the city of santa fe springs - ebidboard.com
TRANSCRIPT
THE CITY OF SANTA FE SPRINGS
REQUEST FOR BIDS
MARQUARDT AVENUE
16" WATER MAIN RELOCATION
CITY OF SANTA FE SPRINGS
PUBLIC WORKS DEPARTMENT
October 24, 2019
ORIGINAL BID SET
SPECIFICATIONS AND BID DOCUMENTS
DEPARTMENT OF PUBLIC WORKS
INQUIRIES REGARDING THIS PROJECT
MAY BE DIRECTED TO
OWNER
City of Santa Fe Springs
11710 Telegraph Road
Santa Fe Springs, CA 90670
Phone (562) 868-0511, Ext. 7545
FAX (562) 409-7651
Contact: Robert Garcia, Project Manager
TABLE OF CONTENTS
NOTICE INVITING SEALED BIDS A
INSTRUCTIONS TO BIDDERS B
PROPOSAL C
CONTRACT AGREEMENT D
GENERAL SPECIFICATIONS E
CONTRACT FORMS F
SPECIAL PROVISIONS
PART 1 – GENERAL PROVISIONS A-1
PART 2 – CONSTRUCTION MATERIAL B-2
PART 3 – CONSTRUCTION METHODS C-3
APPENDIX
UTILITY COMPANY LISTING
STANDARD DRAWINGS
2019-11 Marquardt Avenue 16" Water Main Relocation
A-1
NOTICE INVITING SEALED BIDS
FOR
MARQUARDT AVENUE
16" WATER MAIN RELOCATION
IN THE CITY OF SANTA FE SPRINGS
PUBLIC NOTICE IS HEREBY GIVEN that the City of Santa Fe Springs as AGENCY, invites
sealed bids for the above-stated project and will receive such bids in the City Engineer’s Office,
City of Santa Fe Springs, 11710 Telegraph Road, Santa Fe Springs, California 90670, until 11:00
a.m. on Tuesday, November 19, 2019.
Bids will be publicly opened and read at 11:30 a.m. in the City Council Chambers, located at
11710 Telegraph Road, Santa Fe Springs on Tuesday, November 19, 2019. Bidders or their
authorized agents are invited to be present for the opening of bids.
The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals
as required by the Plans and Specifications. The general items of work include but may not be
limited to removal and disposal of interfering portions of existing 16" water main, furnishing and
installing approximately 65 LF of 16" ductile iron pipe via trenching, along with all shoring
required, installing new fire hydrant, gate valve, pipe trench backfill and street restoration at
designated locations per plans. Included in this project is all trenching, trench shoring, and
furnishing and installing fittings, valves, all appurtenances, and all pipe pressure testing and
disinfection within the project area.
The local prevailing wages, as determined by the State of California, Director of Industrial
Relations pursuant to the provisions of Section 1773.2 of the Labor Code of the State of California
are on file at the City Hall, City of Santa Fe Springs, 11710 Telegraph Road, Santa Fe Springs,
California 90670, and are available for review by any interested party on request at City Hall. The
Contractor for this work shall perform all the basic regulations, requirements and procedures
pursuant to the Davis-Bacon Act and related prevailing wage statutes, including Title I of the State
and Local Fiscal Assistance Act of 1972. All contractors and subcontractors must furnish
electronic certified payroll directly to the Labor Commissioner (aka Division of Labor Standards
Enforcement).
● No contractor or subcontractor may be awarded a contract for public work on a public
works project (awarded on or after April 1, 2015) unless registered with the Department of
Industrial relations pursuant to Labor Code section 1725.5.
● The project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
Attention is directed to the provisions of Section 1777.5 (Chapter 1411, Statutes of 1968) of the
Labor Code concerning the employment of apprentices by the Contractor or any such
subcontractor. Affirmative action to ensure against discrimination in employment practices on the
basis of race, color, national origin, ancestry, sex, religion or handicap will also be required.
2019-11 Marquardt Avenue 16" Water Main Relocation
A-2
The AGENCY will deduct retention from progress payments as specified in Section 9 of Part 1 -
General Provisions, of the Special Provisions. The Contractor may substitute an escrow holder
surety of equal value to the retention. The Contractor shall be the beneficial owner of the surety
and shall receive any interest thereon. Substitution of securities for monies withheld to ensure
performance of this contract will be permitted pursuant to Government Code Section 4590.
In entering into a public works contract, or a subcontract, to supply goods, services, or materials
pursuant to a public works contract, the Contractor, or subcontractor, offers and agrees to assign
to the awarding body all rights, title and interest in, and to, all causes of action it may have under
Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2
[commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code),
arising from purchases of goods, services, or materials pursuant to the public works contract or the
subcontract. This assignment shall be made and become effective at the time the awarding body
tenders final payment to the Contractor, without further acknowledgment by the parties.
Special attention is called to Page B-4 of the Instruction to Bidders regarding liability insurance
requirements. The successful bidder will be held to strict compliance with those requirements.
Contractors who cannot comply should not bid.
The Department of Industrial Relations (DIR) State of California is currently in full
implementation of Senate Bill 854 for new public works projects. The public works reforms (SB
854) were signed into law on June 20, 2014. The reforms made several significant changes to the
administration and enforcement of prevailing wage requirements by the Department of Industrial
Relations (DIR). SB 854 established a public works contractor registration program to replace
prior Compliance Monitoring Unit (CMU) and Labor Compliance Program (LCP) requirements
for bond-funded and other specified public works projects. The fees collected through the program
established by SB 854 are used to fund DIR’s public works activities. Contractors and
Subcontractors must comply with DIR registration requirements as specified in Labor Code
1725.5, 1771.1(a), 1771.1, 1771.4. Additional information is available on DIR’s Public Works
webpage (www.dir.ca.gov), with resources that include a webinar, presentation slides and
frequently asked questions regarding SB 854. Special attention is called out to Page B-6 of
Instruction to Bidders regarding Wage Scale.
Bids must be prepared on the approved original proposal forms, which are stamped “Official
Bid” in red ink, in conformance with the Instructions to Bidders and submitted in a sealed
envelope plainly marked on the outside. Plans and Special Provisions must be purchased from
or furnished by the City of Santa Fe Springs – no other company or agency has been given
authorization to sell, duplicate or transfer Contract documents. Bid Proposals received from
companies not on the official plan holders list, which is posted to a link available from the
City’s website, shall not be accepted.
The Bid must be accompanied by certified or cashier's check, or bidder's bond, made payable to
the City of Santa Fe Springs as AGENCY, for an amount no less than 10 percent of the amount
bid. A labor and materials bond and performance bond will be required prior to the execution of
the contract in the form and amount set forth in the contract documents.
The successful bidder shall be licensed in accordance with provisions of the Business and
2019-11 Marquardt Avenue 16" Water Main Relocation
A-3
Professions Code and shall possess a valid State Contractor's License A at the time this Contract
is awarded. The successful Contractor and all subcontractors will also be required to possess
business licenses from the City of Santa Fe Springs prior to commencement of work.
DEBARMENT: No Contractor or Subcontractor may be awarded a contract on a bid proposal if
they have been Debarred by the State pursuant to Labor Code Sections 1777.1 and 1777.7 and
Public Contracts Code Section 6109.
The AGENCY reserves the right to reject any or all bids, to waive any irregularity in any bid
received, and to be the sole judge of the merits of the respective bids received and to take all bids
under advisement for a period of 30 days. The award, if made, will be made to the lowest
responsible bidder as so determined by the AGENCY.
Copies of the Plans, Specifications, and Contract Documents may be obtained during regular
business hours at the Office of the City Engineer of the City of Santa Fe Springs, 11710 Telegraph
Road, Santa Fe Springs, California 90670. Regular business hours are from 7:30 a.m. to 5:30
p.m. (Closed on alternating Fridays).
Please direct written requests to the Department of Public Works, City of Santa Fe Springs, P.O.
Box 2120, Santa Fe Springs, California 90670.
Plans and Specifications are expected to be available after Monday, October 28, 2019. Please
call the number below to verify if available. The official Plan holder’s list will be posted to a link
available through the City’s website under www.santafesprings.org. Bid results will also be posted
to the City’s website.
Further information regarding this project can be obtained by calling the Public Works
Department, Engineering Division, at (562) 409-7540.
BY ORDER OF the City of Santa Fe Springs.
NOE NEGRETE, CITY ENGINEER
OF THE CITY OF SANTA FE SPRINGS Activity: PW 180109
October 24, 2019
2019-11
2019
B-1
INSTRUCTIONS TO BIDDERS
PROPOSAL FORMS
Bids shall be submitted in writing on the original Proposal forms, which are stamped “Official
Bid” in red ink provided by the Agency. No duplicates shall be accepted. Contract
Documents and Specifications must be purchased from or furnished by the City of Santa Fe
Springs. The Proposal shall not be changed and no additions shall be made to the items mentioned
therein. Unauthorized conditions, exemptions, limitations, or provisions attached to a proposal
will render it informal and cause its rejection.
PREPARATION OF BIDS
Bids must be submitted on the prescribed forms. Bid prices must be filled in, IN INK in both unit
prices and amounts, and must be noted with clear distinction in dollars and cents. In case of
discrepancy between unit prices and amounts, unit prices will govern. Erasures or other changes
must be noted over the signature of the bidder. The Agency will not consider any proposal not
meeting these requirements.
PROPOSAL GUARANTEE
Proposals must be accompanied by a proposal guarantee consisting of a certified or cashier's check
or bid bond payable to the Agency in the amount not less than 10 percent of the total amount bid.
Any proposal not accompanied by such a guarantee will not be considered. If a bidder to whom a
contract is awarded fails or refuses to execute the contract documents or furnish the required
insurance policies and bonds as set forth in those documents, the proposal guarantee shall be
forfeited to the Agency. The proposal guarantees of all bidders will be held until the successful
bidder has properly executed all contract documents. Checks or bid bonds of the other bidders
will be returned when their proposals are rejected, or in any event, at the conclusion of sixty (60)
days from the date of opening bids.
CONTRACT BONDS
The successful bidder will be required at the time of executing the contract to furnish a Labor and
Material Bond in an amount equal to one hundred percent (100%) of the contract price, and a
Faithful Performance Bond in an amount equal to one hundred percent (100%) of the contract
price. Said bonds shall be secured from a surety company satisfactory to the Agency, and shall
incorporate the Agreement and CONTRACT by reference. Bond forms are included in the
contract.
Each signature on the bonds must be notarized. Please note the new notarial certificate
requirements for acknowledgement certificates per State of California Law effective January 1,
2015. This acknowledgement certificate is available for download at the Secretary of State’s
website, https://notary.cdn.sos.ca.gov/forms/notary-ack.pdf. Bonds that are notarized and do not
meet the new requirements will be rejected.
DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside, “MARQUARDT
AVENUE 16" WATER MAIN RELOCATION - DO NOT OPEN WITH REGULAR
MAIL.” The sealed envelope shall also have clearly marked on the outside the company
2019
B-2
name and address of the bidder. Proposals may be mailed or delivered by messenger. However,
it is the bidder’s responsibility alone to ensure delivery of the proposal in the hands of the Agency’s
designated official at the office of the City Engineer at City Hall, 11710 E. Telegraph Road prior
to the bid opening hour stipulated in the Notice Inviting Sealed Bids. Late proposals will not be
accepted. A late proposal shall be defined as being received after the stipulated hour in the
appropriate receiving office, according to such clocks in use for bid reception, as determined by
the designated City Official.
REGISTRATION OF CONTRACTORS
Before submitting bids, Contractors shall be licensed with the classification as indicated in the
Notice Inviting Bids, in accordance with the provision of Chapter 9, Division 3 of the Business
and Professions Code. If a Federal Aid Project Number is shown on the plans or in the Special
Provisions, Public Contract Code Section 10164 takes precedence.
QUESTIONS PRIOR TO OPENING OF BIDS
Questions regarding documents, discrepancies or omissions in the Plans or Specifications shall be
communicated to Robert Garcia, Project Manager in writing, by letter, fax or e-mail, not less than
seven (7) working days prior to opening of bids, to provide time for issuing and forwarding an
addendum, should the City consider an addendum necessary. The City will not be responsible for
over interpretation of the Plans and Specifications.
WITHDRAWAL OF PROPOSALS
A proposal may be withdrawn by a written request signed by the bidder. Such request must be
delivered to the Agency's designated official prior to the bid-opening hour stipulated in the Notice
Inviting Sealed Bids. Proposals may not be withdrawn after said hour without forfeiture of the
proposal guarantee. The withdrawal of the proposal will not prejudice the right of the bidder to
submit a new proposal, providing there is time to do so.
IRREGULAR PROPOSALS
Unauthorized conditions, limitations or provisions attached to a proposal will render it irregular
and may cause its rejection. The completed proposal forms shall be without interlineations,
alterations, or erasures. Alternative proposals will not be considered. No oral, telegraphic, or
telephonic proposal, modification, or withdrawal will be considered.
REJECTION OF PROPOSALS
Proposals may, at the discretion of the Agency, be rejected if they show any alteration of form,
additions not called for, conditional or alternative bids, incomplete bids, or irregularities of any
kind. The right is reserved by Agency to reject any or all proposals.
TAXES
No mention shall be made in the proposal of Sales Tax, Use Tax or any other tax, as all amounts
bid will be deemed and held to include any such taxes, which may be applicable.
BIDDERS INTERESTED IN MORE THAN ONE BID
No person, firm, or corporation shall be allowed to make, file or be interested in more than one bid
for the same work, unless alternative bids are called for. A person, firm or corporation who has
submitted a sub-proposal to a bidder or who has quoted price on materials to a bidder, is not thereby
2019
B-3
disqualified from submitting a proposal or quoting prices to other bidders.
CONTRACTOR'S LICENSE DECLARATION
Bidders are notified that a Contractor's License Declaration is required to be executed in
accordance with Section 7028.15(e) of the Business and Professions Code and submitted with the
Bid.
EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE
Bidders must satisfy themselves by personal examination of the work site, Plans, Specifications,
and other contract documents and by any other means as they may believe necessary, as to the
actual physical conditions, requirements and difficulties under which the work must be performed.
No bidder shall at any time after submission of a proposal make any claim or assertion that there
was any misunderstanding or lack of information regarding the nature or amount of work necessary
for the satisfactory completion of the job. 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 Proposal, Plans, Specifications and
other Contract Documents.
The Bidder is required to ascertain the locations of the existing utility services, and other
underground facilities, and to provide for carrying out his/her operations so as to cause the
minimum possible inconvenience to the occupants of property along any streets affected. All work
and costs involved in the safeguarding of the property of others shall be at the expense of the
Bidder to whom the contract may be awarded.
The Bidder shall examine the local conditions, read each and every clause of the Specifications,
including all costs necessary to complete the specified work in his/her Bid prices, and agree that if
he/she is awarded the Contract, no claim against the City will be made based upon ignorance of
local conditions or misunderstanding of any provision of the Contract. Should the conditions turn
out otherwise than anticipated by him/her, the Bidder shall agree to assume all risks incident
thereto.
ENGINEER’S ESTIMATE The preliminary estimate of quantities of work to be done and materials to be furnished are approximately as shown upon the plans and are given as a basis of comparison of bids only. The Agency does not expressly or by implication agree that the actual amount of work will correspond therewith. The Engineer’s Estimate will not be available on Federal Projects.
EQUIVALENT MATERIALS
Approval of equipment and materials offered as equivalents to those specified must be obtained in
writing from the Agency not less than seven (7) working days prior to the opening of bids.
Requests for consideration of equivalents must be submitted in writing, allowing sufficient time
for complete consideration of all specifications, samples, references, tests and other details to the
full satisfaction of the Agency.
LEGAL RESPONSIBILITIES
All proposals must be submitted, filed, made and executed in accordance with State and Federal
laws relating to bids for contracts of this nature whether the same or expressly referred to herein
2019
B-4
or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the
terms, conditions, provisions and requirements set forth, contemplated and referred to in the Plans,
Specifications and other contract documents, and to full compliance therewith.
LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work under this Contract until he has obtained all insurance required under this section, and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been obtained.
A. Worker's Compensation Insurance - The Contractor shall take out and maintain during the life of this Contract, worker's compensation insurance for all his employees engaged on or at the site of the project, and in case any of his work is sublet, the Contractor shall require the Subcontractor similarly to provide worker's compensation insurance for all of the latter's employees, unless such employees are covered by the protection afforded by the worker's compensation insurance carried by the Contractor.
B. Public Liability and Property Damage Insurance - The Contractor shall take out and
maintain during the life of this Contract such public liability and property damage
insurance as shall protect him and the Agency from all claims for personal injury, including
accidental death, as well as from claims for property damage arising from operations under
this contract. The amount of such insurance shall be as hereinafter set forth. The
Contractor shall require the Subcontractors, if any, to take out and maintain similar public
liability and property damage insurance. The amounts of such insurance shall be as
hereinafter set forth.
In case any work under this Contract is to be performed on or at the site of the Project by
a Subcontractor, the Contractor shall also take out and maintain such Contractor's
contingent or protective insurance as will protect him and the Agency from damage claims
arising from the operations of any Subcontractor, the amounts of such insurance as
hereinafter set forth. If any Subcontractor shall subcontract any portion of his subcontract,
the Contractor shall require him to take out and maintain such contingent or protective
insurance as will protect such Subcontractor from damage claims arising from operations
of the second Subcontractor. Such contingent or protective insurance shall be in the same
amount as the primary Subcontractor's public liability and property damage insurance.
As provided above, the Contractor shall take out and maintain public liability insurance for
injuries, including accidental death to any one person, in an amount not less than One
Million Dollars ($1,000,000); and subject to the same limit for each person; on account of
any one accident in an amount of not less than Two Million Dollars ($2,000,000); and
property damage insurance in an amount of not less than Five Hundred Thousand Dollars
($500,000); Contractor's contingent or protective insurance for public liability and property
damage in amounts not less than the respective amounts noted above. As provided above,
the Contractor shall require all Subcontractors, whether primary or secondary, if any, to
take out and maintain public liability and property damage insurance in amounts
hereinbefore set forth for the Contractor.
2019
B-5
In addition, Contractor shall take out and maintain public liability insurance in accordance
with insurance coverage and amounts identified within the LACDPW, Flood Control
Permits. Said coverage and amounts shall meet the minimums as required between the
more restrictive limits imposed, either within these City Specifications, or the LACDPW
Flood Control permit documents.
C. Insurance Covering Special Hazards - The following special hazards shall be covered by
rider or riders to the above-mentioned public liability insurance or protective damage
insurance policy or policies or by special policies of insurance in amounts as follows:
Automotive and truck where operated, in amounts as above; material hoists, where used,
in amounts as above.
D. Proof of Carriage of Insurance - The Contractor shall furnish satisfactory proof of full
compliance with all the insurance requirements herein prior to execution of the contract,
including additional insured endorsement, Form B, CG 2010, with an edition date prior to
1993, or approved otherwise by the Agency attorney.
1. All certificates of insurance with respect to liability insurance of any kind shall
name the City of Santa Fe Springs, and the City of Santa Fe Springs as Additional
Insured with respect to the performance by the Contractor of the work which is the
subject of the Contract.
2. The certificate of liability insurance shall conform to Section B of the Standard
Specifications and these provisions, except the provision whereby “the policy shall
insure the Agency, its officers…while acting within the scope of their duties of the
work” is eliminated on Federal projects (if a Federal Project No. is indicated on the
Plans or these Special Provisions).
3. The full and complete Project name shall be shown on the Certificate of Insurance.
4. A Workers’ Compensation Certificate as prescribed by Labor Code §1861 and in
the form attached hereto as Exhibit “A,” which acknowledges the
Contractor’s obligation to secure the payment of workers’ compensation for its
employees before beginning work.
E. Notification of Cancellation of Insurance - Certificates of proof of carriage of insurance
shall provide for not less than thirty (30) day notice of change or cancellation prior to
acceptance of the work.
F. Renewal of Insurance - The insurance required herein will be renewed annually as long as Contractor continues operations in any way related to this agreement or Agency or Agency's employees face an exposure from such operations. This obligation applies whether the contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. This requirement is in addition to coverage required to be maintained for completed and discontinued operations as required elsewhere.
2019
B-6
G. Working in Railroad Right-of-Way – Whenever working within railroad right-of-way, the Contract shall furnish insurance to the affected railroad in the amounts and form required by said railroad. It is the Contractor’s responsibility to determine such requirements.
WAGE SCALE The Contractor shall pay to all workmen engaged in the work, the prevailing rates of wages for public works contracts, as determined by the Director of the Department of Industrial Relations (DIR) of the State of California or Secretary of Labor for Federal Rates, whichever is greater. A copy of said determination is on file at the City Hall of the City of Santa Fe Springs and will be made available for review to any interested person. General prevailing wage determinations by DIR are also available on the Internet at www.dir.ca.gov.
Contractor shall forfeit, as penalty to City, the sum of $25.00 or higher amount as set by statute,
for each calendar day, or portion thereof, for each worker employed who is paid less than the
stipulated prevailing rates for such work or craft in which said workman is employed for any work
done under this contract, by Contractor of by any subcontractor in violation of the provisions of
this agreement.
The Department of Industrial Relations (DIR) State of California is currently in full
implementation of Senate Bill 854 for new public works projects. Additional information is
available on DIR’s Public Works webpage (www.dir.ca.gov), with resources that include a
webinar, presentation slides and frequently asked questions regarding SB 854. The highlights of
the SB 854 requirements are as follows:
Registration of Public Works projects using the PWC-100 form:
• Awarding agencies are required by law to notify DIR of any public works project within five
(5) days after awarding the contract for the project. This applies to any project that would be
considered a public work requiring the payment of prevailing wages under California Labor
Code.
• Awarding agencies must use the PWC-100 form to provide the required notice and register a
project with DIR.
Registration of Public Works Contractors and Subcontractors:
• Contractors and Subcontractors must complete registration with DIR (www.dir.ca.gov),
this is a mandatory condition for bidding on any Public Works Projects. In the event the
City receives a bid proposal from a contractor without a DIR registration, that bid will
be considered null and void thus disqualified from the bidding process.
• Contractors and Subcontractors must comply with DIR registration requirements as specified
in Labor Code 1725.5, 1771.1(a), 1771.1, 1771.4.
• Contractors are subject to a registration and annual renewal fee set initially at $300. The fee
is non-refundable and applies to all contractors and subcontractors who intend to bid or
perform work on public works projects (as defined under the Labor Code).
• Contractors apply and pay the fee online and must meet minimum qualifications to be
registered as eligible to bid and work on public works projects:
2019
B-7
♦ Must have worker’s compensation coverage for any employees and only use subcontractors
who are registered public works contractors.
♦ Must have Contractors State License Board License if applicable to trade.
♦ Must not have any delinquent unpaid wage or penalty assessments owed to any employee
or enforcement agency.
♦ Must not be under federal or state debarment.
♦ Must not be in prior violation of this registration requirements once it becomes effective.
However, for the first violation in a 12-month period, a contractor may still qualify for
registration by paying an additional penalty.
• The public works project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations (DIR).
Certified Payroll Reporting by Contractors and Subcontractors
• Contractors and Subcontractors will be required to submit certified payroll records (CPRs)
directly to the Labor Commissioner, using DIR’s data-driven electronic Certified Payroll
Record (eCPR) reporting system. Contractors will input CPR data directly into the online
form. In addition, Contractor and Subcontractor shall maintain the records and certifications
and make them available for inspection, pursuant to Labor Code §1776.
• Projects will need to be registered with DIR (using the PWC-100 form) in order for a contractor
or subcontractor to use this system. Contractors and subcontractors will then be able to identify
the correct project and associate their payroll records with that project using the eCPR system.
The successful bidder will be held to strict compliance with SB 854 requirements.
Contractors who cannot comply should not bid.
NONCOLLUSION DECLARATION
A noncollusion, in the form attached hereto as Exhibit “B,” shall be filled out, signed and submitted
with the bid (Public Contract Code § 7106)
AWARD OF CONTRACT
The award of Contract, if made, will be to the lowest responsible and responsive bidder as
determined solely by the Agency. The Agency reserves the right to award the bid or the bid
alternate to the lowest responsible bidder. Additionally, the Agency reserves the right to reject
any or all proposals, to waive any irregularity, and to take the bids under advisement for a period
of 30 days, all as may be required to provide for the best interests of the Agency. In no event will
an award be made until all necessary investigations are made to the responsibility and
qualifications of the bidder to whom award is contemplated. All bids will be compared with the
Estimate and budget.
The Contractor selected by the Agency to complete this project must be able to perform, with its
own organization, Contract work amounting to at least 50 percent of the Contract Price with the
2019
B-8
exception of Specialty Items as addressed in the Standard Specifications. Contractor must also be
able to provide past project documentation and references that demonstrate that Contractor has
successfully completed projects of similar scope and size within the past thirty-six (36) months.
2019
B-9
EXHIBIT “A”
WORKERS’ COMPENSATION CERTIFICATION
Pursuant to Sections 1860 and 1861 of the Labor Code, the Contractor shall submit the following
certification:
“I am aware of the provisions of Section 3700 of the Labor Code which require every employer to
be insured against liability for workers’ compensation or to undertake self-insurance in accordance
with the provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.”
CONTRACTOR
By:
Title:
2019
B-10
EXHIBIT “B”
NONCOLLUSION DECLARATION TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the ___________ of _____________, the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine and not collusive or sham.
The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with
any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost
element of the bid price, or of that of any other bidder. All statements contained in the bid are true.
The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or
entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint
venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on behalf of
the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct and that this declaration is executed on ___________ [date], at _______________
[city], _______________ [state].
By:
Title:
Submitted by: _________________________
PROPOSAL
FOR
MARQUARDT AVENUE
16" WATER MAIN RELOCATION
IN THE CITY OF SANTA FE SPRINGS
To the City Engineer of the City of Santa Fe Springs, as AGENCY
In accordance with AGENCY’S Notice Inviting Bids, the undersigned BIDDER hereby proposes
to furnish all materials, equipment, tools, labor and incidentals required for the above-stated
project as set forth in the Plans, Specifications and contract documents therefore, and to perform
all work in the manner and time prescribed therein.
BIDDER declares that this original proposal was purchased from or furnished by the City of
Santa Fe Springs and is based upon careful examination of the work site, Plans, Specifications,
Instruction to Bidders and all other contract documents. If this proposal is accepted for award,
BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set
forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in
the manner and time prescribed will result in forfeiture to AGENCY of the guarantee
accompanying this proposal.
THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF
ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is
agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties
and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended
amounts, and figures must be noted with clear distinction in dollars and cents. Erasures or other
changes must be noted over the signature of the bidder.
If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default
in executing the required contract and filing the necessary bonds and insurance certificates within
10 working days after the date of AGENCY'S notice of award of contract to the BIDDER, the
proceeds of the security accompanying this bid shall become the property of the AGENCY and
this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void.
2019-11 Marquardt Avenue 16" Water Main Relocation C-1
Submitted by: _________________________
ITEM UNIT EXTENDED
NO. DESCRIPTION UNIT PRICE AMOUNT
BASE BID
1. Mobilization.
1 LS $
2. Traffic Control.
1 LS $
3. Asphalt Concrete Pavement
Restoration. 8 TON $ $
4. Concrete Removal and Restoration
400 SF $ $
5. Furnish and Install 16" Ductile Iron
Pipe(DIP) - Class 250 - Trenched.
65 LF $ $
6. Furnish and Install Fire Hydrant
Assembly per Santa Fe Springs
Standard Plans. 1 EA
7. Furnish and Install 16" Resilient
Seat Gate Valve with Valve Box
and Cover per Santa Fe Springs
Standard Plans. 1 EA $ $
TOTAL AMOUNT BASE BID IN FIGURES: $
The contract will be awarded based on the Base Bid.
ESTIMATED
QUANTITY
BID SCHEDULE
MARQUARDT AVENUE
IN THE CITY OF SANTA FE SPRINGS
16" WATER MAIN RELOCATION
2019-11 Marquardt Avenue 16" Water Main Relocation C-2
Submitted by: _________________________
License Number Item No. Value DIR No.Name of Subcontractor* Location of Office
It is understood that this bid is based upon completing the work within FIFTEEN (15) WORKING
DAYS. If awarded the Contract for the work, the undersigned hereby agrees to sign said Contract
and to furnish the necessary insurance certificates within ten (10) working days from the date upon
which the City Engineer mails to the undersigned, first class mail, postage prepaid, a notice
informing the undersigned that the AGENCY has awarded such Contract to the undersigned.
The undersigned, if awarded the contract, intends to subcontract certain portions of said contract in
accordance with the following schedule (attach additional sheet if needed):
The undersigned bidder hereby represents as follows:
As required in the Public Contract Code, the bidder must list all proposed subcontractors that
he or she intends to utilize on this Project and the portion of work to be subcontracted out.
Failure to include a complete list could be sufficient cause to reject a bidder's proposal as non-
responsive.
That no representation, oral or in writing, of the AGENCY, its officers, agents, or employees has
induced the Contractor to enter into this contract excepting only those contained in this form or
contract and the papers made a part hereof by its terms.
Dated this _____________ day of ___________________________, 2019.
NAME OF BIDDER: ______________________________________________________________
(Please type or print)
BY: ___________________________________________________________________________
BUSINESS ADDRESS: ___________________________________________________________
________________________________________________________________________________
TELEPHONE (____) ______________________ FAX No. (____) ______________________
EMAIL: __________________________________________
DIR No.: _________________________________
2019-11 Marquardt Avenue 16" Water Main Relocation C-3
Submitted by: _________________________
CONTRACTOR STATEMENT OF
QUALIFICATION QUESTIONNAIRE
(This questionnaire must be submitted with bid proposal.)
The undersigned Bidder certifies that it is, at the time of bidding, and shall be, throughout the
period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business
and Professions Code of the State of California, to do the type of work contemplated in the
Contract Documents. Bidder further certifies that it is skilled and regularly engaged in the
general class and type of work called for in the Contract Documents.
The Bidder represents that it is competent, knowledgeable, and has special skills concerning the
nature, extent, and inherent conditions of the work to be performed. Bidder further
acknowledges that there are certain inherent conditions existent in the type of work
contemplated in the Contract Documents which may create unsafe conditions hazardous to
persons and property. Bidder expressly acknowledges that it is aware of such risks and that it
has the skill and experience to foresee and to adopt protective measures to adequately and
safely perform the work with respect to such hazards.
A. ESSENTIAL REQUIREMENTS FOR QUALIFICATION
If the answer to any of questions 1 through 3 is “No”, or if the answer to any of questions 4
through 7 is “Yes”, the Agency reserves the right to deem the Bidder ineligible or not
responsible for purposes of the Contract.
1. Bidder possesses a valid and current California Contractor’s license as required for the
project for which it intends to submit a bid.
Yes ____ No ____
2. Bidder will comply with and provide all insurance as defined in Section 7-3, Liability
Insurance per these Specifications.
Yes ____ No ____
3. Bidder has current Workers’ Compensation insurance coverage as required by the Labor
Code or is legally self-insured pursuant to Labor Code section 3700 et seq.
Yes ____ No ____
4. Has your contractor’s license been revoked at any time in the last five (5) years?
Yes ____ No ____
5. Has a surety firm completed a contract on your behalf, or paid for completion because
your firm was default terminated by the project owner within the last five (5) years?
Yes ____ No ____
6. At the time of submitting this Qualification Questionnaire, is your firm ineligible to bid
on or has it been disqualified from bidding, or from being awarded a public works
contract, or from performing as a subcontractor, on any public works contract with any
other municipal agency?
Yes ____ No ____
7. At any time during the last five (5) years, has your firm, or any of its owners or officers,
been convicted of a crime involving the bidding, awarding, or performance of a
government contract?
Yes ____ No ____
2019-11 Marquardt Avenue 16" Water Main Relocation C-4
Submitted by: _________________________
1. Agency:
Address:
Phone No.: Contact:
Project: Year Completed
2. Agency:
Address:
Phone No.: Contact:
Project: Year Completed
3. Agency:
Address:
Phone No.: Contact:
Project: Year Completed
4. Agency:
Address:
Phone No.: Contact:
Project: Year Completed
NOTE:
REFERENCES
The Contractor may attach previously prepared reference sheets in lieu of completing
this form.
Please list a minimum of three references for similar construction (roadway work) that Contractor
has completed under a contract awarded by the indicated Agency to Contractor within the past
thirty-six (36) months. Include the Agency's name, address, telephone number, and contact
person of responsible charge. Public Works contracts should be the primary preference.
Complete information is important. Contractor qualifications and experience as well as quality,
fitness and capacity of Contractor will be used as evaluation criteria and a determining factor in
award of contract recommendation by the City Engineer. A lack of references or unsuitable
summary of past performance as reported by references, may be considered by AGENCY as
sufficient reason to reject bid(s).
2019-11 Marquardt Avenue 16" Water Main Relocation C-5
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been
under the requirements of any AGENCY, State or Federal equal employment opportunity orders
have been satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
BIDDER certifies that affirmative action has been taken to seek out and consider minority
business enterprises for those portions of the work to be subcontracted and that such affirmative
actions have been fully documented, that said documentation is open to inspection, and that said
affirmative action will remain in effect for the life of any contract awarded hereunder.
Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment
opportunity requirements of the contract documents.
NONCOLLUSION AFFIDAVIT
BIDDER declares that the only persons or parties interested in this proposal as principals are those
named herein; that no officer, agent, or employee of the AGENCY is personally interested,
directly or indirectly, in this proposal; that this proposal is made without connection to any other
individual, firm, or corporation making a bid for the same work and that this proposal is in all
respects fair and without collusion or fraud.
2019-11 Marquardt Avenue 16" Water Main Relocation C-6
Non Collusion Affidavit
(Title 23 United States Code Section 112 and
Public Contract Code Section 7106)
To the CITY of Santa Fe Springs
DEPARTMENT OF PUBLIC WORKS
In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the
bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly colluded, conspired, connived, or
agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or
to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the bidder has
not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the
signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
2019-11 Marquardt Avenue 16" Water Main Relocation C-7
Submitted by: _________________________
CONTRACTOR'S LICENSE DECLARATION
(Business and Professions Code Section 7028.15)
The undersigned declares that he or she is __________________________ of ________________
_______________________________ the party making the foregoing Bid (hereinafter, the
"Bidder").
1. Bidder's Contractor's License Number is as follows: ____________________________
2. The expiration date of Bidder's Contractor's License is_____________________, 20______.
3. Bidder acknowledges that Section 7028.15(e) of the Business and Professions Code provides as
follows:
The undersigned declares under penalty of perjury that the foregoing is true and correct.
Executed on ________________________, 2019 at ____________________________________
________________________________________________________________________________(Insert city and state where declaration was signed)
______________________________________________
Signature
______________________________________________
Typed Name
______________________________________________
Title
______________________________________________Name of Bidder
"A licensed contractor shall not submit a bid to a public agency unless his or her
contractor's license number appears clearly on the bid, the license expiration date is
stated, and the bid contains a statement that the representations therein are made
under penalty of perjury. Any bid not containing this information or a bid
containing information, which is subsequently proven false, shall be considered
nonresponsive and shall be rejected by the public agency."
2019-11 Marquardt Avenue 16" Water Main Relocation C-8
Submitted by: _________________________
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty or
perjury, the following questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary
interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or
completing a Federal, State or local government project because of a violation of law or a safety
regulation?
Yes ______ No ______
If the answer is yes, explain the circumstances in the space provided.
NOTE:
This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall
constitute signature of this questionnaire.
2019-11 Marquardt Avenue 16" Water Main Relocation C-9
Submitted by: _________________________
IN THE CITY OF SANTA FE SPRINGS
PROPOSAL GUARANTEE
BID BOND
FOR
MARQUARDT AVENUE
16" WATER MAIN RELOCATION
KNOWN ALL PERSONS BY THESE PRESENTSthat______________________________________, as BIDDER, and_____________________________________________ as SURETY, are held and firmly boundunto the City of Santa Fe Springs, as AGENCY, in the penal sum of dollars($____________________), which is 10 percent of the total amount by BIDDER to AGENCY forthe above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound,jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about tosubmit a bid to AGENCY for the above-stated project, if said bid is rejected, or if said bid isaccepted and a contract is awarded and entered into by BIDDER in the manner and time specified,then this obligation shall be null and void, otherwise it shall remain in full force and effect in favorof AGENCY.
IN WITNESS WHEREOF the parties hereto have set their names, titles, hands and seals, this______ day of ____________________, 2019.
BIDDER ________________________________________________
________________________________________________
________________________________________________
SURETY ________________________________________________
________________________________________________
________________________________________________
NOTE:
This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shallconstitute signature of this questionnaire.
2019-11 Marquardt Avenue 16" Water Main Relocation C-10
2019-11 Marquardt Avenue 16" Water Main Relocation D-1
CITY OF SANTA FE SPRINGS
CONTRACT AGREEMENT
FOR
MARQUARDT AVENUE 16" WATER MAIN RELOCATION
IN THE CITY OF SANTA FE SPRINGS
This Contract Agreement is made and entered into the above-stated project this ____ of _____ [month], 2019 BY AND BETWEEN the City of Santa Fe Springs, as AGENCY, and __________ as CONTRACTOR in the amount of $_________. WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as follows:
ARTICLE I The contract documents for the aforesaid project shall consist of the Notice Inviting Sealed Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, CDBG contract
provisions and forms, and appendices; together with this Contract Agreement and all required
bonds, insurance certificates, permits, notices, and affidavits; and also including any and all
addenda or supplemental agreements clarifying, or extending the work contemplated as may be
required to ensure its completion in an acceptable manner. All of the provisions of said contract
documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by AGENCY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above-stated
project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
2019-11 Marquardt Avenue 16" Water Main Relocation D-2
ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work.
ARTICLE IV
AGENCY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to
provide the materials, do the work and fulfill the obligations according to the terms and conditions
herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at
the time, in the manner, and upon the conditions set forth in the contract documents. No work or
portion of the work shall be paid for until it is approved for payment by the City Engineer. Payment
made for completed portions of the work shall not constitute final acceptance of those portions or
of the completed project.
ARTICLE V
CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer
to be insured against liability for Worker's Compensation or to undertake self-insurance in
accordance with the provisions of that code and certifies compliance with such provisions.
Contractor further acknowledges the provisions of the State Labor Code requiring every employer
to pay at least the minimum prevailing rate of per diem wages for each craft classification or type
of workman needed to execute this contract as determined by the Director of Labor Relations of
the State of California. The Contractor is required to pay the higher of either the State or Federal
Wages.
ARTICLE VI
Except as to the sole or active negligence or willful misconduct of the AGENCY and
notwithstanding the existence of insurance coverage required of CONTRACTOR pursuant to this
contract, CONTRACTOR shall save, keep defend, indemnify, hold free and harmless AGENCY,
its officers, officials, employees, agents and volunteers from and against any and all damages to
property or injuries to or death of any person or persons, and shall defend, indemnify, save and
hold harmless AGENCY, its officers, officials, employees, agents and volunteers from any and all
claims, demands, suits, actions or proceedings of any kind or nature, including, but not by way of
limitation, all civil claims, workers’ compensation claims, and all other claims resulting from or
2019-11 Marquardt Avenue 16" Water Main Relocation D-3
arising out of the acts, errors or omissions of CONTRACTOR, its employees and/or authorized
subcontractors, whether intentional or negligent, in the performance of this Agreement.
This indemnification provision is independent of and shall not in any way be limited by the
Insurance Requirements of this Agreement. AGENCY approval of the Insurance contracts
required by this Agreement does not in any way relieve the CONTRACTOR from liability under
this section.
AGENCY shall notify CONTRACTOR of the receipt of any third party claim related to this
Agreement within seven (7) business days of receipt. The City is entitled to recover its reasonable
costs incurred in providing the notification. (Pubic Contracts Code Section 9201)
ARTICLE VII
AGENCY shall comply with Pub Cont. Code §20104.50 as follows:
20104.50.
(a) (1) It is the intent of the Legislature in enacting this section to require all local governments
to pay their contractors on time so that these contractors can meet their own obligations. In
requiring prompt payment by all local governments, the Legislature hereby finds and declares that
the prompt payment of outstanding receipts is not merely a municipal affair, but is, instead, a
matter of statewide concern.
(2) It is the intent of the Legislature in enacting this article to fully occupy the field of public policy
relating to the prompt payment of local governments’ outstanding receipts. The Legislature finds
and declares that all government officials, including those in local government, must set a standard
of prompt payment that any business in the private sector which may contract for services should
look towards for guidance.
(b) Any local agency which fails to make any progress payment within 30 days after receipt of an
undisputed and properly submitted payment request from a contractor on a construction contract
shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (a) of Section
685.010 of the Code of Civil Procedure.
(c) Upon receipt of a payment request, each local agency shall act in accordance with both of the
following:
(1) Each payment request shall be reviewed by the local agency as soon as practicable after receipt
for the purpose of determining that the payment request is a proper payment request.
(2) Any payment request determined not to be a proper payment request suitable for payment shall
be returned to the contractor as soon as practicable, but not later than seven days, after receipt. A
request returned pursuant to this paragraph shall be accompanied by a document setting forth in
writing the reasons why the payment request is not proper.
2019-11 Marquardt Avenue 16" Water Main Relocation D-4
(d) The number of days available to a local agency to make a payment without incurring interest
pursuant to this section shall be reduced by the number of days by which a local agency exceeds
the seven-day return requirement set forth in paragraph (2) of subdivision (c).
(e) For purposes of this article:
(1) A “local agency” includes, but is not limited to, a city, including a charter city, a county, and a
city and county, and is any public entity subject to this part.
(2) A “progress payment” includes all payments due contractors, except that portion of the final
payment designated by the contract as retention earnings.
(3) A payment request shall be considered properly executed if funds are available for payment of
the payment request, and payment is not delayed due to an audit inquiry by the financial officer of
the local agency.
(f) Each local agency shall require that this article, or a summary thereof, be set forth in the terms
of any contract subject to this article.
2019-11 Marquardt Avenue 16" Water Main Relocation D-5
ARTICLE VIII
CONTRACTOR affirms that the signatures, titles and seals set forth hereinafter in execution of
this Contract Agreement represent all individuals, firm members, partners, joint venturers, and/or
corporate officers having principal interest herein.
IN WITNESS WHEREOF, the parties hereto for themselves, their heirs, executors, administrators,
successors, and assigns do hereby agree to the full performance of the covenants herein contained
and have caused this Contract Agreement to be executed in triplicate by setting hereunto their
name, titles, hands, and seals as of the date noted above.
By:
CONTRACTOR
NAME, TITLE
ADDRESS
THE CITY OF SANTA FE SPRINGS
By: JUANITA TRUJILLO, MAYOR
ATTEST:
JANET MARTINEZ, CITY CLERK
APPROVED AS TO FORM:
IVY M. TSAI, CITY ATTORNEY
(Contractor signature must be notarized with proper acknowledgement attached.)
2019-11 Marquardt Avenue 16" Water Main Relocation D-6
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
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 __________________________) On _____________________________ before me, ____________________________________ Date (Insert Name and Title of the Officer)
Personally appeared _____________________________________________________________ Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument 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(s) on the instrument the
person(s), or the entity upon behalf which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal. Signature____________________________
Signature of Notary Public
(Place Notary Seal Above)
2019-11 Marquardt Avenue 16" Water Main Relocation D-7
Bond No.: ________________
FAITHFUL PERFORMANCE BOND
FOR
MARQUARDT AVENUE 16" WATER MAIN RELOCATON
IN THE CITY OF SANTA FE SPRINGS
KNOWN ALL PERSONS BY THESE PRESENTS that we , hereinafter referred to as "Contractor" as principal, and , as "Surety", are held and firmly bound unto the City of Santa Fe Springs, hereinafter referred to as the "AGENCY," in the sum of __________________________________________________dollars ($ ), which is one hundred percent (100%) of the total contract amount for the above stated project, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and severally, and firmly by these presents.
The Conditions of this obligation are such that, whereas said Contractor has been awarded and is about to enter into a Contract for said AGENCY for the above-stated project in said City, in accordance with the drawings and specifications therefore, which contract is incorporated herein by this reference: NOW THEREFORE, if said Contractor shall well and truly carry out and perform all the covenants and obligations of said contract on Contractor’s part to be done and performed at the times and in the manner specified herein, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. PROVIDED, that any alternations in the obligations or extensions of time granted under the provisions of said contract shall not in any way release either said Contractor or said Surety thereunder, and notice of such alterations of the contract is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seal this _________ day of __________, 2019.
Contractor By:
Surety By:
Address Address
( ) ( ) Area Code/Phone Number
Area Code/Phone Number
(Contractor signature must be notarized as well as Surety with proper acknowledgement attached.)
2019-11 Marquardt Avenue 16" Water Main Relocation D-8
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
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 __________________________) On _____________________________ before me, ____________________________________ Date (Insert Name and Title of the Officer)
Personally appeared _____________________________________________________________ Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument 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(s) on the instrument the
person(s), or the entity upon behalf which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal. Signature____________________________
Signature of Notary Public
(Place Notary Seal Above)
2019-11 Marquardt Avenue 16" Water Main Relocation D-9
Bond No.: ________________
MATERIAL AND LABOR BOND
FOR
MARQUARDT AVENUE 16" WATER MAIN RELOCATON
IN THE CITY OF SANTA FE SPRINGS
KNOWN ALL PERSONS BY THESE PRESENTS that we , hereinafter referred to as "Contractor" as principal, and , as "Surety", are held and firmly bound unto the City of Santa Fe Springs, hereinafter referred to as the "AGENCY," in the sum of dollars ($________), which is one hundred percent (100%) of the total contract amount for the above stated project, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and severally, and firmly by these presents.
The conditions of this obligation are such that, whereas Contractor has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above-stated project, if Contractor or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, Surety will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either Contractor or Surety, and notice of said alterations is hereby waived by Surety.
IN WITNESS WHEREOF, we have hereunto set our hands and seal this _________ day of __________, 2019.
Contractor By:
Surety By:
Address Address
( ) ( ) Area Code/Phone Number
Area Code/Phone Number
(Contractor signature must be notarized as well as Surety with proper acknowledgement attached.)
2019-11 Marquardt Avenue 16" Water Main Relocation D-10
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
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 __________________________) On _____________________________ before me, ____________________________________ Date (Insert Name and Title of the Officer)
Personally appeared _____________________________________________________________ Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument 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(s) on the instrument the
person(s), or the entity upon behalf which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal. Signature____________________________
Signature of Notary Public
(Place Notary Seal Above)
2019-11 Marquardt Avenue 16" Water Main Relocation
E-1
GENERAL SPECIFICATIONS
SCOPE OF WORK
The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals
as required by the Plans and Specifications. The general items of work include but may not be
limited to removal and disposal of interfering portions of existing 16" water main, furnishing and
installing approximately 65 LF of 16" ductile iron pipe via trenching, along with all shoring
required, installing new fire hydrant, gate valve, pipe trench backfill and street restoration at
designated locations per plans. Included in this project is all trenching, trench shoring, and
furnishing and installing fittings, valves, all appurtenances, and all pipe pressure testing and
disinfection within the project area.
LOCATION OF WORK
The general location and limit of the work is as follows:
Intersection of: Marquardt Avenue and Rosecrans Avenue
TIME FOR COMPLETION
The Contractor shall complete all work in every detail within FIFTEEN (15) WORKING DAYS
after the date in the Notice to Proceed with the work.
LIQUIDIATION DAMAGES
The liquidated damage value is $1,000 per calendar day. Failure of the contractor to complete any
specified construction sequence on phase by the time allowed will also result in the assessment of
liquidated damages.
NOTIFICATION
The Contractor shall notify the City of Santa Fe Springs and the owners of all utilities and
substructures not less than 48 hours prior to starting construction. A list of names and telephone
numbers is included in the APPENDIX and has been provided for the convenience of the
Contractor, and is not guaranteed to be complete, correct, or applicable to this Project.
EMERGENCY INFORMATION
The names, addresses and telephone numbers of the Contractor and subcontractors, or their
representatives, shall be filed with the City Engineer, the Municipal Services Yard (12636 Emmens
Way), the Police Services Center (11576 Telegraph Road), and the Fire Department (11300
Greenstone Avenue).
STANDARD SPECIFICATIONS
The Standard Specifications of the Agency are contained in the 2015 Edition of the Standard
Specifications for Public Works Construction, the "Greenbook," including latest amendments and
supplements, as written and promulgated by the Joint Cooperative Committee of the Southern
2019-11 Marquardt Avenue 16" Water Main Relocation
E-2
California Chapter of the American Public Works Association and the Southern California District
of the Associated General Contractors of California. Copies of these Standard Specifications are
available from the publisher, Building News, Incorporated, 1612 So. Clementine Street, Anaheim,
California 92802, telephone (714) 517-0970.
The Standard Specifications set forth above will control the general provisions, construction
materials, and construction methods for this Contract except as amended by the Plans, Special
Provisions, or other Contract documents. The following Special Provisions are supplementary and
in addition to the provisions of the Standard Specifications unless otherwise noted and the section
numbers of the Special Provisions coincide with those of the said Standard Specifications. Only
those sections requiring elaborations, amendments, specifying of options or additions are called
out.
SUBCONTRACTING
In order to clarify the requirements and procedures for approval of subcontractors, the following
points are emphasized:
1. The Contractor shall submit a letter to the City (if requested by the City) requesting
approval of the subcontractor(s). Included in the letter shall be a list of the names and
addresses of each subcontractor; items to be subcontracted, by item number; brief
description of the item; and Contract bid value. In this Contract, “Contract Bid Value,”
means the portion of the Contractor’s total bid which is attributable to such subcontracted
items.
2. Request for approval must be submitted for ALL proposed subcontractors, including those
proposed to work only on items identified as "Specialty Items."
3. The mere listing of the subcontractors in the Bidder's Proposal does not meet the
requirements for approval of subcontractors.
4. The City must give approval in writing before the subcontractor is permitted to work.
5. The dollar value amount subcontracted will be based on the Contract bid item price, not on
the subcontractor's price to the Contractor.
ADDITIONAL REQUIREMENTS:
1. Contractor will be required to furnish a certificate of liability insurance as required by the
City Attorney. City shall be named as additional insured on the certificate.
2. Contractor will be required to have in his possession a valid business license as issued by
the City of Santa Fe Springs.
3. Contractor shall provide unit cost for completing all areas listed on proposal and bills shall
reflect actual constructed quantities.
4. Concrete sealer, hardener and densifier; and joint sealant will conform to the Standard
Specifications for Public Works (Greenbook) and the attached Specifications.
2019-11 Marquardt Avenue 16" Water Main Relocation
E-3
5. Contractor will provide a construction schedule to the Engineer within ten (10) working
days after the date of the City’s execution of the Contract Agreement. The schedule shall
be supported by written statements from each supplier of materials or equipment indicating
that all orders have been placed and acknowledged, and setting forth the dates that each
item will be delivered.
2019-11 Marquardt Avenue 16" Water Main Relocation
F-1
FUGITIVE DUST
REASONABLE AVAILABLE CONTROL MEASURES
(AQMD RULE 403)
The bold headings indicate the sources of fugitive dust which are intended for emission control
under AQMD Rule 403 and a listing of respective control and high wind measures for these
sources. The numerically listed information contains a description of reasonable available fugitive
dust control measures for each of the sources.
LAND CLEARING/EARTH-MOVING CONTROL MEASURES
A. Watering
1. Application of water by means of trucks, hoses and/or sprinklers prior to conducting
any land clearing. This will increase the moisture content of the soil thereby
increasing its stability.
2. Pre-application of water to depths of proposed cuts.
3. Once the land clearing/earth moving activities are complete, a second round of
watering can generate a thin crust which stabilizes the disturbed surface area
provided that it is not further disturbed. (Security fencing can be used to prevent
unwanted future disturbances of sites where a surface crust has been created).
B. Chemical stabilizers
1. Only effective in areas which are not subject to daily disturbances.
2. Vendors can supply information on product application and required concentrations
to meet the specifications established by the Rule.
C. Wind fencing
1. Three to five foot barriers with 50% or less porosity adjacent to roadways or urban
areas can be effective in reducing the amount of windblown material leaving a site.
2. Would likely be used in conjunction with other measures (e.g. watering, chemical
stabilization, etc.) to ensure that visible emissions do not cross the property line.
D. Cover haul vehicles
1. Entire surface area should be covered once vehicle is full.
E. Bedliners in haul vehicles
1. When feasible, use in bottom-dumping haul vehicles.
LAND CLEARING/EARTH MOVING HIGH WIND MEASURE
1. Cease all active operations.
2. Apply water within 15 minutes to any soil surface which is being moved or
otherwise disturbed.
UNPAVED ROADS CONTROL MEASURES
A. Paving
1. Requires street sweeping/cleaning if subject to material accumulation.
2019-11 Marquardt Avenue 16" Water Main Relocation
F-2
B. Chemical stabilization
1. Vendors can supply information as to application methods and concentrations to
meet the specifications established by the Rule.
2. Not recommended for unpaved roadways with high volumes or those subject to
heavy equipment use.
C. Watering
1. In sufficient quantities to keep surface moist.
2. Required application frequency will vary according to soil type, weather
conditions, and vehicular use.
D. Reduce speed limits
1. 15 mile per hour maximum. (In the Southeast Desert Air Basin, the 15 mile per
hour speed limit is appropriate within the population centers. Otherwise, speed
limits of 25 miles per hour are reasonable.) May need to be used in conjunction
with watering or chemical stabilization to prevent visible emissions from crossing
the property line.
E. Reduce vehicular trips
1. Access restriction or redirecting traffic to reduce vehicle trips by a minimum of 60
percent.
F. Gravel
1. Gravel or untreated base material maintained to a depth of six inches is an effective
measure.
2. Should only be used in areas where paving, chemical stabilization or frequent
watering is not feasible.
UNPAVED ROADS HIGH WIND MEASURE
1. Apply a chemical stabilizer (to meet the specifications established by the Rule)
prior to wind events - or-.
2. Apply water once each hour.
3. Stop all vehicular traffic only upon approval of City Engineer.
STORAGE PILES CONTROL MEASURES
A. Wind sheltering
1. Enclose material in silos.
2. Install three-sided barriers equal to height of material, with no more than 50 percent
porosity.
B. Watering
1. Application methods include: spray bars, misting systems, hoses and water trucks.
2. Frequency of application will vary on site specific conditions.
C. Chemical stabilizers
1. Best for use on storage piles subject to infrequent disturbances.
2019-11 Marquardt Avenue 16" Water Main Relocation
F-3
D. Altering load-in/load-out procedures
1. Confine load-in/load-out procedures to leeward (downwind) side of the material.
2. May need to be used in conjunction with wind sheltering to prevent visible
emissions from crossing the property line.
E. Coverings
1. Tarps, plastic, or other material can be used as a temporary covering.
2. When used, these should be anchored to prevent wind from removing coverings.
STORAGE PILES HIGH WIND MEASURE
1. Apply chemical stabilizers (to meet the specifications established by the Rule) prior
to wind events.
2. Apply water once per hour.
3. Install temporary covers.
PAVED ROAD TRACK-OUT CONTROL MEASURES A. Wheel Washers
1. Should be placed where vehicles exit unpaved areas onto paved areas.
2. System can be adjusted to spray entire vehicles, including stored bulk material in
haul vehicles.
B. Sweep/clean roadways
1. Roadway sweeping with double-gutter broom, self-loading with spray nozzles.
Water flushing of public streets may not be used.
C. Cover haul vehicles
1. Entire sweeping or water flushing may be used.
D. Bedliners in haul vehicles
1. When feasible, use in bottom dumping haul vehicles.
E. Site Access Improvements
1. Pave internal roadway systems.
2. Most important segment, last 100 yards from the connection with paved public
roadways.
PAVED ROAD TRACK-OUT HIGH WIND MEASURES
1. Cover all haul vehicles - and -
2. Clean streets with sweepers.
DISTURBED SURFACE AREAS/INACTIVE CONSTRUCTION SITES CONTROL
MEASURES
A. Chemical Stabilization
1. Most effective when used on areas where active operations have ceased.
2. Vendors can supply information on methods for application and required
concentrations.
2019-11 Marquardt Avenue 16" Water Main Relocation
F-4
B. Watering
1. Requires frequent applications unless a surface crust can be developed.
C. Wind Fencing
1. Three- to five- foot barriers with 50% or less porosity adjacent to roadways or urban
areas can be effective in reducing the amount of wind-blown material leaving a site.
D. Vegetation
1. Establish as quickly as possible when active operations have ceased.
2. Use of drought tolerant, native vegetation is encouraged.
DISTURBED SURFACE AREAS/INACTIVE CONSTRUCTION SITES HIGH WIND
MEASURES
1. Apply chemical stabilizers (to meet the specifications established by the Rule)
2. Apply water to all disturbed surface area 3 times per day.
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW.
COMPANIES AFFORDING COVERAGE INSURED COMPANY
A
COMPANY
B
COMPANY C
COMPANY
D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED
OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO
LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECT
DATE (MM/DD/YY) POLICY EXPIRATION
DATE (MM/DD/YY) LIMITS
GENERAL LIABILITY GENERAL AGGREGATE $
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $
CLAIMS MADE OCCUR PERSONAL & ADV INJURY $
OWNER’S & CONTRACTOR’S PROT EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) $
MED EXP (Any one person) $
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$ ANY AUTO ALL OWNED AUTOS BODILY INJURY
(Per person) $
SCHEDULED AUTOS HIRED AUTOS BODILY INJURY
(Per accident) $
NON-OWNED AUTOS
PROPERTY DAMAGE
$ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $
AGGREGATE $
EXCESS LIABILITY EACH COVERAGE $
UMBRELLA FORM AGREEGATE $
OTHER THAN UMBRELLA FORM $
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY WC STATUTORY LIMITS
OTHER
THE PROPRIETOR INCL EL EACH ACCIDENT $
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL EL DISEASE - POLICY LIMIT $
EL DISEASE - EA EMPLOYEE $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
CERTIFICATE HOLDER CANCELLATION
CITY OF SANTA FE SPRINGS (AS ADDITIONAL INSURED)
11710 TELEGRAPH ROAD
SANTA FE SPRINGS, CA 90670
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
ISSUING COMPANY WILL ENDEAVER TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED
TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND
UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
The City of Santa Fe Springs and City of Santa Fe Springs officers and employees of City.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of “your work” for that insured by or for you.
CG 20 10 11 85
All debris generated on-site MUST be hauled by a City of Santa Fe Springs permitted waste Hauler approved to collect C&D. The only exception to this is for source-separated recyclable material(s), which must be hauled by a recycler with a valid City of Santa Fe Springs “Recycling Dealer” permit.
DIVERSION REQUIREMENT. The diversion of at least 75% of the total construction and demolition debris generated by a project via reuse or recycling, unless the applicant has been granted an exemption pursuant to § 50.64, in which case the DIVERSION REQUIREMENT shall be the maximum feasible diversion rate established by the WMP Compliance Official for the project.
q Applicant requests that a C&D permitted hauler process all or a portion of the project generated materials through mixed waste construction and demolition material recovery processing (MRF).
Permitted Hauler: _________________________________________________________________________________________
q Applicant chooses to conduct certain re-use practices to meet all or part of the 75% recycling equirement. Identify on following page(s).
q Applicant chooses to conduct certain recycling practices utilizing a City of Santa Fe Springs permitted recycling dealer.
Permitted Recycling Dealer: ______________________________________________________________________________
t Project Type: q New Construction q Demolition q Addition/Alteration q City Sponsored Project
t Project Valuation: $___________________________________ Estimated Start Date: ______________________________
t Brief Description: ___________________________________________________________________________________________
Project Name:_______________________________________ Address: _________________________________________________
Applicant:____________________________ Phone:__________________________ Email: _________________________________
q Owner q Property Mgr. q General Contractor q Architect q Other ___________________________________
Mailing Address: ______________________________________ City: _______________________ Zip: ________________________
Construction Waste Management Plan
(WMP)
For Official Use Only: Department of Planning and Development, Environmental Programq Covered Project ($50,000.00 or more) q Non-Covered q WMP Approved (Step 1)
WMP Compliance Official Signature: _________________________________________ Date: _________________________________
§ 50.61 WASTE MANAGEMENT PLAN REQUIREMENT Step 1: Before Permit Issuance - Applicant MUST submit the contained Waste Management Plan (WMP). It is suggested that you enlist your identified C&D hauler/recycler to assist you in completing this WMP.
Applicants for building or demolition permits involving any covered project shall complete and submit a Waste Management Plan (“WMP”), on a city-approved WMP form, as part of the application packet for the building or demolition permit. The completed WMP shall indicate all of the following:
1. The estimated volume or weight of project construction and demolition debris to be generated, sorted by type of material.
2. The maximum volume or weight of such materials that can feasibly be diverted via reuse or recycling.
3. The vendor or facility that the applicant proposes to use to collect and receive the material.
4. The estimated volume or weight of construction and demolition materials that will be landfilled.
5. Any special or specific activities that the applicant will use to comply with the provisions of this section.
§ 50.62 SUBMISSION OF WASTE MANAGEMENT PLAN
Calculating volume and weight of debris. In estimating the volume or weight of materials identified in the WMP, the applicant shall use the standardized conversion rates approved by the city for this purpose.
Deconstruction. In preparing the WMP, applicants for building or demolition permits involving the removal of all or part of an existing structure shall consider deconstruction to the maximum extent feasible, and shall make the materials generated thereby available for salvage rather than landfill.
_________________________________________ __________________________________ _______________________ Applicant Printed Name Signature Date
Before Permit Issuance *Estimated *Estimated Vendor (Hauler/Recycler) *Estimated Material Type Amount Amount and/or Facility (MRF) Amount Generated Recycled Disposed
Inert (Conc./Asphalt)
Mixed C&D (MRF)
Mixed C&D (Landfill)
Scrap Metals
Wood/Organics
Carpet
Carpet Padding
Composition/Asphalt Roofing
Other:
#5 Special Activities:____________________________________________________________________________________________________
* Estimated amounts must be in “Tons” or “Cubic Yards” but not both.
#1 #2 #3 #4
_________________________________________ __________________________________ _______________________ Applicant Printed Name Signature Date
Step 2: Before Final Approval - Provide documented evidence from your selected hauler and/or recycler that your project achieved 75% recycling. This can be in the form of a written report from your selected Hauler/Recycler indicating the tons or cubic yards collected and the tons/cubic yards recycled. (Please submit the required recycling documentation to the Environmental Program Representative prior to requesting FINAL APPROVAL)
§ 50.64 COMPLIANCE WITH WASTE MANAGEMENT PLAN
Before Final Issuance *Actual *Actual Vendor (Hauler/Recycler) *Actual Final Material Type Amount Amount and/or Facility (MRF) Amount Diversion Generated Recycled Disposed Rate %
Inert (Conc./Asphalt)
Mixed C&D (MRF)
Mixed C&D (Landfill)
Scrap Metals
Wood/Organics
Carpet
Carpet Padding
Composition/Asphalt Roofing
Other:
Materials Volume Weight (lbs) Source
Concrete cubic yard 860 U.S Environmental Protection Agency
Asphalt cubic yard 773 U.S Environmental Protection Agency
Wood cubic yard 169 U.S Environmental Protection Agency
Gypsum Board cubic yard 467 U.S Environmental Protection Agency
Metals cubic yard 417 U.S Environmental Protection Agency
(ferrous & Non-ferrous)
Green Waste cubic yard 127 (loose) U.S Environmental Protection Agency
Mixed C&D cubic yard 417 U.S Environmental Protection Agency
Carpet cubic yard 147 U.S Environmental Protection Agency
Carpet Padding cubic yard 62 U.S Environmental Protection Agency
Composition/Asphalt Roofing cubic yard 731 U.S Environmental Protection Agency
* U.S Environmental Protection Agency Office of Resources Conservations and Recovery April 2016
* Amounts must be in “Tons” or “Cubic Yards” but not both.
Standardized Conversion Rates
For more information about the City of Santa Fe Springs constructions waste management program, please visit www.santafesprings.org/services/disposal_recycling_n_environmental_programs/
or contact our Environmental Consultant: MuniEnvironmental at 562-432-3700 or by Email, [email protected] of Santa Fe Springs Construction Waste Management Plan (WMP-201) May 2017
Construction Waste Diversion MandatesSenate Bill 1374, signed into law in 2002, requires local governments to quantify and account for construction and demolition waste diverted from landfills in their annual reports to CalRecycle. Each jurisdiction is also directed to develop and promote construction and demolition diversion programs that achieve a diversion range of 50%-75% per project.
Chapter 50.60 of the City of Santa Fe Springs Ordinance, requires a diversion rate of at least 75 percent of the total construction and demolition debris generated by a project by means of re-use or recycling, unless the applicant has been granted an exemption pursuant to chapter 50.64, in which the Diversion Requirement shall be the maximum feasible diversion rate established by the Waste Management Program (WMP) Compliance Official for the project.
Non-Covered Projects - Any construction, demolition or renovation project within City, which the total costs are less than $50,000 is considered “Non-Covered”. Non-Covered projects are still encouraged to divert at least 75% of all project-related construction and demolition debris, but shall not be required to submit a WMP.
City Sponsored Project - All City sponsored construction, demolition, and renovation projects, whose total costs are equal to or greater than $50,000, shall be considered a covered project.
Construction Waste Management Plan (CALGreen – 5.408.1.1)Effective January 1, 2017, Section 5.408 “Construction Waste Reduction, Disposal and Recycling” of the 2016 California Green Building Standards Code (CALGreen) requires that all new construction and demolition projects develop a Construction Waste Management Plan that recycles and/or salvages for reuse a minimum of 65 percent of the non-hazardous construction and demolition waste. t Identify that the construction and demolition waste materials to be
diverted from disposal by efficient usage, recycling, reuse on the project or salvaged for future use or sale.
t Determine if construction and demolition waste materials will be sorted on-site (source-separated) or bulk mixed for processing. (Bulk mixed processing shall be provided by a City permitted solid waste hauler)
t Identify the diversion facility where the construction and demolition waste material collected will be taken.
Specify the amount of construction and demolition waste materials diverted by weight or volume, but not both.
Waste Management Company (CALGreen – 5.408.1.2)Utilize a waste management company, that will provide verifiable documentation that the percentage of construction and demolition waste material diverted from the landfill complies with this section. (Waste management company shall be provided by a City licensed solid waste hauler in good-standing)
Universal Waste (CALGreen – 5.408.2)Additions or alterations to a building or tenant space that meet the scoping provisions in Section 301.3 for non-residential additions and alterations, shall require verification that Universal Waste items such as fluorescent lamps and ballast and mercury containing thermostats as well as other California prohibited Universal waste materials are disposed of properly and are diverted from landfills.
CITY OF SANTA FE SPRINGS PERMITTED RECYCLING DEALERS JULY 2019-2020
SANTA FE SPRINGS FRANCHISED WASTE HAULERS
C&D
Metals
Green Waste
Wood
Paper Cardboard
Plastic
Tires
E-waste
REPUBLIC SERVICES DISPOSAL SERVICES
12949 TELEGRAPH RD. | SFS, CA 90670 (562) 944-6975
CRR DISPOSAL SERVICES -(562) 946-7705
12739 LAKELAND RD. | SFS, CA 90670
SERV-WEL DISPOSAL SERVICE - (323) 726-4056
901 S. MAPLE AVE. | MONTEBELLO, CA 90640
RECYCLING DEALERS
C&D
Metals
Green Waste
Wood
Paper Cardboard
Plastic
Tires
E-waste
ALLAN COMPANY (626) 962-4047 14618 ARROW HIGHWAY BALDWIN PARK, CA 91706
AMERICAN CHUNG NAM 1163 Fairway Drive Walnut, CA (909) 444-6837
ANGELUS WESTERN PAPER FIBERS 2474 PORTER ST LOS ANGELES, CA 90021 | (213) 623-9221
ASCO METALS
13014 LOS NIETOS ROAD | SFS CA 90670 (562) 944-6306
CALIFORNIA WASTE SERVICES
621 W. 152ND ST. | GARDENA, CA 90247 (310) 538-5998
CITY FIBERS 500 S. SANTA FE AVENUE LOS ANGELES CA 90058 | (323) 583-1013
CORRIDOR RECYCLING 22500 S ALAMEDA ST, LONG BEACH, CA 90810 (310) 464-4250
FORTUNE METALS, INC. OF RHODE ISLAND
12234 FLORENCE AVE. | SFS, CA 90670
(661) 387-1100
GP HARMON RECYCLING (516) 647-9485
IMPERIAL WESTERN PRODUCTS, INC. PO BOX 1110 | COACHELLA, CA 92236
(951) 727-8950 BAKERY WASTE MATERIALS
INTERNATIONAL PAPER 12851 ALONDRA BLVD. | NORWALK, CA 90650 (562 ) 483-6620
LAKIN TIRE WEST 15305 SPRING AVE | SFS, CA 90670 (562)802-2752
MARKO METALS 2515 E. 115TH ST. LOS ANGELES, CA 90059 | (323) 566-5702
MID AMERICA PAPER 773-890-5454
NEW GREEN DAY, LLC PO BOX 72147 | L.A. CA 90002 (323) 566-7603
NEW-INDI RECYCLING (909)296-3400
RECONSERVE OF CALIFORNIA 9112 GRAHAM AVENUE LOS ANGELES, CA 90002 | 323-564-5871
BAKERY WASTE MATERIALS
STAR SCRAP METAL 1509 S. BLUFF ROAD, MONTEBELLO CA 90640 | (714) 994-3450
SUNWEST METALS 1150 N ANAHEIM BLVD | ANAHEIM, CA 92801 (800) 607-2727
CITY OF SANTA FE SPRINGS PERMITTED RECYCLING DEALERS JULY 2019-2020
RECYCLING DEALERS
C&D
Metals
Green Waste
Wood
Paper Cardboard
Plastic
Tires
E-waste
TZENG LONG USA TAI 2801 S. VAIL AVE | COMMERCE, CA 90040 (323) 722-5353
UNITED ALLOYS & METALS, INC. 9600 JOHN ST. | SFS, CA 90670
(323) 559-1073
UNIVERSAL WASTE SYSTEMS, INC. 9016 NORWALK BLVD, SFS, CA 90670 (800) 631-7016
WAL-MART STORE #2948 13310 TELEGRAPH RD, | SFS, CA 90670 562-946-6343
CONTACT DEALER FOR DETAILS
WARE DISPOSAL, INC. PO BOX 8089 | SANTA ANA, CA 92701 (714) 664-0677
WESTERN PACIFIC PULP & PAPER 9333 STEWART AND GRAY RD, DOWNEY, CA 90241 (562) 803-4401
NOTE: Although a company may designate the acceptance of materials in one or more categories, please call to verify your specific materials and quantities are accepted.
Senate Bill 179
Contractor Compliance Form
2019-11 Marquardt Avenue 16" Water Main Relocation
General Contractor must complete form within ten days of issuance of Notice of Award.
Please type or print.
I. CONTRACT CONTACT INFORMATION
a. Company Name, Address and Phone Number:
b. Name of Person Representing Contractor:
II. CONTRACT-SPECIFIC INFORMATION
a. Description of the Labor or Services to be Provided:
b. Statement of When Services are to Commence and be Completed:
c. Date Contract Agreement Authorized or Purchase Order Issued:
III. CONTRACTOR’S OPERATING INFORMATION
a. Contractor’s Identification Number (for State Tax Purposes):
b. Contractor’s License Number (List all sub-contractor’s License Nos. on an attached
sheet.)
c. Address of Any Real Property to be Used to House Workers in Connection with the
Contract or Agreement:
d. Contractor Understands (by indicating “yes”) Contract Requires Timely Submittal of all
Certified Payroll Records for General and Sub-contractors:
IV. WORKERS’ COMPENSATION INSURANCE INFORMATION
a. Workers’ Compensation Insurance Policy Number:
b. Insurance Carrier:
c. Insurance Carrier’s Address/Phone Number:
V. CONTRACTOR’S VEHICLE INFORMATION
a. Vehicle Identification Number of Any Vehicle That is Owned by the Contractor and Used
for Transportation in Connection with Any Service Provided:
b. Contractor’s Vehicle Liability Insurance Policy Number:
c. Insurance Carrier:
d. Insurance Carrier’s Address/Phone Number:
����__________________________________________
Signature of Contractor’s Authorized Representative
STATE OF CALIFORNIA-DEPARTMENT OF FINANCE
PAYEE DATA RECORD (Required when receiving payment from the State of California in lieu of IRS W-9) STD. 204 (Rev. 6-2003)
INSTRUCTIONS: Complete all information on this form. Sign, date, and return to the State agency (department/office) address shown at
the bottom of this page. Prompt return of this fully completed form will prevent delays when processing payments. Information provided in this form will be used by State agencies to prepare Information Returns (1099). See reverse side for more information and Privacy Statement. NOTE: Governmental entities, federal, State, and local (including school districts), are not required to submit this form. PAYEE’S LEGAL BUSINESS NAME (Type or Print) SOLE PROPRIETOR – ENTER NAME AS SHOWN ON SSN (Last, First, M.I.)
E-MAIL ADDRESS
MAILING ADDRESS
BUSINESS ADDRESS
CITY, STATE, ZIP CODE
CITY, STATE, ZIP CODE
ENTER FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEIN): –
PARTNERSHIP
ESTATE OR TRUST
CORPORATION: MEDICAL (e.g., dentistry, psychotherapy, chiropractic, etc.) LEGAL (e.g., attorney services) EXEMPT (nonprofit) ALL OTHERS
PAYEE ENTITY TYPE
CHECK
ONE BOX ONLY
INDIVIDUAL OR SOLE PROPRIETOR
ENTER SOCIAL SECURITY NUMBER:
(SSN required by authority of California Revenue and Tax Code Section 18646)
– –
NOTE: Payment will not be processed without an accompanying taxpayer I.D. number.
PAYEE RESIDENCY
STATUS
California resident - Qualified to do business in California or maintains a permanent place of business in California. California nonresident (see reverse side) - Payments to nonresidents for services may be subject to State income tax
withholding. No services performed in California. Copy of Franchise Tax Board waiver of State withholding attached.
I hereby certify under penalty of perjury that the information provided on this document is true and correct. Should my residency status change, I will promptly notify the State agency below.
AUTHORIZED PAYEE REPRESENTATIVE’S NAME (Type or Print)
TITLE
SIGNATURE
DATE
TELEPHONE ( )
Please return completed form to:
Department/Office: Unit/Section: Mailing Address: City/State/Zip: Telephone: ( ) Fax: ( ) E-mail Address:
1
2
3
4
5
6
STATE OF CALIFORNIA-DEPARTMENT OF FINANCE
PAYEE DATA RECORD STD. 204 (Rev. 6-2003) (REVERSE)
1
Requirement to Complete Payee Data Record, STD. 204 A completed Payee Data Record, STD. 204, is required for payments to all non-governmental entities and will be kept on file at each State agency. Since each State agency with which you do business must have a separate STD. 204 on file, it is possible for a payee to receive this form from various State agencies. Payees who do not wish to complete the STD. 204 may elect to not do business with the State. If the payee does not complete the STD. 204 and the required payee data is not otherwise provided, payment may be reduced for federal backup withholding and nonresident State income tax withholding. Amounts reported on Information Returns (1099) are in accordance with the Internal Revenue Code and the California Revenue and Taxation Code.
2
Enter the payee’s legal business name. Sole proprietorships must also include the owner’s full name. An individual must list his/her full name. The mailing address should be the address at which the payee chooses to receive correspondence. Do not enter payment address or lock box information here.
3
Check the box that corresponds to the payee business type. Check only one box. Corporations must check the box that identifies the type of corporation. The State of California requires that all parties entering into business transactions that may lead to payment(s) from the State provide their Taxpayer Identification Number (TIN). The TIN is required by the California Revenue and Taxation Code Section 18646 to facilitate tax compliance enforcement activities and the preparation of Form 1099 and other information returns as required by the Internal Revenue Code Section 6109(a). The TIN for individuals and sole proprietorships is the Social Security Number (SSN). Only partnerships, estates, trusts, and corporations will enter their Federal Employer Identification Number (FEIN).
4
Are you a California resident or nonresident? A corporation will be defined as a "resident" if it has a permanent place of business in California or is qualified through the Secretary of State to do business in California. A partnership is considered a resident partnership if it has a permanent place of business in California. An estate is a resident if the decedent was a California resident at time of death. A trust is a resident if at least one trustee is a California resident. For individuals and sole proprietors, the term "resident" includes every individual who is in California for other than a temporary or transitory purpose and any individual domiciled in California who is absent for a temporary or transitory purpose. Generally, an individual who comes to California for a purpose that will extend over a long or indefinite period will be considered a resident. However, an individual who comes to perform a particular contract of short duration will be considered a nonresident. Payments to all nonresidents may be subject to withholding. Nonresident payees performing services in California or receiving rent, lease, or royalty payments from property (real or personal) located in California will have 7% of their total payments withheld for State income taxes. However, no withholding is required if total payments to the payee are $1,500 or less for the calendar year. For information on Nonresident Withholding, contact the Franchise Tax Board at the numbers listed below: Withholding Services and Compliance Section: 1-888-792-4900 E-mail address: [email protected] For hearing impaired with TDD, call: 1-800-822-6268 Website: www.ftb.ca.gov
5
Provide the name, title, signature, and telephone number of the individual completing this form. Provide the date the form was completed.
6
This section must be completed by the State agency requesting the STD. 204.
Privacy Statement Section 7(b) of the Privacy Act of 1974 (Public Law 93-579) requires that any federal, State, or local governmental agency, which requests an individual to disclose their social security account number, shall inform that individual whether that disclosure is mandatory or voluntary, by which statutory or other authority such number is solicited, and what uses will be made of it. It is mandatory to furnish the information requested. Federal law requires that payment for which the requested information is not provided is subject to federal backup withholding and State law imposes noncompliance penalties of up to $20,000. You have the right to access records containing your personal information, such as your SSN. To exercise that right, please contact the business services unit or the accounts payable unit of the State agency(ies) with which you transact that business. All questions should be referred to the requesting State agency listed on the bottom front of this form.
SPECIAL PROVISIONS
PART 1
GENERAL PROVISIONS
SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS
1-2 DEFINITIONS
Whenever in the Standard Specifications the following terms are used, they shall be
understood to mean and refer to the following:
AGENCY: The DEPARTMENT OF PUBLIC WORKS OF THE CITY
OF SANTA FE SPRINGS, sometimes hereinafter referred
to as “CITY”
CITY: The CITY of Santa Fe Springs
COUNTY: County of Los Angeles
ENGINEER: The CITY ENGINEER of the CITY of Santa Fe Springs or
authorized representative
ARCHITECT: The Architect retained by AGENCY to prepare all or a
portion of the Plans, Specifications and Contract documents.
CONTRACTOR: The word CONTRACTOR is supplemented by adding
thereto the following:
The term “CONTRACTOR” means the CONTRACTOR as
defined herein or authorized representative.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-1
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF CONTRACT.
This section is in addition to the provisions of Section 2-1 of the Standard Specifications.
Within ten (10) working days after the date of the AGENCY’S notice of award, the
CONTRACTOR shall execute and return the following Contract documents to the
AGENCY:
Contract Agreement
Faithful Performance Bond
Material and Labor Bond
Public Liability and Property Damage Insurance Certificate
Worker’s Compensation Insurance Certificate
Waste Management Forms
SB 179 Form
Payee Data Form
Failure to comply with the above will result in annulment of the award and forfeiture of
the Proposal Guarantee.
The Contract Agreement must be notarized, with an acknowledgement certificate attached
for the CONTRACTOR’s signature with the latest certificate in accordance with California
State Law, as governed by the Secretary of State’s Office. The correct certificate is
available for download at the Secretary of State’s website,
http://notary.cdn.sos.ca.gov/forms/notary-ack.pdf.
The Contract Agreement shall not be considered binding upon the AGENCY until executed
by the authorized AGENCY officials.
A corporation to which an award is made may be required, before the Contract Agreement
is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to
enter into Contracts in the State of California, and that the officers signing the Contract and
bonds for the corporation have the authority to do so.
2-2 ASSIGNMENT.
2-2.1 Contractor Indebtedness. Indebtedness incurred for any cause in connection with
this work must be paid by the CONTRACTOR and the CITY is hereby relieved at all times
from any indebtedness or claim other than payments under terms of the Contract. The
CONTRACTOR will indemnify and hold harmless the CITY and its officers and
employees from any loss, demand, damages, claims or actions arising from or in
connection with said indebtedness.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-2
2-3 SUBCONTRACTS.
2-3.1 General. The last paragraph of Subsection 2-3.1 of the Standard Specifications is
hereby modified with the following:
At the time of the bid submittal, the otherwise qualifying low bidder shall submit a list of
all Subcontractors intended to perform work on the Project. This list shall include the name
and location of the place of business of each Subcontractor who will perform work or labor
or render service to the prime CONTRACTOR in or about the construction of the work or
improvement, or a Subcontractor licensed by the State of California who, under subcontract
to the prime CONTRACTOR, specially fabricates and installs a portion of the work or
improvement according to detailed drawings contained in the Plans and Specifications, in
an amount in excess of one-half of one percent of the prime CONTRACTOR’s total bid.
The prime CONTRACTOR shall provide a description by bid item number or otherwise
fully designate the portion of work to be performed by each Subcontractor.
It is the policy of the AGENCY to use Subcontractor and suppliers located within the City
of Santa Fe Springs to the maximum extent possible. In this regard, the CONTRACTOR
is encouraged to seek local support from this community on the Project.
2-4 CONTRACT BONDS.
This section of the Standard Specifications is amended by adding thereto the following:
The Faithful Performance Bond shall remain in force until the date of recordation of the
Notice of Completion. The Material and Labor Bond shall remain in force until 60 days
after the date of recordation of the Notice of Completion. Bond forms will be provided to
the CONTRACTOR by AGENCY.
The CONTRACTOR shall provide the following supplemental information for each bond
as required herein:
a. Surety company or AGENCY name providing bond.
b. Name of the agent.
c. The business address of the surety company and/or AGENCY and agent.
d. The business telephone number of the surety company and/or AGENCY and agent.
The CONTRACTOR and Surety Company signatures on the Faithful Performance Bond
and Material and Labor Bond must be notarized with the latest certificate in accordance
with California State Law, as governed by the Secretary of State’s Office. The correct
certificate is available for download at the Secretary of State’s website,
http://notary.cdn.sos.ca.gov/forms/notary-ack.pdf
The CONTRACTOR shall notify his sureties and the carriers of the insurance furnished
and maintained by him of any changes affecting the general scope of the work or change
in the Contract price, or time, or a combination thereof, and the amount of the applicable
2019-10 Marquardt Avenue 16" Water Main Relocation
1-3
bonds and the coverage of the insurance shall be adjusted accordingly. The
CONTRACTOR shall furnish proof of such adjustments to the CITY.
2-5 PLANS AND SPECIFICATIONS.
This section of the Standard Specifications is amended by adding thereto the following:
2-5.1 General. The CONTRACTOR and each Subcontractor shall maintain a control set
of Plans and Specifications on the Project site at all times. All final locations determined
in the field, and any deviations from the Plans and Specifications, shall be marked in red
on this control set to show the as-constructed conditions. Upon completion of all work,
the CONTRACTOR shall return the control set to the ENGINEER. Final payment will not
be made until this requirement is met.
Section 2-5 is amended by adding thereto the following new Subsection 2-5.4,
“Examination of Contract Documents.”
2-5.4 Examination of Contract Documents. The bidder shall examine carefully the entire
site of the work, including but not restricted to the conditions and encumbrances related
thereto, the Plans and Specifications, and the proposal and Contract forms therefore. The
submission of a bid shall be conclusive evidence that the bidder has investigated and is
satisfied as to the conditions to be encountered, as to the character, quality, and scope of
the work to be performed, the quantities of material to be furnished and as to the
requirements of the proposal, Plans, Specifications, and the Contract.
2-7 SUBSURFACE DATA.
The CONTRACTOR assumes all responsibility for the foreknowledge of the extent and
nature of the soil properties in the construction zone before and during construction. It is
the Bidder’s responsibility to examine the site and perform any and all testing and
evaluations necessary from which to draw conclusions regarding:
A. The ease or difficulty of excavation.
B. The presence, nature and extent of any rock.
C. The depth of groundwater.
D. The stability of excavations.
E. The suitability and quantity of excavation materials for the pipe bedding and
backfill or sources for importing bedding and backfill materials.
2-7.1 Soils Investigation. A Geotechnical Investigation has not been completed for this
project. Bidders are encouraged to perform some research in order to understand likely
soils conditions for this project.
2-9 SURVEYING
2019-10 Marquardt Avenue 16" Water Main Relocation
1-4
2-9.1 Permanent Survey Markers. The first paragraph of Subsection 2-9.1 is hereby
amended as follows:
The ENGINEER, or the owner at the CONTRACTOR’s expense, shall file a Corner
Record Form referencing survey monuments subject to disturbance in the Office of the
County Surveyor prior to the start of construction and also prior to the completion of
construction for the replacement of survey monuments.
When a change is made in the finished elevation of the pavement of any roadway in which
a permanent survey is located, the CONTRACTOR will adjust the monument cover to the
new grade. The CONTRACTOR may be required, at the CONTRACTOR’s expense,
however, to modify the operations if needed to protect the cover or monument until
arrangements are made to adjust the cover or monument.
The first paragraph of Subsection 2-9.2 is hereby amended as follows: [XE1] Prior to construction the CONTRACTOR shall submit to the ENGINEER for review and
approval the method to establish grades to obtain the proper grades as shown on the plans.
Full compensation for conforming to the requirements of Construction Surveying including
furnishing all labor, tools, equipment, documentation, and materials for doing the work
shall be distributed among the various bid items for which surveying is required, and no
additional compensation will be allowed.
2-11 INSPECTION
Section 2-11 is supplemented by the following:
Inspection services will be furnished by the AGENCY on the basis of an eight-hour day
and 40-hour work week, but not necessarily full-time on the project. Any additional
inspection beyond normal working hours and on non-working days, if required by the
CONTRACTOR’s operations in the opinion of the ENGINEER, shall be paid for by the
CONTRACTOR at the rate of $175 per hour for up to 2 hours overtime on weekdays, and
$230 for weekends and holidays and from 2 to 4 hours overtime weekdays. The CITY,
however, will not charge the CONTRACTOR for inspection services for work that is
specified, ordered, or agreed to be performed on a weekend, holiday, or in the evening.
The ENGINEER shall at all times have access to the work during construction and shall be
furnished with every reasonable facility for ascertaining full knowledge respecting the
progress, workmanship and character of materials used and employed in the work.
No backfilling of trenches or covering of any work shall be performed unless CITY
representative is present or prior approval to proceed is obtained. Whenever the
CONTRACTOR varies the period during which the work is carried on each day, the CITY
ENGINEER shall be duly notified so that proper inspection may be provided. Any work
done in the absence of the CITY ENGINEER will be subject to rejection.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-5
The inspection of the work shall not relieve the CONTRACTOR of any obligations to
fulfill the contract as prescribed. Defective work shall be made good, and unsuitable
materials may be rejected, notwithstanding the fact that such defective work and unsuitable
materials have been previously overlooked by the CITY ENGINEER and accepted.
SECTION 3 - CHANGES IN WORK
This section is amended by adding thereto the following:
Section 3-2.1 General. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the ENGINEER’s Estimate is less than $5,000 at the applicable Contract unit price, the ENGINEER reserves the right to make no adjustment in said unit price if so elected, except that an adjustment will be made if substantiated in writing by the CONTRACTOR.
3-3 EXTRA WORK.
Within subsection 3-3.2.3, “Markup,” of the Standard Specifications, delete Part (a),
“Work by Contractor,” and substitute the following:
All extra work claims shall be submitted to the ENGINEER, with supporting
documentation, within two weeks of the date of the work in question. Any extra work
claims submitted late than two weeks from the date of the work are subject to rejection.
(a) Work by CONTRACTOR.
The following percentages shall be added to the CONTRACTOR’s costs and shall
constitute the markup for all overhead and profits:
1. Labor .......................................................................................... 20%
2. Materials .................................................................................... 15%
3. Equipment Rental....................................................................... 15%
4. Other Items and Expenditures .................................................... 15%
To the sum of the costs and markups provided for in this subsection, 1 percent shall be
added as compensation for bonding.
Delete Part (b), “Work by Subcontractor,” of subsection 3-3.2.3, “Markup,” of the Standard
Specifications and substitute the following:
(b) Work by Subcontractor.
When all or any part of the “Extra Work” is performed by a Subcontractor, the markup
established in 3-3.2.3 part (a) shall be applied to the Subcontractor’s actual cost of such
work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the “Extra
2019-10 Marquardt Avenue 16" Water Main Relocation
1-6
Work” and a markup of 5 percent on work added in excess of $5,000 of the subcontracted
portion of the “Extra Work” may be added by the CONTRACTOR.
Add the following to said Standard Specifications:
The markups specified in Parts (a) and (b) above shall be considered as including, but not
be limited to, the CONTRACTOR’s labor costs for personnel not working directly on the
“Extra Work,” including the cost of any tools and equipment which they may use. Such
costs shall not be reported as labor or equipment costs elsewhere except when they are
actually used to physically construct the “Extra Work.” Labor costs shall in that case be
reported for the labor classification corresponding to the type and nature of “Extra Work”
performed.
3-4 CHANGED CONDITIONS.
The following is in addition to Section 3-4 of the Standard Specifications:
Add the following after the last paragraph:
Existing underground utilities are not considered a changed condition.
SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP.
The following is in addition to Section 4-1.1, “General,” of the Standard Specifications: The CONTRACTOR and all Subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this Contract as to the quality of materials and equipment. The CONTRACTOR, at no cost to the AGENCY, shall make any repairs or replacements made necessary in all defective work that becomes evident within twelve (12) months after the date of recordation of the Notice of Completion. All other defective work shall be repaired or replaced within twelve (12) months after the date of filing the Notice of Completion. Within this period, the CONTRACTOR shall also restore to full compliance with requirements of this Contract any portion of the work, which is found to not meet those requirements. The CONTRACTOR shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. The CONTRACTOR shall make all repairs, replacements, and restorations within thirty days after the date of the ENGINEER’s written notice. All materials not conforming to the requirements of these Specifications shall be considered as defective and all such materials, whether in place or not, shall be rejected and shall be removed immediately from the site of the work unless otherwise permitted by the ENGINEER. No rejected material, the defects of which have been subsequently corrected, shall be used until approved in writing by the ENGINEER.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-7
Upon failure on the part of the CONTRACTOR to comply with any order of the ENGINEER made under the provisions of this article, the CITY shall have authority to remove and replace defective materials at the expense of the CONTRACTOR. The burden of proof as to the quality and suitability of alternatives shall be upon the CONTRACTOR, and he shall furnish all information as required by the ENGINEER. The ENGINEER shall be the sole judge as to the quality and suitability of alternatives articles or materials and his decision shall be final. The following is in addition to Section 4-1.3.2 of the Standard Specifications: 4-1.3.2 Inspection of Materials. The AGENCY will make arrangements with the Los Angeles County Road Department, a private lab, or an engineering consultant for materials and plant inspection services, and with a private soils firm for compaction testing. The mileage figure in Sections 4-1.3.2 is hereby modified to the extent that inspection will be provided at no more than 30 miles from City limits. The CONTRACTOR shall pay for inspection costs beyond these limits. The following is in addition to Section 4-1.3.3 of the Standard Specifications: The mileage figure in Section 4-1.3.3 is hereby modified to the extent that inspection will be provided at no more than 30 miles from CITY limits. The CONTRACTOR shall pay for inspection costs beyond these limits. The following is in addition to Section 4-1.4 of the Standard Specifications: 4-1.4 Test of Materials. Except as elsewhere specified, the AGENCY will bear the cost of testing materials and/or workmanship which meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests including the retesting of material or workmanship that fails to pass the first test shall be borne by the CONTRACTOR. Materials, which are manufactured, produced or fabricated outside the United States, shall conform to Section 6-1.08 of the Caltrans Standard Specifications. 4-1.5 Certification. Written test certifications, maintenance manuals, parts list, and related
drawings on the pipe, valves, fire hydrants and/or blowoff hydrants shall be submitted
prior to installation; other certification requirements are set forth in Part 2 Construction
Materials. SECTION 5 - UTILITIES 5-1 LOCATION.
The following is in addition to Section 5-1 of the Standard Specifications: The location and existence of any underground utility or substructure was obtained from a search of available records. No guarantee is made or implied that the information is complete or accurate. It shall be the CONTRACTOR’s responsibility alone to determine
2019-10 Marquardt Avenue 16" Water Main Relocation
1-8
the exact location of underground utilities or substructures of every nature and to protect them from damage as required to accommodate the nature of the work contemplated. The CONTRACTOR shall excavate and expose all high-risk underground facilities.
On Projects involving paving, some existing utility facilities will remain in place and the
CONTRACTOR will be required to work around and pave up to said facilities. During
paving operations, the CONTRACTOR shall adjust valve covers to the new grade in
accordance with AGENCY Standards. For other types of covers or utility vaults, the
CONTRACTOR shall notify the owners to adjust their facilities to grade unless the Plans
indicate facilities are to remain in place or bid documents provide payment for
CONTRACTOR to adjust facilities to grade.
Where underground main distribution conduits such as water, gas, sewer, electric power,
telephone or cable television are present, the CONTRACTOR, for the purpose of preparing
a bid, shall assume that every property parcel will be served by a service connection for
each type of utility.
The AGENCY will conduct a pre-construction meeting between the CONTRACTOR, the
ENGINEER, and the utility companies to discuss scheduling, coordination of any required
utility relocations, and the protection of existing utilities. The CONTRACTOR shall attend
any pre-construction meeting scheduled by the AGENCY and shall cooperate with all
utility companies performing utility relocation or installation work on the Project site.
The CONTRACTOR shall notify the owners of all utilities and substructures as set forth
in the General Specifications and as required by the Public Utility Protection in Contract
Act (AB73). Should AGENCY request CONTRACTOR to pothole certain utilities or
substructures to determine location or depth, the CONTRACTOR shall provide specialized
personnel and equipment with payment made under “extra work” unless noted otherwise
in the Specifications.
The CONTRACTOR shall notify Underground Service Alert (USA) at telephone number
8-1-1 at least 48 hours in advance of any excavation in order to have underground
installations marked. It will be the responsibility of the CONTRACTOR to have all
agencies to identify their utilities. The Public Works Department will not issue any
construction permits involving excavation for underground facilities unless the applicant
has been provided an inquiry identification number by USA.
Before the Project is accepted by the CITY, the CONTRACTOR shall remove all paint
markings left by the utility companies to identify the locations of their underground
substructures. The cost for this removal shall be distributed among the various Contract
bid items of work involved and no additional compensation will be allowed therefore.
5-2 PROTECTION.
Add the following subsection to the Standard Specifications:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-9
5-2.1 Protection of Underground Hazardous Utilities. This Subsection shall apply to
Projects where there are underground utilities within the construction area, which may be
potentially hazardous if damaged. A hazardous substance shall be defined as one having
the potential for an immediate disaster such as, but not limited to, gasoline, electricity, fuel
oil, butane, propane, natural gas, chlorine or other chemicals.
Abandoned, idle, inactive, or inoperative utilities designed to carry hazardous substances
and unidentified or unknown utilities shall be considered hazardous until determined
otherwise. Whenever the CONTRACTOR is directed by the ENGINEER to tap, cut or
plate these lines, the CONTRACTOR shall provide personnel specialized in this work and
payment therefor will be made under "Extra Work." If requested by the CONTRACTOR,
the AGENCY will perform the drilling, cutting and plating of pipelines determined to be
abandoned through the services of a pipeline company (i.e., A. H. & S. Construction Corp.
of Long Beach, California or others.)
The CONTRACTOR shall comply with the following requirements when working around
or in the vicinity of underground hazardous utilities:
A. The CONTRACTOR shall not trench or perform roadway excavation within the
area where a utility known to carry a hazardous substance exists until its location
has been determined by exploratory excavation by the CONTRACTOR or other
proven methods acceptable to the ENGINEER.
B. The ENGINEER may, at his discretion, or as shown on the plans, require one or
more exploratory excavations to be dug in advance of construction to confirm the
location of underground hazardous utilities. Exploratory excavations ordered by
the ENGINEER shall be paid as Extra Work under Section 3 of the Standard
Specifications unless payment is included in Bid Schedule or specified hereinafter.
C. If it is determined that the horizontal or vertical clearance between the utility known
to carry hazardous substances and the construction limit is less than 12" (18" if
scarifying), the CONTRACTOR shall confer with its owner. Unless the owner
elects to relocate the line or take it out of service, the CONTRACTOR shall not
excavate until the line has been exposed sufficiently within the limits of
construction to determine extent of impact on CONTRACTOR’s operations.
D. Once the physical location of the utility known to carry hazardous substances has
been determined, the CONTRACTOR, in cooperation with and with the
concurrence of the utility owner, shall determine how to protect and/or support the
utility from damage before proceeding with the work. Compliance with this
Subsection shall also include modifications to the CONTRACTOR’s operations,
which may require, if necessary, the use of alternate excavation equipment,
scarification and compaction methods in order to minimize adverse impact on
utilities and still accomplish the work in an expeditious manner.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-10
E. During all excavation and trenching operations, the CONTRACTOR shall exercise
extreme caution and protect the utilities from damage.
F. The CONTRACTOR shall notify the Agency and the owner, if known, whenever
previously unidentified or unknown underground utilities are encountered so that
the location can be accurately established and made a part of the permanent
substructure records.
G. Full compensation for protecting underground hazardous utilities shall be
considered as included in the prices bid for the various items of work, unless there
is a separate bid item identified in the Bid Schedule for such protection.
5-4 RELOCATION.
The second sentence of the last paragraph of Subsection 5-4 of the Standard Specifications
is hereby deleted and replaced with the following paragraphs:
When not otherwise required by the Plans and Specifications and when directed by the
ENGINEER, the CONTRACTOR shall arrange for the relocation of service connections,
as necessary, between the meter and property line, or between the meter and limits of
construction. Service connections which do not interfere with the work shall be maintained
in place by the CONTRACTOR. Such services, if cut, shall be replaced with a new line
of equal size and type from the water main to the property line.
The CONTRACTOR is advised to coordinate his work with other contractors or other
forces who may be doing work within the construction area.
The CONTRACTOR will not be entitled to any additional costs for any delays as a result
of relocation work.
When directed by the ENGINEER, the CONTRACTOR shall encase interfering service
connections in the slab or walls of poured-in-place concrete structures. All costs for such
encasing shall be absorbed in the prices bid for the various Contract items of work involved.
Service connections, which do not interfere with the permanent works, shall be maintained
in placed by the CONTRACTOR.
5-5 DELAYS.
The second paragraph of Subsection 5-5, of the Standard Specifications is hereby deleted
and replaced with the following two paragraphs:
The CONTRACTOR will not be entitled to damages or additional payment for delays
attributable to utility relocations or alterations if correctly located, noted and completed in
accordance with Subsection 5-1 of the Standard Specifications. The CONTRACTOR shall
ascertain further detailed information to coordinate his work with minimal delay.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-11
Notification of utility companies shall be made by the CONTRACTOR in accordance with
Subsection 5-1. Any costs for delay of the CONTRACTOR by utility companies in this
regard shall be assigned to the CONTRACTOR.
5-6 COOPERATION.
The following is in addition to Section 5-6 of the Standard Specifications:
The CONTRACTOR shall also cooperate with adjacent contractors, businesses, residents,
and property owners in the prosecution of the work, and make necessary adjustments in
scheduling to maintain a high quality level of public relations and cooperation.
SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
The following is in addition to Section 6-1 of the Standard Specifications:
The Contractor’s proposed construction schedule shall be submitted to the ENGINEER
within ten (10) working days after the date of the AGENCY’S execution of the Contract
Agreement. The schedule shall be supported by written statements from each supplier of
materials or equipment indicating that all orders have been placed and acknowledged, and
setting forth the dates that each item will be delivered.
Prior to issuing the Notice to Proceed with the Work, the ENGINEER will schedule a pre-
construction meeting with the CONTRACTOR to review the proposed construction
schedule and delivery dates, arrange utility coordination, discuss construction methods,
and clarify inspection procedures. The CONTRACTOR’s Project Superintendent
Foreman that will be working on the Project must be present.
6-2 PROSECUTION OF THE WORK.
The following is hereby added to Section 6-2 of the Standard Specifications:
The CONTRACTOR shall obtain written approval from the CITY ENGINEER for night
work.
6-7 TIME OF COMPLETION.
6-7.1 General. The time for completion shall be as noted in the General Specifications.
6-7.2 Working Days. Add the following to subheadings 5 and 6:
...... as defined in Subsection 6-6.1 and the following:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-12
(a) Inclement weather or conditions resulting immediately therefrom.
(b) Installation, relocation and/or alteration of public and/or private utilities by others.
The CONTRACTOR’s activities shall be confined to the hours between 9:00 a.m. and 3:30
p.m. on major highways, private property, school property and 8:00 a.m. to 4:00 p.m. on
residential streets, Monday through Friday, excluding holidays unless otherwise noted on
the Plans or specified hereinafter. City Hall is closed on alternating Fridays, and to ensure
necessary inspections and Project supervision, construction activities scheduled on these
days shall be approved seventy-two hours (72) in advance by the ENGINEER. Failure by
the CONTRACTOR to obtain approval for inspections and supervision will not constitute
a time extension. Deviation from these hours will not be permitted without the prior consent
of the ENGINEER, except in emergencies involving immediate hazard to persons or
property. In the event of either a requested, scheduled or emergency deviation, inspection
fees will be charged against the CONTRACTOR. The fees will be calculated at overtime
rates including benefits, overhead, and travel time. The fee of $101 per hour, four-hour
minimum, will be deducted from any amounts due the CONTRACTOR.
The following days are designated by the CITY as non-working days (holidays):
1. New Year’s Day.
2. Martin Luther King Jr.’s Birthday.
3. Lincoln’s Birthday.
4. Washington’s Birthday.
5. Cesar Chavez’s Birthday
6. Memorial Day.
7. Independence Day.
8. Labor Day.
9. Veteran’s Day.
10. Thanksgiving Day.
11. Day after Thanksgiving Day.
12. Christmas Eve.
13. Christmas Day.
14. The day after Christmas, in those years in which Christmas falls on a Thursday.
15. Every day appointed by the President or Governor for a public fast, thanksgiving,
or holiday.
16. When a holiday falls on Sunday, the following Monday shall be observed. If the
holiday falls on Saturday, the previous Friday is observed. 6-8 COMPLETION, ACCEPTANCE AND WARRANTY. The following is in addition to section 6-8 of the Standard Specifications:
It shall be the CONTRACTOR’s responsibility to completely remove all “construction graffiti” (spray paint or other marking for utilities, survey points and construction limits) prior to acceptance of the work.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-13
6-9 LIQUIDATED DAMAGES.
Section 6-9 of the Standard Specifications is amended by the following: The liquidated damages value is hereby amended to be $1,000 per calendar day. Failure of the Contractor to complete any specified construction sequence on phase by the time allowed will also result in assessment of liquidated damages. Additional liquidated damages shall be assessed in the amount of $500 per calendar day for failure to comply with the State Permit for Storm Water Discharge Associated with Construction Activity during all phases of construction and for failure to complete, implement, or maintain the Storm Water Pollution Protection Plan (SWPPP) within the periods specified in Section 7-8.6 of these Special Provisions. Additional liquidated damages shall be assessed in the amount of $500 per incident that the Contractor fails to install the Best Management Practices (BMP’s) within 24 hours of notification as described in Section 7-8.6 of the Special Provisions.
Add the following Subsection o the Standard Specifications 6-11 CLAIM AND DISPUTE RESOLUTION.
6.11.1 Governing Law, Venue, Dispute Resolution and Attorneys’ Fees. This Agreement
will be governed by and construed in accordance with laws of the State of California.
Specifically, Public Contract Code Section 9204 (A summary of which is set forth in
Subdivision 6.11.2). If any disputed portion of the claim is not resolved with the procedure
set forth in Subdivision 6.11.2 herein, prior to commencing suit in a court of competent
jurisdiction, any unresolved portion of any controversy, dispute or claim arising out
of the Agreement will first be submitted to an alternative dispute resolution process as
set forth in Subdivision 6.11.3 herein. Any action at law or in equity brought by either of
the parties hereto for the purpose of enforcing a right or rights provided for by this
Agreement will be tried in a court of competent jurisdiction in the County of Orange,
State of California. In the event either party hereto will bring suit to enforce any term
of this Agreement or to recover any damages for and on account of the breach of any
term or condition of this Agreement, it is mutually agreed that the prevailing party in
such action will recover all costs thereof, including reasonable attorneys’ fees, to be set by
the court in such action.
6.11.2 Summary of Public Contract Code Section 9204. A “claim” is a separate demand on
the City by a contractor on a public works project and sent by registered mail or certified
mail with return receipt requested, for one or more of the following:
• A time extension, including relief from penalties for delay;
• Payment by the CITY of money damages under the terms of the contract;
• Payment of an amount that is disputed by the CITY.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-14
Initial Review. The claim must be supported by appropriate documentation. The CITY has
45 days within which to review the claim and provide the contractor with a written
statement identifying the disputed and undisputed portions of the claim. If the CITY does
not issue a written statement, the claim is deemed rejected in its entirety. The CITY will
pay any undisputed portion of the claim within 60 days of issuing the statement.
Meet & Confer. If the contractor disputes the CITY’s written response, or if the CITY
does not issue one, the contractor may request in writing an informal conference to meet
and confer for possible settlement of the claim. The CITY will schedule the meet and confer
conference within 30 days of this request and provide a written statement identifying the
remaining disputed and undisputed portions of the claim within 10 business days of the
meet and confer. The CITY will pay the undisputed portion within 60 days of issuing this
statement.
Mediation. With respect to any disputed portion remaining after the meet and confer, the
CITY and contractor must submit the matter to nonbinding mediation, agree to a mediator
within 10 business days after issuing the written statement, and share mediation costs
equally. If mediation is unsuccessful, then the terms of the public works agreement and
applicable law will govern resolution of the dispute.
Miscellaneous Provisions. Amounts not paid by the CITY in a timely manner bear interest
at 7% per annum. Subcontractors may submit claims via this procedure through the general
contractor. The CITY and contractor may waive the requirement to mediate, but cannot
otherwise waive these claim procedures.
6.11.3 Alternative Dispute Resolution. In the event that there is any controversy, dispute
or claim arising out of or relating to this Agreement, which have not been resolved pursuant
to the process summarized in Subdivision 6.11.7 herein, the parties hereto will consult and
negotiate with each other and, recognizing their mutual interest, attempt to reach a solution
satisfactory to both parties. If they do not reach settlement within a period of 60 days, the
matter will be submitted to nonbinding arbitration (“Process”) by written notice from either
party to the other. The parties will meet and confer in good faith and select an arbitrator
that is agreeable to both sides. The Process will be completed no later than 120 days
(“Process Period”) after tender of the aforementioned written notice, unless the Parties
mutually agree to an extension of the Process Period. If the matter is not successfully
resolved by the Process, within the Process Period, the parties are free to commence
litigation in a court of competent jurisdiction as defined in Subdivision 6.11.1 herein. Any
litigation commenced without both parties’ consent prior to the end of the Process Period,
will be subject to a stay until the end of the Process Period. The Parties further agree to
equally bear the cost of the Process.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES.
The following is in addition to Section 7-1 of the Standard Specifications:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-15
A noise level limit of 86 dB at a distance of 50 feet shall apply to all construction equipment on or related to the job whether owned by the CONTRACTOR or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. No worn or obsolete equipment shall be used, and in no case shall the maker’s rating of capacity for any equipment be exceeded.
7-2 LABOR.
The following is in addition to Section 7-2.2 of the Standard Specifications: 7-2.2 Laws. The Contractor, and all Subcontractors, suppliers, and vendors, shall comply with all AGENCY, State and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments.
The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers.
The Contractor shall agree through the contract to comply with Section 1776 and the remaining provisions of the Labor Code, and shall submit certified payroll records upon request of the ENGINEER at no cost to the CITY.
Senate Bill (SB 179) added Section 2810 to the Labor Code, relating to contracts for labor services and went into effect January 1, 2004. The SB 179 Form provided in the specifications must be filled out in its entirety and submitted per Section 2-1 of these specifications. Failure to comply will result in annulment of the award and forfeiture of the Proposal Guarantee.
7-3 LIABILITY INSURANCE.
Section 7-3 of the Standard Specifications is amended by the following: The CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under this section, and such insurance has been approved by the CITY, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been obtained. A. Worker’s Compensation Insurance - The Contractor shall take out and maintain
during the life of this contract, worker’s compensation insurance for all his employees engaged on or at the site of the project, and in case any of his work is sublet, the Contractor shall require the Subcontractor similarly to provide worker’s compensation insurance for all of the latter’s employees, unless such employees are covered by the protection afforded by the worker’s compensation insurance carried by the Contractor.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-16
B. Public Liability and Property Damage Insurance - The Contractor shall take out and
maintain during the life of this contract such public liability and property damage
insurance as shall protect him and the Agency from all claims for personal injury,
including accidental death, as well as from claims for property damage arising from
operations under this contract. The amount of such insurance shall be as hereinafter
set forth. The Contractor shall require the Subcontractors, if any, to take out and
maintain similar public liability and property damage insurance. The amounts of
such insurance shall be as hereinafter set forth.
In case any work under this contract is to be performed on or at the site of the project
by a Subcontractor, the Contractor shall also take out and maintain such
Contractor’s contingent or protective insurance as will protect him and the Agency
from damage claims arising from the operations of any Subcontractor, the amounts
of such insurance as hereinafter set forth. If any Subcontractor shall subcontract
any portion of his subcontract, the Contractor shall require him to take out and
maintain such contingent or protective insurance as will protect such Subcontractor
from damage claims arising from operations of the second Subcontractor. Such
contingent or protective insurance shall be in the same amount as the primary
Subcontractor’s public liability and property damage insurance.
As provided above, the Contractor shall take out and maintain public liability
insurance for injuries, including accidental death to any one person, in an amount
not less than One Million Dollars ($1,000,000); and subject to the same limit for
each person; on account of any one accident in an amount of not less than Two
Million Dollars ($2,000,000); and property damage insurance in an amount of not
less than Five Hundred Thousand Dollars ($500,000); Contractor’s contingent or
protective insurance for public liability and property damage in amounts not less
than the respective amounts noted above. As provided above, the Contractor shall
require all Subcontractors, whether primary or secondary, if any, to take out and
maintain public liability and property damage insurance in amounts hereinbefore
set forth for the Contractor.
C. Insurance Covering Special Hazards - The following special hazards shall be
covered by rider or riders to the above-mentioned public liability insurance or
protective damage insurance policy or policies or by special policies of insurance
in amounts as follows:
Automotive and truck where operated, in amounts as above; material hoists, where
used, in amounts as above.
D. Proof of Carriage of Insurance - The CONTRACTOR shall furnish the Commission
satisfactory proof of full compliance with all the insurance requirements herein
prior to execution of the Contract, including additional insured endorsement, Form
B, CG 2010, with an edition date prior to 1993, unless approved otherwise by the
AGENCY attorney.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-17
1. All certificates of insurance with respect to liability insurance of any kind
shall name the CITY of Santa Fe Springs as additional insureds with respect
to the performance by the CONTRACTOR of the work which is the subject
of the Contract.
2. The certificate of liability insurance shall conform to Section 7-3 of the
Standard Specifications and these Special Provisions, except the provision
whereby “the policy shall insure the AGENCY, its officers…while acting
within the scope of their duties of the work” is eliminated on Federal
Projects (if a Federal Project No. is indicated on the Plans or these Special
Provisions).
3. The full and complete Project name shall be shown on the Certificate of
Insurance.
E. Notification of Cancellation of Insurance - Certificates of proof of carriage of
insurance shall provide for not less than thirty (30) days’ notice of change or
cancellation prior to acceptance of the work. F. Renewal of Insurance - The insurance required herein will be renewed annually as
long as CONTRACTOR continues operations in any way related to this agreement or AGENCY or AGENCY’s employees face an exposure from such operations. This obligation applies whether the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until CITY executes a written statement to that effect. This requirement is in addition to coverage required to be maintained for completed and discontinued operations as required elsewhere.
G. Working in Railroad Right-of-Way – Whenever working within railroad right-of-
way, the Contract shall furnish insurance to the affected railroad in the amounts and form required by said railroad. It is the CONTRACTOR’s responsibility to determine such requirements.
7-5 PERMITS.
The text of Subsection 7-5 of the Standard Specifications is hereby deleted and replaced with the following:
Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and make arrangement for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all Subcontractors shall each obtain a City of Santa Fe Springs Business Operations Tax Certificate, and shall be licensed in accordance with State Business and Professions Code. The Contractor shall also obtain any and all other permits, licenses, inspections, certificates, or authorizations required by any other governing body or entity. Application for Business Operation Tax Certificate shall be made with the City Finance Department prior to performing any work in CITY. The Certificate is valid for 12 months from date of validation of application. The fee, which shall not be waived, is $150 and
2019-10 Marquardt Avenue 16" Water Main Relocation
1-18
$100 for the general Contractor and for each Subcontractor respectively, in addition to a $30 processing fee per application. Possession of an existing valid Certificate satisfies this requirement.
The Contractor shall pay all costs incurred by other than CITY permit and license requirements. A contract with AGENCY satisfies CITY excavation and construction permit requirements, and no CITY fee is imposed. This Contractor shall deliver all “Certificates of Inspections” to ENGINEER as soon as all the work has been inspected and approved by the proper authorities. This Contractor shall prepare all drawings and sketches required for the permits and shall pay thereof all expenses. 7-5.1 National Pollutant Discharge Elimination System (NPDES) Permit. Federal
regulations control storm water discharges from construction sites into storm drains and
surface waters. The requirements are outlined in the National Pollutant Discharge
Elimination System (NPDES) permit held by the County Flood Control District to which
the CITY is a co-permittee. The regulations require a Storm Water Pollution Prevention
Plan (SWPPP) for projects that include clearing, grading and excavation of over one (1)
acre to obtain an NPDES permit.
Contractor shall obtain and pay for NPDES Permit under the Linear Underground Project
General Permit from the State Water Resource Control Board.
7-6 THE CONTRACTOR’S REPRESENTATIVE.
The following is in addition to Section 7-6 of the Standard Specifications: The CONTRACTOR shall give efficient supervision to the work, using his best skill and attention, and shall provide and keep on the work at all times during its progress a competent superintendent and any necessary assistants, all of whom within reason shall be satisfactory to the ENGINEER. All directions of the ENGINEER shall be in writing and shall be received and obeyed by the superintendent in charge of the particular work, reference to which orders are given, and all such directions given to the superintendent shall be as binding as if given to the CONTRACTOR in person. The CONTRACTOR’s representative shall be present at all times when work is in progress, even if the work is being performed only by a Subcontractor.
7-7 COOPERATION AND COLLATERAL WORK.
The following is in addition to Section 7-7 of the Standard Specifications:
Simultaneous, collateral, and essential work by others at the site shall, consist of the
following:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-19
"Cooperation to minimize interference" and "coordinating its work with others" shall also
mean that the CONTRACTOR may be required to avoid working at certain locations or
altogether on the Project to accommodate CITY functions, events, elections, celebrations,
holiday periods, or activities that are deemed by the ENGINEER to be in the best interest
of the AGENCY for public relations purposes.
7-8 WORK SITE MAINTENANCE.
Subsection 7-8.1, “General,” of the Standard Specifications is supplemented as follows:
When required by the ENGINEER, the CONTRACTOR shall furnish and operate a self-
loading motor sweeper with spray nozzles at least once each calendar day and during cold
milling operations, to keep paved areas acceptably clean wherever construction, including
restoration, is underway or incomplete. Sidewalks, driveways, parkways, medians and
adjacent roadways shall also be cleaned of construction debris by the CONTRACTOR.
Upon completion of cold milling but no later than completion of paving, the
CONTRACTOR shall also remove construction debris from adjacent gutters, medians,
parkways and sidewalks to the satisfaction of the ENGINEER.
Materials and equipment shall be removed from the site as soon as they are no longer
necessary and as directed by the ENGINEER.
The CONTRACTOR shall use only the following CITY franchise refuse/bin haulers.
Republic Services Disposal Services (562) 944-6975
12949 Telegraph Rd. | SFS, CA 90670
CRR Disposal Services (562) 946-7705
12739 Lakeland Rd. | SFS, CA 90670
Serv-Wel Disposal Service (323) 726 4056 901 S. Maple Ave. | Montebello, CA 90640
The CONTRACTOR shall maintain and preserve the existing site landscaping in order to
keep the area as attractive as possible for the community.
The CONTRACTOR shall remove any graffiti and/or restore any improvement vandalized
within the construction limits within one working day of incident.
Add the following subsection 7-8.2, “Air Pollution Control,” to the Standard
Specifications:
7-8.2.2 Control of Fugitive Dust. The CONTRACTOR shall comply with Rule 403 of the South Coast Air Quality Management District regarding fugitive dust. The purpose of this rule is to reduce the amount of particulate matter entrained in the ambient air as a result of man-made fugitive dust sources by requiring actions to prevent, reduce or mitigate fugitive
2019-10 Marquardt Avenue 16" Water Main Relocation
1-20
dust emissions. The provisions of this rule shall apply to any activity or man-made condition capable of generating fugitive dust. A more descriptive detail is located in the Contract Forms section of these Special Provisions. This rule contains the following basic requirements:
A. A person shall not cause or allow emissions of fugitive dust from any operation,
open storage pile, or disturbed surface area to remain visible beyond the property line. Fugitive dust means any solid particle matter that becomes airborne, other than that emitted from an exhaust stack, directly or indirectly as a result of human activities. A disturbed surface area is any earth surface which has been modified from its undisturbed natural soil condition (excludes natural restoration).
B. One or more Reasonable Available Control Measures (R.A.C.M.) are to be utilized
for each fugitive dust source from active operations. An active operation is any activity capable of generating fugitive dust. A list of R.A.C.M.s is included at the end of these special provisions.
C. Upwind/downwind PM10 differences shall not exceed 50 micrograms per cubic
meter as determined by South Coast Air Quality Management District sampling. PM10 is particulate matter with an aerodynamic diameter smaller than or equal to 10 microns as measured by the applicable State and Federal reference test methods. Particulate matter means any material, except uncombined water, which exists in a finely divided form as a liquid or solid at standard conditions.
D. Remove visible roadway dust from paved roadways at the end of each workday, or
at any time visible roadway dust extends more than 50 feet. Visible roadway dust is material, which can be removed by a street sweeper under normal operating conditions. The purpose of this requirement is to reduce the amount of particulates being deposited on public paved roadways, and subsequently re-entrained into the air.
Rule 403 provides for various exceptions to Requirements 1 and 3 listed above. For more information, call the South Coast Air Quality Management District at (909) 396-3600 or write:
South Coast Air Quality Management District Attention: Rule 403 Compliance
21865 Copley Drive, Diamond Bar, CA 91765
7-8.5 Sanitation. This subsection is in addition as follows:
When appropriate, enclosed toilet accommodations for the Contractor's employees shall be
the trailer or truck-mounted type, and shall be removed at the end of each shift from the
job site by the Contractor unless otherwise approved by the ENGINEER. Portable toilets
shall not have graffiti thereon.
7-8.5A Temporary Light, Power, and Water. This subsection is in addition as follows:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-21
The Contractor shall make application to the City Finance Department and pay all costs for
a temporary water meter and water as required.
The following is in added to Section 7-8 of the Standard Specifications:
7-8.8 Recycling Ordinance No. 914. All projects over $50,000 are subject to the
requirements of Ordinance 914 to reuse or recycle 75% of the project waste. Bidders can
contact the CITY’s Recycling Coordinator at (562) 868-0511 for further information.
Recycling forms are attached herein. The forms, if needed, shall be submitted and
approved prior to construction.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS.
The second paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted
and replaced with the following:
The CONTRACTOR shall relocate, repair, replace or reestablish all existing improvements
within the Project limits which are not designated for removal (e.g. sod, curbs, sidewalks,
driveways, fences, walls, sprinkler systems, signs, utility installations, pavements, cross
gutters, structures, etc.) which are damaged or removed as a result of his operations or as
required by the Plans and these Special Provisions. Where existing traffic striping,
pavement markings and curb markings are damaged or their reflectivity reduced by the
CONTRACTOR’s operations, such striping or markings shall also be considered as
existing improvements and the CONTRACTOR shall repaint or replace such
improvements as directed by the ENGINEER to match existing unless otherwise indicated
to be performed by others.
Relocations, repairs, replacements or reestablishment shall be at least equal to the existing
improvements and shall match such improvements in finish and dimensions unless
otherwise specified.
The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and
replaced with the following:
All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing,
replacing, securing, or reestablishing existing improvements and site shall be included in
the various Contract Bid items of work involved, unless there is a separate Bid item for
such replacement. Items designated on the Plans to be salvaged shall be removed and
returned to the City Municipal Services Yard at 12636 Emmens Way.
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-10.1 Traffic and Access. Subsection 7-10.1 of the Standard Specifications is amended
by adding thereto the following:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-22
The CONTRACTOR shall notify the occupants of all affected properties at least 48 hours
prior to any temporary obstruction of access. Notices prepared by the CONTRACTOR
shall be approved by the AGENCY at least 3 working days prior to distribution. Vehicular
access to private property shall be maintained except as required for construction for a
reasonable period of time as determined by the ENGINEER.
No overnight closure of any driveway will be allowed except as permitted by the
ENGINEER. CONTRACTOR shall construct and maintain temporary access as defined
within Plans and Specifications.
At least one (1) 12-foot wide traffic lane shall be provided for each direction of travel on
all streets at all times except as permitted by the ENGINEER. The width of the gutter is
considered as part of the traffic lane. The traffic lanes shall be maintained on pavement,
and shall remain unobstructed. Traffic will not be permitted in partial lanes.
Lane closures on major highways (e.g. Rosecrans Ave, Marquardt Ave, etc.) will only be
allowed between the hours of 9:00 a.m. and 3:30 p.m., except for allowable night work
activities, as defined elsewhere within these Special Provisions.
In the event that a lane is closed prior to 9:00 a.m. or after 3:30 p.m. without written
authorization, the CONTRACTOR agrees that for every 10 minutes or increment thereof
before or after the specified times, the sum of Three Hundred and Fifty dollars ($350) will
be deducted from any payment due to the CONTRACTOR.
Clearances from traffic lanes shall be five feet to the edge of any excavation and two feet
to the face of any curb, pole, barricade, delineator, or other vertical obstruction.
All control, warning and traffic guidance devices including, but not limited to signs,
temporary lanes, bridging of excavations and trenches, control of pedestrians and flagging
control shall conform to the “Work Area Traffic Control Handbook” (WATCH) which is
published by the Building News, Incorporated, 1612 So. Clementine Street, Anaheim,
California 92802. Ordering information can be obtained by calling (714) 517-0970. All
warning signs and devices shall be approved and in place prior to working on the roadway.
The CONTRACTOR shall submit a detailed traffic control plan indicating equipment to
be used, sign placement, transition lengths and delineator spacing for lane closures or
restrictions. The plan shall be reviewed by the ENGINEER and any corrections, additions,
or deletions shall be incorporated in the final plan.
Traffic control plans shall be submitted for review and approval at least seven (7) days
prior to commencement of the construction phase approved by the CONTRACTOR. Plans
shall be prepared by qualified professionals familiar with the latest construction signing
procedures of Caltrans and the WATCH Handbook. Plans submitted by unqualified
personnel shall be rejected and no time extensions will be allowed for delays arising from
unacceptable submittals. General requirements for traffic control plans are as follows:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-23
A. Plans shall be prepared and signed by a licensed professional ENGINEER.
B. Plan size shall be 24" by 36" unless otherwise approved by the CITY.
C. Plan scale shall be 1" = 40' unless otherwise approved by the CITY.
D. As a minimum, plan shall show existing street striping including raised medians as
well as proposed striping and striping to be removed, if applicable. Also indicate
and label all traffic control devices to be used, including spacing between devices,
transition length as well as show the locations of driveways and cross streets.
Prior to beginning any work on the Project, the CONTRACTOR shall provide and
install two "Road Construction Ahead" (C18) signs, and two "End Construction"
(C13) signs, one set in each direction of each street where work is to be performed,
at the locations as directed by the ENGINEER. Signs shall be mounted on wooden
posts, and panels shall be placed minimum of seven (7) feet above ground level.
Portable signs will not be permitted except on residential streets.
When required by the ENGINEER, the CONTRACTOR shall place temporary no parking
signs at the locations to be approved by the ENGINEER. Signs shall show dates and times
of the "No Parking" restriction. All signs must be removed after the last date of restriction.
Signs shall be posted at least 72 hours in advance of actual construction operations.
The CONTRACTOR is advised that overnight access to all residences, businesses, and
facilities must be maintained at all times, as identified within unclassified fill of these
Special Provisions.
The CONTRACTOR shall schedule all phases of work to meet the above requirements. A
complete detailed schedule of the work, including any necessary sketches and drawings
indicating the time of each of the various phases of work required to comply with the
maintenance of traffic, shall be submitted to the ENGINEER for approval at least one week
prior to the beginning of any work.
The CONTRACTOR will be required to provide flag persons with red vests, hard hats, and
signs approved by the ENGINEER in accordance with the WATCH Manual and at any
time the ENGINEER determines that flag persons are necessary for traffic control. When
flag persons are required, they shall have no duties other than flagging traffic.
Traffic control devices shall be installed and maintained at all times by a specialty
Subcontractor or a qualified person(s) who shall have no duties other than traffic control
and maintenance of traffic, including devices.
In the event CITY forces are called out to correct problems with any portion of the traffic
control system such as cones, barricades, signs, steel plates, etc., which are the
responsibility of the CONTRACTOR, the CITY will deduct the actual expense, including
applicable overhead charges, from amounts due the CONTRACTOR.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-24
The amount bid by the CONTRACTOR shall include payment for Traffic Control Plans,
furnishing, installing, moving, replacing, maintaining, and cleaning of barricades,
temporary K-rail barricades, signs, lights, flashers, traffic control devices, and any other
safety measures used for traffic control and maintenance of traffic during the Project
construction period, furnishing and installing and removal and replacement of traffic
striping and flag persons and temporary striping (if needed) shall be included in the
Contract Lump Sum bid item for TRAFFIC CONTROL, as shown in the Proposal, and no
additional compensation will be allowed therefore.
Subsection 7-10.2, “Storage of Equipment and Materials in Public Streets,” is added to the
Standard Specifications as follows:
The CONTRACTOR will not be allowed to store equipment or materials in any public
street, parkway, park or CITY facility unless specifically approved by the ENGINEER in
writing.
Subsection 7-10.3, “Street Closures, Detours and Barricades,” is added to the Standard
Specifications as follows:
The CONTRACTOR will not be allowed to close any street to through traffic unless
specifically approved by the ENGINEER in writing.
Subsection 7-10.4.6, “Public Notification of Construction,” is added to the Standard
Specifications as follows:
The construction schedule required under Section 6-1 of these Special Provisions shall
allow ample “on-street” parking for affected people, within a reasonable distance from their
homes and businesses. Requests for changes to the schedule shall be submitted by the
CONTRACTOR to the ENGINEER at least 48 hours prior to the scheduled operation to
be changed.
The CONTRACTOR shall provide construction advisory letters, subject to the approval of
the ENGINEER, to all affected residences and businesses adjacent to the work site as called
in these Specifications, prior to construction on the street. The letter shall indicate the
duration of the proposed construction and also state if alternate parking arrangements will
be necessary.
“Temporary No Parking Signs” shall be posted at least 72 hours, but no more than 96 hours,
in advance of the work. These signs shall read “Temporary No Parking Tow-Away
CVC22654 (d)”. The signs shall be placed no more than 100 feet apart on each side of the
street and at shorter intervals if conditions warrant. The CONTRACTOR shall provide the
signs and will be responsible for adding the dates and hours of closure to the signs. All
signs shall be removed within 24 hours after the effective date. If the date of closure is
changed, the CONTRACTOR will be responsible for reposting the signs in accordance
with the above requirements.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-25
Subsection 7-10.6, “Protection of the Public,” is hereby added to Section 7 of the Standard
Specifications as follows:
It is part of the service required of the CONTRACTOR to make whatever provisions are
necessary to protect the public. The CONTRACTOR shall use foresight and shall take
such steps and precautions as his operations warrant to protect the public from danger, loss
of life or loss of property, which would result from interruption or contamination of public
water supply, interruption of other public service, or from the failure of partly completed
work or partially removed facilities. Unusual conditions may arise on the work which will
require that immediate and unusual 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 ENGINEER, an emergency exists in which the
CONTRACTOR has not taken sufficient precaution for the public safety, protection of
utilities and protection of adjacent structures or property which may be damaged by the
CONTRACTOR’s operations and when, in the opinion of the ENGINEER, immediate
action shall be considered necessary in order to protect the public or property due to the
CONTRACTOR’s operations under this Contract, the ENGINEER will order the
CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR
fails to act on the situation within a reasonable time period, the ENGINEER may provide
suitable protection to said interest by causing such work to be done and material to be
furnished as may seem reasonable and necessary in the opinion of the ENGINEER.
The cost and expense of said labor and material, together with the cost and expense of such
repairs as are deemed necessary, shall be borne by the CONTRACTOR. All expenses
incurred by the AGENCY for emergency repairs will be deducted from the progress
payments and the final payment due to the CONTRACTOR. However, if the AGENCY
does not take such remedial measures, the CONTRACTOR is not relieved of the full
responsibility for public safety.
7-15, CONTRACTS INVOLVING TRENCHING OR EXCAVATING; NOTICE ON
DISCOVERY OF HAZARDOUS WASTE OR OTHER UNUSUAL CONDITIONS;
INVESTIGATIONS; CHANGE ORDERS; EFFECT ON CONTRACT
In accordance with Section 7104 of the Public Contract Code, a Contract, which involves
digging trenches or other excavations that extend deeper than four feet below the surface,
shall conform to the following:
The CONTRACTOR shall promptly, and before the following conditions are disturbed,
notify the CITY in writing of any:
A. 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.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-26
B. Subsurface or latent physical conditions at the site differing from those indicated.
C. Unknown physical conditions at the site of any unusual nature, different materially
from those ordinarily encountered and generally recognized as inherent in work of
the character provided for in the Contract.
The CITY shall promptly investigate the conditions, and if it finds that the conditions do
materially so differ, or do involve hazardous waste, and cause a decrease or increase in the
CONTRACTOR’s cost of, or the time required for, performance of any part of the work,
shall issue a change order under the procedures described in this Contract.
In the event that a dispute arises between the CITY and the CONTRACTOR whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or increase in
the CONTRACTOR’s cost of, or time required for, performance of any part of the work,
the CONTRACTOR shall not be excused from any scheduled completion date provided
for by the Contract, but shall proceed with all work to be performed under the Contract.
The CONTRACTOR shall retain any and all rights provided either by Contract or by law,
which pertain to the resolution of disputes and protest between the Contracting parties.
7-16 RECYCLING OF MATERIALS.
Subsection 7-16.1, is hereby added to the Standard Specifications, as follows:
7-16.1 Recycling of Asphalt Concrete, Portland Cement Concrete, Aggregate Base, and
Construction Debris are Required. RECORDS OF DISPOSAL, INCLUDING SCALE
TONNAGES, SHALL BE FURNISHED TO THE AGENCY ON A MONTHLY BASIS.
7-16-2 CONTRACTOR’s Obligation. The AGENCY is committed to a recycling
program. It is the obligation of the CONTRACTOR, under this Contract, to recycle the
waste material through an approved recycling plant as specified in section 7-8.8 of these
Special Provisions. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
The following is in addition to Section 8 of the Standard Specifications: No field offices for the AGENCY personnel shall be required; however, the AGENCY personnel shall have the right to enter upon the Project at all times and shall be admitted to the offices of the CONTRACTOR if so provided by the CONTRACTOR for his own personnel.
SECTION 9 - MEASUREMENT AND PAYMENT
The following is in addition to Section 9 of the Standard Specifications:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-27
Payments are reviewed and if approved, they are made within thirty days following the
tenth day of the month submitted. However, payments will be withheld pending receipt of
any outstanding reports required by the Contract documents. In addition, the final progress
payment will not be released until the CONTRACTOR returns the control set of Plans and
Special Provisions showing the “as-constructed” conditions.
Five percent retention will be deducted from each progress payment.
The CITY ENGINEER shall review any request to reduce retention and has the authority
to approve or reject such request depending on the quality and progress of the work. All
such decisions are final.
Prior to making final payment, the CONTRACTOR, if requested by the ENGINEER, shall
furnish AGENCY signed releases from any person or firm who files a Preliminary Notice
or Stop Notice with the CITY, and release of all claims or any other method or device,
which is appropriate under the circumstances and approved by the AGENCY.
Materials and equipment delivered but not incorporated into the work will not be included
in the estimate for progress partial payment.
Payment for incidental work not covered by a specific Bid item shall be included in the
respective Contract Bid item in which work is being performed, and no separate payment
will be allowed therefore.
The following is in addition to Section 9 of the Standard Specifications:
The prices bid shall include any amount of applicable California sales or use tax, County
or City taxes.
No work shall be started without prior approval of the submittals. Failure to comply with
the preceding requirement will be sufficient ground for the ENGINEER to stop all work
on the Project until the requirements are met.
The following is in addition to Section 9 of the Standard Specifications:
CONTRACTOR shall coordinate with waste disposal collection, the postal service to
ensure delivery of mail, or special activities, to ensure that his activities impact such
adjacent uses to the least practicable amount.
The printed notices shall contain a general description of the work to be done and the date
that the work is to be done. The notices shall also include a statement that parking will be
restricted as called for on the “NO PARKING” signs to be posted along the street. All
public notices shall be reviewed and approved by the ENGINEER prior to distribution.
The following payment, measurement and work item description requirements are in
addition to Section 9 of the Standard Specifications:
2019-10 Marquardt Avenue 16" Water Main Relocation
1-28
DEFINITION OF BID ITEMS:
All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing,
replacing, securing, or reestablishing existing improvements and site shall be included in
the various Contract Bid items of work involved, unless there is a separate Bid item for
such replacement. Items designated on the Plans to be salvaged shall be removed and
returned to the City Municipal Services Yard at 12636 Emmens Way.
Emergency Action. The cost and expense of said labor and material, together with the cost
and expense of such repairs as are deemed necessary, shall be borne by the
CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be
deducted from the progress payments and the final payment due to the CONTRACTOR.
However, if the AGENCY does not take such remedial measures, the CONTRACTOR is
not relieved of the full responsibility for public safety.
BID ITEM 1 – MOBILIZATION
The prices bid shall include any amount of applicable California sales or use tax, County
or City taxes.
Mobilization shall comply with the requirements of the Standard Specifications and as
modified herein.
Mobilization may include, but not be limited to, the following principal items:
1. Submittal and modification, as required, of the Construction Schedule covering the
Project.
2. Review of the work sites.
3. Obtaining all required Permits.
4. Submittal of all required insurance certificates and bonds as required by these
Special Provisions.
5. Written notification to adjacent property owners/ residents prior to start of work.
6. Moving onto the work sites, including, but not limited to:
a. Equipment.
b. Arranging for and erection of CONTRACTOR’s work and storage areas.
7. Installing construction fencing and temporary construction power and wiring.
8. Providing a minimum of one restroom facility for each twenty-five (25) workers
occupying the site. Facilities may include existing functioning restrooms, or
portable chemical facilities, or any combination thereof, and shall count as one for
each urinal or one for each water closet (as required).
9. Installing all temporary utilities (as required).
10. Establishing required fire protection provisions.
11. Posting all OSHA required notices and establishment of safety programs.
12. Posting of all Department of Labor notices.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-29
13. Having the CONTRACTOR’s superintendent at the job sites full-time and
responding 24 hours per day.
14. Air and water quality protective measures, as necessary, and without limitation.
15. It is the responsibility of the Contractor to implement Best Management Practices
for the duration of the project to prevent any construction site pollutants from
entering the storm drain system.
16. Clean up and demobilization of the work sites.
17. Any other item as specified.
The cost of bonds, insurance, move in and move out costs, preparation and submission of
submittals, obtaining encroachment permits, and miscellaneous incidental costs, shall be
included in the Contract Bid Item provided for “MOBILIZATION” (including
demobilization and incidental project costs) as a lump sum (L.S.) item, for which 75
percent (75%) will be eligible for inclusion in the first progress payment, with the
remaining 25 percent (25%) not eligible for inclusion until 100 percent (100%) of the work
has been completed and if progress of the work is satisfactory.
No work shall be started without prior approval of the submittals. Failure to comply with
the preceding requirement will be sufficient ground for the ENGINEER to stop all work
on the Project until the requirements are met.
The following is in addition to Section 9 of the Standard Specifications:
NOTIFICATION - CONTRACTOR shall notify in person and with printed notification
(in English and Spanish language), at least ten (10) working days prior to commencing
work, all agencies, firms, institutions, postal service, residents, hospitals, schools, stores,
utilities and waste disposal service fronting or affected by the work. Additional printed
notification (in English and Spanish) shall be given not less than forty-eight (48) hours
prior to preforming any work which will restrict property access, close or partially close
any street, or which will restrict or disallow street parking. All schools and churches shall
receive seven (7) working days notification prior to performing any work which will
restrict property access.
CONTRACTOR is to notify all property owners and owner’s representatives along
Marquardt Ave of his scheduled work activities a minimum of two weeks prior to initiating
the project, two weeks prior to initiating Pavement Rehabilitation work, and again 48 hours
prior to Pavement Rehabilitation work for assurance of the CONTRACTOR’s maintenance
of schedule.
Additional printed notification (in English and Spanish language) shall be given not less
than forty-eight (48) hours prior to performing any work which will restrict property
access, close or partially close any street, or which will restrict or disallow street parking.
The printed notices shall contain a general description of the work to be done and the date
that the work is to be done. The notices shall also include a statement that parking will be
2019-10 Marquardt Avenue 16" Water Main Relocation
1-30
restricted as called for on the “NO PARKING” signs to be posted along the street. All
public notices shall be reviewed and approved by the ENGINEER prior to distribution.
CONTRACTOR shall also post printed “NO PARKING-TOW AWAY” signs at one-
hundred-foot (100') maximum spacing along each side of the affected street for seventy-
two (72) hours prior to the commencement of the street improvement work.
CONTRACTOR shall document the day, date and time the “NO PARKING” signs were
posted. Posting of signs on trees and utility poles shall not be allowed.
The signs shall contain the day, date, hours and vehicle code that parking will be prohibited
on that particular street, CVC 22651L and CVC 22654D. The signs shall be removed
immediately upon completion of work that will prohibit parking.
The printed notices and the “NO PARKING” signs shall be furnished by the
CONTRACTOR.
The following is in addition to Section 9 of the Standard Specifications:
FINAL CLEAN-UP: Upon completion and before making application for acceptance of
the work, the CONTRACTOR shall clean rights-of-way, streets, borrow pits and all other
grounds occupied by him in connection with the work of all rubbish, excess materials,
temporary structures and equipment, and all parts of the work and grounds occupied by
him shall be left in a neat and presentable condition.
BID ITEM 2: TRAFFIC CONTROL.
Prepare and submit Traffic Control Plans for approval and implement the traffic control in
accordance with the approved plans and these Special Provisions, including all work
involved in placing, removing, storing, maintaining, moving to new locations, replacing
and disposing of the components of the traffic control such as lights, surface mounted
channelizes, temporary railing (Type K) markers, delineators, temporary striping and
pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable
changeable message signs, removing and salvaging the traffic control equipment and
materials, coordinating the work and traffic control with residents, and all incidentals.
Full compensation for “TRAFFIC CONTROL” shall be made at the lump sum (L.S.)
Contract price bid and shall constitute full compensation for furnishing all labor, materials,
tool and equipment for complying with the requirements of these Specifications and no
additional compensation will be allowed therefor.
BID ITEM 3: ASPHALT CONCRETE PAVEMENT RESTORATION.
The work includes backfill material per SFS standard plans, construction of hot mix asphalt
to a depth of 6" or match existing conditions, whichever is greater, below the top of existing
asphalt upon sub base or subgrade compacted to a 95% relative compaction, finishing,
sweeping and any other process to ensure a finish pave in accordance with Contract
Documents.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-31
Full compensation for “ASPHALT CONCRETE PAVEMENT REMOVAL AND
RESTORATION” shall be made at the Contract unit price bid per ton (TON) and shall
include full compensation for furnishing all labor, materials, tools, equipment, subgrade
and base preparation, documentation, and incidentals for doing the work, and no additional
compensation will be allowed therefor.
BID ITEM 4: CONCRETE REMOVAL AND RESTORATION.
The work includes removal and replacement of concrete curbs, gutters, sidewalk that
require removal/replacement due to necessary construction. Concrete work damaged by
the Contractor is not included and shall be removed and replaced at the Contractor’s
expense.
Payment for “Concrete Removal and Restoration” shall be made at the Contract unit price
bid per SF and shall include costs for all materials, equipment, labor and tools, and shall
include but not be limited to, furnishing, supplying and placing Portland cement concrete
curb and gutter, sidewalk, CMB (minimum 6" or depth to match existing conditions,
whichever is greater) compacted to 95% relative compaction, and protecting in place or
removing and replacing all existing utilities and public and private improvements, all in
accordance with the Contract Documents, as directed by the ENGINEER, and no additional
compensation will be allowed therefor.
BID ITEM 5: FURNISH AND INSTALL 16" DUCTILE IRON PIPE (DIP).
The unit price paid per linear foot shall include full compensation for furnishing all labor,
materials, tools, equipment and incidentals for installation of entire length of the 16"
Ductile Iron Pipe (DIP), all required joint materials, bends flanges, tees, and any other
component required by the Contract Documents and removal of existing 16" Water Steel
Pipe.
The contract unit price per linear foot for water pipe and fittings shall be considered full
compensation for the following:
• Public notification signs, utility location and verification (excavating, exposing, and
verifying top, bottom, and side of utility facilities, backfilling, etc.),
• Sawcut and AC Pavement Removal: Saw cutting the existing pavement to a depth
satisfactory to remove the asphalt in the trench above the proposed water main and
asphalt within the “tee-cut” additional width for final paving, loading, hauling,
transporting of removed asphalt material.
• Unclassified Excavation: Trenching, excavation and disposal of subgrade material, to
a total depth to satisfy the trench detail requirements shown on the design
drawings/contract documents. Any necessary utility marking or potholing of existing
underground utilities to determine horizontal and vertical locations of all existing
underground facilities which may affect, or be affected by, the Contractor�s operations.
Proper shoring and bracing for deep trenches shall be included along with a proper
2019-10 Marquardt Avenue 16" Water Main Relocation
1-32
shoring plan stamped by a registered engineer shall be submitted to the City of Santa
Fe Springs for approval prior to excavation.
• Relocation of existing utilities as required for construction, steel plating, sand bedding
(including imported selected material),
• Furnishing and installing all pipe materials (including fittings), delivery, unloading and
stringing, vertical and horizontal bends, appurtenances including polyethylene
encasement, thrust blocks, joint restraints, connection to existing 16" steel transmission
main including welding, pipe supports, backfilling (including imported select material
or select native material), hauling excess excavated material off-site and disposing of
same, compacting, testing, disinfecting, protecting in place or removing and replacing
all existing utilities, and public and private improvements not specifically included in
other bid items (including berms, curbs, gutters, cross-gutters, spandrels, medians,
landscaping, landscaping materials, irrigation systems, fencing, walls, mail boxes,
power poles, poles, signs, guard rails, traffic signal loops, detectors, conduits, and
conductors),
• Removing and disposing of existing waterlines where specified, removing water meter,
removing water valve, removing and disposing of all temporary asphalt pavement,
abandonment of existing facilities, and restoring all areas and improvements to pre-
existing improvements, trench dewatering, monitoring for contaminated soils and
groundwater, and rock excavation all in accordance with the Contract Documents.
BID ITEM 6: FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY PER CSFS
STANDARD PLANS.
The unit price paid per assembly shall include full compensation for furnishing all labor,
materials, tools, equipment and incidentals for satisfactory installation of the fire hydrant
assembly; complete in place and operable; in accordance with the Standard Drawing W-
5.1 and W-5.2 and Contract Documents. The old hydrant and fire hydrant assembly shall
be removed in their entirety and disposed.
Payment for furnishing and installing Fire Hydrant Assembly shall be made at the
Contract unit price bid per Each, including all transportation, materials, labor, tools,
and equipment, said amounts shall include, but not be limited to, furnishing and
installing appurtenances; vertical and horizontal bends, fittings, joint materials,
blocking, DIP, bolts, gaskets, gate valves, or butterfly valves for the hydrants, valve
boxes and covers, tees, concrete, shock slabs, field coat of paint; valve extensions;
cutting, playing, thrusts, caps, plugs, removal of interfering pipe sections, thrust
blocks and all details and incidentals involved in making connections, including
special pipeline draining and flushing procedures, and protection of existing system
from contamination; surface restoration associated with this item shall be
performed as indicated in the standard plans; the cost of all pipeline appurtenance
connections to existing and new water main, including any modifications as
required by the ENGINEER, all in accordance with the Contract Documents, as
directed by the ENGINEER, and no additional compensation shall be allowed
therefor.
2019-10 Marquardt Avenue 16" Water Main Relocation
1-33
BID ITEM 7: FURNISH AND INSTALL 16" RESILIENT SEAT GATE VALVE
AND BOX ASSEMBLY PER CSFS STANDARD PLANS.
The unit price paid per assembly shall include full compensation for furnishing all labor,
materials, tools, equipment and incidentals for satisfactory installation of the 16" gate valve
and box assembly; complete in place and operable; in accordance with the Standard
Drawing W-7 and Contract Documents.
Payment for furnishing and installing 16" Resilient Seat Gate Valve and Box
Assembly shall be made at the Contract unit price bid per Each, including all
transportation, materials, labor, tools, and equipment, said amounts shall include,
but not be limited to, furnishing and installing appurtenances; vertical and
horizontal bends, fittings, joint materials, blocking, DIP, bolts, gaskets, gate valves,
or butterfly valves for the hydrants, valve boxes and covers, tees, concrete, shock
slabs, field coat of paint; valve extensions; cutting, playing, thrusts, caps, plugs,
removal of interfering pipe sections, thrust blocks and all details and incidentals
involved in making connections, including special pipeline draining and flushing
procedures, and protection of existing system from contamination; surface
restoration associated with this item shall be performed as indicated in the standard
plans; the cost of all pipeline appurtenance connections to existing and new water
main, including any modifications as required by the ENGINEER, all in accordance
with the Contract Documents, as directed by the ENGINEER, and no additional
compensation shall be allowed therefor.
No additional compensation will be made for appurtenances not specified in
the bid sheets or included within the respective bid item for the Project.
Quantities of work set forth in the bidding sheets shall represent all of the work to be
performed in accordance with the Contract unless errors are found in the basic surveying
as represented by the Construction Drawings, in the Construction Drawings themselves,
or in the quantities set forth in the bidding sheets. All changes in work shall be covered
by change order and amounts for said changes in work, either additions or deletions, shall
be based on the amounts bid for the quantities of work specified.
CONTRACTOR shall verify, to his own satisfaction, the quantities of work shown on the
bidding sheets. If he finds the quantities to be in error, he shall immediately notify the
ENGINEER so that if changes in quantities are found necessary, an addendum may be
issued to all bidders.
Reference is made to Section 7-9 “Protection and Restoration of Existing Improvements,”
of the Standard Specifications.
9-3.6 Rock Payment. Where rock is encountered, it shall be removed below grade, and
trench backfilled with suitable material to provide a compacted earth cushion per City
Standard R-11. All rock removal shall be the responsibility of the CONTRACTOR and
any expenses associated with rock removal shall be deemed as included as part of the bid
price.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-1
SPECIAL PROVISIONS
PART 2
CONSTRUCTION MATERIALS
SECTION 200 – ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General. Untreated base shall be crushed aggregate base, or, at the option of the
CONTRACTOR, crushed miscellaneous base. Should the CONTRACTOR substitute
crushed miscellaneous base, the thickness of base shall be increased by 1" at no additional
expense to the AGENCY for the increased thickness, including roadway excavation.
200-2.2 Crushed Aggregate Base.
200-2.2.3 Quality Requirements. The minimum R-value requirement will not be waived.
200-2.2.4 Payment. Payment for aggregate base shall be included in the lump sum bid
price of items in which aggregate base is required, and no additional compensation will be
allowed therefor.
200-2.4 Crushed Miscellaneous Base.
200-2.4.3 Quality Requirements. The minimum R-value requirement will not be waived.
200-2.5 Processed Miscellaneous Base. No processed miscellaneous base shall be allowed.
SECTION 201 – CONCRETE, MORTAR AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
This section is hereby modified as follows:
201-1.1.1 General. The same brand, type, and source of cement and aggregate shall be
used for all Portland Cement Concrete, unless approved otherwise by the ENGINEER.
A. Poured in place shall conform to the provisions and standard specifications.
B. All cement to be used or furnished shall be Type II/V Portland Cement.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-2
C. The same brand, type and source of cement and aggregate shall be used for all
Portland Cement Concrete, unless approved otherwise by the ENGINEER.
201-1.1.2 Concrete Specified by Class and Alternate Class. Class 520-C-2500 with four-
inch maximum slump for wheelchair ramps, curb only, curb and gutter, ribbon gutter,
mowstrips, sidewalks, and driveways. Class 560-C-3250 with a 5-inch maximum slump
for all foundations, catch basins and sidewalk culverts and thrust blocks. Modifications to
Class to achieve a high early strength shall be submitted to the ENGINEER for approval
as part of the mix design.
201-1.2.6 Reclaimed Concrete Material. No (RPPCC) shall be used in this project.
201-2 REINFORCING STEEL
201-2.1.1 All reinforcing steel shall conform to Sections 201-2 and 303-1.7 of the Standard
Specifications except as otherwise described on the drawings and in these specifications.
The CONTRACTOR shall submit certified mill test for all reinforcing steel.
Reinforcing steel bars shall be of the Intermediate Grade conforming to ASTM A615,
Grade 40 for sizes #3 and #4, Grade 60 for sizes #5 and larger, and shall be rolled from
new billets. All bars shall be identified by mil heat numbers. Tie wire shall be 16 gauge-
annealed wire.
Fabrication: Fabricate bars of indicated size. Accurately form to shapes and lengths
indicated by methods not injurious to the materials. Do not heat reinforcement for bending:
Bars with kinks or bends not scheduled will be rejected.
Placing: Coordinate all work with other trades.
All bars shall be as shown on the drawings, accurately placed and wired in position by 16
gauge-annealed wire. Tie stirrups to bars at both top and bottom. Bend wire ties away
from forms.
Maintain proper distance and clearance between parallel bars and forms. Provide metal
spreaders and spacers to hold steel in position as necessary.
Support steel at proper height upon approved chairs, transverse steel bars with hangers, or
in other manner as necessary to accurately place and secure bars. Maintain clear spacing
between parallel bars of not less than 1½". Lap and splice bars in the manner and at the
locations shown on the drawings.
Bars on footing or slabs on grade shall be supported on concrete blocks. Reinforcing steel
in beams and suspended slabs shall be supported on steel chairs.
Provide additional reinforcing bars at sleeves and openings.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-3
Before placing reinforcing and again before concrete is placed, clean reinforcement of
loose mill scale, oil or other coating that might destroy or reduce bond.
Splices shall be made with a lap of 40 bar diameters unless noted otherwise.
Furnish all materials, labor and equipment, and perform all work necessary to provide and
place all reinforcing steel as indicated on the drawings and described herein.
No separate payment will be made for providing and placing the reinforcing steel. The
cost therefore shall be considered as included in the contract price for items in which
reinforcing steel is required.
201-4 CONCRETE CURING COMPOUND
This section is hereby added to as follows:
201-4.1 General. Concrete curing compound on sidewalks, mow-strip, curb, gutter and
driveways shall be Type 1. For colored concrete, concrete curing compound shall be
Colorcure concrete sealer by L.M. Scofield Company.
201-4.1.1 Color Curing Compound. Color curing compound for concrete shall be clear.
SECTION 203 – BITUMINOUS MATERIALS
203-3 EMULSIFIED ASPHALT
203-3.1 General. Tack coat material shall be Grade SS-1h.
203-6 ASPHALT CONCRETE
203-6.1 General. Unless otherwise required by permit, asphalt concrete material shall be
Type III-B2 PG-64-10 for base course and Type III C3 PG-64-10 for finish course. For
Type I asphalt concrete berms, type D2-PG-70-10 shall be used. For Asphalt concrete
overlay less than 1-inch thick, type D2-PG-64-10 shall be used.
SECTION 207 - PIPE
207-9 IRON PIPE AND FITTINGS
207-9.1 General. This subsection applies to ductile iron pipe for use in domestic or
reclaimed water supply pipelines and distribution systems.
207-9.2 Cast Iron and Ductile Iron Pipe for Water and Other Liquids.
207-9.2.1 General. When reference to ANSI/AWWA Standards is made, the latest
revisions apply.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-4
Ductile iron pipe shall be designed in accordance with the contingent Standard
ANSI/AWWA C150/A21.50 and shall be manufactured, inspected and tested in accordance
with the contingent Standard ANSI/AWWA C151/A21.51 and these Special Provisions.
Unless otherwise noted on the plans, the minimum thickness for ductile iron pipe shall be
Class 52. The CONTRACTOR may substitute a higher than specified thickness or an
equivalent pressure class of ductile iron pipe.
All Ductile iron pipe used for below ground installations shall be push on joint type and
shall be encased in polyethylene sleeve and double cement lined as specified herein, unless
otherwise indicated on the plans or in these Specifications.
207-9.2.2 Pipe Joints.
Subsection 207-9.2.2 is supplemented as follows:
Ductile iron or cast-iron pipe shall have bell and spigot joints with Tyton pipe gaskets,
as manufactured by U.S. Pipe, or approved equivalent. All other ductile iron or cast-
iron pipe shall have flanged joints, unless flexible couplings or other type of joints are
specifically indicated on the Plans or specified. Mechanical pipe joints and mechanical
coupling assemblies are not allowed unless specifically approved by the ENGINEER.
All pipe joints for joining pipes of dissimilar metals shall be electrically insulated.
207-9.2.2.1 Restrained Joints
Where indicated on the plans, joints shall be restrained with “TR-Flex” restrained joint
pipe as manufactured by U.S. Pipe or approved equivalent. The restrained joint shall be a
boltless restrained push-on joint design and shall contain a positive axial locking restrained
system and be capable of deflection after assembly. Restraint of field cut pipe by using
U.S. Pipe’s “TR Flex Gripper Ring” or Approved Equivalent will be permitted as long as
the “TR Flex” pipe field weldments are not required. Any restrained joint fitting which
will require a pipe field weldment will not be permitted. Restraint of field cut pipe shall
be kept to a minimum.
207-9.2.4 Lining and Coating.
Ductile iron pipe and fittings shall be double cement lined, (two thicknesses), with a
bituminous seal coat in accordance with ANSI/AWWA C104/A21.4.
207-9.2.5 Inspection and Certification.
Subsection 207-9.2.5 is hereby supplemented as follows:
The manufacturer shall submit a sworn statement that the pipe furnished has been sampled,
tested and inspected in accordance with these specifications and that the results thereof
comply with the requirements of this specification prior to shipment of pipe.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-5
207-9.2.6 Polyethylene Encasement for External Corrosion Protection
Subsection 207-9.2.6 is amended as follows:
Polyethylene encasement for the protection of ductile and cast iron pipes, fittings, valves
and appurtenances shall be furnished and installed in accordance with the requirements of
ANSI A21.5 (AWWA C105), Installation Method A, using polyethylene tube for straight
pipe and flat sheets for fittings and at valves and other appurtenances. Two layers of
polyethylene tube or sheets shall be installed in accordance with Installation Method A.
The polyethylene encasement shall be taped and secured with general purpose chloride
tape two (2) inches wide. The tape shall be Scotchrap 50, Pluoflex No. 340, Protecto Wrap
No. 200, Polyhen 900, or approved equal.
207-9.2.7 Bolts. Bolts shall conform to the requirements of the “Specifications for Steel
Machine Bolts and Nuts and Tape Bolts,” Grade B (ASTM Designation A-307). Bolts
shall have a minimum tensile strength of 55,000 psi. All bolts and nuts shall be hot-dip
galvanized per ASTM A-153, Class C, not cadmium plated, or stainless steel, except the
bolts in conjunction with ductile iron follower joints shall be low alloy nickel. Minimum
bolt lengths shall be the sum of the mating flange thicknesses, the gasket, and the depth of
the nut plus 1/8" before torquing. Break-off bolts shall have a hole drilled in the shank with
the dimensions of 11/32-inch (for 5/8-inch bolts) and 13/32-inch (for 3/4-inch bolts) and 2
3/8-inch deep and shall be supplied filled with silicone.
207-25 PIPE APPURTENANCES
207-25.1 General. Unless otherwise specified, all pipe appurtenances shall comply with
the specifications herein and the appropriate Standard Drawings.
207-25.2 Main Line Valves
207-25.2.1 General. All valves shall be iron-body, non-rising stem, resilient wedge type
as shown on the plans. All valves shall open by turning the wrench nut counterclockwise.
All valves shall be equipped with O-ring stem seals and shall have mechanical joints,
flanged ends, or a combination of both.
207-25.2.2 Gate Valves
207-25.2.2.1 Resilient-Seated Gate Valves. Resilient-seated gate valves shall conform to
the latest revision of AWWA C-509 and the following:
A. Resilient-seated gate valves shall be iron bodied with all bronze internal mountings
and working parts. Valve stems shall contain no more than five percent zinc and
two percent aluminum.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-6
B. Resilient-seated gate valves shall have non-rising stems, two O-rings sealed above
the thrust collar, with a two-inch square operating nut, opening counterclockwise,
and shall be designed for 200 psi working water pressure.
C. Resilient-seated gate valves shall have sizes and type of ends as shown on the Plans
or Standard Drawings.
D. Resilient-seated gate valve suppliers shall furnish the CITY with an Affidavit of
Compliance to AWWA C-509.
E. Resilient-seated gate valves shall have their internal surface epoxy coated, except
stainless steel, and rubber surface with epoxy applied by the manufacturer of the
valve.
Resilient seat gate valves shall be manufactured by one of the following or an
approved equal as determined by the ENGINEER:
1. Metroseal
2. Clow Corporation
3. American Darling
4. U.S. Pipe
5. Dresser
6. Waterous Series 500
7. Mueller
8. M & H
9. AVK
207-25.2.5 Check Valves (This Section Not Used)
207-25.2.6 Detector Check Valves. Detector check valves shall be per APWA standard
511-2. The double check detector assemblies used shall be Febco, or approved equal.
207-25.3 Main Line Pipe Fittings
207-25.3.1 General. Cast and ductile iron fittings shall have a minimum pressure rating of
350 psi for “push-on” pipe, and 250 psi for flanged fittings as required for the installation,
and shall be manufactured per ANSI/AWWA C110/A21.10 (short body), or, as an option,
AWWA C-153 (long body).
A. Joint Type – “Push-on” joint type per ANSI/AWWA C111/A21.11 unless
otherwise specified. Mechanical joint fittings may be permitted by the ENGINEER
in certain applications dependent upon isolated conditions and in accordance with
ANSI/AWWA C110/A21.10. In order to expedite or facilitate the work, the
CONTRACTOR may use as an option, mechanical joint restraints for ductile pipe,
Megalug or approved equal.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-7
B. All fittings shall be protected with polyethylene encasement/tubing.
C. Certification of Conformance and copies of all test reports shall be made available
to the ENGINEER.
207-25.3.2 Flexible Couplings. When shown on the plans or permitted by the ENGINEER,
flexible couplings shall conform to the following:
A. Each coupling shall consist of one steel middle ring, two steel followers, gaskets,
and sufficient numbers of stainless steel bolts to compress the gasket without
distorting the followers. The center ring length shall be a minimum of 10" long.
B. The thickness of the middle ring shall be such that the stress in the steel shall not
exceed 50 percent of the yield point when subjected to the hydrostatic test pressure
of the pipeline. The middle ring thickness shall not be less than the thickness of
the pipe jointed.
C. Middle rings shall be cold expanded a minimum of one percent increase in diameter
to test the weld and the size of the proper dimension.
D. The middle rings shall be coated with Keysite 740 or approved coating to a
minimum dry film thickness of 10 mils. Follower rings shall be coated with a
compatible shop coat for field coating.
E. Bolts shall be 5/8-inch diameter carriage bolts with hexagon nuts. The steel shall
have a minimum yield strength of 40,000 psi. Bolts and nuts shall be stainless steel.
F. Buried couplings shall be coated with fusion bonded epoxy and provided with Type
316 stainless steel bolts and nuts.
G. Flexible couplings shall be:
1. Baker Series 236 or 240
2. Dresser
3. Rockwell 441 or R441
4. Ford
5. Romac Industries, Inc., 501 or RC 501
6. Quantum Wide Range Coupling
207-25.3.3 Flanges. Unless otherwise specified, flanges for steel fittings shall conform to
the following:
A. Flange size 4 inches through 24 inches shall comply with AWWA C-207, 150 psi
primary service rating.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-8
B. Flange sizes 30 inches through 96 inches shall comply with AWWA C-207, Class
D, 150 psi.
C. Flange sizes 4 inches through 96 inches shall be furnished in the steel slip-on
welding pattern.
D. Flanges shall be faced smooth or may have a serrated finish of approximately 32
serrations per inch, approximately 1/64 inch deep. Serrations may be spiral or
concentric.
E. Plate or blind flanges shall have all flange faces machined flat and shall be center
drilled and tapped one inch I.P.T., four inch through 10 inch; two inch I.P.T. 12
inch and larger; and furnished with a standard square head pipe plug.
F. Final machining on the contact faces of all flanges shall be done prior to being
welded to the full length adjacent steel plate section. Flange faces shall be checked
with a straight edge and shall be perpendicular to the pipeline. All warped flanges
will be returned to the pipe company for adjustment. CONTRACTOR to be
responsible for all additional expenses and delays.
207-25.3.4 Gaskets. Where gaskets are to be furnished, they shall be 1/8 inch minimum
thickness, cloth inserted rubber, or granite full-face gaskets meeting Federal Specification
HH-P-151. Flanges for ductile-iron, all sizes, shall be rated at 250 psi.
207-25.3.5 Insulation Gaskets. Unless otherwise specified or approved by the
ENGINEER, insulation gaskets shall conform to the following.
A. The insulation gasket shall fit between the flanges
B. Insulation gaskets shall be full pattern, fabric-reinforced phenolic, neoprene face,
1/8 inch thick.
C. The gasket shall have the following minimum physical characteristics:
1. Compression strength 24,000 psi
2. dielectric strength 500 V/Mil
3. operating temperature up to 175-F
4. water absorption 1.6 percent
D. A Mylar sleeve and double phenolic washers shall be used for each bolt or cap
screw, EN-DW kit or approved equal. The one-piece sleeve and washers shall have
the following physical characteristics:
1. sleeve thickness 1/32 inch
2. washer thickness 5/32 inch
3. dielectric strength 1200 V/Mil
2019-10 Marquardt Avenue 16" Water Main Relocation
2-9
4. operating temperature Up to 175-F
5. water absorption 0.22 percent maximum
E. Flange insulation kits shall be:
1. PSI Products, Inc., Burbank, California
2. Central Plastics Company, Shawnie, Oklahoma
3. CALPICO, Inc., San Francisco, California
207-25.3.6 Flanged Coupling Adapters.
A. Each adapter shall consist of an adapter flange body, follower flange, wedge gasket,
and sufficient bolts to compress the gasket without distorting the follower.
B. Adapter flange and follower shall be constructed of steel or ductile iron. Ductile
iron adapters shall meet or exceed ASTM A536, grade 65-45-12. The flange bolt
dimensions shall meet AWWA C207 for a Class “D” flange.
C. Gasket shall be composed of a rubber base meeting, or exceeding, ASTM D2000 3
BA 715 and suitable for use in potable water supply systems.
D. Nuts and bolts shall conform with requirements of AWWA C111, and the above
flexible coupling requirements listed in 207-25.3.2. E. Adapter flange and follower shall be painted with a factory applied shop coat.
1. Approved Manufacturers and Models:
a. Smith-Blair 912, 913, and 914
b. Ford Style FFCA
c. Romac FCA 501
d. Approved Equivalent
207-25.4 Copper Pipe, Fittings, and Connection to New and/or Existing Water Meters.
When copper pipe is to be furnished, the pipe shall be seamless annealed copper tube and
shall conform to ASTM B-88, Type K. No splicing of tubing will be permitted unless
otherwise approved by the ENGINEER.
All fittings shall be compression bronze and shall be Mueller 110, Ford Grip Joint
Coupling, James Jones or approved equal.
Copper service lines shall be installed at the locations shown on the plans in accordance
with the details of City Standard Drawing Nos. W-14 & 15. On the customer side of the
meter, the CONTRACTOR shall provide and install either a James Jones Model J-1908
ball valve with lever or a 1" Mueller Mark II Oriseal curb and meter valve with lever
handle.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-10
207-25.5 Small Steel Pipe. If shown on the plans or specified elsewhere, galvanized steel
pipe and black steel pipe in sizes six inches in diameter and smaller shall conform to the
requirements of the “Specifications for Black and Hot-Dipped Zinc-Coated (Galvanized)
Welded and Seamless Steel Pipe for Ordinary Uses” (ASTM A120), and shall be standard
weight unless otherwise shown. Galvanized steel pipe shall be wrapped with PVC tape,
one half lap. Fittings shall be galvanized malleable iron, unless otherwise shown.
207-25.6 Thrust Blocks and Anchor Blocks. Concrete thrust and anchor blocks shall be
installed at the location and in accordance with the positions and dimensions shown on
City Standard Drawing Nos. W-8 and W-9. The ENGINEER may require any change in
direction, location or dimension to accommodate field conditions, conflicts, or soil
conditions which may arise.
Galvanized steel rod tie-downs (minimum 3/4") are required in certain anchor block
conditions such as vertical offsets as directed by the ENGINEER.
207-25.7 Coating. All exposed buried ferrous metal appurtenances in contact with soil or
ground water, including pipe, flanges, nuts, bolts and valves, etc., shall be coated with 3M
brand “Scotchclad PC-244” protective coating or approved equal.
207-25.8 Tracer Wire. Copper tracer wire shall be installed with all pipelines just below
the horizontal centerline of the pipe for the purpose of providing a continuous signal path
for electronic pipe locators used to determine pipe alignment after installation. The copper
wire shall be #12 with HMWPE insulation. The wire shall be electrically continuous
throughout the entire piping system, including adjacent service line assemblies. At service
lines, the wire shall be extended up the bury and secured by a cable lug under the top nut
of one set of breakaway bolts. At cul-de-sacs, the wire shall be placed in the same trench
with the last long side service lateral and extended into the meter box. All splices shall be
wrapped with PVC tape and the wire shall be tied to the pipe at 10 foot intervals with
plastic adhesive tape. The ENGINEER will perform the initial electrical continuity test at
no expense to the CONTRACTOR. All subsequent testing required due to failure of the
tracer wire to be electrically continuous shall be at the expense of the CONTRACTOR.
207-25.9 Purple Identification Tape (Reclaimed Water Only). The CONTRACTOR shall
provide a sample of the paint proposed to be used by the CONTRACTOR for approval of
the ENGINEER prior to use. The sample to be provided will be on a 6" diameter steel pipe
of approximately 2'-0" in length. Several samples may be required by the ENGINEER in
order to select the desired shade of “purple”.
All buried PVC reclaimed water pipe shall be marked with a purple identification tape as
shown on the Standard Drawings. The tape shall be approved by the ENGINEER prior to
ordering by the CONTRACTOR.
207-25.10 Valve Boxes. Valve boxes shall be cast iron, slip adjustment type of appropriate
size for valve and shall be Alhambra No. A-3009 or approved equal. Each valve box cover
shall have “SFS Water” cast in the top using sharp-faced letters of one inch (1") minimum
2019-10 Marquardt Avenue 16" Water Main Relocation
2-11
height. No markings or lettering in addition to this requirement will be allowed on the
valve box cover. Valve box and cover sets shall conform to City of Santa Fe Springs
Standard No. W-7 and any other utility owner’s standards, if applicable.
207-25.11 Fire Hydrants. All fire hydrants shall conform to AWWA Specifications C503-
59 or the latest revision thereof.
Fire hydrants shall be a wet barrel configuration equipped with a 6-inch flange inlet
connection. Hydrants shall have one 4-inch suction outlet and one 2-1/2 inch outlet with
National Standard thread in residential areas, with an additional 2-1/2 inch outlet with
National Standard thread in commercial areas (see plans). All hydrants shall be equipped
with 6 inch diameter and 6-hole buries. They shall have bolts for protection against damage
to the hydrant bury, and shall be installed with bolt head up. The extension piece of the
hydrant shall be of such length that the hydrant barrel bottom flange or top hydrant bury
shall be three inches above the top of the sidewalk grade.
The outlets of all fire hydrants shall be inspected and approved by the Fire Chief of the
City of Santa Fe Springs or the appropriate jurisdictional Fire Chief before hydrant will be
accepted by the CITY.
The fire hydrants shall be Clow Model 960 or approved equal. No plastic caps will be
allowed. Clow Model 950 can be used in residential or at non-industrial locations once
approved by the CITY.
207-25.11.1 Removing Existing Fire Hydrants.
A. All existing fire hydrants shall be removed by CONTRACTOR unless otherwise
noted on the plans. After pipelines have been tested and disinfected by
CONTRACTOR, and accepted by CITY, CONTRACTOR shall remove fire
hydrants and fire hydrant burys a minimum of 12" below finish grade and fill fire
hydrant burys with concrete. Thereafter, CONTRACTOR shall sawcut existing
concrete at construction joints around abandoned fire hydrant burys, remove said
concrete and dispose of same at a legal disposal site, and place concrete over
abandoned fire hydrant burys. If existing fire hydrants are located in an area
without concrete, CONTRACTOR shall remove and replace in kind area around
abandoned fire hydrant burys.
B. CONTRACTOR shall restore landscaping and existing improvements around
abandoned fire hydrants.
C. CONTRACTOR shall notify City Fire Department of the location of the fire
hydrants that are out of service.
2019-10 Marquardt Avenue 16" Water Main Relocation
2-12
SECTION 210 PAINT AND PROTECTIVE COATING
210-1 PAINT
210-1.5 Paint Systems. Fire hydrants shall be painted with two coats of OSHA “yellow”
#633. A field coat shall be applied after installation of shock slab.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-1
SPECIAL PROVISIONS
PART 3
CONSTRUCTION METHODS
SECTION 300 – EARTHWORK
300-1 CLEARING AND GRUBBING.
Add the following to subsection 300-1.1, “General,” of the Standard Specifications:
Clearing and grubbing shall also consist of removing all trees and vegetative growth,
whether or not shown on the Plans, in order to accomplish the work.
Clearing and grubbing shall include the removal of all excess slurry or pavement materials
from the existing PCC curb and gutter.
Existing improvements visible at the job site for which no specific disposition is made on the
Plans but which could reasonably be assumed to interfere with the satisfactory completion of
the improvements contemplated by the Plans shall be relocated or removed and disposed of
by the CONTRACTOR as directed by the ENGINEER.
The tasks covered under the Clearing and Grubbing bid item include the following unless
covered by a separate bid item:
a) Removal and relocation of existing signs.
b) Removal of interfering portions of fences, walls, planters, sign foundations,
vegetation, tree roots, and irrigation systems.
c) Restoration of damaged landscaping and irrigation systems to pre-construction
conditions.
d) Removal of existing drainage pipe and structures.
e) Removal of any other items within the work zone which are not accounted for under
individual items of work or described in these special provisions.
f) Removal and disposal of existing trees with a trunk diameter of 8" or less.
Removal and disposal of existing trees (over 8" trunk diameter) shall be paid for at the
contract unit price bid for each tree removed and shall include all labor, materials,
equipment, and incidentals necessary to complete the work and no additional
compensation shall be made therefore.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-2
300-1.3 Removal and Disposal of Materials.
300-1.3.1 General. Replace the entire subsection with the following:
Unless otherwise stated on the Plans or Specifications, all material removed from the Work
shall become the property of the CONTRACTOR and shall be disposed of in a lawful
manner. Removals shall include, but not limited to:
1. All excess excavation material, trees and plants.
2. Debris,
3. Interfering portions of curb, gutters, asphalt PCC concrete pavements and
sidewalks (including base, where applicable)
4. Irrigation system including but not limited to irrigation lines, valves, sprinkler
heads, hose bibs backflow preventers and control boxes. Irrigation line underneath
street pavement shall be cut and capped as shown on the plans and abandoned in
place.
5. Signs and posts as shown on the plans
6. Abandoned underground conduits in conflict with construction
7. Miscellaneous items as shown on the plans.
The CONTRACTOR shall conform to the following requirements:
1. The CONTRACTOR shall not start any removal work unless it is prepared to
perform reconstruction work within 24 hours of the time removals were begun,
unless otherwise approved by the ENGINEER.
2. The CONTRACTOR shall complete forming and pouring of PCC construction
within five (5) working days following the removal of existing material at any
location.
3. The CONTRACTOR shall not remove on-site improvements until it is prepared to
construct the adjacent street section and shall promptly restore all such
improvements as applicable, upon completion of the adjacent street work.
All concrete removed shall be hauled off the Work site no later than the calendar day
following the day that the removal is performed.
Prior to making removals, the CONTRACTOR shall meet with the ENGINEER to verify
the limits of removals, locations of joins, to establish smooth joins and to ensure proper
drainage. The CONTRACTOR may make minor changes in the location of joins and the
limits of removals, provided a smooth join and proper drainage can be achieved and it has
obtained prior written approval from the ENGINEER.
In order to protect the public streets from deterioration due to hauling of materials, the
CONTRACTOR shall submit, prior to the Pre-Construction Meeting, for approval a
proposed route for hauling of materials for disposal. Upon approval, the CONTRACTOR
shall strictly adhere to that route, unless written permission from the ENGINEER is
obtained to change the route.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-3
300-1.3.2 Requirements. The text of Subsection 300-1.3.2(a), and (c) of the Standard
Specifications is hereby supplemented as follows:
300-1.3.2(a) Bituminous Pavement. Saw cutting of edges to be joined is not optional unless
specified on the Plans or as allowed by the ENGINEER. Existing street structural section if
indicated on Plans is based on file drawings. The AGENCY does not guarantee the actual
pavement thickness to be encountered in the field during construction of improvements.
300-1.3.2(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. The CONTRACTOR shall remove PCC curb and gutter, PCC sidewalk, and
PCC access ramps, to score or joint lines or as otherwise directed by the ENGINEER in the
field.
The actual location of concrete removal is to be determined in the field by the ENGINEER
depending upon actual conditions, and shall be to the closest existing score marks. Removal
and replacement of full sections of concrete should be anticipated by the CONTRACTOR
and included in his Bid. Patchwork replacement of concrete will not be allowed.
“CLEARING AND GRUBBING,” required for construction of proposed improvements
shall be included shall be included in the contract price for items in which clearing and
grubbing is required and no additional compensation will be allowed therefore.
SECTION 300-2 UNCLASSIFIED EXCAVATION
300-2.1 General. Unclassified excavation shall include trenching, excavation and disposal
of subgrade.
300-2.2 Unsuitable material.
300-2.2.1 General. This subsection of the Standard Specifications is hereby deleted and
replaced with the following:
Material that is unsuitable for the planned use, including over-excavation, shall be excavated
and disposed of as approved by the ENGINEER. Unsuitable material is material that cannot
be stabilized and when removed and disposed, the resulting space shall be filled with
backfill suitable for the planned use.
300-2.8 Measurement. Subsections of 300-2.8 a) and c) of the Standard Specifications are
hereby deleted and replaced with the following:
a) Excavating the roadway prism;
b) Excavating unsuitable material when shown on the Plans or as directed by the
ENGINEER.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-4
The following is added to subsection 300-2.9, “Payment,” of the Standard Specifications:
300-2.9 Payment. Payment for unclassified excavation shall be included in the contract
price for items in which unclassified excavation is required, and shall include all costs for
labor, materials and equipment, and no additional compensation will be allowed.
300-4 UNCLASSIFIED FILL
The following is added to Section 300-4, of the Standard Specifications:
Unclassified fill shall comply with Section 300-4, “Unclassified Fill,” of the Standard
Specifications and these Special Provisions.
Placing of fill materials shall be in accordance with Section 300-4.2, “Preparation of Fill
Areas,” and Section 300-4.5, “Placing Materials for Fills,” of the Standard Specifications.
The CONTRACTOR shall provide all unclassified fill necessary for curb and gutters, curb
ramps, sidewalk, cross gutters, and street paving, as indicated on the Plans and described
in these Special Provisions. Excess and/or unsuitable materials shall be removed from the
site by the CONTRACTOR.
Where unclassified fill and grading is necessary in preparation for laying concrete or
asphalt concrete, it shall be made with clean material which shall be solidly compacted to
avoid future settlement.
Unclassified fill shall include grade to drain, where noted per Plan, these Special Provisions
and as directed by the ENGINEER, and disposal of any surplus materials not incorporated
into the work.
Outside the traveled way, in areas to receive concrete, soil shall be compacted to a relative
density of not less than 90%.
Backfill under the traveled way shall be compacted to a relative compaction of a minimum
of 95%.
Embankments outside the traveled way, in areas not to receive concrete or asphalt concrete
pavement shall be compacted to a relative density of not less than 90%.
All embankments and subgrades shall be compacted in accordance with Section 300-4.7,
“Compaction,” of the Standard Specifications and these Special Provisions.
Imported borrow material shall conform to the provisions of Section 300-3.5-1,
“Requirements”, of the Standard Specifications.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-5
300-4.10 Payment - The Contract bid price paid for “UNCLASSIFIED FILL,” shall be
considered as full compensation for providing all materials, tools and equipment, and for
doing all the work involved in placing and compacting unclassified fill, including grade to
drain where called for on the Plans, and disposal of surplus materials not incorporated into
the work, per the Plans, the Standard Specifications, these Special Provisions, as directed
by the ENGINEER, and shall be considered as included in the various Contract bid items
of work involved and no additional compensation will be allowed therefore.
SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF
BASE MATERIALS
301-1 SUBGRADE PREPARATION
301-1.2 Preparation of Subgrade. Subgrade shall be prepared in conformance with
Section 301-1 of the Standard Specifications. Payment for the subgrade preparation shall
be considered as included in the price bid for the construction or installation of the items
to which such work is incidental or appurtenant and no separate payment will be made
therefore.
301-1.3 Relative Compaction. The first paragraph of Subsection 301-1.3 of the Standard
Specifications is modified with the following:
When base or sub-base material is placed on the subgrade material, the top 6 (150 mm)
inches of such subgrade material shall be compacted to a relative compaction of 95 percent.
301-1.6.1 ADJUST EXISTING WATER VALVE BOXES AND COVERS TO GRADE
The CONTRACTOR shall lower all water valves cans, prior to cold milling. The
CONTRACTOR shall mark all frames and covers to ensure correct pairing or matching.
The CONTRACTOR shall adjust all water valve cans to grade no longer than five days
after the completion of cap paving. Water valve boxes and covers within areas to be paved
or graded shall be adjusted to finish grade by the CONTRACTOR unless shown otherwise
on the plans.
The CONTRACTOR shall adjust all the various boxes and covers to grade as shown on
the plans and/or encountered within construction areas. Water valve boxes and covers shall
be adjusted to grade in accordance with CITY Standard Plan W-7 and any other utility
owner’s standards, if applicable. The Contractor shall include furnishing and placing new
boxes, risers, and liners where required. The box covers shall not be covered with concrete,
asphalt emulsions, and/or other coatings during paving operations. A straight edge
spanning the diameter of the cut around the box shall be used to check finished grade. The
horizontal elevation difference between the box and the new asphalt or concrete shall not
exceed one fourth inches (1/4") in any direction.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-6
301-2 UNTREATED BASE.
301-2.1 General. Add the following:
Base is required under all PCC improvements as shown on the Plans. Additional base may
be required after review of work areas following removals. Prior to constructing new
improvements, the Contractor shall verify with the ENGINEER that the base sections as
shown on the Plans (including areas where no base is called for) are adequate. Payment for
any changes shall be made pursuant to Section 3.
A minimum of 6-inches CMB shall be placed under cross gutters. A minimum of 6-inches
CMB shall be placed under commercial driveways (includes portion to right-of
way/property line), and AC or PCC pavement on private property as part of driveway
reconstruction. A minimum of 4-inches CMB shall be placed under residential driveways,
sidewalks, curb, curb and gutter, and curb ramps.
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
302-5.4 Tack Coat. Tack coat material shall be Grade SS-1h emulsified asphalt.
302-5.9 Measurement and Payment. The measurement and payment is hereby amended as
follows:
Payment for asphalt concrete pavement shall include but not be limited to preparation of
subgrade, application of tack coat, all labor, materials and equipment necessary to complete
the work and shall be considered as included in the contract unit prices for AC Pavement
Restoration, and no additional compensation will be allowed therefor.
Payment for sawcut and remove existing AC pavement and construct AC Pavement shall
be considered incidental work to be paid as part of the respective bid item in which work
is being performed, and no separate payment will be made.
The Contract unit bid price paid per Ton for “ASPHALT CONCRETE PAVEMENT RESTORATION,” shall include all labor, tools, materials, equipment and incidentals, preparation of subgrade, application of tack coat, furnishing, placing and compacting Asphalt Concrete, all as necessary to complete the work, as shown on the Plans and as specified in the Standard Specifications, these Special Provisions, and as directed by the ENGINEER, and no additional compensation will be allowed therefore.
Contractor shall be paid for Asphalt Concrete tonnage based upon Contractor furnished
copies of licensed weighmaster’s certificates showing gross, tare, and net weights of each
truckload of asphalt concrete mixture. The maximum payment to CONTRACTOR for
asphalt concrete pavement will be the theoretical tonnage based upon the thicknesses of
Asphalt concrete pavement sections as shown on the plans, within the Contract Limits.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-7
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.1 General. Add the following text:
Replacement: Concrete pavement replacement will conform to SPPWC Standard 132-3.
SECTION 303 – CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS.
The following shall be added to Section 303, “Concrete and Masonry Construction,” of the
Standard Specifications:
Class 520-C-3250 with four-inch maximum slump for wheelchair ramps, curb only, curb
and gutter, mow strips, stamped colored median, sidewalks, driveways and flatwork. Class
560-C-3250 with a 5-inch maximum slump for all foundations, catch basins, cross gutters
and parkway culverts and thrust blocks. Modifications to Class to achieve a high early
strength shall be submitted to the ENGINEER for approval as part of the mix design.
303-5.1 Requirements.
303-5.1.1 General. Replace the first sentence of the first paragraph with the following:
Concrete curbs, gutters, curb and gutters, sidewalks, walks, cross gutters, curb ramps, and
driveways, shall be constructed of Portland cement concrete of the class, compressive
strength and other requirements prescribed in 201-1.
303-5.5 Finishing
303-5.5.2 Curb. Add the following:
Unless otherwise approved by the ENGINEER, the entire affected concrete curb, gutter or
cross-gutter, shall be removed by sawcutting the adjacent AC pavement two (2) foot from
the edge of the affected area to be removed. Where applicable, the CONTRACTOR shall
reconstruct this two (2) foot wide section with full depth AC section per Plans.
For concrete curb and gutter reconstruction work adjacent to areas of pavement
reconstruction, the CONTRACTOR shall remove the entire portion without sawcutting and
removing the adjacent AC pavement; however, any damaged pavement must be removed
and temporary AC provided and maintained in its place until the adjacent pavement is
removed as per the contract; or
303-5.5.5. Alley Intersections, Access Ramps, and Driveways. Add the following:
2019-10 Marquardt Avenue 16" Water Main Relocation
3-8
Unless otherwise approved by the ENGINEER, the entire affected curb and gutter portion
shall be removed by sawcutting the adjacent AC pavement two (2) foot from the edge of
the PCC gutter.
Work Requested by a Property Owner. The CONTRACTOR is allowed to perform work
which is not a part of this Contract and in the project area if the work is requested, and paid
for, by a property owner provided that:
a) The CONTRACTOR shall inform the ENGINEER of the nature, quantity and
location of the work requested by the property owner; and
b) The requested work does not impact the schedule or cost of the contract work; and
c) The Property owner and CONTRACTOR are required to obtain all permits for
requested work; and
d) The CONTRACTOR is required to obtain all inspections and approvals.
There will be “No Payment” of any kind for any new or modified curb ramps that do not
meet current ADA Standards and the Caltrans Standard Plan Nos. A88A or A88B.
Asphalt concrete that is used to fill the voids remaining after the CONTRACTOR’s PCC
work operations (the area that is left after removing concrete forms from gutter, curbs, cross
gutters, spandrels, driveway approaches, etc.) shall be considered as included in the various
Contract bid items of work involved and no additional compensation will be allowed
therefore.
303-5.7 Repairs and Replacements. Add the following:
The Contractor shall be responsible to protect all new concrete work from being etched,
scratched or otherwise marked following replacement thereof. If new concrete work is
marked, the Contractor shall replace it at its expense and no extra costs will be allowed.
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION
306-1 OPEN TRENCH OPERATIONS
306-1.1 Trench Excavations. The Contractor shall perform all excavation work necessary
to permit installation of the conduit work included in the contract. The Contractor shall
assume that excavation is from proposed subgrade elevations (where the Caltrans
Contractor will raise the grades to the proposed subgrade elevations before the water main
is installed). Excavate trenches and pits to minimum dimensions that will permit placing
conduits and other work. Where necessary, provide shoring and bracing to prevent caving
of banks. Provide and maintain in place necessary barriers, guardrails or covers while
excavations are open. No trenches or excavations are to be left open when the Contractor
is not present on the site.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-9
Provide a polypropylene pull rope in each empty conduit. Pull rope breaking strength shall
be at least 200 pounds for all conduits smaller than two inches (2") (trade size), and at least
700 pounds for larger conduit sizes.
As soon as conduit installation work is complete, inspected, and approved, all trench
excavation shall be backfilled, except if specifically requested by Caltrans in order to
facilitate verification of pipe grades in critical locations. Backfill over conduits shall
contain no rocks, broken concrete or trash.
Contractor may slurry backfill trench only with ENGINEER’s written approval. All
trenches for pipeline and electrical conduit under roadways, driveways, and parking lots
shall be backfilled with concrete treated slurry conforming to Subsection 201-1.1.2, Class
100-E-100. See also Section 306-1.2.1, Bedding, No. 5 of these specifications.
Paving for trench cover shall meet the pavement requirements for this project and shall be
at least the thickness of the adjacent undisturbed paving plus one-inch (1"), thoroughly
compacted in place, and finished to a neat continuous surface.
The Contractor shall work within the construction window of the Caltrans Contractor so
that water main installation is completed after subgrades are placed to the correct grade
and before the Caltrans Contractor is scheduled to begin work on the street that conflicts
with the water main work.
Payment for excavation shall be included in the installation cost of the pipe for the items
involved, regardless of trench width, adjustment to pipeline horizontal and vertical
alignment or realignment, and no additional compensation will be allowed.
306-1.1.1 General.
The first sentence of the third paragraph of Subsection 306-1.1.1 is hereby amended as
follows:
Except when specifically provided otherwise, excavation shall include the removal of all
water and materials of whatever nature encountered, including rock and all other
obstructions of any nature that would interfere with the proper execution and completion
of the work. Removal and disposal of buried man-made objects, however, shall conform
to Section 19-1.04 of the Caltrans Standard Specifications with the exception of valve
boxes and existing water facilities specified to be removed.
This subsection is hereby supplemented by the following:
Whenever necessary or required for the convenience of the public or individual property
owners at street crossings or at private driveways, the contractor shall provide suitable
temporary bridges over unfilled excavations, except in such cases as the contractor shall
secure permission from the ENGINEER to omit such temporary bridges. All such bridges
2019-10 Marquardt Avenue 16" Water Main Relocation
3-10
shall be maintained in service until all requirements of the specifications governing work
prior to backfilling have been fully complied with.
Temporary bridges for street crossings shall conform to the requirements of plate bridging
as shown in the Work Area Traffic Control Handbook, or the Contractor shall submit
designs for approval as may be required that have been prepared by a Registered Civil
Engineer.
306-1.1.2 Maximum Length of Open Trench.
The first paragraph of Subsection 306-1.1.2 is amended as follows:
The maximum length of open trench shall be limited to that length that will permit pipe
installation, compacted backfilling, and placement of temporary or permanent pavement at
the end of each working day. Plating will be allowed only at the join points for the next
day’s work, unless otherwise approved by the ENGINEER. Excavations in Parkways shall
be backfilled at end of each working day.
Temporary pavement consisting of at least three inches (3") thickness of plant mix shall be
applied to the surface of backfill trenches located in traveled roadways immediately after
placing the backfill. The CONTRACTOR shall maintain all temporary surfacing on a
continual basis.
306-1.1.3 Maximum and Minimum Width of Trench.
Subsection 306-1.1.3 is hereby supplemented as follows:
The minimum width of trench shall be as specified on Santa Fe Springs Standard Plan R-
11 or R-11.1 unless modified otherwise on the plans or herein. Width shall be measured
at the top of the pipe.
In the event of cave-ins of the trench sides where the maximum width is exceeded, the
ENGINEER may, at his discretion, require the CONTRACTOR to use sand-cement slurry
or other means of special bedding for a vertical distance of not less than one-half the pipe
O.D.
306-1.1.5 Removal and Replacement of Surface Improvements. The cost of removal and
replacement of existing improvements interfering with the CONTRACTOR’s operations
shall be included in the price bid for the item involved unless otherwise specified. Existing
surface improvements encountered by CONTRACTOR may include concrete, asphalt and
other surfaces, and the finished surface of the trench may be compacted backfill, except in
the case of private property with driveways that are in use. In these properties, the finished
surface of the trench shall be temporary A.C. pavement.
306-1.1.6 Bracing Excavations (Trench Shoring).
2019-10 Marquardt Avenue 16" Water Main Relocation
3-11
306-1.1.6.1 General. All costs involved in shoring, bracing or trench sloping shall be
considered incidental work to be paid as part of the respective bid item in which work is
being performed, and no separate payment will be made.
The CONTRACTOR shall protect in place all power poles in the vicinity of trenching
operations with adequate bracing, shoring, or other means, or pay for the utility provider
to support the poles during trenching, if required by the utility.
CONTRACTOR shall hire a Registered Civil Engineer in the State of California to design
the trench shoring for this project.
306-1.1.7 Trench Dewatering. Prior to submitting CONTRACTOR’s bid, it shall be the
CONTRACTOR’s responsibility to determine the extent of the ground water. The
CONTRACTOR shall be responsible for removal of such ground water per section 7-8.6.4
Where groundwater or soft, spongy, unstable material is encountered and the native
material does not afford a solid foundation for pipe sub-grade, the trench shall suitably be
dewatered and a firm, stable base shall be constructed for the pipe by excavating any
unsuitable material to twenty four inches minimum depth below sub-grade base, or if
required a stable base shall be constructed by placing a CITY approved rock bedding upon
which the sub-grade can be prepared. If the necessity for such additional bedding material
is required for control of groundwater, the CONTRACTOR shall bear the expense of the
additional excavation and bedding.
All costs involved in the removal of ground water shall be considered incidental work to
be paid as part of the respective bid item in which work is being performed, and no separate
payment will be made.
306-1.2 Installation of Pipe.
306-1.2.1 Bedding.
Subsection 306-1.2.1 is hereby supplemented with the following:
Bedding shall be placed in accordance with The City of Santa Fe Springs Standard Plan R-
11 or R-11.1, Section 306-1.2.1 of the Standard Specifications, and these specifications
unless shown otherwise on the plans or ordered by the ENGINEER. Bedding shall be
imported sand unless otherwise indicated on the plans or these specifications. After
placement of the pipe, bedding shall be compacted as specified in section 306-1.3.6.
Bedding shall be classified into the following types:
A. Normal Bedding
Normal bedding shall be considered as placement of the native material provided
that the sand equivalent of the native material is not less than 30.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-12
B. Sand Bedding
Sand bedding will be required where the native material has a sand equivalent less
than 30. The sand shall have a sand equivalent greater than 30 and shall be placed
full trench width to a depth not less than one foot above the pipe, measured after
the sand has been jetted and/or compacted.
Natural sand must be free from organic matter, loam, or other substances
detrimental to its use for the purpose of producing compacted backfill of the
specified densities.
C. Crushed Rock
Crushed rock bedding shall be placed, when in the opinion of the ENGINEER, the
ground is insufficiently stable to support the pipe or structure. Rock bedding shall
consist of sound crushed rock which will pass through a vibrating screen having a
2 1/2 inch square opening and not more than seven percent (7%) of which will pass
through a screen having a one-inch square opening. It shall be carefully placed and
sufficiently compacted by tamping or otherwise in a manner satisfactory to the
ENGINEER so as to support without settlement of the pipe or structure placed upon
it. The required depth below the required grade of the bottom of the pipe or
structure and to such line will be ordered by the ENGINEER.
D. Concrete Bedding
Concrete used for bedding shall be Class 420-C-2000 unless otherwise specified.
The CONTRACTOR shall place the concrete in such a manner as to prevent
floatation of the pipe or conduit. Concrete shall be placed from wall to wall in the
trench or conduit O.D. plus 12 inches in width and from four inches below the pipe
to 1/2 O.D. in depth.
E. Slurry Sand Bedding or Trench Backfill Slurry
Slurry sand used for pipe bedding and/or backfill shall be Class 100-E-100. The
CONTRACTOR shall place and vibrate the slurry sand backfill in such a manner
as to prevent flotation of the pipe.
The fourth and fifth sentence in paragraph three in Subsection 306-1.2.1 is amended as
follows:
Bedding shall be densified by hand or mechanical means prior to backfilling. The
densification method shall provide a uniformly compacted embedment of the pipe.
306-1.2.2 Pipe Laying.
Subsection 306-1.2.2 is hereby supplemented as follows:
Unless otherwise specified, all pipe shall be transported, handled and installed in strict
accordance with the manufacturer’s recommendations and these provisions.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-13
Ductile iron pipe shall be installed in accordance with the recommended procedures in the
booklet, “A Guide for the Installation of Ductile Iron Pipe,” published by the Ductile Iron
Pipe Research Association, Section 306-1.2 of the Standard Specifications, and as directed
by the ENGINEER. Impact-type equipment (stompers), however, will not be permitted
over the pipe.
In order to satisfy pipe deflection criteria on curves, the CONTRACTOR will be required
to provide shorter than standard length pipe sections in accordance with the pipeline curve
geometry formula in above booklet (if shorter lengths are not specified on plans). Shop
drawings will also be required and shall be approved by the ENGINEER.
In order to facilitate the installation of pipe in the vicinity of utility and oil pipeline
conflicts, the CONTRACTOR will be permitted to install shorter than standard length pipe
sections.
The plans indicate a minimum cover for the installation of the waterline. Due to the nature
of underground utilities, pipelines and obstructions, it is understood that cover can vary to
accommodate such interferences. Should significant changes in vertical or horizontal
alignment become necessary as directed by the ENGINEER, the CONTRACTOR will be
entitled to an adjustment of compensation for additional fittings, thrust blocks, sand-cement
slurry backfill, and significant depth changes.
Immediately upon installing a pipe section, but no later than the end of each work day, or
whenever the work ceases, the end of pipe shall be securely sealed or closed as directed by
the ENGINEER to prevent contamination.
No pipe end or join point shall ever be left open. The CONTRACTOR shall provide a
sump area and pumps to prevent newly placed and existing pipeline from being
contaminated with mud or dirty water.
306-1.2.6 Field Jointing of Ductile Iron Pipe.
A. General.
Subsection 306-1.2.6(A) is hereby amended to read as follows:
The type of joint to be used shall be as indicated on the plans or in the specifications and
shall conform to the latest edition of AWWA C111 or C115. In assembling a flanged or
mechanical joint, the CONTRACTOR shall align the flanges and draw up the flange bolts
evenly so that no portion of the assembly will become prestressed.
All nut and bolt threads shall be lubricated with an oil and graphite product such as “No-
Ox-Id-Grease” or “Never-Seize” prior to installation.
306-1.2.14 Flexible Coupling.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-14
Subsection 306-1.2.14 is hereby added as follows:
Flexible couplings shall be installed according to the following:
A. Clean each pipe end for a distance of six to eight inches. Remove oil, dirt, loose
scale and rust so that the gaskets will seat on the pipe barrel to provide a positive
seal. Wire brushes or non-oily rags may be used, depending on the condition of
pipe ends.
B. Slip the follower rings over the pipe ends and slide them back over the cleaned area.
C. Wipe the gaskets clean, immerse them in soapy water or approved gasket lubricant,
and slide them over the pipe ends.
D. Clean the coupling middle ring, paying particular attention to flare on the ends
where the gasket will seat. Slip the middle ring entirely over one end of the pipe.
E. Position the end of the pipe to be joined to the other pipe such that a half-inch gap
is maintained between pipes. Center the coupling middle ring over the gap.
F. Lubricate the pipe and the flares of the middle ring with soapy water or gasket
lubricant. Slide the gaskets and followers into place making sure the gaskets are
pushed under the middle ring flare all the way around.
G. Insert the bolts. Nuts should be run on with the rounded or chamfered edge toward
the follower ring.
H. Wrenching shall be done progressively, drawing up the bolts on opposite side of a
little at a time and returning to retighten until all bolts have a uniform tightness.
During wrenching, the CONTRACTOR shall strike the follower rings with a
hammer periodically to make sure it is seating properly.
I. Torque application shall be in accordance with the manufacturer’s
recommendations.
306-1.2.15 Field Jointing of Steel Pipe.
Subsection 306-1.2.15 is hereby added as follows:
Field-welded joints shall conform to the Standard Drawings and the latest edition of
AWWA C206.
306-1.2.16 Connections to Existing Water Main Facilities.
Subsection 306-1.2.16 is hereby added as follows:
2019-10 Marquardt Avenue 16" Water Main Relocation
3-15
All connections shall be made by the CONTRACTOR unless otherwise shown on the plans
or specified herein. The CONTRACTOR shall give the Agency a minimum of two
working days’ notice before the time of any proposed shutdown of existing mains or
services. Connections shall be made only in the presence of the Agency Inspector, and no
connection work shall proceed until the Agency has given notice to proceed. The
CONTRACTOR shall furnish all pipe and materials, including furnishing all labor and
equipment necessary to make the connections, all required excavation, backfill, pavement
replacement, lights, and barricades, and he may be required to include a water truck,
highline hose, and fittings as part of his equipment for making the connections. Standby
equipment or materials may be required by the Agency to facilitate connections to existing
facilities.
Where connections are made to existing valves, the CONTRACTOR shall furnish and
install all temporary blocking, steel clamps, shackles, and anchors as required by the
Agency, and shall replace the valve well and cover and adjust the valve cover to the proper
grade in accordance with the Standard Drawings if needed.
The City of Santa Fe Springs Water Division will operate all existing water valves. The
CONTRACTOR will dewater existing mains, as required, in the presence of the Agency,
and dispose excess water to the nearest catch basin. Water used for flushing or dewatering
shall not be allowed in the gutter. All valves, existing or newly installed, shall be readily
accessible at all times to the Agency for emergency operation.
The Agency may postpone or reschedule any shutdown operation if for any reason he feels
that the CONTRACTOR is improperly prepared with competent personnel, equipment, or
materials to proceed with the connection work. If progress is inadequate during the
connection operations to complete the connection in the time specified, the CITY shall
order necessary corrective measures. All costs for corrective measures shall be paid by the
CONTRACTOR.
The CONTRACTOR shall be responsible for determining in advance the grade of all
existing pipelines to which connections are to be made. Connections shall be made with
as little change as possible in the grade of the new main. If the grade of the existing pipe
is below that of the new pipeline, sufficient lengths of the new line shall be deepened so as
to prevent the creation of any high spot or abrupt changes in grade. 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.
At the location or locations where the water main is to cross an existing street, the
CONTRACTOR shall trench the entire street to verify the details as shown on the plans
and determine if conflicts with other facilities occurs, prior to the installation of any pipe.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-16
The ENGINEER has the right to modify the details of the crossing(s) as deemed necessary
by the ENGINEER.
In no event shall the new pipelines be connected to existing facilities until the new pipelines
have been successfully pressure tested, disinfected, and passed bacteriological testing by
CITY approved lab.
The Agency does not warranty the condition of existing facilities. It is the
CONTRACTOR’s sole responsibility to provide acceptable pressure testing at the new
installation.
At locations where hot tapping the existing water main is specified or required by the
ENGINEER, the CONTRACTOR shall provide and install a JCM 462 stainless steel
mechanical joint tapping sleeve (or approved equal) on ACP water main at the location as
shown on the plans or as directed by the ENGINEER. The type of hot tap or gate valve
shall be submitted to the ENGINEER for approval.
On steel water mains, the CONTRACTOR shall provide and install pad and nozzle, tapping
sleeve or special sleeve as directed or approved by the ENGINEER, and all fittings, tools,
equipment, materials, joint materials, blocking, galvanized bolts, gaskets, gate or tapping
valve, hot tapping and all incidentals, including valve box and cover to hot tap existing
steel water mains at the location as shown on the plans. If required by the ENGINEER,
the CONTRACTOR shall repair the mortar lining inside the steel water main.
306-1.2.17 Connections to Existing Water Meters.
Subsection 306-1.2.17 is hereby added as follows:
In cases where connections to existing meters are required, extreme care shall be exercised
by the CONTRACTOR when installing the ball valve on the customer side of the water
meter, as many customer services are in deteriorated condition. The CONTRACTOR shall
protect existing customer service lines and perform minor restorations, if needed, to restore
proper service.
Existing meter boxes shall be protected by the CONTRACTOR at all times during the
installation of the services. Any meter boxes damaged or destroyed by the
CONTRACTOR shall be replaced to the satisfaction of the ENGINEER by and at the
expense of the CONTRACTOR.
At the time the CONTRACTOR removes the water meter to install the ball valve, the City
Water Section may substitute a new or re-conditioned meter in its place, if new meters are
not called out. The Agency inspector will continue to coordinate this work with the
CONTRACTOR.
New water meters and service connection, complete in place, is included in the respective
bid item(s) for copper service.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-17
Prior to disconnecting domestic water meters, the CONTRACTOR shall check for
electrical grounding with a meter or appropriate equipment, and notify the ENGINEER of
any electrical discontinuity should such a condition exists. The CONTRACTOR shall not
disconnect domestic services from the existing steel water main until the problem is
resolved by the Southern California Edison Company and as directed by the ENGINEER.
306-1.3 Backfill and Densification.
306-1.3.1 General.
Subsection 306-1.3.1 is hereby supplemented as follows:
Internal pipe bracing or shoring shall not be removed until the backfill is compacted to the
specified requirement.
306-1.3.2 Mechanically Compacted Backfill.
Subsection 306-1.3.2 is hereby modified as follows:
Impact, free-fall, or “stomping” equipment will not be allowed unless otherwise approved
by the ENGINEER.
306-1.3.3 Water Densified Backfill.
Subsection 306-1.3.3 is hereby replaced as follows:
Water Densified Backfill shall not be allowed for the project.
306-1.3.5 Jetted Bedding and Backfill Compaction Requirements.
Subsection 306-1.3.5 is hereby superseded with the following:
Jetted Bedding and Backfill Compaction shall not be allowed for the project.
Subsection 306-1.3.6 is hereby superseded with the following:
Except as specified otherwise, mechanically compacted trench backfill shall be densified
to the following minimum relative compaction:
a) 90 percent Relative Compaction:
1) Within the existing or future traveled way, shoulders, and other paved areas
(or areas to receive pavement).
2) Within engineered embankments.
3) Where lateral support is required for existing or proposed structures.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-18
4) Outside the traveled way and other paved areas (or areas to receive
pavement).
5) Under Sidewalks.
b) 95 percent Relative Compaction:
1) In the bedding zone as required by section 306-1.2.1
2) Subgrade as required by 301-1.3
3) 1 foot above the top of pipe within the boring and receiving pits.
306-1.4 Testing Pipelines for Leakage and Pressure.
306-1.4.1 General.
Subsection 306-1.4.1 is hereby supplemented as follows:
The test pressure shall be the pipe pressure classification plus 50 psi as measured at the
lowest elevation of the water main under test or as directed by the ENGINEER. No water
pipeline shall be tested at less than the pressure classification or designation of the pipe.
No pipeline shall be tested at less than 200 psi pressure.
306-1.4.5 Water Pressure Test.
Subsection 306-1.4.5 is hereby supplemented as follows:
C = 0.25 for PVC pipe with rubber ring or elastomeric gasket joints.
C = 0.50 for ductile iron pipe.
Prior to testing, the pipelines shall be flushed as specified hereinafter.
All flushing and disinfection shall be made in the presence of the ENGINEER or his
representative. The CONTRACTOR shall notify the ENGINEER not less than twenty-
four (24) hours in advance of the actual time of flushing so that the ENGINEER may
observe the procedure.
When the pressure test, leakage test, chlorination or bacteriological test fail to meet the
requirements of the specifications, the CONTRACTOR shall make necessary repairs,
replacements, or repetition of procedures to conform to the specified requirements at his
own expense.
The CONTRACTOR shall have all flanged joints at valves or special fittings exposed for
visual inspection during the pressure test if requested by the ENGINEER. After the
pipeline has successfully met the pressure and leakage test requirements, the pipeline and
appurtenances shall remain filled and so maintained until accepted for use by the Agency.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-19
All blow-offs, combination air valves, services and appurtenant facilities shall be tested
with the main line pipe.
Before testing, the backfill material shall have been compacted to the required compaction
to the ground surface. All concrete anchor and thrust blocks shall be allowed to cure
sufficient time to develop adequate resistance to thrust developed during testing (minimum
three days).
The CONTRACTOR takes all responsibility for locating leaks and repairing damage to the
pipe bedding, backfill and pavement section resulting from leaks discovered during the
pressure test or subsequent pipe failures.
All noticeable leaks shall be stopped regardless of the results of the test and all defective
pipes, fittings, valves and other accessories discovered in consequence of the test shall be
removed and replaced. Repair clamps of any kind or type shall not be allowed.
The pump, pipe connection, measuring devices, gauges and all other equipment, labor and
materials required for performing the leakage test shall be furnished by CONTRACTOR.
The ENGINEER may, however, use Agency’s measuring device in place of
CONTRACTOR’s equipment. In case of a difference in the measured leakage rate between
the measuring devices, the Agency’s measured leakage shall govern.
The test pressure shall be applied by means of a pump connected to the pipeline in a manner
approved by the ENGINEER.
The pressure test shall be maintained on the test section not less than four (4) hours.
Whenever test pressure falls an amount of 5 psi, it shall be restored. The CONTRACTOR
may at his convenience conduct a preliminary pressure test at any time prior to the specified
pressure test. The results of the preliminary test will not be considered by the Agency
except for information only.
The amount of water main footage to be tested at one time shall be determined by the
ENGINEER.
The leakage test shall be held concurrently with the pressure test.
Each section of the water main to be tested shall be slowly filled with water from the nearest
source by means approved by the ENGINEER and as specified in section 306.1.4.9. The
pipelines shall be filled with water and placed under a light pressure for at least twenty-
four (24) hours before the pressure test.
All air shall be vented from all high points in the water main before making any pressure
test. If outlets are not available, taps shall be made at the high points to expel the air by the
CONTRACTOR at his own expense. These taps shall be capped after testing.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-20
All valves shall be tested for leak proof tightness after the mainline pressure test with the
test pressure on one side of the valve and atmospheric pressure on the other side.
306.1.4.7 Flushing and Disinfection.
306-1.4.7(A) General. Prior to acceptance of the lines by the Agency, the CONTRACTOR
shall furnish all labor, equipment, material and water for the proper cleaning and
disinfection of the pipelines. Disinfection shall be accomplished by chlorination of the
pipelines and appurtenances after passing the pressure and leakage tests. AWWA
Specification No. C651, Disinfecting Water Mains, and the following specific
requirements shall govern such disinfection procedures.
Service saddles with corporation stops in accordance with City Standard Nos. W-14 and
W-15 shall be installed on the line approximately every 500 ft. as directed by the
ENGINEER for bacteria sampling and testing. Testing from a device bolted to the top of
fire hydrant buries, and from blow-offs and copper services will also be permitted. Testing
directly from hydrants will not be permitted.
Generally, the water main shall be constructed short of proposed join location for testing,
disinfection, and flushing purposes. At these locations, the CONTRACTOR shall install a
Rockwell #481 pipe end cap or approved equal, with a 2" standard outlet for draining and
flushing purposes.
All flushing and disinfection shall be made in the presence of the ENGINEER or his
representative. The CONTRACTOR shall notify the ENGINEER not less than twenty-
four (24) hours in advance of the actual time of flushing so that the ENGINEER may
observe the procedure.
When the pressure test, leakage test, chlorination or bacteriological test fail to meet the
requirements of the specifications, the CONTRACTOR shall make necessary repairs,
replacements or repetition of procedures to conform to the specified requirements at his
own expense.
306-1.4.7(B) Flushing. The new mains shall be flushed prior to chlorination or as directed
by the ENGINEER. The flushing velocity to be obtained for pipes shall not be less than
2.0 ft./sec.
The CONTRACTOR shall make all arrangements as necessary to provide the required flow
to obtain the minimum velocity with a 40 psi residual pressure. The CONTRACTOR shall
take due precaution in providing for adequate drainage from the site. The minimum
volume of water to be flushed, at required velocity, shall not be less than the 1.5 times
volume of the pipeline from the point of filling to the point of blow-off.
It is the responsibility of the CONTRACTOR to remove the flushing water or the
chlorinated water from the project area. Flushing water shall be discharged to the nearest
catch basin, and shall not be allowed to run in the gutter or street. The CONTRACTOR
2019-10 Marquardt Avenue 16" Water Main Relocation
3-21
shall de-chlorinate the water by chemical addition, exposure to sunlight or by other means
prior to disposal into the storm drain system. The CONTRACTOR is responsible for any
damage as a result of flushing operations.
306-1.4.7(C) Chlorination. Disinfection shall be done after the pressure and leakage tests
have been performed and accepted.
Chlorine used for disinfection shall be liquid chlorine (gas at atmospheric pressure).
Tablets may be used with prior approval of the ENGINEER. When liquid chlorine is used,
the method of application and precautions outlined in Section 5.2, 5.3, 6.1, and 6.2 of
AWWA C-651 shall be followed, except as may be modified by the ENGINEER.
Chlorine shall be applied by the continuous feed method as outlined in Section 5.2 of
AWWA C-651, except as may be modified by the ENGINEER.
A chlorinating gas-water solution shall be injected into the pipeline at the beginning of the
test section through a chlorination outlet, blow-off, or air valve by the means of a gas
solution feeder chlorinator in combination with a booster pump, thus insuring treatment of
the entire line. The gas-water solution shall be fed slowly into the new line to produce an
initial minimum dosage of 50 ppm and a residual of not less than 25 ppm in all water within
the pipeline after a 24 hour period.
During chlorination the combination air valves will be removed and the riser pipe capped
after being filled with chlorinated water. Before reinstalling, the air valves will be
sterilized with a five percent hydrochlorite disinfecting solution. The air valves are to be
reinstalled after chlorination, but prior to the sanitary sampling.
Water used to convey the chlorine solution throughout the water main shall be obtained
from the existing distribution system. The rate of flow shall be so controlled that water
will flow slowly into the undisinfected main during the application of chlorine.
The end of the main being chlorinated shall be kept open and running during the application
of chlorine and until the desired concentration is reached, after which each fire hydrant (if
any), or any other connection to the water main shall be individually opened and flushed
with the chlorine solution. After the water main and all appurtenances thereto have been
loaded with chlorine to the proper concentration, the water source, chlorine feeder and all
other openings to the water main shall be closed. The initial minimum concentration shall
not be less than fifty (50) milligrams per liter of chlorine.
The chlorine content of the water shall be tested by the ENGINEER and if found to be less
than twenty-five (25) milligrams per liter after twenty-four (24) hours contact, the water
main and appurtenances shall be rechlorinated and held for another twenty-four (24) hour
period. No chlorination shall be started unless it can be completed by 1:00 p.m. on a
Thursday.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-22
During the period of chlorination, all main line valves and blow-off valves shall be operated
to ensure that the discs and seats are fully open to chlorinated water.
Upon approval of the chlorine residual at twenty-four (24) hours by the ENGINEER, the
chlorine solution shall be flushed from the water main through each fire hydrant and blow-
off. Flushing shall continue until the chlorine residual is not more than five-tenths (0.5)
milligrams per liter as determined by the ENGINEER.
In no case shall chlorine solution over five-tenths (0.5) milligrams per liter be held in the
main or appurtenances for more than five days from the initial injection to the final
flushing.
Treatment and disposal of flushing water and chlorinated water is the sole responsibility of
the CONTRACTOR.
Coliform bacteria tests shall be taken twenty-four hours after final flushing. Procedures
and limits for Sampling and Testing shall conform to the AWWA C651. The CITY will
be responsible to pay for all necessary work to obtain the first round of Bacti test results.
If re-testing is required for any reason, the CONTRACTOR shall pay for all necessary
work to obtain Bacti samples results.
306-1.4.8 California Regional Water Quality Control Board, Los Angeles Region Permit.
Subsection 306-1.4.8 is hereby added as follows:
CONTRACTOR shall channel (using sandbags or other means) flushing flow.
CONTRACTOR shall protect all property from flooding and other damage during flushing
operations. CONTRACTOR shall post “flooding ahead” signs in streets as required and
as directed by ENGINEER. Because of demand on existing water system, the ENGINEER
may require CONTRACTOR to flush the pipeline over several days, in the evenings,
weekends, or holidays, at CONTRACTOR's expense.
CONTRACTOR shall not allow any discharges from the construction site which may have
an adverse effect on receiving waters of the United States.
CONTRACTOR shall, at his expense, obtain a discharge permit from the California
Regional Water Quality Control Board, Los Angeles Region (Regional Board) for
discharge of water from trench dewatering, line flushing, and testing operations. A copy
of said discharge permit shall be provided to the CITY. CONTRACTOR shall comply
with conditions therein and perform the monitoring required.
CONTRACTOR shall submit to the ENGINEER a completed and signed SWPPP at the
preconstruction conference (Caltrans SWPPP plans will be made available for
CONTRACTOR’s reference). The SWPPP shall utilize the requirements as noted in the
State Water Resources Control Board website at the following:
http://www.swrcb.ca.gov/water_issues/programs/stormwater/constpermits.shtml
2019-10 Marquardt Avenue 16" Water Main Relocation
3-23
If the Regional Board determines that a discharge permit is not required for said work, then
the CONTRACTOR shall comply with any and all applicable criteria and conditions
established by the Regional Board, including compliance with the requirements of the
General Water Discharge Requirements for Discharges to Surface Waters which pose an
insignificant De Minimus threat to water quality (Order No. 98-67).
Order No. 98-67 includes submittal of a Notice of Intent and a waste discharge report to
the Regional Board. In addition, Template Monitoring and Reporting Program No. 98-67,
appended to Order No. 98-67, includes the following monitoring and reporting
requirements:
A. Estimate and report daily discharge flow, collect samples of each discharge and
have them analyzed for the 8 parameters listed on Pages 2 and 3 of the Template
Monitoring and Reporting Program No. 98-67. All samples shall be representative
of the waste discharge under conditions of peak load.
All sample collection, sample preservation, and analyses shall be performed in
accordance with the latest edition of “Guidelines Establishing Test Procedures for
Analysis of Pollutants” promulgated by the U.S. Environmental Protection Agency
(40 CFR 136). All sample analyses shall be performed by an analytical laboratory
certified by the California Department of Health Services to perform such analyses.
B. Report any discharge which is in violation of the discharge specifications (Order
No. 98-67) to the Regional Board, Santa Ana Region within 24 hours.
C. Notify the Regional Board 5 days before commencing any discharge.
D. Prepare monthly monitoring reports for submittal to the Regional Board. The
reports shall include:
1. Results from all analyses for the previous month.
2. Daily flow data.
3. A report detailing CONTRACTOR’s compliance or noncompliance with
Order No. 98-67 and the discharge authorization letter.
306-1.4.9 Construction Water. Water required for the initial filling, pressure testing,
leakage testing, flushing, and chlorination, may be obtained from an existing CITY main
or fire hydrant by use of a CITY meter and an Approved Backflow Prevention Device.
The CONTRACTOR shall not operate any valve on any existing main. All water must be
measured through a CITY approved meter.
All construction equipment involving the filling, pumping, spraying and carrying of water,
etc., shall be under cross-connection control regulations, of the CITY Water Division and
shall be checked by the Cross-Connection Technician prior to using the equipment on the
2019-10 Marquardt Avenue 16" Water Main Relocation
3-24
job site. A CITY approved backflow device shall be used while filling, flushing or
chlorinating the mains. Valves at the system connections shall not be opened to supply
water for any purpose until all testing is accepted by the ENGINEER.
NOTE: Fees for deposit, rental, or other related fees for the CITY’s backflow device and
water meter shall be paid for by the CONTRACTOR.
306-1.4.10 Pressure Testing and Disinfection Testing Plan
Prior to starting any disinfection work, submit to the ENGINEER detailed pressure testing
and disinfection plans covering: the methods and procedures proposed; coordination,
drawings or sketches indicating the specific pipeline to be disinfected including location of
chlorine injection points, testing points, water quality testing points, locations of temporary
bulkheads, ARV’s, and Blowoffs; sequence of operations; equipment and materials used;
the manner of filling and flushing of lines; and the method for neutralization and disposal
of chlorinated discharge.
306-1.5 Trench Resurfacing.
306-1.5.1 Temporary Resurfacing. Temporary resurfacing consisting of at least three
inches (3") thickness of plant mix shall be applied to the surface of backfilled trenches
located in the traveled roadway immediately after placing the backfill if permanent paving
is not in place by the end of the same working day. In all other areas specified in this
subsection or as directed by the ENGINEER, temporary resurfacing shall be at least two
inches (2”) thickness.
The CONTRACTOR shall maintain all temporary resurfacing at all times until permanent
repairs have been made.
Payment for furnishing, installing, maintaining, removing and disposing of temporary
bituminous resurfacing materials shall be included in the various bid items, and no separate
payment will be made therefore.
306-1.5.2 Permanent Resurfacing. Trench resurfacing shall conform to the detail or notes
as shown on the plans unless otherwise modified by separate details. Where the edge of
trench is within 30" of the lip of gutter, the resurfacing shall be extended or widened to join
the lip of gutter.
306-1.5.8 Sanitary Sewer Clearance. Broken or damaged sanitary sewer laterals and/or
water lines shall be immediately repaired or remodeled per SPPWC Standard Plan 223-1.
The CONTRACTOR shall maintain the required materials and expertise on-site to perform
such repairs at all times. Stipulated prices apply only for laterals requiring remodeling.
The CONTRACTOR shall support and backfill the sanitary sewer lateral at said locations.
306-1.6 Basis of Payment for Open Trench Installations.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-25
306-1.6.1 General. The measurement and payment for all work done under this contract is
included in the various bid items. Any item or unit of work not specifically covered by a
pay item shall be at the expense of the CONTRACTOR, and so separate payment will be
made.
Pipe and conduit shall be measured along the longitudinal axis between the ends as laid
and shall include the actual pipe in place and shall not include the inside dimensions of
structures.
The price for pipe and conduit in place shall be paid per linear foot and shall be considered
full compensation for all wyes, tees, bends, and specials shown on the Plans; the removal
of interfering portions of existing sewers, storm drains, and improvements; the closing or
removing of abandoned conduit and structures; the excavations of the trench; the control
of ground and surface waters; the preparation of sub-grade; placing and joining pipe;
backfilling the trench; permanent resurfacing; and all other work (excluding temporary
resurfacing) necessary to install the pipe or conduit, complete in place.
Payment for structures such as manholes, junction structures, lamp holes, and catch basis
shall be made at the price bid for each structure shall be full payment for each structure
complete in place, including excavation, backfill, construction inverts, furnishing and
installing castings, restoration of the street surface, and all other work, excluding temporary
resurfacing, necessary to complete the work.
306-1.6.2 Fire Hydrants. Payment for fire hydrants shall be made at the contract unit
price per each, which price shall include the making of all excavation and compacted
backfill, transportation, furnishing and use of all equipment, tools, materials, fittings, joint
materials, blocking, 6" DIP, bolts gaskets gate valves or butterfly valves for the hydrants,
valve boxes and covers, tees, concrete, shock slabs, field coat of paint, safety measures and
traffic control and furnishing all labor required and incidental to complete the work in
accordance with the plans, specifications, and standard drawings.
306-1.6.3 Water Valves. Payment for water valves shall be made at contract unit price per
each, which price shall include the making of all excavation and compacted backfill,
transportation, furnishing and use of all equipment, tools, materials, fittings, valve
extensions, valve boxes and covers, concrete, safety measures, traffic control, and
furnishing all labor required and incidentals to complete the work in accordance with the
plans and specifications.
306-1.6.4 Connection to Existing Water Main. Payment for connecting 16” DIP to existing
16” Steel Pipe shall be considered incidental work to be paid as part of the respective bid
item in which work is being performed, and no separate payment will be The cost of
connection to existing water main, including modifications as required by the ENGINEER,
shall be included in the respective bid prices paid, and no extra compensation will be
allowed therefore unless there is a separate bid item for such connection. Replacement of
ACP water main will also be paid by the bid item for ductile iron pipe unless there is a
separate bid item for ACP.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-26
The CONTRACTOR will be allowed to substitute ductile iron pipe at locations where ACP
is specified. Only under unusual circumstances of a connection will the CITY allow the
substitution of PVC pipe.
306-1.7 Abandoning Existing Waterline. The portions of waterline which are to be
abandoned after connection of the new 16-inch waterlines are complete, shall be plugged
at each end with concrete grout. The grout shall consist of one part Portland cement, zero
to four parts sand and sufficient water to produce a workable mixture. Alternatively,
CONTRACTOR may use a low-density cementitious fill. The cost of abandonment of
existing waterline shall be included in the bid item for pipeline connection, and no extra
compensation will be allowed therefore unless there is a separate bid item for such
abandonment.
306-9 APPURTENANT PIPELINE STRUCTURES AND INSTALLATION.
306-9.1 General. The CONTRACTOR shall furnish all transportation, materials,
equipment, and labor to complete the excavations, backfill materials, street repairs and
other earthwork incidental to the construction of appurtenant structures and appurtenances,
and any work necessary or incidental to provide a complete and operating water main as
contemplated in the plans and these Specifications.
306-9.2 Flange Insulation and Test Lead Installation. No less than 2 snug fitting alignment
pins shall be used in aligning the flanges for the insulating joints. These pins shall remain
in place until the bolts have been installed in all the remaining holes and have been drawn
up tightly.
306-9.3 Valve Installations.
A. Valves shall be installed in a level position with the operation stem vertical except
where shown otherwise on the plans.
B. After installation of the mainline pipe is completed, the CONTRACTOR shall
apply one coat of Koppers #50, or CITY approved equal, bitumastic coating to
damaged areas of buried valves and shall wrap the entire valve with two layers of
8 mil polyethylene and seal all seams with 2-inch wide #50 Scotchwrap tape.
C. Valves shall be stabilized and supported separately from the pipeline as shown on
the plans or on the Standard Drawings.
D. Mainline and appurtenant valves shall be tested for leak-proof tightness after the
main line has been pressure tested, at the test pressure.
E. All valves shall be installed in accordance with Appendix A of AWWA C500.
F. Butterfly valves shall be installed with the valve operator on the "up station", right
side of the valve.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-27
306-9.4 Valve Box Installations.
A. The CONTRACTOR shall install valve box, cap and rim, and valve operator
extensions of the type indicated in the Standard Drawings.
B. Operator extensions and sleeves shall be centered and set plumb over the valve
operator nut.
C. Shaft extension is required where the distance between the finished ground surface
and the valve operator nut is greater than 4 feet.
D. Operator extensions shall be fitted with an AWWA 2-inch square operating nut and
a tapered socket end for the valve operating nut. The extension shaft shall extend
from the valve nut to within 18-inches of the finished ground surface.
E. Operator extension shaft, nut, socket and centerline guide shall be painted with one
coat of primer after fabrication.
F. The valve box caps shall be set flush to 1/4" above the finished pavement surface.
G. Where valve box installations are not within paved areas, a 3-foot-square by 4-inch
thick asphalt pad shall be formed around the cap and slip can.
H. Valve box caps shall fit securely in the slip sleeves, to prevent displacement due to
traffic loads.
306-9.5 Blowoff Installations.
A. Where blowoff manholes are placed in sidewalk areas, the sidewalk shall be saw-
cut and removed to the nearest score line. The manhole cover and rim shall be set
to sidewalk grade and the sidewalk replaced.
B. Where blowoff manholes are placed in unpaved areas, the cover and rim shall be
set flush with the existing edge of pavement or as directed by the ENGINEER.
C. The manhole cover and rim shall be Alhambra Foundry A-1254, diamond thread
finish and lettered S.F.S. WATER
306-9.5.1 Temporary Blowoff Installations.
A. Temporary blowoffs may be used for pressure testing, flushing and disinfecting the
main.
B. Should the CONTRACTOR use a concrete thrust block, CONTRACTOR shall
provide a suitable separation material (such as tar paper or wood blocking) so that
CONTRACTOR may remove the thrust block without disturbing the end cap. The
2019-10 Marquardt Avenue 16" Water Main Relocation
3-28
CONTRACTOR shall remove any temporary concrete thrust block prior to system
connection by CITY.
306-9.6 Air Valve Installations.
A. The piping between the outlet valve and the elbow on the air valve riser shall be at
a continuous up grade of 1/4-inch per foot.
B. The long axis of the air valve shall be set parallel to the street.
C. Above-ground ARVs and/or cans shall be set back in sidewalk so that the body is
18 inches clear from the curb face.
306-9.8 Concrete for Thrust, Anchor and Bearing Blocks.
A. Concrete thrust blocks and anchors shall be constructed at locations and dimensions
as shown per CITY Standard Drawings W-8 and W-9.
B. Concrete shall be placed such that bell ends of fittings shall be available for repairs.
Concrete placed over joints shall be removed.
C. Structural steel exposed directly to the soil shall be coated with Koppers #50
bitumastic coating, or a CITY approved equal, prior to pouring the thrust blocks.
306-9.9 Fire Hydrants.
A. Fire hydrants shall be constructed at locations as shown on the plans and per CITY
Standard Drawings W-5.1, W-5.2, as applicable.
B. Fire hydrant heads shall be set back in sidewalk so that the body is 18 inches clear
from the curb face.
SECTION 310 - PAINTING
310-6 PROTECTIVE COATINGS
Subsection 310-6 is hereby added to Section 310 of the Standard Specifications as follows:
310-6.1 General. The CONTRACTOR shall furnish all material, labor, and equipment
necessary to line and coat all piping, valves, fittings, pipe hangers, and other ferrous metal
surfaces not shop lined and coated.
310-6.2 Surface Preparation. All ferrous surfaces to receive protective coatings shall be
sandblasted to commercial standards per Subsection 310-2.5 of the Standard Specifications
prior to the application of coatings. All surface irregularities such as weld spatter, sharp
2019-10 Marquardt Avenue 16" Water Main Relocation
3-29
corners, rough welds, etc., shall be ground smooth. All surfaces shall be completely free
of grease, oil and other foreign material.
310-6.3 Interior of Ferrous Surfaces. The interior surfaces of iron pipe and fittings shall
be cement lined in accordance with the latest revised edition of AWWA C-104.
310-6.4 Buried Exterior of Ferrous Surfaces. All ferrous metal fittings and joints (valves,
couplings, flanges, etc.) in contact with the soil shall be coated with one coat of Koppers
#50 bitumastic after assembly to the main-line pipe and shall be wrapped with two layers
of 8 mil polyethylene which shall be secured to the pipe with two-inch wide Scotchwrap
#50 or CITY approved equal.
310-6.4.1 Field Coat. All buried ferrous metal fittings and joints (valves, couplings,
flanges, etc.) in contact with the soil shall be coated with one coat of Super Tank Solution
or Koppers No. 50 bitumastic after assembly to the mainline pipe.
SECTION 313 - "AS-BUILT" DRAWINGS
After construction has been completed and before pressure testing and flushing can
commence, "As-Built" drawings shall be submitted by the CONTRACTOR showing pipe
size, material, class and/or pipe thickness, the actual locations (invert elevations) and
stations of all valves, tees, special fittings, and stationing of all water service laterals and
their run length. The CONTRACTOR shall show and note any deviations from the original
plans on the "As-Built" drawings.
"As-Built" drawings shall be prepared on a clean drawing and shall be legibly marked in
red ink.
SECTION 314 - CONTAMINATED MATERIALS
314-1 GENERAL
Contaminated material are not anticipated, but may be encountered during construction of
the project facilities. It shall be the responsibility of the CONTRACTOR to prepare a
Health and Safety Plan.
The CONTRACTOR is directed to monitor for contaminants in soils and for vapors during
all drilling, excavation and trenching work. Promptly and immediately notify the CITY’s
representative inspector upon discovery of any 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 the provisions of existing law.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-30
Promptly investigate the conditions, and if the conditions involve hazardous waste, notify
the CITY to verify the presence of hazardous waste. If the presence is confirmed, the CITY
will direct the CONTRACTOR to excavate, remove, haul, and dispose of the contaminated
soil and/or groundwater at an appropriate disposal facility.
It shall be the responsibility of the CONTRACTOR to handle, transport, store, transfer,
recycle and/or dispose of groundwater and soil that has been identified as contaminated
material. The CONTRACTOR shall be responsible for, but not limited to:
A. Obtaining all permits and EPA numbers for the CITY.
B. Processing all paperwork related to the removal and disposal of hazardous wastes.
C. Blood testing of all involved personnel at beginning and end of project or as might
be required.
D. Handling, packaging, and storing wastes at appropriate job site locations.
E. Composite testing of wastes to determine disposal options.
F. Delivering hazardous wastes to their legal disposal site using licensed hazardous
waste transporters.
G. Paying all applicable disposal fees.
The CONTRACTOR must not discharge any wastewater onsite. The CONTRACTOR
must containerize and transport wastewater to an appropriate facility. The
CONTRACTOR must transport and dispose of soil and water characterized as hazardous
waste at a permitted facility in conformance with Division 4.5 of Title 22 of the California
Code of Regulations and section 2521 of Title 23 of the California Code of Regulations.
The CONTRACTOR must notify Caltrans no less than five (5) business days prior to
beginning any project excavation or dewatering activities.
If the CONTRACTOR is directed to do this work, then the CONTRACTOR shall comply
with all health and safety codes, Laws and Regulations and use labor forces properly
trained to work in a trench that may contain hazardous material as required by Cal-OSHA
and other responsible regulatory agencies. If the material is determined to be non-
hazardous, the CONTRACTOR shall properly dispose of the material. For the areas where
the CITY requests the CONTRACTOR of this Contract to excavate, remove, and dispose
of the contaminated soils and/or groundwater, the CONTRACTOR shall provide the
necessary certified personnel to perform this work. This may include additional training,
a health and safety firm, certified industrial hygienists, safety engineers, health and safety
trainers, and regulatory specialists, as is necessary. All costs associated with the
coordination, training of personnel, health and safety firm, excavation, removal, hauling,
disposal, labor, equipment, and tools shall be paid solely by the CONTRACTOR as part of
the appropriate bid item.
314-2 CONTAMINATED SOILS
For the options of excavating, removing, and disposing of the contaminated soils, the
CONTRACTOR shall proceed as follows:
2019-10 Marquardt Avenue 16" Water Main Relocation
3-31
• Remove all contaminated soils within the limits of trenching or other excavations as
required. Limits of removal shall be within the trench or excavation limits required to
perform the work had contaminated soils not been encountered.
• Remove all excavated soils from the work area to a specified area. Removal shall be
by specially configured hauling vehicles. Removal shall be in accordance with safety
measures, and by methods defined by federal and state laws and statutes.
• Hauling of contaminated soils may only occur between the hours of 9:00 a.m. and 3:00
p.m. within the CITY of Santa Fe Springs. Haul routes to specified area are subject to
conditions of the CITY encroachment permit and use agreement.
• Provide the CITY with the original copy of all “weigh tickets” from the legally
authorized receiving facility for contaminated soils disposed of for this project. Weight
tickets must be delivered to the CITY by the CONTRACTOR prior to any payment to
the CONTRACTOR for removal / hauling / disposal of contaminated soils.
CONTRACTOR may use as backfill material for this utility relocation project,
uncontaminated soil or soil with concentrations below California Human Soil Screening
Levels (CCHSLs, January 2005 and subsequent revisions) (excluding arsenic), Los
Angeles Regional Water Quality Control Board Screening Levels (LARWQCBSLs), and
USEPA Regional Screening Levels (RSLs), whichever is more stringent. For arsenic,
concentrations consistent with the background levels specified in Determination of a
Southern California Regional Background Arsenic Concentration in Soil (Department of
Toxic Substances California Regional Background Arsenic Concentration in Soil
(Department of Toxic Substances Control (DTSC), 2008) are acceptable for reuse.
Excavated soil with concentration of contaminants greater than the CHHSLs,
LARWQCBSLs, or RSLs may not be used as backfill material and must be transported
off-site to an appropriate recycling or disposal facility. CONTRACTOR must handle
excess soil in accordance with local, state, and federal regulations.
314-3 CONTAMINATED GROUNDWATER ASSOCIATED WITH TRENCHING
The CONTRACTOR shall handle, transport, store, transfer, recycle and/or dispose of
groundwater associated with contaminated soils in conformance to the regulations of
relevant governmental agencies including but not limited to the Department of Toxic
Substance Control (DTSC) and the California Division of Occupational Safety and Health
Administration (Cal-OSHA). The CONTRACTOR must containerize wastewater in
USDOT approved containers and properly identify each container with water characterized
as contaminated. Movement of material and equipment during on-site and off-site
transport shall be performed to minimize potential health, safety, and environmental risks.
2019-10 Marquardt Avenue 16" Water Main Relocation
3-32
PART 6 – TEMPORARY TRAFFIC CONTROL
REVISE as follows:
SECTION 600 – ACCESS
600-2 Vehicular Access. DELETE in its entirety and SUBSTITUTE with the following:
Vehicular access to residential driveways shall be maintained to the property line except
when necessary construction precludes such access for reasonable periods of time. If
backfill has been completed to the extent that safe access may be provided, and the street
is opened to local traffic, the CONTRACTOR shall immediately clear the street and
driveways and provide and maintain access.
Safe, adequate, continuous and unobstructed vehicular access shall be maintained to fire
hydrants, residences, commercial and industrial establishments, churches, schools, parking
lots, service stations, motels, fire and police stations, bus stops, hospitals, etc., unless
otherwise approved by the ENGINEER.
During non-working hours or when work is not scheduled, all roadway lanes shall be
returned to their full traffic use by backfilling and paving open trenches unless otherwise
approved by the ENGINEER. At the end of the workday, the CONTRACTOR shall remove
all Traffic Control Devices not in use.
600-3 Pedestrian Access. DELETE in its entirety and SUBSTITUTE with the following:
Safe, adequate, continuous and unobstructed pedestrian access shall be maintained to
sidewalks, cross walks, residences, commercial and industrial establishments, churches,
schools, parking lots, service stations, motels, fire and police stations, hospitals, etc., unless
other arrangements satisfactory to the Agency have been made by the CONTRACTOR and
accepted by the Agency. Pedestrian access and paths shall meet federal, state and Agency
ADA requirements.
ADD:
600-4 Construction Parking Control. The CONTRACTOR shall control vehicular parking
to preclude interference with public traffic or parking, access by emergency vehicles,
owners operations, or construction operations, and monitor parking or construction
personnel private vehicles by maintaining free vehicular access to and through parking
areas and prohibit parking on or adjacent to access roads, or in non-designated areas.
SECTION 601 – WORK AREA TRAFFIC CONTROL
REVISE as follows:
601-1 General. DELETE in its entirety and SUBSTITUTE with the following:
2019-10 Marquardt Avenue 16" Water Main Relocation
3-33
The CONTRACTOR shall provide and maintain all construction area traffic controls in
accordance with Part 6 of the Standard Specifications, the latest version of the (MUTCD),
and Work Area Traffic Control Handbook (WATCH), and these Special Provisions.
Portable delineators (traffic cones are not allowed) which conform to the current California
Manual of Uniform Traffic Control Devices (CA MUTCD) shall be spaced as necessary
for proper delineation of the travel way. The spacing between delineators shall not exceed
50 feet. The minimum lane transitions shall be a 50 to 1 taper unless otherwise shown on
the plans. Double base delineators will be required.
If the portable delineators are damaged, displaced or are not in an upright position, from
any cause, said portable delineators shall immediately be replaced or restored to their
original location, in an upright position, by the CONTRACTOR.
Where construction detours and signing conflict with existing signing, the CONTRACTOR
shall cover existing signs in a manner approved by the Agency’s Representative. The
CONTRACTOR shall also provide temporary traffic delineation per 602 at the conclusion
of each working day, if not sooner, as directed by the Agency’s Representative, for any
centerline, painted median or lane line which is obliterated by construction.
The CONTRACTOR shall provide temporary delineation as directed/accepted. Temporary
delineation shall include removal of conflicting markings by accepted means; installation
and removal of temporary centerlines or lane lines, detour signing, barricading; and
replacement of traffic lines and markings in their proper locations upon termination of the
detour. Conflicting existing and temporary striping, as required for traffic control during
construction, shall be removed by the CONTRACTOR by methods accepted by the
ENGINEER. Blacking out the pavement will not be allowed. Temporary reflective striping
tape may be used, except that it shall not be applied to final asphalt surfaces. Tape shall be
removed from temporary surfaces prior to placement of additional asphalt.
The CONTRACTOR shall maintain a 24-hour emergency service to remove, install,
relocate, and maintain warning devices and shall furnish to the Agency’s Representative,
names and telephone numbers of three persons responsible for this emergency service. In
the event the CONTRACTOR does not promptly respond when notified, the Agency may
make corrections at CONTRACTOR’s expense.
Each workday, the CONTRACTOR shall ensure traffic control is in place prior to starting
construction.
Should the CONTRACTOR appear, in the opinion of the ENGINEER, to be lacking in
providing adequate warning devices and protective measures as above provided, the
ENGINEER may direct attention to the existence of a hazard, and the necessary warning
and protective measures shall be furnished and installed by the CONTRACTOR, at his/her
expense. Should the ENGINEER point out the inadequacy of warning and protective
measures, such action on the part of the ENGINEER shall not relieve the CONTRACTOR
2019-10 Marquardt Avenue 16" Water Main Relocation
3-34
from responsibility for public safety or abrogate its obligation to furnish and pay for these
devices.
The CONTRACTOR shall notify local Police and Fire Departments of its intent to begin
work at each location at least ten (10) days before work is to begin. The CONTRACTOR
shall cooperate with local authorities relative to handling traffic through the area.
No work that interferes with public traffic shall be performed except during the hours
specified for lane closures 601-6.6.
UTILITY COMPANY LISTINGAT&T (TCG)
Maria Guzman, Utility Information Request
700 S. Flower Street, Suite 340Los Angeles, CA 90017
(213) 787-9996, [email protected]; [email protected]
Breitburn Management Co. LLC
Robert Gomez, Sr. Staff Geological & Eng. Tech.
1111 Bagby Street, Suite 1600Houston, TX 77002
(713) 437-8082, Ext.
Central Basin Municipal Water District
Jacque Koontz, P.E.
6252 Telegraph RoadCommerce, CA 90040-2512
(323) 201-5500, Ext. 2628
[email protected]@[email protected]
Charter Communications
Mr. Ernest Chang
550 N. Continental Boulevard, Suite 250El Segundo, CA 90245
(562) 383-9989, Ext.
Chevron Pipeline Company
Dave Zerler, Contractor
2600 Homestead PlaceRancho Dominguez, CA 90220
(310) 669-4014, Ext.
Monday, July 08, 2019 Page 1 of 7Printed:
UTILITY COMPANY LISTINGCounty Sanitation Districts of Los Angeles County
Utility Requests
P.O. Box 4998Whittier, CA 90607
(562) 908-4228, Ext. [email protected]
Crimson Pipeline, LLC
April Harvey, Land Department
3760 Kilroy Airport Way, Suite 300Long Beach, CA 90806
(562) 285-4112, Ext.
Frontier
Utility Coordinator
12905 Los Nietos RoadSanta Fe Springs, CA 90670
(562) 903-7939, Ext.
GLC SFS II, LLC. c/o Goodman Birtcher
Mike Kent
18201 Von Karman Avenue, Suite 1170Irvine, CA 92612
(949) 407-0151, Ext.
Golden Springs Development Co., LLC
Faye Lengyel
13116 Imperial HighwaySanta Fe Springs, CA 90670
(562) 921-3581, Ext. 346
Monday, July 08, 2019 Page 2 of 7Printed:
UTILITY COMPANY LISTINGGolden State Water Company
Ray Burk, P.E., Operations Engineer
12035 Burke Street, #1Santa Fe Springs, CA 90670
(562) 907-9200, Ext.
Heraeus Metal Processing LLC
Peter Eckert
15524 Carmenita RoadSanta Fe Springs, CA 90670
(562) 483-1830, Ext.
Kinder Morgan Energy Partners/Pipeline Inquiries
Pipeline Inquiries
1100 Town & Country Road, Suite 700Orange, CA 92868
(714) 560-4400, Ext.
La Habra Heights County Water District
Joe Matthews, Superintendent
1271 N. Hacienda RoadLa Habra Heights, CA 90631
(562) 697-6769
Liberty Utilities
Janelle Rellosa
9750 Washburn RoadDowney, CA 90241
(562) 299-5122, Ext.
Monday, July 08, 2019 Page 3 of 7Printed:
UTILITY COMPANY LISTINGLos Angeles County Department of Public Works
Daryll W. Chenoweth
P. O. Box 1460Construction Division, 8th Floor
(626) [email protected]
Metropolitan Water District of Southern California
Ms. Shoreh Zareh, Manager, Substructure Team
P.O. Box 54153Los Angeles, CA 90054-0153
(213) 217-6534, Ext.
Naval Facilities Engineering Command Southwest
Utility Coordinator
1220 Pacific HighwaySan Diego, CA 92132-5190
(619) 532-3100, Ext.
Paramount Pipeline
Mohsen Ahmadi
14700 Downey AvenueParamount, CA 90723
(562) 531-2060, Ext. 2681
Phibro-Tech, Inc.
Mr. Robert Murtha
8851 Dice RoadSanta Fe Springs, CA 90670
(562) 273-0128, Ext.
Monday, July 08, 2019 Page 4 of 7Printed:
UTILITY COMPANY LISTINGPlains All American Pipeline
David Delgado
5900 Cherry AvenueLong Beach, CA 90805
(562) 728-2054, [email protected]
San Gabriel Valley Water Company
Alan Frost
15966 Arrow RouteFontana, CA 92335
(909) 201-7375, Ext.
Santa Fe Engergy
Kamal El Shahawy, President
11651 Telegraph RoadSanta Fe Springs, CA 90670
(562) 644-4761, Ext.
Shell Pipeline Company L.P.
Clarinda Maldonado
150 N. Dairy Ashford A2Houston, TX 77079
(800) 438-7752, Ext.
Southern California Edison Company
Reymundo Moreno and Adrian Simon
9901 Geary AvenueSanta Fe Springs, CA 90670
(562) 903-3185, Ext.
Monday, July 08, 2019 Page 5 of 7Printed:
UTILITY COMPANY LISTINGSouthern California Gas Company
Michael Covarrubias, Planning Associate
1919 S. State College BoulevardAnaheim, CA 92806-6114
(714) 634-7260, [email protected]
Suburban Water Systems
Mr. Warjay Naigan
1325 N. Grand Avenue, Suite 100Covina, CA 91724
(626) 543-2627, Ext.
Tesoro Refining & Marketing Company
H. C. Winson
4 Centerpointe Drive #161La Palma, CA 90623-1066
(714) 670-5125, Ext.
The Gas Company
Utility Coordinator
9400 Oakdale AvenueChatsworth, CA 91311
(818) 701-3448, Ext.
SoCalGasTransmissionUtilityRequest@semprautilities.comAtlasRequests/[email protected]
Torrance Logistics Company, LLC
Ms. Eleanor Marx , Contract Right-of-Way Agent
12851 E. 166th StreetCerritos, CA 90703-2103
(310) 212-1794, Ext.
Monday, July 08, 2019 Page 6 of 7Printed:
UTILITY COMPANY LISTINGUnderground Service Alert
Utility Coordinator
P.O. Box 77070Corona, CA 92877
(800) 442-4133, Ext.
Union Pacific Railroad
Manager Contracts-RE
1400 Douglas Street, stop 1690Omaha, NE 68179-1690
Union Pacific Railroad Co.
Daniel Z. Moreno
2015 South WillowBloomington, CA 92316
(909) 685-2288, Ext.
Monday, July 08, 2019 Page 7 of 7Printed: