If reinforcement steel is spliced by welding at any location, submit mill test reports, which shall contain the information necessary for the determination of the carbon equivalent as specified in AWS D1.4. Submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding; merely a statement that AWS procedures will be followed is not acceptable. F. Submit all reinforcing product mill certificates. Reinforcement Steel 50th Street Water Main Replacement Page 03200-2 1.4 QUALITY ASSURANCE A. If requested by the ENGINEER, the CONTRACTOR shall provide samples from each heat of reinforcement steel delivered in a quantity adequate for testing. Costs of all tests will be paid by the CONTRACTOR. 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. C. If requested by the ENGINEER, 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. The costs of testing will be paid by the CONTRACTOR. PART 2 – PRODUCTS 2.1 REINFORCEMENT STEEL A. Reinforcement Steel for all cast-in-place reinforced concrete construction shall conform to the following requirements: 1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade 60 Billet Steel Reinforcement or as otherwise shown. 2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A 185 and the details shown; provided, that welded wire fabric with longitudinal wire of W4 size wire and smaller shall be either furnished in flat sheets or in rolls with a core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W4 size shall be furnished in flat sheets only. 3. Spiral reinforcement shall be cold-drawn steel wire conforming to the requirements of ASTM A 82. B. Accessories: 1. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers and other devices to position reinforcement during concrete placement. All bar supports shall meet the requirements of the CRSI Manual of Standard Practice including special requirements for supporting epoxy coated reinforcing bars. Wire bar supports shall be CRSI Class 1 for maximum protection with a 1/8-inch minimum thickness of plastic coating, which extends at least ½-inch from the concrete surface. Plastic shall be gray in color. 2. Concrete blocks (dobies), used to support and position reinforcement steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Wire ties shall be embedded in concrete block bar supports. C. Epoxy coating for reinforcing and accessories, where specified or shown, shall conform to ASTM A 775. 2.2 MECHANICAL COUPLERS A. Mechanical couplers shall be provided where shown and where approved by the ENGINEER. The couplers shall develop a tensile strength, which exceeds 125% of the yield strength of the reinforcement bars being spliced at each splice. B. Where the type of coupler used is composed of more than one component, all components required for a complete splice shall be supplied. This shall apply to all mechanical splices, including those splices intended for future connections. Reinforcement Steel 50th Street Water Main Replacement Page 03200-3 C. The reinforcement steel and coupler used shall be compatible for obtaining the required strength of the connection. Straight threaded type couplers shall require the use of the next larger size reinforcing bar or shall be used with reinforcing bars with specially forged ends which provide upset threads which do not decrease the basic cross section of the bar. D. Couplers shall be Lenton Form Saver as manufactured by Erico Products; Dowel Bar Splicer System as manufactured by Richmond Screw Anchor Company; or ENGINEER approved equal. 2.3 WELDED SPLICES A. Welded splices shall be provided where shown and where approved by the ENGINEER. All welded splices of reinforcement steel shall develop a tensile strength, which exceeds 125% of the yield strength of the reinforcement bars, which are connected. B. All materials required to conform the welded splices to the requirements of AWS D1.4 shall be provided. 2.4 EPOXY GROUT A. Epoxy for grouting reinforcing bars shall be specifically formulated for such application, for the moisture condition, application temperature and orientation of the hole to be filled. Epoxy grout shall meet the requirements found in Section 03315 - Grout. PART 3 – EXECUTION 3.1 GENERAL A. All reinforcement steel, welded wire fabric, couplers and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the Supplementary Requirements specified herein. 3.2 FABRICATION B. General: 1. Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as modified by the Contract Drawings. Stirrups and tie bars shall be bent around a pin having a diameter not less than 1½-inch for No. 3 bars, 2-inch for No. 4 bars, and 2½-inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the bar diameter, except for bars larger than 1-inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. 2. The CONTRACTOR shall fabricate reinforcement bars for structures in accordance with bending diagrams, placing lists and placing drawings. Said drawings, diagrams and lists shall be prepared by the CONTRACTOR as specified under Section 01300 - Submittals. C. Fabricating Tolerances: Bars used for concrete reinforcement shall meet the following requirements for fabricating tolerances: 1. Sheared length: + 1-inch 2. Depth of truss bars: + 0, - ½-inch 3. Stirrups, ties and spirals: + ½-inch 4. All other bends: + 1-inch 3.3 PLACING A. Reinforcement steel shall be accurately positioned as shown, and shall be supported and wired together to Reinforcement Steel 50th Street Water Main Replacement Page 03200-4 prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcement steel shall be supported by concrete, plastic or metal supports, spacers or metal hangers, which are strong and rigid enough to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support, reinforcement steel shall be tied to the steel with wire ties, which are embedded in the blocks. For concrete over formwork, the CONTRACTOR shall furnish concrete, metal, plastic or other acceptable bar chairs and spacers. B. Limitations on the use of bar support materials shall be as follows: 1. Concrete Dobies: Permitted at all locations except where architectural finish is required. 2. Wire Bar Supports: Permitted only at slabs over dry areas, interior dry wall surfaces and exterior wall surfaces. 3. Plastic Bar Supports: Permitted at all locations except on grade. C. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. D. Bars additional to those shown which may be found necessary or desirable by the ENGINEER for the purpose of securing reinforcement in position shall be provided by the CONTRACTOR at its own expense. E. Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 318 except where in conflict with the requirements of the Building Code. F. Bars may be moved as necessary to avoid interference with other reinforcement steel, conduits or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be as acceptable to the ENGINEER. G. Accessories supporting reinforcing bars shall be spaced such that there is no deflection of the accessory from the weight of the supported bars. When used to space the reinforcing bars from wall forms, the forms and bars shall be located so that there is no deflection of the accessory when the forms are tightened into position. 3.4 SPACING OF BARS A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 11/3 times the maximum size of the coarse aggregate, nor less than 1-inch. B. Where reinforcement in beams or girders is placed in two (2) or more layers, the clear distance between layers shall be not less than one inch. C. In columns, the clear distance between longitudinal bars shall be not less than 1½ times the bar diameter, nor less than 1½ times the maximum size of the coarse aggregate, nor less than 1½ inches. D. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.5 SPLICING A. General: 1. Reinforcement bar splices shall only be used at locations shown. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the ENGINEER. 2. Unless, otherwise indicated, dowels shall match the size and spacing of the spliced bar. B. Splices of Reinforcement: Reinforcement Steel 50th Street Water Main Replacement Page 03200-5 1. The length of lap for reinforcement bars, unless otherwise shown shall be in accordance with ACI 318- 89, Section 12.15.1 for a Class B splice. 2. Splices in column spiral reinforcement, when necessary, shall be made by welding or by a lap of 1½ turns. C. Bending or Straightening: Reinforcement shall not be straightened or rebent in a manner, which will injure the material. Bars with kinks or bends not shown shall not be used. All bars shall be bent cold, unless otherwise permitted by the ENGINEER. No bars partially embedded in concrete shall be field-bent except as shown or specifically permitted by the ENGINEER. D. Couplers, which are located at a joint face, shall be a type, which can be set either flush or recessed from the face as shown. The couplers shall be sealed during concrete placement to completely eliminate concrete or cement paste from entering. Couplers intended for future connections shall be recessed a minimum of ½-inch from the concrete surface. After the concrete is placed, the coupler shall be plugged with plastic plugs, which have an O-ring seal and the recess filled with sealant to prevent any contact with water or other corrosive materials. Threaded couplers shall be plugged. E. Unless noted otherwise, mechanical coupler spacing and capacity shall match the spacing and capacity of the reinforcing shown for the adjacent section. 3.6 CLEANING AND PROTECTION A. Reinforcement steel shall at all times be protected from conditions conducive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other 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. Where there is delay in depositing concrete, reinforcement shall be reinserted and, if necessary recleaned. 3.7 EMBEDMENT OF DRILLED REINFORCING STEEL DOWELS A. Hole Preparation: 1. The hole diameter shall be as recommended by the epoxy manufacturer but shall be no larger than 0.25-inch greater than the diameter of the outer surface of the reinforcing bar deformations. 2. The depth of the hole shall be as recommended by the epoxy manufacturer to fully develop the bar but shall not be less than 12 bar diameters, unless noted otherwise. 3. The hole shall be drilled by methods, which do not interfere with the proper bonding of epoxy. 4. Existing reinforcing steel in the vicinity, of proposed holes shall be located prior to drilling. The location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing reinforcing bars. 5. The hole shall be blown clean with clean, dry compressed air to remove all dust and loose particles. 6. Epoxy shall be injected into the hole through a tube placed to the bottom of the hole. The tube shall be withdrawn as epoxy is placed but kept immersed to prevent formation of air pockets. The hole shall be filled to a depth that insures that excess material will be expelled from the hole during dowel placement. 7. Dowels shall be twisted during insertion into the partially filled hole so as to guarantee full wetting of the bar surface with epoxy. The bar shall be inserted slowly enough to avoid developing air pockets. - END OF SECTION - Joints in Concrete 50th Street Water Main Replacement Page 03290-1 SECTION 03290 JOINTS IN CONCRETE PART 1 – GENERAL 1.1 THE REQUIREMENT A. 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. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Related Sections: 1. Section 01300 – Submittals 2. Section 01400 – Quality Control. 3. Section 03150 – Concrete Accessories B. Commercial Standards: ASTM C 920 Specifications for Elastomeric Joint Sealants ASTM D 412 Test Methods for Rubber Properties in Tension ASTM D 624 Test Method for Rubber Property -- Tear Resistance ASTM D 638 Test Method for Tensile Properties of Plastics ASTM D 746 Test Method for Brittleness Temperature of Plastics and Elastomers by Impact ASTM D 747 Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever Beam ASTM D 1056 Specification for Flexible Cellular Materials -- Sponge or Expanded Rubber ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D 2240 Test Method for Rubber Property -- Durometer Hardness ASTM D 2241 Specification for Poly (Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR-Series) 1.3 TYPES OF JOINTS A. Construction Joints: Provide where shown on the plans. When fresh concrete is placed against a hardened concrete surface, the joint between the two (2) 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 shown. The space so formed shall be filled with a joint sealant material as specified in Section 07920 – Caulking and Joint Sealant. B. Contraction Joints: Provide where shown on the plans. 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 4½ inches from the joint; which is provided with a sleeve-type dowel, to allow shrinkage of the concrete of the second pour. Waterstop and/or sealant groove shall also be provided when specified or shown. C. Expansion Joints: Provide where shown on the plans. To allow the concrete to expand freely, a space is provided between the two pours, the joint shall be formed as shown. This space is obtained by placing a filler Joints in Concrete 50th Street Water Main Replacement Page 03290-2 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 a waterstop as shown. D. The space so formed shall be filled with a joint sealant material as specified in Section 07920 – Caulking and Joint Sealant. In order to keep the two (2) walls or slab elements in line the joint shall also be provided with a sleeve-type dowel as shown. E. 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 shown, is formed or saw-cut in the concrete. This groove is afterward filled with a joint sealant material as specified in Section 07920 – Caulking and Joint Sealant. 1.4 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Waterstops: Prior to production 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, and shall be accomplished so that the material and workmanship represents in all respects 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 the qualification samples. As defined in Section 03150 - Concrete Accessories. C. Joint Location: Submit placement shop drawings showing the location and type of all joints for each structure. Along with the associated pour sequence. 1.5 QUALITY ASSURANCE A. Waterstop Inspection: It is required that all waterstop field joints shall be subject to rigid 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. B. All field joints in waterstops shall be subject to rigid inspection for 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 at no additional cost. C. The following waterstop defects represent a partial list of defects, which shall be grounds for rejection: 1. Offsets at joints greater than 1/16-inch or 15% of material thickness, at any point, whichever is less. 2. Exterior crack at joint, due to incomplete bond, which is deeper than 1/16-inch or 15% of material thickness, at any point, whichever is less. 3. 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% of material thickness at any point, whichever is less. 4. Misalignment of joint, which result in misalignment of the waterstop in excess of ½-inch in 10 feet. 5. Porosity in the welded joint as evidenced by visual inspection. 6. Bubbles or inadequate bonding which can be detected with a penknife test. (If, while prodding the entire joint with the point of a pen knife, the knife breaks through the outer portion of the weld into a bubble, the joint shall be considered defective.) Joints in Concrete 50th Street Water Main Replacement Page 03290-3 D. Waterstop Samples: Prior to use of the waterstop material in the field, a sample of a fabricated mitered cross and a tee constructed of each size or shape of material to be used shall be submitted to the ENGINEER for review. These 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.) may be selected at random by the ENGINEER for testing by a laboratory at no additional expense to the ENGINEER. When tested, they shall have a tensile strength across the joints equal to at least 600 psi. E. Construction Joint Sealant: See Section 07920 – Caulking and Joint Sealant PART 2 – PRODUCTS 2.1 PVC WATERSTOPS A. General: As defined in Section 03150 – Concrete Accessories. 2.2 BACKING ROD A. Backing rod shall be an extruded closed-cell, polyethylene foam rod. 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% at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width except that a 1-inch diameter rod shall be used for a ¾-inch wide joint. 2.3 BOND BREAKER A. Bond breaker shall be Super Bond Breaker as manufactured by Burke Company, San Mateo, California; Select Cure CRB as manufactured by Select Products Co., Upland, California; or ENGINEER approved equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable. Provide where shown on the plans. 2.4 SLIP DOWELS A. Slip dowels in joints shall be A36 smooth epoxy-coated bars, conforming to ASTM A 775. Provide where shown on the plans. PART 3 – EXECUTION 3.1 GENERAL A. 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. 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 shall be taken. All waterstops shall be stored so as to permit free circulation of air around the waterstop material. B. 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. 3.2 SPLICES IN WATERSTOPS Joints in Concrete 50th Street Water Main Replacement Page 03290-4 A. When applicable, splices in waterstops shall be performed by heat-sealing the adjacent waterstop sections in accordance with the manufacturer's printed recommendations. It is essential that: 1. The material not be damaged by heat sealing. 2. The splices have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. 3. The continuity of the waterstop ribs and of its tubular center axis be maintained. B. Butt joints of the ends of two (2) identical waterstop sections may be made while the material is in the forms. C. All joints with waterstops involving more than two (2) ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of two (2) dissimilar waterstop sections shall be prefabricated 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. D. Where a centerbulb waterstop intersects and is jointed with a non-centerbulb waterstop, care shall be taken to seal the end of the centerbulb, using additional PVC material if needed. 3.3 JOINT CONSTRUCTION A. Setting Waterstops: 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 and anchor the waterstops during progress and to insure the proper placement and or 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 near all joints. B. In placing flat-strip hydrotite 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 hydrotite waterstops shall be held in place with light wire ties on 12-inch centers, which shall be passed through the edge of the hydrotite waterstop and tied to the curtain of reinforcing steel. Horizontal hydrotite waterstops, with their flat face in a vertical plane, shall be held in place with continuous supports to which the top edge of the hydrotite waterstop shall be tacked. In placing concrete around horizontal hydrotite waterstops, with their flat face in a horizontal plane, concrete shall be worked under the hydrotite waterstops by hand so, as to avoid the formation of air and rock pockets. C. In placing centerbulb waterstops in expansion joints, the centerbulb shall be centered on the joint filler material. D. Waterstop in vertical wall joints shall stop 6 inches from the top of the wall where such waterstop does not connect with any other waterstop and is not to be connected to for a future concrete placement. E. 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 40-feet apart, additional joints shall be provided to maintain the 25-foot maximum spacing. The location of all joints, of any type, shall be submitted for acceptance by the ENGINEER. F. Joint Preparation: Special care shall be used in preparing concrete surfaces at joints where Joints in Concrete 50th Street Water Main Replacement Page 03290-5 bonding between two (2) 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 shown on the plans. G. Construction Joint Sealant: Construction joints in water-bearing floor slabs, and elsewhere as shown, shall be provided with tapered grooves, which shall be filled with a 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 sandblasted. The grooves shall be allowed to become thoroughly dry, after which they shall be blown out; immediately thereafter, install the joint sealant per Section 07920 – Caulking and Joint Sealant they shall be primed, bond breaker tape placed in the bottom of the groove, 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 fillet shall be thoroughly cleaned, as outlined for the tapered grooves, prior to application of the sealant. - END OF SECTION - Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-1 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 – GENERAL 1.1 THE REQUIREMENT A. Furnish all materials for concrete in accordance with the provisions of this Section and 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. B. The following types of concrete are covered in this Section: 1. Structural Concrete: Concrete to be used in all cases except where indicated otherwise in the Contract Documents. 2. Sitework Concrete: Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise indicated. 3. Lean Concrete: Concrete to be used for thrust blocks, pipe trench cut-off blocks and cradles that are detailed on the Drawings as un-reinforced. Lean concrete shall be used as protective cover for dowels intended for future connection. C. The term "hydraulic structure" used in these specifications means environmental engineering concrete structures for the containment, treatment or transmission of water, wastewater or other fluids. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Related Sections: 1. Section 01300 – Submittals. 2. Section 01400 – Quality Control 3. Section 03100 – Concrete Formwork 4. Section 03200 – Reinforcement Steel 5. Section 03290 – Joints in Concrete. 6. Section 03315 – Grout 7. Section 03931 – Epoxy Injection System 8. Section 03936 – Water Leakage Test for Concrete Structures B. Commercial Standards: ACI 117 Standard Tolerances for Concrete Construction and Materials ACI 214 Recommended Practice for Evaluation of Strength Test Results of Concrete ACI 301 Structural Concrete for Buildings ACI 306.1 Cold Weather Concreting ACI 309 Consolidation of Concrete ACI 315 Details and Detailing of Concrete Reinforcement ACI 318 Building Code Requirements for Reinforced Concrete ACI 350R Environmental Engineering Concrete Structures ASTM C 31 Practices for Making and Curing Concrete Test Specimens in the Field Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-2 ASTM C 33 Concrete Aggregates ASTM C 39 Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C 94 Ready-Mixed Concrete ASTM C 136 Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C 143 Test Method for Slump of Hydraulic Cement Concrete ASTM C 150 Portland Cement ASTM C 156 Test Methods for Water Retention by Concrete Curing Materials ASTM C 157 Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete ASTM C 192 Practices for Making and Curing Concrete Test Specimens in the Laboratory ASTM C 260 Air-Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 1077 Practice for Laboratories Testing Concrete and Concrete Aggregates for use in Construction & Criteria for Laboratory Evaluation ASTM D 175 Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types) ASTM D 448 Classifications for Sizes of Aggregate for Road and Bridge Construction ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM E 119 Method for Fire Tests of Building Construction and Materials 1.3 SYSTEM DESCRIPTIONS A. Performance Requirements: 1. General: a. Except as otherwise specified, provide concrete composed of Portland cement, aggregate, and water so proportioned and mixed as to produce plastic, workable mixture in accordance with requirements as specified in this Section and suitable to specific conditions of placement. b. Proportion materials in a manner such as to secure lowest water-cement ratio which is consistent with good workability, plastic, cohesive mixture, and one which is within specified slump range. c. Proportion fine and coarse aggregate in a manner such as not to produce harshness in placing nor honeycombing in structures. 2. Water tightness of Concrete Work: It is intent of this Section to secure for every part of the Work concrete and grout of homogeneous structure, which when hardened will have required strength, water tightness, and durability. As provided in ACI 350.1/350.1R Concrete for Environmental Structures. a. It is recognized that some surface hairline cracks and crazing will develop in the concrete surfaces. b. Construction, contraction, and expansion joints have been positioned in structures as indicated on the Drawings, and curing methods specified, for purpose of reducing number and size of these expected from specified concrete mixes. c. Watertight: Repair cracks as described in this Section which develop in walls or slabs and repair cracks which show any signs of leakage until all leakage is stopped. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-3 d. If patching does not stop the leakage and at the engineer’s discretion the installing CONTRACTOR shall pressure inject visible cracks, other than hairline cracks and crazing, in following areas with epoxy as specified in Section 03931. 1) Floors and walls of water bearing structures. 2) Walls and overhead slabs of passageways or occupied spaces, outsides of which are exposed to weather or may be washed down and are not specified to receive separate waterproof membrane. 3) Other Items Not Specified to Receive Separate Waterproof Membrane: Slabs over water channels, wet walls, reservoirs, and other similar surfaces. 3. Workmanship and Methods: Provide concrete work, including detailing of reinforcing, conforming with best standard practices and as set forth in ACI 318, Manuals, and Recommended Practices. 1.4 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Product Data: Submit data completely describing products. C. Information on Heating Equipment to Be Used for Cold Weather Concreting: Submit information on type of equipment to be used for heating materials and/or new concrete in process of curing during excessively cold weather. D. For conditions that promote rapid drying of freshly placed concrete such as low humidity, high temperature, and wind: Submit corrective measures proposed for use prior to placing concrete. E. Copies of Tests of Concrete Aggregates: Submit certified copies in triplicate of commercial laboratory tests not more than 90 days old of all samples of concrete aggregates. 1. Fine Aggregate: a. Clay lumps. b. Reactivity. c. Shale and chert. d. Soundness. e. Color. f. Decantation. 2. Coarse Aggregate: a. Clay lumps and friable particles. b. Reactivity. c. Shale and chert. d. Soundness. e. Abrasion loss. f. Coal and lignite. g. Materials finer than 200 sieve. F. Sieve Analysis: Submit sieve analysis of fine and coarse aggregates being used in triplicate at least every 3 weeks and at any time there is significant change in grading of materials. G. Concrete Mixes: Submit full details, including mix design calculations for concrete mixes proposed for use for each class of concrete. 1. Include information on correction of batching for varying moisture contents of fine aggregate. 2. Submit source quality test records with mix design submittal. a. Include calculations for f’c based on source quality test records. H. If There is Change in Aggregate Source, Aggregate Quality from Same Source: Submit new set of design mixes covering each class of concrete. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-4 I. If Either Fine or Coarse Aggregate Is Batched from More than One Bin: Submit analyses for each bin, and composite analysis made up from these, using proportions of materials to be used in mix. J. Cement Mill Tests: Include alkali content, representative of each shipment of cement for verification of compliance with specified requirements. K. Pozzolan Certificate of Compliance: Identify source of pozzolan and certify compliance with requirements of ASTM C 618. L. Information on mixing equipment. M. Drying shrinkage test data. N. Packing and Shipping: 1. Deliver, store, and handle concrete materials in manner as to prevent damage and inclusion of foreign substances. 2. Deliver and store packaged materials in original containers until ready for use. 3. Deliver aggregate to mixing site and handle in such a manner that variations in moisture content will not interfere with steady production of concrete of specified degree of uniformity and slump. O. Acceptance at Site: Reject material containers or materials showing evidence of water or other damage. P. Test Batch Test Data: 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. Q. Sequence of Concrete Placing: Submit proposed sequence of placing concrete showing proposed beginning and ending of individual placements. R. Ties to be used and the tie hole patching procedure and methods and materials. S. Curing Compound Other than Specified Compound: Submit complete data on proposed compound. T. Repair of Defective Concrete: Submit mix design for grout or product data if mixed onsite. U. Acceptance of Method of Concrete Repair: Make no repair until the ENGINEER has accepted method. 1.4 QUALITY ASSURANCE A. General 1. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 2. Tests for compressive strength and shrinkage of concrete shall be performed as indicated herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. 3. The cost of all laboratory tests on concrete will be borne by the CONTRACTOR. The laboratory will meet or exceed the requirements of ASTM C 1077. 4. Concrete for testing shall be supplied by the CONTRACTOR at no additional cost to the OWNER, and the CONTRACTOR shall assist the ENGINEER in obtaining samples, and disposal and cleanup of excess material. B. Field Testing of Concrete: 1. During progress of construction, the CONTRACTOR will have tests made to determine whether the concrete, as being produced, complies with requirements specified. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-5 2. Tests will be performed in accordance with ASTM C 31, ASTM C 39, and ASTM C 172. 3. The testing company will make and deliver test cylinders to the laboratory and testing expense will be borne by the CONTRACTOR. 4. Required Number Cylinders: a. Not less than 3 cylinder specimens, 6 inch diameter by 12 inch long, will be tested for each 150 cubic yards of each class of concrete placed and not less than 3 specimens for each half day’s placement. b. One cylinder will be broken at 7 days and 2 at 28 days. 5. The Testing Agency shall: a. Test slump of concrete using slump cone in accordance with the requirements of ASTM C143. b. Furnish test equipment. c. Do not use the concrete that does not meet specification requirements in regards to slump, but remove such concrete from project site. d. Test slump at the beginning of each placement, as often as necessary to keep slump within the specified range, and when requested to do so by the ENGINEER. e. Make provisions for and furnish concrete for test specimens, and provide manual assistance to the ENGINEER in preparing said specimens. f. Assume responsibility for care of and providing of curing conditions for test specimens in accordance with ASTM C 31. C. Enforcement of Strength Requirement: 1. Concrete is expected to reach higher compressive strength than that which is indicated on the drawings and herein as specified compressive strength f’c. 2. Strength Level of Concrete: Will be considered acceptable if the following conditions are satisfied. g. Average of all sets of 3 consecutive test results is greater or equal to specified compressive strength f’c. h. No individual strength test (average of 2 cylinders) falls below specified compressive strength f’c by more than 500 pounds per square inch. i. Whenever one, or both, of 2 conditions stated above is not satisfied, provide additional curing of affected portion followed by cores taken in accordance with ASTM C 42 and ACI 318 and comply with the following requirements. 1) If additional curing does not bring average of 3 cores taken in affected area to at least specified compressive strength f’c, designate such concrete in affected area as defective. 2) The ENGINEER may require the CONTRACTOR to strengthen defective concrete by means of additional concrete, all at the CONTRACTOR’s expense. D. Construction Tolerances: The CONTRACTOR shall set and maintain concrete forms and perform finishing operations to ensure that the completed WORK is within tolerances. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the permissible variation from lines, grades, or dimensions indicated on the Drawings. Where tolerances are not stated in the specifications, permissible deviations will be in accordance with ACI 117. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-6 1. The following construction tolerances apply to finished walls and slab unless otherwise indicated: Item Tolerance Variation of the constructed linear outline In 10 feet: ¼-inch; from the established position in plan. In 20 feet or more: ½-inch Variation from the level or from the grades In 10 feet: ¼-inch shown. In 20 feet or more: ½-inch Variation from the plumb In 10 feet: ¼-inch; In 20 feet or more: ½-inch Variation in the thickness of slabs and walls. Minus ¼-inch; Plus ½-inch Variation in the locations and sizes of slabs Plus or minus ¼-inch and wall openings Variation in weirs hydraulic control structures Max deviation in elevation ¼ inch (total) 1.5 PROJECT CONDITIONS A. Environmental Requirements: 1. Hot weather concreting: a. When Ambient Air Temperature Is Above 90 Degrees Fahrenheit: Prior to placing concrete, cool forms and reinforcing steel to by water cooling to below 90 degrees Fahrenheit. b. Temperature of Concrete Mix at Time of Placement: Keep temperature below 90 degrees Fahrenheit by methods which do not impair quality of concrete. 2. Cold Weather Concreting: a. Concrete placed below ambient air temperature of 45 degrees Fahrenheit and falling or below 40 degrees Fahrenheit: Make provision for heating water. b. If materials have been exposed to freezing temperatures to degree that any material is below 35 degrees Fahrenheit: Heat such materials. c. Heating Water, Cement, or Aggregate Materials: 1) Do not heat in excess of 160 degrees Fahrenheit. d. Protection of Concrete in Forms: 2) Protect by means of covering with tarpaulins, or other acceptable covering. 3) Provide means for circulating warm moist air around forms in manner to maintain temperature of 50 degrees Fahrenheit for at least 5 days. 3. For conditions that promote rapid drying of freshly placed concrete such as low humidity, high temperature, and wind: Take corrective measures to minimize rapid water loss from concrete. a. Furnish and use sufficient number of maximum and minimum self-recording thermometers to adequately measure temperature around concrete. 1.6 SEQUENCING AND SCHEDULING A. Schedule placing of concrete in such a manner as to complete any single placing operation to construction, contraction, or expansion joint. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-7 PART 2 – PRODUCTS 2.1 CONCRETE MATERIALS A. Aggregate 1. General: a. Provide concrete aggregates that are sound, uniformly graded, and free of deleterious material in excess of allowable amounts specified. b. Grade aggregate in accordance with ASTM D 75 and C 136. c. Provide unit weight of fine and coarse aggregate which produces in place concrete with weight of not less than 140 pounds per cubic foot. B. Fine Aggregate: 1. Provide fine aggregate for concrete or mortar consisting of clean, natural sand or of sand prepared from crushed stone or crushed gravel. 2. Do not provide aggregate having deleterious substances in excess of the following percentages by weight of contaminating substances. In no case shall total exceed percent listed. Item Test Method Percent Removed by decantation (dirt, silt, etc.)ASTM C 117 3 Shale or Chert ASTM C 295 1 Clay Lumps ASTM C 142 1 3. Except as otherwise specified, grade fine aggregate from coarse to fine in accordance with requirements of ASTM C 33. C. Coarse Aggregate: 1. General: Provide coarse aggregate consisting of gravel or crushed stone made up of clean, hard, durable particles free from calcareous coatings, organic matter, or other foreign substances. 2. Weight: Not exceeding 15 percent, for thin or elongated pieces having length greater than 5 times average thickness. 3. Deleterious Materials: Not in excess of following percentages by weight, and in no case having total of all deleterious substances exceeding 2 percent. Item Test Method Percent Shale or chert ASTM C 295 1 Coal and lignite ASTM C 123 ¼ Clay Lumps and friable particles ASTM C 142 ¼ Materials finer than Number 200 sieve ASTM C 117 ½* Note: (*) Except when material finer than Number 200 sieve consists of crusher dust, maximum amount shall be 1 percent> 4. Grading: a. Aggregate: As specified in ASTM C 33, Size Number 57, except as otherwise specified or authorized in writing by the ENGINEER. b. Aggregate for Concrete for Encasement of Electrical Conduits: 1) Graded as specified in ASTM C 33, Size Number 8. 2) Provide concrete utilizing this aggregate equal to 2500 psi concrete in all other respects, and is designated as Class CE. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-8 D. Portland Cement: 1. General: Conform to specifications and tests for ASTM C 150, Types II or III, Low alkali, except as specified otherwise. 2. Low Alkali Portland: Have total alkali containing not more than 0.60 percent. 3. Exposed Concrete in Any Individual Structure: Use only one brand of Portland cement. 4. Cement for Finishes: Provide cement from the same source and of same type as concrete to be finished. E. Admixtures: 1. General: a. Do not use admixtures of any type, except as specified, unless written authorization has been obtained from the ENGINEER. b. Compatible with concrete and other admixtures. c. Do not use admixtures containing chlorides calculated as chloride ion in excess of 0.5 percent by weight. d. Use in accordance with manufacturer’s recommendations and add each admixture to concrete mix separately. 2. Water Reducing Admixture: a. May be used at the CONTRACTOR’s option. b. Conform to ASTM C 494, Type A or Type D. c. Not contain air entraining agents. d. Liquid form before adding to the concrete mix. e. No decrease in cement is permitted as result of use of water reducing admixture. 3. Superplasticizers or Flyash: Are not to be used without acceptance by ENGINEER. F. Water: 1. Water for Concrete, Washing Aggregate, and Curing Concrete: Clean and free from oil and deleterious amounts of alkali, acid, organic matter, or other substances. 2. Chlorides and Sulfate Ions: a. Water for Conventional Reinforced Concrete: Use water not containing more than 1,000 (mg/L) of chlorides calculated as chloride ion, no more than 1,000 (mg/L) of sulfates calculated as sulfate ion. b. Water for Pre-stressed or Post-tensioned Concrete: Use water not containing more than 650 (mg/L) milligrams per liter of chlorides calculated as chloride ion, nor more than 800 (mg/l) of sulfates calculated as sulfate ion. G. Conduit Encasement Coloring Agent: 1. Color: Red color concrete used for encasement of electrical ducts, conduits, and similar type items. 2. Manufacturers: One of the following or equal. a. Frank D, Davis Company, Red Oxide Number 117. b. I. Reiss Company, Inc., equivalent product. 3. Conduit Encasement Concrete: Mix into each cubic yard of concrete 10 pounds of coloring agent. H. Keyway Material: Lumber. I. All curing compounds shall be white pigmented and resin based conforming to ASTM C 309, Type D. Sodium silicate compounds shall not be allowed. Concrete curing compound shall be Kurez by Euclid Chemical Company; MB-429 as manufactured by Mater Builders; L&M Cure R; or equal. Water based resin curing compounds shall be used only where 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. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-9 J. Manufacturers: One of the following or equal. 1. WR Meadows 2. CGM Incorporated K. Plastic Membrane Curing: Use polyethylene film. 1. Color: White 2. Thickness: Minimum 6 mils. 3. Loss of Moisture: Not to exceed 0.055 grams per square centimeter of surface when tested in accordance with ASTM C 156. 2.2 CONCRETE DESIGN REQUIREMENTS A. General: Concrete shall be composed of cement, admixtures, aggregates, and water of the qualities indicated. 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. B. 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. Fine Aggregate Fineness Modulus Maximum Percent 2.7 or less 41 2.7 to 2.8 42 2.8 to 2.9 43 2.9 to 3.0 44 For other concrete, the maximum percentage of fine aggregate of total aggregate, by weight, shall not exceed 50. C. Water-Cement Ratio and Compressive Strength: Concrete shall have the following minimum properties unless noted otherwise on the plans: Min 28-Day Max Minimum Non Air Compr.Size Cement Max W/C Strength Aggregate per cu yd Ratio Type of Work (psi)(in)(lbs)(by weight) Structural Concrete:5,000 1 564 * 4,500 1 564 .038 4,000 1 564 0.45 Pea Gravel Mix 4,000 3/8 752 0.40 Sitework concrete 3,000 1 470 0.50 Lean concrete 2,000 1 376 0.60 NOTES: See the Structural Plan notes for strength application and location. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-10 1. The CONTRACTOR is cautioned that the limiting parameters above are not a mix design. Additional cement or water reducing agent may be required to achieve workability required by the CONTRACTOR's construction methods and aggregates. The CONTRACTOR is responsible for providing concrete with the required workability. 2. *For strengths above 4500 psi (non-air) concrete proportions shall be established from either existing field data or trial mixes. This information shall be submitted by the ready mix company through the CONTRACTOR for review by the ENGINEER before it will be approved. The average compressive strength from the test record must equal or exceed the ACI 318 requirements for average compressive strength. D. Adjustments to Mix Design: The mixes 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. 2.3 CONSISTENCY A. The quantity of water in 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 vibratory methods 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: Part of Work Slump (in) All concrete, unless indicated otherwise 3 inches plus or minus 1-inch With high range water reducer added 7 inches plus or minus 2 inches Pea gravel mix 7 inches plus or minus 2 inches Ductbanks 5 inches plus or minus 1-inch 2.4 MIXES A. Measurements of Materials: 1. Measure materials by weighing, except as otherwise specified or where other methods are specifically authorized in writing by the ENGINEER. 2. Furnish apparatus for weighing aggregates and cement that is suitably designed and constructed for this purpose. 3. Accuracy of Weighing Devices: Furnish devices that have capability of providing successive quantities of individual material that can be measured to within one percent of desired amount of that material. 4. Measuring or Weighing Devices: Subject to review by the ENGINEER, and bear valid seal of the Sealer of Weights and Measures having jurisdiction. 5. Weighing Cement: a. Weigh cement separately. b. Cement in Unbroken Standard Packages (Sacks): Need not be weighed. c. Bulk Cement and Fractional Packages: Weigh such cement. 6. Mixing Water: Measured by volume or by weight. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-11 B. Concrete Proportions and Consistency: 1. Concrete Consistency and Composition: a. Provide concrete that can be worked readily into corners and angles of forms and around reinforcement without excessive vibration and without permitting materials to segregate or free water to collect on surface. b. Prevent unnecessary or haphazard changes in consistency of concrete. 2. Ratio of Coarse Aggregate to Fine Aggregate: Not less than 1.0 nor more than 2.0 for all concrete Classes, with exception of Class CE. 3. Aggregate: a. Obtain aggregate from source which is capable of providing uniform quality, moisture content, and grading during any single day’s operation. 4. Concrete Mix Water to Cement Ratio, Minimum Cement Content, and Slump Range: Conform to values specified in Table A in this Section. 5. Concrete Batch Weighs: Control and adjust so as to secure maximum yield, and at all times maintain proportions of concrete mix within specified limits. 6. Mixture Modification: If required, by the ENGINEER, modify mixture within limits set forth in this Section. C. Concrete Mixes: 1. Proportioning of Concrete Mix: Proportion mixes on required average on compressive strength f’c as defined in the contract documents. 2. Mixes: a. Adjusting of Water: After acceptance, do not change mixes without acceptance by ENGINEER, except that at all times adjust batching of water to compensate for free moisture content of fine aggregate. b. Total Water Content of Each Concrete Class: Not exceed those specified in Table A of this Section. c. Checking Moisture Content of Fine Aggregate: Furnish satisfactory means at batching plant for checking moisture content of fine aggregate. 3. Change in Mixes: Undertake new trial batch and test program as specified in this Section. D. Hand Mixed Concrete: 1. Hand mix concrete only when acceptable to the ENGINEER. 2. Prepare hand mixed concrete on watertight, level platform in batches not to exceed 1/3 cubic yard each. 3. Aggregate: a. First spread required amount of coarse aggregate on platform in an even and uniform layer, and then over such aggregate spread proper proportion of fine aggregate. b. Combined Depth of Both Such Layers: Not be greater than one foot. 4. Cement: a. First evenly spread required quantity of cement over fine aggregate. b. Then turn entire batch with shovels at least twice before adding water. 5. Water: a. Then uniformly sprinkle or spray proper amount of water over batched materials. b. Then turn with shovels not less than three times before being removing from platform. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-12 2.5 SOURCE QUALITY CONTROL A. Tests: 1. Concrete Mixes: a. After concrete mixes have been accepted by ENGINEER, have trial batches of the accepted mix designs prepared by testing laboratory acceptable to the ENGINEER. b. Prepare trial batches by using specified cement and aggregates proposed to be use for the work. c. Trial Batches: Provide batches of sufficient quantity to determine slump, workability, consistency, and finishing characteristics, and to provide sufficient test cylinders. d. Test Cylinders: Provide cylinders having six inch diameter by 12 inch length and that are prepared in accordance with ASTM C 31 for tests specified in this Section. e. Determine slump in accordance with ASTM C 143. f. Test Cylinders from Trial Batch: 1) Test 8 cylinders for compressive strength in accordance with ASTM C 39. a) Test 4 cylinders at 7 days and 4 at 28 days. b) Establish ratio between 7 day and 28 day strength for mix. Seven day strength may be taken as satisfactory indication of 28 day strength provided effects on concrete of temperature and humidity between 7 day and 28 day are taken into account. 2) Average Compressive Strength of 4 Test Cylinders Tested at 28 Days: Equal to or greater than required average compressive strength f’c on which concrete mix design is based. g. Drying Shrinkage: 1) Prepare 5 drying shrinkage specimens in accordance with ASTM C 157, except as modified herein. 2) Remove drying shrinkage specimens from molds at age of 23 hours plus or minus 1 hour after trial batching, then immediately place them in water at 73 degrees Fahrenheit plus or minus 3 degrees for at least 30 minutes and then measure specimens within 30 minutes thereafter to determine original length. Then submerge specimens in saturated lime water at 73 degrees Fahrenheit plus or minus three degrees for moist curing. 3) Make measurements to determine expansion expressed as percentage of original length at age 7 days. Use length at age 7 days as base length for drying shrinking calculations. 4) Immediately store specimens in humidity controlled room maintained at 73 degrees Fahrenheit plus or minus 3 degrees and 50 percent plus or minus 4 relative humidity for remainder of the test. 5) Make and report measurements to determine shrinkage expressed as percentage of base length separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 6) Drying Shrinkage Deformation: a) Measure drying shrinkage deformation of each specimen as difference between base length and length after drying at each test age. b) Measure average drying shrinkage deformation of specimens to nearest 0.0001 inch at each test age. c) If drying shrinkage of any specimen departs from average of test age by more than 0.0004 inch, disregard results obtained from that specimen and test another specimen. d) Shrinkage of trial batch concrete at 28 days drying age shall not exceed 0.045 percent maximum. h. If trial batch tests do not meet specified requirements for slump, strength, workability, consistency, drying shrinkage, and finishing, change concrete mix design proportions and, if necessary, source of aggregate. Make additional trial batches and tests until an acceptable trial batch is produced that meets requirements of this Section. i. Perform test batches and tests required to establish trial batches and acceptability of materials without change in Contract Price. j. Do not place concrete until the concrete mix design and trial batch have been accepted by ENGINEER. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-13 2. Required Average Compressive Strength: a. Determine required average compressive strength (f’c) for selection of concrete proportions for mix design, for each class of concrete, using calculated standard deviation and its corresponding specified compressive strength f’c, in accordance with ACI 318, Part 3, Chapter 5. b. When test records of at least 30 consecutive tests that span period of not less that 45 calendar days are available, establish standard deviation as described in ACI 318, Part 3, Chapter 5 and as modified as follows herein. c. Provide test records from which to calculate standard deviation that represent materials, quality control procedures, and conditions similar to materials, quality control procedures, and conditions expected to apply in preparation of concrete for the Work. d. Provide changes in materials and proportions within test records that are more restricted than those for the Work. e. Specified Compressive Strength (f’c) of Concrete Used in Test Records: Within 1,000 pounds per square inch of that specified for the Work. f. When lacking adequate test records for calculation of standard deviation meeting requirements, determine required average compressive strength f’cr from the following table B. TABLE B Specified Compressive Strength f’c (pounds per square inch) Required Average Compressive Strength f’c (pounds per square inch) Less than 3,000 f’c + 1,000 3,000 to 5,000 f’c + 1,200 Over 5,000 f’c + 1,400 3. Pozzolan: a. Sampling and Testing: 1) Sample and test pozzolan in accordance with ASTM C 311. 2) In Computing Water to Cement Ratio and Cement Content per Cubic Yard of Concrete: Consider cement weight to be weight of Portland cement plus 100 percent of weight of fly ash. 4. Aggregate: a. Testing of concrete aggregate is at CONTRACTOR’s expense. b. Sieves: 1) Use sieves with square openings for testing grading or aggregates. 2) Sieve Analysis: If sieve analysis indicates significant change in materials, the ENGINEER may require that new mix design be submitted and accepted before further placing of concrete. c. Sample aggregate in accordance with ASTM D 75 and C 136. d. Fine Aggregate: 1) Provide fine aggregate not containing strong alkali nor organic matter which gives color darker than standard color when tested in accordance with ASTM C 40. 2) Provide aggregate having soundness complying with requirements of ASTM C 33 when tested in accordance with ASTM C 88. 3) Provide aggregate complying with reactivity requirements of ASTM C 33 when tested in accordance with ASTM C 289. e. Coarse Aggregate: 1) Soundness when tested in accordance with ASTM C 88: Have loss not greater than 10 percent when tested with sodium sulfate. 2) Abrasion Loss: Not exceed 45 percent after 500 revolutions when tested in accordance with ASTM C 131. 3) Reactivity: Not exceed limits specified in Appendix of ASTM C 33 when tested in accordance with ASTM C 289. f. Portland Cement: 4) Determination Alkali Content: Determine by method set forth in ASTM C 114. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-14 PART 3 – EXECUTION 3.1 PROPORTIONING AND MIXING A. Proportioning: Proportioning of the mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301. B. Mixing: Mixing shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. Slump: Slumps shall be as indicated herein. D. Retempering: Retempering of concrete or mortar which has partially hardened shall not be permitted. 3.2 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. B. 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 bonding. 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 be roughened to a minimum ¼-inch amplitude. Such cleaning and roughening shall be accomplished by hydroblasting or sandblasting (exposing aggregate) followed by thorough washing. All pools of water 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 pea gravel mix. The mix shall be placed and spread uniformly. Wall concrete shall follow immediately and shall be placed upon the fresh pea gravel mix. D. 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. E. 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 previous work shall be cleaned before the surrounding or adjacent concrete is placed. F. All inserts or other embedded items shall conform to the requirements herein. G. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms at locations indicated on the Drawings or shown by shop drawings and shall be acceptable to the ENGINEER before any concrete is placed. Accuracy of placement is the responsibility of the CONTRACTOR. H. Casting New Concrete Against Old: Where concrete is to be cast against old concrete (any concrete which is greater than 180 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. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-15 I. 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, shall be subject to the review of the ENGINEER. J. 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. K. Openings for pipes, inserts for pipe hangers and brackets, and anchors shall, where practicable, be provided during the placing of concrete. L. Anchor bolts shall be accurately set and shall be maintained in position by templates while being embedded in concrete. M. 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. 3.3 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. B. Non-Conforming Work or Materials: Concrete which during or before placing is found not to conform to the requirements indicated 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 the CONTRACTOR at no additional cost to the OWNER. C. Unauthorized Placement: No concrete shall be placed except in the presence of a 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. D. Placement in Wall and Column 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, means such as 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 in walls and 8-feet in columns 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 wall 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 wall 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. E. Casting New Concrete Against Old: 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 hydrotite waterstop is provided. See Section 03290 - Joints in Concrete. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-16 F. 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 designed and arranged so 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 indicated consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean 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. H. 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 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 not be entitled to any additional compensation on account of the foregoing requirements. I. Cold Weather Placement: 1. Placement of concrete shall conform to ACI 306.1 - Cold Weather Concreting, and the following. 2. 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. 3. Maintain the concrete temperature above 50 degrees F for at least 5 days after placement. 3.4 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. B. Pumping Equipment: The pumping equipment shall have two (2) cylinders and be designed to operate with one cylinder 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. C. The minimum diameter of the hose conduits shall be in accordance with ACI 304.2R. D. Pumping equipment and hose conduits that are not functioning properly shall be replaced. E. Aluminum conduits for conveying the concrete shall not be permitted. F. Field Control: Concrete samples for slump and test cylinders will be taken at the placement end of the hose. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-17 3.5 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 at the indicated locations. 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 two (2) adjacent wall panels have cured at least 10 days for hydraulic structures and 4-days for all other structures. B. 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 ¾-inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about ½-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. 3.6 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. 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 unit as required. Group 2 vibrators may be used only at specific locations when accepted by the ENGINEER. B. Care shall be used in placing concrete around hydrotite 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 hydrotite waterstops are placed horizontally, the concrete shall be worked under the hydrotite waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the hydrotite waterstops shall be given additional vibration over and above that used for adjacent concrete placement to assure complete embedment of the hydrotite waterstops in the concrete. C. 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. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the required results within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall not contact 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. 3.7 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 indicated in Part 1, above. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces: No treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. Where architectural finish is required, it shall be as indicated. Surface holes larger than ½-inch in diameter or deeper than ¼-inch are defined as surface defects in basins and exposed walls and shall be patched per Section 3.11 Treatment of Surface Defects. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-18 C. 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. 2. 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 indicated or as determined by the ENGINEER. 3. Finish U3 - After the finish U2 surface has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 4. Finish U4 - Trowel the Finish U3 surface to remove local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise indicated. The resulting surface shall be rough enough to provide a nonskid finish. D. Unformed surfaces shall be finished according to the following schedule: UNFORMED SURFACE FINISH SCHEDULE Area Finish Grade slabs and foundations to be covered with concrete or fill material U1 Water bearing slabs with slopes 10 percent and less U3 Water bearing slabs with slopes greater than 10 percent U4 Slabs not water bearing U4 Top surface of walls U3 3.8 CURING A. General: All concrete shall be cured for not less than 7 days after placing, in accordance with the methods indicated below for the different parts of the WORK. Surface to be Cured or Damp proofed Method Wall sections with forms removed 1 Construction joints between footings and walls, and between floor slab 2 and columns Encasement concrete and thrust blocks 1 or 2 All concrete surfaces not specifically indicated in this paragraph 1 Floor slabs on grade in hydraulic structures 1 or 2 Slabs not on grade 1 or 2 B.Method 1: The surface shall be sprayed with a liquid white pigmented 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. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-19 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the 7-day curing period. If the seal is 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. 3. Wherever curing compound has been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Curing compound 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. Repairs to formed surfaces shall be made within the 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. 5. At all locations where concrete is placed adjacent to a panel which has been coated with curing compound, the panel shall have curing compound C.Method 2: 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 seven (7) consecutive days beginning immediately after the concrete has reached final set or forms have been removed. 2. 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. 3. Curing blankets shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held substantially in contact with the concrete surface to prevent being dislodged by wind or any other causes. All edges shall be continuously held in place. 4. 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. 5. 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 above. 6. The CONTRACTOR shall dispose of excess water from the curing operation to avoid damage to the work. 3.9 PROTECTION A. The CONTRACTOR shall protect all concrete against injury until final acceptance at the CONTRACTOR’s own expense and at no additional cost to the OWNER B. 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 precipitation is imminent or occurring. 3.10 CURING IN COLD WEATHER A. The CONTRACTOR shall protect all concrete against injury from cold weather until final acceptance at the CONTRACTOR’s own expense and at no additional cost to the OWNER. 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 5 days protection at 50 degrees F. Concrete cured by water shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-20 C. 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 three (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. D. Where artificial heat is employed, special care shall be taken to prevent the concrete from drying. Use of un- vented 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. 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 patched 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 be repaired as indicated below. Concrete containing extensive voids, holes, honeycombing, or similar depression defects shall be completely removed and replaced. All repairs and replacements herein required shall be promptly executed at no increased cost to the OWNER. B. Defective surfaces to be repaired shall be cut back from true line a minimum depth of ½-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, plus 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 underneath 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. In hydraulic structure the material used for repair shall be hydraulic cement as defined in this Section under Products. C. Holes left by tie-rod cones shall be rubber stopped and grouted. 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. D. 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 repairs shall receive the same kind and amount of curing treatment as required for the concrete in the repaired section. E. Prior to filling any structure with water, all cracks that may have developed shall be "vee'd" as indicated in specs or in the field and filled with sealant conforming to the requirements of Section 03290 - Joints in Concrete. This repair method shall be done on the water bearing face of members. Prior to backfilling, faces of members in contact with fill, which are not covered with a waterproofing membrane shall also have cracks repaired as indicated herein. Cast-In-Place Concrete 50th Street Water Main Replacement Page 03300-21 3.12 PATCHING HOLES IN CONCRETE A. Patching Small Holes: 1. Holes which are less than 12 inches in the least dimension and extend completely through concrete members shall be filled. 2. Small holes in members which are water-bearing or in contact with soil or other fill material shall be filled with non-shrink grout or hydraulic cement in wet tanks. 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 entitled "Treatment of Surface Defects." 3. Small holes through all other concrete members shall be filled with non-shrink grout or hydraulic cement, with exposed faces treated as above. B. Patching Large Holes: 1. Holes which are larger than 12 inches in the 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 indicated herein. 2. Holes which are larger than 24 inches in the 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 indicated otherwise. 3. Large holes in members which are water bearing or in contact with soil or other fill shall have a bentonite type hydrotite waterstop material placed around the perimeter of the hole in accordance with Section 03290 - Joints in Concrete, unless there is an existing hydrotite waterstop in place. 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. 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 no additional cost to the OWNER. - END OF SECTION - Grout 50th Street Water Main Replacement Page 03315-1 SECTION 03315 GROUT PART 1 – GENERAL 2.1 THE REQUIREMENT A. Provide and place grout in accordance with the Contract Documents. B. Section Includes: 1. Concrete Mortar 2. Grout 3. Drypack Mortar 4. Non-shrink Grout. 5. Epoxy grout. 6. Non-shrink epoxy grout. C. Related Sections: 1. Section 03931 – Epoxy Injection System 2.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C 109 – Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2 inch or 50 millimeter cube specimens). 2. C 230 – Standard Specification For Flow Table For Use In Tests Of Hydraulic Cement. 3. C 531 – Test Method for Liner Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, Monolithic Surfacing and Polymer Concretes. 4. C 579 – Test Method for Compressive Strength of Chemical-Resistant Mortars and Monolithic Surfacing. 5. C 827 – Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures. 6. C 939 – Test Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 7. C 1090 – Test Method for Measuring Change in Height of Cylindrical Specimens from Hydraulic- Cement Grout. 8. C 1107 – Standard Specification for Packaged Dry, Hydraulic-Cement Grout (non-shrink). 9. C 1181 – Test Methods for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts. 2.3 SUBMITTALS A. Furnish submittals in accordance with Section 01300 - Submittals. B. Grout: Submit manufacturer’s Literature and certified test data prior to installation of any grout mixes. 2.4 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered to the jobsite in their original, unopened packages or containers, clearly labeled Grout 50th Street Water Main Replacement Page 03315-2 with the manufacturer’s product identification and printed instructions. B. All materials shall be stored in a cool dry place and in accordance with the manufacturer’s recommendations. C. All materials shall be handled in accordance with the manufacturer’s instructions. 2.5 PROJECT/SITE CONDITIONS A. Refer to manufacturer’s literature or contact the manufacturer for any special physical or environmental limitations that may be required for use of products. 2.6 WARRANTIES A. Non-shrink Grout: The manufacturer shall warranty that the non-shrink grout will never go below its initial placement volume when tested in accordance with ASTM C 1107. B. Non-shrink Epoxy Grout: The manufacturer shall warranty that the non-shrink epoxy grout will show negligible shrinkage or expansion when tested in accordance with ASTM C 531. PART 2 – PRODUCTS 3.1 MATERIALS A. Concrete Mortar: 1. General: Consist of concrete mixture with coarse aggregate removed and water quantity adjusted as required. 2. At Exposed Concrete Surfaces Not to Be Painted or Submerged in Water: White Cement. B. Grout: Consist of mixture of Portland cement and sand. C. Dry-pack: 1. Mortar consists of mixture of Portland cement and sand. 2. Hydraulic Cement Manufacturers a. Aqua Plug b. Unitex Hydraulic Cement c. Thoro Water Plug D. Non-shrink Grout: 1. Manufacturers: One of the following or equal: a. Five Star Products, Inc., Fairfield, CT, Five Star Grout. b. Master Builders, Inc., Cleveland, OH, Masterflow 928. c. L&M Construction Chemicals, Inc., Omaha, NE, CRYSTEX 3. Non-shrink grout shall be a proportioned and prepackaged cement-based mixture. It shall contain no metallic particles such as aluminum powder and no metallic aggregate such as iron filings. It shall require only the addition of potable water. 4. Potable water for pre-soaking, mixing, and curing shall be clean and free of oils, acids, alkalies, organics, and any other deleterious matter. 5. Bleeding: Non-shrink grout shall be free from the emergence of mixing water from within or the presence of water on its surface. 6. Non-shrink grout shall be in accordance with ASTM C 1107. Grout 50th Street Water Main Replacement Page 03315-3 7. Consistency: Non-shrink grout shall remain at a minimum flowable consistency for at least 45 minutes after mixing at 45 degrees Fahrenheit to 90 degrees Fahrenheit when tested in accordance with ASTM C 230. If at a fluid consistency, it shall be verified in accordance with ASTM C 939. 8. Dimensional Stability (height change): Non-shrink grout shall be in accordance with ASTM C 1107, volume-adjusting Grade B or C at 45 degrees to 90 degrees. It shall show 90 percent or greater bearing area under bases or baseplates. 9. Compressive Strength: Non-shrink grout shall show minimum compressive strengths at 45 degrees Fahrenheit to 90 degrees Fahrenheit in accordance with ASTM C 1107 for various periods from the time of placement, including 5,000 pounds per square inch at 28 days when tested in accordance with ASTM C 109 as modified by C 1107. E. Epoxy Grout: 1. Consist of mixture of epoxy and sand. 2. Sand: Clean, bagged, graded, and kiln dried silica sand. F. Non-shrink Epoxy Grout: 1. Manufacturers: One of the following or equal: a. Five Star Products, Inc., Fairfield, CT, Five Star Epoxy Grout. b. Master Builders, Inc., Cleveland, OH, Masterflow 648 CP Plus. c. L&M Construction Chemicals, Inc., Omaha, NE, EPOGROUT. 3. Non-shrink epoxy grout shall be a 100 percent solids, pre-measured, prepackaged system containing a two-component thermosetting epoxy resin and inert aggregate 4. Consistency: Non-shrink epoxy grout shall maintain a flowable consistency for at least 45 minutes at 70 degrees Fahrenheit. 5. Dimensional Stability (height change): a. Non-shrink epoxy grout shall have negligible shrinkage or expansion (less than 0.0006 in/in) when tested in accordance with ASTM C 531. 6. Compressive Strength: Non-shrink epoxy grout shall show a minimum compressive strength of 10,000 pounds per square inch at 24 hours and 14,000 pounds per square inch at 7 days when tested in accordance with ASTM C 579, Method B. 7. Compressive Creep: The compressive creep for non-shrink epoxy grout shall not exceed 0.0027 in/in when tested under a 400 pounds per square inch constant load at 140 degrees Fahrenheit in accordance with ASTM C 1181. 8. Thermal Capability: The coefficient of thermal expansion for non-shrink epoxy grout shall not exceed 0.000018 inches per inch per degree Fahrenheit when tested under ASTM C 531, Method B. 3.2 MIXES A. Concrete Mortar Mix: 1. Use water-cement ratio that is no more than that specified for concrete being repaired. 2. At Exposed Concrete Surfaces Not to Be Painted or Submerged in Water: Use sufficient white cement to make color of finished patch match that of surrounding concrete. B. Grout Mix: 1. For Concrete Repair: Mix in same proportions used for concrete being repaired, with only sufficient water to give required consistency for spreading. 2. For Spreading over the Surfaces of Construction or Cold Joints: Mix with no more water used than allowed by water-cement ratio specified for concrete. Grout 50th Street Water Main Replacement Page 03315-4 3. For Other Applications: Mix in proportions by weight of one part cement to four parts of concrete sand. C. Dry-pack Mortar and Hydraulic Cement Mix: Use only enough water so that resulting mortar will crumble to touch after being formed into ball by hand. D. Non-shrink Grout: Mix in accordance with manufacturer’s installation instructions such that resulting mix has fluid or flowable consistency and is suitable for placing by pouring. E. Epoxy grout: Mix in accordance with manufacturer’s installation instructions for mixing. F. Non-shrink Epoxy Grout: Mix in accordance with manufacturer’s installation instructions. PART 1 – EXECUTION 3.1 EXAMINATION A. Inspect concrete surfaces to receive grout or mortar and verify that they are free of ice, frost, dirt, grease, oil, curing compounds, paints, impregnations and all loose material or foreign matter likely to affect the bond or performance of grout or mortar. B. Inspect baseplate and anchor systems for rust, oil, and other deleterious substances that may affect the bond or performance of grout. C. Confirm that newly placed concrete has been cured sufficiently to attain its design strength and limit further shrinkage. D. Verify that temperature of cementitious or epoxy grout does not exceed manufacturer’s recommendations. 3.2 PREPARATION A. Surface Preparation: 1. Roughen all concrete surfaces by heavy sandblasting, chipping, or other mechanical means to assure bond. Loose or broken concrete shall be removed. 2. All grease, oil, dirt, curing compounds, laitance, and other deleterious materials that may affect bond that were identified in the inspection process shall be completely removed from concrete and bottoms of baseplates. All metal surfaces should have a 2 to 3 mil peak-to-valley profile for epoxy grouts. 3. For cementitious mortars and grouts, concrete surfaces shall be saturated surface dry. Any standing water shall be removed prior to placing grouts. 4. For epoxy grouts, do not wet concrete surfaces with water. Instead, where required, wet surfaces with epoxy for horizontal work or epoxy gel for vertical or overhead work prior to placing epoxy grouts. B. Forms and Headboxes for Grouts (Cementitious or Epoxy): 1. Forms for grouts shall be built of material with adequate strength to withstand the placement of grouts. 2. Forms must be rigid and liquid tight. All cracks and joints shall be caulked with an elastomeric sealant. All forms shall be lined with polyethylene for easy grout release. Forms carefully waxed with two coats of heavy-duty paste wax shall also be acceptable. 3. Forms shall be 4 to 6 inches higher than the baseplate on one side of the baseplate configuration when using head pressure for placement. 4. A sufficient number of headboxes shall be built to facilitate placement of grouts. 5. Air relief holes a minimum 1/8 inch in diameter shall be provided when required by a baseplate configuration to avoid entrapping air underneath. Grout 50th Street Water Main Replacement Page 03315-5 3.3 APPLICATION A. Cement Mortar and Grout: 1. For Defective Concrete Repair: a. Filling: Filling of voids around items through the concrete. b. Grout Spreading: Spread over construction joints, cold joints, and similar type items. 2. Concrete Surfaces: Apply epoxy bonding agent to clean, roughened, and dry surfaces before placing mortar or grout. 3. Placing: a. Exercise particular care in placing Portland cement mortar or grout since they are both required to furnish structural strength or impermeable water seal or both. b. Do not use cement mortar or grout that has not been placed within 30 minutes after mixing. B. Epoxy Grout: 1. Apply in accordance with manufacturer’s installation instructions. 2. Use where specified herein or where indicated on the Drawings. 3.4 PLACEMENT A. The CONTRACTOR shall make arrangements to have a grout manufacturer’s representative present for a preconstruction meeting and during the initial grout placement. Grout shall only be installed after the final equipment alignment is correct and accepted by the ENGINEER. 1. Grouts shall be mixed in accordance with the manufacturer’s recommendations. 2. A mortar mixer with moving paddles shall be used for mixing grouts. For cementitious grouts, pre-wet the mixer and empty out excess water before beginning mixing. 3. Cementitious Grouts: a. Non-shrink cementitious grout shall be added to a pre-measured amount of water that does not exceed the manufacturer’s maximum recommended water content. b. Mix cementitious grouts per manufacturer’s instructions for uniform consistency. c. Grouts may be drypacked, flowed, or pumped into place. All baseplate grouting shall take place from one side of a baseplate to the other to avoid trapping air. Do not overwork grouts. d. Do not retemper grout by adding more water after stiffening. e. Hydrostatic head pressure shall be maintained by keeping the level of the grout in the headbox above the bottom of the baseplate. The headbox should be filled to maximum level and the grout worked down to top of baseplate. 4. Epoxy Grouts: a. Epoxy grouts shall be mixed in complete units. Do not vary the ratio if components or add solvent to change the consistency of the mix. b. Pour the hardener into the resin and mix for at least one minute and until each mixture is uniform in color. Pour the chemical components into the mortar mixer wheelbarrow and add the aggregate. Mix until aggregate is uniformly wetted. Overmixing will cause air entrapment in the mix. c. All epoxy grout shall be flowed into place using a headbox. All grouting shall take place from one side of a baseplate to the other in a continuous flow to avoid trapping air. d. Hydrostatic head pressure shall be maintained by keeping the level of grout in headboxes above the bottom of baseplates. Headboxes shall be filled to the maximum level and grout worked down to the bottom of the baseplates. e. Epoxy grouts shall not be cut back after setting. The final level of grout will be as installed with all chamfer edges built into the formwork. Grout 50th Street Water Main Replacement Page 03315-6 3.5 CURING A. Cementitious Grouts: 1. Grouts must be cut back to the lower edge of baseplates after reaching initial set. Provide a 45 degree angle cut back. 2. Clean equipment and tools as recommended by the grout manufacturer. 3. Cure Grouts in accordance with the manufacturer’s specifications and recommendations. Keep grout moist for a minimum of 3 days. The method needed to protect grouts will depend on temperature, humidity, and wind. Wet burlap, a soaker hose, sun shading, ponding and in extreme conditions, a combination of methods shall be employed. 4. Grouts shall be maintained above 40 degrees Fahrenheit until they have attained a compressive strength of 3,000 pounds per square inch or above 70 degrees Fahrenheit for a minimum of 24 hours to avoid damage from subsequent freezing. B. Epoxy Grouts: 1. Cure grouts in accordance with manufacturer’s specifications and recommendations. Do not wet cure epoxy grouts. 2. Consult the manufacturer for appropriate cure schedule. In no case should any surface in contact with grout be allowed to fall below 50 degrees Fahrenheit for a minimum of 48 hours after placement. 3. Equipment and tools shall be cleaned immediately with a strong liquid detergent and water solution before grout hardens. 3.6 FIELD QUALITY CONTROL A. Non-shrink grouts shall be tested for 84 hour compressive strength in accordance with ASTM C 109. B. Non-shrink grouts shall be tested for 24 hour compressive strength in accordance with ASTM C 579 (Method B). - END OF SECTION - Concrete Saw-Cutting and Core-Drilling 50th Street Water Main Replacement Page 03700-1 SECTION 03700 CONCRETE SAW-CUTTING AND CORE-DRILLING PART 1 - GENERAL 1.1 DESCRIPTION A.The work of this section consists of saw-cutting and/or core-drilling new openings in existing concrete. 1.2 RELATED WORK SPECIFIED ELSEWHERE A.Section 01300 – Submittals B.Section 03100 – Concrete Formwork C.Section 03300 – Cast-In-Place Concrete 1.3 QUALITY ASSURANCE A.Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. 1.4 SUBMITTALS A.Comply with pertinent provisions of Section 01300. B.Submit drawings and commentary showing and describing the proposed cutting procedures and proposed equipment for each type of cut. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION 3.1 SAFETY REGULATIONS A.Comply with all applicable safety regulations including the requirements of “The Construction Safety Orders” of the State of California and OSHA. B.Provide equipment in good and safe working order, adequate to perform the work. C.Provide necessary scaffolding, lighting, access, debris removal equipment and devices, and appropriate safety measures. 3.2 CONCRETE CUTTING A.Perform concrete cutting as shown on the drawings and as specified herein and in accordance with the approved submittals. B.Openings shall be cut to the dimensions shown on the drawings and shall not be over-cut. C.In straight-cut openings, the face opposite the saw shall be chipped to achieve the opening dimension. Concrete Saw-Cutting and Core-Drilling 50th Street Water Main Replacement Page 03700-2 3.3 PATCHING A.Where existing reinforcing bars are cut at new opening, countersink by means of drilling or back- gouging the reinforcing bars a minimum of 1-inch below adjacent concrete. B.Patch the resulting void at existing reinforcing bars and the surface of chipped opening surfaces with an approved polymer – modified Portland cement mortar in accordance with Section 03100 – Concrete, to achieve a smooth, uniform surface. C.Paint the patch exposed surfaces with Epoxy Paint per Section 09800 (Coating System 2.5). 3.4 DISPOSAL A.Remove cut material and dispose off-site in a safe and orderly manner. Do not allow debris to accumulate on the site exposed to view. B.Inside structures, cuttings, chippings and patching grout droppings must be removed completely. No debris shall be washed into the plant's process system. C.Upon completion of the work of this section, the surfaces of all structures shall be clean and free of cuttings, slurry and debris. - END OF SECTION - Reinforced Concrete Block Masonry 50th Street Water Main Replacement Page 04200-1 SECTION 04200 REINFORCED CONCRETE BLOCK MASONRY PART 1 – GENERAL 1.1 THE REQUIREMENT A. Provide concrete masonry and other appurtenant work, complete and in place, in accordance with the Contract Documents. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards: ANSI/ASTM C 5 Quicklime for Structural Purposes ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C 90 Load-Bearing Concrete Masonry Units ASTM C 129 Non load bearing Concrete Masonry Units ASTM C 140 Test Methods of Sampling and Testing Concrete Masonry Units ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 207 Hydrated Lime for Masonry Purposes ASTM C 404 Aggregates for Masonry Grout ASTM E 447 Test Methods for Compressive Strength of Masonry Prisms UBC 21-16 Field Test Specimens for Mortar 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. 1. Samples: a. Samples of concrete masonry unit colors with texture ranges indicated for selection of color. Full size samples of the blocks selected shall be submitted for final approval by the ENGINEER after color selection, if requested. If the specified product is a colored and textured unit, the samples shall be colored and textured units. b. Samples of mortar colors for color selection. c. A 4-foot minimum square free standing sample panel shall be prepared for approval before starting masonry work if required. The panel shall remain at the Site for reference until all masonry work is completed. 2. Documentation: a. Reports from testing Masonry units. Letter of certification that units meet ASTM standards. Recent test reports on units from independent testing company. b. Reports from Mortar and Grout testing will be obtained from on site testing company. 3. Grout and Mortar Mix Design: a. Proportions for all components b. Mill Tests for Cement c. Admixture Certification, include chloride ion content d. Aggregate Graduation and Certification e. Lime Certification Reinforced Concrete Block Masonry 50th Street Water Main Replacement Page 04200-2 1.4 QUALITY ASSURANCE A. Applicable Standards: Concrete masonry shall conform to the local Building Code, and other applicable codes and standards of governing authorities. B. All work shall conform to the standard of quality established by the approved free -standing sample panel. C. Concrete block masonry units and ready mix grout from the job site shall be sampled and tested in accordance with applicable ASTM standards by onsite testing company. D. Inspection: Whenever required under the provisions of the Building Code, work hereunder will be subject to continuous inspection by a Special Inspector selected by the ENGINEER and approved by the local Building Official having jurisdiction. The Special Inspector will work under the supervision of the ENGINEER. E. Weather Conditions: Concrete masonry units shall not be placed when air temperature is below 40 degrees Fahrenheit (4 degrees Centigrade) and shall be protected against direct exposure to the wind and sun when erected when the ambient air temperature exceeds 100 degrees Fahrenheit (37 degrees Centigrade) in the shade with relative humidity less than 50%. Cold weather installation shall be per code and Reference Standards and as approved by the ENGINEER. F. Product Storage: Cement, lime and other cementitious materials shall be delivered and stored in dry, weather-tight sheds or enclosures, in unbroken bags, barrels, or other approved containers, plainly marked and labeled with the manufacturers' names and brands. Mortar and grout shall be stored and handled in a manner, which will prevent the inclusion of foreign materials and damage, by water or dampness. Masonry units shall be handled with care to avoid chipping and breakage, and shall be stored on wooden pallets. Materials stored on newly constructed floors shall be stacked in such manner that the uniformly-distributed loading does not exceed 50 psf. Masonry materials shall be protected from contact with the earth and exposure to the weather and shall be kept dry and clean until used. PART 2 -- PRODUCTS 2.1 CONCRETE MASONRY UNITS A. Concrete masonry units shall conform to ASTM C 90, Type I, with maximum linear shrinkage of 0.6% from standard to oven-dried condition. Units shall be medium weight units unless indicated otherwise. B. Concrete masonry units shall be modular size as shown or indicated on the drawings, with split- faces or smooth finish as indicated on the plans. Units shall be integrally-colored or standard unit color with painted exterior as indicated on the drawings with color selections from light and medium color range (white, black and dark green not included in color range). C. All bond beam, corner, lintel, sill and other specially shaped blocks shall be provided where required or necessary. Specially shaped non-structural blocks may be constructed by saw cutting. Color and texture shall match that of adjacent units. No exposed grouted block cells will be allowed. All exposed masonry surfaces of openings and window and door openings such as sills, heads and jambs shall be finish block surfaces, not formed surfaces, unless indicated otherwise. Closed bottom bond beam blocks shall be used at heads and sills. D. Concrete masonry units hidden from view entirely may be natural color units the same size as other adjacent masonry units. Reinforced Concrete Block Masonry 50th Street Water Main Replacement Page 04200-3 2.2 MATERIALS A. Portland cement shall be Type I or II, low alkali, conforming to ASTM C 150. No masonry cement will be allowed. B. Hydrated lime shall be Type S, conforming to ASTM C 207. Pulverized quicklime shall conform to ANSI/ASTM C 5, shall pass a No. 20 sieve, and 90% shall pass a No. 50 sieve. C. Sand shall conform to ASTM C 144. Coarse aggregate shall conform to ASTM C 404. D. Water for mixing shall be clear potable water. E. Reinforcing steel shall be deformed bars conforming to ASTM A 615, Grade 60. F. Any admixtures must be pre-approved prior to usage. See Section 2.4 B. G. Veneer ties shall be per local governing code and shall be Hot Dip Galvanized per ASTM 153- B2. H. Horizontal Joint Reinforcement shall be Hot Dip Galvanized laddertype per ASTM 153-B2 2.3 MORTAR A. Mortar for concrete block masonry shall be Type S, with a minimum 28-day compressive strength of 1500 psi. B. Mortar for use with colored masonry units shall have integral color as approved by the ENGINEER. 2.4 GROUT A. Grout shall have a minimum 28-day compressive strength of 2000 psi. Where the grout space is less than 4 inches, pea gravel shall be omitted. B. Admixtures may only be used when approved by the ENGINEER. When it has been approved for use, it shall be used in accordance with the manufacturer's published recommendations for the grout. PART 3 -- EXECUTION 3.1 GENERAL A. Measurements for mortar and grout shall be accurately made. Mortar proportions shall be accurately controlled and maintained. B. Work shall be performed in accordance with the provisions of the applicable code for reinforced concrete hollow-unit masonry. C. Set or embed all anchors, bolts, reglets, sleeves, conduits, and other items as required. D. All block cutting shall be by machine. E. Reinforcing steel shall be cleaned of all loose rust and scale, and all oil, dirt, paint, laitance, or other substances, which may be detrimental to or reduce bonding of the steel and concrete. Reinforced Concrete Block Masonry 50th Street Water Main Replacement Page 04200-4 F. Immediately before starting work, the concrete upon which the masonry will be laid shall be cleaned with water under pressure. G. Full mortar bed for first course shall be provided. H. Units shall be shoved tightly against adjacent units to assure good mortar bond. I. All equipment for mixing and transporting the mortar and grout shall be clean and free from set mortar, dirt, or other foreign matter. 3.2 MIXING A. Mortar shall be mixed according to ASTM C 270. After all ingredients are in the mixer, they shall be mechanically mixed for not less than 5 minutes. Retempering shall be done on the mortar board by adding water within a basin formed within the mortar, and the mortar reworked into the water. Mortar, which is not used within 2 1/2 hours, shall be discarded per ASTM requirements. 3.3 ERECTION OF CONCRETE BLOCK MASONRY A. Masonry work shall be erected in-plane, plumb, level, straight, and true to dimensions and executed in accordance with acceptable practices of the trade. B. Unless indicated otherwise, masonry shall be laid up in straight uniform courses with running bond. C. All masonry shall be erected to preserve the unobstructed vertical continuity of the cells measuring not less than 3-inch x 3-inch in cross-section. Cross webs shall be full bedded in mortar, to prevent grout leakage. All head (or end) joints shall be solidly filled with mortar for a distance in from the face of the wall or unit not less than the thickness of the longitudinal face shells. 3.4 JOINTS A. Vertical and horizontal joints shall be uniform and approximately 3/8-inch wide. Exterior joints and interior exposed block joints shall be concave-tooled to form dense surface. Special care shall be used in tooling joints so as to match existing construction. Interior or exterior non - exposed masonry and masonry behind plaster shall have flush joints. 3.5 CLEANOUTS A. Cleanout openings shall be provided at the bottoms of all cells to be filled at each lift or pour of grout, where such lift or pour is over 4-feet in height. Any overhanging mortar larger than ½ inch or other obstructions or debris shall be removed from the insides of such cells. The cleanouts shall be sealed before grouting and after inspection. Cleanout openings shall match the finished wall in exposed masonry. 3.6 REINFORCEMENT A. Bond beam blocks shall be used where horizontal reinforcing steel is embedded. B. Knock-out openings shall have no steel or joint reinforcing running through the opening. Head, jambs and sill blocks shall be used to provide an even finish surface to install window when blocks are removed. Joints at head, jambs and sills shall be stacked and continuous. Reinforced Concrete Block Masonry 50th Street Water Main Replacement Page 04200-5 C. Vertical reinforcement shall be held in position at top and bottom and at intervals as defined on the drawings. D. Horizontal joint reinforcing to 16” o.c. in all masonry walls. E. Veneer ties shall be provided per Building Code and trade standards where veneered surfaces are indicated and shall be spaced no less than 16 “ o.c. each way. 3.7 GROUTING A. All cells and bond beam containing reinforcement shall be filled solidly with grout. Grouting shall not be started until the wall has cured for 24 hours. B. All grout shall be consolidated at time of pouring by vibrating. Where the grouting operation has been stopped for one hour or longer, horizontal construction joints shall be formed by stopping the grout pour 1½ inches below the top of the uppermost unit. 3.8 PROTECTION Wall surfaces shall be protected from droppings of mortar or grout during construction. 3.9 FINISHING AND CLEANING A. Masonry shall not be wet-finished unless exposed to extreme hot weather or hot wind and then only by using a nozzle-regulated fog spray sufficient only to dampen the face but not of such quantity to cause water to flow down over the masonry. B. Finish masonry shall be cleaned and pointed in a manner satisfactory to the ENGINEER, based upon the approved sample panel. C. All interior and exterior colored masonry work exposed to view shall be cleaned to remove all stains and other imperfections. - END OF SECTION - Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-1 SECTION 05500 MISCELLANEOUS METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: Ferrous and non-ferrous metal fabrications not described in other Sections. Items include but are not necessarily limited to: 1. Rough hardware. 2. Access ladders 3. Loose bearing and leveling plates. 4. Miscellaneous framing and supports for: a.Door frames, curtainwall and storefront framing. b.HVAC water lines c.Primary roof conductors and secondary roof conductors d.Applications not specified in other Sections. 5. Angles, plates, supports, and anchors embedded in concrete and masonry. 6. Miscellaneous steel trim, including: 7. Edgings. 8. Pipe bollards. B.Related Sections: 1. Section 03300 - Cast-In-Place Concrete: Concrete fill for bollards. 2. Section 05120 - Structural Steel: Structural steel framing system components. 3. Division 9: Painting and Coatings 1.2 PERFORMANCE REQUIREMENTS A.General: Fabricate and install metal fabrications to withstand specified loads without exceeding the allowable working stress of the materials involved, including anchors and connections. 1. Apply each load to produce the maximum stress in each component. 2. Allow for thermal movement resulting from a 100 degree F. change (range) in ambient temperature, to prevent buckling, opening up of joints, and overstressing of welds and fasteners. C.Metal Plank Gratings: Capable of withstanding a uniform load of 50 lbs. per sq. ft. or a concentrated load of 250 lbs., whichever produces the greater stress. 1.3 SUBMITTALS A.Product Data: Submit specifications and installation recommendations for manufactured products furnished under this Section, including paint products and grout. List items by manufacturer name and brand name or catalog number. B.Design Calculations: For items specified to meet performance criteria, provide structural data to demonstrate compliance with requirements. Data shall be sealed and signed by a professional Civil or Structural Engineer licensed by the State of California to provide this type of engineering. Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-2 C.Shop Drawings: Submit fabrication and erection drawings including plans, elevations, sections, and details of all metal fabrications and their connections. Show anchorage and accessory items. Provide templates for items to be installed under other Sections. D.Samples: Submit samples of materials or products as requested by Authorized Representative. E.Welder Certificates: Submit certification specified under “Quality Assurance”. 1.4 QUALITY ASSURANCE A.Reference Standards: Comply with applicable requirements of the following, unless otherwise specified. 1. “Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings” including “Commentary on the AISC Specifications” of the American Institute of Steel Construction (AISC). 2. “Specifications for the Design of Cold-Formed Steel Structural Members” of the American Iron and Steel Institute (AISI). 3. AWS D1.1 “Structural Welding Code - Steel”, D1.3 “Structural Welding Code - Sheet Steel”, and D1.2 “Structural Welding Code - Aluminum” of the American Welding Society (AWS). B.Welders: Certify that each welder has satisfactorily passed all appropriate AWS qualification tests for welding processes involved and that certifications are current. 1.5 TESTING LABORATORY SERVICES A.Work to Be Tested: The Testing Laboratory specified in “Section 01450 - Testing Laboratory Services” shall inspect welded and bolted connections of the following: 1. Lintel angles and relieving angles. B.Test Procedures: The Testing Laboratory shall inspect and report on shop fabrication and field assembly as follows: 1. Visual weld inspection, according to AWS standards. 2. Radiographic (ASTM E 390) or ultrasonic (ASTM E 164) inspection of welds. 3. Visual and torque inspection of high strength bolted connections, using an inspecting wrench, according to AISC “Specification for Structural Joints”. 1.6 PROJECT CONDITIONS A.Delivery, Storage and Handling: Deliver materials in undamaged condition. Store items above ground and under cover. Protect from corrosion and contamination by dirt, grease and other foreign material. B.Field Measurements: Before fabrication, field-verify dimensions of construction to which metal fabrications must fit. Show critical dimensions on shop drawings. C.Coordination: Coordinate and cooperate with metalwork supplier to maintain critical construction dimensions. 1. Coordinate and cooperate with metalwork supplier to maintain critical construction dimensions. 2. Coordinate fabrication schedule with construction progress to avoid delay of work. 3. Coordinate location, quantity and dimensions of metal fabrications with related work. PART 2 - PRODUCTS 2.1 FERROUS METALS Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-3 A.Steel Plates, Shapes and Bars: ASTM A 36. B.Rolled Steel Floor Plates: ASTM A 786. Raised diamond tread pattern (Pattern No. 2). C.Steel Tubing: ASTM A 500, Grade B, (cold-formed), or ASTM A 501, (hot-formed), structural tubing. Provide tubing with galvanized finish for exterior applications and wherever specified; provide black finish elsewhere. D.Steel Sheet: ASTM A 611, Grade A (cold-rolled) or ASTM A 570, Grade 33 unless otherwise specified (hot-rolled). E.Galvanized Sheet: ASTM A 446, Grade A, G90 coating designation. F.Pipe: ASTM A 53, standard weight (Schedule 40) unless otherwise indicated, Type E, F or S. Provide pipe with galvanized finish for exterior applications and wherever specified; provide black finish elsewhere. G.Castings: Gray iron, ASTM A 48, Class 30, or malleable iron, ASTM A 47, grade 32510. H.Stainless Steel: Commercial quality, AISI type 302/304, complying with ASTM A-167, finish as indicated. 2.2 ALUMINUM A.General: Alloy and temper recommended by the manufacturer or specified for the required forming and finishing methods. B.Gratings: ASTM B 221 extrusions, alloys as follows: 1. 6061-T6 or 6063-T6 for bearing bars and shapes. 2. 6061-T1 for cross bars. C.Use fasteners made of same basic metal as fastened metal except use galvanized fasteners complying with ASTM A 153 for Fasteners for Aluminum Gratings: exterior aluminum units, unless otherwise indicated. Do not use metals that are corrosive or incompatible with metals joined. 2.3 GROUT AND ANCHORING CEMENT A.Non-shrink Nonmetallic Grout: Premixed, factory-packaged, non-staining, non-corrosive, nongaseous grout complying with CE CRD-C 621. 1. Provide grout specifically recommended by manufacturer for interior and exterior applications of type specified in this Section. 2. Approved Products/Manufacturers: a. “B-6 Construction Grout”; W. R. Bonsal Co. b. “Euco N-S Grout”; Euclid Chemical Co. c. “Five Star Grout”; Five Star Products. d. “Crystex”; L & M Construction Chemicals, Inc. e. “Masterflow 713”; Master Builders. f. “Sika Grout 212”; Sika Corporation. g. “Sonogrout 14” Sonneborn Building Products Div., Rexnord Chemical Products, Inc. B.Epoxy Grout: 100% solids, pre-proportioned epoxy/aggregate non-shrink grout. 1. Provide grout specifically recommended by the manufacturer for interior and exterior applications of type specified in this Section. 2. Approved Products/Manufacturers: a. “Por-Rok Epoxy Grout”; Minwax Construction Products. Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-4 b. “Euco High Strength Grout”; Euclid Chemical Company. c. “Sikadur 42 Grout-Pak”; Sika Corporation. 2.4 CONNECTIONS A.General: Use materials same as or compatible with metal being connected. For steel, provide zinc-coated fasteners for exterior use or where built into exterior walls. Select fasteners for the type, grade and class required. B.Brackets, Flanges and Anchors: Cast or formed metal of the same type material and finish as supported items, unless otherwise indicated. C.Expansion Bolts: USM “Parabolt”, Red Head “Sleeve Anchors”, Hilti “Kwik-Bolt”, or similar expanding shield type anchor bolt, galvanized or stainless steel. D.Concrete Inserts: Threaded or wedge type capable of sustaining, without failure, the imposed load with a safety factor of 4; galvanized ferrous castings, either malleable iron, ASTM A 47, or cast steel, ASTM A 27. Provide bolts, washers, and shims as required, hot-dip galvanized per ASTM A 153. E.Welding Rods and Bare Electrodes: Select in accordance with AWS specifications for the metal alloy to be welded. F.Bolts and Nuts: Regular hexagon head bolts, ASTM A 307, Grade A, with ASTM A 563 hex nuts and flat washers. G.High Strength Bolts and Nuts: ASTM A 325 and A 490, as indicated. H.Machine Screws: ANSI B18.6.3. I.Lag Bolts: ANSI B18.2.1. J.Wood Screws: Flat head, carbon steel, ANSI B18.6.1. 2.5 PAINT A.Shop Primer for Ferrous Metal (where indicated to receive paint under Section 09910): Manufacturer- or fabricator-selected lead-free, modified alkyd primer, which is resistant to normal atmospheric corrosion, compatible with finish paint systems indicated, and able to provide a sound foundation for field-applied topcoats despite prolonged exposure. B.Primer for Ferrous or Galvanized Metal (where indicated to receive coating under Section 09910): Use primer as specified in “Section 09910.” C.Galvanizing Repair Paint: All repairs to damaged galvanized coatings, including but not limited to damage due to welding, shall be performed with zinc-based solder (stick galvanizing) in accordance with ASTM A780. Only where specifically approved by the Professional of Record, high zinc dust content paint with dry film containing not less than 94 percent zinc dust by weight, and complying with ASTM A 780 may be used. D.Bituminous Paint: Cold-applied asphalt mastic containing no asbestos fibers. E.Zinc Chromate Primer: Alkyd type lead-free zinc chromate protective coating. 2.6 CONCRETE FILL AND REINFORCING MATERIALS Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-5 A.Concrete Materials and Properties: Comply with requirements of “Section 03300” for normal weight, ready- mix concrete with minimum 28 day compressive strength of 3,000psi, and a W/C ratio of 0.55 maximum, unless otherwise indicated. B.Non-Slip Aggregate Finish: Factory-graded, packaged aluminum oxide grits or crushed emery; rustproof and non-glazing; unaffected by freezing, moisture or cleaning materials. C.Reinforcing Bars: ASTM A 615, Grade 60, unless otherwise indicated. D.Welded Wire Fabric: ASTM A185, unless otherwise indicated. 2.7 FABRICATION, GENERAL A.Metal Surfaces: For metal fabrications exposed to view in the completed work, select materials for surface flatness, smoothness, and freedom from surface blemishes. Do not use materials whose exposed surfaces exhibit pitting, seam marks, roller and extrusion marks, rolled trade names, roughness, and, for steel sheet, variations in flatness exceeding those permitted by reference standards for stretcher-leveled sheet. B.Materials: Form metal fabrications from materials of type and kind, size, thickness, and shapes indicated but not less than that needed to comply with performance requirements specified. 1. Basic materials specified are acceptable minimum for size, strength and quality. Use materials of higher strength, better quality and larger dimension if necessary because of fabricator's shop practices, materials availability and to comply with specified performance requirements. C.Methods: Work to dimensions indicated or accepted on shop drawings, using proven details of fabrication and support. 1. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. 2. Shear and punch metals cleanly and accurately. Remove burrs. 3. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent metal corners to smallest radius possible without causing grain separation or otherwise impairing work. 4. Remove sharp or rough areas on surfaces exposed to contact by building occupants. 5. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use Phillips flat-head (countersunk) screws and bolts for exposed fasteners, unless another type is indicated. Locate joints where least conspicuous. 6. Provide for anchorage of type indicated. Coordinate with supporting structure. Fabricate and space anchoring devices to provide adequate support for intended use. 7. Cut, reinforce, drill and tap miscellaneous metal work as indicated to receive finish hardware and similar items. 8. Fabricate joints that will be exposed to weather to exclude water. Provide weep holes where water may accumulate. D.Shop Welds: Weld corners and seams continuously, to comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing and contour of welded surface matches those adjacent. Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-6 E.Shop Assembly: Pre-assemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping, handling, and installation. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. 2.8 ROUGH HARDWARE A.Anchors and Supports: Furnish bent and otherwise custom fabricated bolts, plates, anchors, hangers, brackets, dowels and other miscellaneous steel and iron shapes for framing, supporting, and anchoring or securing metal fabrications and woodwork to concrete, masonry or other construction. Straight bolts and other stock rough hardware items for anchoring wood members are specified in “Section 06100.” B.Counter Brackets: For support where indicated, provide stainless, galvanized or prime painted, (material and sizes as indicated on Drawings) steel brackets. Grind smooth all edges, corners and surfaces to eliminate cutting and snagging hazards. C.Clip Angles: For attachment where indicated, provide prime painted steel clip angles, 1-1/4" x 1-1/4" x 1/8" (or 11 gauge) 1-1/2" long, spaced not more than 24 inches o. c. D.Fabrication: Fabricate items to sizes, shapes and dimensions required. Furnish malleable-iron washers for heads and nuts, which bear on wood; elsewhere, furnish steel washers. 2.9 LOOSE BEARING AND LEVELING PLATES A.Description: Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Plates shall be flat, free from warps or twists, and of required thickness and bearing area. Drill plates to receive anchor bolts and for grouting as required. B.Finish: Galvanize after fabrication. 2.10 LOOSE STEEL LINTELS A.Description: Fabricate loose structural steel lintels from steel angles and shapes of size and at locations indicated. Weld adjoining members to form a single unit where indicated. B.Length: Size lintels for equal bearing of one inch per foot of clear span but not less than 8 inches bearing at each side of openings, unless otherwise indicated. C.Finish: Galvanize lintels located in exterior walls. Provide prime-painted finish for lintels in interior walls. 2.11 MISCELLANEOUS FRAMING AND SUPPORTS A.General: Provide steel framing and supports, which are not a part of structural steel framework, as indicated and necessary for support, bracing and connection of other construction. Fabricate from structural steel shapes, plates and bars of welded construction, for field assembly and connection. Cut, drill and tap units to receive hardware, hangers, and similar items. B.Anchors: Equip units with welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. Except as otherwise indicated, provide steel straps 1-1/4 inches wide x 1/4 inch x 8 inches long, spaced 24 inches o. c. C.Finish: Galvanize miscellaneous framing and supports in exterior locations. Provide shop-primed finish for interior locations. 2.12 STAINLESS STEEL Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-7 A.Metal Surfaces, General: For surfaces exposed to view in the completed Work, provide materials selected for their surface flatness, smoothness, and freedom from surface blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, roughness, or, for steel sheet, variations in flatness exceeding those permitted by referenced standards for stretcher-leveled sheet. B.Tubing: ASTM A 554, Grade MT 304. C.Pipe: ASTM A 312/A 312M, Grade TP 304. D.Castings: ASTM A 743/A 743M, Grade CF 8 or CF 20. E.Sheet, Strip, Plate, and Flat Bar: ASTM A 666, Type 304. F.Bars and Shapes: ASTM A 276, Type 304. G.Welding Rods and Bare Electrodes: Select according to AWS specifications for the metal alloy to be welded. 2.13 STAINLESS STEEL FINISHES A.General: 1. Comply with NAAMM “Metal Finishes Manual” for recommendations relative to applying and designating finishes. 2. All exposed work below 8’-0” above Finished Floor shall be Class 1 (Architectural Metals). 3. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering prior to shipment. 4. Remove or blend tool and die marks and stretch lines into finish. 5. Grind and polish surfaces to produce uniform directional, textured, polished finish indicated, free of cross scratches. Run grain with long dimension of each piece. B.Exposed Surfaces: Provide the following finish for all exposed surfaces. 1. Bright, Directional Polish: Match AISI No. 4 finish. 2. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 2.14 STRUCTURAL STEEL DOOR FRAMES A.Description: Fabricate steel door frames from structural shapes and bars of size and to dimensions indicated, fully welded. Plug weld built-up members, and continuously weld exposed joints. B.Anchors: Secure door frames to adjoining concrete or masonry. Provide 1/8" x 2" straps with a minimum 8" embedment, unless otherwise indicated. Weld anchors to frame jambs not more than 12" from both bottom and head of frame and space intermediate anchors not more than 32" apart. C.Finish: Galvanize frames and anchors in exterior locations. Provide prime-painted finish for interior locations. 2.15 STEEL PIPE GUARDRAILS AND HANDRAILS Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-8 A.General: Fabricate pipe guardrails and handrails to comply with requirements indicated for design, dimensions, details, finish, and member sizes, including wall thickness of pipe, post spacings, and anchorage, but not less than that required to support structural loads. Guardrails and handrails at steel framed stairs are specified under METAL STAIRS in Section 05510. B.Exterior Steel Railings: Form from steel pipe with galvanized finish, galvanize fittings, brackets, fasteners, sleeves, and other ferrous components. C.Interior Steel Railings: Form from steel pipe with black finish. Provide nongalvanized steel or iron fittings, brackets, fasteners, and sleeves, except galvanize anchors embedded in exterior masonry and concrete construction. D.Joints: Connect railing members by butt-welding or welding with internal connectors, at fabricator's option, unless otherwise indicated. At tee and cross intersections, notch ends of intersecting members to fit contour of pipe to which end is joined and weld all around. E.Fabrication: 1. Form changes in direction of railing members by radius bends. 2. Form simple and compound curves by bending pipe in jigs to produce uniform curvature. Maintain cylindrical cross-section of pipe throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of pipe. 3. Close exposed ends of pipe by welding 3/16" thick steel plate in place or with prefabricated fittings, except where clearance of end of pipe and adjoining wall surface is 1/4" or less. 4. Connect railing posts to steel framing by direct welding unless otherwise indicated. 5. For railing posts set in concrete fabricate sleeves from steel pipe not less than 6" long and with an inside diameter not less than 1/2" greater than the outside diameter of post, with steel plate closure welded to bottom of sleeve. 6. For removable railing posts, fabricate slip-fit sockets from steel pipe whose inside diameter is sized for a close fit with posts and to limit deflection of post without lateral load, measured at top, to not more than 1/24 of post height. Provide socket covers designed and fabricated to resist accidental dislodgement. F.Toe Boards: Where indicated, provide toe boards at railings around openings and at the edge of open-sided floors and platforms. Fabricate to dimensions and details indicated, or if not indicated, use 4" high x 1/4" steel plate welded to, and centered between, each railing post. G.Brackets, Flanges, Fittings and Anchors: Provide brackets, end closures, flanges, miscellaneous fittings and anchors for interconnections of railings and attachment to other work. Furnish inserts and other anchorage devices for connecting railings and handrails to concrete or masonry work. 1. For galvanized railings, provide galvanized brackets, flanges, fittings and anchors. 2. For nongalvanized railings, provide nongalvanized brackets, flanges, fittings and anchors, except provide galvanized anchors embedded in exterior concrete and masonry. 2.16 WHEEL GUARDS A.Description: Provide wheel guards of 3/4" thick, hollow core, gray-iron castings, of size and shape indicated. Provide holes for countersunk anchor bolts and grouting. 2.17 FLOOR ACCESS DOORS A.Description: Upward-acting single leaf aluminum floor door. Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-9 1. Frame: 1/4" thick extruded aluminum with built-in neoprene cushion and strap anchors bolted to exterior surface. 2. Door Leaf: 1/4" thick aluminum diamond plate, reinforced if necessary to support 150 lbs./sq. ft. live load without deflection more than 1/150 of span. 3. Hardware: Steel can action hinges, torsion bar counterbalance mechanism; doors shall automatically lock in 90 degree open position. Stainless steel snap lock with removable release handle on upper side. Release and closing of open door by means of vinyl grip handle. B.Acceptable Products: One of the following, or pre-bid approved equal: 1. Bilco Co., Model K. 2. Dur-Red Products, Model SEA. 2.18 SHELF AND RELIEVING ANGLES A.Description: Fabricate shelf and relieving angles from steel angles of sizes indicated. Provide slotted holes to receive ¾-inch bolts, spaced not more than 6 inches from ends and not more than 24 inches o. c., unless otherwise indicated. Align expansion joints in angles with expansion joints in masonry. 1. Furnish wedge-type concrete inserts, complete with fasteners, for attachment of angles to cast-in-place concrete. 2. Provide brackets to support angles at cavity walls from back-up masonry and structural framing. B.Finish: Galvanize angles and bolts for exterior masonry. 2.19 PIPE BOLLARDS A.Fabricate pipe bollards from galvanized Schedule 80 steel pipe. 1. Bollards shall be 8” diameter, 48” high and 48” in ground unless otherwise shown on Drawings. B.Sleeve Anchorage: Fabricate sleeves for bollard anchorage from steel pipe with 1/4 inch thick steel plate welded to bottom of sleeve, and with an inside diameter not less than 1/2 inch greater than bollard outside diameter. 1. Fill bollards with concrete as shown on Drawings. 2.20 FINISHES A.General: Comply with NAAMM “Metal Finishes Manual” for recommendations relative to application and designations of finishes. Finish items after fabrication. B.Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot-dip process after fabrication. Comply with the following requirements: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing both fabricated and non-fabricated iron and steel products made of uncoated rolled, pressed, and forged shapes, plates, bars, and strip 0.0299 inch thick and heavier. C.Prime Painted Finish: Apply shop primer to all surfaces of metal fabrications, except those with galvanized finish. Do not paint contact surfaces, which are to be welded, high strength bolted and riveted. 1. Preparation for Shop Priming: Clean ferrous metal of scale, rust, oil, moisture, and dirt before applying paint. Comply with SSPC Articles SP-1, “Solvent Cleaning”, and SP-3 “Power Tool Cleaning” or SP- 7, “Brush-Off Blast Cleaning”. D.Stainless Steel Finish: Bright, Directional Polish: No. 4 finish 1. Remove or blend tool and die marks and stretch lines into finish. Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-10 2. Grind and polish surfaces to produce uniform, directionally textured polished finish indicated, free of cross scratches. Run grain with long dimension of each piece. 3. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 2.21 Floor Drains A.General: Unless noted otherwise, all floor drains shall consist of an 8-inch coated cast iron floor drain with a P-Trap and outlet drain size per plan. B.Manufacturers: Zurn Z415B or equal. PART 3 - EXECUTION 3.1 PREPARATION A.Examination: Examine surfaces and spaces to receive metal work. Inspect for proper size, structural soundness, and location. Do not proceed with installation until unsatisfactory conditions are corrected. B.Coordination: Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, including concrete inserts, sleeves, anchor bolts and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery and installation of such items. 3.2 INSTALLATION, GENERAL A.Embedded Items: Set sleeves and other metal fabrications embedded in concrete with tops flush with finish surface elevations; protect sleeves from water and concrete entry. B.Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications and for properly transferring loads to in-place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts, lag bolts, wood screws and other connectors as required. C.Cutting, Fitting and Placement: Perform cutting, drilling, shimming, and fitting required for installation of miscellaneous metal fabrications. Set metal fabrications accurately in location, alignment and elevation; with edges and surfaces level, plumb, true and free of rack; and measured from established lines and levels. Use metal, same as item being installed, for shimming; for exposed work, fill shim space uniformly with non- shrink nonmetallic grout. 1. Provide temporary bracing and support for items that are to be built into concrete, masonry and similar construction. 2. Fit exposed connections accurately to form hairline joints. Weld connections, which are not to be left as exposed joints, but cannot be shop welded because of installation conditions or shipping size limitations. Do not weld, cut or abrade the surfaces of units, which have been hot-dip galvanized, and are intended for bolted or screwed field connections. D.Field Welding: Comply with AWS Code for procedures of manual shielded metal-arc welding, appearance and quality of welds made, methods used in correcting welding work, and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-11 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing and contour of welded surface matches those adjacent. 3.3 SETTING LOOSE PLATES A.Preparing Surfaces: Clean concrete and masonry bearing surfaces of any bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of bearing plates. B.Positioning: Set loose leveling and bearing plates on wedges, or other adjustable devices. After the bearing members have been positioned and plumbed, tighten the anchor bolts. Do not remove wedges or shims, but if protruding, cut-off flush with the edge of the bearing plate before packing with grout. C.Grouting: Pack non-shrink nonmetallic grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.4 INSTALLATION OF MISCELLANEOUS FRAMING AND SUPPORTS A.General: Anchor supports securely to, and rigidly brace from, building structure. 3.5 INSTALLATION OF BOLLARDS A.Bollards: Fill bollards fully with concrete having a 28-day minimum compressive strength of 3,000psi. Finish top of concrete smooth and uniform, crowned to shed water. 3.6 INSTALLATION OF RAILINGS A.General: Adjust railings prior to anchoring to ensure matching alignment at abutting joints. Space posts at spacing indicated, or if not indicated, as required by design loadings. 1. Set posts plumb in each direction within 1/8" in 3 feet. 2. Align rails level (or properly sloped) within 1/4" in 12 feet. 3. Do not cut, weld or abrade surfaces that have been finished after fabrication and are intended for field connection by mechanical or other means without further cutting and fitting. B.Anchoring Rail Ends: 1. Anchor rail ends into concrete and masonry with steel round flanges welded to rail ends and anchored into wall construction with lead expansion shields and bolts. 2. Anchor rail ends to steel with steel oval or round flanges welded to rail ends and bolted to structural steel members, unless otherwise indicated. C.Wall-Mounted Handrails: Secure wall handrails with brackets and end fittings. Provide bracket with not less than 1-1/2 inch clearance from inside face of handrail and finished wall surface. Locate brackets as indicated, or if not indicated, at spacing required to support design loads. Secure wall brackets and wall return fittings to building construction as follows: 1. Use type of bracket with pre-drilled hole for exposed bolt anchorage. 2. For concrete and solid masonry, use drilled-in expansion shield and concealed hanger bolt. 3. For hollow masonry anchorage, use toggle bolts having square heads. 4. For wood stud partitions, use lag bolts set into wood backing between studs. Coordinate with stud installations for accurate location of backing members. 5. For steel framed gypsum board assemblies, fasten brackets directly to steel framing or concealed anchors using self-tapping screws of size and type required to support structural loads. Miscellaneous Metal Fabrications 50th Street Water Main Replacement Page 05500-12 D.Railing Connections: 1. Non-welded Connections: Use mechanical joints for connecting components. Locate exposed fasteners in least conspicuous locations. Seal recessed holes of exposed locking screws with plastic filler cement, colored to match finish of rails. 2. Welded Connections: Use fully welded joints for connecting components. Cope or butt components to provide full contact, or use fittings designed for this purpose. 3.7 ADJUSTING AND CLEANING A.Touch-Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. B.Galvanizing Repair: All repairs to damaged galvanized coatings, including but not limited to damage due to welding, shall be performed with zinc-based solder (stick galvanizing) in accordance with ASTM A780. For galvanized surfaces clean welds, bolted connections and abraded areas and apply zinc-based solder to comply with ASTM A 780. 1. Only where specifically approved by the Professional of Record, high zinc dust content paint with dry film containing not less than 94 percent zinc dust by weight, and complying with ASTM A 780 may be used. C.Completion: Completed metal work shall be securely anchored, free from rattles and excessive vibration during use. Items shall be plumb, level, straight and properly aligned. Exposed grouting shall be neat, uniform, and without holes and gaps. 1. Joints shall be snug fitting and uniform; exposed welds shall be ground smooth and touched-up, and free of crevices, spatter and flux. Bolts, screws, nuts and other threaded fasteners shall occur only where permitted, and shall be drawn up tightly but not over-tightened; exposed heads and nuts shall be undamaged. 2. Remove, adjust and reinstall, or remove and replace, items, which are not in compliance due to improper installation and materials, and items, which are defective or damaged. 3. Clean finished surfaces, which are soiled and marked by metal work installation. Remove and replace other materials, which cannot be cleaned and those damaged by metal work installation. -END OF SECTION- Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-1 SECTION 05501 MISCELLANEOUS METALS, FASTENERS AND SPECIAL FINISHES PART 1 – GENERAL 1.1 THE REQUIREMENT A. Provide all labor, materials, bolts, fasteners, equipment and service necessary for fabrication and erection of structural steel and aluminum and for fabrication and installation of miscellaneous non-ferrous metals in accordance with the Contract Documents and not specifically included under other Sections of these Specifications. 1. Erection 2. Shop and Erection Drawings 3. Shop Painting 4. Galvanizing 5. Aluminum Work Protection 6. Cleaning Aluminum Work 7. Miscellaneous Items 8. Loose Lintels 9. Sleeves and Inserts 10. Aluminum Pipe Railing 11. Plate Covers and Frames 12. Guard Chains 13. Lifting Hooks 14. Sand Trap Grating and Frame 15. Cast Iron Wheel Guard 16. Cast Aluminum Nosings 17. Floor Hatches and Frames 18. Access Doors B. Related Sections: 1. Section 04200 – Reinforced Concrete Block Masonry 2. Section 05530 – Aluminum Grating 1.2 REFERENCES A. All work under this Section shall be governed by: 1. Specifications for the design, fabrication and erection of structural steel for buildings – American Institute of Steel Construction, current edition. 2. Aluminum Construction Manual, Section 1, Specifications for Aluminum Structures – The Aluminum Association. 3. All welding shall conform to the latest code of the American Welding Society. 4. ASTM A 276 Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-2 5. ASTM A 325 6. ASTM F 593, 294 7. Federal Specification FF-S-325 8. ASTM A 48 9. Federal Specification TT-V-51F 10. ANSI B94.12 11. ASTM A 12, A 153, A 384, A 593 and A 780 12. SSPC SP-1, SP-2, SP3, SP-7 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. As required by the Specifications, submit for review completely detailed and certified shop and erection drawings of the miscellaneous metal work. All Coatings or other protection against corrosion to be applied at the shop or in the field shall be indicated on these drawings. The shop drawings for aluminum work shall show the alloys and tempers to be used, and the finish, if any to be applied. C. Shop drawings, giving complete information necessary for fabrication, layout and installation of metal work shall be submitted to the ENGINEER for review prior to fabrication. D. Preparation of shop drawings for fabricated metal items shall be coordinated with the manufacturers, of various equipment in order to comply with details, locations, openings and arrangements required by the manufacturers, of various equipment in order to comply with details, locations, openings and arrangements, required by the manufacturers. E. Field measurements shall be made to verify all dimensions in the field, which may affect installation of work before shop drawings are made and/or fabrication is performed. 1.4 QUALITY ASSURANCE A. The design, detail and workmanship of steel plates and structural steel shall conform to the AISC Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. B. Where welding is permitted or required, it shall conform to the current requirements of the American Welding Society for the type of work in question. C. Aluminum work shall be fabricated in a shop where the quality of work is in accordance with the highest standards for work of this type. All work shall be executed by mechanics skilled in the fabrication of aluminum, and shall be true to detail with sharp, clean profiles, fitted with proper joints and intersections and with finishes as specified. D. All miscellaneous metal work shall be formed to shape and size with sharp lines and angles. Shearing and punching shall leave clean true lines and surfaces. 1.5 RESPONSIBILITY FOR DIMENSIONS A. The general design and dimensions of the miscellaneous metal work are indicated on the Drawings, correctness of the details and dimensions of the finished articles is required. Verification of conditions at the job before fabrication and coordination of the work with that of all other trades to prevent interference. Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-3 PART 2 – PRODUCTS 2.1 MATERIALS A. Steel plated and structural steel shapes shall conform to ASTM Standard Specification for Structural Steel, Designation A36. B. Sheet steel shall be cold rolled or hot rolled carbon sheet steel conforming to ASTM Standard Specification for Steel, Carbon, Cold Rolled Sheet, Commercial Quality, Designation A36 or AST ASTM Standard Specification for Steel, Carbon (0.15 maximum, percent), Hot Rolled Sheet and Strip, Commercial Quality, Designation A569, as appropriate. C. Steel pipe shall conform to ASTM Standard Specifications for Pipe, Steel, Black and Hot Dipped, Zinc Coated, Welded and Seamless, Designation A53. D. Stainless steel shall be Type 304 unless otherwise indicated or specified. E. Aluminum work shall be fabricated of plates, rolled or extruded shapes, sheets or casting conforming (unless otherwise permitted or indicated) to the following alloy and temper designations of the Aluminum Association: 1. Structural rolled or extruded shapes 6061-T6. 2. Extruded shapes 6063-T5. 3. Plates 6061-T6. 4. Gratings (bearing bars) 6061-T6 (crimp bars) 6063-T6. 5. Castings 214. 6. Sheets 3003-F. 7. Bolts and nuts 2024-T4. 8. Pipe Railing 6063-T6. 2.2 STEEL A. Structural steel shall conform to the requirements of ASTM A-36. Structural tubing, where used, shall conform to the requirements of ASTM A-500, Grade B, and the ends of the tubing shall be properly sealed to protect the internal surfaces. Steel anchor bolts shall be ASTM A-36 hot rolled threaded rod or bar stock, except where stainless steel is indicated on the Drawings. B. Structural steel members as required shall conform to ASTM Standard shapes. C. Base and bearing plates shall be provided where necessary to provide maximum bearing value of not more than 200psi on solid concrete masonry units not more than 750psi on concrete and shall be grouted in place. D. Steel lintels shall be provided for all square head openings in masonry where shown and where other lintels are not indicated on the Drawings. Lengths of bearing at each end of lintels shall be not less than 1 inch per foot of span, but in no case less than 8 inches shall be increased or the lintels shall be fitted with bearing plates as required to provide unit pressures in pounds per square inch of not more than 200 on solid concrete masonry units and 625 on concrete. All new steel lintels shall be shop primed and ready to receive coatings as specified under Section 09900 Painting. Finish coats are specified in Division 09 – Finishes. 2.3 SHOP PAINTING A. Painting of miscellaneous ferrous metal work is specified under Division 9. Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-4 2.4 GALVANIZING A. Items of miscellaneous iron work and steel work indicated on the Drawings or specified to be galvanized shall be zinc coated by the hot dip process in conformity with ASTM Standard Specification for Zinc (hot galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip, Designation A123-78; or ASTM Standard Specifications for Zinc Coating (hot-dip) on Iron and Steel Hardware, Designation A153-78, as appropriate. Galvanizing is specified under Article 3.04, "Hot-Dip Galvanizing." 2.5 ALUMINUM A. All structural and miscellaneous aluminum shall be Alloy 6061 (Alloy 6063 for extrusions), Temper T6, unless otherwise noted, indicated or accepted by the Owner. Where welding is necessary in fabrication, is shall be done in conformance with Section 7 "Welded Construction" of Specification for Aluminum Structures, referenced hereinbefore. 2.6 ALUMINUM WORK PROTECTION A. Aluminum surfaces which after erection would otherwise be in contact with concrete or brick masonry or with mortar, shall be protected from contact therewith by a coat of bitumastic super service black manufacturer by the Koppers Company, Inc. Pittsburgh, PA; Tarmastic 100 manufactured by Porter Coating Division, Porter Paint Company, North Kansas City, MO; or an acceptable equivalent product. Areas where the paint has been damaged by abrasion or other cause shall be cleaned and repainted as directed so that the aluminum will have a complete protective paint film when brought into contact with the material against which it is being protected. Before application of coating, the surface shall be cleaned of all dirt, heavy deposits of grease or oil and other foreign substances and shall be immersed in or swabbed with an acceptable solvent. Next the surfaces shall be rinsed with clear water and thoroughly dried. B. Attention of the Specifications in regard to protection against electrolysis where aluminum is to be used in conjunction with dissimilar metals is required. C. Where a shop coating of methacrylate lacquer has been specified on aluminum work to protect the surface from stain, the protective coating of lacquer worn off during handling or erection shall be replaced in the field by a new coating of lacquer of the same type. D. During construction, care shall be taken to prevent damage to the aluminum work from splashing or the accumulation of paint, concrete, mortar, or other similar materials. 2.7 STAINLESS STEEL A. Stainless steel shapes shall be ANSI Type 304 or 316 in accordance with ASTM A-276. Miscellaneous bar stock products such as pipe straps shall be 300 Series stainless steel. Anchor bolts, nuts and washers shall be ANSI Series 300 stainless steel. 2.8 FASTENERS A. Bolts, Nuts and Washers: 1. Structural bolts shall be ANSI Type 300 Series stainless steel in accordance with ASTM F-593, with ASTM F-594 nuts. All bolts shall have hexagonal heads. 2. Anchors and bolts including nuts and washers shall be provided where necessary for securing the work in place. Sizes, types and spacings of anchors and bolts not indicated or specified otherwise shall be as necessary for their purposes. Anchor bolts and anchors for the erection of structural steel shall be stainless steel Type 316. Anchored bolts, nuts, and washers for all other uses including, but not limited Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-5 to, underwater use and for the installation of equipment, piping, pumps and motors shall be stainless steel Type 316. B. Expansion Anchors (In Concrete): 1. Expansion anchors shall be of three (3) types: a. Stainless steel wedge type. b. Self-drilling plated type with stainless steel bolt and stainless steel washer. c. Type of expansion anchor desired shall be noted on Drawings. 2. Stainless steel wedge type anchors shall be ITW Ramset/Red Head or ENGINEER approved equal of Type 316 stainless steel. Anchors shall meet or exceed latest Government GSA Federal Specifications FF-S-325, Group II, Type 4, Class 1. Anchor shall be used with 300 series stainless steel bolt and washer. 3. Self-drilling plated anchors shall be ITW Ramset/Red Head of ENGINEER approved equal. Anchors shall meet or exceed latest Government GSA Federal Specification FF-S-325, Group III, Type 1. Self- drilling anchors shall be electro-deposited zinc plated and chromate dipped, to meet or exceed the requirements of the latest Federal Specification QQ-Z-325, Type II, Class 3. Cutting teeth shall have minimum hardness of 82 Rockwell A scale. 4. Steel expansion anchors shall be installed in accordance with manufacturer's recommendations. 5. Self-drilling expansion anchors shall be installed in accordance with manufacturer's recommendations. To insure full development strength, all self-drilling expansion anchors shall be expanded over the plug in the final set, by using a bolt screwed into the female threads and impacted by hand with a suitable hammer. The final set shall not be accomplished by using the drilling tool. 6. After installation, pull-out tests by the anchor manufacturer's representative may be requested by the Engineer. If so, the Engineer will specify the number and location of the tests. 2.9 MISCELLANEOUS ITEMS A. Items of miscellaneous metal work not particularly specified hereinafter shall be of the shape, size, materials and details indicated on the Drawings or suitable for the purpose intended. 2.10 LOOSE LINTELS A. Furnish all loose lintels as indicated on the Drawings or required by the Work. The loose lintels shall be fabricated from structural steel shapes and plates. All loose lintels shall be shop primed and ready to receive coatings as specified under Section 09900 - Painting. 2.11 SLEEVES AND INSERTS A. Attention is directed to the requirements of the Specifications regarding sleeves and inserts. 2.12 ALUMINUM PIPE RAILING A. The aluminum pipe railing shall be the product of company normally engaged in the manufacture of pipe railing. Railing shall be shop assembled in lengths not to exceed 24-feet for field erection. B. Handrails and stair rails shall be designed to withstand a 200 pound concentrated load applied in any direction at any point on the top rail. Handrails and stair rails shall also be designed to withstand a load of 50 pounds per foot applied horizontally to the top rail. The 200 pound load will not be applied simultaneously with the 50 pounds per foot load. In addition, the handrails shall be designed to withstand a load of 100 pounds per foot horizontal load. The 100 pounds per foot vertical load does not apply to stair rails. Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-6 C. The manufacturer shall submit calculations to the Engineer for approval. Testing of base castings or base extrusions by an independent lab or manufacturer’s lab (if manufacturer’s lab meets the requirements of the Aluminum Association) will be an acceptable substitute for calculations. Calculations will be required for approval of all other design aspects. D. Post spacing shall be a maximum of 6-feet 0 inches. Posts and railings shall be a minimum of 1½ inches Schedule 40 aluminum pipe alloy 6063-T6, ASTM B 429 or ASTM B 221. The handrail manufacturer shall show that their posts are of adequate strength, the manufacturer may reduce the post spacing or add reinforcing dowels or may do both in order to meeting loading requirements. E. The handrail shall be made of pipes joined together with component fittings. Samples of all components, bases, toe plate and pipe must be submitted for approval. Components that are glued at the joints will not be acceptable. Handrail and components shall be Kee Clamp, Inc., Golden Railings or approval equal. F. Posts shall not interrupt the continuation of the top rail at any point along the railing, including corners and end terminators. G. The midrail at a corner return shall be able to withstand a 200 pound load without loosening. H. Expansion bolts shall be spaced 10 diameters apart and 5-diameter edge distance for not reduction in pullout strength. A safety factor of four shall be used on expansion bolt pullout values published by the manufacturer. I. Toe plate shall conform to OSHA Standards. Toe plate shall be a minimum of 4 inches high and shall be an extrusion that attaches to the posts with clamps, which allow for expansions and contraction between posts. Toe plates shall be set ¼-inch above the walking surface. Toe plates shall be provided on handrails as required by OSHA and/or as shown on Drawings. Toe plates shall be shipped loose in stock lengths with pre- manufactured corners for field installation. J. Openings in the railing shall be guarded by a self-closing gate. Safety chains shall not be used unless specifically shown on the Drawings. K. Finish shall be Aluminum Association M10-C22-A41 (215-R1). The pipe shall be plastic wrapped. The plastic wrap is to be removed after erection. L. Aluminum surfaces in contact with concrete, grout or dissimilar metals will be protected with a coat of bituminous paint, mylar isolators or other approved material. 2.13 PLATE COVERS AND FRAMES A. The plate covers and frames shall be the sizes indicated on the Drawings. The frames shall be aluminum angles of the sizes indicated with welded strap anchors for securing the frames in the concrete. The frames shall have mitered corners with welded joints ground smooth where exposed. B. The covers shall be ¼-inch thick aluminum tread plate having an acceptable nonskid surface and reinforced with aluminum bars welded to the underside of the cover in accordance with the details. Plate covers shall be capable of supporting a uniform superimposed load of 100 psf for the span with a deflection of less than ¼- inch based on allowable fiber stress of 16,000 psi. The covers shall be made to fit neatly and accurately in the frames. C. Hinged covers shall be furnished with heavy-duty stainless steel, plain bearing hinges with stainless steel pins. The hinges shall be fastened to the covers and frames with stainless steel machine screws. The hinged covers shall be provided with flush lift handles fabricated from ½-inch diameter aluminum rod, alloy 6061-T6511. D. A single leaf of hinged plate covers shall be no greater than 3 -feet x 5-feet in size. Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-7 E. Removable plate covers shall have 1-inch diameters finger holes to facilitate removal. All edges of holes cut in the plate covers shall be ground smooth. F. Removable plate covers shall be no greater than 14 square feet in size with the longer dimension no greater than 7-feet. G. Gasket plate covers shall have continuous compressible neoprene seals between the cover and the frame at the perimeter. The covers shall be secured to the frames with countersunk, flathead, stainless steel machine screws spaced approximately 6 inches on centers. 2.14 GUARD CHAINS A. Removable guard chains at openings in aluminum pipe railings shall be fabricated from wrought, non-welded aluminum chain having 12 links per foot. The chains shall be secured to aluminum eyes bolted or welded to pipe stanchion at on end of the opening. The free ends of the chains shall be provided with hooks formed from ¼-inch diameter solid aluminum rod for attaching to similar eyes in the pipe stanchion at the opposite end of the opening. 2.15 CAST IRON WHEEL GUARDS A. Wheel guards where indicated on the Drawings shall be cast iron guards of the sizes and types indicated on the Drawings as herein specified and shall be manufactured by Neenah Foundry Company, Neenah, WI; Flockhart Foundry Company, Neward, NJ; McKinley Iron Work, Fort Worth, TX or ENGINEER approved equal. Wheel guards shall be given one shop coat of rust inhibitive paint before shipment. B. Wheel guards shall be heavy-duty concrete fill type, cast iron wheel guards, No., R-4983-C manufactured by Neenah Foundry Company Type 706A manufactured by Flockhart Foundry Company or ENGINEER approved equal. The guards shall be set 2 inches into the pavement and shall be bolted to the masonry walls. The guards shall be filled with Class A concrete and the tope of the fill sloped at a 15 degree angle from the building. 2.16 CAST ALUMINUM NOSINGS A. The cast aluminum nosing shall be abrasive cast aluminum nosing securely fastened with stainless steel, flat head bolts and wing anchors set into the fresh concrete. The nosings shall be the products of Wooster Products, Inc., Wooster, OH; American Abrasive Metals Company, Irvington, NJ; Andco Building Specialties or ENGINEER approved equal. 2.17 FLOOR HATCHES AND FRAMES A. The floor hatches and frames shall be flush floor hatches provided by manufacturer as shown in the Drawings or ENGINEER approved equal. Where noted, the hatches shall be H-20 rated. The hatches shall be double or single leaf type and of the sizes indicated on the Drawings. The hatches shall be factory assembled and shipped complete with frame for installation on the job. The hatches shall be furnished with hinges, hold open safety lock bars, and flush lift handles. Gutter type hatches shall have a 1½-inch drainage coupling located in on corner of the channel frame. B. The floor hatches and frames shall be fabricated from aluminum with ¼-inch extruded aluminum frames and 1/40 inch diamond checkered aluminum plate covers. The covers shall be reinforced to be capable of withstanding a uniform live load of 300 psf (min.). 2.18 ACCESS DOORS Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-8 A. Doors shall be flush panel access doors as manufactured Inryco, Inc., Milwaukee, WI; Karp Associates, Inc., Maspeth, NY; BOICO, Birmingham, AL or ENGINEER approved equal. Doors and frames to be steel with concealed hinge and flush screwdriver operated locks. 2.19 CASTINGS A. All miscellaneous iron castings shall be of best quality materials free from flaws and unsightly defects. Gray cast iron shall be ASTM A 48 Class 35 (35,000 psi tensile strength). Furnish and install in the locations indicated casting of the type and size shown on the Drawings. 2.20 CARPENTERS IRON WORK A. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other miscellaneous steel and iron shapes as required for framing and supporting woodwork and for anchoring or securing woodwork to concrete or other structures. Manufacture or fabricate items of sizes, shapes and dimensions required. Furnish malleable iron washers for head and nuts which bear on wood structural connections, elsewhere, furnish steel washers. 2.21 MISCELLANEOUS FRAMING AND SUPPORTS B. Provide miscellaneous steel framing and supports as required to complete the work. Fabricate miscellaneous units to the sizes, shapes and profiles shown or if not shown, of the required dimensions to receive adjacent grating plates, louvers, vents, grilles, screens or other work to be retained by the framing. Except as otherwise shown, fabricate from structural steel shapes and plates and steel bars of all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for filed connection. Cut, drill and tap units to receive hardware and similar items to be anchored to the work. PART 3 – EXECUTION 3.1 ANCHORAGE ITEMS A. Furnish all bolts, nuts, shims, pins, screws, nails and other anchors, which, may be required by the Drawings or job conditions to secure all items permanently in place whether or not specifically called for or shown on the Drawings. 3.2 FABRICATION AND INSTALLATION OF METAL WORK A. General: All metal items shall be accurately fabricated and erected with exposed joints close fitting. All joints shall be such of character and so assemble that they will be as strong and rigid as adjoining sections. Joints shall be located where least conspicuous. Items shall have smooth finished surfaces except where otherwise shown or specified. B. Built-In Items: Members or parts to be built-in with masonry or concrete shall be in a form affording a suitable anchorage or shall be provided with approved anchors, expansion shields or other approved means of securing members. C. Dissimilar Metals: Ferrous and non-ferrous metals shall be insulated at all contacts with felt washer, strips or sheets, bitumastic paints, or other acceptable means. All aluminum surfaces in contact with concrete shall be coated with two (2) coats of Federal Specification TT-V51F Asphalt Varnish or ENGINEER approved equal. D. Connections: 1. All required anchors, couplings, bolts and nuts required to support miscellaneous metalwork should be furnished and installed as required. Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-9 2. Weights of connections and accessories shall be adequate to safely sustain and withstand stresses and strains to which they will be normally subjected. 3. Connections shall be bolted except where welding is called for in the Drawings. Bolts shall be ¾-inch diameter unless noted or required otherwise. A. Expansions Anchors: 1. Expansions anchors shall be installed in holes drilled into concrete with carbide tipped drill bits conforming to ANSI B94.12-1977, using a rotary impact hammer for ½-inch and 3/8-inch anchors. Hole depth shall equal or exceed the anchor manufacturer’s minimum recommended embedment. Should hole depth equal anchor manufacturer’s minimum recommended embedment, hole shall be cleaned out by air pressure. The minimum hole depth shall be per anchor manufacturer’s recommendations. Assure hole is perpendicular and conforms in size to anchor manufacturer’s recommendation. 2. Washer and nut shall be assembled on anchor so that the tope of the nut is flush with the top of the anchor. Then the anchor shall be driven into the hole through the work until the washer bears against the work. The anchor shall be expanded in accordance with the manufacturer’s recommendations. 3. General: Provide stainless steel fasteners for exterior use or where built into exterior walls. Select fasteners for the type, grade and class required. 4. Bolts and Buts: Regular hexagon head type, stainless steel, Grade A (within tankage) 5. Lag Bolts: Stainless steel (within tankage) 6. Machine Screws: Stainless steel 7. Wood Screws: Stainless steel 8. Plain Washers: Stainless steel 9. Masonry Anchorage Devices: Galvanized 10. Toggle Bolts: Stainless steel (within tankage) 11. Lock Washers: Stainless steel 12. Bolts, buts, lags, toggle bolts and lock washers above and exterior to tankage shall be galvanized 3.3 WELDING A. Welding procedures, welders and welding operators, both for shop and field welding, shall be qualified and certified in accordance with the requirements of AWS D1.1 “Welding in Building Construction” of the American Welding Society. Manufacturer’s and fabricator’s shop drawings shall clearly show complete information and all field welding shall be performed in conformance with this information regarding location, type, size and length of all weld, all in accordance with AWS A2.0 “Standard Welding Symbols” of the American Welding Society. Special conditions shall be fully explained by notes and details. 3.4 HOT-DIP GALVANIZING A. All fabrication, galvanizing and repair shall comply with ASTM Standards as they apply in accordance with the publication “ASTM Standard for Materials Hot-Dip Galvanized after Fabrication, 1981” issued by American Hot-Dip Galvanizers Association, Inc. In particular, the following specific standards shall apply to work under this contract: ASTM A 123, A 153, A 384, A 385, A 563 and A 780. B. Items to be galvanized shall be fabricated in accordance with ASTM A 385-80. C. Galvanizing for fabricated steel items, shall conform to ASTM A 123-78 and shall be done after fabrication. Steel assemblies shall be subject to safeguarding from warpage and distortion during galvanizing per ASTM A 384-76. Misc. Metals, Fasteners and Special Finishes 50th Street Water Main Replacement Page 05501-10 D. Galvanizing for structural steel fasteners and hardware shall conform to ASTM A 153-80. Galvanized bolts, nuts and washers shall be centrifugally spun after galvanizing. Nuts shall have threads tapped oversize, after galvanizing, in accordance with ASTM A 563-80. E. Upon field erection, any damage measuring more than 1/10-inch wide shall be repaired with a zinc-based solder or zinc-rich paint in accordance with ASTM A 780-80. Marred, damaged, or uncoated areas 4-square inches and less shall be patched with a zinc-based solder to a thickness of 5-milligrams; areas greater than 4- square inches shall be patched with an organic zinc-rich paint to a dry film, Devcon Z, LPS Instant Cold Galvanized or ENGINEER approved equal. The resident project representative shall determine the extent of damage, which would require recoating. F. Items subject to distortion during transit, such as thin, curved members, etc., shall be stacked on edge and/or blocked to prevent radius change or other distortion while in transit to and from the galvanizing plant. 3.5 PAINTING A. Painting of miscellaneous ferrous metal work is specified under Division 09 - Finishes. 3.6 MISCELLANEOUS METAL FABRICATIONS A. Rough Hardware: 1. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structure. Straight bolts and other stock rough hardware items are specified in Division 05 - Metals. 2. Fabricate items to sizes, shapes and dimensions required. Furnish malleable iron washers for heads and nuts, which bear on wood structural connections; elsewhere, furnish steel washers. B. Miscellaneous Steel Trim: 1. Provide shapes and sizes for profiles shown. Except as otherwise indicated, fabricate units from structural steel shapes and plates and steel bars, with continuously welded joints and smooth exposed edges. Use concealed field splices wherever possible. Provide cutouts, fittings and anchorages as required for coordination of assembly and installation with other work. 2. Galvanize miscellaneous steel trim where indicated. - END OF SECTION - Caulking and Sealants 50th Street Water Main Replacement Page 07920-1 SECTION 07920 CAULKING AND SEALANTS PART 1 -- GENERAL 1.1 THE REQUIREMENT A. Furnish and install caulking and sealing as indicated in Division 03. 1.2 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 - Submittals. B. Indicate manufacturers and brand names, colors available and locations where each will be used. 1.3 QUALITY ASSURANCE A. Comply with requirements of the general conditions except as noted below. B. Guarantee all work of this section for a period of 2 years. C. Guarantee all work against water leaks, air infiltration, sagging and pulling loose. D. Guarantee shall include replacement and/or repair of other work damaged by water leakage in caulking and sealant work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver sealants in original sealed containers, each bearing manufacturer’s name and product designation. B. Do not retain at the job site material, which has exceeded the shelf life recommended by its manufacturer. PART 2 -- MATERIALS 2.1 SEALANTS A. Types 1 to 4 Sealants: Polyurethane sealants conforming to Federal Specification TT-S-00227E Type II & ANSI A116.1. 1. Type 1 Sealant: Two part 30-40 Shore A, non-sag a. Manufacture Sikaflex – 2C or equal 2. Type 2 Sealant: Two part, 35-45 Shore A, self-leveling. 3. Type 3 Sealant: Two part, 20-35 Shore A, self-leveling. 4. Type 4 Sealant: Two part, 20-35 Shore A, non-sag. B. Type 5 Sealant: One component, elastomeric gun grade polyurethane sealant conforming to ASTM C 920, Type S, Grade NS, Class 25. Use NT, M, A, G and I Federal Specifications TT-S-00230C Type 2, Class A. 1. Manufacturer: Sonneborn Sonolastic NP 1 or equal. 2.2 ACCESSORIES A. Primers: As specified by sealant manufacturer B. Backup Materials: Closed cell polyethylene foam C. Bond Breaker: Polyethylene film. Caulking and Sealants 50th Street Water Main Replacement Page 07920-2 2.3 COLOR A. Color for each location of use shall be as selected in accordance with the contract documents. Non- availability of a required color within a particular brand of otherwise approved material shall not act to relieve obligation to furnish material of required color and conforming to specifications. B. Colors shall be selected to best blend with adjoining materials. PART 3 -- EXECUTION 3.1 LOCATIONS FOR SEALANT TYPES A. Type 1 Sealant: Use for all interior and exterior construction, expansion joints, etc. associated with sealing the joints in the concrete tanks B. Type 2 Sealant: Except as hereinafter specified, use for all interior and exterior horizontal joints subject to foot traffic. C. Type 3 Sealant: Except as hereinafter specified, or where Type 1 sealant is required, use for all exterior horizontal joint. D. Type 4 Sealant: Use for all exterior vertical surfaces. E. Type 5 Sealant: Use for all interior work except where Type 1 sealant is required. F. Caulk and seal all open joints, both interior and exterior; at junction of metal frames and walls; at other locations as noted on drawings. G. Generally, expansion joints in exterior concreted flatwork on grade, curbs and gutter for sitework, etc.; joint fillers will not require a joint sealant. Where sealant is noted on drawings for such joints, sealant shall be Type 1 and a bond breaker shall be installed along top of joint filler, full width of joint, to present contact between sealant and joint filler. 3.2 SEALANT AND JOINT DETAILS A. Joint Sizes: 1. Types 1, 2, 3 and 4 Sealants: a. Minimum joint size: ¼-inch x ¼-inch b. Depth to width ration of joint shall be a recommended by sealant manufacturer. c. Maximum width: Sealant manufacturer’s recommended maximum. 2. Type 4 Sealant: Maximum joint size shall be 3/8-inch x ½-inch. B. Joints deeper than above shall have backup material installed to maintain specified depth. C. With Types 1, 2, 3 and 4 sealants, a bond breaker shall be installed, unless backup material is used, so that sealant bonds only sides of joints. 3.3 SEALANT INSTALLATION A. Carefully and thoroughly clean surfaces with cleaner, and in matter recommended by sealant manufacturer. B. Prime surfaces where recommended by sealant manufacturer. C. Apply sealants smoothly and uniformly. Mask surfaces each side of joints to protect adjacent surface and to form straight, even edges. - END OF SECTION - Special Coatings 50th Street Water Main Replacement Page 09800-1 SECTION 09800 SPECIAL COATINGS PART 1 -- GENERAL 1.1 THE REQUIREMENT A. Provide all labor, materials, equipment and services required for accomplishing special coatings on equipment, tanks or piping in accordance with the Contract Documents. 1.2 SPECIAL NOTICE A. Because there exists in this project corrosive agents in the liquids and, in certain areas, in the atmosphere, special coatings for protecting the select equipment and appurtenances are required. The service requirements of the coatings are harsh and only products with an extended history of successful application will be acceptable. B. Related Sections: 1. Division 01 – General Requirements 2. Division 05 – Metals 3. Section 09900 – Painting 4. Division 11 – Equipment C. Wherever detailed coating/painting requirements are covered under an equipment or product specification, the Specifications herein, shall govern over those coating requirements, with respect to surface preparation, coat materials, coats, thickness and coverage with the exception of manufacturer’s supplied coatings and protection. Determine if the manufacturer’s supplied coatings are adequate. 1.3 ACCEPTABLE PRODUCTS A. Unless otherwise noted, the coating products shall be manufactured by the Tnemec Company, the ICI Paints Company, the Wisconsin Protective Coatings Corporation, or as approved by Engineer. Coating products must be applied in strict accordance with the manufacturer’s recommendations. 1.4 ITEMS REQUIRING SPECIAL COATING A. See Coating Schedule as listed in PART 2 – PRODUCTS. 1.5 ITEMS NOT REQUIRING SPECIAL COATING A. The metal surfaces of stainless steel, chromium plate, galvanized and aluminum that are not now coated will not require field coating. Do not apply coating over any code-required labels, glass items, gauges and name plates. It is also important not to coat any moving parts or operating units, valves or stems, or any mechanical and electrical parts such as valve and damper operators, linkages. It is the contactor’s responsibility to protect any surface that is not to receive a coating. 1.6 QUALITY ASSURANCE A. Qualification of Coaters: All coating shall be done by qualified, skilled and experienced craftsmen. In the acceptance or rejection of completed coating, no allowance will be made for lack of skills on the part of the craftsmen. Special Coatings 50th Street Water Main Replacement Page 09800-2 B. Coating Labels: Labels on coating containers shall include the following: 1. Manufacturer’s name. 2. Generic type of coat. 3. Manufacturer’s stock number. 4. Color. 5. Instructions for thinning where applicable. C. Field Quality Control: Coating film thickness shall be subject to measurement with electrometer, wet film gauge, low or high voltage meter and/or applicable measuring instruments acceptable to the ENGINEER. If dry film thickness is found to be less than specified, or coverage is not uniform, an additional coating to correct thickness or appearance at no additional cost shall be applied. D. Compatibility: 1. Compatibility of all coatings used shall be required. A compatible coating will be considered a coat, which precludes adverse effects related to bonding, drying delamination, scaling, lifting and bleeding. 2. In cases where shop-applied primers and coatings on materials and equipment furnished by suppliers are products different from those described in the Specifications, compatibility with the specified field- applied coating system shall be verified. 3. Where thinning is necessary, only the products of the manufacturer furnishing the coating, and products for thinning purposes only, will be allowed. E. Thickness and Spreading Rates: 1. Minimum dry mil thickness per coat (MDMTPC) and/or spreading rates in square feet per gallon shall be governed by the manufacturer’s current data sheets or literature containing recommendations or instructions regarding these values. These recommended dry mil thickness and/or spreading rate values will be considered requirements to be met same as if set out herein these Do not exceed manufacturer’s recommended coverage rates. 2. The number of coats to be applied are specified herein and shall govern. Where the total dry film thickness is specified, this thickness shall govern over the MDMTPC. 1.7 PRODUCT DELIVERY, HANDLING AND STORAGE A. Delivery: All materials shall be brought to the job site in the original sealed and labeled containers of the coating manufacturer. All labels shall be legible and intact at time of use. B. Manufacturer’s Instruction: Coating manufacturer’s written instructions for proper surface preparation, mixing, thinning, application and drying shall be furnished with the coating and strictly followed. C. Storage of Materials: 1. Store only acceptable materials on project site. 2. Store only in a suitable and designated area restricted to the storage of coating materials and related equipment. 3. Comply with all applicable health and fire regulations regarding the storage of coating materials. 4. Storage of material shall comply with the manufacturer’s specifications; however, storage shall be at a minimum temperature of 50 degrees F. Special Coatings 50th Street Water Main Replacement Page 09800-3 D. Protection of Materials: 1. Take all necessary precautions to ensure the safe storage and use of coating materials and the prompt and safe disposal of waste. 2. Coating wastes shall be properly deposited in containers made for this purpose. 3. Take all necessary precautions to protect coating materials before, during and after application and to protect the finished work. E. Replacement: In the event of damage to coating materials, immediately make all replacements necessary to the approval of the ENGINEER and at no additional cost. F. Product delivery, handling and storage shall be in accordance with Part 1 of this Section and the manufacturer’s recommendations. 1.8 JOB CONDITIONS A. Environmental Requirements: 1. Comply with manufacturer’s recommendations as to environmental conditions under which coatings and coating systems can be applied. 2. Do not apply finish in areas where dust and/or mist is being generated. B. Climatic Conditions: Coating shall not be applied if: 1. The ambient temperature or temperature of the surface to be coated is below 50 degrees F or below the temperature recommended by the coating manufacturer. 2. The relative humidity is above 85 percent. 3. The relative humidity is such that the coating will not dry properly in accordance with the manufacturer’s instructions. C. Protection: 1. Protect with drop cloths, masking or other acceptable means all surfaces which could be damaged in function or appearance by coating, including surfaces not being coated concurrently and surfaces not to be coated. 2. Hardware, accessories, fixtures and similar items shall be removed and replaced after completion of coating. 3. Spray coating will not be permitted when it will cause damage to adjacent or otherwise located surfaces. 4. All coating splatters on glass shall be wiped off immediately. PART 2 -- PRODUCTS 2.1 COATING SYSTEMS FOR STEEL - STRUCTURAL, TANKS, PIPE AND EQUIPMENT A. Exterior Exposed: 1. System Type: Epoxy/Polyurethane. 2. Surface Preparation: SSPC-SP 6. 3. Primer: Series N69 Hi-Build Epoxoline II; 3.0 to 5.0 mils DFT. 4. Intermediate Coat: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Finish Coat: Series 1075 Endura-Shield II; 2.5 to 3.5 mils DFT. Special Coatings 50th Street Water Main Replacement Page 09800-4 6. Total DFT: 9.5 to 14.5 mils. B. Interior Exposed: 1. System Type: Epoxy. 2. Surface Preparation: SSPC-SP 6. 3. Primer: Series N69 Hi-Build Epoxoline II; 3.0 to 5.0 mils DFT. 4. Finish Coat: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Total DFT: 7.0 to 11.0 mils. C. Immersion: 1. System Type: Epoxy. 2. Surface Preparation: SSPC-SP 10. 3. Primer: Series N69 Hi-Build Epoxoline II; 3.0 to 5.0 mils DFT. 4. Intermediate Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Finish Coat: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 6. Total DFT: 11.0 to 16.0 mils. D. Interior/Immersion, Severe Exposure to H2S: 1. System Type: Modified Epoxy. 2. Surface Preparation: SSPC-SP 5 with minimum 3.0-mil profile. 3. Primer/Finish (One or More Coats): Series 435 Perma-Glaze; 30.0 to 36.0 mils DFT. 4. Total DFT: 30.0 to 36.0 mils. E. Marginally Prepared Surfaces (Maintenance, Non-Immersion, Interior): 1. System Type: Epoxy. 2. Surface Preparation: In accordance with manufacturer’s instructions. 3. Primer: Series 135 Chembuild; 4.0 to 6.0 mils DFT. 4. Finish Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 6. Total DFT: 8.0 to 12.0 mils. F. Marginally Prepared Surfaces (Maintenance, Non-Immersion, Exterior): 1. System Type: Epoxy/Polyurethane. 2. Surface Preparation: In accordance with manufacturer’s instructions. 3. Primer: Series 135 Chembuild; 4.0 to 6.0 mils DFT. 4. Finish Coat (Exterior): Series 1075 Endura-Shield II; 2.5 to 3.5 mils. DFT 5. Total DFT: 6.5 to 9.5 mils. 2.2 COATING SYSTEMS FOR FACTORY PRIMED STEEL - DOORS, FRAMES, AND MISCELLANEOUS EQUIPMENT A. Interior Exposed: 1. System Type: Epoxy 2. Surface Preparation: Clean and dry. Special Coatings 50th Street Water Main Replacement Page 09800-5 3. Primer: Factory primed. 4. Field Primer: Series 135 Chembuild; 3.0 to 5.0 mils DFT. 5. Finish Coat: Series 1075 Endura-Shield II; 2.5 to 3.5 mils. DFT 6. Total DFT: 5.5 to 8.5 mils (on top of shop primer). B. Exterior Exposed: 1. System Type: Epoxy/Polyurethane 2. Surface Preparation: Clean and dry. 3. Primer: Factory primed. 4. Field Primer: Series 135 Chembuild; 3.0 to 5.0 mils DFT. 5. Finish Coat: Series 1075 Endura-Shield II; 2.5 to 3.5 mils. DFT 6. Total DFT: 5.5 to 8.5 mils (on top of shop primer). 2.3 COATING SYSTEMS FOR GALVANIZED STEEL AND NONFERROUS METAL - PIPE AND MISCELLANEOUS FABRICATIONS A. Interior Exposure: 1. System Type: Epoxy. 2. Surface Preparation: In accordance with manufacturer’s instructions. 3. Primer: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 4. Finish Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 6. Total DFT: 8.0 to 12.0 mils. B. Exterior Exposure: 1. System Type: Epoxy/Polyurethane. 2. Surface Preparation: In accordance with manufacturer’s instructions. 3. Primer: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 4. Finish Coat: Series 1075 Endura-Shield II; 2.5 to 3.5 mils. DFT 5. Total DFT: 6.5 to 9.5 mils 2.4 COATING SYSTEMS FOR DUCTILE OR CAST IRON - PIPE, PUMPS, AND VALVES A. Interior/Exterior Exposure: 1. System Type: Epoxy/Polyurethane 2. Surface Preparation: In accordance with manufacturer’s instructions 3. Primer: Factory Primed 4. Field Primer: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT.L69 for Low VOC 5. Finish Coat: Series 1075 Endura-Shield II; 2.5 to 3.5 mils. DFT 1095 for Low VOC 6. Total DFT: 5.5 to 8.5 mils (on top of shop primer). Special Coatings 50th Street Water Main Replacement Page 09800-6 C. Below Ground: 1. System Type: Coal Tar Epoxy. 2. Surface Preparation: In accordance with manufacturer’s instructions. 3. Prime/Finish Coat: a. Sherwin-Williams Targuard Coal Tar Epoxy; 16-32 mils DFT. 100 for Low VOC b. Series 46H-413 Hi-Build Tneme-Tar; 14.0 to 20.0 mils DFT. Series 27 WB Typoxy for Low VOC 4. Total DFT: 14.0 to 20.0 mils D. Immersion: 1. System Type: Epoxy. 2. Surface Preparation: In accordance with manufacturer’s instructions. 3. Primer: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 4. Finish Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Total DFT: 8.0 to 12.0 mils 2.5 COATING SYSTEMS FOR PVC A. Interior Exposure: 1. System Type: Epoxy. 2. Surface Preparation: Scarify 3. Primer: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 4. Finish Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Total DFT: 8.0 to 12.0 mils. B. Exterior Exposure: 1. System Type: Epoxy/Polyurethane. 2. Surface Preparation: Scarify. 3. Primer: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 4. Finish Coat: Series 1075 Endura-Shield II; 2.5 to 3.5 mils. DFT. 5. Coating provided shall contain UV inhibitor. 2.6 COATING SYSTEMS FOR PRECAST CONCRETE AND CAST-IN-PLACE CONCRETE (REQUIRE WHERE INDICATED IN PLANS) A. Exterior Exposed: 1. System Type: Acrylic. 2. Surface Preparation: SSPC-SP 13/NACE 6. Clean and dry. 3. Primer: Series 180 W.B. Tneme-Crete; 4.0 to 8.0 mils DFT. 4. Finish Coat: Series 180 W.B. Tneme-Crete; 4.0 to 8.0 mils DFT. 5. Total DFT: 8.0 to 16.0 mils. B. Below Grade: Special Coatings 50th Street Water Main Replacement Page 09800-7 1. System Type: Coal tar. 2. Surface Preparation: SSPC-SP 13/NACE 6. Clean and dry. 3. Primer: 46-465 H.B. Tnemecol. DFT 8.0 to 12.0 mils. 4. Finish Coat: 46-465 H.B. Tnemecol. DFT 8.0 to 12.0 mils. 5. Total DFT: 16.0 to 24.0 mils. C. Interior Exposed: 1. System Type: Epoxy. 2. Surface Preparation: SSPC-SP 13/NACE 6. Abrasive Blast Cleaning. 3. Patching: Series 218 MortarClad (as needed) 4. Primer: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Finish Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 6. Total DFT: 8.0 to 12.0 mils. D. Severe Service – Immersion, H2S Exposure: 1. System I (H2S less than 50 ppm, Light Abrasion) a. System Type: Modified Epoxy. b. Surface Preparation: SSPC-SP 13/NACE 6. Abrasive blast clean to texture of 50 to 60 grit sandpaper. c. Surfacing and Patching: Series 218 MortarClad; 1/16 inch DFT (nominal 62.5 mils) d. Primer/Finish (One or More Coats): Series 435 Perma-Glaze; 20.0 to 30.0 mils DFT 2. System II (H2S less than 100 ppm, Moderate to Heavy Abrasion) a. System Type: Modified Epoxy Mortar. b. Surface Preparation: SSPC-SP 13/NACE 6. Abrasive blast clean to texture of 50 to 60 grit sandpaper. c. Patching: Series 218 MortarClad; As Needed d. Series 434 Perma-Shield H2S; 1/8 inch DFT (nominal 125 mils) 3. System III (H2S more than 100 ppm, Moderate to Heavy Abrasion) a. System Type: Modified Epoxy Mortar. b. Surface Preparation: SSPC-SP 13/NACE 6. Abrasive blast clean to texture of 50 to 60 grit sandpaper. c. Patching: Series 218 MortarClad; As Needed d. Series 434 Perma-Shield H2S; 1/8 inch DFT (nominal 125 mils) e. Finish (One or More Coats): Series 435 Perma-Glaze; 20.0 to 30.0 mils DFT 2.7 COATING SYSTEMS FOR POROUS CONCRETE MASONRY UNITS (REQUIRE WHERE INDICATED IN PLANS) A. Exterior Exposed: 1. System Type: Acrylic. 2. Surface Preparation: Porous Concrete Masonry Units: SSPC-SP 13/NACE 6. Clean and dry 3. Water Repellent: (Tnemec /Chemprobe) Series 617 Prime A Pell H20 4. Primer: Series 180 W.B. Tneme-Crete; 4.0 to 8.0 mils DFT. 5. Finish Coat: Series 180 W.B. Tneme-Crete; 4.0 to 8.0 mils DFT. 6. Total DFT: 8.0 to 16.0 mils. Special Coatings 50th Street Water Main Replacement Page 09800-8 B. Interior Exposed: 1. System Type: Epoxy. 2. Primer: Series 54-660 Masonry Filler. Spreading rate 75 to 100 sq ft/gal. 3. Primer: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 4. Finish Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Total DFT: 8.0 to 12.0 mils (on top of block filler). 2.8 COATING SYSTEMS FOR PLASTER AND GYPSUM BOARD A. Interior Exposed: 1. System Type: Vinyl-acrylic/Epoxy. 2. Surface Preparation: Clean and dry. 3. Primer: Series 151-1051 Elasto-Grip FC; 1.0 to 2.0 mils DFT. 4. Primer: Series N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 5. Finish Coat: N69 Hi-Build Epoxoline II; 4.0 to 6.0 mils DFT. 6. Total DFT: 8.0 to 12.0 mils PART 3 -- EXECUTION 3.1 INSPECTION A. Examine surfaces scheduled to receive coating for conditions that will adversely affect application, permanence or quality of work and which cannot be put into an acceptable condition through surface preparation. B. Do not proceed with surface preparation or coating application until conditions are suitable. 3.2 ACCEPTANCE OF SURFACES A. The commencement of coating work in any area or space will be construed as acceptance of the surface as being satisfactory. 3.3 PREPARATION AND APPLICATION A. Preparation and application shall be in accordance with coating systems (Article 2.1). 3.4 FINAL INSPECTION A. Protect all coated surfaces against damage until the date of final acceptance. B. Conduct a final inspection of all coating work and recoat or retouch any areas or surfaces found deficient in complying with these Specifications. Special Coatings 50th Street Water Main Replacement Page 09800-9 3.5 PIPING IDENTIFICATION A. All visible piping ¾-inch and greater which is accessible for maintenance and operations shall be color-coded and identified with appropriate identification markers. Direction of flow arrows are to be included with each identification mark unless otherwise specified. B. Each marker shall be black lettering on a yellow or white background and have a clearly printed legend to identify the contents of the pipe. C. Locations for pipe markers to be as follows: 1. Adjacent to each valve (except as plumbing fixtures and equipment). 2. At each branch and riser take-off. 3. At each pipe passage through wall, floor and ceiling construction. 4. At each pipe passage to underground 5. On all horizontal pipe runs, marked every 30 feet. 3.6 PIPE COLOR CODE Process or Fluid Description Color Tnemec Color # Potable Water Dark Blue 11SF Raw Sewage Dark Gray 33GR Secondary/ Centrate Light Grey 31GR Tertiary/Reclaimed Purple (Pantone)14SF Sludge Dark Brown 84BR Backwash Waste Light Brown 68BR Compressed Air Dark Green 91GN Fire Protection Red 06SF Foul Air White 11WH Chlorine (Gas or Solution)Yellow 02SF Polymer or Coagulant Aid Orange 04SF - END OF SECTION - Painting 50th Street Water Main Replacement Page 09900-1 SECTION 09900 PAINTING PART 1 -- GENERAL 1.1 THE REQUIREMENT A. Provide all labor, materials, equipment and services required to do all painting (excluding items listed in Section 09800 - Special Coatings), including preparation, priming and protection of finished surfaces. An extensive and comprehensive painting job will be required and shall include all surfaces which normally are painted. B. The intent of these Specifications is to obtain the material and workmanship necessary to produce an adequate and acceptable job, and is intended to describe the requirements for both shop and field painting. C. The intent of this Specification Section is to include all items which are to receive painting and have not been included in Section 09800 – Special Coatings. D. The intent of this Specification Section and Section 09800 – Special Coatings shall be to paint all exposed structural steel, miscellaneous ferrous metal, lintels, equipment, piping, all exterior masonry walls and all other work obviously required or noted to be painted unless otherwise specified (see also Article 2.01). The omission of minor items in the schedule of work shall not relieve the obligation to include such items where they come within the general intent of the Specifications as stated herein. All interior surfaces and equipment which have been previously painted shall be repainted or recoated following the proper surface preparation as shown on the Drawings. E. Review and examine all Divisions and Sections of these Specifications for any additional painting requirements and/or additional surfaces or items to be painted. F. Apply specified finish coats of paint to all pre-primed work and complete finishing system for unprimed work required to be painted. G. Backprime, with specified interior first coat material all surfaces of finish trim which will be concealed after installation. H. Apply specified finish coats of paint to all prepainted surfaces which require only a finish coat. Otherwise, the complete system (as given in Article 2.01) shall be administered. 1.2 RELATED WORK A. Related Sections: 1. Division 01 – General Requirements 2. Division 05 – Metals 3. Section 07920 – Caulking and Sealants B. Wherever detailed painting requirements are covered under an equipment or product specification, the Specifications herein and Section 09800 – Special Coatings govern with respect to surface preparation, paint materials, coats, thicknesses and coverage. 1.3 ITEMS NOT REQUIRING FIELD PAINTING A. All new galvanized and stainless steel surfaces (except where noted on Drawings). B. Exposed PVC plastic piping (except as required for color coding). Painting 50th Street Water Main Replacement Page 09900-2 C. Valves, fittings and appurtenances in small diameter plastic piping (less than 3 inches). D. Prefinished items. E. Plain copper (except as required for color coding) and stainless steel. F. Aluminum except where otherwise designated and required to prevent corrosion at contact with dissimilar materials. G. Concrete floors except where noted. H. Exterior concrete surfaces except where noted. I. Finish hardware. J. Concealed from view items (except where required for color coding) and surfaces, except as specified herein or where previously painted. K. Packing glands and other adjustable parts and nameplates of mechanical equipment. L. Mechanical equipment (i.e. pumps, blowers, actuators, etc.) 1.4 DEFINITIONS A. The term “paint” as used herein includes enamels, epoxy, paints, sealers, fillers, emulsions and other coatings. B. MDMTPC = Minimum dry mil thickness per coat. C. MDFT = Minimum dry film thickness. D. SSPC = Steel Structures Painting Council. 1.5 QUALITY ASSURANCE A. Qualification of Painters: All painting shall be done by qualified, skilled, experienced craftsmen. In the acceptance or rejection of completed painting, no allowance will be made for lack of skills on the part of the craftsmen. B. Paint Labels: Labels on paint containers shall include the following: 1. Manufacturer's name 2. Generic type of paint 3. Manufacturer's stock number 4. Color 5. Instructions for thinning where applicable C. Field Quality Control: Paint film thickness shall be subject to measurement by electrometer, wet film gauge, low or high voltage meter, and/or ENGINEER approved measuring instruments. If dry film thickness is found to be less than specified, or coverage is not uniform, apply additional paint to correct the thickness or appearance at no additional. D. Compatibility: 1. Compatibility of all paints used is required. A compatible paint will be considered a paint which precludes adverse effects related to bonding, drying delamination, scaling, lifting and bleeding. Painting 50th Street Water Main Replacement Page 09900-3 2. In cases where shop-applied primers and coatings on materials and equipment furnished by suppliers are products different from those described in the Specifications, compatibility shall verified with the specified field-applied coating system. 3. Where thinning is necessary, only the products of the manufacturer furnishing the paint, and products for thinning purposes only, will be allowed. E. Thickness and Spreading Rates: 1. Minimum dry mil thicknesses per coat (MDMTPC) and/or spreading rates in square feet per gallon shall be governed by the manufacturer's current data sheets or literature containing recommendations or instructions regarding these values. These recommended dry mil thickness and/or spreading rate values will be considered requirements to be met same as if set out herein these Specifications and Contract Documents. Do not exceed manufacturer's recommended coverage rates. 2. The number of coats to be applied are specified herein and shall govern. Where the total dry film thickness is specified, this thickness shall govern over the MDMTPC. 1.6 PRODUCT DELIVERY, HANDLING AND STORAGE A. Delivery: All materials shall be brought to the project site in the original sealed and labeled containers of the paint manufacturer. All labels shall be legible and intact at time of use. B. Manufacturer's Instructions: Paint manufacturer's written instructions for proper surface preparation, mixing, thinning, application and drying shall be furnished with the paint, and strictly followed. C. Storage of Materials: 1. Store only acceptable materials on project site. 2. Store only in a suitable and designated area restricted to the storage of paint materials and related equipment. 3. Comply with all applicable health and fire regulations regarding the storage of paint materials. 4. Storage of material shall comply with the manufacturer's specifications; however, storage shall be at a minimum temperature of 50 degrees F. D. Protection of Materials: 1. Take all necessary precautions to ensure the safe storage and use of paint materials and the prompt and safe disposal of waste. 2. Painting wastes shall be properly deposited in containers made for this purpose. Do not use plumbing fixtures for disposing of paints wastes. 3. Take all necessary precautions to protect paint materials before, during and after application and to protect the finished work. E. Replacement: In the event of damage to paint materials, immediately make all replacements necessary at no additional cost. F. Product delivery, handling and storage shall be in accordance with Part 1 of this Specification. 1.7 JOB CONDITIONS A. Environmental Requirements: 1. Comply with manufacturer's recommendations as to the environmental conditions under which painting systems can be applied. 2. Do not apply finish in areas where dust and/or mist is being generated. Painting 50th Street Water Main Replacement Page 09900-4 B. Climatic Conditions: Paint shall not be applied if: 1. The ambient temperature or temperature of the surface to be painted is below 50 degrees F or below the temperature recommended by the paint manufacturer. 2. The relative humidity is above 85 percent. 3. The relative humidity is such that the paint will not dry properly in accordance with the manufacturer's instructions. C. Projection: 1. Protect with drop cloths, masking or other acceptable means all surfaces which could be damaged in function or appearance by paint, including surfaces not being painted concurrently and surfaces not to be painted. 2. Hardware, accessories, fixtures and similar items shall be removed and replaced after completion of painting. 3. Spray painting will not be permitted when it will cause damage to adjacent of otherwise located surfaces. 4. All paint splatters on glass shall be wiped off immediately. PART 2 -- PRODUCTS 2.1 PAINT SYSTEMS A. General: 1. All paints of a system shall be by one (1) manufacturer. 2. "Lift" tests may be requested on various surfaces to be painted to assure bonding compatibility. 3. Paints containing lead, or other "dangerous" materials, that surpass federal maximum levels shall not be allowed. Oil shall be pure boiled linseed oil. 2.2 COLORS A. The manufacturer shall be able to furnish all paints for exposed surfaces in a wide range of colors including lighter and darker shades of these colors which may be selected on various surfaces, if not included in the following codes (also note, the below listed may be included in the requirements of Section 09800 – Special Coatings): 1. Safety Color Codes: Comply with Occupational Safety and Health Administration Standards, as applicable, regarding safety color codes. 2. Piping Color Codes: Colors for process pipe coding shall be as specified in Section 09800 – Special Coatings. PART 3 -- EXECUTION 3.1 INSPECTION A. Examine surfaces scheduled to receive paint and/or coating finishes for conditions that will adversely affect application, permanence or quality of work and which cannot be put into an acceptable condition through surface preparation. B. Do not proceed with surface preparation or painting application until conditions are suitable. Painting 50th Street Water Main Replacement Page 09900-5 C. If surfaces are not thoroughly dry or if they cannot be put in proper conditions to receive paint by customary cleaning methods, the painting applicators shall notify the ENGINEER in writing, requesting necessary corrections. D. Review the specified or approved painting systems and bring any questions or doubts as to the proper performance to the ENGINEER. Otherwise, assume the responsibility for providing the desired results. 3.2 ACCEPTANCE OF SURFACES A. The commencement of painting work in any area or space will be construed as acceptance of the surface as being satisfactory. 3.3 SURFACE PREPARATION A. General: 1. All surfaces shall be thoroughly cleaned and free of dust, rust, mill scale, loose paint or oily materials. 2. References to SSPC refer to Steel Structures Painting Council specifications. 3. Surfaces shall be primed and/or treated, as specified, as soon after completion of surface preparation as practical, but in any event before any visible or detrimental corrosion or contamination can occur. A prepared surface, which becomes corroded or contaminated, shall be re-prepared before treating and/or priming. B. Non-submerged Non-Galvanized Structural Steel: All new non-galvanized structural steel for non- submerged service shall have their surfaces prepared according to SSPC-SP6-63, Commercial Blast Cleaning. C. Submerged Non-Galvanized Structural Steel: All new non-galvanized structural steel and fabricated metals for submerged service of high temperature service shall have their surfaces prepared according to SSPC- SP10-63T Near White Metal Blast Cleaning. D. Unprimed Metal Surfaces: All unprimed metal surfaces and miscellaneous fabricated metals (exclusive of structural steel and galvanized metal) to be painted shall be thoroughly cleaned according to SSPC-SP2-63 Hand Tool Cleaning or SSPC-SP3-63 Power Tool Cleaning, unless specifically required elsewhere in these Specifications. E. Non-Ferrous Metals: Non-ferrous metals surface preparation shall be not less than that required by the paint manufacturer. F. Concrete and Masonry: 1. All concrete and masonry surfaces shall be cleaned and free from loose particles. 2. Concrete floors to be painted shall be etched with a 10 percent solution of muriatic acid. If the concrete surface is exceedingly dense, a greater strength acid or a second etching will be required. After etching for a minimum of 30 minutes, wash thoroughly with water to remove all traces of acid. Allow to thoroughly dry at least 72 hours. 3. Submerged concrete to be coated shall have their surfaces prepared by a light sandblast (Brush Blast), to remove loose coating and provide a textured surface to enhance adherence of the new coating. No sandblasting shall be done on the job in areas containing pumps, motors or other equipment that could be damaged by infiltration of sand particles. G. Wood Surfaces: Wood surfaces shall be thoroughly cleaned of all extraneous matter and all cracks, nail holes, and other defects properly filled and smoothes. Wood trim shall be sanded to fine finish and wiped clean of dust. 3.4 SHOP PRIMING Painting 50th Street Water Main Replacement Page 09900-6 A. The requirements Specification Section 09800 will govern over this Specification Section requirements. B. Shop priming shall be done with primers that are guaranteed by the equipment manufacturer to be compatible with the finish paints to be used. C. The CONTRACTOR shall coordinate all paint materials supplied in the shop and field. 3.5 APPLICATION A. On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve the minimum dry mill thickness required. One gallon of paint as originally furnished by the manufacturer shall not cover a greater area when applied by spry gun than when applied unthinned by brush. Deficiencies of film thickness shall be corrected. B. On masonry, the application rates will vary according to surface texture; however, in no case shall the manufacturer's stated coverage rate be exceeded. C. On porous surfaces, it shall be the painter's responsibility to achieve a protective and decorative finish either by decreasing the coverage rate of by applying additional coats of paint. D. Evenly brush out each finish coat and permit to dry per manufacturer's recommendation before applying any subsequent coats. E. All paints and catalogs shall be maintained at a minimum manufacturer's application temperature before applying. F. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to a darker shade than the finish coat. G. Finish surfaces shall not show brush marks or other irregularities. Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. H. Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate inspection. Materials subject to weathering shall be prime coated as quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. I. All surfaces to be painted as well as the atmosphere in which painting is to be done shall be maintained at the conditions recommended by manufacturer by heating and ventilating, if necessary, until each coat of paint has hardened. Any defective paint shall be removed and the surface repainted. J. Perform all required back priming work before items are installed. 3.6 REINSTALLATION OF REMOVED ITEMS A. Following completion of painting in each space, promptly reinstall all items removed for painting, using only workmen skilled in the particular trade. 3.7 CLEANING A. During the progress of Work, do not allow the accumulation of empty containers or other excess items except in areas specifically reserved for that purpose. B. Take all precautions to prevent accidental spillage of paint materials. In the event of spilling, immediately remove all spilled materials and the waste and other equipment used to clean up the spill, and wash surfaces to their original undamaged condition. Painting 50th Street Water Main Replacement Page 09900-7 C. Touch-up and restore finish where damaged. D. Remove all trash and accumulated materials of a painting nature from premises at the completion of the Work. E. Paint spots, oil or stains upon adjacent surfaces shall be removed. Any damage to Work of other trades or equipment caused from painting shall be made good at no additional expense. F. Do not mar surface finish of items being cleaned. G. Leave entire job clean (including paint storage space). 3.8 FINAL INSPECTION A. Protect all painted surfaces against damage until the date of final acceptance of the Work. B. Conduct a final inspection of all painting work and repaint or retouch any areas or surfaces found deficient in complying with these Specifications. - END OF SECTION - Equipment General Provisions 50th Street Water Main Replacement Page 11000-1 SECTION 11000 EQUIPMENT GENERAL PROVISIONS PART 1 – GENERAL 1.1 THE REQUIREMENT A. All equipment and appurtenant work, complete and operable, in accordance with the Contract Documents shall be provided. B. The provisions of this Section shall apply to all equipment except where otherwise indicated. C. Equipment Arrangement: Unless specifically indicated otherwise, the arrangement of equipment shown on the Drawings is based upon information available at the time of design and is not intended to show exact dimensions particular to a specific manufacturer in all cases. Some aspects of the Drawings are diagrammatic and some features of the illustrated equipment arrangement may require revision to meet the actual equipment requirements. Structural supports, foundations, piping and valve connections, and electrical and instrumentation connections indicated may have to be altered to accommodate the equipment provided. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Equipment shall be in accordance with the following standards, as applicable and as indicated in each equipment specification: 1. American Society for Testing and Materials (ASTM). 2. American National Standards Institute (ANSI) 3. American Society of Mechanical Owners (ASME). 4. American Water Works Association (AWWA). 5. American Society of Heating, Refrigerating and Air Conditioning Owners (ASHRAE). 6. American Welding Society (AWS). 7. National Fire Protection Association (NFPA). 8. Federal Specifications (FS). 9. National Electrical Manufacturers Association (NEMA). 10. Manufacturer's published recommendations and specifications. 11. General Industry Safety Orders (OSHA). B. The following standards are referenced in this Section: ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800 ANSI B16.5 Pipe Flanges and Flanged Fittings, Steel, Nickel Alloy and other Special Alloys ANSI B46.1 Surface Texture ANSI S12.6 Method for the Measurement of the Real-Ear Attenuation of Hearing Protectors ASME B1.20.1 General Purpose Pipe Threads (Inch) ASME B31.1 Power Piping AWWA C206 Field Welding of Steel Water Pipe Equipment General Provisions 50th Street Water Main Replacement Page 11000-2 AWWA C207 Steel Pipe Flanges for Waterworks Service - Sizes 4 in. through 144 in. (100 mm through 3,600 mm) ASTM A 48 Gray Iron Castings ASTM A 108 Steel Bars, Carbon, Cold-Finished, Standard Quality 1.3 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. B. Shop Drawings: Furnish complete drawings and technical information for equipment, piping, valves and controls. Where indicated or required by the ENGINEER, Shop Drawings shall include clear, concise calculations showing equipment anchorage forces and the capacities of the anchorage elements. C. Spare Parts List: A list of spare parts for each piece of equipment shall be obtained from the manufacturer and submitted at the same time as Shop Drawings. The name, address and telephone number of the nearest distributor for each piece of equipment shall be furnished. This list shall contain all data necessary to allow the OWNER to purchase spare parts as necessary. 1.4 QUALITY ASSURANCE A. Inspection: The local authorities shall be informed to witness all required tests for piping, plumbing, fire protection systems, pressure vessels, safety systems, and related items. B. Quality and Tolerances: Tolerances and clearances shall be as shown on the Shop Drawings and shall be closely adhered to. 1. Machine work shall in all cases be of high-grade workmanship and finish, with due consideration to the special nature or function of the parts. Members without milled ends and which are to be framed to other steel parts of the structure may have a variation in the detailed length of not greater than 1/16-inch for members 30-feet or less in length, and not greater than 1/8-inch for members over 30-feet in length. 2. Castings shall be homogeneous and free from non-metallic inclusions and defects. Surfaces of castings which are not machined shall be cleaned to remove foundry irregularities. Casting defects not exceeding 12.5 percent of the total thickness and where defects will not affect the strength and serviceability of the casting may be repaired by approved welding procedures. If the removal of metal for repair reduces the stress-resisting cross-section of the casting by more than 25 percent or to such an extent that the computed stress in the remaining metal exceeds the allowable stress by more than 25 percent, then the casting may be rejected. 3. All materials shall meet the physical and mechanical properties in accordance with the reference standards. C. Machine Finish: The type of finish shall be the most suitable for the application and shall be shown in micro- inches in accordance with ANSI B46.1. The following finishes shall be used: 1. Surface roughness not greater than 63 micro-inches shall be required for all surfaces in sliding contact. 2. Surface roughness not greater than 250 micro-inches shall be required for surfaces in contact where a tight joint is not required. 3. Rough finish not greater than 500 micro-inches shall be required for other machined surfaces. 4. Contact surfaces of shafts and stems which pass through stuffing boxes and contact surfaces of bearings shall be finished to not greater than 32 micro-inches. Equipment General Provisions 50th Street Water Main Replacement Page 11000-3 1.5 SPARE PARTS AND TOOLS A. Spare parts shall be furnished as indicated in the individual equipment sections. All spare parts shall be suitably packaged in the original manufacturer's box and labeled clearly with equipment numbers and name tags attached to the box. B. Special tools shall be suitably packaged and clearly labeled and directions shall be provided for intended use. PART 2 – PRODUCTS 2.1 GENERAL REQUIREMENTS A. Noise Level: When in operation, no single piece of equipment shall exceed the OSHA noise level requirement of 105 dBA for one-hour exposure per day without sound enclosure or sound dampening devices. B. High Noise Level Location: One personal hearing protection station at each high noise level location shall be provided. Locations are defined as follows: 1. Outdoor Location: Any single equipment item or any group of equipment items that produce noise exceeding OSHA noise level requirements for a 2-hour exposure. Where such equipment is separated by a distance of more than 20 feet, measured between edges of footings, each group of equipment shall be provided with a separate hearing protection station. 2. Indoor Location a. Any single equipment item or any group of equipment items located within a single room not normally occupied, that produces noise exceeding OSHA noise level requirements for a 2-hour exposure. b. Any single equipment item or any group of equipment items located within a single room normally occupied by workers, that produces noise exceeding OSHA noise level requirements for an 8-hour exposure. C. Personal Hearing Protection: Three pairs of high attenuation hearing protectors in the original unopened packaging shall be provided. The ear protectors shall be capable of meeting the requirements of ANSI S12.6 and shall produce a noise level reduction of 25 dBA at a frequency of 500 Hz. The hearing protectors shall have ear cushions and a variable, padded headband. D. Drive Trains and Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. All components of drive train assemblies between the prime mover and the driven equipment shall be designed and rated to deliver the maximum peak or starting torque, speed, and horsepower. All of the applicable service factors shall be considered, such as mechanical (type of prime mover), load class, start frequency, ventilation, ambient temperature and fan factors. Drive train components include couplings, shafts, gears and gear drives, drive chains, sprockets and V-belt drives. Unless otherwise indicated, the following load classifications shall apply in determining service factors: Type of Equipment Service Factor Load Classification Reciprocating Air Compressors: Multi-Cylinder Single-Cylinder 2.0 2.0 Heavy Shock Heavy Shock Pumps: Centrifugal or Rotary Reciprocating 1.0 1.8 Uniform Moderate Shock Cranes or Hoists 1.25 Moderate Shock Equipment General Provisions 50th Street Water Main Replacement Page 11000-4 E. Mechanical Service Factors: Electric Motor Internal Combustion Engine Uniform 1.25 1.50 Moderate Shock 1.50 1.75 Heavy Shock 2.00 2.25 F. For thermal rating adjustments such as start frequency, ambient temperature, and hourly duty cycle factor, ventilation factor, and fan factor, refer to gear manufacturer sizing information. G. For service factors of electric motors, see Section 16150 – Induction Motors. H. Where load classifications are not indicated, service factors based on AGMA 514.02 shall be used for standard load classifications and service factors for flexible couplings, I. Welding: Unless otherwise indicated, welding shall conform to the following: 1. Latest revision of AWWA D100. 2. Latest revision of AWWA C206. 3. Composite fabricated steel assemblies that are to be erected or installed inside a hydraulic structure, including any fixed or movable structural components of mechanical equipment, shall have continuous seal welds to prevent entrance of air or moisture. 4. Welding shall be by the metal-arc method or gas-shielded arc method as described in the American Welding Society's "Welding Handbook" as supplemented by other pertinent standards of the AWS. Qualification of welders shall be in accordance with the AWS Standards. 5. In assembly and during welding, the component parts shall be adequately clamped, supported, and restrained to minimize distortion and for control of dimensions. Weld reinforcement shall be as specified by the AWS code. Upon completion of welding, weld splatter, flux, slag and burrs left by attachments shall be removed. Welds shall be repaired to produce a workmanlike appearance, with uniform weld contours and dimensions. Sharp corners of material that is to be painted or coated shall be ground to a minimum of 1/32-inch on the flat. J. Protective Coating: Equipment shall be painted or coated in accordance with Section 09800 - Special Coatings and Section 09900 - Painting, unless otherwise indicated. K. Identification of Equipment Items: Each item of equipment shipped shall have a legible identifying mark corresponding to the equipment number for the particular item. L. Vibration Isolators: Air compressors, blowers, engines, inline fans shall be provided with restrained spring- type vibration isolators or pads per manufacturer's written recommendations. M. Shop Fabrication: Shop fabrication shall be performed in accordance with the Contract Documents and the Shop Drawings. N. Controls: Equipment and system controls shall be in accordance with Division 17 - Instrumentation. 2.2 EQUIPMENT SUPPORTS AND FOUNDATIONS A. Equipment Supports: Unless otherwise indicated, equipment supports, anchors, and restrainers shall be adequately designed for static, dynamic, wind, and seismic loads. The design horizontal seismic force shall be the greater of: that noted in the general structural notes or as required by the governing building code, or 10 percent of gravity. Submitted design calculations for equipment supports shall bear the signature and seal of an engineer registered in the State wherein the project is to be built, unless otherwise indicated. Equipment General Provisions 50th Street Water Main Replacement Page 11000-5 B. Equipment Foundations: Mechanical equipment, tanks, control cabinets, enclosures, and related equipment shall be mounted on minimum 3.5-inch high concrete bases, where indicated. Equipment foundations are indicated on Drawings. The size and weight of equipment foundation to insure compatibility with equipment shall be verified through the equipment manufacturer. 2.3 COUPLINGS A. Mechanical couplings shall be provided between the driver and the driven equipment. Flexible couplings shall be provided between the driver and the driven equipment to accommodate slight angular misalignment, parallel misalignment, end float, and to cushion shock loads. Unless otherwise indicated or recommended by the equipment manufacturer, coupling type shall be furnished with the respective equipment as follows: Equipment Type Coupling Type Air Compressors / Air Blowers Belt, gear or flexible disc pack B. Each coupling size shall be determined based on the rated horsepower of the motor, speed of the shaft, and the load classification service factor. The equipment manufacturer shall select or recommend the size and type of coupling required to suit each specific application. C. Differential Settlement: Where differential settlement between the driver and the driven equipment may occur, 2 sets of universal type couplings shall be provided. D. Taper-Lock or equal bushings may be used to provide for easy installation and removal of shafts of various diameters. 2.4 SHAFTING A. General: Shafting shall be continuous between bearings and shall be sized to transmit the power required. Keyways shall be accurately cut in line. Shafting shall not be turned down at the ends to accommodate bearings or sprockets whose bore is less than the diameter of the shaft. Shafts shall rotate in the end bearings and shall be turned and polished, straight, and true. B. Design Criteria: All shafts shall be designed to carry the steady state and transient loads suitable for unlimited number of load applications, in accordance with ASME B106.1M, - Design of Transmission Shafting. Where shafts are subjected to fatigue stresses, such as frequent start and stop cycles, the mean stress shall be determined by using the modified Goodman Diagram. The maximum torsional stress shall not exceed the endurance limit of the shaft after application of the factor of safety of 2 in the endurance limit and the stress concentration factor of the fillets in the shaft and keyway. Stress concentration factor shall be in accordance with ASME Standard B17.1 - Keys and Keyseats. C. Materials: Shafting materials shall be appropriate for the type of service and torque transmitted. Environmental elements such as corrosive gases, moisture and fluids shall be taken into consideration. Materials shall be as indicated unless furnished as part of an equipment assembly. 1. Low carbon cold-rolled steel shafting shall conform to ASTM A 108, Grade 1018. 2. Medium carbon cold-rolled shafting shall conform to ASTM A 108, Grade 1045. 3. Other grades of carbon steel alloys shall be suitable for service and load. 4. Corrosion-resistant shafting shall be stainless steel or Monel, whichever is most suitable for the intended service. D. Differential Settlement: Where differential settlement between the driver and the driven equipment may occur, a shaft of sufficient length with 2 sets of universal type couplings shall be provided. Equipment General Provisions 50th Street Water Main Replacement Page 11000-6 2.5 V-BELT DRIVES A. V-belts and sheaves shall be of the best commercial grade and shall conform to ANSI, MPTA, and RMA Standards. B. Unless otherwise indicated, sheaves shall be machined from the finest quality gray cast iron. C. Sheaves shall be statically balanced. In some applications where vibration is a problem, sheaves shall be dynamically balanced. Sheaves operating at belt speeds exceeding 6,500 fpm may be required to be of special materials and construction. D. Finish bored sheaves shall be complete with keyseat and setscrews. E. Sliding motor bases or auto-tension, spring suspension shall be provided to adjust the tension of V-belts. 2.6 DRIVE GUARDS A. Power transmission trains, prime movers, machines, shaft extensions, and moving machine parts shall be guarded to conform with the Division of Industrial Safety General Industrial Safety Orders latest edition. The guards shall be constructed of minimum 10 gage expanded, flattened steel with smooth edges and corners, galvanized after fabrication, and securely fastened. Where required for lubrication or maintenance, guards shall have hinged and latched access doors. 2.7 BEARINGS A. General: Bearings shall conform to the standards of the Anti-Friction Bearing Manufacturers Association, Inc. (AFBMA). B. To assure satisfactory bearing application, fitting practice, mounting, lubrication, sealing, static rating, housing strength, and lubrication shall be considered in bearing selection. C. Re-lubricatable type bearings shall be equipped with a hydraulic grease fitting in an accessible location and shall have sufficient grease capacity in the bearing chamber. D. Lubricated-for-life bearings shall be factory-lubricated with the manufacturer's recommended grease to insure maximum bearing life and best performance. E. Anti-Friction Type Bearing Life: Except where otherwise indicated, bearings shall have a minimum L-10 life expectancy of 5 years or 20,000 hours, whichever occurs first. Where so indicated, bearings shall have a minimum rated L-10 life expectancy corresponding to the type of service, as follows: Type of Service Design Life (years) L-10 Design Life (hours) (whichever comes first) 8-hour shift 10 20,000 16-hour shift 10 40,000 Continuous 10 60,000 F. Bearing housings shall be of cast iron or steel and bearing mounting arrangement shall be as indicated or as recommended in the published standards of the manufacturer. Split-type housings may be used to facilitate installation, inspection, and disassembly. G. Sleeve Type Bearings: Sleeve-type bearings shall have a cast iron or ductile iron housing and Babbitt or bronze liner. Bearing housing shall be bolted and doweled to the lower casing half. These housings shall be Equipment General Provisions 50th Street Water Main Replacement Page 11000-7 provided with cast iron caps bolted in place and the bearing end caps shall be bored to receive the bearing shells. Sleeve bearings shall be designed on the basis of the maximum allowable load permitted by the bearing manufacturer. If the sleeve bearing is connected to an equipment shaft with a coupling, the coupling transmitted thrust will be assumed to be the maximum motor or equipment thrust. Lubricant, lubrication system, and cooling system shall be as recommended by the bearing manufacturer. H. Plate Thrust Bearings: Thrust bearings shall be the Kingsbury Type, designed and manufactured to maintain the shaft in the fixed axial position without undue heating or the necessity of adjustment or attention. Bearings shall be oil lubricated to suit the manufacturer's standard method of lubrication for the specific bearing. If bearing cooling is required, manufacturer shall provide necessary piping, filters, and valves. 2.8 PIPING CONNECTIONS A. Pipe Hangers, Supports, and Guides: Pipe connections to equipment shall be supported, anchored, and guided to avoid stresses and loads on equipment flanges and equipment. Supports and hangers shall be in accordance with Section 15006 - Pipe Supports. B. Flanges and Pipe Threads: Flanges on equipment and appurtenances shall conform to ANSI B16.1, Class 125, or B16.5, Class 150, unless otherwise indicated. Pipe threads shall be in accordance with ANSI/ASME B1.20.1 and Section 15000 - Piping, General. C. Flexible Connectors: Flexible connectors shall be installed in all piping connections to engines, blowers, compressors, and other vibrating equipment and in piping systems in accordance with the requirements of Section 15000 – Piping, General. Flexible connectors shall be harnessed or otherwise anchored to prevent separation of the pipe where required by the installation. D. Insulating Connections: Insulating bushings, unions, couplings, or flanges, as appropriate, shall be used in accordance with the requirements of the Section 15000. 2.9 GASKETS AND PACKINGS A. Gaskets shall be in accordance with Section 15000 – Piping, General. B. Packing around valve stems and reciprocating shafts shall be of compressible material, compatible with the fluid being used. Chevron-type "V" packing shall be Garlock No. 432, John Crane "Everseal," or equal. C. Packing around rotating shafts (other than valve stems) shall be "O"-rings, stuffing boxes, or mechanical seals, as recommended by the manufacturer, in accordance with Section 11100 - Pumps, General. 2.10 NAMEPLATES A. Equipment nameplates of stainless steel shall be engraved or stamped and fastened to the equipment in an accessible location with No. 4 or larger oval head stainless steel screws or drive pins. Nameplates shall contain the manufacturer's name, model, serial number, size, characteristics, and appropriate data describing the machine performance ratings. 2.11 EQUIPMENT LUBRICANTS A. Lubricants for all equipment during storage and prior to initial testing of the equipment shall be installed. Equipment General Provisions 50th Street Water Main Replacement Page 11000-8 PART 3 – EXECUTION 3.1 SERVICES OF MANUFACTURER A. Inspection, Startup, and Field Adjustment: Where required by individual sections, an authorized, experienced, and competent service representative of the manufacturer shall visit the Site to witness or perform the following in accordance with Section 01450 – Services of Manufacturer’s Representative and to certify in writing that the equipment and controls have been properly installed, aligned, lubricated, adjusted, and readied for operation. 1. Inspection, checking, and adjusting the equipment and approving its installation. 2. Startup and field testing for proper operation, efficiency, and capacity. 3. Performing field adjustments during the test period to ensure that the equipment installation and operation comply with requirements. 4. Instruct plant operating personnel on proper operations, maintenance and care. 3.2 INSTALLATION A. General: Equipment shall be installed in accordance with the manufacturer’s written recommendations. B. Alignment: Equipment shall be field tested to verify proper alignment. 3.3 PRE-PACKAGED EQUIPMENT A. Coordination of all necessary space and structural requirements, clearances, utility connections, signals, and outputs shall be required to avoid later change orders, when any system is furnished as pre-packaged equipment. 3.4 WELDING A. Welds shall be cleaned of weld-slag, splatter, etc. to provide a smooth surface. Metal brushes shall be the same material as the metal welded. Stainless steel brushes shall be used for cleaning stainless steel welds. 3.5 FIELD TESTS A. Where indicated by the individual equipment sections, equipment shall be field tested after installation to demonstrate satisfactory operation without excessive noise, vibration, or overheating of bearings or motor. B. The following field testing shall be conducted: 1. Start equipment, check, and operate the equipment over its entire operating range. Vibration level shall be within the amplitude limits as indicated or as recommended by the reference applicable Standards. 2. Obtain concurrent readings of motor voltage, amperage, capacity, vibration and bearing temperatures. C. In the event that any equipment fails to meet the test requirements, the equipment shall be modified and retested until it satisfies the requirement. - END OF SECTION - Piping General 50th Street Water Main Replacement Page 15000-1 SECTION 15000 PIPING, GENERAL PART 1 - GENERAL 1.1 THE REQUIREMENT A. Provide all piping systems indicated, complete and operable, in accordance with the Contract Documents. B. The provisions of this Section shall apply to all piping sections in Divisions 2 – Sitework and 15 - Mechanical. C. The mechanical drawings define the general layout, configuration, routing, method of support, pipe size and pipe type. The mechanical drawings are not pipe construction or fabrication drawings. Details for construction shall be developed as necessary to construct all mechanical piping systems, to accommodate the specific equipment provided, and to provide all spools, spacers, adapters, and connectors for a complete and functional system. D.ALL PIPING AND FITTINGS INSTALLED ON POTABLE WATER LINES SHALL BE NSF 61 CERTIFIED AND RATED FOR POTABLE WATER INSTALLATIONS. 1.2 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 – Submittals. B. Shop Drawings shall contain the following information: 1. Drawings: Layout drawings including all necessary dimensions, details, pipe joints, fittings, specials, bolts and nuts, gaskets, valves, appurtenances, anchors, guides, and material lists. Fabrication drawings shall indicate all spool pieces, spacers, adapters, connectors, fittings and supports to accommodate the equipment and valves in a complete and functional system. C. Certifications: All necessary certificates, test reports and affidavits of compliance shall be obtained. PART 2 - PRODUCTS 2.1 GENERAL A. Extent of Work: Pipes, fittings and appurtenances shall be provided in accordance with the requirements of the applicable Sections of Divisions 2 and 15 and as indicated. B. Pipe Supports: Pipes shall be adequately supported, restrained and anchored in accordance with Section 15006 - Pipe Supports, and as indicated. C. Lining: Application, thickness and curing of pipe lining shall be in accordance with the applicable Sections of Division 2, unless otherwise indicated. D. Coating: Application, thickness and curing of pipe coating shall be in accordance with the applicable Sections of Division 2, unless otherwise indicated. Pipes above ground or in structures shall be field-coated in accordance with Section 09800 - Protective Coating. E. Pressure Rating: Piping systems shall be designed for the maximum expected pressure as defined in Section 02643 - Pipeline Testing and Disinfection, or as indicated on the Piping Schedule. Piping General 50th Street Water Main Replacement Page 15000-2 F. Inspection: Pipe shall be subject to inspection at the place of manufacture. During the manufacture of the pipe, the ENGINEER shall be given access to all areas where manufacturing is in progress and shall be permitted to make all inspections necessary to confirm compliance with requirements. G. Tests: Except where otherwise indicated, materials used in the manufacture of the pipe shall be tested in accordance with the applicable specifications and standards. Welds shall be tested as indicated. H. Welding Requirements: Welding procedures used to fabricate pipe shall be prequalified under the provisions of ANSI/AWS D1.1 - Structural Welding Code. Welding procedures shall be reviewed for longitudinal and girth or spiral welds for pipe cylinders, spigot and bell ring attachments, reinforcing plates and ring flange welds, and plates for lug connections. I. Welder Qualifications: Welding shall be done by skilled welders and welding operators who have had adequate experience in the methods and materials to be used. Welders shall be qualified under the provisions of ANSI/AWS D1.1 by an independent local, approved testing agency not more than 6 months prior to commencing work on the pipeline. Machines and electrodes similar to those used in the WORK shall be used in qualification tests. Qualification testing of welders and materials used during testing are part of the WORK. 2.2 PIPE FLANGES A. General: Flanges shall have flat faces and shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise indicated. Attachment of the flanges to the pipe shall conform to the applicable requirements of ANSI/AWWA C207. Flange faces shall be perpendicular to the axis of the adjoining pipe. Flanges for miscellaneous small pipes shall be in accordance with the standards indicated for these pipes. B. Pressure Ratings: 1. 150 psi or less: Flanges shall conform to either ANSI/AWWA C207 - Steel Pipe Flanges for Waterworks Service--Sizes 4-inch. Through 144-inch, Class D, or ANSI/ASME B16.5 - Pipe Flanges and Flanged Fittings, 150-lb class. 2. 150 psi to 275 psi: Flanges shall conform to either ANSI/AWWA C207 Class E or Class F, or ANSI/ASME B16.5 150-lb class. 3. 275 psi to 700 psi: Flanges shall conform to ANSI/ASME B16.5, 300-lb class. 4. Selection based on test pressure: AWWA flanges shall not be exposed to test pressures greater than 125 percent of rated capacity. For higher test pressures, the next higher rated AWWA flange or an ANSI-rated flange shall be selected. C. Blind Flanges: Blind flanges shall be in accordance with ANSI/AWWA C207 or ANSI B16.5, or as indicated for miscellaneous small pipes. All blind flanges for pipes sizes 12” and larger shall be provided with welded or screwed eye bolts. D. Flange Coating: Machined faces of metal blind flanges and pipe flanges shall be coated with a temporary rust- inhibitive coating to protect the metal until the installation is completed. E. Flange Bolts: Bolts and nuts shall conform to ASTM A193; AISI Type 316 Stainless Steel, ANSI B18.2.1. Studs and bolts shall extend through the nuts a minimum of ¼-inch. All-thread studs shall be used on valve flange connections where space restrictions preclude the use of regular bolts. Flange nuts shall conform to ASTM A194, AISI Type 316 Stainless Steel, ANSI B18.2.2, heavy hex pattern. F. Insulating Flanges: Insulated flanges shall be used for joining flanged piping of dissimilar metals and for piping systems where corrosion or cathodic protection is involved. Insulated flanges shall have bolt holes ¼- inch diameter greater than the bolt diameter. Piping General 50th Street Water Main Replacement Page 15000-3 G. Insulating Flange Sets: Insulating flange sets shall be provided where indicated or as needed to prevent contact between dissimilar metals. Each insulating flange set shall consist of an insulating gasket, insulating sleeves and washers and a steel washer. Insulating sleeves and washers shall be one piece when flange bolt diameter is 1½-inch or smaller and shall be made of acetal resin. For bolt diameters larger than 1½-inch, insulating sleeves and washers shall be 2-piece and shall be made of polyethylene or phenolic material. Steel washers shall be in accordance with ASTM A 325 - Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. Insulating gaskets shall be full-face. H. Flange Gaskets: 1. Gaskets for flanged joints used in general water and wastewater service shall be full-faced type, with material and thickness in accordance with ANSI/AWWA C207. Blind flanges shall have gaskets covering the entire inside face of the blind flange and shall be cemented to the blind flange. Ring gaskets shall not be permitted, unless otherwise indicated. 2. Gaskets for flanged joints used in chemicals, air, solvents, hydrocarbons, steam, chlorine and other fluids shall be made of materials compatible with the service, pressure and temperature. 2.3 THREADED INSULATING CONNECTIONS A. General: Threaded insulating bushings, unions, or couplings, as appropriate, shall be used for joining threaded pipes of dissimilar metals and for piping systems where corrosion control and cathodic protection are involved. B. Materials: Threaded insulating connections shall be of nylon, Teflon, polycarbonate, polyethylene or other non-conductive materials, and shall have ratings and properties to suit the service and loading conditions. 2.4 MECHANICAL-TYPE COUPLINGS (GROOVED OR BANDED PIPE) A. General: Cast mechanical-type couplings shall be provided where indicated. The couplings shall conform to the requirements of ANSI/AWWA C606 - Grooved and Shouldered Joints. Bolts and nuts shall conform to the requirements of Section 05501 – Misc. Metals, Fasteners and Special Finishes. Gaskets for mechanical- type couplings shall be compatible with the piping service and fluid utilized, in accordance with the coupling manufacturer's recommendations. The wall thickness of grooved piping shall conform with the coupling manufacturer's recommendations to suit the highest expected pressure. To avoid stress on equipment, equipment connections with mechanical-type couplings shall have rigid-grooved couplings or flexible type coupling with harness in sizes where rigid couplings are not available, unless thrust restraint is provided by other means. Mechanical-type couplings shall be bonded. The Contractor shall have the coupling manufacturer's service representative verify the correct choice and application of couplings and gaskets, and the workmanship, to assure a correct installation. To assure uniform and compatible piping components, all grooved fittings, couplings and valves shall be from the same manufacturer. 2.5 SLEEVE-TYPE COUPLINGS A. Construction: Sleeve-type couplings shall be provided where indicated, in accordance with ANSI/AWWA C219 - Standard for Bolted Sleeve-Type Couplings for Plain-End Pipe. Couplings shall be steel with steel bolts, without pipe stop. Couplings shall be of sizes to fit the pipe and fittings indicated. The middle ring shall be not less than ¼-inch thick or at least the same wall thickness as the pipe to which the coupling is connected. If the strength of the middle ring material is less than the strength of the pipe material, the thickness of the middle ring shall be increased to have the same strength as the pipe. The coupling shall be either 5 or 7 inches long for sizes up to and including 30 inches and 10 inches long for sizes greater than 30 inches, for standard steel couplings, and 16 inches long for long-sleeve couplings. The followers shall be single-piece contoured mill sections welded and cold-expanded as required for the middle rings, and of sufficient strength to accommodate the number of bolts necessary to obtain adequate gasket pressures without excessive rolling. The shape of the follower shall be of such design as to provide positive confinement of the gasket. Bolts and Piping General 50th Street Water Main Replacement Page 15000-4 nuts shall conform to the requirements of Section 05500 – Misc. Metals, Fasteners and Special Finishes. Buried sleeve-type couplings shall be epoxy-coated at the factory as indicated. B. Pipe Preparation: Where indicated, the ends of the pipe shall be prepared for flexible steel couplings. Plain ends for use with couplings shall be smooth and round for a distance of 12 inches from the ends of the pipe, with outside diameter not more than 1/64-inch smaller than the nominal outside diameter of the pipe. The middle ring shall be tested by cold-expanding a minimum of one percent beyond the yield point, to proof-test the weld to the strength of the parent metal. The weld of the middle ring shall be subjected to air test for porosity. C. Gaskets 1. Gaskets for sleeve-type couplings shall be rubber-compound material that will not deteriorate from age or exposure to air under normal storage or use conditions. Gaskets for wastewater and sewerage applications shall be Buna "N," Grade 60, or equivalent suitable elastomer. The rubber in the gasket shall meet the following specifications: a. Color - Jet Black b. Surface - Non-blooming c. Durometer Hardness - 74 plus and minus 5 d. Tensile Strength - 1000 psi Minimum e. Elongation - 175 percent Minimum 2. The gaskets shall be immune to attack by impurities normally found in water or wastewater. All gaskets shall meet the requirements of ASTM D 2000 - Classification System for Rubber Products in Automotive Applications, AA709Z, meeting Suffix B13 Grade 3, except as noted above. Where sleeve couplings are used in water containing chloramine or other fluids, which attack rubber materials, gasket material shall be compatible with the piping service and fluid utilized. D. Insulating Couplings: Where insulating couplings are required, both ends of the coupling shall have a wedge- shaped gasket which assembles over a rubber sleeve of an insulating compound in order to obtain insulation of all coupling metal parts from the pipe. E. Restrained Joints: Sleeve-type couplings on pressure lines shall be harnessed unless thrust restraint is provided by other means. Harnesses shall be designed by the pipe manufacturer in accordance with Manual M11, or as indicated. Harness sets shall be designed for the maximum test pressure of the pipe in which they are installed. Where harness sets are installed near the suction and discharge of the pump, harness bolts shall have zero elongation to prevent misalignment of the pump imparted by the thrust within the piping system. 2.6 DISMANTLING JOINTS A. General: Dismantling joints shall be provided where indicated, and provide up to 5” of longitudinal adjustment and up to 2 degrees of misalignment in flanged piping systems. The flange spool shall meet the requirements of AWWA Class D Ring Flange, compatible with ANSI Class 125 and 150 bolt circles. The end and body ring shall meet the requirements of ASTM A536 ductile iron meeting or exceeding Grade 65- 45-12 for 3” to 12” sizes and ASTM A36 Carbon Steel with AWWA C207 Class D flanges for 14” to 72” sizes. Dismantling joints shall be provided with gaskets compounded for water and sewer service in accordance with ASTM D 2000. Dismantling joints shall have a fusion bonded epoxy coating. Bolts and nuts (including tie-rods) shall conform to the requirements of Section 05500 – Misc. Metals, Fasteners and Special Finishes. Dismantling joints shall be per Romac Industries, or approved equal. 2.7 EXPANSION JOINTS A. Flexible expansion joints shall be installed in the locations indicated on the drawings and shall be manufactured of ductile iron conforming to the material requirements of ASTM A536 and ANSI/AWWA C153/A21.53. Foundry certification of material shall be readily available upon request. Piping General 50th Street Water Main Replacement Page 15000-5 B. Each flexible expansion joint shall be pressure tested prior to shipment against its own restraint to a minimum of 350 psi (250 psi for flexible expansion joints 2 inch and 30 inches diameter and larger.) A minimum 2:1 safety factor, determined from the published pressure rating, shall apply. Factory Mutual Approval for the 3 inch through 12 inch sizes is required. C. Each flexible expansion joint shall consist of an expansion joint designed and cast as an integral part of a ball and socket type flexible joint, having a minimum per ball deflection of: 20º, 2” - 12”; 15º, 14” - 36”; 12º, 42”-48” and 4-inches minimum expansion. Additional expansion sleeves shall be available and easily added or removed at the factory or in the field. Both standardized mechanical joint and flange end connections shall be available. D. All internal surfaces (wetted parts) shall be lined with a minimum of 15 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C213. Sealing gaskets shall be constructed of EPDM. The coating shall meet ANSI/NSF-61. E. Exterior surfaces shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C116/A21.16. F. Appropriately sized polyethylene sleeves, meeting ANSI/AWWA C105/A21.5, shall be included for direct buried applications. G. Manufacturer’s certification of compliance to the above standards and requirements shall be readily available upon request. The purchaser (or owner) shall reserve the right to inspect the manufacturer’s facility for compliance. All flexible expansion joints shall be FLEX-TEND as manufactured by EBAA Iron, INC. Eastland, TX., U.S.A. 2.8 PIPE THREADS A. Pipe threads shall be in accordance with ANSI/ASME B1.20.1 - Pipe Threads, General Purpose (inch), and be made up with Teflon tape unless otherwise indicated 2.9 GENERAL A. Pipes, fittings and appurtenances shall be installed in accordance with the requirements of the applicable Sections of Divisions 2 - Sitework and 15 - Mechanical. B. Lined Piping Systems: The lining manufacturer shall take full responsibility for the complete, final product and its application. Pipe ends and joints of lined pipes at screwed flanges shall be epoxy-coated to assure continuous protection. C. Core Drilling: Where core drilling is required for pipes passing through existing concrete, core drilling locations shall be determined by radiograph of concrete construction to avoid damage to embedded raceways and reinforcing bars. D. Cleanup: After completion of the WORK, cuttings, joining and wrapping materials, and other scattered debris shall be removed from the Site. The entire piping system shall be handed over in a clean and functional condition. 2.10 RESTRAINED FLANGE COUPLING ADAPTER A. Restrained flanged coupling adapter (RFCA) shall be used where indicated on the project drawings and to connect plain end IPS sizes steel pipe or ductile iron pipe to a flanged pipe or fitting. Coupling shall be supplied with pipe restrained for the plan end pipe rated for the application. Piping General 50th Street Water Main Replacement Page 15000-6 B. If installed on potable water lines, all RFCAs shall be NSF 61 certified and rated to be installed on potable water systems. C. Flange shall be compatible with ANSI Class 125 and 150 bolt circles. D. Each RFCA must have a minimum joint deflection of 3 degrees. E. Manufacturer 1. Romac or equal. 2.11 STAINLESS STEEL RESTRAINED FLEXIBLE/REPAIR COUPLING A. Stainless steel restrained flexible repair couplings shall be compatible with the specified pipe material indicated on the plans. B. All SS restrained flexible repair couplings shall be constructed of 304 SS and be equipped with an internal EPDM gasket. C. If installed on potable water lines, all couplings shall be NSF 61 certified and rated to be installed on potable water systems. PART 3 -- EXECUTION 3.1 SERVICES OF SUPPLIER A. Piping shall be installed in accordance with the respective piping material Sections within Division 02 and 15. - END OF SECTION - Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-1 SECTION 15003 DUCTILE IRON PIPE, FITTINGS, AND VALVES PART 1 - GENERAL 1.1 THE REQUIREMENT A. Ductile iron pipe for water and other liquids shall be furnished in the sizes, classes, grades, or nominal thickness and joint types as specified herein or indicated on the Contract drawings. B. It shall be the responsibility of the CONTRACTOR to furnish and install all ductile iron piping systems specified herein and as shown on the Contract drawings. Each system shall be installed complete with all applicable fittings, flanges, hangers, supports, anchors, expansion joints, flexible connections, valves, wall castings, sleeves, and accessories to provide a functional system as specified. C. The CONTRACTOR shall be responsible for all insulation, lining and coating, piping identification, testing, cleaning, disinfecting, excavation, backfill and/or encasement specified herein or as shown on the Contract drawings. D. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor necessary to complete installation of ductile iron piping systems as shown on the Contract drawings and specified herein. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. Commercial Standards: ANSI/ASME B16.1 Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. ANSI/ASME B18.22.1 Plain Washers ANSI/AWWA C104/A21.4 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water ANSI/AWWA C110/A21.10 Ductile-Iron and Gray-Iron Fittings for Water ANSI/AWWA C111/A21.11 Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings ANSI/AWWA C115/A21.15 Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. ANSI/AWWA C150/A21.50 Thickness Design of Ductile-Iron Pipe ANSI/AWWA C151/A21.51 Ductile-Iron Pipe, Centrifugally Cast, for Water. ANSI/AWWA C153/A21.53 Ductile-Iron Compact Fittings for Water Service ANSI/AWWA C500 Metal-Seated Gate Valves for Water Supply Service ANSI/AWWA C504 Rubber-Seated Butterfly Valves ANSI/AWWA C507 Ball Valves, 6 In. Through 48 In Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-2 ANSI/AWWA C508 Swing-Check Valves for Waterworks Service, 2-in. Through 24 In ANSI/AWWA C509 Resilient-Seated Gate Valves for Water Supply Service ANSI/AWWA C600 Installation of Ductile-Iron Water Mains and Their Appurtenances ANSI/AWWA C606 Grooved and Shouldered Joints. ASTM A126 Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A193 Specification for Alloy-Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications ASTM A194 Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A276 Specification for Stainless Steel Bars and Shapes ASTM A395 Specification for Ferritic Ductile Iron Pressure-Retaining Castings for Use at Elevated Temperatures ASTM A536 Specification for Ductile Iron Castings ASTM B62 Specification for Composition Bronze or Ounce Metal Castings ASTM D698 Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D1557 Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort 1.3 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall submit complete shop drawings for approval in accordance with SUBMITTALS of the GENERAL REQUIREMENTS and as specified herein. B. Shop drawings shall include all ductile iron pipes, fittings, flanges, gaskets, couplers, hangers, supports, wall castings, sleeves, valves, and all required appurtenances indicated on the Contract drawings or as specified herein necessary to provide a complete, operable piping system as specified. C. The CONTRACTOR shall submit for review and approval complete piping lay-out drawings showing piping, fittings, couplers, hangers, supports, wall castings, sleeves, and all required appurtenances indicated on the Contract drawings or as specified herein necessary to provide a complete, operable piping system as specified. Layout drawings shall indicate all interfaces with other systems being installed which may cause interference with the piping system being installed. D. It is the responsibility of the CONTRACTOR to coordinate all work being performed and review all shop drawings to insure that no unnecessary interferences exist. E. The CONTRACTOR shall submit as part of the shop drawings for ductile iron piping a statement from the pipe manufacturer certifying that all pipes is being fabricated per the requirements of these specifications. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-3 1.4 QUALITY ASSURANCE A. Inspection of ductile iron pipe manufacturing, grooving, lining and coating shall be at the discretion of the INSPECTOR. B. All wall castings shall be shop inspected. C. The CONTRACTOR shall be responsible for providing access to manufacturing and/or fabricating facilities at all times when so requested by the INSPECTOR. D. Manufacturer shall perform Notched Charpy impact tests on at least one sample machined from the pipe wall during each hour to assure the desired toughness of the pipe. E. Manufacturer shall perform Hydrostatic testing on pipe in conformance with AWWA C151. F. Each pipe shall have clearly marked on each piece the words "DUCTILE IRON", the weight, class (nominal thickness) and the casting date. G. Each piece of grooved end pipe shall have the groove type (flexible or rigid) clearly marked on each end of the pipe. H. All valves shall be tested in accordance with manufacturer's recommendation and applicable AWWA/ANSI specifications. PART 2 – PRODUCTS 2.1 GENERAL REQUIREMENTS A. All pipes, fittings, flanges, and valves shall be carefully examined for cracks and other defects prior to shipment. All defective pipes, fittings, flanges, and valves shall be rejected and replaced. B. Lining: All pipes and fittings shall be cement lined per ANSI/AWWA C104/A21.4. C. Coating: All pipes, fittings, flanges, and valves shall be provided with coating in accordance with Division 09 – Finishes. D. Ductile iron piping systems shall have design temperature limit of 200 degree F, unless otherwise noted. E. Fasteners: All bolts, nuts, and washers shall be made of Type 316 stainless steel, unless otherwise noted. F. Insulating connections: Protection shall be provided at all dissimilar metal connections. 1. General: Insulating gaskets, sleeves, washers, bushings, unions, couplings, or flanges, as appropriate, shall be used for joining pipes of dissimilar metals, and for piping systems where corrosion control and cathodic protection are required regardless of whether or not shown on Contract drawings. 2. Material: Insulating connections shall be in accordance with the requirements of Section 15000 – Piping, General. 2.2 DUCTILE IRON PIPE A. General: Ductile iron pipe shall be manufactured in accordance with ANSI/AWWA C151/A21.51 and Cement Lined per ANSI/AWWA C104/A21.4. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-4 B. Thickness: Ductile iron pipe shall be provided in accordance with the thickness class listed below: PIPE SIZE MINIMUM THICKNESS CLASS 4" to 16" 53 18" 54 20" 55 24" and LARGER 56 1. Thickness complies with ANSI/AWWA C150/A21.50 for minimum pipe wall thickness for threaded flanges. 2.3 FITTINGS A. Fasteners: All bolts, nuts, and washers shall be made of Type 316 stainless steel, unless otherwise noted. B. Grooved and Shouldered Fittings 1. Sizes 4" - 36": Grooved Ductile Iron per ANSI/AWWA C606-06, Wall Thickness per ANSI/AWWA C110/A21.10 or C153/A21.53, Center-to-End dimensions per ANSI/AWWA C110/A21.10, Cement Lined per ANSI/AWWA C104/A21.4. PIPE SIZE MAX WORKING PRESSURE PSI 4" 500 6" - 8" 400 10" - 12" 350 14" - 18" 250 20" and LARGER 150 2. Couplings: Per ANSI/AWWA C606-06 with Buna-N Rubber Gasket. C. Mechanical or Push-on Joint Fittings 1. Only when specified or shown on Contract drawings, all ductile iron rubber gasket, push-on, or mechanical joint fittings shall be manufactured in accordance with ANSI/AWWA C110/A21.10. 2. Joints: Per ANSI/AWWA C111/A21.11 with Buna-N Rubber Gasket. 2.4 PIPE FLANGES A. Flanges 1. Sizes 4" - 48": Class 125 Flat Face, drilled per ANSI B16.1, Ductile Iron, Threaded, ANSI/AWWA C115/A21.15. B. Blind Flanges Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-5 1. Sizes 4" - 48": Class 125 Flat Face, drilled per ANSI B16.1, Ductile Iron. C. Gaskets 1. Sizes 4" - 48": Buna-N Rubber, 1/8" Thick, Full Face. D. Bolts 1. Studs: 316 Stainless Steel ASTM 193 Grade B8M. 2. Nuts: 316 Stainless steel ASTM 194 Grade 8M. 3. Washers: 316 Stainless Steel ANSI B18.22.1 4. Assemble with anti-seize compound. 2.5 VALVES A. General: 1. Valves with pneumatic, hydraulic, and electric motor operators and controls shall be in accordance with Division 17 – Instrumentation and Control of these specifications. 2. Valves with manual operators shall be as specified herein. B. Fasteners: All bolts, nuts, and washers shall be made of Type 316 stainless steel, unless otherwise noted. PART 3 – EXECUTION 3.1 HANDLING A. Pipe, fittings, and accessories shall be handled in a manner that will insure installation in sound, undamaged condition. B. Pipe and fittings with cement mortar or glass lining shall be handled with rubber covered hooks or other type of equipment to prevent damage to the cement lining. C. Bare fork lift arms, hooks, or chains shall not be inserted into open ends. D. Pipe and fittings in which the lining has been damaged shall be immediately removed from the job site and replaced. 3.2 STORAGE A. All pipe and fittings shall be stored off the ground. B. Pipe ends shall be covered to prevent foreign matter from entering the pipe during storage. C. Pipe shall be stacked using suitable lumber between rows to prevent damage to pipe. D. Any pipe that becomes damaged or unidentifiable due to improper storage shall be rejected and immediately removed from the job site. 3.3 REPAIR OF CEMENT MORTAR LINING A. When approved and witnessed by the INSPECTOR, small and readily accessible damaged areas of cement mortar lining may be repaired in conformance with ANSI/AWWA C104/A21.4 and the following: 1. Cut out the damaged lining to the metal, with square edges. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-6 2. Thoroughly wet the cut out area and adjoining lining. 3. With the damaged area cleaned and the adjoining lining wet, spread the mortar evenly over the area to be patched. 4. After the lining patch has become firm and adheres well to the surface, finish it with a wet 3" or 4" paint brush or similar soft bristle brush. 5. The repaired lining shall be kept moist by tying canvas wet burlap over the ends of the pipe or fitting for 24 hours. 6. After the lining patch is dry and hard, the asphaltic coating shall be replaced using approved coating material. B. Repair mortar shall be in conformance with ANSI/AWWA C104/A21.4 and the following formula: 1. Cement Mortar mix by volume: 3 parts Portland Cement 2 parts clean sand Necessary clean water for 5" to 8" slump 2. Sand shall be clean, free of clay, and screened through a No. 20 screen. 3.4 CUTTING PIPE A. Cutting of pipe shall be done in a neat manner, without damage to the pipe or the lining. B. Cuts shall be smooth, straight, and at right angles to the pipe axis. C. Pipe shall be cut using a portable guillotine saw, abrasive wheel "cut-off" saw, or milling cutter only. Use of gas torches for cutting pipe will not be permitted. D. Field cut holes for saddles shall be with mechanical cutters. Gas torch cutting will not be permitted. E. After cutting, the end of the pipe shall be dressed with a file or power grinder to remove all roughness and sharp edges. F. All damaged or removed cement mortar lining shall be repaired in accordance with Section 03300 – Cast-In- Place Concrete of these specifications. 3.5 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. B. Before jointing, all joint contact surfaces shall be wire brushed, wiped clean, and kept clean until jointing is completed. C. 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. D. When pipe installation is stopped, precautions shall be taken to prevent foreign material from entering the pipe. E. Prior to testing, the entire pipeline shall be flushed until the flushing water runs clear and clean. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-7 F. Cleaning for final acceptance shall be in conformance with Section 02515 – Pipeline Testing and Disinfection. 3.6 ALIGNMENT A. Piping shall be installed to the lines and grades indicated on the Contract drawings. B. Pipelines intended to be straight shall be laid straight Deflections from a straight line or grade shall not exceed the values stipulated in Table 5 of ANSI/AWWA C600, unless specially designed approved bells and spigots are provided. C. Batter boards, laser beam equipment, or survey shall be used in all pipe installations to maintain alignment and grade. D. Batter boards, if used, shall be erected at intervals not to exceed 25 feet. E. All pipe subgrades shall be determined and checked by survey. F. If laser equipment is used, periodic elevation measurements shall be made with survey equipment to verify accuracy of grade or elevation. If such measurements indicate thermal deflection of the laser due to differences between ground temperature and the air temperature within the pipe, steps shall be taken to prevent further thermal deflections. 3.7 AS-BUILT DRAWINGS A. The CONTRACTOR shall provide surveyed "as-built" drawings for all piping installed. B. "As-built" drawings shall be provided for buried pipe installations as well as pipe installed in tunnels, galleries, inside buildings, or above ground outside. C. For buried pipe installations, surveyed "as-built" shall include the elevation and location of pipe, valves, and all other pertinent information on the installation, as well as all existing piping or structures in the immediate area. D. For buried pipe installations, survey shall be taken of location and elevations of all piping installed prior to any encasement or backfill. E. For buried, encased piping, survey shall be taken both prior to encasement and after the encasement is in place. F. Drawings shall be forwarded to the ENGINEER for review and approval within five days after installation is completed. G. Progress payment will be withheld for all pipe installations for which "as-built" drawings are not received as specified. 3.8 LAYING PIPE A. Buried pipe shall be protected from lateral displacement by use of the specified pipe embedment and/or encasement. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-8 B. Under no circumstance shall pipe be laid in water. C. All pipes will be laid on native material unless otherwise indicated on the Contract drawings. D. All pipe subgrade shall be compacted to 95% of maximum density per ASTM D698, unless otherwise indicated on the Contract drawings. E. All subgrade shall have compaction tests taken and be approved by the INSPECTOR prior to pipe installation. F. 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 INSPECTOR, to prevent water from entering the pipe. G. All fresh potable/Industrial water piping shall be completely encased in blue concrete. No pipe will be encased prior to testing and without approval of the INSPECTOR. 3.9 FIELD JOINTS A. All joints in buried locations shall be grooved-end type "flexible" joints unless otherwise indicated in these specifications or on the Contract drawings. B. All joints of piping above ground outside, in tunnels, galleries, or inside buildings shall be grooved-end type "rigid" joints unless otherwise indicated in these specifications or on the Contract drawings. C. All buried ductile iron pipe joints shall be field coated with a minimum 12 mils of an approved thixotropic coal tar coating. The coating shall cover the entire joint, including fasteners. D. When specified or indicated on the Contract drawings, bells on flush mounted wall castings and wall sleeves shall be mechanical joint type with tapped holes for tie rods or stud bolts. E. When specified or indicated on the Contract drawings, all wall castings other than flush mounted castings and wall sleeves shall be standard mechanical joint flanged joints as indicated. F. Insulating Connections: All insulating connections shall be installed in accordance with manufacturer's printed instructions. Care shall be exercised to prevent damage to insulating fittings, while making up the joints. 3.10 GROOVED END JOINTS A. When specified or indicated on the Contract drawings, grooved end couplings shall be installed in accordance with AWWA C606 and the manufacturer's recommendations and instructions. B. Completed joints in piping above grade or within tunnels, galleries or buildings shall be rigid and shall not allow angular deflection or longitudinal movement. C. Completed joints in buried piping shall be flexible and shall allow limited angular deflection and longitudinal movement, in accordance with the coupling manufacturer's recommended tolerances. D. Except for closure pieces approved by the INSPECTOR, field grooving of pipe will not be permitted. 1. All field grooving allowed will be in strict accordance with AWWA C606. 2. Only grooving tools designed for cut-grooving of ductile iron pipe will be allowed for field grooving. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-9 Roll-grooving of field grooved pipe will not be allowed. 3. Cut-grooving tools shall be designed to be driven around a stationary pipe, shall have integral pipe stop to provide proper groove depth, and stops in the tool to provide proper dimension from the pipe end to the groove ("A" dimension). 4. Prior to beginning field grooving operations, the CONTRACTOR shall submit for approval the grooving tools intended for use. 5. All field grooving will be done in the presence of and approved by the INSPECTOR. E. The outside surface of the pipe between the groove and the pipe end shall be smooth and free from deep pits or swells. F. All rust, loose scale, oil, grease, and dirt shall be removed prior to installation of the coupler. G. Following installation and before backfill or encasement, all joints in buried piping shall be thoroughly coated with a minimum of 12 mils of approved coal tar coating. 1. Joints may be wrapped with a minimum of 40 mils of approved pipe tape wrap. 3.11 MECHANICAL JOINTS A. When specified or indicated on the Contract drawings, mechanical joints shall be carefully assembled in accordance with ANSI/AWWA C110/A21.10 and ANSI/AWWA C111/A21.11 and the manufacturer's recommendations. B. If effective seating is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. C. Bolts shall be uniformly tightened to the torque values listed in Appendix A of ANSI/AWWA C111/A21.11. D. Over tightening of bolts to compensate for poor installation will not be permitted. E. Holes in mechanical joints with tie rods shall be carefully aligned to permit installation of the tie rods. F. In flange and mechanical joint pieces, holes in the mechanical joint bells and the flanges shall straddle the top (or side for vertical piping) centerline. The top centerline shall be marked on each flange and mechanical joint piece at the foundry. G. Minimum Number of Tie Rods: PIPE SIZE OPERATING PRESSURE (PSI) 50 75 100 125 150 200 3", 4", 6" 2 2 2 2 2 2 8" 2 2 2 2 4 4 10" 2 4 4 4 4 6 12" 2 4 4 6 6 6 14" 4 6 6 8 8 10 16" 6 6 6 8 8 12 18" 6 6 8 10 10 Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-10 20" 8 10 10 10 12 24" 10 10 12 16 30" 6 8 10 12 14 18 36" 8 10 14 16 20 42" 6 8 12 14 16 22 48" 8 10 14 18 20 28 3.12 PUSH-ON JOINTS A. When specified or indicated on the Contract drawings, joints shall be installed in conformance with ANSI/AWWA C111/A21.11 and the pipe manufacturer's instructions and recommendations for proper jointing operations. B. All joint surfaces shall be properly lubricated with approved heavy vegetable soap solution immediately before the joint is completed. C. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean at all times. D. Each spigot end of the pipe shall be suitably beveled to facilitate assembly. 3.13 FLANGED JOINTS A. When specified or indicated on the Contract drawings, flanges shall conform to ANSI B16.1, B16.2, and B21.10. B. Bolts shall be tightened gradually and at a uniform rate to facilitate uniform gasket compression. C. Care shall be taken when connecting to pumping equipment to insure that pipe stresses are not transmitted to the pump flanges. D. All flanged piping connecting to pumping equipment shall be permanently supported so that accurate matching of bolt holes and uniform contact over the entire surface of abutting pump and piping flanges are obtained before the installation of any bolts in these flanges. E. Pump connection piping shall be free to move parallel to its longitudinal centerline while the bolts are being tightened. F. Each pump shall be leveled, aligned, and placed into position, but shall not be grouted until the initial fit-up and alignment of the pipe is completed. G. Each pump shall be grouted before final bolting of the connecting piping. 3.14 FLANGED COUPLING ADAPTERS A. When specified or indicated on the Contract drawings, flanged coupling adapters shall be installed in strict accordance with manufacturer's recommendations and instructions. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-11 3.15 MECHANICAL COUPLINGS A. When specified or indicated on the Contract drawings, mechanical couplings shall be installed in accordance with the manufacturer's recommendations and instructions. B. A space of at least 1/4", and not more than 1", shall be left between the pipe ends. C. All assembly bolts shall be uniformly tightened so that the coupling is free from leaks and all parts of the coupling are square and symmetrical with the pipe. D. Following installation of the coupling, damaged areas of shop coatings of the pipe and coupling shall be repaired to the satisfaction of the INSPECTOR. 3.16 WALL CASTINGS A. Unless otherwise specified or indicated on the Contract drawings, wall castings shall be provided where ductile iron pipe passes through concrete walls. B. Where a flange and mechanical joint piece is to connect to a mechanical joint wall casting, the bolt holes in the bell of the wall casting shall straddle the top (or side for vertical piping) center line of the casting and shall align with the bolt holes in the flange and mechanical joint piece. The top center line shall be marked on the wall casting at the foundry. 3.17 WALL SLEEVES A. Wall sleeves are to be provided where ductile iron pipe passes through concrete floors and where otherwise specified or indicated on the Contract drawings. B. Wall sleeves are to be sealed using modular casing seals ("link seals") and approved caulking on both sides of the floor penetration. 3.18 REDUCERS A. Reducers, adjacent to flow meters and pumps or in other locations as specified or indicated on the Contract drawings, shall be eccentric pattern, installed with the straight side on top so that air traps are not formed. All other reducers shall be concentric pattern. 3.19 OUTLETS A. Where a 12" or smaller branch outlet is specified or indicated on the Contract drawings, and the diameter of the line pipe is at least twice the diameter of the branch, either a tee or factory welded-on boss shall be used. B. Connections of gauges to 6" and smaller pipe shall be made using a tee complete with blind flange drilled and tapped to accept the gauge piping specified. C. Connections of gauges to 8" and larger piping shall be made by means of a factory welded-on boss. D. Tapping saddles shall be used for "hot taps" in specified instances or as shown on the Contract drawings. 1. Use of tapping saddles must be approved in writing by the ENGINEER prior to use in every instance. 3.20 CONNECTIONS TO EXISTING PIPING Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-12 A. Connections between new work and existing piping shall be made using fittings submitted and approved by the ENGINEER for each separate condition encountered. B. Each connection to existing pipe shall be made at a time and under conditions which will least impact normal plant operations, and as authorized in writing by the ENGINEER. C. The CONTRACTOR is responsible for making provisions for cutting of existing pipe when necessary, using approved mechanical means. Flame cutting of pipe will not be allowed. D. The CONTRACTOR is responsible for making provisions for dewatering existing lines and for disposal of water from the dewatering operation. E. Prior to construction, the CONTRACTOR shall submit for review and approval detailed procedures for pressure testing and the making of final connections to existing lines. F. When connecting to existing fresh (Potable/Industrial) water lines, all new piping and fittings shall be cleaned and disinfected prior to making the connection. 1. Provisions shall be made to prevent any cross-connection and contamination of existing lines. 2. Trench water, mud, or other contaminants shall not be allowed to enter the lines. G. The CONTRACTOR is responsible for disinfection and chlorination of all fresh (Potable/Industrial) water lines after connections are made in conformance with these specifications. 3.21 CONCRETE ENCASEMENT A. All fresh (Potable/Industrial) water piping shall be encased in blue concrete, per the detail in the Contract drawings. B. All other pipe encasement shall be installed where indicated on the Contract drawings, per the detail in the Contract drawings. C. Concrete and reinforcement for encasement shall be as specified in the Section 03300 – Cast-in-Place Concrete. D. All pipes to be encased shall be suitably supported and blocked in proper position. E. All pipes to be encased shall be anchored to prevent floating. F. All pipes to be encased shall be tested as specified and the INSPECTOR will approve the pipe installation prior to encasement. 3.22 REACTION ANCHORAGE A. All buried piping shall have thrust blocks placed at all changes of direction, tees, y-branches, valves, and at ends of pipe runs. B. All piping with mechanical couplings or mechanical joints subject to internal pressure shall be anchored to prevent separation of joints. C. All mechanical joint tees, y-branches, bends deflecting 22-1/2 degrees or more, and plugs which are installed in piping shall be provided with approved retainer glands. Ductile Iron Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15003-13 D. When placing thrust blocks, the concrete shall extend from the pipe to solid, undisturbed earth, and all joints shall remain accessible for repair. E. The dimensions of all concrete blocking shall be as indicated on the Contract drawings, or as directed by the INSPECTOR to accommodate field conditions. F. If adequate support against undisturbed earth cannot be obtained, metal harness anchorages shall be provided. 1. Metal harness anchorages shall consist of steel rods extending across the joint and securely anchored to the pipe. G. All reaction anchorage and/or seismic anchorage shall be installed prior to pressure testing of any pipe. H. Seismic anchorage for piping installed above ground outside, inside tunnels, galleries, or buildings shall be in conformance with the California Building Code. 3.23 PRESSURE AND LEAKAGE TESTING A. All pipe installations shall be hydrostatically tested for a period of two hours at pressure specified. B. All pressure testing shall be done in the presence of, and approved by, the INSPECTOR. C. All pipe supports and reaction anchorage/seismic anchorage must be installed prior to pressure testing. 1. Buried pipe may be center-loaded to preclude movement prior to testing. D. The high point of all pipe installed shall be vented. E. All leaking piping must be completely retested following repairs of leaks. F. Acceptable leakage is zero. G. 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. H. Testing against valves will not be permitted. All sections of pipe to be tested must be blind-flanged. I. All pipelines tested shall be approved by the INSPECTOR, and a Pipeline Test Report completed for each test. 3.24 DISINFECTION A. Disinfection of ductile iron pipe shall be performed in conformance with Section 02515 – Pipeline Testing and Disinfection. 3.25 VALVE INSTALLATION AND TESTING A. Installation and field testing of valves shall be performed in accordance with manufacturer's recommendations, AWWA Standards, and the applicable provisions of Section 15200 – Valves, General. B. All field testing shall be witnessed and approved by the INSPECTOR. - END OF SECTION - Copper Tubing and Brass Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15004-1 SECTION 15004 COPPER TUBING AND BRASS PIPE, FITTINGS, AND VALVES PART 1 - GENERAL 1.1 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. B. This Section covers furnishing and installing copper tubing and brass pipeline, fittings, flanges, and valves, complete, in place, in accordance with the requirements of the Contract Documents. 1.2 EFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ASTM B43 Specification for Seamless Red Brass Pipe, Standard Sizes ASTM B62 Specification for Composition Bronze or Ounce Metal Castings ASTM B88 Specification for Seamless Copper Water Tube ASTM B280 Standard Specification for Seamless Copper Tube for Air Conditioning and Refrigeration Field Service 1.3 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. Shop Drawings: The CONTRACTOR shall submit shop drawings of pipe, fittings, flanges, valves, and appurtenances. C. Certifications: The CONTRACTOR shall furnish a certified affidavit of compliance for all pipe and other products or materials furnished under this Section of the Specifications, as specified in the referenced standards and the following supplemental requirements: 1. Hydrostatic proof test reports. 2. Sustained pressure test reports. 3. Burst strength test reports. 1.4 QUALITY ASSURANCE A. The CONTRACTOR shall comply with the provisions of this specification, Section 15610 – Piping General, and all other applicable sections of this specification, standards, codes, and regulations. Copper Tubing and Brass Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15004-2 PART 2 - PRODUCTS 2.1 RED BRASS PIPE A. Iron Pipe Size Brass Pipe shall be per ASTM B43, Red Brass, Regular Weight. B. Fittings shall be per ANSI B16.15, Class 125. C. Unions shall be per Federal Spec WW-U-516, Class 125. 2.2 COPPER TUBING A. Copper Tubing shall be per ASTM B88, Type K, seamless water tubing. 1. Annealed for buried applications. 2. Hard drawn for above ground and gallery piping applications. 3. Wall thickness for ½” tubing shall be 0.049” minimum. 4. Wall thickness for 3/4” to 1” tubing shall be 0.065” minimum. 5. Wall thickness for 1½” to 2 ½” tubing shall be 0.083” minimum. 6. Wall thickness for 3” tubing shall be 0.109” minimum. B. Copper tubing for air conditioning, condensate drains, and refrigeration field service shall be per ASTM B280. C. Flared Fittings shall be per ANSI B16.26. D. Solder Joint Fittings shall be per ANSI B16.18 OR B16.22. E. Insulating Fittings shall conform to the following: 1. Threaded: Dielectric steel pipe nipple, ASTM A53 Schedule 40, polypropylene lined, zinc plated. 2. Flanged: EPCO "Dielectric Flange Unions", Central Plastics "Insulating Flange Unions", or equal F. Compression Joint Fittings shall be Brass. G. Pipe nipples for ½” to 2” size shall be IPS Brass pipe with threaded ends. H. Fittings for ½” to 3” size shall be wrought copper or bronze solder joint tube. I. Solder shall be solid wire, lead free, ASTM B32, Alloy Grade, 95 percent tin and 5 percent antimony. For oxygen service, joints shall be silver soldered. J. Soldering Flux shall be paste type, Federal Spec 0-F-506, Type I, Form A. K. Brazing Filler Metal shall be per AWS A5.8, BCuP-5. L. Brazing Flux shall be paste type, Federal Spec O-F-499, Type B. M. Flanges shall conform to ANSI B16.24, Class 150, Cast Bronze, Brazed Joint. N. Flange nuts and bolts shall be Type 316 Stainless Steel with insulating kits. Copper Tubing and Brass Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15004-3 2.3 PIPE FLANGES A. Flanges for 3” size shall be Class 150# threaded bronze ASTM B62. B. Flanged coupling adaptors for 3” size shall be wrought copper or bronze solder tube x threaded joint. C. Gaskets shall be as ASTM D1330, Grade 1; red rubber with 1/8” minimum thickness. D. Bolts 1. Studs: 316 Stainless Steel ASTM 193 Grade B8M. 2. Nuts: 316 Stainless steel ASTM 194 Grade 8M. 3. Washers: 316 Stainless Steel ANSI B18.22.1 4. Assemble with anti-seize compound. 2.4 VALVES A. Ball Valves 1. Sizes 1/2" - 3": a. Class: 400 Solder Joint b. Style: Regular port c. Body: Bronze ASTM B584 Alloy 844 d. Ball: Brass e. Seat: Reinforced TFE f. Stem: Brass g. Operator: Lever PART 3 - EXECUTION 3.1 GENERAL A. All laying, jointing, testing for defects and for leakage shall be performed in the presence of the INSPECTOR, and shall be subject to his approval before acceptance. All material found during the progress to have defects will be rejected and the CONTRACTOR shall promptly remove such defective materials from the site of the work. B. Gaskets for Flanged Joints: Gaskets shall be in accordance with the requirements of Section 15000 – Piping, General. C. Insulating Connections: All insulating connections shall be installed in accordance with manufacturer's printed instructions. Care shall be exercised to prevent damage to insulating fittings, while making up the joints. 3.2 HANDLING AND STORAGE A. Handling: Pipe, fittings and accessories shall be carefully inspected before and after installation and those found defective shall be rejected. Pipe and fittings shall be free from fins and burrs. Before being placed in position, pipe, fittings, and accessories shall be cleaned, and shall be maintained in a clean condition. B. Storage: Pipe should be stored, if possible, at the job site in unit packages provided by the manufacturer. Copper Tubing and Brass Pipe, Fittings, and Valves 50th Street Water Main Replacement Page 15004-4 Caution should be exercised to avoid compression damage or deformation to bell ends of the pipe. Pipe should be stored in such a way as to prevent sagging or bending and protected from exposure to direct sunlight by covering with an opaque material while permitting adequate air circulation above and around the pipe. Gaskets should be stored in a cool, dark place out of the direct rays of the run, preferably in original cartons. 3.3 PROTECTIVE COATING A. Protective coating shall be provided in accordance with the requirements of Section 09800 – Special Coating. - END OF SECTION - Piping Identification and Signage Systems 50th Street Water Main Replacement Page 15005-1 SECTION 15005 PIPING IDENTIFICATION AND SIGNAGE SYSTEMS PART 1 – GENERAL 1.1 THE REQUIREMENT A. Provide safety signs and identification devices for all exposed piping and valves using color bands, lettering, flow direction arrows, and related permanent identification devices, and all appurtenant works, in accordance with the Contract Documents. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards: ANSI A13.1 Scheme for the Identification of Piping Systems 1.3 SUBMITTALS A. Submit samples of all types of identification devices and signs to be used in the work. B. All submittals shall be in strict accordance with the requirements of Section 01300 –Submittals. 1.4 QUALITY ASSURANCE A. Manufacturer and model shall be described on the Drawings or Engineer approved equal. B. The manufacturer shall provide a 2-year equipment warranty. PART 2 – PRODUCTS 2.1 IDENTIFICATION OF PIPING A. Identification of all exposed pipe shall be accomplished by color-coding with bands or painting of the pipe and by lettering as specified in Part 3, herein. Color bands shall either be painted directly upon the pipe or shall be pressure-sensitive adhesive-backed vinyl cloth or plastic tape. B. Each pipe identification shall consist of two color-coded bands, a printed label identifying the name of the pipe, and a flow arrow to indicate direction of flow in the pipe. All labels shall be preprinted on pressure- sensitive adhesive-backed vinyl cloth or plastic tape. Arrows shall be die-cut of the same type of material as the labels. Arrows and labels may be stenciled on the pipes at the discretion of the Engineer. C. Letter sizes and colors for lettering, arrows and background shall conform to ANSI A13.1. 2.2 IDENTIFICATION OF VALVES AND SHORT PIPE LENGTHS A. Identifying devices for valves and the sections of pipe that are too short to be identified with color bands, lettered labels, and arrows shall be identified with metal or plastic tags as specified herein. B. Metal tags shall be supplied with embossed lettering. Plastic tags shall be of solid black phenolic with white letters. All tags shall be designed to be attached, by chain, to the valves or short pipes. 2.3 SAFETY SIGNS A. Color, legend and layout shall conform to OSHA 1910.145 requirements. B. “DANGER” Signs: Two-inch high white letters “Danger” in red oval surrounded by a rectangular Piping Identification and Signage Systems 50th Street Water Main Replacement Page 15005-2 black field. Text wording 1½-inch high black capital letters on white field. C. “CAUTION” Signs: Two-inch high yellow letters on black field. Text wording 1½-inch high black capital letters on yellow field. D. Chemical Precaution Signs: 1. In accordance with ANSI Z129.1 2. 12-inch x 14-inch 3. Made to withstand most chemicals. Special ink for printing to be absorbed into sign surface. Ultraviolet inhibitors and clear face coating for resisting fading and scratching. Semi-rigid linear polyethylene. PART 3 –EXECUTION 3.1 GENERAL A. All labels and identification tags shall be installed in accordance with the manufacturer's printed instructions, and shall be neat and uniform in appearance. All such tags or labels shall be readily visible from all normal working locations. 3.2 VALVE TAGS A. Valve tags shall be attached to the valve or structure by means of a chain. 3.3 PIPE IDENTIFICATION A. Each pipe shall be identified at intervals of 30-feet, and at least one time in each room. Piping shall also be identified at a point approximately within 2-feet of all turns, elbows, valves and on the upstream side of all distribution fittings or branches. B. Pipe identification shall consist of 2 elements, i.e., a lettered label, and a directional label. 3.4 IDENTIFICATION SCHEDULE A. Application of identifying devices shall conform to the following color codes in Table in Section 09800 – Special Coatings, Part 3.6 of these specifications. - END OF SECTION - Pipe Supports 50th Street Water Main Replacement Page 15006-1 SECTION 15006 PIPE SUPPORTS PART 1 – GENERAL 2.1 THE REQUIREMENT A. Provide pipe supports, hangers, guides, and anchors, complete, in accordance with the Contract Documents. 2.2 SUBMITTALS A. Submittals shall be in accordance with Section 01300 – Submittals. B. Shop Drawings shall include the following information: 1. Drawings of pipe supports, hangers, anchors and guides 2. Calculations for special supports and anchors. PART 2 – PRODUCTS 2.1 GENERAL REQUIREMENTS A. Code Compliance: All piping systems and pipe connections to equipment shall be properly anchored and supported to prevent undue deflection, vibration, dislocation due to line pressures, and stresses on piping, equipment and structures. All supports and parts thereof shall conform to the requirements of ANSI/ASME B31.1 - Power Piping, except as supplemented or modified below. Supports for plumbing piping shall be in accordance with the latest edition of the applicable plumbing code or local administration requirements. B. Structural Members: Wherever possible, pipes shall be supported from structural members. Where it is necessary to frame structural members between existing members, such supplementary members shall be provided. All supplementary members shall be in accordance with the requirements of the building code and the American Institute of Steel Construction. C. Pipe Hangers: Pipe hangers shall be capable of supporting the pipe in all conditions of operation, allowing free expansion and contraction of the piping, and preventing excessive stress on equipment. All hangers shall have a means of vertical adjustment after erection. Hangers shall be designed to prevent becoming disengaged by any movement of the supported pipe. Hangers subject to shock or thrust imposed by the actuation of safety valves, shall include hydraulic shock suppressors. All hanger rods shall be subject to tensile loading only. D. Hangers Subject to Horizontal Movements: At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit such movement. Where horizontal pipe movement is greater than 1/2-inch, or where the hanger rod deflection from the vertical is greater than 4 degrees from the cold to the hot position of the pipe, the hanger rod and structural attachment shall be offset in such a manner that the rod is vertical in the hot position. E. Spring-Type Hangers: Spring-type pipe hangers shall be provided for piping subject to vibration or vertical expansion and contraction, such as engine exhausts and similar piping. All spring-type hangers shall be sized to the manufacturer's printed recommendations and the loading conditions encountered. Variable spring supports shall be provided with means to limit misalignment, buckling, eccentric loading, or to prevent overstressing of the spring, and with means to indicate at all times the compression of the spring. Supports shall be capable of accommodating at least 4 Pipe Supports 50th Street Water Main Replacement Page 15006-2 times the maximum travel due to thermal expansion. F. Thermal Expansion: Wherever expansion and contraction of piping is expected, a sufficient number of expansion loops or joints shall be provided, together with the necessary rolling or sliding supports, anchors, guides, pivots, and restraints permitting the piping to expand and contract freely in directions away from the anchored points. All components shall be structurally suitable to withstand all loads imposed. G. Heat Transmission: Supports, hangers, anchors, and guides shall be so designed and insulated, that excessive heat will not be transmitted to the structure or to other equipment. H. Riser Supports: Where practical, risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. I. Freestanding Piping: Free-standing pipe connections to equipment such as chemical feeders and pumps shall be firmly attached to steel frames fabricated from angles, channels, or I-beams anchored to the structure. Exterior, free-standing overhead piping shall be supported on fabricated pipe stands consisting of pipe columns anchored to concrete footings, with horizontal, welded steel angles and U-bolts or clamps securing the pipes. J. Materials of Construction: 1. General: All pipe support assemblies, including framing, hardware, and anchors, shall be steel construction, galvanized after fabrication, unless otherwise indicated. 2. Submerged Supports: All submerged piping, as well as piping, conduits, and equipment in hydraulic structures within 24 inches of the water level, shall be supported with support, assemblies, including framing, hardware, constructed of Type 304 stainless steel, unless otherwise indicated. All bolts and nuts shall be 316 stainless steel conforming to ASTM A 193, Grade B8M, for bolts and ASTM A 194, Grade 8M, for nuts. K. Point Loads: Any meters, valves, heavy equipment, and other point loads on PVC, FRP, and other plastic pipes, shall be supported on both sides, according to manufacturer's recommendations to avoid undue pipe stresses and failures. To avoid point loads, all supports on PVC, FRP, and other plastic piping shall be equipped with extra wide pipe saddles or galvanized steel shields. L. Noise Reduction: To reduce transmission of noise in piping systems, all copper tubes in buildings and structures shall be wrapped with a 2-inch wide strip of rubber fabric or similar, suitable material at each pipe support, bracket, clip, or hanger. 2.2 SUPPORT SPACING A. Supports for piping with the longitudinal axis in approximately a horizontal position shall be spaced to prevent excessive sag, bending, and shear stresses in the piping, with special consideration given where components such as flanges and valves impose concentrated loads. Pipe support spacing shall not exceed the maximum spans in the tables below. For temperatures other than ambient temperatures, or those listed, and for other piping materials or wall thicknesses, the pipe support spacing shall be modified in accordance with the pipe manufacturer's recommendations. Vertical supports shall be provided to prevent the pipe from being overstressed from the combination of all loading effects. Pipe Supports 50th Street Water Main Replacement Page 15006-3 1. Support Spacing for Schedule 40 and Schedule 80 Steel Pipe: Nominal Pipe Diameter (inches) Maximum Span (feet) ½6 ¾ and 1 8 1¼ to 2 10 3 12 4 14 6 17 8 and 10 19 12 and 14 23 16 and 18 25 20 and greater 30 2. Support Spacing for Welded Fabricated Steel Pipe: The support spacing shall be designed so that the stress on the pipe does not exceed 5,000 psi. Maximum deflection of pipe shall be limited to 1/360th of the span and shall be calculated by using the formula: L = (7500tD/ (32t+D)) 1/2 Where: t = Thickness (inches) D = Diameter (inches) L = Maximum span (feet) 3. Support Spacing for Ductile-Iron Pipe: Nominal Pipe Diameter (inches) Maximum Span (feet) All Diameters Two supports per pipe length or 10 feet (one of the 2 supports located at joint) 4. Support Spacing for Copper Tubing: Nominal Pipe Diameter (inches) Maximum Span (feet) ½ to 1½ 6 2 to 4 10 6 and greater 12 5. Support Spacing for Schedule 40 or 80 PVC Pipe: Nominal Pipe Diameter (inches) Maximum Span (at 100 degrees F) (feet) ½4 3/4 4 1 5 1¼ 5 Pipe Supports 50th Street Water Main Replacement Page 15006-4 Nominal Pipe Diameter (inches) Maximum Span (at 100 degrees F) (feet) 1½ 5 2 6 3 7 4 8 6 10 8 11 10 12 12 13 2.3 MANUFACTURED SUPPORTS A. Stock Parts: Where not specifically indicated, designs which are generally accepted as exemplifying good engineering practice and use stock or production parts, shall be utilized wherever possible. Such parts shall be locally available, new, of best commercial quality, designed and rated for the intended purpose. B. Manufacturers or Equal: 1. TOLCO Inc. 2. Bergen-Paterson Pipe Support Corp., Woburn, MA; 3. Grinnell Corp. (Supply Sales Company), Cranston, RI; 4. NPS Products, Inc., Westborough, MA; 5. Power Piping Company, Pittsburgh, PA. 6. ZSI 7. Engineer approved equal. 2.4 COATING A. Galvanizing: Unless otherwise indicated, all fabricated pipe supports other than stainless steel or non-ferrous supports shall be blast-cleaned after fabrication and hot-dip galvanized in accordance with ASTM A 123 - Specifications for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. B. Other Coatings: Other than stainless steel or non-ferrous supports, all supports shall receive protective coatings in accordance with the requirements of Section 09800 - Protective Coating. PART 3 – EXECUTION 3.1 INSTALLATION A. General: All pipe supports, hangers, brackets, anchors, guides and inserts shall be fabricated and installed in accordance with the manufacturer's printed instructions and ANSI/ASME B31.1 - Power Piping. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. Pipe Supports 50th Street Water Main Replacement Page 15006-5 B. Appearance: Pipe supports and hangers shall be positioned to produce an orderly, neat piping system. All hanger rods shall be vertical, without offsets, unless noted otherwise. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or roofs as possible, without interference with other work. 3.2 FABRICATION A. Quality Control: Pipe hangers and supports shall be fabricated and installed by experienced welders and fitters, using the best welding procedures available. Fabricated supports shall be neat in appearance without sharp corners, burrs, and edges. - END OF SECTION - Valves, General 50th Street Water Main Replacement Page 15200-1 SECTION 15200 VALVES, GENERAL PART 1 - GENERAL 1.1 THE REQUIREMENT A. Furnish and install all valves, actuators, and appurtenances, complete and operable, in accordance with the Contract Documents. These specifications shall not apply to valves, actuators, and appurtenances to be provided by process equipment vendors as part of process systems or equipment already approved by the ENGINEER. B.ALL VALVES INSTALLED ON POTABLE WATER LINES SHALL BE NSF 61 CERTIFIED AND RATED TO BE INSTALLED ON POTABLE WATER SYSTEMS. C. The requirements of Section 11000 - Equipment General Provisions, apply to the WORK of this Section. D. The provisions of this Section shall apply to all valves and valve actuators except where otherwise indicated. Valves and actuators in particular locations may require a combination of units, sensors, limit switches, and controls indicated in other Sections of the Specifications. E. Where a valve is to be supported by means other than the piping to which it is attached, the CONTRACTOR shall obtain from the valve manufacturer a design for support and foundation that satisfies the criteria in Section 11000. The design, including drawings and calculations sealed by an engineer, shall be submitted with the Shop Drawings. When the design is approved, the support shall be provided. F. Unit Responsibility: A single manufacturer shall be made responsible for coordination of design, assembly, testing, and furnishing of each valve; however, the CONTRACTOR shall be responsible for compliance with the requirements of each valve section. Unless indicated otherwise, the responsible manufacturer shall be the manufacturer of the valve. G. Single Manufacturer: Where two or more valves of the same type and size are required, the valves shall be furnished by the same manufacturer. 1.2 SUBMITTALS A. General: Submittals shall be furnished in accordance with Section 01300 – Submittals. B. Shop Drawings: Shop Drawings shall contain the following information: 1. Valve name, size, Cv factor, pressure rating and identification number (if any). 2. Complete information on valve actuator, including size, Manufacturer, model number, limit switches, and mounting. 3. Cavitation limits for all control valves. 4. Assembly drawings showing part nomenclature, materials, dimensions, weights, and relationships of valve handles, handwheels, position indicators, limit switches, integral control systems, needle valves, and control systems. C. Technical Manual: The Technical Manual shall contain the required information for each valve. D. Spare Parts List: A Spare Parts List shall contain the required information for each valve assembly, where indicated. Valves, General 50th Street Water Main Replacement Page 15200-2 1.3 QUALITY ASSURANCE A. Valve manufacturer and model shall be as described in the Drawings or Engineer approved equal. 1.4 SPARE PARTS A. The CONTRACTOR shall furnish the required spare parts suitably packaged and labeled with the valve name, location, and identification number. The CONTRACTOR shall also furnish the name, address, and telephone number of the nearest distributor for the spare parts of each valve. Spare parts are intended for use by the OWNER after expiration of the correction of defects period. PART 2 -- PRODUCTS 2.1 PRODUCTS A. General: Valves and gates shall be new and of current manufacture. Shut-off valves 6-inches and larger shall have actuators with position indicators. Buried valves shall be provided with valve boxes and covers containing position indicators and valve extensions. Manual shut-off valves mounted higher than 7-feet above working level shall be provided with chain actuators. Valves with no clear way to determine position shall be provided with position indicators. Stem extensions shall be provided on valves where operation of the valve cannot be easily accomplished from ground level. B. Valve Actuators: Unless otherwise indicated, valve actuators shall be in accordance with Section 15201 - Valve and Gate Actuators and Section 15135 - Electric Actuators. C. Valve Labeling: A label shall be provided on all shut-off valves and control valves except for hose bibs. The label shall be of 1/16-inch plastic or steel, minimum 2 inches by 4 inches in size, as indicated in Section 15005 - Piping Identification Systems, and shall by permanently attached to the valve or on the wall adjacent to the valve as directed by the ENGINEER. D. Valve Testing: As a minimum, unless otherwise indicated or recommended by the ENGINEER, valves 3 inches in diameter and smaller shall be tested in accordance with manufacturer's standard and 4 inches in diameter and larger shall be factory tested as follows: 1. Hydrostatic Testing: Valve bodies shall be subjected to internal hydrostatic pressure equivalent to twice the water rated pressure of the valve. Metallic valves rating pressures shall be at 100 degrees F and plastic valves shall be 73 degrees, or at higher temperature according to type of material. During the hydrostatic test, there shall be no leakage through the valve body, end joints, or shaft seals, nor shall any part of the valve be permanently deformed. The duration shall be sufficient time to allow visual examination for leakage. Test duration shall be at least 10 minutes. 2. Seat Testing: Valves shall be tested for leaks in the closed position with the pressure differential across the seat equal to the water rated pressure of the valve. The duration of test shall be sufficient time to allow visual examination for leakage. Test duration shall be at least 10 minutes. Leakage past the closed valve shall not exceed 1 fluid ounce per hour per inch diameter for metal seated valves and drop-tight for resilient seated valves. 3. Performance Testing: All valves shall be shop operated from fully closed to fully open position and reverse under no-flow conditions in order to demonstrate the valve assembly operates properly. E. Valve Marking: Valve bodies shall be permanently marked in accordance with MSS SP25 - Standard Marking Systems for Valves, Fittings, Flanges, and Unions. Valves, General 50th Street Water Main Replacement Page 15200-3 2.2 MATERIALS A. General: Materials shall be suitable for the intended application. Materials not indicated shall be high-grade standard commercial quality, free from defects and imperfections that might affect the serviceability of the product for the purpose for which it is intended. Unless otherwise indicated, valve and actuator bodies shall conform to the following requirements: 1. Cast Iron: Close-grained gray cast iron, conforming to ASTM A 48 - Gray Iron Castings, Class 30, or to ASTM A 126 - Gray Iron Castings for Valves, Flanges and Pipe Fittings. 2. Ductile Iron: ASTM A 536 - Ductile Iron Castings, or to ASTM A 395 - Ferritic Ductile Iron Pressure-Retaining Castings for Use at Elevated Temperatures. 3. Steel: ASTM A 216 - Steel Castings, Carbon Suitable for Fusion Welding for High-Temperature Service, or to ASTM A 515 - Pressure Vessel Plates, Carbon Steel, for Intermediate- and Higher- Temperature Service. 4. Bronze: ASTM B 62 - Composition Bronze or Ounce Metal Castings, and valve stems not subject to dezincification shall conform to ASTM B 584 - Copper Alloy Sand Castings for General Applications. 5. Stainless Steel: Stainless steel valve and operator bodies and trim shall conform to ASTM A 351 - Steel Castings, Austenitic, for High-Temperature Service, Grade CF8M, or shall be Type 304 or 316 stainless steel. 6. PVC: Poly Vinyl Chloride materials for valve body, flanges, and cover shall conform to Cell Classification 12454. 7. CPVC: Chlorinated Poly Vinyl Chloride materials for valve body, flanges, and cover shall conform to Cell Classification 23447. 8. NSF Standard 14: All materials shall be listed for use in contact with potable water. F. Bodies: Valve bodies shall be cast, molded (in the case of plastic valves), forged, or welded of the materials indicated, with smooth interior passages. Wall thicknesses shall be uniform in agreement with the applicable standards for each type of valve, without casting defects, pinholes, or other defects that could weaken the body. Welds on welded bodies shall be done by certified welders and shall be ground smooth. Valve ends shall be as indicated, and be rated for the maximum temperature and pressure to which the valve will be subjected. G. Bonnets: Valve bonnets shall be clamped, screwed, or flanged to the body and shall be of the same material, temperature, and pressure rating as the body. The bonnets shall have provision for the stem seal with the necessary glands, packing nuts, or yokes. Below grade valves with above grade worm gear drives/handwheels or electric actuators shall include extended bonnets for mating up to the worm gear drives/handwheel or electric actuator. H. Stems: Valve stems shall be of the materials indicated, or, if not indicated, of the best commercial material for the specific service, with variable stem packing, O-rings, Chevron V-type packing, or other suitable seal. Where subject to dezincification, bronze valve stems shall conform to ASTM B 62, containing not more than 5 percent of zinc or more than 2 percent of aluminum, with a minimum tensile strength of 30,000 psi, a minimum yield strength of 14,000 psi, and an elongation of at least 10 percent in 2 inches. Where dezincification is not a problem, bronze conforming to ASTM B 584 may be used, except that zinc content shall not exceed 16 percent. I. Stem Guides: Stem guides shall be provided, spaced 10-feet on centers unless the manufacturer can demonstrate by calculation that a different spacing is acceptable. Submerged stem guides shall be 304 stainless steel. J. Internal Parts: Internal parts and valve trim shall be as indicated for each individual valve. Where not indicated, valve trim shall be of Type 316 stainless steel or other best suited material. Valves, General 50th Street Water Main Replacement Page 15200-4 K. Nuts and Bolts: Nuts and bolts on valve flanges and supports shall be in accordance with Section 05500 - Miscellaneous Metalwork. L. Coatings: Valve coatings shall be in accordance with section 09800 - Special Coatings or as recommended by the valve manufacturer. M. Environment: Submerged valves shall be of stainless steel construction as recommended by the valve manufacturer or as approved by the ENGINEER. 2.3 VALVE ACCESSORIES A. Valves shall be furnished complete with the accessories required to provide a functional system. PART 3 -- EXECUTION 3.1 VALVE INSTALLATION A. General: Valves, actuating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the Manufacturer's written instructions and as indicated. Gates shall be adequately braced to prevent warpage and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe. B. Access: Valves shall be installed with easy access for actuation, removal, and maintenance and to avoid interference between valve actuators and structural members, handrails, or other equipment. C. Valve Accessories: Where combinations of valves, sensors, switches, and controls are indicated, the CONTRACTOR shall properly assemble and install such items so that systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on Shop Drawing submittals. - END OF SECTION - Valve and Gate Actuators 50th Street Water Main Replacement Page 15201-1 SECTION 15201 VALVE AND GATE ACTUATORS PART 1 – GENERAL 1.1 THE REQUIREMENT A. Provide all valve and gate actuators and appurtenances, complete and operable, in accordance with the Contract Documents. B. The provisions of this Section shall apply to all valves and gates, except where otherwise indicated in the Contract Documents. C. Single Manufacturer: Where two or more valve or gate actuators of the same type or size are required, the actuators shall all be produced by the same Manufacturer. 1.2 SUBMITTALS A. General: Submittals shall be furnished in accordance with Section 01300 – Submittals and Section 15200 - Valves, General. The shop drawing shall substantiate compliance with the Contract Documents requirements. B. Shop Drawings: Shop Drawings of all actuators shall be submitted together with the valve and gate submittals as a complete package. PART 2 – PRODUCTS 2.1 GENERAL A. General: Unless otherwise indicated, all shut-off and throttling valves, and externally actuated valves and gates, shall be provided with manual or power actuators. All actuators shall be complete and operable with mounting hardware, motors, gears, controls, wiring, solenoids, hand wheels, levers, chains, and extensions, as applicable. All actuators shall be capable of holding the valve in any intermediate position between fully open and fully closed without creeping or fluttering. B. Manufacturers: Where indicated, certain valves and gates may be provided with actuators manufactured by the valve or gate Manufacturer. Where actuators are furnished by different manufacturers, coordinate selection to have the fewest number of manufacturers possible. C. Materials: All actuators shall be current models of the best commercial quality materials and liberally sized for the maximum expected torque. All materials shall be suitable for the environment in which the valve or gate is to be installed. D. Mounting: All actuators shall be securely mounted by means of brackets or hardware specially designed and sized for this purpose and of ample strength. The word "open" shall be cast on each valve or actuator with an arrow indicating the direction to open in the counter-clockwise direction. All gear and power actuators shall be equipped with position indicators. Where possible, manual actuators shall be located between 48 and 60 inches above the floor or the permanent working platform. E Standard: Unless otherwise indicated and where applicable, all actuators shall be in accordance with ANSI/AWWA C 540 - AWWA Standard for Power-Actuating Devices for Valves and Sluice Gates. F. Functionality: Electric, pneumatic, and hydraulic actuators shall be coordinated with the power requirements of Division 16 and instrumentation equipment indicated in Section 17100 - Process Control and Instrumentation Systems. Valve and Gate Actuators 50th Street Water Main Replacement Page 15201-2 2.2 MANUAL ACTUATORS A. General: Unless otherwise indicated, all valves and gates shall be furnished with manual actuators. Valves in sizes up to and including 8 inches shall have direct acting lever or handwheel actuators of the Manufacturer's best standard design. Larger valves and gates shall have gear-assisted manual actuators, with an operating pull of maximum 60 pounds on the rim of the handwheel. All buried and submerged gear-assisted valves, all gates, all gear-assisted valves for pressures higher than 250 psi, all valves 30 inches in diameter and larger, and where so indicated, shall have worm-gear actuators, hermetically-sealed and grease-packed, where buried or submerged. All other valves 10 inches to 24 inches in diameter may have traveling-nut actuators, worm-gear actuators, spur- or bevel-gear actuators, as appropriate for each valve. B. Buried Valves: Unless otherwise indicated, all buried valves shall have extension stems to grade, with square nuts or floor stands, position indicators, and cast-iron or steel pipe extensions with valve boxes, covers and operating keys. Where so indicated, buried valves shall be in cast-iron, concrete, or similar valve boxes with covers of ample size to allow operation of the valve actuators. Covers of valve boxes shall be permanently labeled as requested by the local Utility Company or the ENGINEER. Wrench-nuts shall comply with AWWA C 500 - Metal - Seated Gate Valves for Water Supply Service, and a minimum of 2 operating keys, or one key per 10 valves, whichever is greater, shall be furnished. C. Buried and Submerged Actuators: Buried and submerged valve actuators and gear assemblies shall be provided with Type 304 and/or 316 stainless steel bolting and trim, and shall be rated for continuous submerged service. If buried, the valve actuator shall be suitable for a submerged service at a water depth of 10 feet (minimum). If submerged, the actuator shall be suitable for a submerged service at a water depth of 30 feet (minimum). PART 3 – EXECUTION 3.1 SERVICES OF MANUFACTURER A. Field Adjustments: Field representatives of manufacturers of valves or gates with pneumatic, hydraulic, or electric actuators shall adjust actuator controls and limit-switches in the field for the required function. 3.2 INSTALLATION A. All valve and gate actuators and accessories shall be installed in accordance with Section 15200 - Valves, General. Actuators shall be located to be readily accessible for operation and maintenance, without obstructing walkways. Actuators shall not be mounted where shock or vibrations will impair their operation, nor shall the support systems be attached to handrails, process piping, or mechanical equipment. B. Inspection, Startup, and Field Adjustment: An authorized representative of the Manufacturer shall visit the site and witness the following: 1. Installation of the equipment for not less than 1 day. 2. Inspection, checking, and adjusting the equipment for not less than 1 day. 3. Startup and field-testing for proper operation for not less than 1 day. - END OF SECTION - Resilient-Seated Gate Valves 50th Street Water Main Replacement Page 15202-1 SECTION 15202 RESILIENT-SEATED GATE VALVES PART 1 - GENERAL 1.1 DESCRIPTION A. The Contractor shall furnish, deliver, and unload within the time specified in the Special Conditions, the resilient-seated gate valves as hereinafter described. 1.2 QUALITY ASSURANCE A. Quality Assurance includes the requirements of this specification and the requirements of the latest revision of the following standards, as applicable. Unless specifically stated otherwise, the most stringent requirement will govern when there is a conflict. 1. AWWA C-509: American Water Works Association Standard for Resilient Seated Gate Valves, 3" through 30" NPS, for Water and Sewage Systems 2. AWWA C-515: American Water Works Association Standard for Reduced–Wall, Resilient Seated Gate Valves, 3”-16” & 3”-36” NRS. 3. AWWA C-550: American Water Works Association Standard for Protective Interior Coatings for Valves and Hydrants. 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 – Submittals and Section 15000 – Piping, General. 1.4 PRODUCT DELIVERY A. Storage: Valves shall be stored in the closed position to protect seating surfaces. B. Handling: Valves shall be carefully lowered from the truck to the ground. Do not hook hoists or fasten chains around stem, gearing, motors, cylinders, or handwheels. C. Valves shall not be fabricated, stored, coated, or installed in climatic conditions that will adversely affect the quality of the finished project. 1.5 ALTERNATIVES A. Valve ends shall be as specified on the bidding sheet, plans or specifications as applicable; these may be flanged both ends, hub-end both ends, or one flanged end and one hub-end, conforming to the following specifications: 1. Flanged End: Flanged ends shall be designed for the water pressure as specified in AWWA C-509 and drilled to the American Standard for 125# Cast Iron Flanges, and flange face shall not be raised. Flange face shall have standard machine finish. 2. Hub-End: Hub-ends shall be designed for the water pressure as specified in AWWA C-509 and shall be "Ring-tite", "Fluid-tite" or approved equal. 1.6 GUARANTEE A. Contractor shall guarantee all materials and workmanship of items furnished under these specifications shall be free from defects for a period of one (1) year after final completion and acceptance of the entire contract work. The Contractor shall, at his own expense, repair or replace all defective materials or workmanship supplied by him that are found to be deficient with respect to any provisions of this specification. Resilient-Seated Gate Valves 50th Street Water Main Replacement Page 15202-2 PART 2 - PRODUCT 2.1 MATERIALS A. Resilient Seated Gate Valves shall include the following materials: 1. Non-Rising Stems: Clockwise to close, counterclockwise to open. Valve stems shall be of bronze, having a minimum tensile strength of 55,000 psi and a yield point of not less than 40,000 psi, with an elongation of not less than 10% in 2". Heat treatment will be permitted to develop these requirements. All bronze shall contain no more than 7% zinc nor more than 2% aluminum. 2. 2" Square Nut with arrow cast in metal to indicate opening direction, except where specified otherwise. 3. Resilient Seats may be bonded or mechanically attached to either the gate or valve body. 2.2 COATINGS A. All valves shall have internal and external ferrous parts epoxy coated. Wetted surfaces shall have an 8 mil minimum (dry film) thickness, unless otherwise specified. The epoxy shall be approved for potable water, and shall conform to AWWA C-550. B. All coated surfaces shall be visually and electrically examined for defects. The coating shall be holiday free as determined by a low voltage wet sponge test per AWWA C-550. 2.3 FABRICATION AND MANUFACTURE A. Interchangeability. All like parts of all valves of the same model number and size shall be interchangeable. B. Waterway. With the valve open, there shall be a smooth and unobstructed waterway at least equal to the nominal valve diameter. There shall be no sediment pockets in the valve. C. Valve Actuator. Resilient Seated Gate Valves 16-inches through 36 inches shall have a gear reduction actuator that meets the following maximum values for torque and number of turns: Valve Size Maximum Input Torque (ft. lbs.) Maximum Number of Turns to Open/Close 16”65 200 18”80 225 20”125 250 24”150 310 30”350 380 36”385 450 D. Cast Marking. Valves shall have the manufacturer's name, the size of the valve, and the working pressure cast on the side of the valves. E. Stem Sealing. Stems shall be sealed by the use of multiple stem seal O-rings. F. Acceptable Manufactures: 1. Mueller 2. Or Engineer Approved Equal Resilient-Seated Gate Valves 50th Street Water Main Replacement Page 15202-3 PART 3 - EXECUTION 3.1 INSPECTION A. Hydrostatic Tests. All valves shall have hydrostatic shell test of 400 psi and a bubble tight shut-off test of 200 psi. B. Coating Tests. All coated surfaces shall be visually and electrically examined for defects. The coatings shall be holiday free with a low voltage wet sponge test per AWWA C-550. C. Operation Test. Each valve shall be operated through one complete cycle in the position for which it is designed, to ensure proper functioning of all parts. D. Additional Testing (RSGVs 16-inch and Larger). Resilient Seated Gate Valves 16-inch and larger shall be hydrostatically tested and performance tested per AWWA C509 and AWWA C515. This test shall be conducted within 100 miles of the City’s office and shall be performed in the presence of a City Inspector. No valve shall be installed until this testing has been completed and approved by the City. Each valve shall be tested as detailed in AWWA and the Standard Specifications and as specified below: 1. Visually inspect each valve for obvious damage, substandard construction and compliance with specifications. 2. Each valve shall be operated through one complete cycle in the position for which it is designed, to ensure proper functioning of all parts. 3. Each valve shall be hydrostatically tested at its rated pressure. The testing medium shall be water (no air shall be used as the test medium under any circumstance). Both sides of the valve are to be tested. 4. The test duration on each side of the valve shall be 5 minutes. A passing test is one where there is no visible leakage and no decrease in the initial test pressure. 5. A valve that fails the hydrostatic test shall be either repaired or replaced. Repaired/replaced valves shall be retested using the same procedure. 6. Valves shall only be repaired by personnel authorized by the valve manufacturer. Unless specifically authorized by the valve manufacturer, supplier or contractor shall not be permitted to perform repairs. 3.2 PREPARATION A. Valves shall be complete when shipped. They shall be drained and closed before shipment. - END OF SECTION - Miscellaneous Valves 50th Street Water Main Replacement Page 15230-1 SECTION 15230 MISCELLANEOUS VALVES PART 1 - GENERAL 1.1 THE REQUIREMENT A. Provide all miscellaneous valves and appurtenances, complete and operable, in accordance with the Contract Documents. B. Valves that shall be installed on potable water system must be NSF 61 Certified and rated for potable water installations. C. The requirements of Section 15200 - Valves, General, apply to this Section. 1.2 SUBMITTALS A. Furnish submittals in accordance with Section 01300 - Submittals. 1.3 OPERATION AND MAINTENANCE MANUAL A. Provide six (6) hard copies plus one (1) electronic version in PDF format. B. Operation and Maintenance Manual shall be furnished in accordance with Section 01730 – Operating and Maintenance Data. 1.4 QUALITY ASSURANCE A. Manufacturer and model shall be described on the Drawings or Engineer approved equal. B. The manufacturer shall provide a 2 year equipment warranty. 1.5 SPARE PARTS A. Spares shall be as requested by the ENGINEER. Payment for spares shall be made in accordance with the General Conditions. B. A list of spare parts for each piece of equipment shall be obtained from the manufacturer and submitted at the same time as Shop Drawings. The name, address, and telephone number of the nearest distributor for each piece of equipment shall be furnished. PART 2 - PRODUCTS 2.1 AIR-VACUUM AND AIR-RELEASE VALVES A.Air and Vacuum Valves: Air and vacuum valves shall be capable of venting large quantities of air while pipelines are being filled, and allowing air to re-enter while pipelines are being drained. They shall be manufactured by DeZurik, ARI, or Engineer approved equal. The valve shall be the size indicated, with flanged or screwed ends to match piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall be constructed of Type 316 stainless steel. Seat washers and gaskets shall be of a material insuring water tightness with a minimum of maintenance. Valves shall be designed for minimum 150 psi water-working pressure, unless otherwise indicated. Miscellaneous Valves 50th Street Water Main Replacement Page 15230-2 B.Air-Release Valves: Air-release valves shall vent accumulating air while system is in service and under pressure and be of the size indicated and shall meet the same general requirements as indicated for air and vacuum valves except that the vacuum feature will not be required. Valves shall be manufactured by ARI, and designed for a minimum water-working pressure of 150 psi, unless otherwise indicated. C.Combination Air Valves: Combination air valves shall combine the characteristics of air and vacuum valves and air release valves by exhausting accumulated air in systems under pressure and releasing or re- admitting large quantities of air while a system is being filled or drained, respectively. Valves shall have the same general requirements as indicated for air and vacuum valves. Valves shall be manufactured by ARI, and designed for a minimum water-working pressure of 150 psi, unless otherwise indicated. 2.2 FIRE SERVICE PROTECTION A.Double Check Detector Assembly: A double check detector assembly shall be installed on fire protection systems when connected to a drinking water supply. The assembly shall consist of two independently operating, spring loaded check valves and two spring UL, FM, OSY resilient seated gate valves and bypass assembly. The bypass assembly shall consist of a 3/4” meter, a double check including shut off valves and required test cocks. The detector check assembly shall be manufactured by Ames or Engineer Approved Equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Valves shall be installed in accordance with the manufacturer's printed recommendations, and with provisions of Section 15200 – Valves, General. - END OF SECTION - General Electrical Requirements 50th Street Water Main Replacement Page 16000-1 SECTION 16000 GENERAL ELECTRICAL REQUIREMENTS PART 1 – GENERAL 1.1 SCOPE OF WORK A. It is the intent of this part of the Contract Documents to cover the work and materials necessary for erecting a complete electrical system, tested and ready for continuous use. The system shall be constructed in accordance with the Contract Documents, and Federal, State, and Local codes and regulations. 1.2 RELATED WORK A. The CONTRACTOR shall coordinate the work with other trades, and furnish and install the equipment in accordance with the manufacturers' requirements. B. Related Sections: 1. Division 00 General Conditions 2. Division 01 General Requirements 3. Division 02 Earthwork 4. Division 03 Concrete 5. Division 09 Painting and Special Coatings 6. Division 11 Equipment 7. Division 13 Special Construction 8. Division 15 Mechanical 9. Division 17 Instrumentation 1.3 GENERAL PROVISIONS A. Minimum sizes of equipment, and electrical devices, are indicated but it is not intended to show every offset and fitting, nor every structural or mechanical difficulty that will be encountered during the installation of the work. B. Work indicated on the Plans is approximately to scale, but actual dimensions and detailed Plans should be followed as closely as field conditions permit. Field verification of scale dimensions on Plans is governed by field conditions. Installation of systems and equipment is subject to clarification as indicated in reviewed shop drawings and field coordination. C. Discrepancies indicated on different Plans, between Plans and actual field conditions, or between Plans and Contract Documents shall be promptly brought to the attention of the ENGINEER for clarification, prior to purchasing and installing equipment. D. The alignment of equipment and conduit shall be adjusted to accommodate architectural changes, or to avoid work of other trades, without extra expense to the OWNER. E. The CONTRACTOR shall furnish and install the parts and pieces necessary to the installation of equipment, in accordance with the best practice of the trade, and in conformance with the requirements of these Contract Documents. General Electrical Requirements 50th Street Water Main Replacement Page 16000-2 F. Items not specifically mentioned in these Contract Documents, or noted on the Plans, or indicated on reviewed shop drawings, but which are obviously necessary to make a complete working installation, shall be deemed to be included herein. G. The CONTRACTOR shall lay out and install electrical work prior to placing floors and walls. Furnish and install sleeves and openings through floors and walls, required for installation of conduits. Sleeves shall be rigidly supported and suitably packed, or sealed, to prevent ingress of wet concrete. Spacers shall be installed in order to prevent conduit movement. Dimensions indicated for electrical equipment and their installation are restrictive dimensions. H. The CONTRACTOR shall furnish and install inserts and hangers required to support conduits and other electrical equipment. If the inserts, hangers, sleeves, or other mounting hardware are improperly placed, or installed, the CONTRACTOR shall do necessary work, at their own expense, to rectify the errors. I. Insulated conductors shall be capable of operating successfully at rated ampacity, without failure, with a minimum temperature rating of 60 degrees C, and specifically rated for the located indicated on the Plans. J. If any contradictions, contrasts, non-homogeneity, or inconsistency appears, the more strict criteria noted and the collective requirements in any and all of the project documents shall apply. K. The CONTRACTOR shall perform necessary saw cutting, core drilling, excavating, removal, shoring, backfilling, and other work required for the proper installation of conduits, whether inside, or outside of the buildings and structures. The CONTRACTOR shall repair and patch where demolition has taken place in a manner to match existing original structure. 1.4 REGULATIONS, CODES, AND STANDARDS A. Electrical work, including connection to electrical equipment integral with mechanical equipment, shall be performed in accordance with the latest published regulations, codes, and standards, of the following: 1. National Electrical Code (NEC) 2. State and local codes 3. Institute of Electrical and Electronic Engineers (IEEE) 4. American National Standards Institute (ANSI) 5. American Society for Testing and Materials (ASTM) 6. Insulated Cable Engineers Association (ICEA) 7. National Electrical Manufacturers Association (NEMA) Standards 8. Federal Occupational Safety and Health Act (OSHA) 9. National Fire Protection Association (NFPA) 10. National Electrical Testing Association (NETA) B. When applicable, the material used in the performance of the electrical work shall be listed by the Underwriters' Laboratories, Inc. (UL) for the class of service for which they are intended. 1.5 SUBMITTALS A. It is the obligation of the CONTRACTOR to organize their work, so that a complete electrical, instrumentation, and control system for the facility will be provided, and will be supported by accurate shop and record drawings, and O&M manuals. B. The CONTRACTOR shall submit detailed shop drawings and data prepared and organized by the suppliers. The quantity of submittal sets required shall be as specified in the Contract Documents. General Electrical Requirements 50th Street Water Main Replacement Page 16000-3 C. The submittals shall be neatly grouped and organized by specification section number, and sub-section. Related information shall be highlighted, and the specific product shall be marked. All submittals shall be complete, and presented in one package. Incomplete submittals will be returned without review. If a portion of the project requires a fast track schedule, that portion only may be submitted earlier under a separate cover letter. The following shall be submitted to the ENGINEER and returned, reviewed to the CONTRACTOR before fabrication is started. 1. A complete list of the equipment and materials, including the manufacturer's name, product specification, descriptive data, technical literature, performance charts, catalog cuts, installation instructions, and spare part recommendations for each different item of the equipment specified. The above shall clearly show all the specified requirements as described in the Specifications including but not limited to specific U.L. and NEMA rating, technical capabilities, test result verifications, and acceptance letters. 2. Drawings containing complete point to point wiring and schematic diagrams, control diagrams, and any other details required to demonstrate that the system has been coordinated and will operate as intended. Drawings for each panel. cabinet, or enclosure shall show a complete Bill of Materials, wire numbers for internal panel and field wiring, terminal block numbers, proposed internal layout with assembly details, anchoring, support, and appurtenances of equipment, and equipment relationship to other parts of the work including clearances for maintenance and operations. 3. Any exceptions to these specifications, with the reasons for requesting such exceptions, with calculations and drawings for redesign of related components, including detail drawings showing internal and assembly details, with installation instructions. Proposed layout showing any modifications or exceptions to related work made necessary by this work, with calculations and drawings showing such modifications or exceptions. D. Upon Project acceptance, the CONTRACTOR shall submit "Record Drawings" of the electrical, control, and instrumentation, along with step-by-step procedure manuals for the installation, operation start-up, and maintenance of the equipment. Each set shall include installation, operating, troubleshooting, and maintenance and overhaul instructions in complete detail. It shall also include possible breakdowns and repairs, and troubleshooting guides, as well as simplified wiring and control diagrams of the system installed. This shall provide the OWNER with comprehensive information on all systems and components to enable operation, service, maintenance and repair. Exploded or other detailed views of all equipment, devices, assemblies, and accessory components shall be included, together with complete parts lists and ordering instructions. 1. Record Drawings: a. The CONTRACTOR shall maintain a marked up set of Contract Document Plans showing actual installed circuit numbers, conduit sizes, cable tray routing, number of conductors, conductor sizes (larger than #12 AWG), and all other deviations from the design Plans. b. Underground conduit and concealed items shall be dimensioned on the Plans from permanent, visible, building features. c. The CONTRACTOR shall provide actual motor size, starter size, and overload heater size, along with all other protective equipment for all 480 V and 4160 V (if applicable) motor circuits as part of the one-line record drawings. d. The CONTRACTOR shall revise all conductor identification and panel schedules to indicate as- built conditions. PART 2 – PRODUCTS 2.1 GENERAL MATERIALS AND METHODS A. Materials, equipment, and parts comprising any unit, or part thereof, specified or indicated on the Plans, shall be new and unused, of current manufacture, and of highest grade consistent with the state of the art. Damaged materials, equipment, and parts, are not considered to be new and unused, and will not be accepted. General Electrical Requirements 50th Street Water Main Replacement Page 16000-4 B. Field verification of scale dimensions on Plans is directed, since actual locations, distances, and levels will be governed by actual field conditions. The CONTRACTOR shall also review architectural, structural, yard, mechanical, and other Plans, and the accepted electrical and mechanical shop drawings, and shall adjust their work to conform to the conditions indicated therein. C. The fabricator of major components, such as distribution panelboards, switchgear, and motor control centers, shall also be the manufacturer of the major devices therein. D. Refer to various Division sections for individual equipment manufacturers. Indicated manufacturers are subject to strict compliance with the specifications and complete project documents. The reference to a particular manufacturer does not relieve the CONTRACTOR from conforming to the specified requirements. 2.2 NAMEPLATES A. Where indicated elsewhere in these specifications, or on the Plans, the CONTRACTOR shall furnish and install nameplates, which shall be white laminate with black letters. The nameplates shall be fastened to the various devices with round head stainless steel screws. Each disconnecting means for service, feeder, branch, or equipment conductors, shall have nameplates indicating its purpose. 2.3 EQUIPMENT ASSEMBLIES A. Equipment assemblies, such as Service Entrance Sections, Switchgear, Switchboards, Control and Distribution Panels, and other custom fabricated electrical enclosures shall bear a UL label as a complete assembly. The UL label on the individual components making up the assembly will not be considered sufficient to meet the present requirement. Whenever a generic UL label does not apply for the assembly, a serialized UL label shall be affixed to the assembly, and the serial number shall be submitted with the assembly record shop drawings. B. Custom fabricated electrical control panels, and enclosures, shall bear a UL label affixed by a local UL inspector. PART 3 – EXECUTION 3.1 UTILITY SERVICE AND EQUIPMENT A. Electrical Utility: The CONTRACTOR shall be responsible for contacting and coordinating the electrical utility work with the electrical utility company, Southern California Edison. B. The CONTRACTOR shall be responsible for furnishing and installing equipment and material required to bring electrical power service to the service location in conformance with the electrical utility requirements. The CONTRACTOR may have to provide the following for the electrical utility company's primary (from utility power line to the utility transformer) and secondary (from utility transformer to the service) electrical lines in accordance with the electrical utility company's specifications and requirements: 1. Conduits (verify quantity and sizes). 2. Trenching, backfill, and compacting (verify trench size(s), backfill material, and compaction percentage requirements). 3. Concrete pad(s) (for pad mounted transformer(s)). 4. Cable protection along the vertical drop at the utility company's pole (if pole mounted transformer(s). 5. Ensuring that the utility has provided the available short circuit duty at the point of service. 6. Other items required by the power utility company's specifications. General Electrical Requirements 50th Street Water Main Replacement Page 16000-5 C. The CONTRACTOR shall also submit copies of service entrance shop Drawings to the utility, per utility submittal requirements, prior to submittal to the ENGINEER. The CONTRACTOR shall obtain written approval from the power utility company that the service entrance equipment is acceptable prior to release the order to the supplier for fabrication. A copy of the approval letter from the utility shall be transmitted to the ENGINEER along with the submittal. D. Telephone Service: The CONTRACTOR shall be responsible for contacting the Telephone Company to coordinate requirements to provide telephone service, as called for on the Plans. E. The CONTRACTOR shall provide trenching, conduit, and backfill for the Telephone Company's communication lines from the Telephone Company's main distribution panel to the telephone company's connection box at this project site, as required by the Telephone Company. 3.2 INSTALLATION OF ELECTRICAL EQUIPMENT A. Coordinate the installation of electrical equipment with other trades. 1. Arrange for the building in of equipment during structure construction. 2. Where equipment cannot be built-in during construction, arrange for sleeves, box-outs, and other openings, as required to allow installation of equipment after structure construction is complete. B. Verify that equipment will fit support layouts indicated. C. Equipment Dimensions and Clearances: 1. Do not use equipment that exceeds the indicated dimensions., except as approved in writing by the ENGINEER. 2. Do not use equipment or arrangements of equipment that reduce required clearances or exceed the space allocation. D. Install equipment in accordance with the manufacturer's instructions. E. Equipment Access: 1. Install equipment so it is readily accessible for operation and maintenance. 2. Equipment shall not be blocked or concealed. 3. Do not install electrical equipment such that it interferes with normal maintenance requirements of other equipment. F. Equipment shall be installed plumb, square and true with the building construction, and shall be securely fastened. G. Outdoor wall-mounted equipment, and indoor equipment mounted on earth, or water bearing walls, shall be provided with corrosion-resistant spacers to maintain 1/4-inch separation between the equipment and the wall. H. Screen or seal all openings into outdoor equipment to prevent the entrance of rodents and insects. I. Equipment fabricated from aluminum shall not be imbedded in earth or concrete. J. Provide all necessary anchoring devices and supports: 1. Use supports as detailed on the Plans and as specified. 2. Supports and anchoring devices shall be rated and sized based on dimensions and weights verified from approved equipment submittals. 3. Hardware shall be stainless steel. General Electrical Requirements 50th Street Water Main Replacement Page 16000-6 4. Do not cut, or weld to, building structural members. 5. Do not mount safety switches and external equipment to other equipment enclosures, unless enclosure mounting surface is properly braced to accept mounting of external equipment. K. CONTRACTOR shall verify exact rough-in location and dimensions for connection to electrical items furnished by others. 1. Shop drawings shall be obtained from those furnishing the equipment. 2. Proceeding without proper information may require the CONTRACTOR to remove and replace work that does not meet the conditions imposed by the equipment supplied. 3. Provide sleeves wherever openings are required through new concrete or masonry members. Place sleeves accurately and coordinate locations with the ENGINEER. 4. Should any cutting and patching be required on account of failure of the CONTRACTOR to coordinate penetrations, such cutting and patching shall be done at the expense of the CONTRACTOR. a. The CONTRACTOR shall not endanger the stability of any structural member by cutting, digging, chasing, or drilling and shall not, at any time, cut or alter the work without the ENGINEER's written consent. 1) Provide additional reinforcing if required. 2) Cutting shall be done neatly using proper tools and methods. b. Subsequent patching to restore walls, ceilings, or floors to their original condition shall be done by the CONTRACTOR. L. Provide concrete foundations or pads required for electrical equipment as indicated or specified. 1. Floor-mounted equipment shall be mounted on a 4-inch concrete housekeeping pad. Pad shall be poured on top of the finished floor or slab. 3.3 TEMPORARY POWER A. The CONTRACTOR shall furnish, install, and maintain, temporary power and lighting systems needed for construction. This temporary system shall include weatherproof panel(s) for the CONTRACTOR's main breakers and distribution system. Ground fault interrupting equipment shall be installed. Connections shall be watertight, with wiring done with Type SO portable cable. After construction is completed, the CONTRACTOR shall remove temporary power equipment and devices. 3.4 CUTTING AND REPAIRING A. Where it becomes necessary to cut into existing work for the purpose of making electrical installations, core drills shall be used for making circular holes. Other demolition methods for cutting or removing shall be reviewed by the ENGINEER prior to starting the work. B. The CONTRACTOR shall repair damage caused by construction, or demolition work, and restore damaged areas to original condition. 3.5 CORROSION PROTECTION A. Wherever dissimilar metals, except conduit and conduit fittings, come in contact, the CONTRACTOR shall isolate these metals, as required, with neoprene washers, 9 mil polyethylene tape, or gaskets. Where fastening conduit, electro plated, or equivalent fasteners and stainless steel bolts shall be used. B. Factory finishes damaged during shipping, or construction, shall be restored to original new condition. Rust shall be removed, and bare metal surfaces shall be primed and painted to match the original surrounding finish. General Electrical Requirements 50th Street Water Main Replacement Page 16000-7 C. Electrical panels, switchgear, motor control centers, and other electrical equipment, shall be shipped in sealed dust and moisture proof plastic sheet enclosures, and the seal maintained until units are installed. Said units shall be new and free of any dirt, dust, water, grease, rust, damaged parts or components. Relays, starters, circuit breakers, switches, contacts, insulators, mechanisms, and buses shall be free of dust, dirt, oil, moisture, metal shavings, and other debris before testing and energizing. D. Once equipment is installed, it shall be protected at all times with plastic sheet covers until the area is free of dirt, dust, paint spray, water, and other trades. Heat shall be provided to eliminate condensation. 3.6 COORDINATION OF THE ELECTRICAL SYSTEM A. The CONTRACTOR shall verify actual equipment, and motor full-load, and locked-rotor current ratings. The necessary minimum equipment, wire, and conduit sizes are indicated on the Plans. If the CONTRACTOR furnishes equipment of different ratings, the CONTRACTOR shall coordinate the actual current rating of equipment furnished with the branch circuit conductor size, the overcurrent protection, the controller size, the motor starter, and the branch circuit overcurrent protection. The branch circuit conductors shall have a current carrying capacity of not less than 125 percent of the actual full-load current rating. The size of the branch circuit conductors shall be such that the voltage drop from the overcurrent protection devices, up to the equipment, shall not exceed 2 percent, when the equipment is running at full-load and rated voltage. 3.7 TESTING A. The electrical work shall be free from improper grounds, and from short circuits. The correctness of the wiring shall be verified first by visual comparison of the conductor connections with connection diagrams. Next, individual circuit continuity checks shall be made by using electrical circuit testers. Last, the correctness of the wiring shall be verified by the actual electrical operation of the electrical and mechanical devices. Any deviation from the wiring indicated on the Plans, or accepted Drawings, shall be corrected and indicated on the record drawings. B. Each conductor shall be identified as required by the Contract Documents. This identification shall be indicated on the record drawings to enable rapid and accurate circuit tracing by maintenance personnel. 3.8 SINGLE LINE DIAGRAMS A. Single line diagrams, as indicated on the Drawings, show circuit voltages, circuit protection rating, and other pertinent data. Where conflicts exist on the Drawings, the single line diagrams shall take precedence. Grounding conductors are not necessarily indicated. See grounding requirements specified elsewhere herein. - END OF SECTION - Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-1 SECTION 16100 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.1 DESCRIPTION A. This Section outlines the wiring requirements for the electrical work and forms a part of all other Sections of Division 16 unless otherwise specified. 1.2 SUBMITTALS A. Submit for the Owner's approval material lists, shop drawings, factory test reports and technical data to the extent required in this Section and Section 16000. 1.3 WIRING A. Wiring for furnished equipment shall include the following: B. Wiring for Furnished Equipment. The wiring from electrical panels, control panels and motor control centers to the furnished equipment shall include all the required materials and installations to complete the wiring as shown on the Drawings, specified and required. PART 2 - PRODUCTS 2.1 GENERAL A. Provide basic materials and all wiring installations as indicated, specified and required. 2.2 METAL CONDUITS A. Conduits shall be steel, hot-dipped galvanized and equipped with couplings and thread protector caps. The surfaces and threads shall be corrosion-resistant coated. Conduits shall be in ten foot lengths and manufactured by Jones & Laughlin Steel Co., Allied Tube & Conduit Co., Triangle PWC, Republic, Youngstown, or approved equal. Conduits shall be a minimum size of 3/4 inch. Supports shall be provided for all conduits. B. Rigid Steel Conduit shall be provided for all exposed exterior installation unless otherwise indicated and/or specified. C. Electrical Metallic Tubing may be substituted for rigid steel conduit on the interior of the control building unless otherwise indicated and/or specified. 2.3 PVC COATED - METAL CONDUITS A. The PVC coated galvanized rigid conduit must be UL Listed. The PVC coating must have been investigated by UL as providing the primary corrosion protection for the rigid metal conduit. Ferrous fittings for general service locations must be UL Listed with PVC as the primary corrosion protection. Hazardous location fittings, prior to plastic coating must be UL listed. All conduit and fittings must be new, unused material. Applicable UL standards may include: UL 6 Standard for Safety, Rigid Metal Conduit, UL514B Standard for Safety, Fittings for Conduit and Outlet Boxes. B. The PVC coated galvanized rigid conduit must be ETL Verified to the Intertek ETL SEMKO High Temperature H2O PVC Coating Adhesion Test Procedure for 200 hours. The PVC coated galvanized rigid conduit must bear the ETL Verified PVC-001 label to signify compliance to the adhesion performance standard. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-2 C. The conduit shall be hot dip galvanized inside and out with hot galvanized threads. D. A PVC sleeve extending one pipe diameter or two inches, whichever is less, shall be formed at every female fitting opening except unions. The inside sleeve diameter shall be matched to the outside diameter of the conduit. E. The PVC coating on the outside of conduit couplings shall have a series of longitudinal ribs 40 mils in thickness to protect the coating from tool damage during installation. F. Form 8 Condulets, 1/2” through 2” diameters, shall have a tongue-in-groove gasket to effectively seal against the elements. The design shall be equipped with a positive placement feature to ease and assure proper installation. Certified results confirming seal performance at 15 psig (positive) and 25 in. of mercury (vacuum) for 72 hours shall be available. G. Form 8 Condulets shall be supplied with plastic encapsulated stainless steel cover screws. H. A urethane coating shall be uniformly and consistently applied to the interior of all conduit and fittings. This internal coating shall be a nominal 2 mil thickness. Conduit or fittings having areas with thin or no coating shall be unacceptable. I. The PVC exterior and urethane interior coatings applied to the conduit shall afford sufficient flexibility to permit field bending without cracking or flaking at temperatures above 30°F (-1°C). J. All male threads on conduit, elbows and nipples shall be protected by application of a urethane coating. K. All female threads on fittings or conduit couplings shall be protected by application of a urethane coating. L. Independent certified test results shall be available to confirm coating adhesion under the following conditions. 1. Conduit and condulet exposure to 150°F (65°C) and 95% relative humidity with a minimum mean time to failure of 30 days. (ASTM D1151) 2. The interior coating bond shall be confirmed using the Standard Method of Adhesion by Tape Test (ASTM D3359). 3. No trace of the internal coating shall be visible on a white cloth following six wipes over the coating which has been wetted with acetone (ASTM D1308). 4. The exterior coating bond shall be confirmed using the methods described in Section 3.8, NEMA RN1. After these tests the physical properties of the exterior coating shall exceed the minimum requirements specified in Table 3.1, NEMA RN1. M. Right angle beam clamps and U bolts shall be specially formed and sized to snugly fit the outside diameter of the coated conduit. All U bolts will be supplied with plastic encapsulated nuts that cover the exposed portions of the threads. N. Installation of the PVC Coated Conduit System shall be performed in accordance with the Manufacturer’s Installation Manual. To assure correct installation, the installer shall be certified by Manufacturer to install coated conduit. O. Type 304 stainless steel screws shall be furnished and used to attach the cover to the conduit body. All coated material shall be installed and patched according to the manufacturer’s recommended installation and patching instructions. P. Conduit straps shall be PVC coated or stainless steel. Q. Approved Material: PVC coated galvanized rigid conduit and Fittings as manufactured by Plasti-Bond, Perma-Cote, Kor Kap, or approved equal. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-3 2.4 NONMETALLIC CONDUITS A. Nonmetallic conduits shall be Schedule 40 polyvinyl chloride as manufactured by Triangle Conduit & Cable, Carlon, or approved equal. All conduits shall be of one type, and low temperature, corrosion, and moisture resistant. B. Nonmetallic Conduit may be installed for underground conduit runs which are outside of the buildings and structures and run between buildings and structures. Rigid steel bends and risers shall be used with nonmetallic conduit wherever conduit rises above grade. Each nonmetallic conduit shall contain a code sized grounding conductor. 2.5 FLEXIBLE CONDUIT A. Liquid-tight flexible metal conduit shall be provided for short connections to equipment as shown on the drawings and as required which withstand temperatures from -50Degrees Fahrenheit to +220Degrees Fahrenheit. B. Liquid-tight Conduit shall have an interlocked flexible galvanized steel core with a permanently bonded exterior gray polyvinyl chloride jacket. C. Conduits, l-l/4 inch and smaller shall have an internal copper bonding conductor wound spirally in the space between each convolution for the equipment ground provided by the manufacturer. D. Separate Ground Conductor shall be provided by the Contractor in liquid-tight flexible conduits that do not have the internal copper bonding conductors included by the manufacturer. E. Manufacturers for liquid-tight flexible conduit shall be Anaconda, Electri-Flex, Universal or Approved equal. 2.6 CAST METAL BOXES AND FITTINGS A. Provide conduit outlet bodies, boxes, fittings, gaskets and covers for lighting outlets, lighting switches, receptacles, control stations, alarm, switch and thermostat outlets, etc. in exposed conduit installations as indicated and required. Cast boxes and fittings shall be finished as specified in Section 16000. The outlet bodies, boxes, fittings and covers shall be cast iron alloy with threaded hubs, and of sufficient size to provide free space for all conductors that shall be enclosed. The materials shall be manufactured by Crouse-Hinds, Appleton, Pyle-National Efcor, or approved equal. B. Covers and Gaskets shall be provided for all conduit outlet bodies, boxes and fittings. The covers shall be cast iron alloy and equipped with neoprene gaskets. C. PVC Coated Fittings shall have the same polyvinyl chloride coating that is on the conduit to which they shall be connected. The PVC coating shall be bonded to the surfaces of cast outlet bodies, boxes, fittings and supports by Occidental Coating, Kor-Kap, Robroy, Youngstown, or approved equal. D. Plastic Fittings shall be solvent weld type, and shall match the conduit to which they shall be connected. E. Expansion/Deflection Fittings shall be provided as indicated, specified and required. The fittings shall permit movement between two conduits without damage to the conduits and conductors. The expansion/deflection fittings consist of cast metal conduit hubs securely attached to a flexible outer neoprene jacket. A flexible copper grounding strap shall be provided inside the fitting and connected to the two hubs. The linear expansion or contraction shall be a movement up to 3/4 inch. The linear misalignment shall be a movement up to 3/4 inch. The angular misalignment shall be a movement up to 30 degrees. The expansion/deflection fittings shall provide flexible and watertight conduit joints. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-4 F. Thread Lubricant shall be provided for all metal conduit threads. The lubricant shall inhibit corrosion and maintain grounding continuity, and shall be Crouse-Hinds STL, Thomas and Betts "Koper-Shield" or approved equal. G. Couplings and Elbows shall be of the same type as the conduit to which they shall be connected, except where rigid steel bends and risers are connected to nonmetallic conduits where conduits rise above grade. For metallic conduits, the couplings and elbows shall be steel, hot dipped galvanized, threaded and one-piece. For plastic conduits, couplings and elbows shall have plain ends for tight weld fits, which form watertight joints. 2.7 STEEL BOXES AND FITTINGS A. Provide the steel boxes and fittings as indicated and required. B. Pull Boxes shall be of sufficient size to accommodate the connected conduits and enclosed conductors. Boxes 24 inches square and smaller shall have gasketed screw type covers. Larger boxes shall have bi-parting gasketed hinged doors with latch mechanisms, handles and cylinder locks complete. Provide two keys for each lock. Pull boxes shall be painted as specified in Section 16000 and 16118. The pull boxes shall be Hoffman, Boss, Circle A-W, or approved equal. 2.8 WATER SEAL FITTINGS A. Provide the malleable iron water seal fittings connected to rigid steel conduits as indicated, specified and required. B. Sealing Bushings shall be provided on the ends of exterior underground conduits that terminate at indoor equipment. The bushing shall consist of a thick neoprene sealing ring secured between two metal plates by socket head screws. When the conduit sealing bushing is in place and the screws are tightened, the neoprene shall become compressed between the metal plates and be forced against the conduit inside wall and also against the conductor insulation to form a watertight seal inside the conduit. C. Wall and Floor Seals shall be provided to completely seal the areas around the conduits that pass through concrete walls and floors. Seals shall have a neoprene grommet between two pressure rings, which provides a watertight seal on the outer surface of the entering conduits. 2.9 CONDUIT FITTINGS A. Provide all the hot-dip galvanized steel and iron conduit fittings required to complete the wiring installations. B. Liquid-tight Conduit Fittings shall be Types LT, ST, CT as manufactured by Crouse-Hinds, Appleton, Pyle- National or approved equal. C. Union shall be provided, as required, for conduit connections to threaded outlet bodies, boxes, and equipment, for connecting two steel conduits together. Unions shall be type UNY or UNF. Running threads are not acceptable. Union shall be Appleton, Crouse-Hinds, Pyle-National or approved equal. D. Bushing Reducers shall be provided in conduit fitting hubs for connections to smaller conduits. Reducers shall be Appleton, Thomas and Betts, Efcor or approved equal. E. Conduit Enlargers shall be provided for connecting two conduits of different sizes together. The enlargers shall be Appleton, Thomas and Betts, Efcor or approved equal. F. Locknuts shall be provided on the threads of conduits that enter through close fitting openings in enclosures. Locknuts shall have notches all around for tightening with a screwdriver. Locknuts shall be Appleton, O-Z, Thomas and Betts or approved equal. G. Metallic Insulated Bushings with ground terminals shall be provided on the ends of threaded steel conduits and nipples that terminate through openings in sheet steel enclosures. The malleable iron grounding bushings Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-5 shall have smooth and well rounded surfaces to protect the conductor insulation. The conduit threads shall be deep, clean and easily attached to the conduits. The bushings shall be O-Z, Efcor, Thomas and Betts or approved equal. H. Plugs shall be the recessed type and installed in all unused conduit fitting hubs and couplings. Plugs shall be Appleton, Crouse-Hinds or approved equal. I. Interchangeable Hubs shall be provided for rigid steel conduit connections to sheet steel enclosures. The interchangeable hub shall have an insulated throat, sealing ring and vibration-proof nut. Machined serrations on hub and nut shall bite into the metal enclosure assuring an equipment ground. The hubs shall be Myers "Scru-Tite," "Efcor" "Space-Saver", or approved equal. 2.10 CONDUCTORS AND CABLES A. Conductors and cables shall be new, single conductor, copper, not smaller than #12 AWG (except fixture wire or control power conductors) unless otherwise indicated, and as shown on the Drawings. No running splices will be allowed for new conductor installations. Where modifications to existing conductor runs, and conductors are unable to be replaced, an acceptable means of splicing would be to use STA-KON butt splice or equal, with heat shrinkable insulating cover (T&B cat #H5 or equal). Use calibrated T&B #WT145C ratchet tool, or equal, for compression connections at all STA-KON, or equivalent, terminals and connectors. B. Steel Interlocked Armor cables shall be provided for power circuits to the motors when called for on the Drawings. The cables shall be 600 volts, three conductor, rated 90 degrees centigrade and stranded copper. The conductors shall be individually polyethylene insulated, grouped together with fillers and ground wires, and covered with binding tape. The cable shall be enclosed in an interlocked aluminum or galvanized steel armor that shall be protected with a polyvinylchloride outer jacket. The interlocked armor cables shall be approved for submersible pump power wiring installations. The power cables shall be manufactured by General Electric, Okonite, Cyprus or approved equal. The power cables shall be securely attached to steel messenger cables with stainless steel binding tape as shown on the Drawings unless otherwise indicated. C. Conductors 250MCM and Larger shall be stranded, 600 volts, ethylene propylene rubber insulation, Type RHW. Conductors shall be manufactured by Rome, American Insulated Wire Co., Cablec Co., or approved equal. D. Conductors smaller than 250MCM shall be stranded , 600 volt and Type XHHW-2. Conductors shall be manufactured by Rome, American Insulated Wire Co., Cablec Co., or approved equal. E. Ground and Neutral Conductors shall be provided for the required ground and neutral wiring. 1. The insulated ground and neutral conductors shall be the same type as the phase conductors. 2. Bare ground conductors shall be copper, soft drawn, annealed, concentric lay, stranded conforming to ASTM Specifications B3 and B8. F. Fixture Wires shall be rated 900 centigrade, #16 AWG stranded, thermoplastic insulated with an outer jacket. The wire shall be Type TFFN and manufactured by Brand-Rex, Carol Cable, or approved equal. G. Control power conductors shall be type XHHW stranded #14 gauge with manufacturer sequential number identification on exterior of insulation jacket. H. Instrumentation Signal Cables shall be Type TC single twisted pair or multi twisted pairs of stranded, copper cables with 600 volt, 15 mil polyvinyl chloride insulation over each conductor, overall aluminum-mylar tape shield, overall tinned copper drain wire and 45 mil minimum polyvinyl chloride jacket overall, 90Degree centigrade (dry/75 centigrade wet rating. Twisted pair cables that are required to be shielded, shall have aluminum-mylar tape shields and tinned copper drain wires over individual twisted pairs of cable. Single twisted pair cables shall be #16 AWG minimum. Cables shall be manufactured by Belden, Okonite, or approved equal. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-6 I. Wire Lubricant shall be provided to ease the pulling of cables and conductors in conduits. The lubricant shall be Aqua Gel, Polywater or approved equal. “Yellow 77” is not acceptable. 2.11 WIRE CONNECTORS A. Connectors shall be provided for splices and terminal connections of all copper conductors and cables. The connector shall fit the conductor to which it shall be connected, and the assembly shall have joint contact surfaces not less than 50 percent. B. High voltage conductors (480V) shall be terminated in junction boxes using appropriately sized Weidmuller terminal blocks, color coded (green = grounding conductors, white or gray = neutral/grounded conductors, black red or blue for medium voltage (120V-240V) and brown, orange and yellow for high voltage conductors (480V). C. Compression Connectors for No. 8 AWG and larger shall be copper lugs for terminal connections, and two- way copper sleeves and taps for splice connections. A crimping tool shall be provided to make tight and neat compression connections. The connectors and crimping tool shall be Anderson-Square D, Thomas and Betts, Buchanan or approved equal. D. Tapered Spring Connectors shall have live springs attached to inner steel housings and enclosed with plastic insulators. Connectors shall be provided for No. 10 AWG conductors and smaller, and shall be Buchanan Type B2, Scotchlok Type B, Thomas and Betts Type PT or approved equal. E. Ground Clamps shall be provided for cable connections to ground rods and metal pipes as shown on the Drawings. Clamps shall be copper alloy, heavy duty, corrosion resistant and consist of U-bolts and saddles with bolted cable connections. The ground clamps shall be O-Z, Thomas and Betts Burndy or approved equal. F. Electrical Tape shall be plastic, 0.007 inches thick, and resistant to abrasion, alkalies, acids, corrosion, moisture, low and high temperatures. The tape shall be Scotch No. 33 Plus, Plymouth Premium Black No. 4453 or approved equal. G. Wire Markers shall be provided to identify each conductor at equipment terminals, and in intermediate junction boxes, pull boxes, handholes and manholes. At motor control centers and control panels, identify each motor or other electrical device circuit conductor with the motor or device number shown on the drawings and with the terminal number of the motor control center or control panel to which the conductor is connected. At motor and device terminals, at control stations, and in junction boxes, pull boxes, handholes and manholes, identify each motor or device circuit conductor with the terminal number of the motor control center or control panel to which the conductor is connected. In addition to identifying each conductor with the terminal number, in junction boxes, pull boxes, handholes and manholes, identify each group of conductors forming a motor or device circuit with the motor or device number shown on the drawings. At panelboards, junction boxes, pull boxes, handholes and manholes, identify each panelboard circuit conductor with the panelboard number and circuit number. The individual conductor wire markers shall be adhesive and manufactured by Thomas and Betts, Brady, Scotch 3M or approved equal. The wire marker to identify groups of conductors shall be nylon cable tie markers as manufactured by Brady, Seaton, Thomas and Betts, Panduit or approved equal. The marker pads on the cable tie markers shall be large enough to show the motor or device numbers. The motor or device numbers on the cable tie markers shall be 3/16 inch high minimum and shall be applied to the marker pads using marking pens for the purpose which shall be provided by the manufacturer of the cable tie markers. When a device is not numbered on the drawings, use a short descriptive title or assign numbers and provide the Owner with a list of the devices and assigned numbers. Electrical devices include items such as solenoid valves, vibrators, horns, heaters, analyzers, computers, instruments, etc. 2.12 PANELBOARDS A. Panelboards shall be factory assembled, metal enclosed, dead front and equipped with bus, time switches, contactors, terminals and thermal-magnetic molded case circuit breakers as shown on the drawings. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-7 B. Circuit Breakers shall be molded case, quick-make, quick-break, single and multipole, and bolted type. Each circuit breaker shall have clear indications for "ON," "OFF", and "TRIP" positions. The minimum interrupting capacity shall be 10,000 symmetrical amperes at 240 volts. As indicated, provide devices to lock the branch circuit breaker in the "ON" and "OFF" positions. Ground fault protection, 5 milliampere sensitivity, shall be provided for the indicated 120 volt branch circuits, which shall be an integral part of the regular branch breaker. A single pole circuit breaker with integral ground fault circuit interruption shall require no more panelboard branch circuit space than the regular single pole circuit breaker. C. Copper Bus shall be provided for panelboards. Bus shall be provided for the complete length of the panelboard branch circuit area including circuits indicated as spaces. Bus bars shall be drilled and tapped for the indicated spaces for installation of future circuit breakers. D. Single Phase Panelboards, three wire, shall be bussed so that any two adjacent single-pole breakers shall be connected to opposite polarities. A single handle two-pole circuit breaker can be installed in any location, and in place of two adjacent single pole breakers. E. Terminals and connectors shall be provided for the feeder, neutral and branch conductors shown on the Drawings. F. Circuit Numbers shall start at the top of the panelboard. Odd numbers shall be assigned in sequence on the left side, and even numbers shall be in sequence on the right side of the panelboard. G. The Cabinet shall enclose the bus and breaker assembly, and shall be steel fabricated and coated with corrosion-resistant finish as specified in Section 16000 and 16160. The front of the panelboard shall include a trim, hinged door, flush cylinder lock with catch. The lock shall be furnished with two keys, and all locks shall be keyed alike. Fronts shall not be removable when the door is in the locked position. H. Contactors shall be provided as indicated and specified in this Section. I. Metal Circuit Directory frame and card with clear plastic covering shall be provided on the inside of the door. The directory card shall provide a space at least 1/4-inch high and 3 inches long for each branch circuit. The card shall be completely typed to identify each connected and spare circuit. 2.13 MOTORS AND CONTROLS A. The motors shall be furnished and installed with the driven equipment as indicated and specified per plans. B. Motor Wiring shall be provided as shown on the Drawings. Include the wiring interconnections between the motors, motor starters, control panels and controls as required. C. Control Power shall be 120 volts, single phase and 60 hertz unless otherwise indicated. A separate control transformer shall be provided for each motor magnetic starter, contactor and grouped relays as indicated. D. Contactors shall be provided for circuits as shown on the Drawings, specified and required. The contactor shall be electrically held unless otherwise indicated, 600 volt, 60 hertz, industrial duty, and connected to 120 volts AC circuit with remote control device. The drawings shall indicate the number of poles and ampere ratings for the contactors and the locations, which shall be mounted inside motor control centers, panelboards or separate metal enclosures as indicated. Enclosures shall be finished as specified in Section 16000 and 16160. The silver alloy power contacts shall be load break within the rating of the contactor without assistance from additional arcing contacts. The magnetic coil shall be continuous duty, encapsulated and easily removable. The magnet shall provide rapid action on pickup or dropout and satisfactory operation without hum. The 120 volt circuit shall be provided by an individual control power transformer for each contactor. The contactors shall be Square D Class 8903, Cutler-Hammer Type C30, Allen-Bradley Bulletin 702 or approved equal. 2.14 OVERCURRENT PROTECTION Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-8 A. Circuit breakers, fuses, relays and other protective devices that protect the conductors and equipment against overload currents and short circuit currents shall be provided as indicated, specified and required. The circuit breakers shall be coordinated as specified in this Section and Section 16000 and 16141. B. Circuit Breakers shall be molded case type unless otherwise indicated. Breakers shall be quick-make and quick-break on manual or automatic operation. The drawings shall indicate the number of poles and ampere trip ratings. The handle mechanism shall be trip-free which prevents holding the contacts against overload or short circuit conditions. 1. The thermal device shall provide time-delay tripping on overloads, and the magnetic device shall provide instantaneous tripping on short circuits. The instantaneous magnetic trip shall be adjustable and accessible from the front of the circuit breaker on frame sizes above 100 amperes. Non-automatic breakers shall have no tripping devices, and shall be used for manual switching of circuits. Molded case thermal-magnetic circuit breakers shall have at least the following interrupting capacities in symmetrical amperes at 480 volts unless otherwise indicated. a. 100 Ampere Frame - 22,000. b. 225 Ampere Frame - 22,000. c. 400 Ampere Frame - 30,000. d. 600 Ampere Frame - 30,000. e. 800 Ampere Frame - 30,000. f. 1,000 Ampere Frame - 30,000. g. 1,200 Ampere Frame - 30,000. h. 2,000 Ampere Frame – 65,000. i. 2,500 Ampere Frame - 65,000. j. 4,000 Ampere Frame - 65,000. 2. Solid state circuit breakers shall be equipped with programmers, integral current sensors, logic and trip circuitry, sensor-powered shunt trips and integral ground fault protection. The programmer shall include silicon transistors, silicon diodes, silicon controlled rectifiers and printed circuitboards to assure the circuit breaker's reliability and stability. Each printed circuit board shall be given a protective epoxy coating to prevent moisture absorption, fungus growth and signal leakage. Gold plated surfaces shall be provided on all electrical connectors and adjustment taps. Sensing power and signals shall be derived from three current transformers inside the circuit breaker, which shall supply power to the solid state programmer. The trip shall utilize logic circuitry contained in the programmer. The ampere setting shall be a tap adjustment which selects the continuous current setting of the breaker. These tap adjustments shall be made with knobs on the front of the programmers. Regulated d-c power shall be provided by the full wave rectifiers and filters in the power supply. There shall be individual signals from the programmer which shall trip the breaker on overloads, short circuits, ground faults and high temperatures. The interrupting capacity for the solid state circuit breaker shall be 100,000 symmetrical amperes at 480 volts, unless otherwise indicated. It shall be possible to lock the operator handle in the "off" position with a padlock. 3. Molded plastic housings that contain standard molded case circuit breakers and current limiters connected to the load side of the breakers shall be provided as indicated. The circuit breaker shall be ambient temperature compensated, and shall be provided with thermal overload protection. The integrally fused circuit breaker shall be capable of interrupting short circuit currents up to 100,000 symmetrical amperes at 480 volts, unless otherwise indicated. The time current limiting characteristics of the fuses shall be coordinated with the time current tripping characteristics of the circuit breaker. The fuse limiters shall be individually interlocked with the breaker element tripping mechanism so that no fuse can be inserted or removed until the circuit breaker is in the "off" position. An interlock shall be provided so the circuit breaker cannot be closed if a fuse limiter is either missing or has blown. Fuse limiters shall be individually removable from the molded case housing. It shall be possible to lock the operator handle in the "off" position with a padlock. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-9 4. Motor circuit protectors shall be provided as shown on the drawings. They shall be molded case magnetic-trip-only circuit breakers. Each pole shall provide instantaneous protection by means of a single adjustable magnetic element that trips all currents equal or above the trip setting. The single adjustment screw shall adjust all poles simultaneously. Tripping shall be clearly indicated by the handle automatically assuring a position midway between the manual "OFF" and "ON" positions. All poles shall be constructed to open, close and trip simultaneously. The contacts shall be of non-welding silver alloy. It shall be possible to lock the operator handle in the "OFF" position with a padlock. 5. As indicated, motor circuit protectors shall be provided with current limiters having an interrupting capacity of 100,000 amperes, unless otherwise indicated. The MCP and limiter shall be fully coordinated so the motor circuit protector shall open all three poles if the limiter operated. The current limiters shall be so constructed that they can only be replaced by an identical or similar limiter having the same interrupting capacity. It shall be possible to lock the motor circuit protector handle in the "OFF" position with a Padlock. 6. The circuit breakers shall be mounted inside low voltage switchgears, motor control centers, switchboards or separate metal enclosures as indicated. Breakers shall be equipped with indications for the "trip","on", and "off" positions, and connectors that fit the conductors shown on the drawings. Submittal shall include complete descriptive data, technical data and manufacturers Certified Test Reports for circuit breakers 600 amperes and larger. The molded case circuit breakers shall be manufactured by Square D, Allen Bradley, Cutler Hammer, Siemens, General Electric, or approved equal. C. Fused Switches shall be provided in metal enclosures that are suitable for locations shown on the Drawings. Each switch shall be industrial type, heavy duty, horsepower rated, quick-make, quick-break and equipped with fuses, cover-handle interlock, "ON-OFF" indications and feature to lock the operating handle in the "OFF" position. The drawings shall indicate the volts, amperes and number of poles. The switches shall include connectors that shall fit the conductors shown on the drawings. The fuses shall be Fusetron or Low- peak dual-element type and capable to interrupt 200,000 amperes, unless otherwise indicated. Ratings for volts and amperes shall be shown on the drawings. The enclosure shall be finished as specified in Section 16160. On the front of the enclosure, attach a plastic nameplate that identifies the load. The fused switches shall be manufactured by Square D, Allen Bradley, Cutler Hammer, Siemens, General Electric, or approved equal. D. Overload Relays shall be provided in each phase of all circuit breakers and magnetic starters to properly protect the conductors and equipment that shall be connected on the circuits. Provide one spare overload relay for each overload relay provided. E. Overcurrent Protection Device Coordination. All overcurrent protection devices on this project shall be coordinated so that they will perform as follows: 1. When two or more overcurrent protective devices in series with each other experience current flow greater than their rated current, the device with the lowest rated current shall trip and/or open the circuit first and thereby prevent the higher rated devices from operating. 2. The Supplier of the circuit breakers shall prepare a coordination study to verify the above stated performance requirements. The study shall be documented by the Supplier and the documents shall include but not be limited to the following: a. Manufacturer's overcurrent device operating curve printed on transparent paper for each overcurrent device. In the case of fuses, both minimum melt and maximum clearing time curves shall be included. b. One reproducible copy of all project single line diagrams so marked to show which operating curve applies to each overcurrent device on the diagram (the operating curves shall also be correspondingly marked). c. A tabulation of the required settings of all of the adjustable overcurrent devices so that the performance requirements is met. This documented coordination study shall be submitted for Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-10 review before the overcurrent devices are supplied for the project. Circuit breakers which have ground fault protection features are specifically required to meet this performance requirement. 2.15 WIRING DEVICES A. Receptacles and switches shall be specification grade, heavy duty and provided in galvanized steel and cast metal boxes with covers as identified and located on the drawings. Unless otherwise indicated, the device phenolic color shall be ivory for all flush duplex receptacles and local switches, and their coverplates. Unless otherwise indicated the device phenolic color shall be brown for all duplex receptacles and local switches which are installed in surface mounted boxes. Galvanized steel boxes shall be installed in the walls for flush devices. All surface device outlets shall have cast iron boxes. B. Convenience Receptacles, for exterior installations, shall be single, grounding type, polarized, NEMA 5-15R, rated 20 amperes and 125 volts AC, and shall have side screw terminals for copper wire unless otherwise indicated equipped with ground fault capabilities. The metal coverplate shall attach to the box with corrosion resistant screws. The plug opening in the coverplate shall have an ethylene propylene rubber gasket. Attached to the coverplate shall be a stainless steel hinge-spring metal cover. The receptacles shall be ivory and manufactured by Hubbell, Slater, P&S, Arrow Hart, General Electric or approved equal. The convenience outlet shall be weatherproof with the hinged cover closed. Also, the outlet shall be weatherproof with the hinged cover open and a cord plug attached to the receptacle. The coverplate shall be manufactured by Crouse-Hinds, Appleton, Intermatic or approved equal. C. Local and Weatherproof Switches shall be toggle type, rated 20 amperes and 120-277 volts AC, and equipped with side screw terminals for copper wire. Single pole switches shall be #1221, #1991, #4901 brown and ivory. Three way switches shall be #1223, #1993, #4903 brown and ivory. The switches shall be manufactured by Hubbell, Slater, P&S, Arrow Hart, General Electric or approved equal. 2.16 DISCONNECT SWITCHES A. Provide the non-fusible disconnect switches, as indicated, specified and required. B. Switches shall be steel enclosed, heavy duty, NEMA 1 and NEMA 3R as required, 2-pole and 3-pole, 250 volt and 600 volt, ampere rating as indicated, and finished as specified in Section 16000. On the front of the enclosure, attach a plastic nameplate that identifies the load. Disconnect switches shall be manufactured by Square D, Allen Bradley, Cutler Hammer, Siemens, General Electric, or approved equal. C. Mechanisms shall have quick-make and quick-break operating handles and provisions for padlocking in the "OFF" position. The switch shall have an interlock to prevent unauthorized opening of the hinged cover when the switch is in the "ON" position, and an interlock to prevent closing the switch mechanism with the hinged cover open. D. Copper Lugs shall be included for the copper wire connections. The lug shall fit the conductor which shall be connected to the lug. 2.17 SUPPORTS A. Provide the galvanized and PVC coated metal channels, fittings, stanchions, clamps, hangers, and required hardware to support all conduit and equipment as required. B. Channels shall be steel and cold rolled. One side of the channel shall have a continuous slot. On both sides of the slot, the edges turn inward and forms a guide for the spring nuts. The fittings shall be fabricated from steel and attached to the channel with bolts and spring nuts. The channel, fittings and hardware shall be hot-dipped galvanized and manufactured by Unistrut, GTE Products Co., Ideal Industries, Josyln Mfg & Supply Co., or approved equal. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-11 C. One-Hole Clamps shall be malleable iron, galvanized for steel conduits and equipped with clamp-backs. The clamps shall be Efcor, Thomas and Betts, Appleton or approved equal. D. Beam Clamps shall be malleable iron, galvanized, right angle and parallel types. The clamps shall be manufactured by Efcor, Thomas and Betts, Appleton or approved equal. E. Spacers shall be plastic and provided to support underground conduits for concrete encasements. The spacers shall be Carlon, Johns-Manville, Underground Products or approved equal. F. Steel Anchors shall be sleeve and stud types for securing equipment to concrete foundations, floors and walls. The anchors shall be Phillips "Red Head", Diamond or approved equal. Concrete foundation to include 4” housekeeping pad. G. Toggle Bolts shall be steel, spring wing type for securing equipment to hollow walls and ceilings. Toggle bolts shall be Phillips "Red-Head", Diamond or approved equal. H. Conduit Hangers shall be heavy gauge formed steel, galvanized and equipped with carriage bolts, 1/4-inch rods and nuts. The hangers shall be Efcor, Appleton, Ideal Industries, Josyln Mfg & Supply Co. or approved equal. I. U-Bolts shall be heavy gauge steel, galvanized and equipped with two hexagon steel nuts. The U-bolts shall be Efcor, Kindorf or approved equal. J. Hardware shall be provided to securely attach all equipment and materials. 2.18 NAMEPLATES A. Nameplates shall be provided as indicated to identify equipment, and the positions and circuits within the equipment. Also, individually enclosed equipment shall be provided nameplates as indicated. B. The Nameplates shall be laminated black plastic with 1/4 inch high white letters, NEMA ES-1, 3-ply, 1/l6- inch thick, beveled and satin finished. Nameplate inscriptions shall include the identifications for the equipment and loads and shall identify the controls on control equipment as shown on the Drawings. C. Plastic Nameplates shall be provided for switchgears, motor controllers, substations, service equipment, switchboards, motor control centers, panelboards, and individually enclosed circuit breakers, disconnect switches, magnetic starters, relays, manual starters and control stations unless otherwise indicated. Provide lighting switch nameplates as indicated on the Drawings. PART 3 - EXECUTION 3.1 GENERAL A. Provide the wiring installations and equipment installations, including connections and interconnections as indicated, specified and required. Assure proper fits for all equipment and materials in the spaces shown on the Drawings. B. Excavations and Backfills. Earthwork shall be performed for equipment foundations, supports and underground conduits as indicated and as specified. C. Concrete shall be provided for electrical equipment foundations, support foundations and conduit encasements as indicated and as specified. Concrete foundation to include 4” housekeeping pad. D. Painting. Painting shall be provided all for exterior exposed surfaces. Field damaged finishes on equipment shall be touched-up with paint that is equal in quality and color to the original. Finish shall be Desert Beige as approved by the OWNER. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-12 3.2 RACEWAYS A. Provide all the cable tray and conduit installations, including the outlet bodies, boxes, gaskets, covers, fittings and supports to complete the raceway systems as shown on drawings and as required. Install ground conductors in all non-metallic conduits. B. Exposed Installations. The installations shall be completed with hot-dipped galvanized cable trays, rigid steel conduits and intermediate steel conduits with wrench tight connections. In hazardous areas, only rigid steel hot-dipped galvanized conduits shall be installed. In corrosive areas, PVC coated galvanized rigid steel conduits shall be installed. Maintain a minimum clearance of 12 inches for conduits that shall be installed near hot pipes or surfaces (150 Degrees Fahrenheit or higher). Exposed conduits shall be installed parallel or perpendicular to buildings and structures. C. Flexible Conduits. Flexible conduits shall be liquid-tight with fittings for short tight connections (30 inches maximum) to equipment, except in Class 1, Division 1 areas. A separate ground conductor shall be installed in flexible conduit that does not have the internal copper bonding conductor included by the manufacturer. 1. Flexible Couplings. The couplings shall be explosion-proof with fittings for short, flexible, tight connections to equipment in Class 1, Division 1 hazardous areas. D. Threads. All steel conduit threads shall be coated with a corrosion resisting lubricant, and the connections shall be made watertight. The lubricant shall maintain the grounding continuity. 2. Locknuts and Bushings. Locknuts and bushings shall be installed on the threads of steel conduits that enter through close-fit openings in enclosures. E. Sealing Bushings. The bushings shall be installed on the ends of exterior conduits that terminate at indoor equipment. The bushing shall provide a water-tight seal inside the conduit. F. Seal Fittings. Seal fittings shall be connected to rigid steel conduits in hazardous areas to prevent gases and flames to pass from one area to another through the conduit system. Also, sealing fittings shall be installed to completely water seal inside conduits and the areas around steel conduits that pass through concrete floors and outside walls. G. Expansion/Deflection Fittings. Expansion/Deflection fittings shall be connected to steel conduits as indicated and required. H. Penetrations. Penetrations through concrete for sleeves and conduits shall be approved by the Owner. Submit the sizes, locations and methods for all penetrations. I. Stub-ups. All steel conduit stub-ups shall be painted per requirements in Pertinent Sections. Conduits shall be painted a minimum of 4 inches above and below concrete slabs. Finish shall be applied before concrete is poured. Identify spare stub-ups under control panels, motor control centers and switchboards with tags as to the location of the termination of the conduit at the other end. J. Terminations. Conduits entering equipment, including control panels, motor control centers, switchboards, etc. shall enter in the same vertical section in which the circuit will terminate. Tag conduits at each end for identification. K. Tool Marks. Conduits and fittings that have tool marks shall be smoothed and finished with paint that matches the original finish. L. Conduit Through Roof. Provide a watertight seal around the conduit on the roof Coordinate the work with the roofing contractor. M. Furnished Equipment. Provide conduit installations as shown on the Drawings, and specified in other Sections of the Specifications for furnished equipment. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-13 N. Alterations. Alterations to existing installations shall be completed as indicated and specified. 3.3 BOXES AND FITTINGS A. Outlet bodies, boxes, gaskets, covers, fittings and supports shall be installed as indicated, specified and required. B. Cast Iron. Cast iron outlet bodies, boxes, gasketed covers and fittings shall be connected to exposed galvanized rigid steel conduits. C. Sheet Steel. Sheet steel boxes shall be provided with close-fit holes for steel conduit connections. Weatherproof boxes shall be provided with interchangeable conduit hubs for steel conduit connections as indicated. D. Interchangeable Hubs. The hubs shall be installed in steel enclosures for rigid steel conduit connections. Cut a close fitting hole in the sheet steel enclosure and place the interchangeable hub in the opening. Connect the hub on the conduit and make a tight connection to the enclosure. E. The purpose of all circuits shall be legibly identified at the panel, receptacles, junction boxes and equipment in a permanent manner (i.e. Etched Plates, Conductor Tag, Permanent Marker, Etc.). The labeling shall include panel circuit number, “To” and “From” identification and marked “Spare” where applicable. 3.4 CONDUCTORS AND CABLES A. Install all the conductors and cables for the wiring as indicated, specified and required. B. Conductors. Conductors shall be completely installed and connected. Apply wire lubricant to ease the pulling of conductors in conduits. Recommended pulling tensions shall not be exceeded. Splice and terminal connections shall be made tight with spring and compression connectors. The connectors shall be crimped with a tool that provides uniform and tight connections. Connectors shall be sized as outlined in paragraph on Wire Connectors in this Section. Include all the required wiring interconnections. When routing conductors and cables through precast concrete pull boxes and manholes, the longest (not shortest) route from entrance to exit shall be used. C. Insulate. All connections shall be insulated as required with tight wraps of plastic tape. Apply insulation putty to fill irregularities and voids in splices. High and medium voltage cable splices shall be completed as instructed by the cable manufacturer. D. Furnished Equipment. Provide wiring installations as shown on the Drawings, and specified in other Sections of the Specifications for furnished equipment. E. The purpose of all circuits shall be legibly identified at the panel, receptacles, junction boxes and equipment in a permanent manner (i.e. Etched Plates, Conductor Tag, Permanent Marker, Etc.). The labeling shall include panel circuit number, “To” and “From” identification and marked “Spare” where applicable. 3.5 PANELBOARDS A. Install and completely connect all the factory assembled panelboards as shown on the Drawings. B. Elevation. The elevation to the top of the panelboard shall be six feet above grade unless otherwise indicated. C. Clearance Space. Provide at least 1/2-inch clearance between the back of the panelboard cabinet and the RTU Cabinet. D. Anchor Bolts. Securely attach the panelboard to the wall with anchor bolts. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-14 E. Locking Devices. Attach locking devices on the handles of branch circuit breakers for the "ON" position as shown on the Drawings. F. Circuit Director Card. Completely type the card to identify each connected and spare circuit. G. Tight Connections. Provide tight connections for feeder and branch circuit wiring. 3.6 MOTORS AND CONTROLS A. Install all the wiring and control equipment as indicated, specified and required. B. Motors. Motors shall be provided with the driven mechanical equipment. C. Wiring. The wiring installations shall be complete. Include all the required wiring interconnections between the motor magnetic starters, and between the starters and the instrument control panels. Provide motor frame conduit connection boxes as required. Be certain that all wiring connections provide the proper motor rotation. D. Magnetic Starters. The magnetic starters shall be provided in the motor control centers unless otherwise indicated. 3.7 OVERCURRENT PROTECTION A. Install all the overcurrent protective equipment as indicated, specified and required. B. Metal Enclosures. The enclosures for individual equipment shall be constructed to satisfy the condition in the location where they shall be installed. C. Overload Relays. Overload relays shall be provided in the control equipment for three phase and single phase circuits as required. Check the full load amperes for each motor and the overload relay rating. Replace the relays that shall not satisfactorily protect the connected motors. D. Trip Settings. Circuit breakers shall assure the required circuit protection with the indicated trip settings. E. Fuses. Provide fuses that have the current and voltage ratings to protect the circuits shown on the Drawings. 3.8 WIRING DEVICES A. Install the required local switches, convenience outlets and clock outlets complete, including the supports and wiring. 3.9 DISCONNECT SWITCHES A. Provide the complete installations for fused disconnect switches and non-fused disconnect switches where shown on the Drawings and as required. B. Mounting Height. Switches shall be installed 5 feet from grade or floor to the top of the enclosure unless otherwise indicated. C. Connections. The steel enclosures shall be connected complete with steel conduits terminating into interchangeable hubs attached to the enclosures. Wire connectors shall be provided for connecting the copper conductors. 3.10 SUPPORTS A. Install the required structural channels, brackets, stanchions, U-bolts, clamps, anchors, hangers, fittings and other hardware to securely attach and support all the equipment and conduits. Basic Electrical Materials and Methods 50th Street Water Main Replacement Page 16100-15 B. Painting. Brackets, stanchions and other unfinished steel supports shall be painted per requirements of "Painting and Protective Coatings" Section of the Specifications. 3.11 NAMEPLATES A. Nameplates shall be positioned and lined-up to provide a neat appearance. They shall be attached to the cleaned metal surfaces of enclosures as directed by the OWNER. B. Nameplates. Nameplates shall be installed on primary interrupters, switchgears, substations, switchboards, service equipment, motor controllers, motor control centers, panelboards, and individually enclosed circuit breakers, disconnect switches, magnetic starters, manual starters, relays and control stations unless otherwise indicated. Install lighting switch nameplates as indicated on the Drawings. 3.12 CHECKING, ADJUSTING AND TESTING A. Provide the required labor and equipment, and all checking, adjusting and testing operations on the electrical installations. B. Check all wire terminals shall be checked to assure tight connections. C. Adjust repeat cycle timers, interval timers and time delay relays and other devices so the controls shall operate in the indicated sequence. D. Wiring Tests. The tests shall be performed to detect wrong connections, short circuits, continuity and grounds. Insulation tests shall be made with a hand crank test instrument on all cables and conductors. NOTE: WARNING. Do not make insulation tests on any conductors either signal or power that are connected to semi-conductor type equipment. Remove the conductors from the equipment before insulation testing; severe damage may result from meggar-type instruments. Power feeders and branch conductors shall be tested phase to phase, and phase to ground. Phase to ground tests on shielded cable shall mean "conductor to shield". After insulation resistance tests have been performed, high voltage and medium voltage shielded cables shall be "hi- Pot" tested in accordance with the current ICEA Standards and the manufacturer's recommendation. Voltage shall be applied and removed in a slow, even manner, and the conductors shall be grounded for at least one minute after the voltage is removed to insure that no charge remains. Test voltage and application time for the various cables and conductors shall be submitted to the Owner. Correct any defects in the wiring systems. E. Equipment Tests 1. Perform equipment tests as indicated and directed by the manufacturer. Refer to Section 16000 for Manufacturers' Certified Reports on primary interrupters, substations, switchgears, service equipment and motor control centers. F. Test Data. Test data for equipment, shielded cables and supply voltage shall be submitted to the Owner. G. Supply Voltage. Test the supply voltage while the normal plant loads are operating. If the voltage is not within normal limits (plus or minus one percent), notify the power company and request a voltage correction. H. Operation Tests. Perform operation tests and observe that all loads operate satisfactorily. Refer to Section 16000 for Demonstration and Final Operation Test Plans and Results. - END OF SECTION - Cathodic Protection 50th Street Water Main Replacement Page 16200-1 SECTION 16200 CATHODIC PROTECTION PART 1 - GENERAL 1.1 DESCRIPTION A. This project involves the cathodic protection of a polyethylene encased 12-inch ductile iron pipe. B. This specification section outlines the materials, installation and testing requirements of the cathodic protection system such as, but not limited to, high potential magnesium anodes, structure connections, insulating flange kits and wiring for the corrosion protection of underground pipeline. 1.2 QUALITY ASSURANCE A. All cathodic protection installation work shall comply with NACE publication: SP0169 (2013 revision) “Control of External Corrosion on Underground and Submerged Metallic Piping Systems” and with RP0286 (latest revision) “Electrical Isolation of Cathodically Protected Pipelines”. 1.3 SUBMITTALS A. Submittals shall be furnished in accordance with Section 01300 – Submittals and Section 15000 – Piping, General. B. As-built drawings shall be submitted in accordance with the General Provisions. C. Submit manufacturer’s catalog cuts for the following items for review by the Engineer: 1. Galvanic Anodes 2. Terminal Boards 3. Test Station Boxes 4. Shunts 5. Cable 6. Insulating Flange Kits 7. Thermoweld Equipment 1.4 GUARANTEE A. Contractor shall guarantee all materials and workmanship of items furnished under these specifications shall be free from defects for a period of one (1) year after final completion and acceptance of the entire contract work. The Contractor shall, at his own expense, repair or replace all defective materials or workmanship supplied by him that are found to be deficient with respect to any provisions of this specification. Cathodic Protection 50th Street Water Main Replacement Page 16200-2 PART 2 - PRODUCT 2.2 MATERIALS A. Galvanic Anodes 1. The anodes at the test stations shall consist of 32lb. High Potential Magnesium anodes as manufactured by Corrpro or approved equal. 2. Length 30 inches, dimeter 8 inches. 3. Anode Ingot Composition Aluminum 0.010% Max. Manganese 0.50 - 1.3% Copper 0.02% Max. Nickel 0.001% Max. Iron 0.03% Max. Total Other Impurities 0.05 Each or 0.30% Max. Magnesium Balance 4. The anode lead wire shall be No. 12 AWG, seven stranded copper conductors with THHN insulation. The cable connection to the anode shall be cable factory bonded to the anode using a double compression crimp and sealed in a block of resin to provide maximum robustness and prevent water penetration to the copper conductor. 5. Prepackaged anode backfill shall have the following composition: 75% Gypsum, 20% Bentonite, 5% Sodium Sulfate. 2.3 TEST PANEL A. A phenolic test panel shall be used for making electrical connections between the pipeline and anodes, and for the cable terminations for the pipe leads and reference electrodes as shown on the drawings. B. Panel boards shall be 0.25" minimum thickness of laminated phenolic board. The panel fittings shall include compression cable terminals, copper bus bars and current measurement Holloway RS shunts or approved equal. 2.4 TEST STATION BOXES A. Test station terminal boards shall be mounted inside a Christy G5 flush to grade traffic box with cast iron lid marked “CTS WATER”. 2.5 CABLE A. Test cables shall be single conductor size #8 AWG, HMWPE insulated, High Molecular Weight Polyethylene jacketed cable suitable for direct burial. B. All cable conductor sizes and insulator colors shall be as indicated in the cathodic protection drawing details. All cables shall be free of splices unless specifically indicated in the drawings. 2.6 INSULATING FLANGE KITS A. The insulating materials shall be of the type designated by the manufacturer as suitable for the operating temperature and pressure of the applicable service. The insulating flange kits shall be installed by the pipefitters. The flange kits shall comprise the following: Cathodic Protection 50th Street Water Main Replacement Page 16200-3 1. Insulating Gasket: All gaskets shall be full face type of minimum 1/8” thickness dielectric made of laminated G-10 with neoprene on each side of gasket. 2. Insulating Sleeves and Washers: Insulating stud sleeves and washers shall be one-piece construction made of G-10 material with dielectric strength not less than 500 volts per mil, and compressive strength not less than 172.3 Mpa (25,000 psi). 3. Steel Washers: Steel washers shall be 1/8” thick grade 316 stainless steel. 4. Manufacturers: Products shall be manufactured by PSI, Central Plastics, APS or an approved equal. 2.7 THERMOWELD EQUIPMENT A. Manufactured by Continental or Erico. Materials used to be selected and used per manufacturer’s instructions and guidelines. 2.8 CABLE IDENTIFICATION TAGS A. All cables in test stations shall be identified as shown in the drawings. Labeling shall consist of 1-inch Dia. Brass I.D. tags nylon wire tied to each cable. 2.9 CABLE WARNING TAPE A. All buried cables shall have plastic warning tape installed a minimum of 12 inches above the top of the cables for the entire buried length of the cables. The warning tape shall be at least three inches wide and shall be yellow with black lettering with the legend "CAUTION, CATHODIC PROTECTION CABLES BURIED BELOW" in three-inch high lettering printed at a minimum of seven-foot intervals along the entire buried length of the cable. 2.10 COPPER-COPPER SULFATE REFERENCE ELECTRODES A. The permanent copper-copper sulfate (Cu/CuSO4) reference electrodes shall not be susceptible to chloride contamination and will deliver accurate potential measurements for up to 30 years. B. The reference electrode shall be composed of a copper element, which is immersed in a glass tube containing supersaturated copper sulfate solution. C. Each reference electrode shall be tested for electrical potential and resistance prior to shipping. The measurements obtained from these tests are recorded and included with each cell, and cells which do not meet or exceed established performance thresholds are rejected. D. The reference electrode shall provide an accuracy of ±5 millivolts. E. The reference electrode shall be provided with #14 AWG HMWPE insulation. The lead wires shall be continuous without splicing. F. The copper-copper sulfate (Cu/CuSO4) reference electrode shall be model Permacell Plus-B as manufactured by Corrpro or an approved equal. 2.11 PIPE BONDING CABLES A. All bonding cables shall be of the materials and quantity as shown in the drawings. B. Pipe must be bonded at all joints that are not welded. Across all appurtenances except for insulating joints. Cathodic Protection 50th Street Water Main Replacement Page 16200-4 PART 3 - EXECUTION 3.1 ANODE BEDS A. Sacrificial anodes shall be installed in selected excavation sites in trenches horizontal to the piping in accordance to the cathodic protection design drawings. B. Specifically, the anode trench shall be of width and depth to properly accommodate the anodes. C. The anodes must never be lowered or suspended by their cables, anodes shall be lowered into the trenches using suitably sized ropes. D. The anodes must be thoroughly soaked with water as each anode is installed using a minimum of 10 gallons of fresh water per anode. E. After installing the anodes, the trench shall be backfilled to grade using stone and clod free native material. F. Any compaction at the excavation shall be in accordance with the standards and requirements of the permitting agency. 3.2 ANODE CABLES A. Unless specified in civil specifications, dig a 6 (or 12) - inch wide x 24- inch deep trench from the anode bed to the test station box location. B. Route the anode cables to at least 24” below grade. C. Leave slack in the cables at both ends and avoid damage to the cable during installation. 3.3 WIRE AND CABLE A. Depth: Install all underground wires and cables a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. B. Backfill over wire: All buried cables shall have plastic warning tape installed a minimum of 12 inches above the top of the cables for the entire buried length of the cables. 3.4 TERMINAL PANELS A. Location: Install test station enclosure in locations as indicated in the cathodic protection design drawings, generally immediately adjacent to the anode bed behind the curb to allow ready access for testing and routine maintenance. B. Terminate all cables at the test station panels in accordance with the cathodic protection drawings. 3.5 INSULATING FLANGE KITS A. This section applies to the installation of new or the repair/refitting of existing flange kits on below grade flange locations. B. Below Grade Insulating Flange Kits: There shall be pipe flanges with insulating flange kits installed as Cathodic Protection 50th Street Water Main Replacement Page 16200-5 indicated in the drawings. These pipe flanges shall be dedicated solely to cathodic protection electrical isolation. C. The insulating flange kits shall be installed by the Contractor installing the pipeline, pipe fittings and pipe flanges. 3.6 CABLE IDENTIFICATION TAGS A. Brass identification tags shall consist of 1-inch Dia. tags nylon wire tied to each cable. Tags shall be marked/stamped with: “#P” (with a number indicating pipe size in inches), “REF” for reference electrode cables, and “A#” (with a number dedicated to each anode) for anode cables. 3.7 EXOTHERMIC WELDING A. Negative cable connections to specified buried piping shall be accomplished by exothermic welding. Connections shall be on the top of the pipe between the 11 and 1 o’clock position. 1. Observe proper safety precautions, welding procedures, exothermic weld material selection, and surface preparation as recommended by the exothermic weld manufacturer. 2. Ensure there is adequate ventilation in the area of the welding. 3. Ensure that the structure wall thickness is of sufficient thickness that the exothermic weld process will not damage the integrity of the structure. 4. Clean a 4-inch by 4-inch space on the structure surface to a bright, shiny, metallic surface free of all serious pits and flaws by use of a mechanical grinder or a file. 5. Connect wire directly to the structure by use of exothermic weld kits in accordance with the kit manufacturer's instructions. 6. Remove all weld slag from the weldment with a wire brush. 7. Visually inspect the weld for size, material leakage, exposed conductor, porosity, color, and surface finish. 8. Check and verify adherence of the bond to the substrate for mechanical integrity by pulling and applying steady tension on the cable while striking the side of the weld once with a 2-pound hammer with a shearing blow. 9. Any welds that break loose or show signs of poor quality shall be removed and re-welded. 10. If the portion of rejected welds is more than 5 percent or 3 during one work day the Contractor shall stop welding and thoroughly review the weld kit manufacturer's installation instructions and inspection guide to reduce the number of rejected welds. 11. Install a weld cap over the weld. 12. Apply protective coating material to all exposed areas, welds, and conductors in accordance with the manufacturer's recommendations. The coating shall overlap the structure coating a minimum of 1 inch. Allow sufficient time to dry before back filling. 13. Allow sufficient slack in the lead wire to compensate for movement. 14. Pipe test wires shall be wrapped under and looped through itself to provide stress relief. 15. Protect wires from damage until final backfill and termination in junction box. Cathodic Protection 50th Street Water Main Replacement Page 16200-6 3.8 EARTHWORK A. All excavations, trenching, backfilling, compacting and regarding shall be in accordance with applicable contract civil specifications and drawings, with the project specifications and with local jurisdictional authority requirements. 3.9 TESTING AND RECORD KEEPING A. All testing shall be carried out by a NACE level CP-2 qualified engineer or higher under the supervision of a qualified (NACE CP Specialist or Corrosion PE) and experienced personnel employed by a company normally engaged cathodic protection. B. Electrical Isolation: Insulating flanges shall be tested for correct operation prior to tape wrapping or coating and backfilling using a “Gas Electronics model 601 Isolation Flange Tester”. The insulating flange tester shall be operated in accordance with the manufacturer’s instructions. If the flange kit passes the isolation test, then it can be wrapped (or coated) and buried as applicable. If the insulating flange fails the test, then it shall be repaired or replaced by the Contractor and then retested to confirm proper operation. Records shall be retained and submitted to the district. C. Pipe Lead Wire Integrity Tests: After the pipes or fittings are buried, all new test and structure wires shall be tested for their integrity and electrical continuity with the pipeline. Any damaged or broken wires shall be replaced by the Contractor and retested. All records shall be retained and submitted to the Owner. D. Cathodic Protection Surveys: The following minimum tests shall be carried out for each new cathodic protection system installed: 1. Visually inspect the installations for compliance with the cathodic protection design drawings and specifications. 2. Record “Native” (as found) structure-to-electrolyte potentials for all pipes (at all test leads at the test station). 3. Connect the pipe structure wire to the panel board bus bar and record “ON” structure-to-electrolyte potentials at piping terminals in the junction box, 4. Leave the anodes connected for a minimum of 24 hours for the structures to polarize. 5. Install current interrupters at the test stations (use GPS type interrupters to synchronize the interruption cycles of all rectifiers influencing the subject pipelines as needed) and carry out an On/Instant (Polarized) Off structure-to-electrolyte potential survey at all pipe terminals. 6. Submit the commissioning report with tabulated data, conclusions and recommendations to the Owner. 7. Submit as-built drawings to the Owner. 8. The Contractor shall repair all deficiencies prior to final acceptance at no cost to the Owner. 3.10 CLEAN UP A. The Contractor shall be responsible for clean-up and removal of all debris, extra material, and equipment utilized for installation of the cathodic protection system. - END OF SECTION - Instrumentation 50th Street Water Main Replacement Page 17000-1 SECTION 17000 GENERAL INSTRUMENTATION PART 1 – GENERAL 1.1 SCOPE A. The CONTRACTOR shall furnish and install, ready for use, the complete instrumentation and control systems as indicated on the Plans and in the Contract Documents. These documents include descriptions of functional operation and performance, as well as standards, but do not necessarily enumerate detailed specifications for all components and devices which are necessary. However, all components and devices shall be furnished and installed as required to provide complete and operable systems for accomplishing the functions and meeting the performance set forth hereinafter. The Contractor shall also be responsible for field calibrating the provided instruments based on the design requirements and project documents. 1.2 GENERAL PROVISIONS A. Each instrumentation and control system specified shall be separate and distinct and shall be the responsibility of a single manufacturer for the design, construction and furnishing of the desired control hardware, mechanical drawings, interconnection drawings, control piping layout drawings, control conduit layout drawings, internal drawings, installation and start-up supervision and/or calibration of the control equipment. The responsible manufacturer as described in the preceding sentence shall hereinafter be referred to as the "Instrumentation Supplier" and shall bear the responsibility for furnishing a fully complete system operating in a satisfactory manner. B. The instrumentation and control systems shall be furnished and installed by the CONTRACTOR complete and ready to operate, including all necessary interconnections and connections to sources of electrical power, air, water, drains and vents, with all required valves, switches and accessories as specified or as recommended for best operation by the manufacturer of the equipment furnished. C. All necessary mounting panels, stands, hangers and brackets shall be furnished and installed and shall comply with the relevant sections of these Contract Documents. D. In general, overall system accuracy shall be within plus or minus one percent of the actual process parameter being controlled (flow, temperature, etc.), unless otherwise specified. E. Where two or more manufacturers are concerned in furnishing Equipment for a single instrumentation and control system, the CONTRACTOR shall supply the Instrumentation Supplier with such information and drawings from other manufacturers, as are needed to fit their equipment into the control and instrumentation system panels. F. All equipment with interconnects shall be shown together on one coordinated drawing. G. All equipment to be furnished shall be coordinated, and submittals for the equipment shall be provide in accordance with Section 16000, and as required elsewhere in the Contract Documents. H. The CONTRACTOR shall provide factory-trained personnel to supervise and perform the installation and calibration of the control and instrumentation equipment, until this equipment has been field-tested by the CONTRACTOR, and the results of these tests have been reviewed by the ENGINEER. 1. In addition, factory bench-test data shall be submitted to show that the Manufacturer's proposed equipment has been tested in the specified arrangement and found to achieve specified accuracy. 1.3 SUBMITTALS A. The CONTRACTOR shall coordinate the work specified, and shown on the Plans, such that a complete Instrumentation 50th Street Water Main Replacement Page 17000-2 instrumentation and control system for the facility will be provided, and will be supported by accurate shop and record drawings. B. The CONTRACTOR shall be responsible for providing the submittal documents prepared by subcontractors, and ensuring the accuracy and completeness of the documents, prior to delivery to the ENGINEER. C. The CONTRACTOR shall ensure that that the electrical, pneumatic, and hydraulic interface between the instruments and the process equipment is clearly shown in the shop drawing submittal. D. The following shall be submitted to the ENGINEER and returned, reviewed to the CONTRACTOR before fabrication is started: 1. Layout drawings of system showing wiring, piping, valves, switches, and control units in schematic form. This includes individual loop drawings and total integrated system 2. Shop drawings of panels or enclosures showing size, arrangement, color, and nameplates. 3. Bill of material and catalog data on all equipment, wiring, conduit, tubing, and such other accessories as are needed to properly operate the instrumentation and control system. Data sheets shall show: a. Component functional description used herein and on the Plans. b. Manufacturer's model number or other product designation. c. Project tag number used here or on the Plans. d. Project System or Loop of which the component is a part. e. Project location or assembly at which the component is to be installed. f. Input and output characteristics. g. Scale range and units (if any) and multiplier (if any). h. Requirements for electric supply (if any). Requirements for air supply (if any). j. Materials of component parts to be in contact with, or otherwise exposed to, process media. k. Special requirements or features. 4. Wiring diagrams of all electrical work including conduits and piping diagrams of pneumatic/hydraulic systems. 5. Upon acceptance, CONTRACTOR shall submit a minimum of 4 sets of "as built" drawings of the instrumentation and control systems, along with manuals for the installation, operation and maintenance of the equipment. Each set shall include installation, operating, troubleshooting, maintenance and overhaul instructions in complete detail. This shall provide the OWNER with comprehensive information on all systems and components to enable operation, service, maintenance and repair. Exploded or other detailed views of all instruments, assemblies and accessory components shall be included together with complete parts lists and ordering instructions. 6. A complete index shall appear in the front of each bound submittal volume. A separate technical brochure or bulletin shall be included with each instrument data sheet. The data sheets shall be indexed in the submittal by Systems or Loops, as a separate group for each System or Loop. If, within a single System or Loop, a single instrument is employed more than once, one data sheet with one brochure or bulletin may cover all identical uses of that instrument in that System. Each brochure or bulletin shall include a list of tag numbers for which it applies. System groups shall be separated by labeled tags. 7. Drawings showing both schematic and wiring diagrams for control circuits: Complete details on the circuit interrelationship of all devices within and outside each Control Board shall be submitted first, using schematic control diagrams. Subsequent to return of this first submittal by the ENGINEER, piping and wiring diagrams shall be prepared and submitted for review by the ENGINEER; the diagrams shall consist of component layout drawings to scale, showing numbered terminals on components together with the unique number of the wire to be connected to each terminal. Piping and wiring diagrams shall show terminal assignments from all primary measurement devices, such as flowmeters, and to all final control devices, such as samplers, pumps, valves and chemical feeders. The CONTRACTOR shall furnish all necessary equipment suppliers shop drawings to facilitate inclusion Instrumentation 50th Street Water Main Replacement Page 17000-3 of this information by the Instrumentation Supplier. 8. Assembly and Construction Drawings for each Control Board and for other special enclosed assemblies for field installation. These drawings shall include dimensions, identification of all components, surface preparation and finish data, nameplates, and the like. These drawings also shall include enough other details, including prototype photographs, to define exactly the style and overall appearance of the assembly; a finish treatment sample shall be included. 9. Installation, Mounting, and Anchoring Details for all components and assemblies to be field-mounted, including conduit connection or entry details. E. The CONTRACTOR and suppliers are cautioned regarding the review and compliance with the total Contract Documents. Typical examples are control relays, timers, enclosures, and nameplates. These particular items are sometimes furnished and installed by an instrument supplier. However, they are specified in DIVISION 16 of these Contract Documents. PART 2 – PRODUCTS 2.1 CONTROL AND INSTRUMENTATION DEVICES A. Control mechanisms shall be standard devices constructed of corrosion-resistant materials, enclosed in a dust- proof case and mounted as specified in the individual application. Instruments to be mounted outdoors or in basements shall be in weatherproof cases. Corrosion resistant cases shall be furnished where required. Cases shall be finished in manufacturers standard colors except as otherwise specified. All instrument wires or cables shall be enclosed and not exposed or within reach of the public. B. Each meter, indicator, totalizer, controller, recorder or other device shall have an identifying engraved laminated plastic nameplate. This includes all primary elements, such as flow meters. The nameplate shall be mounted on the case so that it will identify the equipment as specified on the drawings. Brass or stainless steel mounting screws shall be used. C. Each receiver and each transmitter shall have an individual cutout, switch and fuse to disconnect the receiver from all sources of power. D. Straightening vanes, pressure snubbers, or other required accessories, shall be furnished and installed if necessary to meet the accuracy requirements in these Contract Documents. 2.2 INTERCOMPONENT WIRING AND TUBING A. Intercomponent wiring shall be run in conduit. Minimum permissible signal wiring insulation voltage is 600 volts, with the exception of special cable as required by the manufacturer and accepted by the ENGINEER. 2.3 POWER SUPPLIES A. Regulated do power supplies for instrument loops shall be designed and arranged so that loss of one supply does not affect more than one instrument loop or system. Power supplies shall be suitable for an input voltage variation of plus or minus 10 percent, and the supply output shall be fused or short circuit protected. Output voltage regulation shall be as required by the instrumentation equipment being supplied. Multi-loop, or multi- system power supplies, will be acceptable if backup power supply units are provided which will automatically supply the load upon failure of the primary supply. The backup supply systems shall be designed so that either the primary or backup supply can be removed, repaired, and returned to service without disrupting the instrument system operation. B. The power distribution from multi-loop supplies shall be selectively fused such that a fault in one instrument loop will be isolated from the other loops being fed from the same supply. Fuses shall be clearly labeled and located for easy access. Multi-loop supply systems shall be oversized for an additional 10 percent future load. Instrumentation 50th Street Water Main Replacement Page 17000-4 Failure of a multi-loop supply shall be indicated on the respective instrument panel or enclosure. PART 3 – EXECUTION 3.1 TRAINING A. The CONTRACTOR shall provide training of personnel in the operation and maintenance of the furnished control systems. B. Training shall be provided as required elsewhere in the Contract Documents, but shall consist of at least eight hours, in a single, or multiple sessions, to accommodate the personnel schedules. C. The CONTRACTOR shall coordinate with the ENGINEER, and the OWNER, to schedule the training sessions at least 5 workings days in advance. - END OF SECTION - Field Instruments 50th Street Water Main Replacement Page 17510-1 SECTION 17510 FIELD INSTRUMENTS PART 1 – GENERAL 1.1 REQUIREMENT A. This section includes the general requirements for furnishing and installing the field instruments as indicated on the Drawings and specified in this Division of these specifications. Other instrumentation and control sections of this Division shall supplement this Section as necessary. These specifications shall not apply to instrumentation to be provided by process equipment vendors as part of the process systems or equipment already approved by the ENGINEER. B. The CONTRACTOR shall be responsible for all field instruments indicated in the Contract Documents. C. The CONTRACTOR shall provide all labor, materials, and incidentals as indicated, specified and required to furnish, install, calibrate, adjust, test, document, start-up and train for each field instrument furnished. D. Labor, materials, apparatus, and components essential to the complete functioning of field instruments described and indicated herein, or which may be reasonably implied as essential, whether mentioned in the Contract Documents or not, shall be furnished and installed by the CONTRACTOR. In case of doubt as to the work intended, or in the event of need for explanation thereof, the CONTRACTOR shall refer to the ENGINEER for supplemental instructions. E. For purposes of clarity and legibility, the Drawings are diagrammatic only. Construction Documents are not intended to show every fitting, junction, or component nor every difficulty that may be encountered during installation or coordination with different equipment manufacturers. The CONTRACTOR shall refer to related data in all Contract Documents and shall verify this information on site. 1.2 SUBMITTALS A. Submittals shall be furnished in accordance with Sections 01300 - Submittals. 1. Descriptive Data: Submit copies of complete descriptive literature, performance data, physical dimensions, power and signal connections for each field instrument to be furnished. Provide name of manufacturer, style, and complete model number. Listing items "as specified" without both make and model or type designation is not acceptable. 2. Component Data Sheets: Submit a component data sheet for each piece of instrumentation equipment similar to an ISA S20 form. Include equipment tag number, manufacturer's model number, location of service, materials of construction, size and scale range, calibrated range, set points, optional accessories and any other useful information. 3. Submit drawings and bill of materials for any sun shields that may be required. Drawings must clearly indicate how the sun shield will be fabricated and mounted. 1.3 OPERATING AND MAINTENANCE MANUALS A. Installation requirements and procedures. B. Complete instructions regarding the operation and maintenance of equipment involved. Instructions and documentation not related to the equipment furnished must be removed or crossed out. O&M manuals must be individually tailored to the project and equipment as furnished. C. Bill of Materials, component data sheets, descriptive literature, product specification sheets, wiring diagrams and calibration procedures. O&M manuals must be individually tailored to the project and equipment as Field Instruments 50th Street Water Main Replacement Page 17510-2 furnished. D. Complete nomenclature of replaceable parts, part numbers, current cost, name and address of nearest vendor of replacement parts. Information on equipment or components not related to equipment furnished must be removed or crossed out. O&M manuals must be individually tailored to the project and equipment as furnished E. Provide a copy of all instrument calibration reports. F. Refer to Specification Section 17000 for additional requirements. 1.4 QUALITY ASSURANCE A. Equipment to be furnished under this section shall be the product of firms regularly engaged in the design and manufacture of this type of equipment. Manufacturer shall assume responsibility for, and guarantee performance of equipment furnished. However, this shall not be construed as relieving the CONTRACTOR from responsibility for the proper installation and functioning of the work. B. The manufacturer shall provide a 2-year equipment warranty. 1.5 COORDINATION A. The CONTRACTOR shall coordinate with all other equipment manufacturer to ensure proper installation and operation of the field instruments. B. The CONTRACTOR shall coordinate with all other trades to avoid conflicts and interferences. No extra compensation will be allowed for changes made necessary due to conflicts between various equipment. C. Any discrepancies noted in these contract documents or discrepancies between Drawings and actual field conditions shall be promptly brought to the ENGINEER for a decision. No extra compensation will be allowed for changes made by the CONTRACTOR without ENGINEERs consent. PART 2 – PRODUCTS A. Provide instrumentation as noted on the Equipment List. 2.1 MAGNETIC FLOWMETERS A. General: 1. Magnetic flowmeter shall be for potable water application. 2. Magnetic flowmeters systems shall be of the low frequency electromagnetic induction type and produce a DC pulsed signal directly proportional to and linear with the liquid flow rate. Complete zero stability shall be an inherent characteristic of the flowmeter system. Each magnetic flowmeter system shall include a metering tube, signal cable, transmitter and flowmeter grounding rings. 3. Magnetic flowmeters shall meet the most recent version of AWAA Standard C701 and C702 Class II. B. Metering Tube: 1. Constructed of coated ductile iron with ANSI B16.5 Class 125 flanged connection. 2. The liner shall be non-conductive and in conformance with the Manufacturer's recommended service. 3. Electrodes constructed of materials that are in conformance with the Manufacturer's recommendation for the meter's intended service. 4. Meter housing rated for accidental submergence. Field Instruments 50th Street Water Main Replacement Page 17510-3 C. Performance Requirements: 1. Measuring Range by Meter Size: a. 2” : 0.5 – 200 GPM b. 3” : 1.0 – 500 GPM c. 4” : 1.5 – 1000 GPM d. 6” : 3.0 – 2000 GPM 2. Pressure Loss by Meter Size: a. 2” : 4.3 psi at 160 GPM b. 3” : 3.2 psi at 400 GPM c. 4” : 6.4 psi at 800 GPM d. 6” : 5.5 psi at 1600 GPM 3. Maximum Operating Pressure: 200 psi 4. Accuracy: ± 1.5 % of flow rate 5. Isolation: Galvanic or Optic 6. Communication Protocol: 4-20 mA and digital signals 7. Coating and Lining Material: NSF/ANSI Standard 61Epoxy Coating 8. Strainer: Stainless Steel Screen and Coated Ductile Iron Cover. 9. Test Plug: Stainless Steel. 10. Electronic Register Battery Life: 10-Year Guarantee D. The meter shall consist of two basic assemblies: the maincase and the measuring chamber. The measuring chamber assembly includes the impeller with a coated titanium shaft, hybrid axial bearings, integral flow straightener and an all-electronic programmable registers with protective bonnet. The maincase shall have an easily removable measuring chamber, a high pressure o-ring seal, testing port and an AWWA compliant strainer. E. Acceptable Manufactures: 1. Sensus 2. or City of Vernon and Engineer Approved Equal PART 3 – EXECUTION 3.1 INSTALLATION A. The CONTRACTOR shall furnish and install all mounting hardware and support structures for the instrumentation and the logic unit as required for proper operation in accordance with the manufacturer's recommendations and the Contract Documents. Materials used for support structures shall be suitable for the environment in which it is installed (corrosive – PVC, Fiberglass or stainless steel, non corrosive – stainless steel; unless indicated otherwise). B. Inspect each instrument and piece of equipment for defects, damage and correct operation before installation. Inspect work area and work involving other trades to verify readiness for installation. C. Field instruments shall be installed per manufacturer's requirements. Verify that all mounting, process and electrical connections are secure and tight before operating instrument. Field Instruments 50th Street Water Main Replacement Page 17510-4 D. Install field instrument identification tag as described above. E. The CONTRACTOR shall verify process connection type and location. All instruments must be rated for the process and application. F. Field instruments installed in hazardous (classified) locations shall be installed in approved enclosures or electrically connected through an intrinsically safe barrier and shall meet all other requirements of NFPA 70 Articles 500-503. G. Furnish and install sun shields for all instruments installed outdoors in direct sunlight. H. Refer to Section 17000 for additional installation supervision, calibration, testing and start-up requirements. - END OF SECTION - SV1466 - Pipe Supports Across Trenches V2264 - Typical Trench Paving Section V2264 TYPICAL TRENCH PAVING SECTION REVISIONS V2264 TYPICAL TRENCH PAVING SECTION FOR SEWER LATERAL REVISIONS WV1374 - Water Main Thrust Block WV1830 - City of Vernon Frame & Cover for Water Service WV2433 - Fire Hydrant Installation WV2435 - 8-Inch Fire Service WV2437 - 8-Inch Industrial Water Service WV2440 - 2-Inch Commercial Water Service WV2458 - 6-Inch Industrial Water Service WV2459 - 4-Inch Industrial Water Service Page 111 of 115 EXHIBIT C EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. Page 112 of 115 NOTICE INVITING BIDS Page 8 of 173 NOTICE INVITING BIDS for 50th Street Water Main Replacement in the City of Vernon, California Bids are to be signed and submitted in TRIPLICATE. ONE ORIGINAL AND TWO COPIES of sealed bids must be received prior to 2:00 p.m., Thursday, February 25, 2021, by the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058, (“Bid Deadline”). All bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of the bid and the bidder’s name address appearing on the outside. Bids should be mailed or delivered in person before 2:00 p.m. on the Bid Deadline. LATE SUBMITTALS WILL NOT BE ACCEPTED. Bids must be received in the City Clerk’s Office before that time. At the bid opening, the City Clerk shall open bid packages and acknowledge the receipt of Bids. Once all bid packages are opened and announced, the Bid Forms will be made available for public review. Bids shall be clearly titled. Copies of Bid Documents, Plans, and Specifications are available at no charge at: www.cityofvernon.org/planetbids. It is the responsibility of all prospective bidders to register on the City’s PlanetBids website to ensure receipt of any addendum(a) issued for any bid specifications. Addenda for any project will be available on the City’s PlanetBids website at: www.cityofvernon.org/planetbids. The City reserves the right to reject as nonresponsive any bid that fails to include the information require by any addendum(a) posted on the City’s PlanetBids website. Pre-Bid Meeting: A pre-bid meeting to answer any questions regarding the project plans and specifications is scheduled for February 09, 2021 at 10:00 a.m. at 2800 E. 50th Street, Vernon, California. This meeting is to answer any questions regarding the project plans and specifications. Attendees must adhere to the State and local guidelines regarding COVID-19, including applicable industry guidelines for construction sites. Attendance is not mandatory. City of Vernon Contact Person: Vernon Public Utilities Attention: Mark Aumentado Phone (Cell): (323) 855-1087 Email: maumentado@ci.vernon.ca.us Page 9 of 173 General Scope of Work: Contractor shall furnish labor, materials, equipment, services, and specialized skills to perform work involved in the Project. The Work in the Bid is defined in the Project Drawings and Specifications and will generally include the following: The Work of this Contract comprises of the construction of the 12” pipeline replacement and the associated renovations to existing water services. The Work shall include civil, mechanical, structural and electrical and control works shown in the Construction Documents. In the event of any conflicts, refer to the “Procedure of Contract Documents” contained in General Conditions, Section 1.10. Mandatory Qualifications for Bidder and Designated Subcontractors: A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the essential requirements for qualification. As part of the Bidder’s Statement of Qualifications, each Bid must establish that: Bidder satisfactorily completed at least five (5) prevailing wage public contracts in California; each comparable in scope and scale to this Project, within ten (10) years prior to the Bid Deadline and with a dollar value in excess of the Bid submitted for this Project. Other Bidding Information: 1. Contract Time: This Work must be completed within 150 calendar days from the date of commencement as established by the City’s written Notice to Proceed. 2. Amount of Liquidated Damages: $1,000 per calendar day 3. Working Hours: 6:00 p.m. to 6 a.m. Street work must be performed during the night. 4. Direction of Work: Work must be performed from Soto Street towards Boyle Avenue. 5. Bidding Documents. Bids must be made on the Proposal Form contained herein. 6. Engineer’s Estimate. An Engineer’s Estimate of the cost of construction of this Work has been prepared. Said estimate is in the range of $700,000.00 to $800,000.00. 7. Acceptance or Rejection of Bids. The City reserves the right to reject any and all bids, to award all or any individual part/item of the bid, and to waive any informalities, irregularities or technical defects in such bids and determine the lowest responsible bidder, whichever may be in the best interests of the City. No late bids will be accepted, nor will any oral, facsimile or electronic bids be accepted by the City. 8. Contractor’s License. At the time of the Bid Deadline and at all times during performance of the Work, including full completion of all corrective work during the Correction Period, Contractor must possess a California contractor’s license or licenses, current and active, of the classification required for the Work, in accordance with the provisions of Chapter 9, Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with Public Contract Code Section 3300, the City has determined that the Bidder must possess the following license(s): “General Engineering Contractor – Class A” The Bidder will not receive a Page 10 of 173 Contract award if at the time of submitting the bid, the Bidder is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active. If the City discovers at the time of the Bid Deadline that Contractor is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active, the City may reject the Bid, cancel the award, declare the Bid Bond as forfeited, keep the Bid Bond’s proceeds, and exercise any one or more of the remedies in the Contract Documents in addition to those provided by law. 9. Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom the Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and the Bidder must provide all of the Subcontractor information that Section 4104 requires (name, address, license number, and portion of the Work). An inadvertent error in the license number will not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In addition, the City requires the Bidder to list the dollar value of each Subcontractor’s labor or services. The City reserves the right to review and disqualify any proposed Subcontractor. The City’s disqualification of a Subcontractor does not disqualify a Bidder. In such case, prior to and as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed and qualified Subcontractor— without an adjustment of the Bid Amount. At the time of the Bid Deadline and at all times during performance of the Work, each listed Subcontractor’s license must be current and active for the portion of the Work listed and shall hold all specialty certifications required for such Work. 10. Permits, Inspections, Plan Checks, Governmental Approvals, Utility Fees and Similar Authorizations. Unless specified otherwise, all Governmental Approvals and Utility Fees shall be obtained and paid for by Contractor and will be reimbursed based on Contractor’s actual direct cost without markup. 11. Bid Forms and Security: Each Bid must be made on the Bid Forms obtainable at the Public Utilities Department. Each Bid shall be accompanied by a cashier’s check or certified check drawn on a solvent bank, payable to “City of Vernon,” for an amount equal to ten percent (10%) of the total maximum amount of the Bid. Alternatively, a satisfactory corporate surety Bid Bond for an amount equal to ten percent (10%) of the total maximum amount of the Bid may accompany the Bid. Said security shall serve as a guarantee that the successful Bidder will, within fifteen (15) calendar days after the date of the award of the contract, enter into a valid contract with the City for said Work in accordance with the Contract Documents. 12. Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 13. Substitution of Securities. Pursuant to California Public Contract Code Section 22300, substitution of securities for withheld funds is permitted in accordance therewith. 14. Prevailing Wages. This Project is a “public work” as defined in California Labor Code Section 1720. Contractor awarded this Contract and all Subcontractors of any tier shall not pay less than the minimum prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Work. The Director of Industrial Relations of the State of California, pursuant to the California Labor Code, and the rates determined by the California Director of Industrial Relations are available online at www.dir.ca.gov/DLSR/PWD/. 15. Payroll Records. Pursuant to SB 854, Contractor and any Subcontractors shall furnish Page 11 of 173 electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). 16. Registration with the Department of Industrial Relations (DIR). No contractor or subcontractor may be listed on a bid proposal for a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR. Carlos Fandino City Administrator Dated: ___________ (Approved as to form by City Attorney) Published: _______ Page 113 of 115 INSTRUCTIONS TO BIDDERS Page 12 of 173 City of Vernon Instructions for Bidders Project: 50th Street Water Main Replacement for Vernon Public Utilities City personnel with whom prospective bidders will deal with are: Mark Aumentado, Vernon Public Utilities, 4305 Santa Fe Avenue, Vernon, CA 90058 (323) 583-8811 Ext. 309. Bid opening date and time: February 25, 2021 (“Bid Deadline”) Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon, CA 90058 The bid must be received by the City Clerk prior to the time set for bid opening. A bid received by the City Clerk after the time set for the bid opening is a non-responsive bid and shall not be considered. GENERAL BID REQUIREMENTS To be considered, a bidder must strictly follow the format for bids in the specifications. Bids must be binding and firm. Any bids may be withdrawn before bid opening, but bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 1. CONTRACTORS LICENSE The Bidder must possess a valid State of California Contractors License and must list type in the classification(s) specified in the Notice Inviting Bids at the time of the Bid Deadline and at all times during the performance of the Work, except as otherwise provided in California Business and Professions Code Section 7028.15. 2. INTERPRETATION OF BIDDING DOCUMENTS, SPECIFICATIONS AND ADDENDA A. If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of any part of the Bidding Documents, or who finds discrepancies, errors or omissions therein or who finds variances in any of the Bidding Documents with applicable law, such Bidder shall at once submit a written request for an interpretation or correction thereof to the City’s representative identified in the Notice Inviting Bids, or other designated individual. All Bidders shall submit such written requests to City not less than ten (10) calendar days prior to the Bid Deadline. The person or entity submitting the request shall be responsible for its prompt delivery to City’s Contact Person identified in the Notice Inviting Bids. Page 13 of 173 Any interpretation or correction will be made only by Addendum issued by the City and a copy of such Addendum will be delivered to all Interested Bidders of record. Any Addenda so issued must be acknowledged in the Bid and the cost of performing Work described in the Addenda shall be included in the Bid. Bidder’s failure to acknowledge receipt of all Addenda may result in rejection of the Bid as nonresponsive. No person is authorized to render an oral interpretation or correction of any Bidding Documents and no Bidder may rely on any such oral interpretation or correction issued by the City. The City shall not be responsible for any other explanation or interpretation of the Drawings or Specifications, or for any oral instructions. City reserves the right to extend the Bid Deadline by issuing an Addendum to Interested Bidders no later than 72 hours prior to the Bid Deadline. Bidders shall use complete sets of Bidding Documents in preparing Bids; City shall not assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. B. Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose. Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued and the Bidder shall acknowledge their receipt in the Bid. 3. OBTAINING DRAWINGS AND DOCUMENTS Bidder may secure Bidding Documents only from the location specified in the Notice Inviting Bids. City will maintain a list of persons who obtained a copy of these Specifications (“Interested Bidders”). Only Interested Bidders will receive Addenda, if so issued. 4. BID FORMS – SUBMITTAL A. The Bids shall be made on the forms provided herein with all blank spaces properly filled in. B. The phraseology shall not be changed, and no additions shall be made to the items mentioned herein. Unauthorized conditions, exemptions, limitations, or provisions attached to a Bid will render it informal and may cause its rejection. All forms requiring specific information shall be completed with all applicable information for a Bid to be considered responsive. C. Include all Bid Forms, properly executed, and intact on forms provided. Enclose the Bid Forms in a sealed envelope; type or print on the envelope "BIDS for" followed by the title and Specification Number and the date and time of the Bid Deadline, and the Bidder's name and address. The envelope may be mailed, hand delivered, or delivered by courier or package delivery service. D. One Original Bid and two copies shall be hand delivered, delivered by courier or package delivery service to the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058. Page 14 of 173 E. Bids received after the Bid Deadline or at any place other than the Office of the City Clerk will not be considered. 5. BID FORMS – AUTHORIZED SIGNATURES A. The full name, business address, zip code, and business telephone number, with area code of the individual, partnership, joint venture, or corporation submitting the Bid shall be typewritten or legibly printed on the Bid Forms. The Bidder shall sign the form with his/her usual wet ink signature. B. Sole Proprietorship: An individual shall sign. C. Partnership (General or Limited): A partner shall sign for a partnership; the partner shall give the names and addresses of all partners. D. Corporation: An officer shall sign for a corporation. The corporate name must be attested by the corporate seal. The names and titles of the president and all officers of the corporation who are authorized to sign the Bid Forms must be listed in an authenticated Incumbency Certificate signed by the corporate secretary. A signature other than a corporate officer’s will be accepted only if an authenticated Incumbency Certificate is attached. E. Joint Venture: Bidders shall use the appropriate section(s) listed above in B-D, based on their applicable situation. 6. BID FORMS – SCHEDULE OF BID PRICES A. The Bidder shall include in his/her Bid price(s) any and all expense or costs that may be necessary to complete the project in accordance with the requirements of the Contract. The cost of all mobilization, preparatory work and operations for the multiple movements of personnel, equipment, supplies, and incidentals to the various project sites must be included in the various bid items, and no extra compensation will be paid to Contractor. B. The Bidder shall state for each item on the Schedule of Bid Prices form, in clearly legible figures, the Base Bid, the alternates, and the unit price and item total or lump sum, as the case may be, for which he/she proposes to supply labor, materials, and equipment and to perform the Work. Bids must not contain any erasures, interlineations, strike-throughs or other corrections unless the same are suitably authenticated by affixing in the margin immediately opposite such erasure or correction the initials of the person(s) signing the Bid. If any Bid, or portion thereof, is determined by the City to be illegible, ambiguous or inconsistent, City may reject such a Bid as being non-responsive. C. In the case of a unit price item, the amount set forth, as the item total shall be the product of the estimated quantity times the unit price Bid. In the event of a discrepancy between the unit price Bid and the item total, the unit price shall prevail; however, if the unit price is ambiguous, unintelligible, or uncertain for Page 15 of 173 any cause, or is omitted, or is the same amount as the entry for the item total, then the item total shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govern. D. All requested Alternates, if any, shall be Bid. See the Schedule of Bid Prices for more information and the list of Bid Alternates, if any. If no change in the Base Bid is required, enter “No Change.” 7. BID SECURITY A. Each Bid shall be accompanied by cash or a cashier’s check or a certified check, drawn on a responsible bank doing business in the United States payable to the City, or a satisfactory Bid Bond in favor of the City executed by the Bidder as a principal and a California admitted surety company (as defined by California Code of Civil Procedure §§995.120 and 995.311) as surety (“Bid Security”). B. All bonds must be issued by a California admitted surety insurer with the minimum A.M Best Company Financial strength rating of “A:VII” or better. Bonds issued by a California admitted surety not listed on Treasury Circular 570 will be deemed accepted unless specifically rejected by the City. Bonds issued from admitted surety insurers not listed in Treasury Circular 570 must be accompanied by all documents enumerated in California Code of Civil Procedure Section 995.660. All such bonds must be accompanied by a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California, all copies of the bonds must be countersigned by a California representative of the surety. The signature of the person executing the bond on behalf of Surety must be acknowledged by a Notary Public as the signature of the person designated in the power of attorney. C. Bid Security shall be in an amount not less than 10% of the Base Bid. Any Bid submitted without Bid Security will be rejected as non-responsive. The Bid Security shall be given as a guarantee that the successful Bidder will execute the Contract and will provide the insurance, bonds and other required forms within fourteen (14) calendar days after award of the Contract. Bidders will be entitled to return of Bid Security except when a successful Bidder forfeits its Bid Security. A forfeit may occur, for example, if the successful Bidder withdraws its Bid prior to the expiration of ninety (90) calendar days after award of the Contract; attempts to withdraw its Bid when the requirements of Public Contract Code § 5101 et seq. are not met; or refuses or fails to execute the Contract and provide the required bonds, insurance or certificates within fourteen (14) calendar days after award of the Contract. In any one or more of these events, if City awards the Contract for the Work to the next lowest responsible Bidder, the amount of the original lowest Bidder’s security shall be applied to the Contract Price differential between the lowest Bid and the second lowest Bid. Any surplus will be returned to the original lowest Bidder. If the City rejects all other Bids presented and re-advertises, the Page 16 of 173 lowest Bidder’s Bid Security may be used to offset the City’s cost of re-advertising and receiving new Bids. In that case, the surplus if any, will be returned to the original lowest Bidder. D. The Bid Security shall be held for ninety (90) calendar days after the award of the Contract or until posting by the successful Bidder of the payment and performance bonds, proof of insurance, return of executed copies of the Contract and necessary certification(s), whichever first occurs, after which time the Bid Security will be returned to all Bidders. E. If a Bid Bond is to be submitted, Bidder shall use the form entitled "Bid Bond" contained in the Bidding Documents, which Bid Bond shall be properly executed and acknowledged by the Bidder and by a corporate surety authorized to transact such business in the State of California. F. Any alteration of said form of Bid Bond, or imperfection in the execution thereof, as herein required, will render it informal and may, at the option of the City, result in the rejection of the Bid under which the Bid Bond is submitted. 8. BIDDER'S AND SPECIALTY CONTRACTORS’ STATEMENTS OF QUALIFICATIONS A. Each Bidder shall be required to complete, execute and submit with its Bid, the form entitled "Bidder's Statement of Qualifications. Work must satisfy the mandatory qualifications described in the Specialty Contractor or Subcontractor Statement of Qualifications applicable to the Work to be performed by each Subcontractor and Bidder must submit the completed forms with the Bid. Notwithstanding the provisions of Paragraph 22 herein, the Bidder’s Statement of Qualifications. All information required by a Bidder’s or Specialty Contractor Statement of Qualifications shall be completely and fully provided. If no information is to be filled in a blank space, then write "none." Any Bid not accompanied by a Bidder’s Statement of Qualifications B. A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform fully the requirements of the contract documents. In selecting the lowest responsible Bidder, consideration will be given not only to the Bidder’s financial standing but also to the general competency of the Bidder for the performance of the work covered by the Bid including, but not limited to, the experience of the Bidder in construction of public buildings for public agencies. By submitting a Bid, each Bidder agrees that the City, in determining the successful Bidder and its eligibility for the award, may consider the Bidder’s experience with similar types of construction projects and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the Bidder’s performance of the work. Page 17 of 173 9. DESIGNATION OF SUBCONTRACTORS A. Subcontractor Listing. On the Designation of Subcontractors form, the Bidder shall list each Subcontractor whom the Bidder must disclose under the Subletting and Subcontracting Fair Practice Act, Public Contract Code Section 4104. The Bidder shall provide: each Subcontractor’s name, the trade and type of work that the Subcontractor will perform, the location (address) of the Subcontractor’s place of business, each Subcontractor’s license number, and the dollar value of each Subcontractor’s labor or services. If additive Alternate Bid Items are included in the Bidding Documents, the Bidder shall identify each Subcontractor performing additive Alternate Bid Items, when such Work — or the combination of base Contract Work and Alternate Work — exceeds one-half of one percent of the total Bid Amount. B. Subcontractors’ Licenses. At the time of the Bid Deadline and at all times during performance of the Work, each listed Subcontractor shall possess a current and active California Contractor’s license appropriate for the portion of the Work listed for such Subcontractor, and hold all specialty certifications required for such Work. C. Disqualification of a Subcontractor. The City has the right to review the suitability and qualifications of any Subcontractor proposed by the Bidder. As part of this review, the City may request a Bidder to submit additional information about one or more of the listed Subcontractors—including, but not limited to—a statement detailing the Subcontractor’s experience with pertinent information as to similar projects and other evidence of the Subcontractor’s qualifications. If requested, the Bidder shall provide the information to the City within the time specified in the City’s written request. After due investigation, if the City has a reasonable objection to any proposed Subcontractor, the City may, before giving the notice of award, require the apparent successful Bidder to submit an acceptable substitute. The City’s disqualification of a Subcontractor does not disqualify a Bidder. However, prior to and as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed and qualified Subcontractor without an adjustment of the Bid Price. D. Work of Subcontractors. The organization or arrangement of the Specifications and Drawings do not limit the extent of the Work for the Contract Documents. Accordingly, all Bidders are encouraged to disseminate all of the Specifications, Drawings and other Contract Documents to all persons or entities submitting sub- bids to the Bidder. The omission of any portion or item of Work from the Bid or from sub-bids, which is reasonably inferable from the Contract Documents, will not be a basis for adjustment of the Contract Price or the Contract Time. E. Ineligible Subcontractors. The successful Bidder is prohibited from performing Work on the Project with any Subcontractor who is ineligible to perform work on a public works project pursuant to California Labor Code Sections 1777.1 or 1777.7. In submitting its Bid, the Bidder certifies that it has investigated the eligibility of each and every listed Subcontractor and has determined that none is Page 18 of 173 ineligible to perform work pursuant to the above code provisions. 10. CONTRACTOR’S NONCOLLUSION AFFIDAVIT A Noncollusion Affidavit in the form provided by the City shall be signed under penalty of perjury, certifying that the Bid is not the result of and has not been influenced by collusion. Bidder shall submit this form with its Bid. Any Bid made without such affidavit, or believed to be made in violation of the requirements set forth in the affidavit form, may be rejected. 11. INSURANCE REQUIREMENTS The Bidder shall submit to its insurance company or insurance agent the Insurance Requirements in this Specification and the Contract Documents. The insurance company’s underwriter or agent must complete the Insurance Requirements documentation which states that the insurer’s underwriter or agent will furnish the City with the required insurance documents within fourteen (14) days after the Bidder’s having been notified of the Contract’s award. The Bidder shall submit this form with its Bid. Any Bid made without this statement, or made with an incomplete statement, may be rejected. 12. EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORK A. The Bidder shall examine carefully the site of the Work contemplated and the Drawings and Specifications. The submission of a Bid will be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of Work to be performed and materials to be furnished, the difficulties to be encountered, and to the requirements of the Drawings, Specifications, and other Contract Documents. The Bidder shall ascertain the locations of the existing utility services, and other underground facilities, and provide for carrying out its operations so as to cause the minimum possible inconvenience to the occupants of properties along any streets affected. All Work and costs involved in the safeguarding of the properties of others shall be at the expense of the Bidder to whom the Contract may be awarded. B. The Bidder hereby certifies that it has examined the local conditions, has read each and every clause of the Contract Documents, and that it has included all costs necessary to complete the specified Work in its Bid prices, and the Bidder agrees that if it is awarded the Contract, it will make no claim against the City based upon ignorance of local conditions or misunderstanding of any of the provisions of the Contract. Should the conditions turn out otherwise than the Bidder anticipated, the Bidder agrees to assume all risks incident thereto. 13. PRICES AND PAYMENTS Approximate quantities listed in the Schedule of Bid Prices are estimates given for comparing Bids, and no claim shall be made against the City for excess or deficiency therein, actual or relative. Payment at the prices agreed upon will be in full for the completed Work and will cover materials, supplies, labor, tools, equipment, and all other Page 19 of 173 expenditures incident to a satisfactory compliance with the Contract, subject to all applicable provisions in the Contract and General Conditions. 14. PERMIT FEES If provided in the General Conditions, Contractor shall be reimbursed for the actual direct cost of all Permit Fees, as defined in Paragraph 1.01 and addressed in 1.03 of the General Conditions. Bidder shall exclude the cost of Permit Fees from Bidder’s Base Bid sum; Base Bid sum shall include the cost of administration and coordination for all Governmental Approvals and Utility Fees. 15. SUBSTITUTIONS No requests for substitution of any material, device, product, equipment, fixture, form, or type of construction shall be considered by City prior to award of the Contract. Bidders shall submit all requests for substitution and substantiating data, within twenty (20) calendar days from the date of the Notice to Proceed. Bidder shall refer to the appropriate provisions of the General Conditions for additional information regarding substitutions. Authorization of a substitution is solely within the discretion of the City. 16. RETURN OF IMPROPER BIDS Bids submitted after the Bid Deadline are non-responsive and shall be returned to the Bidder unopened. Oral, telephonic, telegraphic, facsimile or electronically transmitted Bids shall not be considered unless the Notice Inviting Bids expressly permits such means of transmittal. 17. WITHDRAWAL OF BIDS Bidder may withdraw its Bid either personally or by written request any time prior to the scheduled Bid Deadline by notice to the City’s Contact Person designated in the Notice Inviting Bids. If such notice is written, it shall be signed by the Bidder and shall be date - stamped and time-stamped by the City upon receipt. Withdrawn Bids may be resubmitted before the Bid Deadline provided that they are in full conformance with these Instructions to Bidders. Once submitted, all Bids are irrevocable, except as otherwise provided by law. Requests for withdrawal of Bids after the Bid Deadline shall be made only in accordance with California Public Contract Code § 5100, et seq. Bidder agrees by submitting a Bid that such Bid shall remain open, is irrevocable, and may not be modified, withdrawn, or cancelled for a period of ninety (90) days after award of the Contract. 18. OPENING AND EVALUATION OF BIDS A. Bid Opening and Tabulation. The Bids shall be opened and read in public after the Bid Deadline has expired at the time and location listed in the Notice Inviting Bids. A tabulation of all Bids received will be available for public inspection at the Office of the Public Utilities Department, 4305 Santa Fe Avenue, Vernon, CA 90058 during regular business hours for a period of not less than thirty (30) calendar Page 20 of 173 days following the Bid Deadline. The City reserves the right to accept or reject any or all Bids and be the sole judge regarding the suitability of the products, services or supplies offered; and/or to waive any irregularities or informalities in any Bids or in the bidding process. The City further reserves the right to purchase all or fewer than all items or quantities of each item listed in the Bidding Documents. The award of the Contract, if made by the City, shall be to the lowest responsive and responsible Bidder. If Bid Alternate Items are called for, the lowest Bid shall be determined according to Paragraph 20 below. B. Evaluation of Bids. 1. Mandatory Qualifications. A Bid shall be rejected as non-responsive if the Bidder fails to document in the Bid that Bidder meets the essential requirements for qualification described in the Notice Inviting Bids. As part of the Bidder’s Statement of Qualifications each Bidder must establish that it, as the current entity: (1) has successfully completed at least five (5) similar projects involving similar work within the last ten (ten) years with a cost equal to or in excess of the Bidder’s Bid; and (2) has successfully completed at least five (5) public works projects. 2. Responsive Bid. A responsive Bid is a Bid which conforms, in all material respects, to the Bidding Requirements and Contract Documents. 3. Responsible Bidder. A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform fully the requirements of the Contract Documents. 4. Competency of Bidders. In selecting the lowest responsible Bidder, consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the Work covered by the Bid including, but not limited to, the experience of the Bidder in construction of public works for public agencies. By submitting a Bid, each Bidder agrees that the City, in determining the successful Bidder and its eligibility for the award, may consider the Bidder’s experience with similar types of construction projects and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, safety record and protocols and other factors which could affect the Bidder’s performance of the Work. 19. AWARD OF CONTRACT The City reserves the right to reject any or all Bids and to waive any or all information or technical defects, as the interest of the City may require. Award of Contract or rejection of Bids will be made by the City within ninety (90) calendar da ys following the Bid Opening. Page 21 of 173 20. BASIS OF AWARD A. A Contract will be awarded to the lowest responsive and responsible Bidder meeting all requirements set forth in these Bidding Documents. The City will award the Contract based on the lowest Base Bid including all alternates. B. City reserves the right in its sole discretion to select any, all, or none of the Bid Alternates at the time of award of the Contract, regardless of whether such Bid Alternates were used in the analysis to determine the lowest Bid. 21. EXECUTION OF CONTRACT Within fourteen (14) calendar days after being notified by City that it has been awarded the Contract, Contractor shall deliver to the City the following documents: A. Two (2) copies of the Contract in the form included herein, properly executed by Contractor and, if Contractor is a corporation, evidence of its corporate existence and that the persons signing the Contract are authorized to do so. All signatures must be notarized. B. Properly executed copies of the (a) Performance Bond (b) Labor and Material (Payment) Bond and (c) Maintenance Bond in accordance with the requirements set forth in Article 13 of the General Conditions and in the form shown on Exhibits A1, A2 and A3 attached thereto. All signatures must be notarized. C. Properly executed policies of all of the following: (a) the Commercial General Liability Insurance, (b) the Automotive Liability Insurance, and (c) Professional Liability, if required, and (e) the corresponding endorsements for each policy in accordance with the requirements set forth in Article 12 of the General Conditions. In the event that the fourteenth calendar day falls on Saturday, Sunday, a legal holiday for the State of California, or on days when City Hall is closed, the aforesaid documents shall be delivered by the following working day. After receipt of said documents within said time period or any extension thereof granted by the City, the City shall execute the Contract and return one (1) of said two (2) copies to Contractor for its files. 22. PUBLIC RECORDS City seeks to conduct its business openly. Except as set forth in paragraph 8.A., upon opening, all Bids shall become a matter of public record and shall be regarded as public, with the exception of those elements of each Bid that are identified by the Bidder and plainly marked as “trade secret,” “confidential,” or “proprietary,” including any Statement of Qualifications and financial statements to be submitted by Bidders. Each element of a Bid which a Bidder desires not to be considered a public record must be clearly marked as set forth above, and any blanket statement (i.e. regarding entire pages, documents, or other, non-specific designations) shall not be sufficient and shall not bind the City in any way Page 22 of 173 whatsoever. If City receives a request from a third party to make a Bid available for inspection and copying, the City will notify the Bidder of the request. If a Bidder instructs the City that the information is not to be released, City will withhold the information, provided, the Bidder expeditiously seeks a protective order from a court of competent jurisdiction to prevent such release. If disclosure is required under the California Public Records Act or otherwise by law (despite the Bidder’s request for confidentiality), the City shall not in any way be liable or responsible for the disclosure of any such records or part thereof. Bidder shall indemnify, defend (including Bidder’s providing and paying for legal counsel for City), and hold harmless City, its officers, agents, employees, and representatives from and against all liability, claims, suits, demands, damages, fines, penalties, costs, or expenses arising out of or alleging City’s refusal to publicly disclose one or more records that Bidder identifies as protectable, or asserts is protectable. 23. PREVAILING WAGE RATES AND EMPLOYMENT OF APPRENTICES A. Prevailing Wage Rates. The Bidder and all Subcontractors shall utilize the relevant prevailing wage rate determinations in effect on the first advertisement date of the Notice Calling for Bids in preparing the Bid Proposal and all component price quotations, provided, however, that when Davis Bacon wage rates apply, such rates are subject to increase by written notice, issued by Addendum not less than 10 calendar days before the Bid Deadline. Pursuant to California Labor Code Section 1770 et seq., the Director of the Department of Industrial Relations of the State of California and the United States Secretary of Labor have determined the general prevailing wage rates in the locality in which the Work is to be performed. Said rate schedules are available on the Internet at www.dir.ca.gov/DLSR/PWD/. The wage rate for any classification not listed, but which may be required to execute the Work, shall be commensurate and in accord with specified rates for similar or comparable classifications for those performing similar or comparable duties. To comply with California Labor Code Section 1773.2, Contractor shall post, at appropriate and conspicuous locations on the job site, a schedule showing all applicable prevailing wage rates and shall also comply with the requirements of California Labor Code Sections 1773 et seq. B. Apprenticeship Committee Contract Award Information. Pursuant to California Labor Code § 1777.5 and Title 8 of the California Code of Re gulations § 230, Contractor and Subcontractors of any tier who are not already approved to train by an apprenticeship program sponsor shall, within ten (10) calendar days of signing the Contract or subcontract, as applicable, but in any event prior to the first day in which Contractor or Subcontractor has workers employed on the Project, submit the Public Works Contract Award Information form (DAS Form 140) to the appropriate local apprenticeship committees whose geographic area of operation include the area of the Project and who can supply apprentices to the Project. City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. Page 23 of 173 C. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract or subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26) shall be completed for each Contractor and Subcontractor of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits, vacation funds or makes pension contributions. The form must contain, for each worker classification, the fund, plan or trust name, address, administrator, the amount per hour contributed and the frequency of contributions. Training fund contributions shall also be reported in this form. City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. D. Notice to Subcontractors. Bidders shall notify all potential Subcontractors submitting price quotations for portions of the Work of the requirements concerning payment of prevailing wage rates, payroll records, hours of Work, and employment of apprentices. 24. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) No contractor or subcontractor may be listed on a bid proposal for a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR. 25. SPECIAL CITY REQUIREMENTS Special City forms and their instructions are an integral part of these specifications and failure to submit same may be grounds, in the sole discretion of the City, for rejection of any Bidder. A. Prevailing Wage Where Applicable. Upon request, certified payroll documents shall be provided to the City. B. Equal Employment Opportunity in Contracting. The City of Vernon is committed to a policy of equal opportunity in contracting. Qualified firms including small businesses and businesses owned by women, minorities, and disabled persons are encouraged to submit bids or proposals. Contractors expressly agree to comply with the City's ordinances and regulations regarding Equal Opportunity Employment as well as regulations that may be mandated by the source of the funds supporting the Contract. Contractor certifies and represents that during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not discriminated Page 24 of 173 against because of their age not discriminated against because of their race, religion, religious belief, color, national origin, citizenship, ancestry, disability, sex, age, medical condition, pregnancy, sexual orientation or marital status. Contractor certifies that it will not maintain any segregated facilities. Contractor shall comply with all applicable Federal and California laws including, but not limited to, the California Fair Employment and Housing Act (California Government Code Section 12900, et seq.), California Labor Code Section 1735, and The Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.). Contractor shall require like compliance by all Subcontractors employed on the Work. 26. BID PROTEST PROCEDURES A. Any Bidder submitting a Bid directly to the City and eligible for award of the Contract may file a protest if the Bidder complies with all of the following requirements and conditions: 1. The Bid protest is in writing; 2. A protest based upon alleged defects or improprieties in the Contract Documents is filed with the City prior to the Bid Deadline; 3. All other protests are to be filed and received by the City no more than five (5) calendar days following the City’s notice of intent to award the Contract; and 4. The written Bid protest sets forth, in detail, all grounds for the Bid protest, including without limitation: all facts, supporting documentation, legal authorities, and argument in support of the grounds for the Bid protest. All factual contentions must be supported by competent, admissible, and credible evidence. B. Any matters not set forth in the written Bid protest will be deemed waived. Any Bid protest not conforming to the foregoing requirements and conditions will be rejected by the City as invalid. C. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder’s submission of this Bid and the City acceptance of same, the Bidder shall indemnify, defend (with counsel acceptable to City), and hold harmless the City, its City Council members, employees, and agents from liability, claims, demands, damages, and costs arising therefrom if such dispute or action arises solely upon the award of a Contract in compliance with federal, state, and local laws. [END OF DOCUMENT] Page 114 of 115 BID FORMS BIDDER'S PROPOSAL The undersigned submits this Bid in response to the Notice Inviting Bids issued by the City to construct the Work of the following Project in accordance with the Contract Documents: PROJECT: 50th Street Water Main Replacement, Contract No. LP-0584 A. Enclosed herewith and by this reference incorporated herein and made a part of this Bidder's Bid are the following completed forms: 1. Bidder's Proposal 2. Schedule of Bid Prices 3. Incumbency Certificate 4. Bid Security in the following form (check one): q Cashier's Check ❑Certified Check ~ Bid Bond ❑Cash 5. Bidder's Statement of Qualifications 6. Experience Form 7. Statement of Violations of Federal, State o~ Local Law, if applicable 8. Contractor Safety Questionnaire 9. Designation of Subcontractors 10. Contractor's Affidavit of Noncallusion 19. Insurance Requirements Affidavit 12. Statement of Disqualification or Debarment. 13. Pre-Bid Site Inspection Certification. B. Acknowledgment of Addenda. The Bidder shall acknowledge the receipt of all Addenda by attaching a signed copy of all Addenda, and by listing all Addenda received and attached in the space below. If an Addendum or Addenda have been issued by the City and not attached and noted above as being received by the Bidder, the Bid may be rejected. C. Inspection of the Work and Contract Documents. Bidder certifies that it has carefully examined and is fully familiar with all of the provisions of the Bidding Documents and said Bidding Documents contain sufficient detail regarding the Work to be performed; that it has notified City of any errors or omissions in the Bidding Page 26 of 173 Documents andlor any unusual site conditions; and that it has carefully checked all words, prices, and statements in this Bitlding Document. Bidder hereby certifies that helshe and hislher Subcontractors have inspected the site and related Drawings and Specifications of Work and fully acquainted themselves with all conditions and matters which may in any way affect the Work, time of completion or the costs thereof. Bidder also certifies he/she has observed the designated Contractor Work areas and access routes, if disclosed or shown, as part of the Work in this Co~~tract. Page 27 of 173 PRE-BID SITE INSPECTION —CERTIFICATION: Persons) who inspected site of the proposed Work for your firm; Name: Andrew Cedro Date of Inspection February 16, 2021 Title: President r Name: - Date of Inspection ~ ~~ jS ~ ~-~2 r' c Title: ~~'e S ~ a~ C~ ~ D. Bidder agrees that all costs of Work shown in the Bidding Documents, including work reasonably inferable therefrom and necessary thereto, are included in his/her Bid. All Work shown in the Contract Documents for which a specific line item is not provided in the Bidding Form is included in the Bidder's Total Base Bid Price. Contractor shal l be reimbursed for the actual direct cost of all Permit Fees, if any, as defined in Paragraph 1.01 and addressed in Paragraph 1.03 of the General Conditions. Bidder shall exclude the cost of Permit Fees from Bidder's Base Bid sum; Base Bid sum shall include the cost of administration and coordination of Governmental Approvals and Utility Fees. Bidder agrees that City will not be responsible for any errors or omissions on the part of the undersigned in making this Bid. E. Forfeiture of Bid Security. Bidder further agrees that, in case of hislher default in executing the required Contract and the required bonds, or furnishing the required insurance, the money payable under the Bid Security accompanying this Bid shall be applied by the City towards payment of the damage to the City on account of such default, as provided in the Bidding Documents. F. Period of Irrevocability. Bidder agrees that this Bid shall remain open and shall not be withdrawn for a period of nat less than ninety (90} calendar days from the date of award of Contract, or until rejected by the City, whichever period is shorter. G. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder's submission of this Bid and the City acceptance of same, the Bidder shall indemnify, defend (with counsel acceptable to City), and hold harmless the City, its City Council members, employees, and agents from liability, claims, demands, damages, and costs arising therefrom if such dispute or action arises solely upon the award of a Contract in compliance with federal, state, and local laws. The Bidder declares that neither he/she nor any member of hislher firm or corporation is an officer or employee of the City of Vernon. hereby certify under penalty of perjury under the laws of the State of California that the representations made herein are true and correct. Executed this 24th day of FebruarX at _Santa Paula California City State Page 28 of 173 Bidder's Proposal Respectfully Submitted NAME OF BIDDER COMPANY NAME: Cedro Construction Inc. ADDRESS: 120 East Santa Maria Street Santa Paula, CA. 93060 CONTACT PERSON: Micheal Verner TELEPHONE NUMBER: $05-525-0599 FAX NUMBER: 805-525-0509 E-MAIL: cedroconstruction(a~outiook.com CALIFORNIA STATE CONTRACTOR'S LICENSE NUMBER: 775943 EXPIRATION DATE: March 31.2022 TAX IDENTIFICATION NO.: 77-0523177 SURETY COMPANY: RS Bonding &Insurance All Bid forms must be signed where so indicated by the person or persons duly authorized to sign on behalf of the Bidder. By signing the Bid, the person signing is deemed to represent that he or she has authority to bind the Bidder. Failure to sign the Bitltler's Proposal may invalidate the Bid. Page 29 of 173 BIDDER'S PROPOSAL — S{GNATURE(S): Form of Entity of Bitlder: Please check the appropriate signature block below and fill in all related information. Sole Proprietorship: Bv: Title: Printed name of person signing Signature List all dlb/a's: Partnership. ❑General Partner ❑Limited Partner By: Title: Printed name of person signing Signature X Corporation: By: Micheal Verner Corporate Officer Title: Vice President Prime name of person signing ~f v~--__~~__ _ " Signature Joint Venture: ❑Corporation ❑Partnership ndividu ❑Other By: Title: ► c~n.~, ~ ~ ~ P -- l~, Prin ed n rye of person igning ~~~ ~~ Signatu Name of all Joint Venturers: Corporate Seal [If the Bidder is a corporation or a limited liability company, enter state or county of incorporation in addition to the business address and include an incumbency certificate executed by a Secretary thereof in the form set forth herein listing each officer with signing authority and his/her corresponding office. If the Bidder is a partnership or joint venturer stating that the respective partner or joint venturer agrees to be held jointly and severally liable far any and all of the duties and obligations of the Bidder under the Bid and under any contract arising therefrom. Attach evidence to the Bid Proposal Form that the individual signing has authority to do so.] Page 30 of 173 SCHEDULE OF BID PRICES PROJECT: 50th Street Water Main Replacement, Contract No. LP-0584 BIDDER'S NAME: Cedro Construction Inc. BASE B!D Pursuant to and incompliance with your Notice Inviting Bids and Contracf Documents relating to the Project including all Addenda (attach signed copies), Bidder, having become thoroughly familiar with the terms and conditions of the Contract documents and with local conditions affecting the performance and the costs of the Work at the place where the Work is to be done, hereby proposes and agrees to fulEy perform the Work within the time stated in strict accordance with the Contract Documents (including the furnishing of any and all labor, materials, tools, expendable equipment, and utility and transportation services necessary to fully perform the Work and complete it in a workmanlike manner) for the total Base Bid sum of: ~-I , ~ ~ ~o , ~~ Dollars ?'l~ ~ 11~t~ ~c~ ndr P ~ '~ S,~ x a ~ ~~ ~ ~r `T L1vv ~ c.~,~ t~~~ ~(~~ ,,r~ i { ~ `~ ~ ~~ YV \ V~ ~ ~ ~CJ41C.~r~ G 3 ' C `~C~ ~. ~~ ~, ~ ~_~ ~M t. ,, .~ ..9~ ,,.~ _ _ ~ DESCRIPI'10:~ _ , ~ QI,A~TITX i _:~ ~L~~IT - L;~ITt;C)S'I.~ (~ lT' ~'SOSt IRf a , 1 MOBILIZATION 1 LS $ '23 c~, ~ ~0 ~ $ ~j j O C 2 DEMOBILIZATION ANQ CLEANUP 1 LS $ ~~ 11 Q~ $ ~~ I 1 ~ ,~ ~ 3 POTHOLE EXISTING UTILITIES 1 LS ~~~ - $ C~ ~ ~ S~ St1RVEY DCISTING UTILITIES (ITEM INCLUDES 4 VERIFICATION OF ALL ELEVATIONS, DIMENSIONS AND TIE-IN LOCATFONS} 1 LS - $ ~1,~-I -T ~ ~.. $ y L~ Z MAINTAIN TEMPORARY CHAIN LINK SECURITY FENCING AND BARRIERS FOR STAGING SECURITY 5 AND DELINEATION OF THE CONSTRUCRON 1 LS ZONE (SEE APPENDIX FOR CITY OWNED LAND FOR STAGING) ~.3LI2. ^ 2, 3~I2 $ $ PREPARE SIGNED ANQ STAMPEQ TRAFFIC 6 CONTROL PLANS F3Y A G'~LIF~RNIA LICENSED TRAFFIC ENGINEER 1 LS $ (~ ~- ~ $ ~{ ~ o y G ~ IMPLEMENT SIGNED AND STAMPED TRAFFIC 1 LS CONTROL PLANS PREPARED $~~ 5• $ ~O ~ ~~ d C -- PREPARE SIGNEd AND STAMPED SHORING PLANS 8 BY A CALIFORNIA LICENSED STRUCTURAL ENGINEER 1 LS $ I0~37 $ JO ~ ~'?Q g PREPARE STORM WATER POLLUTION ~ PREVENTION PLANS (SWPPP) ~ 1 ~ ~ $~~ $ s ~ S Page 31 of 173 ITEM ~~. DESCRIP`F`Ia\ Q~ANTITI' U;~IT UNIT COST' TCITAL COS'C (Ell r ~Sit3I~) .= -' la FURNISH, INSTALL &MAINTAIN WPCP TO ADDRESS CONSTRUCTION BMPS 1 ~ $ ~J, ~5~~ $ ~7 4 ~~0 INSTALL 12-INCH DUCTILE IRON PIPE (ITEM INCLUDES ALL APPURTENANCES, FITTINGS, VALVES, BLOW-OFFS, SIPHONS, CONCRETE PIPE SUPPORTS, THRUST BLOCKS, CATHODIC li PROTECTION, SHORING, OVER EXCAVATION, 1900 LF FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PLATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) $~_ •_ $ ~"I~12 ~ C ~C~ INSTALL 2" COMMERCIAL SERVICES AND LATERAl5 (ITEM INCLUDES ALL APPURTENANCES, FITTINGS, VALVES, CURB AND GUTTER REPLACEMENT, SIDE WALK 12 REPLACEMENT, SHORING, OVER EXCAVATIdN, 10 LS FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PLATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE ~ ~ ~.~ ~ ~, ~~ O WORK IN PLACE.) $ 1 $ INSTALL 4"INDUSTRIAL SERVICES AND LATERAL (ITEM INCLUDES ALL APPURTENANCES, FITFINGS, VALVES, CATHODIC PROTECTION, CURB AND GUTTER REPLACEMENT, SIDE WALK 13 REPLACEMENT, SHORING, OVER EXCAVATION, 4 LS FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PLATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) $ ~ ~ , y a 5 $ y 5 ~ 7 (~ (~ INSTALL 6"INDUSTRIAL SERVICES AND LATERAL (ITEM INCLUDES ALL APPURTENANCES, ~ FITTINGS, VALVES, CATHODIC PROTECTION, CURB AND GUTTER REPLACEMENT, SIDE WALK 14 REPLACEMENT, SHORING, OVER EXCAVATION, 1 LS FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEED PLATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) $ ~I O $ ~ ~, 7 ~ U INSTALL 6" FIRE SERVICE LATERAL (ITEM INCLUDES ALL APPURTENANCES, FITTINGS, VALVES, CATHODIC PROTECTION, CURB AND GUTTER REPLACEMENT, SIDE WALK 15 REPLACEMENT, SHORING, OVER EXCAVATION, 4 LS FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PLATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) ~ 7 ~' ~ $ ~>r ~ ~-~~ Page 32 of 173 ITEM ~'O.l7ESCRIP'£ION Q~Al~iTITI j i L IT i`\IT COST T'C?TAI. COST , (E~1'EitiSIUI~j. INSTALL 8" FIRE SERVICE LATERAL {ITEM INCLUDES ALL APPURTENANCES, FITTINGS, VALVES, CATHODIC PROTECTION, CURB AND GUTTER REPLACEMENT, SIDE WALK 16 REPLACEMENT, SHORING, OVER EXCAVATION, 5 LS FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PLATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.} $ (~ ~~ _ ~~1 ~ ~ 90~~J $ ~ INSTALL 10" FIRE SERVICE LATERAL (ITEM INCLUDES ALL APPURTENANCES, FITTINGS, VALVES, CATHQDIC PROTECTION, CURB AND GUTTER REPLACEMENT, SIDE WALK f7 REPLACEMENT, SHORING, OVER EXCAVATION, 1 LS FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PLATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE WORKINPLACE.) -- ~~'W~~' .— $ I~~~{0 3$ REMOVE AND INSTALL NEW FIRE HYDRANTS, AND HYDRANT LATERALS. (ITEM INCLUDES ALL APPURTENANCES, FFITINGS, VALVES, CATHODIC PROTECTION, CURB ANd GUTTER REPLACEMENT, 18 SIDE WALK REPLACEMENT, SHORING, OVER ~ ~SEXCAVATFON, FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PEATING, ROADWAY REPAIR AND ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE PER CITY OF VERNON STANDARDS.) $ I~ i~ ~ t-I $ ~ a~ ~f PRESSURE TEST AND DISINFECT ALL INSTALLED 19 PIPELINE AND SERVICES PIOR TO RETURNING 1 LS TO SERVICE $~~~ $ S~ p ~ ~s DEPRESSURIZE, LEAN CONCRETE SAND SLURRY FILL, AND PLUG EXISTING 10" CAST IRON WATER MAIN TO BE ABANDONED IN PLACE (1TEM INCLUDES ALL APPURTENANCES, FITTINGS, ~ Za CURB AND GUTTER REPLACEMENT, SIDE WALK i LS REPLACEMENT, SHORING, OVER EXCAVATION, ~ FILL, RE-GRADE, TEMPORARY AND PERMANENT PAVEMENT, STEEL PLATING, ROADWAY REPAFR AND ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) $ S g ( $ I Sa~~ TOTAL BID AMOUNT (BASIS OF AWARD) — SCHEDULE A $ a ~ ~''Z- Note: Refer to the Specification Section 01010 — Summary of Work for a detailed description of each bid item shown in the Bid Schedule. All extensions of unit prices will be subject to verification by Owner. Incase verification is required Page 33 of 173 between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items All other work items, labor, materials, tools and incidentals which are not specifically Misted in the above bid items, but are necessary to complete the project per specifications, and a!I other applicable standards and codes are considered to be included in the above bid items. If there is a discrepancy between (1} the "Grand Tatal"shown immediately above, (2) any of the "total costs" shown in the far right column above, or (3} the individual Unit Price, then the Unit price shall control over the total cost, and the total cost shall control over the total. If, however, the unit price is ambiguous, unintelligible, or uncertain for any cause, or is omitted, or is the same amount as the entry for the item total, then the item total shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Re e ull sub fitted: Signature Vice President Title 775943 License Number (SEAL - it Bid is by a corporation) 120 East Santa Maria Street Address February 24. 2021 Date March 31, 2022 Date of Expiration Attest Amount of Certified or Cashier's Check or Bid Bond ~ R~, ~~? ~ G~ 12 5 $6~~ ►N car ~ 1 rJ~ u~AN~i~. Name of Bonding Company Page 34 of 173 INCUMBENCY CERTIFfCATE Print legibly the names and title of the president and all officers of the Company who are authorized to sign the Bid Forms. PRESIDENT'S & OFFICERS NAME: TITLE: Andrew Cedro President Micheal Verner Vice President Andrew Cedro Secretary Andrew Cedro Treasurer The undersigned hereby certifies to the City of Vernon that he/she is the duly elected and acting Secretary of Cedro Construction (the "Company"), and that, as such, he/she is authorized to execute this Incumbency Certificate on behalf of the Company, and further certifies that the persons named above are the duly elected, qualified and acting officers of the Company, holding on the date hereof, the titles and positions set forth opposite their names and are authorized to sign the Bid Forms. IN WITNESS WHEREOF, the undersigned has executed this Incumbency Certificate this 24th day of February , 20.1 Andrew Cedro Secretar 's Name-Printed l~ ,~ "._ Secretary s Signature Bond No.: C~r~ CO -- i~`~~ Premium Amount: $ C 6 ~1- Bond's Effective Date: -~ X3.2 2, 20~ ~ Page 35 of 173 Bond No.: CEDCO-894 BID BOND RECITALS: 1. The City of Vernon, California ("City''), has issued a Notice Inviting Bids for the Work described as follows: Specification No. LP-0584: 50th Street Water Main Replacement in Vernon, CA. ("Project"). 2. In response to the Notice Inviting Bids, Cedro Construction, Inc., 120 E. Santa Maria Street, Santa Paula, CA 93060, (Name, address, and telephone of Contractor) Telephone: (805) 525-0599 has submitted the accompanying Bid for the Project. ("Principal"), 3. Principal is required under the terms of the Specification—and all Bidding Documents referenced in it—to furnish a bond with the Bid. 4. The Specification, including all its amendments and supplements, and Principal's Bid are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and Old Republic Surety Company , 14728 Pipeline Ave., Suite E ,Chino Hills, CA 91709 ,Telephone: (909) 367-2015 (Name, address, and telephone of Surety) ("Surety"), a duly admitted surety insurer under California's laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Ten Percent Of The Total Amount Bid Dollars ($ ~o°~o Of Bid ) ("the Bonded Sum"), this amount comprising not less than TEN PERCENT (10%) of Principal's Base Bid, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: R S Bonding &Insurance Agency, Inc. , 1633 E. Fourth Street, Suite 228 ,Santa Ana, CA 92701 ,Telephone: (714) 541-4700 (Name, address, and telephone) Registered Agent's California Department of Insurance License No. oc6as6os THE CONDITION OF THIS BOND'S OBLIGATION IS THAT, if: (1) Principal does not (a) withdraw its Bid for the period specified in the Bidding Documents, or—if no period is specified—for ninety (90) calendar days after City awards the Contract for the Project, or (b) attempt to withdraw its Bid when the requirements of California Public Contract Code §5101 et seq., or any successor legislation, are not met; or (2) City awards Principal the Contract in response to Principal's Bid, and within the time and manner specified by the Specification or Contract Documents or—if no period is specified—within fourteen (14) calendar days after the Contract's award, Principal (a) signs and delivers to City the Contract, in accordance with the Bid as accepted, (b) furnishes the required bonds for not only Principal's faithful performance and proper fulfillment of the Contract, but also Principal's payment for labor and materials used in the Project, and (c) furnishes the required insurance, then this obligation becomes null and void. Otherwise, this Bond remains in full force and effect, and the following terms and conditions apply to this Bond: 1. Surety's obligations under this Bond are separate, independent from, and not contingent upon any other surety's guaranteeing that upon City's awarding the Contract to Principal, the Principal will enter into the Contract with City. 2. No right of action accrues on this Bond to any entity other than City or its successors and assigns. 3. If an action at law or in equity is necessary to enforce or interpret this Bond's terms, Surety must pay— in addition to the Bonded Sum— City's reasonable attorneys' fees and litigation costs, in an amount the court fixes. 4. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. Page 36 of 173 On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representatives) under the authority of its governing body. Date: February 22nd, 2021 PRINCIPAL: Cedro Construction, Inc (Comp y Name) (Signature) By: ~ sue, ~.e i ~~ ~. Q f (Name) ItS: ~~C4 ) "~'C'~ ~ v~~~ ~' (Title) Address for Serving Notices or Other Documents 120 E. Santa Maria Street Santa Paula, CA 93060 CORPORATE SEAL SURETY: Old epublic Surety Company (C pany Na ( ignature) gy: andy Spo n (Name) Its: Attorney-in-Fact (Title) Address for Serving Notices or Other Documents: 14728 Pipeline Ave., Suite E Chino Hills, CA 91709 CORPORATE SEAL n EVIDENCE MUST BE A lTACHED OF THE AUTHORI TY OF ANY PERSON SIGNING ASATTORNEY IN-FACT. n THEATTORNEY-IN-FACTS SIGNATURE MUST BE NOTARIZED, n A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR 80TH, ARE A CORPORA TION. Page 37 of 173 BOND ACKNOWLEDGMENT FOR SURETY'S ATTORNEY-IN-FACT STATE OF CALIFORN~Q COUNTY OF VQ,y~-~-~/ On this Z~ day of before me, I~LAX'!~ I~Vrt'h~4 (: (name), who proved to me on the basis of instrument as the attorney in fact of subscribed the name of as attorney in fact. certify under PENALTY OF PERJURY and ~ublic for said County, personally appeared the person whose name is subscribed to this _, and acknowledged to me that he/she thereto as principal, and his/he own name State of California that the foregoing paragraph is true Page 38 of 173 RFPUBLI~ SURETY ~UMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: RANDY SPOHN, MATTHEW R. DOBYNS, HAMILTON KENNEY, ASHLEY M. SPOHN, OF SANTA ANA, CA its true and lawful Attorneys)-in-Fact, with full power and authority, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (otf~er than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, gua~~ntees of installment paper and note guaranty bonds, self=insu~~ance workers compensation bonds guaranteeing payment of benefits, asbestos abatement cont~-~ct bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon fhe Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned andsealed (if a seal be required) by a duly authorised attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits ofthe authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company. may be affixed by facsimile to any Power of Attorney or certification tlicre of authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. 1N WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 21ST day of SEPTEMBER, 2020. y~a~,r,~-Q'' v~ Assistant Secretary STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS ti~,lM,;,.4iva - OLD REPUBLIC SURETY COMPANY ti` a~~?F ea~~ r.., o SEAL ~O : ~ ~' 6 - _" - ~p a~~°'~t~~t~*~aa~'~ President 21ST SEPTEMBER, 2020 _ . .....,.. ;., . ., ...... ,~.,,. ... ,;,, ..... On this day of ,personally came before me, Alan Pavlic and Karen J Haffner , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. . fir ~"•• ..~ t Notary Public ., 4e~.~ My commission expires: 9/28/2022 CERTIFICATE (Expiration of notary commission does not invalidate this instrument) [, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foeegoir~g and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 74-7097 ,'`}`` sukeT, ,,~,~ 0 , ~a ,. g SEAL. '-,p its+ Y~ • ,.~` R.S. BONDING &INS AGENCY INC Signed and sealed at the City of Brookfield, W[ this 22 day ~~ F`ehrsar~ 2021 Assistant Secretary 22g5~ _W POAORS 012020 k CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA County of ORANGE On February 22nd, 2021 before me, ASHLEY MARIE SPOHN, NOTARY PUBLIC,, personally appeared RANDY SPOHN ICI who proved to me on the basis of satisfactory evidence to be the person} whose name(-s~ is/aye subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity {ies~, and that by his/her/their signature{ on the instrument the person}, or the entity upon behalf of which the person{} ,~ _ _ A _ _ _ _ .. _ _ _ ~ _ _ ~ a acted, executed the instrument. ASHLEY MARIE SPOHN ~~ . ,:.~:. ~ COMM. # 2188665 ~ N07ARYPUBLICCALIFORNIA ~ I certify under PENALTY OF PERJURY under the laws of the State of 3 ORANGE COUNTY ~ California that the foregoing paragraph is true and correct. 9~ My comm. expires Mar. 27, 2021 IC WITNESS my hand and official seal. Si a ure of Notary OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT q INDIVIDUAL q CORPORATE OFFICER q PARTNER(S) ❑LIMITED ATTORNEY-IN-FACT q TRUSTEE(S) q GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) BIDDER'S STATEMENT OF QUALIFICATIaNS 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 2 ~ 1.2 How many years has your organization been in business under its present name? 2~ 1.2.1 Under what other names has your organization operated? N/A 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation/organization: January 1999 1.3.2 State of incorporation/organization: California 1.3.3 Corporate fD number: 77-0523177 1.3.4 Name of President: Andrew C .c3ro 1.3.5 Agent for Service of Process: Micheal Verner 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization/formation: 1.4.2 Type of partnership cif applicable): j 1.4.3 Names) of general partner(s): 1.4.4 List all states in which you are registered and state ID numbers for each: 1.5 !f your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principals: Page 39 of 173 2. LICENSING 2.1 Listjurisdictions in which your organization is legally qualified to da business, indicate registration or license numbers, and category of license, if applicable. State of California General Enaineerina Contractor Ciass A 2.2 List jurisdictions in which your organization's partnership or trade name is filed, California 2.3 List any licensing suspensions andlor violations assessed against your organization within the past five years. None 3. EXPERIENCE 3.1 List the categories of Work that your organization normally performs with its own personnel. Excavation, pipe installation, backfill, concrete repairs or replacement temoo~ ~o g, traffic control, as~~grindin and erosion control_ 3.2 On the Experience Form, list the project information that establishes that Bidder meets the essential requirements for qualification set forth in the Mandatory Qualifications paragraph of the Notice Inviting Bids for this Project. 3.3 On a separate sheet, list projects to which your firm ar business has been awarded a government contract since your firm or business has been in existence (giving the name and address of the project, the government agency, contact name and phone number, the contract amount, and contract's starting date and ending date). 3.4 On a separate sheet, list the experience and present commitments of the key individuals of your organization. 4. CLAIMS; LAWSUITS; CRIMINAL ACTS Far the following questions, the term "owner" does not include owners of stock in your firm if your firm is apublicly-traded corporation. 4.1 In the past five (5) years, have, you, your firm or any of its owners, partners, officers, or employees been a defendant in court, or participated in an arbitration or mediation, on a matter related to: No 4.1.1 The performance, non-performance, default, violation, or breach of a contract or agreement? q YES ~l N0 Page 40 of 173 4.1.2 A vehicle collision or accident involving your firm's employees? q YES ~1 NO 4.1.3 Damage to real property arising out of your services or operations? q YES ~ NO 4.1.4 Employment-related litigation brought by an employee of your firm? q YES ~l N0 4.1.5 Payment to a subcontractor or supplier? q YES ~ N0 4.1.6 Defective, deficient, or substandard work? q YES ~l NO If the answer to any questions in 4.1.1 to 4.1.6 is YES, identify the name of the person or entity that sued (i.e., "the plaintiff') or was invo{ved in the mediation or arbitration; list the date, court, court address, and case number; describe the facts and circumstances giving rise to the lawsuit, mediation, or arbitration; and set forth the outcome or disposition. Attach additional sheets as necessary. 4.2 Have you or your firm ever filed a claim for damages or a lawsuit, or requested arbitration or mediation, against a government entity or a Client? q YES ~ NO If YES, identify the government entity or client; list the date, court and case number; describe the facts and circumstances about the claim for damages, or the lawsuit, or both; and set forth the outcome or disposition. Attach additiona{ sheets as necessary. 4.3 Are there any pending or outstanding judgments or liens against you, your firm, or any of its owners, partners, officers, or employees? q YES ~1 N0 If YES, identify the name of the person or entity entitled to payment; list the date court and case number; describe the facts and circumstances giving rise to the judgment or lien; and set forth the amount of the judgment or lien. Attach additional sheets if necessary. 4.4 In the past five (5}years, has any government entity ever: (a) investigated, cited, disciplined, or assessed any penalties against you, your firm, or any of its owners, partners, officers, or employees, or (b) determined cr concluded that your firm or any of its owners, partners, officers, or employees violated any laws, rules, or regulations? No Page 41 of 173 YES ~ NO If YES, identify the government entity; list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 4.5 in the past five (5) years, have you, your firm or any of its owners, partners, officers or employees been convicted of a crime related to the bidding of a government contract, the awarding of a government contract, or the performance of a government confract? ("Convicted" includes a verdict of guilty by a judge orjury, a plea of guilty, a plea of nolo contendere, or a forfeiture of bail,) q YES ~ NO If YES, identify the government entity; list the date, court and case number; describe the facts and circumstances about each instance; and set forth the penalty or punishment imposed. Attach additional sheets as necessary. 4.6 In the past five (5) years, have you, your firm, or any of its owners, partners, officers or employees been convicted of a crime involving embezzlement, theft, fraud, forgery, bribery, deceptive or unlawful business practices, perjury, falsifying or destroying records or e~~idence, or receiving stolen property, or making or submitting a false claim? q YES ~I NO If YES, identify the crime or offense; list the date, court and case number; describe the facts and circumstances about each instance; and set forth the penalty or punishment imposed. Attach additional sheets as necessary. 4.7 Have you or, if Bidder is a corporation, any principal of the corporation ever been convicted of a felony? q YES ~ NO If YES, please explain the details ofi that conviction and, if so, whether you or said officer have served his or her sentence. 4.£s In the past five (5) years, his a govern►n~nt entity determined or concluded that you, your firm, or any of its c~wr~ers, partners, officers or employees made or submitted a false claim (including a false claim far payment), or made a material misrepresentation? q YES ~ NO If YES, identify tl~e government entity, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 4.9 Have you or your company ever been charged by any governmental agency for failure to #ollow safety procedures % !f YES, please explain. q YES ~I N0 Page 42 of 173 4.10 Has any governmental agency ever submitted a complaint against you or your firm to the California State Labor Commission for failure to submit certified payrolls? If your answer is "Yes", please provide the details of such complaint. q YES ~ NO 5. FIRM'S OPERATIONAL STATUS 5.1. In the past seven (7) years, has your firm, or anyone else acting on behalf of your firm, filed for bankruptcy, insolvency, receivership, or reorganization? q YES ~ NO If YES, list the filing date, identify the court and case number; describe the facts and circumstances giving rise to each instance; and set forth the disposition or current status. Attach additional sheets as necessary. 5.2. In the past five (5) years, has your firm had an consolidations, mergers, acquisitions, closings, layoffs or staff reductions? q YES ~ NO if YES, fist the filing date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 5.3. Is your firm in the process of, or in negotiations toward: (a) consolidating, merging, selling, or closing its business, or (b}laying off employees or reducing staff? q YES ~ NO If YES, describe the transaction; list the anticipated date for completing the transaction, laying off employees, or reducing staff; and describe the facts, circumstances, and reason for taking the action. Attach addi!ional sheets as necessary. 6. BIDDING; DEBARMENT; CONTRACT PERFORMANCE 6.1. Has a government entity ever debarred, disqualified, removed, suspended, or otherwise prevented you or your firm from bidding on, contracting, or completing a construction project? q YES ~I NO If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance, and state the reason for the government entity's action against your firm. Attach additional sheets as necessary. Page 43 of 173 6.2. Has a government entity ever rejected your firm's Bid or Proposal on the ground that you or your firm is a "non-responsible" bidder or proposer? q YES ~ NO If YES, identify the name of the government entity, list the date, describe the facts and circumstances about each instance, and state the reason or basis for the government entity's determining that your firm was a "non-responsible"bidder. Attach additional sheets as necessary. 6.3. Have you or your firm ever failed to fulfill or perform —either partially or completely — a contract or an agreement with a government entity or a client? q YES ~ NO If YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.4. In the past five (5) years, have you or any officer or principal of your firm been an officer of another firm which failed to perform a contract or agreement? q YES ~ NO If YES, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.5. Has your firm ever advised a government entity or a client, while your firm was under contract with the government entity or client, that your firm could not (or would not) fulfill or perform —either partially orcompletely —the contract or the agreement based on the prices that your firm had originally submitted in a Bid or a Proposal? q YES ~ NO If YES, list the date, identify the name of the government entity or client, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.6. f~~~s your firm ever requested a government entity or a client, while your firm was under cc~rtract with the government entity or client, to renegotiate one or more terms of the existing contract or ag~~eernent? D YES ~ NO If YES, identify the name of the governrt~ent entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.7. Has your firm ever requested a government entity or a client, while your firm was under contract with the government entity or client, to: (a) cancel the contract or agreement, or (b) release ar discharge your firm form the contract or agreement? Page 44 of 173 YES ~l NO If YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.8. Has a government entity or a client ever terminated, suspended, ornon-renewed your firm's contract or agreement before its completion? q YES ~ NO If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.9. Has a government entity or a client ever notified or advised your frm that your firm's performance under a contract or agreement was poor, sub-standard, deficient, ar nan- compliant? CJ YES ~ NO If YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.10. In the past five (5) years, has your firm paid, or' has your firm been assessed, liquidated damages on a contract or agreement? q YES ~ NO If YES, identify all such contracts/projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment or payment of liquidated damages. Attach additional sheets as necessary. 7. {NSURANCE AND BONDS 7.1. In the past ten years, has an insurance company or a surety company: 7.1.! . Refused to insure your firm for liability coverage? q YES ~ NO 7.1.2. Canceled ornon-renewed your firm's insurance coverage? q YES ~l NO 7.1.3. Refused to issue your firm a bond? q YES ~I N0 7.1.4. Canceled or revoked a bond obtained by your firm? q YES ~ N0 Page 45 of 173 If the answer to any questions i, 7.1,1 to 7.1.4 is YES, identify the name of the insurance company or surety company, list the date, and describe the facts and circumstances about each instance. Attach addition sheets as necessary. 7.2 In the past ten (10) years, has an insurance company or surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims against a performance bond, payment bond, or maintenance bond issued on your firm's behalf? q YES ~ NO If YES, identify each contract completed or amount of each claim, the name and telephone number of the claimant, the date, grounds and current status of the claim, and if resolved, the method, nature, and amount of the resolution. Attach addition sheets as necessary. 8. SURETY 8.1 If a performance and/or payment bond is required by this bid, identify the bonding company it arrangements for the bond have been made; if not, identify the bonding company for the Contractor's most recent project: RS Bonding &Insurance 8.2 Name and address of agent: Hamilton Kenney 163 E. Fourth Street Santa Ana, CA. 92701 All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed by the Bidder. hereby certify under penalty of perjury under the laws of the state of California that the representation made herein are true and correct. Signature of Bidder~~~~~ ~ ' ~ - Micheal Verner Page 46 of 173 BIDDER'S EXPERIENCE FORM PROJECT NAME: 5Q"' Street Water Main Replacement COMPANY NAME: Cedro Construction SPECIFICATION N0. LP-0584 ***Please use additional sheets if necessary List below the project information that establishes that Bidder meets the essential requirements for qualification set forth in the Mandatory Qualifications paragraph of the Notice Inviting Bids for this Project. CONTRACT CONTRACT CONTRACT PROJECT NAME AND CONTACT PHONE START DATE END DATE $AMOUNT AGENCY ADDRESS CONTACT NAME NUMBER March 2018 May 2018 ~g31,290.0 30" Water Line 7385 Santa Rosa Road Terry Curson 805-482-8063 Camrosa Water Dist. Camarillo, CA.93012 ~ April 2020 June 2020 $558,494.00 Replace 12" Water Line 11800 Goldring Road Tiffany Lee 626-254-2721 City of Arcadia Arcadia, CA. 91066 Sept. 2017 Nov. 2017 X417,541.0 Re lace Sewer and Wate 211 Eight Street Cesar Rangel 562-431-2527 City of Seal Beach Seal Beach, CA. 90740 All of the above statements as to experience are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed by the Bidder. I,, hereby certify under penalty of perjury under the laws of the state of California that the representation made herein are true and correct. ~j Signature of Bidder Print name: Micheal Verner State of California Contractor's License No. 775943 Contractor's License expiration date March 31, 2022 Page 47 of 173 CONTRACTOR SAFETY QUESTIONNAIRE Company Name: Primary Type of Work Cedro Construction Inc. Underground, pipeline Person Completing Form: Michael Verner Title: Vice President Phone Number: 805-525-0599 Date: February 24,2021 SAFETY PERFORMANCE 1. List your company's Interstate Experience Rating Modifier (ERM)1 for the three most recent years. 2p 20 204 2Q 19 7 57 20.1$__ 151 2. List your company's number of injuries/illnesses from your OSHA 300 logs for the three most recent years. 2018 2019 20 20 a. Fatalities ~ ~ ~_ b. OSHA recordable incidents 0 0 0 c. Lost work day incidents 0 0 0 d. Total lost work days 0 0 ~ e. Total hours worked 16450 17320 ~s~o 3. Upon request from the City, the contractors) shall provide copies of the following items (a -g); and Items (d- g) for each listed Subcontractor a7. OSHA 300 logs for the most recent three years e). Training Plans and current year-to-date b). Verification of ERM from your insurance carrier f}. Training Certificates for Employees c). Injury/Illness Report g}. Emergency Response Training d). Complete written Safety Program 4. Company Safety Contact: a. Name Michael Verner b. Phone 805-525-0599 1 ERM =applies to workers' compensation policies. It compares the experience of this contractor to others of similar size, type and ratio. Used against annual premium. It has a direct correlation to how much the contractor pays in workers' comp premium. Page 48 of 173 CONTRACTOR SAFE1-Y QUESTIONNAIRE (continued} SAFETY PROGRAM SAFETY PROGRAM DOCUMENTATION Circle One a. Do you have a written safety program manual? e J Na 1) Last revision date _ ~~~ ~,~ b. Do you have a written safety field manual? ~ Na c. Are ail workers given a booklet that contains work rules, responsibilities, and other appropriate information? Ye No 2. POLICY AND MANAGEMENT SUPPORT a. Do you have a safety policy statement from an officer of Yes No the company? b. Do you have a disciplinary process for enforcement ~a~ No of your safety program? c. Does management set corporate safety goals? ---~--~ ~~~~ No d. Does executive management review: q Accident reports? No q Safety statistics? ~ No [] Inspection reports? e No e. Do you safety pre-qualify subcontractors? ~ Na f. Do you have a written policy on accident reporting ~~ No and investigation? g. Do you have alight-duty, return-fio-work policy? Ye No h. Is safety part of your supervisor's performance evaluation? es No i. Do you have a personal protective equipment (PPE) policy? ~ No j. Do you have ~ ~Nritten substance abuse program? Yes No If yes, does it include (check all applicable boxes): [] Pre-employment testing ❑Return-to-duty testing q Random testing ❑Disciplinary process q Reasonable cause testinr, q Alcohaf testing 0. Post accident testing ❑National Institute on Drug Abuse Panel Screen k. Does each level of management have assigned safety es Na duties and responsibilities? Page 49 of 173 3. TRAINING AND ORIENTAI~ION a. Do you conduct safety orientation ~rair~ing fir each empfoy~e? ~ No b. Do you conduct site safety orientation for every Ye~ Na person new to the job site? c. Does your safety program require safety training meetings? Ye~ No for each supervisor (foreman and above}? How often? ~(,]' -UVeekly [] Monthly ❑Quarterly ❑Annually q Qther d. Do you hold too{ b~~x/tailgat~ safety meetings focused on your specific work aperationslexposures7 ~ es Flo How often? -~ ~J_Weekly ❑Daily ❑ether _ e. Do ynu require equipment operation/certification training? es No 4. ADMINISTRATION AND ~'ROCEDURES a. Does your written safety program address administrative procedures? ~~ No If yes, check which apply: ~ Pre projecUtask planning ~ Record keeping `r~Safety committees ~' HAZCOM ? Substance abuse prevention Return-to-work ~ Emergency procedures `~ Audits/inspectio►is ~ Accident investigations/reporting '~ Training documentation ~ Hazardous work permits r Subcontractor prequalificatian b. Do you have project safety committees? Yes ~10 c. Dv you conduct job site safety inspections? ~s Na How ofiten? q Daily (,Z~~] Weekl}~ ❑Monthly ❑Other _ _ [7v these inspections ~~c~~~~,ps a routine safety inspection of eq~:ipm~nl (e.g., scaffold, ladders, fire extinguishers, etc.)? Ye No d. Da you investigate accidents ~ s Na ~ ~~ Have are khey reported . q Total company q By superintendent q By project ~-By project manager ~-By foreman [~-fn accordance with OSHA e. Do you discuss safety at all preconstruction and progress meetings? CYes No Fage 50 of 173 Do you perform rigging and lifting checks prior to lifting? ~ Na [ For personnel q For equiprnent ~.] Heavy lifts (more than 10,000 Ibs.) WORK RULES a. Do you periodically update work rules? ~ e~ No When was the fast update? _ ~ 2 (~ b. What work practices are addressed by your work rules? [~- CPR/first aid ❑Access—entrances/stairs -Barricades, signs, [--Respiratory protection and signals 'Blasting Material handlinglstorage [~ommunicatians ~ ~emporary heat ompresseci air and gases ehicle safety oncrete work Traffic control Confir~ed~~space entry ❑Site visitor escorting Cranes/rigging and hoisting ~ Pubfic protection ~Electrica(grounding ~ Equipment guards and grounding [~"Enviror,mental controls and ~hllonitoring equiprr~nt Occupations{ health Emergency procedures ~-flammable material handlinglstorage ire protection and prevention ❑Site sanitation Floor and wa(I openings ~ Trenching and excavating Fall protection [~ Lockout/Tagout ousekeeping [~--Energized/pressurized equipment '~~ Ladders end scaffolds echanical equipment/ Personal protective equipment maintenance/pre-ap checks/ Tools, power and hand operation Electrical power lines r[~-~Itlelding and cutting (hot work) ~ Other ~r,~r~-r~~C, ~~ na~fQc~ L C~ OSHA INSPECTIONS a. Nave you been inspected by OSHA in the last three years? Ye No b. Were these inspections in response to complaints? Yes c. Have you been cited as a result of these inspections? Ye No If yes, descrih~ the citations (add additional sheets if necessary): DESiGNATfON OF SUBCONTRACTORS Page 51 of 173 ~ON~"RACTOR'S AFFIDAVIT OF NaN-COLLUSION STATE OF CALIFORNIA } COUNTY OF Ventura ) Michael Verner being first duly sworn, deposes and says: That he/she is the Vice President (Title of office if a corporation, "sole owner," "Partner," or other proper title) of Cedro Construction Inc. , (hereinafter called "Contractor") who has submitted to the City of Vemon a Bid for the construction of the 50th Street Water Main Replacement; 2. That said Bicf is genuine; that the same is not sham; that al{ statements of fact therein are true; 3. That said Bid is not made in the interest or behalf of any person, partnership, company, association, organization, or corporatiGn not named or disclosed; 4. That Contractor did not, directly or indirectly induce, solicit, agree, collude, conspire or contrive with anyone else to submit a false or sham bid, to refrain from bidding, or withdraw his/her bid, to raise or fix the Bid price of Contractor or of anyone else, or to raise or fix any overhead profit, or cost element of Contractor's price or the price of anyone else; and did not attempt to induce action prejudicial to the interests of the City of Vernon, or of any other Bidder, or anyone else interested in the proposed Contract; 5. That the Contractor has not in any manner sought by collusion to secure for himself an advantage over any other Bidders or induce action prejudicial to the interests of the City of Vernon or of any other Bidder, or anyone else interested in the proposed Contract; 6. That the Contractor has not accepted any bid from any Subcontractor or maferial supplier through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or material supplier, which is not processed through said bid depository, ar which prevent any Subcontractor or material supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository; Page 56 of 173 7. That the Contractor did not, directly or indirectly, submit the Contractor's Bid price or any breakdown thereof, or the contenfs thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except to the City of Vemon, or to any person or persons who have partnership or other financial interest with said Contractor in hislher business. { declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Dated Phis 24th day of February, 2020 at Santa Paula ~ California MonthlYear City State Micheal Verner Con act (Please Print) /V Contact s Signature Vice President Title CONTRACTOR'S SIGNATURE MUST BE NOTARIZED Page 57 of 173 California Ali-Purpose Certificate of Acknowledgment A notary public or other o~cer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ventura s.s. On ~r~1 .~ o~ ~Y~ Zc~z~ before me, Mark Anthony Cortez, Notary Public , personalty appeared who proved to me on the basis of satisfactory evidence to be the perso whose name(s~ ~subscr~bed to the within instrument and acknowledged to me tha e~--executed the same i is 'r uthorized capacity), and that b}~~/be~f~~tr-sTgnature(~ on the instrument the person~~~, or the entity upon behalf of which the person acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the fore oin ara ra his ~~~~ MARK ANTHONYCORTEZ ,•. ~s Notary Public -California Z true and correct. a =~.- ~~V = z Z ~~-~..• ~~'- Ventura County D ~'~~^~" Commission n 2282931 ~y~ y\T; WITNESS m hand and official seal. ~ ~° My Comm. Expires Ma. 26. Zoz3 d~~- :~ ..... OPTIONAL INFORMATION ~~r. YI? "'r' ~.J l.:: Y;S~F~ry,~ ~~i y "~.. ~t, /~4f~Yi C. `3 .. F;i~ ~ t 3 LS sf~'~:i• 's~ ~• i?,~,;;+' ,•;'?y ✓.c r~ :. :3£.~ _ti F .: t .s> t ... .,r}s. ...:; ;.: ~"i.>z.,.. ! ~3< ...~./,: 5,~4~ F.: ,.. .. _ ..s. : c: ✓..s t. ~~.; s~~~~~~~:. ~: ~~.-i: +....:1: G:"~ ~,'.":i~r.., ~.i7:. .: ft :J. ~'Y ~ r"F~f a::~ ~r s .yi.~t ayi ., y'.7~ ,~ I /- s '".. r~~ r;~~ }~~ C+~.7'z Y` '>f; j /~% i.• 1 s'~~~~+ D ~` !'3! /~ s'Y~'~ 4 c:tl> G;~L:. : :,, G:~s~<t'~~. L~ =7 :.t~'L{i. .irt,.,«.~F ~.w;ae~i~f~"~> .~.:ti~...i.~jf ~, 1~' t};~ scF~ ~ f',~~~ .~ii'i~ 'w:~f.f~ :~;^ ~,~ ~zr. tFt.l:,.:~,r +.,~3>,~~d~ C,r'~a. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titledlfor the purpose of ~o~ C o ~~vs~~oh containing pages, and dated ~ ~. The signers) capacity or authority is/are as: Individuals) Attorney-in-fact Corporate Officers) D Guardian/ConseNator q Partner - LimitedlGeneral q Trustee(s) D Other: representing: Method of Signer Identification Proved to me on the basis of satisfactory evidence: ~ form(s) of identification J credible witnesses) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Additional Signer %~ Signer(s) Thumbprints(s} THE BIDDER'S INSURANCE COMPANY(S) OR INSURANCE AGENT MUST COMPLETE THIS FORM AND THE BIDDER MUST SUBMIT THIS CERTIFICATION WITH THE BID FORMS. I, the undersigned (Please check one box) l_~ underwriter ~'~ agent, certify that I and the Contractor listed below have jointly reviewed the "Insurance Requirements" in these Bidding Documents and the Contract Documents. If the City of Vernon ("City") awards the Contractor the Contract for this project, I will be able—within fourteen (14) calendar days after the Contractor is notified of the Contract's award—to furnish the City with valid insurance forms (including one or more insurance certificates and additional insured endorsements) that fully meet all of the Insurance Requirements. Brown and Brown Insurance Services Inc 02/23/2021 E Name of Insurance Company David Drumright Insurance Agent's Name (Printed) (signature) David C Drumright 1001 Mark Ave Suite 201 Carpinteria CA 93013 Address 805-690-2609 Date David Drumright Insurance Agent's Name City State Zip Code ddrumright@bbofcal.com Telephone Number FAX Number Email Address Cedro Construction Inc Contractor's Name City Specification Number Below Stafe the Name of Insurance Company Providing Coverage: DO NOT write "Will Provide," "To Be Determined," "When Required," or similar phrases. Great American Insurance Co Nationwide Commercial General Liability State Compensation Fund of California Workers' Compensation Liability Citv Will Purchase Policv, if required Builders Risk Automobile Liability no coverage Pollution Liability [NOTE TO CONTRACTOR: See "Insurance Requirements" EXHIBIT A4 of the Contract for the requirement of obtaining Pollution Liability Insurance.] NOTE TO THE UNDERWRITER /AGENT: If the insurance forms that the Contractor submits to the City do not fully comply with the Insurance Requirements, and/or if the Contractor fails to submit the forms within the 14-day time limit, the City may: (1) declare the Contractor's Bid non-responsive, and (2) award the Contract to the next lowest responsible Bidder. Page 58 of 173 CERTIFICATE OF EQUAL OPPORTUNITY PRACTICES City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 (323) 583-8811 Fax (323) 826-1435 Internet: www.citvofvernon.orq Article I. Affidavit of Equal Opportunity Employment & Non-segregation (Form AA-1) Article II. Vendor List Questionnaire (Forms AA-2 &3) In order to be placed to the City`s vendor list and be eligible to receive City business, you must provide the following information except where indicated as "optional." By submitting this form you are declaring under penalty of perjury under the laws of the State of California and the laws of the United States that the information is true and correct. Furthermore, you are certifying that your firm will adhere to equal opportunity employment practices to assure that applicants and employees are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex yr age. And, your firm does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Name of Company: Cedro Construction Inc. Business Telephone: 805-525-0599 Address: 120 East Santa Maria Street Fax Number: 8Q5-525-0509 (optional) City: Santa Paula _State: CA. Zip 93060 Contact Person Micheal Verner E-mail Address cedroconstruction{c~outlook.com (optional} Tax ID Number {or Social Security Number) 77-0523177 Remit Address (if different) Please state clearly and concisely the types) ofi goods and services your company provides: General Engineering Contractor, mainly underground utilities, water, sewer, storm drain. The following section is OPTIONAL and is for statistical reporting purposes only. Ownership (please check all that apply): African-American Asian Armenian Hispanic Native American Disabled Female Page 59 of 173 Project Workforce Utilization (Form AA-2~ This form is to be included in ail bid documents for projects involving labor or services valued at $25,000 or more. Instructions: Please indicate the job titles/classifications to be used in the performance of this contract should it be awarded to your firm. Please indicate the number of employees in each job classification as well as the number of new hires, if any, as a result of this contract. Name of Company: Cedro Construction Inc. Project: 50th Street Water Main Replacement Job Titles/Classification Estimated number of existing staff to be employed in this classification if awarded the contract Estimated number of new hires to be employed in this classification if av~arded the contract ffice tall Three None Foreman One None E i ment O erator Two Non Laborers Four Two Are any current employees or potential new hires Vernon residents? If so, how many? Two potential new hires may be residents We are a Union Contractor and have little cont of of who the Union sends us. Page 60 of 173 Current Permanent Workforce Utilization (Form AA-3) OPTIONAL Name of Company: Cedro Construction Inc. Project: 50th Street Ware Main Replacement Completion of this form is OPTIONAL. Any information supplied by vendors is for reporting purposes only and will not be factored into the award of any contract. Instructions: Please indicate the number of employees in each Job Classification belonging to the following groups. White (not of Hispanic origin) African-American (not of Hispanic origin) Hispanic Asian/Pacific Islander Native American Armenian Male Female CLASSIFICATION Officials/ Managers 2 Professionals Technicians Office/Clerical 2 Skilled Craft Workers ~ Operators (semi-skilled) 1 1 Laborers 4 Service Workers TOTAL 5 6 Page 61 of 173 Cedro Construction, Incorporated 120 East Santa Maria Street Santa Paula, CA 93060 (805)525-0599 (805)525-0509 fax cedroconstructionC~outlook.com Job Experience August 2020- Santa Clarita Valley Water Agency-West Ranch Recycled Water Main $ 3,112,332.00 William Seitz- Construction Manager- 949-300-9132 January 2020- City of Torrance- Opal Sewer line $851,094.00 Jeff Kidd Public Works Department -310-618-3067 Oct. 2019- Calleguas Municipal Water District-Crestview Interconnection $ 947,582.00 Fernando Baez-Project Manager- 805-579-7156 July 2019- Camarosa Water District -101 Crossing $931,290.70 Terry Curson-7385 Santa Rosa Rd Camarillo Ca 93017-805-482-8063 Cecember 2019- City of San Buenaventura- Wel l fVo.3 $367,523.00 Ernie Ferrer —Public Works Department- 805-677-3905 May 2017- City of Thousand Oaks-Drainage Improvements on Borchard Road $ 169,315.00 Dan Lazo- Public Works Dept-805-499-2400 May 2016- City of Santa Barbara- Braemar Forcemain No. 2 $ 760,163.00 Mehdi Moussavian- Project Manager- 805-897-2501 Feb. 2015- City of Lancaster- 20t " St. Easy Storm Drain Extension $ 1,300,000.00 Teresa LaFever-Capitol Engineer- 661-945-6871 Oct 2014- City of Palmdale- Water Line Abandonment and Services $ 1,236,382.00 Peter Thompson- Public Works Department- 661-947-4111 July 2013- - Limoneira Company- Farm Worker Housing Water and Sewer Improvements $1,830,722.21 Neil Barnsdale-Jensen Design &Survey-1672 Donlon Street, Ventura, CA 93003- 805-633-2228 November 2012- February 2013- City of Palmdale-l6-inch Watermain Replacement (City Project No. 621-G) $274,240.03 David Wu- 38250 Sierra Highway, Palmdale, CA 93550- 661-267-5324 2011- Jan 2012- Metropolitan Water District -Air Release and Vacuum Valve Relocation for Treated Water Pipel ines Construction package no. 11- $1,167,534.00 Bill Burke-700 N. Alameda St., Los Angeles, CA -951-966-9312 2011- July 20, 2012- City of Long Beach- Orange Avenue/ 7th Street Sewer Upgrade Project $2,610,050.90 Russ Hulse- 800 E. Wardlow Road, Long Beach, Ca 90807- 949 476-3305 Nov 2011- Nov 2011- United Water Conservation District- PT Wolf Road Valve Replacement 2 Project $48,505 Craig Morgan- 106 N. Eighth Street, Santa Paula, CA- 805-525-4431 2010-April 2011- County of Los Angeles, Public Works Department- Ave K 36-Inch Transmission Main, Phase I $3,662,629.13 Sam Assoum- 900 South Fremont Avenue- Alhambra, Ca 91803-1331- 626-940-4989 2009-June 2010- City of Lynwood- Tweedy Blvd and State St. Water Main Construction Project- $808,098.61 Daniel Ojeda-11330 Bul lis Road- Lynwood, Ca 90262-(310)603-0220 2008 —July 2009- City of Rancho Palos Verdes- McCarrel l Storm Drain Project- $ 6,356,626.15 Alan Braadvedt-30940 Hawthorne Blvd- Rancho Palos Verdes, Ca -310-544-5272 2007 - 2008 —City of Hawaiian Gardens —Bloomfield Avenue Storm Drain - $1,300,125.00 R.J. Wilson — 21815 Pioneer Blvd. —Hawaiian Gardens, CA 90716 — (562}420-2641 2007 —Channel Islands Beach Community Service District —Ocean Drive Water Distribution Pipeline Relocation - $150,000.00 Jared Bouchard — 353 Santa Monica Drive —Channel Islands Beach, CA 93035 — (805)985-6021 2007 —City of Simi Valley —Royal Avenue Waterline - $130,000.00 Ventura County Water Works District No. 8 — 500 W Los Angeles Ave. —Simi Valley, CA 93065 — (805)583-6400 2006 —City of Lynwood —Long Beach Water Line - $985,000.00 Elias Saikaly —11330 Bullis Rd. —Lynwood, CA 90262 — (310)603-0220 2005 — 2006 —Ventura County Water —Skyline Reservoir Pipeline — $1,150,000.00 Ventura County Water &Sanitation Department — 7150 Walnut Canyon Road — P. O. Box 250 —Moorpark, CA 93020 — (805)584-4829 2004 —City of Huntington Beach — OC-9 Transmission Main - $3,000,000.00 City of Huntington Beach Public Works Department — 2000 Main Street —Huntington Beach, CA 92648 — (714)536-5431 2003 —City of La Habra —Park La Habra Rehabilitation Project - $1,300,000.00 City of La Habra Public Works — 201 East La Habra Blvd. — P. O. Box 337 — La Habra, CA 90633 — (562)905-9792 2003 —City of Whittier — Dorland &Milton Water Improvements — $556,123.00 David Collosi —13230 Penn Street —Whittier, CA 90602 — (562)464-3520 2003 —City of Oxnard —Sanford Storm Drain Improvements - $1,300,125.00 Doc Delfin — 305 West Third St —Oxnard, CA 93030 — (805)385-7832 2002 —City of Camarillo —Lewis Road &Daily Drive Water Line Relocation — $365,000.00 David Klotzle — 601 Carmen Drive —Camarillo, CA 93010 — (805)444-6383 2002 —Ventura County Department of Airports —Oxnard Airport Storm Drain Improvements - $825,000.00 Ventura County Department of Airports — 555 Airport Way Suite B —Camarillo, CA 93010 — (805)388-4205 2002 —Las Virgenes Municipal Water District —Calabasas Recycled Water Line - $531,645.00 Lindsay Cao — 4232 Las Virgenes Rd —Calabasas, CA 91302 — (818)251-5100 2001— City of Port Hueneme —Pleasant Valley Road Improvements - $600,125.00 Luis Luna — 250 N Ventura Road —Port Hueneme, CA 93041— (805)986-6563 Cedro Construction, Incorporated 120 East Santa Maria Street Santa Paula, CA 93060 (805)525-0599 (805)525-0509 fax cedroconstructionC~outlook.com Andrew Cedro (562)889-7774 President /Foreman 30 years experience in underground construction. 20 years experience of company ownership. Michael Verner Project Manager (805)827-0977 20 years construction management experience. Recent Job Experience 2008 —2009- City of Rancho Palos Verdes- McCarrell Storm Drain Project- $ 6,000,000.00 2007 - 2008 —City of Hawaiian Gardens —Bloomfield Avenue Storm Drain - $1,300,125.00 R. J. Wilson — 21815 Pioneer Blvd. —Hawaiian Gardens, CA 90716 — (562)420-2641 2007 —Channel Islands Beach Community Service District —Ocean Drive Water Distribution Pipeline Relocation - $150,000.00 Jared Bouchard — 353 Santa Monica Drive —Channel Islands Beach, CA 93035 — (805)985-6021 2007 —City of Simi Valley —Royal Avenue Waterline - $130,000.00 Ventura County Water Works District No. 8 — S00 W Los Angeles Ave. —Simi Valley, CA 93065 — (805)583-6400 2006 —City of Lynnwood —Long Beach Water Line - $985,000.00 Elias Saikaly —11330 Bullis Rd. —Lynwood, CA 90262 — (310)603-0220 2005 — 2006 —Ventura County Water —Skyline Reservoir Pipeline — $1,150,000.00 Ventura County Water &Sanitation Department — 7150 Walnut Canyon Road — P. O. Box 250 —Moorpark, CA 93020 — (805)584-4829 2004 —City of Huntington Beach — OC-9 Transmission Main - $3,000,000.00 City of Huntington Beach Public Works Department — 2000 Main Street —Huntington Beach, CA 92648 — (714)536-5431 2003 —City of La Habra —Park La Habra Rehabilitation Project - $1,300,000.00 City of La Habra Public Works — 201 East La Habra Blvd. — P. O. Box 337 — La Habra, CA 90633 — (562)905-9792 2003 —City of Whittier — Dorland &Milton Water Improvements — $556,123.00 David Collosi —13230 Penn Street —Whittier, CA 90602 — (562}464-3520 2003 —City of Oxnard —Sanford Storm Drain Improvements - $1,300,125.00 Doc Delfin — 305 West Third St —Oxnard, CA 93030 — (805)385-7832 Page 115 of 115 DESIGNATION OF SUBCONTRACTORS NAME OF BIDDER: Cedro Construction Inc. Each Bidder must list, on the form provided on the next page, each Subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the Work or improvement, or a Subcontractor licensed in the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the Work or improvement according to detailed drawings contained in the Drawings and Specifications, in an amount in excess of one-half of one percent of the Contractor's Base Bid Amount. Each Subcontractor must have an active and current license, and all requisite specialty certifications, when listed. Bidder must provide the following information for EACH Subcontractor. 1. The name of the Subcontractor; 2. The trade and type of work that the Subcontractor will perform; 3. Location (address) of Subcontractor's place of business; 4. Subccntractor's license number; and any specialty licenses; and 5. Dollar value of the Work that the Subcontractor will perform. Subletting or subcontracting of any portion of the Work in excess of one-half of one percent of the Contractor's Base Bid to which no Subcontractor was designated in the original Bid shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the City setting forth the facts constituting the emergency or necessity. If the Contractor violates any of the above provisions the Contractor may be in breach of this Contract and the City may exercise the option, in its own discretion, to (1) cancel this Contract, or (2) assess the Contractor a penalty in an amount not more than ten percent (10%) of the amount of the subcontract involved, and this penalty shall be deposited in the fund out of which the prime Contract is awarded. If the Contractor fails to specify a Subcontractor, or if the Contractor specifies more than one Subcontractor for the same trade or type of Work to be performed under the Contract in excess of one-half of ane percent of the Contractor's Base Bid Amount, then the Contractor agrees that he/she is fully qualified to perform that Work himself/herself, and that helshe shall perform that Work himself/herself. If after award of Contract, the Contractor subcontracts any such Work, the Contractor will be subject to the statutory penalties. DESIGNATION OF SUBCONTRACTORS FORM IS ON THE F~LLQWING PAGE Page 52 of 173 Please type or legibly print (attach additional sheets as necessary). Name of Subcontractor Emaif Contact Information Trade and Type of Work to be Performed Business Location t~fA 2r~ ~ ~ ~ ~AR~/z~ /it/G. y Ti-I /f-M ~ f C'r N~ ~?~.V,~.I~, WA2J ~ ID N ~ LAKE r o,~2~5~ % i License Number Public V1lorks Contractor Registration Number Dollar ($} Value Zf3y~L co~~~~~~C~~?,~ 3~, alc.uv Page 53 of 173 The Contractor shal{ not: A. Subs~itute any ~~erson a~ Subcontractor in place of the Subcontractor listed in the original Bid, except that the City may consent to the substitution of another person as Subcontractor in any of the following situations: 1. When the Subcontractor listed in the Bid, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract far the scope of Work specified in the Subcontractor's bid and at the price specified in the Subcontr'actor's bid ; when that written contract, based upon the general terms, conditions, Drawings and Specifications for the Project or the terms of Contractor's written Bid, is presented to the Subcontractor by the Contractor; 2. Whin the listed Subcontractor becomes insolvent or the subject of an order for relief in bankruptcy; 3. V~'her~ the listed Subcontractor fails or refuses to perform his/her subcontract; 4. Wr7en the listed Subcontractor fails ~r refuses to meet the bond requirements of the Contractor as set forth in Public Contract Code Section 410 ; 5. When the Contractor demonstrates to the City that the name of the Subcontractor was listed as the result ~~f an inadvertent clerical error; 6. When the listed Subcontractor is not licensed pursuant to the Contractors License Law; 7. When the City determines that the Work performed by the listed Subcontractor is substantially unsatisfactory and not in substantial accordance with the Drawings and Specifications, or that the Subcontractor is substantially delaying or disrupting the progress of the Work; 8. When the lis#ed Subcontractor is ineligible to work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code; or 9. When the City determines that the listed Subcontractor is not a responsible contractor. B. Permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original Subcontractor listed in the original Bid, without the consent of the City. C. Other thar► in the performance of "change orders" causing changes or deviations from the original Contract, sublet of subcontract any portion of the Work in excess of one-half of one percent of the contractor's Base Bid amount as to whicr~ his/her original Bid did not designate a Subcontractor. Prior to approval of the C~~nfractor's request for a Subconir~ctor substitution, the Ciky shall give notice in writing to the listed Subcontractor of the Contractor's request to substitute and of the reason for the request. The notice will be served by certified ar registered mail to the fast known address of the Subcontractor. The listed Subcontractor who has been so notified shall have five (5) 1Norkiny Days within which to transmit to the City written objections to the substitution. Failure to file ~Ehese written objections shall constitute the listed Subcontra~tor~'s consent to the substitution. If written objections are filed, the City shall give notice in writing of at least five (5) Working Days to the listed Subcontractor of a hearing by the City an the Contractor's request for substitution. The Contractor, as a cond;tion to asserting a claim of inadvertent clerical error in the listing of a Subcontractor, shall within two (2) Working Days after the time of the Bid Deadline, give written notice to the City and copies of such notice to both the Subcontractor ~e/shy claims to have listed in error and the intended Subcontractor who had bid to the Contracfior prior to the Bid Leadline. Page 54 of 173 QUESTIONNAIRE REGARDING SUBCONTRACTORS Bidder shall answer the following questions and submit with his/her Contract proposal, Were bid depositary or registry services used in obtaining subcontractors bid fi gures in order to compute your bid? Yes q No ~] If the answer to No. 1 is "Yes", please forward a copy of the rules of each bid depository you used with this questionnaire. Did you have any source of subcontractors' bids other than bid depositories? 4. Has any person ar group threatened you with subcontractor boycotts, union boycotts, or other sanctions to attempt to convince you to use tie services or abide by the rules of one or more bid depositories? Yes q No ~ 5. If fi he answer to Nu. 4 is "Yes", please explain the follov~ing details: (a) Date: (b) Name of person or group: (c~ Job involved (if applicable): (d) Nature of the threats: (e) Additional comments: (Use additional paper if necessary) 6. Was a conscious effort made to recruit or provide equal opportunity for bids by minority or project area subcontractors? Yes ~ No q Was a conscious effort made to recruit and hire project area tower-income residents? Yes No q Please submit statement. We declare under penalty of perjury that the foregoing is true and correct. Dated this 24th day of February , 2020 . All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed by the bidder. Name of Comp 'ny B ; , Y~ Title: Vice President rage 55 of 173 City Council Agenda Item Report Agenda Item No. COV-560-2021 Submitted by: Lisette Grizzelle Submitting Department: Human Resources Meeting Date: April 6, 2021 SUBJECT Amendment to the Classification and Compensation Plan Recommendation: A. Approve revised job description for the position of Deputy City Clerk; and B. Approve new job description for the position of Administrative Aide; and C. Adopt Resolution No. 2021-08 amending Exhibit A of the Classification and Compensation Plan, adopted by Resolution No. 2020-19 and as amended by Resolution Nos. 2020-28, 2020-29, 2020-32 and 2020-42 to approve the new and revised salary ranges. Background: City Departments routinely review their organizational structures and staffing to ensure efficiency and seamless service. Based on recent review of operational needs and as a result of a vacancy in the City Clerk’s Office due to an employee transferring to another department, a reallocation of positions in the City Clerk’s Office has been proposed. The currently vacant position of Records Management Assistant is to be reallocated and filled at the level of Deputy City Clerk. As such, a review of the current job description and salary range for the Deputy City Clerk has been completed. Minor changes to the job description are recommended to align duties and minimum requirements to comparable agencies as well as for internal alignment. The position meets the administrative exemption from overtime due to the type of work directly related to the business operation and the exercise of independent judgement and discretion over important business decisions. Human Resources conducted a compensation and classification survey; the findings of which support a 10% increase to the salary, a change to exempt status, and minor revisions to the job description. The recommended salary range for the Deputy City Clerk classification is Exempt Pay Grade C 28 (Monthly Salary $7,742 - $9,411). Staff is also recommending the establishment of the classification and associated salary range of Administrative Aide. With the continuation and expansion of the COVID-19 community vaccine program by the Health and Environmental Control Department, additional temporary staffing is needed. The establishment of the Administrative Aide classification provides an entry-level clerical and administrative support classification to assist the Department in record keeping, customer contact, scheduling, and on-site coordination and logistics. This classification would be filled on a temporary as-needed basis to provide short-term program assistance. The recommended salary range for the Administrative Aide classification is Non-Exempt Pay Grade T 11 (Hourly Salary $19.4884 - $23.6886). Fiscal Impact: The estimated total additional annual cost for the Deputy City Clerk is approximately $10,781 including salary and benefits ($9,523 base salary and $1,258 in benefit costs). The City Clerk Department has sufficient salary savings from the current vacancy in the department to fund the proposed position in the current fiscal year budget. This reallocated position will be included in the department's 2021-2022 proposed budget. The estimated total additional six month cost for two 30-hour/week Administrative Aide positions is approximately $30,500. The City anticipates reimbursement for these temporary positions as part of the COVID -19 related expense reimbursement through FEMA. Attachments: 1. Resolution No. 2021-08 2. Deputy City Clerk Job Description 3. Administrative Aide Job Description RESOLUTION NO. 2021-08 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON AMENDING EXHIBIT A OF THE CLASSIFICATION AND COMPENSATION PLAN ADOPTED BY RESOLUTION NO. 2020-19 TO ADD A NEW CLASSIFICATION AND ASSOCIATED SALARY RANGE, AND REVISE A CLASSIFICATION AND ASSOCIATED SALARY RANGE SECTION 1. Recitals. A. On June 2, 2020, the City Council adopted Resolution No. 2020-19, as amended by Resolution Nos. 2020-28, 2020-29, 2020-32 and 2020-42, adopting a Citywide Classification and Compensation Plan in accordance with Government Code Section 20636(b)(1). B. Based on review of operational and staffing needs, one new classification and associated salary range are necessary for the Administrative Aide position in the Health & Environmental Control Department and a revised job description and associated salary range are necessary for the Deputy City Clerk position in the City Clerk’s Office. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF VERNON AS FOLLOWS: SECTION 2. The City Council of the City of Vernon hereby finds and determines that the above recitals are true and correct. SECTION 3. The Classification and Compensation Plan adopted by Resolution No. 2020-19, as amended by Resolution Nos. 2020-28, 2020-29, 2020-32 and 2020-42, is hereby amended to add a new classification and associated compensation for the position of Administrative Aide and to revise the job description and associated salary range for the Deputy City Clerk position, as shown in Exhibit A of this Resolution and referred to as Exhibit A of the City’s Classification and Compensation Plan. / / / / / / / / / / / / / / / Resolution No. 2021-08 Page 2 of 4 _______________________ SECTION 4. The City Clerk shall certify the passage and adoption of this resolution and enter it into the book of original resolutions. APPROVED AND ADOPTED this 6th day of April, 2021. _____________________ ATTEST: LETICIA LOPEZ, Mayor LISA POPE, City Clerk (seal) APPROVED AS TO FORM: _____________________________ ARNOLD M. ALVAREZ-GLASMAN, Interim City Attorney City of Vernon Classification and Compensation Plan Management, Confidential Elected Officials Exhibit A Fiscal Year: 2020-2021 Effective April 6, 2021 CLASS CODE OCCUPATIONAL JOB FAMILIES AND JOB CLASSES FLSA EMPLOYEE GROUP PAY GRADE {a} ANNUAL {a} MONTHLY HOURLY PAY PERIOD ADMINISTRATIVE AND CLERICAL GROUP 1532 Administrative Aide NE T11 Step 1 40,536$ 3,378$ 19.4884$ 1,559.07$ Step 2 42,563$ 3,547$ 20.4628$ 1,637.03$ Step 3 44,691$ 3,724$ 21.4859$ 1,718.88$ Step 4 46,925$ 3,910$ 22.5602$ 1,804.82$ Step 5 49,272$ 4,106$ 23.6882$ 1,895.06$ CITY CLERK DEPARTMENT 1315 Deputy City Clerk NE C 26 Step 1 84,271$ 7,023$ 40.5150$ 3,241.20$ Step 2 88,485$ 7,374$ 42.5408$ 3,403.26$ Step 3 92,909$ 7,742$ 44.6678$ 3,573.42$ Step 4 97,554$ 8,130$ 46.9012$ 3,752.10$ Step 5 102,432$ 8,536$ 49.2463$ 3,939.70$ 1315 Deputy City Clerk E C 28 Step 1 92,909$ 7,742$ 44.6678$ 3,573.42$ Step 2 97,554$ 8,130$ 46.9012$ 3,752.10$ Step 3 102,432$ 8,536$ 49.2463$ 3,939.70$ Step 4 107,554$ 8,963$ 51.7086$ 4,136.69$ Step 5 112,932$ 9,411$ 54.2940$ 4,343.52$ Page 1 of 1 Resolution No. 2021-08 Page 3 of 4 __________________ City of Vernon Classification and Compensation Plan Management, Confidential Elected Officials Exhibit A Fiscal Year: 2021-2022 Effective July 4, 2021 CLASS CODE OCCUPATIONAL JOB FAMILIES AND JOB CLASSES FLSA EMPLOYEE GROUP PAY GRADE {a} ANNUAL {a} MONTHLY HOURLY PAY PERIOD ADMINISTRATIVE AND CLERICAL GROUP 1532 Administrative Aide NE T11 Step 1 41,752$ 3,479$ 20.0730$ 1,605.84$ Step 2 43,839$ 3,653$ 21.0767$ 1,686.13$ Step 3 46,031$ 3,836$ 22.1305$ 1,770.44$ Step 4 48,333$ 4,028$ 23.2370$ 1,858.96$ Step 5 50,750$ 4,229$ 24.3989$ 1,951.91$ CITY CLERK DEPARTMENT 1315 Deputy City Clerk NE C 26 Step 1 86,799$ 7,233$ 41.7304$ 3,338.43$ Step 2 91,139$ 7,595$ 43.8169$ 3,505.35$ Step 3 95,696$ 7,975$ 46.0078$ 3,680.62$ Step 4 100,481$ 8,373$ 48.3081$ 3,864.65$ Step 5 105,505$ 8,792$ 50.7235$ 4,057.88$ 1315 Deputy City Clerk E C 28 Step 1 95,696$ 7,975$ 46.0078$ 3,680.62$ Step 2 100,481$ 8,373$ 48.3081$ 3,864.65$ Step 3 105,505$ 8,792$ 50.7235$ 4,057.88$ Step 4 110,780$ 9,232$ 53.2597$ 4,260.78$ Step 5 116,319$ 9,693$ 55.9227$ 4,473.81$ Page 1 of 1 Resolution No. 2021-08 Page 4 of 4 __________________ JOB DESCRIPTION Deputy City Clerk Date Prepared: Date Revised: February, 2016 April, 2021 Class Code: 1315 SUMMARY: Under general direction of the City Clerk, performs the duties of the office as defined by law including technical, legal, and ad ministrative duties in managing the official records of the City; assists in maintaining the required historical municipal records, assists in coordinating municipal elections, and, in conjunction with the City Clerk and City Attorney’s office, assures technical compliance with City and state regulations and Ralph M. Brown Act open meeting laws. ESSENTIAL FUNCTIONS: -- Essential functions, as defined under the Americans with Disabilities Act, may include any of the following representative duties, knowledge, and skills. This is not a comprehensive listing of all functions and duties performed by incumbents of this class; employees may be assigned duties which are not listed below; reasonable accommodations will be made as required. The job description does not constitute an employment agreement and is subject to change at any time by the employer. Essential duties and responsibilities may include, but are not limited to, the following: • Assists in the management of the official records of the City; verifies official City activities are in compliance with federal and state laws and regulations, and City policies; works independently and makes appropriate decisions based on knowledge of City policies; performs duties within scope of authority. • Assists with and/or performs the duties of City Clerk as assigned; drafts, compiles, prepares, and distributes City Council, or other governing body, agenda packets, public meeting notices, and supporting documentation; processes legal and technical documents. • Performs the technical transcribing of public meeting minutes; attends public meetings and takes notes. • Receives, records, assigns and, in conjunction with the City Attorney, responds to public records requests. • Assists as custodian of City records, and verifies the accuracy of technical files and official records including Statements of Economic Interest required by the Californ ia Political Reform Act; verifies City records management and retention program is in compliance with California statutes. • Assists with conduct of City elections, including managing the dissemination, and return, of ballots and the filing of all required technical documents. • Drafts staff reports, department procedures, correspondence and other documents as needed. • Assures the absolute confidentiality of City's confidential records and information. • Assures that security protocols are followed, and all reports and paperwork are completed in a timely manner; updates, corrects, retrieves, and releases information according to procedures. • Assist in leading staff on programs and projects; and provides guidance and training to staff. • May assist in planning, organizing and directing the functions of the City Clerk’s Office, including supervising and evaluating technical and administrative staff. Provides information, instructions and assistance to the public and others having business with the City; assists customers with requests, applications, government forms, and other documents; responds to and resolves customer service issues in a courteous and respectful manner. • Supports the relationship between the City of Vernon and the general public by demonstrating courteous and cooperative behavior when interacting with visitors and City staff; maintains confidentiality of work-related issues and City information; performs other duties as required or assigned. MINIMUM QUALIFICATIONS: Education, Training and Experience Guidelines: Bachelor’s Degree in Public or Business Administration, or related field; AND four years professional level administrative experience in a municipal or county clerk’s office, or similar public agency in California including at least two years of performing increasingly responsible and complex duties and tasks; and/or providing lead or supervisory duties administrative support for executive level management.over clerical or administrative support personnel. Knowledge of: • City organization, operations, policies, and procedures. • Federal and state laws and statutes governing municipal operations, public records, and open meetings, including California Public Employment Relations Board, the Meyers -Milias-Brown Act, California Public Records Act, California Elections Code, California Political Reform Act and the Federal Voter Rights Act. • City ordinances, codes, policies, resolutions, and agreements. • Federal and state laws and regulations governing City administration and elections. • Parliamentary practices and procedures governing public meetings. • Principles and practices of record keeping, records manage ment, and records retention. • Principles and practices of confidential records management, and security precautions in the public sector. • Legal, ethical and professional rules of conduct for public sector employees and elected officials. • Customer service principles, protocols, and methods. • Business computers, and standard and specialized software applications. Skill in: • Explaining and applying state and Federal rules and regulations and statutory standards. • Researching, reviewing, correcting, and maintaining complex and extensive public records. • Monitoring the City’s compliance with all laws, regulations, and rules. • Assessing and prioritizing multiple tasks, projects and demands. • Dealing tactfully and courteously with those seeking information about City functions and activities. • Establishing and maintaining effective working relationships with the City Clerk and City Attorney, co-workers, City Council, Mayor, City Administrator, City departments and staff, regional government agencies, and the public. • Communicating effectively verbally and in writing. LICENSE AND CERTIFICATION REQUIREMENTS: A valid California State Driver’s License is required. Notary Public license may be required. Designation as a Certified Municipal Clerk (CMC) Certificate is highly desirable and will be required within two years of appointment. PHYSICAL DEMANDS AND WORKING ENVIRONMENT: • Work is performed in a standard office environment. • Working evenings may be required upon occasion. Administrative Aide Vernon CA 1 of 2 JOB DESCRIPTION Administrative Aide Date Prepared: March 2021 Class Code: 1532 SUMMARY: Under basic supervision, performs a variety of basic clerical and administrative support functions supporting city operations. DISTINGUSING CHARACTERISTICS: -- Administrative Aide is the entry level in the job series; incumbents work under basic supervision, and perform a variety of basic to routine and supportive clerical and general support duties. ESSENTIAL FUNCTIONS: -- Essential functions, as defined under the Americans with Disabilities Act, may include any of the following representative duties, knowledge, and skills. This is not a comprehensive listing of all functions and duties performed by incumbents of this class; employees may be assigned duties which are not listed below; reasonable accommodations will be made as required. The job des cription does not constitute an employment agreement and is subject to change at any time by the employer. Essential duties and responsibilities may include, but are not limited to, the following: • Perform general office or clerical support within area of responsibility; organizes and maintains departmental records and filing systems; scans documents for records retention. • Provides customer service in an office or a remote location; answers, screens and directs incoming telephone calls; responds to public inquiries and requests for information; schedules appointments; opens and distributes interoffice mail. • Types, formats, edits and proofreads correspondence, meeting agendas, reports and documents; composes routine correspondence; makes copies and assists with collating. • May assist in processing a variety of permits and permit applications. • Uploads current information to the City’s website. • May purchase office supplies; organize and maintain supply rooms; processes requests for payments; reconcile billing statements • Conducts a variety of general office duties including data entry. • Maintains confidentiality of records and information. • Enters, compiles and summarizes financial or other data, and prepares routine reports. • Processes requests for information, and attempts to resolve requests by researching files and records; explains rules, policies, and procedures; explains the proper use and completion of forms and documents; refers matters requiring policy interpretation to supervisor for resolution. • May perform technical research activities and special projects. • Serves as backup for other positions to ensure continuity of operations during absences. • Supports the relationship between the City of Vernon and the general public by demonstrating courteous and cooperative behavior when interacting with visitors and City staff; maintains confidentiality of work - related issues and City information; performs other duties as required or assigned. MINIMUM QUALIFICATIONS: Education, Training and Experience Guidelines: Possession of a High School Diploma or GED. Six months of clerical, administrative support and/or customer service experience. Administrative Aide Vernon CA 2 of 2 Knowledge of: • City organization, operations, policies and procedures. • Principles and practices of office administration. • Telephone etiquette and customer service protocol. • Customer service standards and protocols. • Business computers and standard MS Office software applications. Skill in: • Preparing correspondence and various types of documents. • Reviewing documents for accuracy. • Organizing and maintaining departmental records and filing systems. • Answering incoming calls and responding to public inquiries. • Organizing tasks and meeting deadlines. • Operating a personal computer utilizing a variety of business software. • Explaining City policies and procedures. • Communicating effectively verbally and in writing. • Dealing tactfully and courteously with the public. • Establishing and maintaining cooperative working relationships with co-workers and the public. LICENSE AND CERTIFICATION REQUIREMENTS: A valid California State Driver’s License is required. PHYSICAL DEMANDS AND WORKING ENVIRONMENT: Work may be performed in a standard office environment and/or outdoors at various locations throughout the City.