Loading...
92-135 1i ~ Is '~ :! ...-. ,,:.c -"1 i 2 ~ 2ji .: : i ..~1l - ... . !:i.= B.a_ . .. .; - ... ,. ~ .. ..-.. c . .I . ~ . 1$"-0 u u ~ lIi - - I ~ ... ~ r i i g tj ... i III _ ... . .. .., .... .8: ~ . ... .. u '" .... ::: N o_=~ ~=~... ~ s - g co S g t- iil~ .~-.g, ~ u . c fI...cUl Q. " .., :;:) .- (tor vark1n9 1ft U. t? /) / 3 ~ publio dCJht-of7Y) X-Rete fUe '/ 0' - c.. c' IU1I8d if! i 9 ~ Appl1oat1cm Dab :J ~ 7 /1 L...' Perait up !D,12 _. Applicat1cm upizU 1D 6'_. APPLlCA'l'IOH - Applioation 18 hereby ..de for a Jlabl10 WOrb Peait ill aaoozdaDae wit:h CUlpbell lIWIicipa1 Code, Section 11.04. (ApplicatiOD upira 1D 6 ~ if pen1t not pulled) A. Work a~. or tract' Railway Avenue utility trencb location Center of Railway, between Sam Cava and Kennedy B. Natun of worka Install 1544 L. F. of 10" sewer main. DEP'1' . ur rulUo.A.~ IIUMU 70 North Firat St. ca.pbe11, Cl 11001 (408) 866-2150 ~ c: t: r.: C. At:tacb five (5) oopi_ of a drawin9 DowiDlJ t:he 100a1:1on, ~ and cU.Muione of t:h. vark '!'he clrawinq 8ba11 DOW t:he nlation of t:he propoaed vark to ex18tiDq nrface aDd underqround laprav.....ta. lIben approved by t.b. City Knqineer, _id drawin9 be~ a part: of t.b18 per1U.t:. D. 'l'be cenerd Condition. for all pemiu an U.bc1 on t:he raven. aide. Special Pravi.ione for t.bb pel'llit: are U.t:ed below. Failure to abide by ~e conditione and pravidon. ..y re.ult in jab .but:-c1ovn and/or forfeiture of ralt:hful PerforuDCe Janda aDd cull depodu. (Se. ceneral Conditione 1 aDd 2). B. An appUcation fee aut: acc:c.pany t:h18 appl1oat1cm. 'l'bia 18 nan-ntaDdabl.. Nu. of Applicant: '.Jest Valley Sanitation District 'falepbone. 378-2407 Ad41'e.. 100 E. Sunnyoaks Avenue, Ca!IJ:obell, CA 95008 I. t.bb work beinq done by the property owner at t.beir own ruidence? -y- x~ COllplete and attach Worker.. co.peneation and contractor Infonation fona. 'l'be Appl1cant/Pel'll1ttee hereby aqree. by affixin9 t.beir dqnature to t.b18 perait to bold t.be City of campbell, it. officer., aqent:. and ellployee. fne, .afe and baral_. froa any cla18 or deaand for da.aqe. re.ultinq frGa the work covered by tbia perait. The Appl1cant/Pel'llit:t:ee hereby acknowledqe. t.bat: t.bey haye nad and underat:and both t.be front: and back of thi. penait, and t.batt.bey_wJJl ~ona ir contractor(8) of t:he infOna, tJ,on. j' ACC!:P'l'ED ~1ike Fuller "7lZ{f~7.c . /l /!/1 _ ') / /7 _) 7 Applicant (Penaittee) print/aiqn Date ' r ~ '": t" t':' '"' tr ~ = IoC ... " "': ": t" l- e " 2 '"' I I I I I I I I I I I I I NOTES s ALL woJUt SHALL CONFORM WITH 'l'HB A1"1'ACIIBD, APPROVED PI.ANS AIID ALL APPLICABLB CAIIPBU.L STANDARD DRAWINGS AND CONDITIONS. THE CONTRAC'1'OR MOST HAW TRIS PDMr1' AND APPRDVED PL&IIS AIID 1108'1' IIDT U'1'H '1'IIB P. W. DBPBC1'OR ON THE SITE AT LEAST TWO DAYS BDORB STARTDIG WORIt. NOTIC!: MUST JIB GIVD 'l'O POBI.IC WORD AT LBAS'1' 24 BOORS IID'OJm JIBS'&Il'rDG AllY WORK. '"' c: c:: t':' r ~ .. '": ... ~ e:: '"' t':' t: SPECIAL PROVYSIORS lUA.l. N/A2. V3. ~4. v-5. Street aball not: be open cut for un~ 1Datallat101Ul. IUniaua c:uta ..y be allowed for connect101U1 or explorat:1OD bol_. luc:b cuu .uat: be .aacifically amlroved bv the rn.I).~Clr. Pay_ent: ..y be cut for underqround 1Datall.t1one aDd ~ be ~ 1D accordance wit.b the Utility Trench Re.1:oration Standard arawinCJ. Work to be Raked by a licen.eel Land Surveyor or Civl1 Bnqineer aDd two (2) oopi_ of t.be cut: .heet. .ent 1:0 the Public Work Deptartaent: befon lI1:art1nCJ work. 'l'be houra of work are liaited to ODu1de t:he boura of 7-9 .... aDd 3-6 p... for any vark affectinq a traffic lane. ... ... IoC r I- ~ IoC I I See attached Special provision 5 to Permit No. 92-135 issued to West Valley Sanitation nis~rir~ S'l'AHmRD AMOO1I'l' DeEIPI' tto.... rIWIlIIft APPLXCU'IOII I'D tl0'00 Q ..105.00 PUR c::IIBCI: DUOSn' BOND lOR PArl'DUL PBRPORIIUcs CASB DBPOSn' pOO.OO (loot OF BIIG. Bft.) (.t OF .-D, SIOO 111II) (So-$100,000 lot, above 7', S100 KDI) .. .. .. $.L,604.25 PLAH CBBCB: , INSPBC'rIOII Fa $100,000 - $500,000 " APPROVED FOR ISSUANCE ts PWPEJUlIT Q ~-~i -4"2- Dat. SPECIAL PROVISION 5 TO PERMIT NO. 92-135 ISSUED TO WEST VALLEY SANITATION DISTRICT (WVSD) A. The construction of these improvements shall conform to the plans and specifications for project 90-35, Dillon-Gilman LID #30 of the City of Campbell, except as modified by the permit. West Valley Sanitation District and its contractor shall coordinate their construction schedule with the construction schedule for said Project 90-35 and also with the construction schedule for Project 89-27, Campbell Downtown Streetscape Project. B. West Valley Sanitation District (WVSD) shall submit a construction traffic control plan and construction schedule to City for review and approval 5 working days prior to anticipated start of construction. Detours, if any, shall be properly signed. Road construction ahead and end construction signs shall be posted for the duration of the work. A minimum of one traffic lane, eleven (11) feet wide shall be maintained open with a minimum of two (2) flag persons. WVSD shall notify the Campbell Police Department of all construction restrictions on a daily basis, including on non-working days. C. The existing manhole and 6 inch sanitary sewer main at the south end shall be removed and disposed and properly backfilled. D. No equipment or materials shall be parked or stored on the roadway during non-working hours. E. All construction spoils shall be disposed of daily. F. Materials from the trench excavation which are contaminated by effluent shall not be re-used as backfill material. G. All sanitary sewer pipe and manhole ~aterials and contaminated soil materials shall be removed and disposed of daily in accordance with all applicable regulations. Stockpiling of these materials at the job is prohibited f: 92-135 ~-SC... (12-(35" WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY SERVING RESIDENTS OF CITY OF CAMPBELL TOWN OF LOS GA TOS CITY OF MONTE SERENO CITY OF SARA TOGA UNINCORPORA TED AREA 100 East Sunnyoaks Avenue Campbell, California 95008 Telephone (408) 378-2407 December 18, 1992 RECEBV~i.) DEe 181992 Mr. Robert Shook Project Engineer Public Works Department City of Campbell 70 N. First Street Campbell, CA 95008 Public WorkslEnginoc~in:) RE: Railway Avenue Dear Mr. Shook: Enclosed are the results of our soils testing on Railway Avenue. As the report shows, the required compaction was achieved. If you wish, the soils engineer and I will come to your office and review the results of the soils test with you. Please call me if we can be of additional assistance. Thank you for your assistance and patience. Very truly yours, ~R.~ Preston R. Nichols Senior Civil Engineer cc: Billy Linn, CYME PRN/tm (FORMERLY COUNTY SANITATION DISTRICT NO, 4) CYME4t INC. December 12, 1992 Project 117-67A, SJ-1447 West Valley Sanitation District of Santa Clara County 100 East Sunnyoaks Avenue Campbell, California 95008 Attention: Mr. Preston R. Nichols, Senior Civil Engineer RE: GEOTECHNICAL ENGINEERING INSPECTION SERVICES REPORT (FINAL) CONSTRUCTION CONSULTATION, OBSERVATION, AND COMPACTION TESTS FOR THE RAILWAY AVENUE SANITARY SEWER EXTENSION PROJECT CAMPBELL, CALIFORNIA Gentlepersons: This report presents the results of our geotechnical engineering inspection services for the captioned project during the period between June 1 and November 18, 1992. The services included consultations as needed, observations, and compaction tests. Our scope of work during this period included: 1. Consultations and meetings as required. 2. Reviews of the project plans and specifications. 3. Intermittent observations of trench excavations and trench backfilling operations. 4. Laboratory compaction tests on the selected samples of the backfill materials. 5. Field compaction tests on backfilled materials. 6. Preparation of this report. During the backfilling operations, quality of the backfilled materials was evaluated to make certain that they met the minimum requirements as backfill materials u they were properly placed -- and field compaction tests were per- formed to evaluate the general quality of compaction of the backfill materials. Approximate locations of the field compaction tests are shown on the attached Site Plans, Figures 1 through 3. The results of the field compaction tests are presented in Table 1; and the results of laboratory compaction tests on selected samples of backfill materials are presented in Table 2. 3291 Archshire Court, San Jose, CA 95148, U.S.A, Tel: (408) 971-9238 I 270-3476 Fax: (408) 270-3685 Telex: 4993339 West Valley Sanitation District Project 117-67A, SJ-1447, December 12, 1992 Compaction effort was measured and evaluated based upon comparison of the densities tested in the field to the laboratory-established optimum dry density of the backfill materials used, as determined by ASTM 0 1557-78. The initial phase of our field compaction tests was made during installations of the captioned project's sanitary sewer extension pipes by Manuel C. Jardim, Inc., between June 1 and 22, 1992. The results of the tests, Tests No.1 through No. 79, indicated that the trenches were properly backfilled and compacted, except for the upper surface 24-inch trench backfill in the following six (6) sewer segments: Segments Stations 15+10 to 17+00 Stations 12 +60 to 14 +05 Stations 10+30 to 11+55 Stations 08 +40 to 09+10 Stations 06+00 to 07+25 Stations 01+25 to 02+55 Additional compaction effort was made by Manuel C. Jardim, Inc. in the upper surface 24-inch trench backfill of the six sewer segments, using a drop-hammer type compactor repeatedly. These previously inadequately compacted trench backfills were tested again on September 2, 1992 -- after approximately three (3) month of vehicular loading. A toal number of ten (10) compaction tests, Tests No. 80 through No. 89 was made and indicated that these sewer segments were properly compacted, except for the following four (4) segements: Segments Stations 15+10 to 17+00 Stations 13+40 to 14+05 Stations 06+00 to 07+25 Stations 01+25 to 01+85 Further improvements in compaction were noted in these four previously inade- quately compacted trench backfills during our November 18,1992 compaction tests. These improvements were partially due to approximately one additional month of vehicular loading and partially due to the compaction effort made during construction of the new Railway Avenue pavement structural sections for the City of Campbell. A total of six (6) compaction tests was made on November 18, 1992 and indicated that these previously inadequately compacted trench backfills were properly compacted to the minimum required 95% relative compaction. Our services consist of professional oplnlons and recommendations made in accordance with generally accepted geotechnical engineering principles and practices. This warranty is in lieu of all other warranties either express or imp 1 i ed . 117-61A.006 Cyme, Inc. Page 2 West Valley Sanitation District Project 117-67A, SJ-1447, December 12, 1992 If you have any questions regarding our findings, please call. Very truly yours, CYME, INC. ~A;J~ '/~~ll:. /~in Project Principal Geotechnical Engineer No. 526 FR/BML:ach (5 copies sUbmitted) Attachment: Figures 1 through 3: Site Plans Table 1: Summary of Field Density Test Results Table 2: Summary of Laboratory Compaction Test Results 117-67A.006 Cyme, Inc. Pa ge 3 TABLE A SUMMARY OF FlFLD DENSITY T.r..ST RESULTS "..;;;. . I I .c e:: Field ~ . .. "iii~ I) JJ ~ S- ID Cl.Q)'C .... ~o- .5~ ....O~ Cl,) e~g . ~ ~!f B c Q) - 00_ Remark 0 o III ..~~ ~.. E I) ~ E ~- Z .... . 0 - :::: ., 'filii::: 2~- I) I) . ON ... ::1"'- ::l .... I) ~ 8 .... a- ~~.c ! ~"B l~~ ... III ID"~ E ~ . E 8- Code ID Q)a- Qi ._ c ~= .... Q) d~ ... 0 III ~o c::l 00- --.... :::; >. I) .!l .. f:-o 8: - C ::EO .. 0 e Cl....- Q G> () <~~ < J&l ~~.... OQ j:l:;!. 1 6/1 2.5 Please 1 129.6 7.7 8.0 134.4 96 P/90 2 6/1 4.0 Refer 1 103.9 11.8 8.0 134.4 77 F/90, RW 3 6/1 4.0 To 1 120.9 10.7 8.0 134. 4 90 P/90 4 6/1 2.0 Site 1 121. 3 10.6 8.0 134.4 90 P/90 Plans 5 6/2 "- 121. 8 11.0 7.7 136.9 89 0.0 Figure 1 F/95 6 6/2 0.0 1 1 125.1 8.8 7.7 136.9 91 F/95, RT-5 7 6/2 2.0 Through 1 125.8 9.4 8.0 134.4 94 :? /90 8 6/2 3.0 Figur.. 1 122.0 11.3 8.0 134.4 91 f!90 9 6/2 2.0 3 1 120.8 11.0 8.0 134.4 90 P/90 10 6/2 2.0 1 116.4 11.3 8.0 134.4 89 F/90, RW 11 6/3 2.0 1 122.8 10.0 9.8 130.5 94 P/90 12 6/3 3.5 1 113..9 12.1 9.8 130.5 87 F/90 13 6/3 3.5 1 121. 5 12.0 9.8 130.5 93 P/90, RT-12 14 6/3 2.0 1 117.5 9.5 9.8 130.5 90 P/90 15 6/3 3.0 1 122.5 10.8 9.8 130.5 94 P/90 16 6/3 3.0 1 128.0 8.8 9.8 130.5 98 P/90 17 6/3 2.0 1 120.8 8.6 9.8 130.5 93 P/90 18 6/3 2.0 1 125.3 8.6 9.8 130.5 96 P/90 19 6/4 0.0 1 129.7 5.8 7.7 136.9 95 P/95 20 6/4 G.O 1 130.8 5.9 7.7 136.9 96 P/95 - .'---- 21 6/4 0.0 1 129.2 6.9 7.7 136.9 95 P/95 6/4 -- - 22 0.0 1 125.9 8.0 7.7 136.9 92 F/95 ~tion Code: Remark Code: 1 Through 3: Refer to site plans, P: Passing Test. figure 1 through 3. F: Failing Test. 90: 90 Percent Relative Compaction Required. 95: 95 Percent Relative Compaction Required. RT-10: Retest of Test No. 10. RW: Material was observed to have been reworked. Compaction was considered adequate. Lab. Test Method Field Test Method Field Tested by Date Pro1ect No. Pall!:e ASTM D 1557-78 Nuclear Gauge FK Dee. , 1992 117-67A 1 of 5 Form ( 5/19/81 ) CYJ\.fE, INC. TABLE 1 SUMMARY OF FlELD DENSITY Tt:ST RESULTS ".;.; .c...~ Field . I .0 .. I ... t) .c ~ e- Cll ... Cll Gl :i~ Gl e-Gl~ - :!u- '"-'ots'? . ~ c=l~f B c: D .. 8 Gl - o u_ Remark 0 o III >. ""- Elll~ E! - z .... · :3 0 - ::: Cl il= t'~ ~ 2~- t) Cl .. ON ... ::s ... - Il > g ~ 8'8 =' .... - 0\ ~ . .c ~~~ Cll"'~ E ~ .. E K Code Cll ~O\ Q i ._ c: to:: .... Q) ~- io.! OU 00_ Il.!!'" ~ ~ Q ;:EU ~oi ~>.- Q Il C,) - c: <( Jr;l 0.... <(~ii: );... OQ =8. 23 6/4 0.0 Please 1 124.0 6.7 7.7 136.9 91 24 6/4 3.0 Refer 1 128.5 10.4 7.7 130.5 99 P/90 25 6/4 2.0 To 2 117.7 10.4 7.7 130.5 90 P/90 26 6/4 3.0 Site 2 127.7 9.4 7.7 130.5 98 P/90 27 6/4 2.0 Plans 2 117.0 8.7 7.7 130.5 90 P/90 "28' 6/4 3.0 Figure 2 119.8 10.5 9.8 130.5 92 P/90 29 6/4 3.0 1 2 118.4 10.0 9.8 130.5 91 P/90 30 6/4 2.0 Through 2 121. 8 12.2 9.8 130.5 93 P/90 31 6/4 2.0 Figure 2 122.1 13.4 9.8 130.5 94 P/90 3 32 6/5 3.0 2 117.8 12.4 9.8 130.5 90 P/90 33 6/5 2.0 2 120.2 12.7 9.8 130.5 92 P/90 34 6/5 1.5 2 131. 5 9.5 9.8 130.5 96 P/90 35 6/5 3.0 2 115.7 12.2 9.8 130.5 89 F/90, RW 36 6/5 2.0 2 118.0 11.1 9.8 130.5 90 P/90 37 6/5 3.0 2 118.8 10.2 9.8 130.5 91 P/90 38 6/5 2.0 2 121.1 11.0 9.8 130.5 93 P/90 39 6/8 2.0 2 118.3 13.3 9.8 130.5 91 P/90 40 6/8 3.0 2 117.4 10.4 9.8 130.5 90 P/90 41 6/8 2.0 2 122.6 10.0 9.8 130.5 94 P/90 42 6/8 3.0 2 118.9 12.1 9.8 130.5 91 P/90 43 6/8 2.0 2 118.9 12.7 9.8 130.5 91 P/90. - -- -- i- 44 6/9 2.0 3 122.0 11.6 9.8 130.5 93 P/90 Location Code: Remark Code: 1 Through 3: Refer to site plans, P: Passing Test. figure 1 through 3. F: Failing Test. 90: 90 Percent Relative Compaction Required. 95: 95 Percent Relative Compaction Required. RT-I0: Retest of Test No. 10. RW: Material was observed to have been reworked. Compaction was considered adequate. Lab. Test Method I Field Test Methnii Fi eM Tested bv Date I Pro1ect No. PaEe ASTM D 1557-78 ~ Nuclear Gauge FK Dec. , 1992: 11 7-6 7A 2 of 5 Form ( 5/19/81 ) CYME,INC. TABLl:, 1 SUMMARY OF nELD DENSITY 'l.t:ST RESULTS ~ Fi eld . I .0 .. I ... .c...~ Cl .,0 c e- a:l e.a:l~ .... S8- 5~ ....o~ ~ ~'C D..8 . ~ ~!f B c ~ - o t)_ Remark 0 o III ..~~ ..... Sll~ e ~- Z .... · 0 - = tl il= Bi- II Cl .. ON ... ~... - CI) ~ ~ t ~ .c ! 8'8 ... e =' "'" .... a-. ~~1 a:l ... ~ e ~ .. e 8- Code a:l ~a-. ~ ~ ._ c tD:: _ CI) ;!-< 8:o~ Ot) ~ 00_ --... :::>.- CI).!i'" ~ - c ..:l < Ja;l :Et) B-oe 0.... Q CI) (,) <c!~ ~.. OQ p:! 45 6/9 2.0 Please 3 118.9 11.1 9.8 130.5 91 P/90 46 6/9 2.0 Refer 3 119.4 11.9 9.8 130.5 92 P/90 47 6/9 3.0 To 3 119.0 12.3 9.8 130.5 91 P/90 48 6/9 3.0 Site 3 119.4 11.7 9.8 130.5 92 P/90 49 6/9 2.0 Plans 3 117.8 13.4 9.8 130.5 90 P/90 50 6/9 2.0 Figure 3 117.9 10.0 9.8 130.5 90 P/90 51 6/9 2.0 1 3 122.6 10.4 9.8 130.5 94 P/90 Through 52 16/10 3.0 Figure 3 118.3 13.0 9.8 130.5 91 P/90 53 6/10 3.0 3 3 119.7 14.3 9.8 130.5 92 P/90 54 6/10 2.0 3 117.3 14.3 9.8 130.5 90 P/90 55 6/10 3.0 3 116.4 14.1 9.8 130.5 89 F/90, RW 56 6/10 3.0 3 117.3 14.6 9.8 130.5 90 P/90 57 6/10 2.0 3 126.5 8.4 9.8 130.5 97 P/90 58 6/10 2.0 3 123.7 11.6 9.8 130.5 95 P/90 59 6/11 2.0 1 120.6 11.9 8.0 134.4 90 P/90 60 6/11 2.0 1 121. 3 11.7 8.0 134.4 90 P/90 61 6/12 2.0 1 120.6 8.7 8.0 134.4 90 P/90 62 6/12 2.0 1 121. 4 7.9 8.0 134.4 90 P/90 63 6/12 2.0 1 124.6 10.3 8.0 134.4 90 P/90 .- 130.5 .-- 64 6/15 2.0 2 119.8 11.1 9.8 92 P/90 65 6/15 2.0 2 118.0 12.6 9.8 130 "5 90 P/90 Loca tion Code: Remark Code: 1 Through 3: Refer to site plans, P: Passing Test. figure 1 through 3. F: Failing Test. 90: 90 Percent Relative Compaction Required. 95: 95 Percent Relative Compaction Required. RT-10: Retest of Test No. 10. RW: Material was observed to have been reworked. Compaction was considered adequate. Lab. Test Method Field Test Method Field Tested by Date PrQ1ect No. Pa2'e ASTM D 1557-78 Nuclear Gauge FK Dec. , 1992 117-67 A 3 of.5 Form ( 5/19/81 ) CYME,INC. TABLE 1 SUMMARY OF FlELD DENSITY TEST RESULTS - , .c c: Fi eld . , ~~ .... ....~~ II .,OC S- ID e-~"O .... ~8- ,,",ot:/< Q) B c S ~ g 00_ 0 E-- ~!f >. Q) - Remark o III ....... Silt:/< e! - z ""' - ::: Cl illl::: >.~~ .ali- II I) . ON . 0 .. ::J ... - =' ""' I) ~ ~ .... 0'\ ~~.c ~ 8'8 R~I ... III ID....pJ? e ~ . e & ...- Code ID Q)O'\ Q € .... c bD.... _ Q) d- io.! 00 Q 00_ ~oi =~"-" I)s.... E-- - c: ~ ~o 0.... ~ I) U <~ii: < J&:l ~.... 00 ~! 66 6/16 2.0 Please 3 121. 8 11.0 9.8 130.5 93 P/90 67 6/16 2.0 Refer 2 118.9 11.1 9.8 130.5 91 P/90 To 68 6/16 2.0 Site 2 117.8 12.4 9.8 130.5 90 P/90 69 6/16 2.0 Plans 1 120.2 12.7 9.8 130.5 90 P/90 Figure 70 6/19 0.0 1 2 123.3 5.5 7.7 136.9 90 F/95 71 6/19 0.0 Through 2 134.0 f.3 7.7 136.9 98 p/95 72 6/19 0.0 Figure 2 132.5 5.7 7.7 136.9 97 P/95 3 73 6/22 0.0 3 125.4 6.1 7.7 136.9 92 F/95 74 6/22 0.0 3 131.1 5.8 7.7 136.9 96 P/95 75 6/22 0.0 2 125.6 4.5 7.7 136.9 92 F/95 76 6/22 0.0 2 132.4 5.8 7.7 136.9 97 p/95 77 6/22 0.0 2 119.7 4.4 7.7 136.9 87 F/95 78 6/22 0.0 1 135.1 4.0 7.7 136.9 99 p/95 79 6/22 0.0 1 123.2 6.1 7.7 136.g 90 F/95 80 9/2 0.0 3 129.6 4.4 7.7 136.9 95 p/95, RT- 7 3 81 9/2 0.0 3 124.6 6.1 7.7 136.9 91 Fi95 82 9/2 0.0 2 119.5 14.0 7.7 136.9 87 F/95, RT-75 83 9/2 0.0 2 133.9 6.2 7.7 136.9 98 P/95, RT-70 84 9/2 0.0 2 129.3 3.3 7.7 136.9 95 P/95 .- P 195, RT-n R5 9/2 0.0 2 132.1 6.4 7.7 136.9 97 -- -- t-- 86 9/'1. 0.0 1 131. 4 3.7 7.7 136.9 96 P 195, RT-79 Location Code: Remark Code: 1 Through 3: Refer to site plans, P: Passing Test. figure 1 through 3. F: Failing Test. 90: 90 Percent Relative Compaction Required. 95: 95 Percent Relative Compaction Required. RT-10: Retest of Test No. 10. RW: Material was observed to have been reworked. Compaction was considered adequate. Lab. Test Method Field Test MethM Field Tested by 1 Date Pro1ect No. Page ASTM D 1557-78 Nuclear Gauge FK I 1992 117-67 A 4 of 5 I De c. , Form ( 5/19/81 ) CYME, INC. TABLE 1 SUMMARY OF FlELD DENSITY TEST RESULTS - .c e:: Fi eld . I ~~ , .... ....-;r;'i I) .,&J ~ S- III ~I)"O ... Su- ....o~ I) S....g . f-4 Q~E ~ c:: I) o u_ Remark 0 ...~~ - o III 501'" SI)~ S ~- Z ....N . t::l - = I) 'E1ll:: B~- I) I) .. 00'\ ... ::sM- I) > ~ .... 1)0'\ ~~.c ~ !J"8 ~~~ 50< III .~ 1: ~ 13 ~ .. S! 8- Code III Q il to= ~ I) .... ..... 8:0~ ou 00- I) .!l ... B ...:l ~ --... it'- f-4 - c:: ~ ~u 8' 0 C Q I) c.> <~~ < rz:l ~~ OQ ~!. 87 9/2 0.0 Please 1 127.5 3.2 7.7 136.9 93 F/95, RT-22 88 9/2 0.0 Refer 1 124.5 3.8 7.7 136.9 91 F/95, RT-23 89 9/2 0.0 To 1 124.8 5.4 7.7 136.9 91 F/95, RT-6 Site 90 11/1 0.0 Plans 1 130.5 2.3 7.7 136.9 95 p/95, RT-89 91 1/H 0.0 Figure 1 130.4 2.5 7.7 136.9 95 p/95, RT-88 92 1/H 0.0 1 1 131.1 2.0 7.7 136.9 96 p/95, RT-87 93 I/H 0.0 Through 2 136.8 8.3 7.7 136.9 100 p/95, RT-82 94 l/H 0.0 3. 3 132.3 3.8 7.7 136.9 97 p/95, RT-81 - t - Location Code: Remark Code: 1 Through 3 : Refer to site plans, P: Passing Test. figure 1 through 3. F: Failing Test. , 90: 90 Percent Relative Compaction Required. 95: 95 Percent Relative Compaction Required. RT-10: Retest of Test No. 10. RW: Material was observed to have been reworked. Compaction was considered adequate. Lab. Test Method Field Test Method Field T~sted by Date Proiect No. PalZe ASTM D 1557-78 Nuclear Gauge FK Dec. , 1992 117-67 A 5 of 5 Form ( 5/19/81 ) CYME, INC. ( TABLE-2 SUMMARY OF LABORATORY COMPACTION TEST RESULTS DATE SAMPLE SAMPLE OPTIMUM OPTIMUM REMARK OF DRY DENSITY MOISTURE TEST NO. DESCRIPTION ( PCF ) CONTENT CODE tCJ" 02/04/92 1 CLEYEY SAND/ 134.4 8.0 OM CLEYEY GRAVEL, both fine to coar :;e grained, dark bra N11 02/04/92 2 SILTY SAND, fine 130.5 9.8 OM to coarse grained, dark brown. 06/2/92 3 SANDY SILTY GRAVI L.., 136. 9 7.7 IF' both fine to coar se grained, grey bro~ ~, - EXPLANATION OF REMARK CODE: OM: On-site materials. IF: Import fill materials. TEST METHOD TESTED B1 DATE PROJECT NQ PAGE ASTM D 1557-78 HK Dec., 199L 117-67 A 1 of 1 Form ( 5/19/81 ) U), .t:. . .~,_. ,- ':2 X-. It II '. ~ I; 'j"~' f' I: I o ,; I 'Ii: ; ~S. j :4l~ ; ~ .. o ,I ~ .: Q. " ~t. ,1 > " j, - - n s I; " ;1 " !, .i >, <,: f'T1 f'l --....... Q.. ~ , ('\ "1 .. . .~.. . J i '. ., I . '- ~ :. , .~.. :1 ~('I'.;, I . . r . . - ., - ~ . ~j; 'lH:+ ~ ;~:'/~--~- . ---:'. . " ~ ~ I') 11'\' I , - '- S. J :3!!t st ... f' ~ ~ )> I S:.. , " , I , )> I .< fD r-. ~ ...\ I .. ....... . .. 1..0 I : , ~ r ." 1,.1. i "r ...' , , )> ~ 00 <: :;. ~ , ':il- (T ~! f"I ~ i! ~i I, . '" I ; 1 !!~~ ~ ~ " , '" t .srli~~T '(D ~ 1<D ;0 l'd ' f) . Ao . jill.; , 9" '," f) "9i '-~-,., >." "'. ~ ~ -'.~ 'I '.., ~ , ", . m r llS9l8t:> ~1t:> JNI WI9~8.f.,J l3nNtlW 0::::21 26, ,lE! N.nr \ . c' :z: S ~ :z w:; ~"t1~~ ~. :=,.... - 0 -~n ~CD-=' r-OinS; a:.c~:::o :l:/C')lI:)~ 2..... - -~~3: >0 ;>' ~ -<2 '.I'> P CD ..... ~ ,,~ -, - . :.A ':t' E " ~:Do ~ ~ g "'<. II! I~<<\ ~ c} "'\:r:, c::: ., "\ ~ \A ~ t::' "] -l.~"'" ~ ~~ 0..... !?\ "'"' ~ M'\~~ ~('\ pi n .c: 0 ~~ n;. -\ ~ s:. t'\ ~ ~ ~ Oo"C)~ 'T\ "'.0 ~ VI '"d :y -I ;vJ:lm /j :.. ~ )j ~~ ~ 11\ ~ 0 ~ ~-< ~ ~ ~CDG' ~. ~ t"J~~ ~ ~ 13" ~ - ~ ~ti'^ - It, ~~ JUN 01 ;'92 12 :'51 MANUEL' C-' JARDrrf INC" 4i5-48765-71~:;'-~;~_~:,~"~:::~:'-= ,::... _....,._ I I l I ...... 'I-T"-"-'-'--' .._, j! I '" '.. "- -- -,...,-\-- _I- i I " - --- - - -' 'J -'--j'- - - _ I ~ I \,/\ liI- ~"f) S ~ ~- - - ~l ~ i ~ ';, ~ ~ ~ ~ ~ ~ ~ ~ ,i., i.\1 ~ I ~ .. $ ~ ~ ~ ~ L~ ~ l~ g~ "'" ~ I i ~ eo, r- ~ or< r ~ '< r--. ~!r'"l ~ ~,~ ~ r ~ M" ~ ~ ~ 1_ 'lilT ;. g I ~ ~ - 0 ~ ~ ~ . ~ ~ ~ :0 ~ ~ ~ ~ 0 } ~ \'" ~ ~ 0: r-~, ; iJ '^:; 1'\ I< ~ "'t - . I~ ~ \):$ ;lftl l'" ~.; _ r... ~.~ ~ k ~ I' .., .,,-1,- ,",,1--..-,.. _ ilI1. __. -- ..- .... --.. ~- .~ ~ ~ ~ '., --- 1-, 1-_., _~i,_~_" , -I--, I...... '- ....... I~ ~ ~ ~ u ~._ _.~ - ,-. ,- 1-.. -~-+_ ~ - ..-1-- +- . i~ I~ i' ~- .~ -''''.- -\-- - ~ , , -~_._.- -'r ~ ...... ... ~ , ~ t=~ -~ . - :: - 1--- .- _ ... ., i--- J,__ ~ - _. ----- .--. ~.. ~ ~ ~ \..l \1\ C'. ... -t t.r. -. ~ ~ I~ ~ .... -- ; ....:: . ,_.. i 2: ~ II" -1--1'--- ,-. ~ 1-- ~. - ;.0;; :_1.- _"__' -. . ~ ~ ~ ~ "" -.......- -'.. N ,--,-+- .. -- - ~ 10.: , ~ I~ .. 1-1- --_. - -. . .._" -- 1- ..-" .. .0'0 0- -I---. .__ - . ._~-- .. :,-&. f '- -i-I-- ---.-... - r< - .""~..- "',- ~ . I 1.-;.- -- , i -. - .... "I" ..-- Jo. '." ---- f-- - __1-_ _ -- .-.. -_.. " -_. ., -- -- .-- . --. -.. 0 _'_ .__. "__ --" - = --. . ---.'.. H:~ .., . , " =r-=;:= = .= --:- -"-- : __ ,., ....- '-- "-- ".-- _. --.1-, -___ _ ..- ... "., '. .. ., -..., - -... - _. - -..- .--... T ~, - "-'1 C--- - __ f I , i - -.. ......-- _. - ',~,_. P.l CA t ~ ~ ~ ~~ ~__n~ ; ~ t '-( ~ I ~ ~! ~.( '=l ~ .. :~ ..~ "'C\ en --,.,; ~~ ~ ~ __, ~ 07= :it. ~ f:; ra :-J ...~ If, ::ll) ;;: ~! l~~ 3 t ~~ IQl: .;. ~f[~~- - ~J.1 '"' ..~ r,1,~ ~~ ",L:.- ~~ I 7J - ~"" 0.- .::0 7J 0 '" I'\JrI I"IH r2~ ... :V'"i:' - '0: .~ I~ 1:lC:. 17<; to- ~ u ,,~; .~ ;IS .... Cl. " . :. "a_ ~S ... -: ;:: ~ -< ). -19 ~ 0 n; ~~ l:;l> . o3~ "'2S: H~ CiI'" :r--' tn~ 17 ~..:: r- :tw. ...."c-~ ~ ~ &'; \ ~ '& ... - ~. ". -.., '-'I ,:'.: --: -:'~I'. . ~- - , ~ ~ -,..-.. . ....,,-_...__..~-_. --.- -,~--_..~,~- ~I/I- , , ..,,,. --, .... .-.. ._, - - -l_ - .--- -.. - --1+ - ._+__~,__. __>--. (l\~ ~ j~l~ --1 , '. :. ..~ . !r!o:: . .... ...... : t; 3'.. !~ . A.J " .J1' 11 ." - n ~ ~ o r""""\ '--" Z --t - ~ ~ '--' r -FA-i ~ ~ -... A...J m "- .JI' . (f) - G) z - z G) t.~.J I::~ ~::::' ..:- ..... ,"'f' :< r;~' f"-~ 1...) l::..l j ~.; : - i ...... . . .... f) I ~::::; -:.. F~ T C: ..;-; ......1 C ; ::::; L1 E: 1....1 T ..;.. i C) D C: i._~ ~ .\.!. I i": ,'..~,. 'j... ......,.....i.. 1', ~.l :.j .:::. i""! ()():::.;(:~ (j () 1:-1- /\ C;()~Sl\ :'i (, I',; U E L_ ~ vr ~'-_ \~~ ,... ... . \..i j....1 ('"'. .~._.' .j. , :C 1\.\C: II MA-r'~F:IAL.. SUBMI-r-f'Al_S DISTRICT:RAILROAD () () ':7 {\ : ':~ ~2 () () :~~~ ..- () () 1 ! ; l..; ~ ,'. - ... l \/ 1\ ..'i 1._ ,._ .:::. Y ~::: t\ ~....~ I .-.. 1/':'11:~: \(. :"/jC:.J ; 'J~2()():;::"-'()~) 1. . - - - - - - - . ; l-.::..!~~()()~~..._()():, ; 13::;~()()::~~..._()C; 1 . ... -. - ..... ..... ; ') :~~ C) () ~:~ ..-. () () 1 () () '::'.J /~'1 () () E: I-:'~'I : '::)~? (; i:) :~~ ..... () () j. '::) :::: () ():2 .... (; () :L ; '::.1 ~~~ (; () ~~~ .U' -', ,..-', oj . .M'_ .. _ '" : '::;,::;::()::):,:~. ..j .) i ':::.:~;;: ::) () ~:~ ..... 0 Ci :1. ...... " .. ... ':) :,::: ':) () ~:~ --.1,; j' ,--.; ,T', ;'_" ',' .,- -i' :\ ; .::::'L'';':;:'!.f.,. I; i"'";;.. :D E~: ~::::' :::: F~ :~ r="r I ;:J r",~ :lJSA NO'l-:[::M:[CA~-IONS; ;\1 iJ -;- J: F' '../ C: (\ L_ (J ~:J I"'; t\ T j? E l\~ c: H ::31"1 I] r~: I 1'",1 C~ ~:3 t:i F- E: -r \( l~.! t,; r\! tJ t:i L.N : :::;/4" CI?U3~-l!:::D !?DC!<: () () E" i:'\ i I::) ~~ () () ::~. .. i.) t) .L : ::.3 /.. ,:~. 11 C: i~:~ L.J ::::; ~.'i E Ii I? [I C::< ():i. C,,.:.\ ()], :L /, ".J .:. ..:".j'""; 1._: l.._ i:\ ~~.::; ~:::) ::~~ ~'3 .../ ':1. '1 {\ E: C:L...i:'\E;:::) 2 3/ .:~.llliE: . N'_' . '.N .__ \... '.-' I; ,.... :._' i ../ ::~~ 11 r..l E~: I) i Hr.......,..,!':':. ! ~ "i f" ::... ,::-"_, :2" 1"1E::C:' ; ; ; f',; ." ! \..: ,.._ :.._ c: i:\ ~~:; ';. :;: )\.j 1.::i ~::) ; :....1 (\ >.1 t.; (J L.. [-: )"....1 t\ .r [:~ F:;~ I /\ ~_ ~~::; (_)~.~jA l'~2()()2--(:)~:)j. ~l~AN~-\(:Ji._~ BASE ;~Al-a i f....!.c;:.;:::: .:> :i: ;:::' l:::: ;:~< ;::- I -r -r- I;....; f::i ~=; ; ()::. '::~.P'l '....' .l. '._' i""! : ::::!..~-, :.-.: (".,~, , .....,.w.w......'.N : I":. t""l i-' . i.... " ,'-. ;'. . . .::::' .I.t.:]!"-!.Ll'--ii.::i I)/:'j .iL: .',- "'!'....jl::;-" , ... 111._:1 ()::.:;...... .I:~i:.:);" ,'""J'-:' AV~::~ SEW~~~:~~--I::AMf:'BE~_~_ U :,;,'5: 07 :::' t~: :'r~,-r= ; ~::3 Li E: j....j T "!- ":- :?::: :.~, . ~~:j..- 1. :;~~ 5.... 1 :? ..... ':::.' ::;~ ~5 ...- 1 ~;~ ..- '~-J :? __ .j "-1 t"', .-', '_..' ..... .l. ..::. -.. ::~'''::' ; r':'ll\ ~\.! LJ r:"/\ C: -~ t.J i? E:: ~;~: ....... ~::;;.J F' F:' L_ I E:~ F: : ;'._.'; /'\ !-',;1 !,::-i ,'-. ., ..... r-,7-'. ',. ;....' , , j ;";I'i '..J ;.._1... '._' II ...J r':I(':. .'_..' .:. i', : ;""1 j"~l !\l Ll E~ L.. , .,.. .., j",T\ '; h.-! i_.. u ....i :,.."'1 p:. L/ .,. j' i i r"'1 i:\ !\4 L.l F~ L ; tll f\ l\llJ r:: L. C: " ..J t~,I~~:D I i"'1 c" J,~~F:D I ;"! i r\1 I ~3 S I CJ l\~ i.../ {\ L. L_ E~ ../ 5-"'12--'32 ~LEXIN~iNrON QLJARF~Y 5--12.-132 :!?AISi::l'~ Pi~ODlJC~-S l,,:;C: : I:::' ., .-, "., ...)'''- J. .1::....- ::;~. I::' '1 ..) . '...., 'l~:-""/'r :...1,""::: -r ,.w1 !-'.; t..,! I .... r-, r..,...... __.I _..' .1. ..:.. .... .:.' ..:. I I.... i._ r.. .i. I "11_..1 ; *..} i.': L:..: *...' r.' f':. f':.l ,.w, ,-: ,..-, ;~'. 1 ! ,-. -!- f'-. i'N r,:.'._' lJ i._i I.... I .:::' hi,,,, ~.:; -... :t :;~ ..... '~:i :;;~ .._'::-J''':, ..i. "::w .... "'_ i:::' .; .'.'1 ,...,...., ~_l .1. ..:.. ..... ..:. : F~: i~:i ~~ ~; C:;--.~ i ~;~~ E:~ E~ I) ;':>: CJ f? l'~l 1...1 {\ r-"'! jl"~ANS(JN (:ONCnf:'~~~:(JD :~'.IA~ISON ::01\1!:u~:';~:8I) ~:.:: 1. ::2.... ,"', .'-, '" /\ r-.~ :~:; :::=~ :. ..: i:=: CJ i'..~ C: " ;:::';?;J [:. ....\...l~... '! ;..... ;..,j....,...."\. i !...] (_.,; "'~ .:::: L..' . '_.'_." j '.j '_.' i: ! j....,..... t..,; !;"-, ...... ..... ; !,'''jJ ,. r.....r-,:-... '...... ._l j....it"':.J._.' .' 1l~~IlI~'Y'....t"" MAY 2 8 1992 PubHc Workll/En!linoerir!') RECEIVED MAY 2 7 1992 WVSD WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY, CALIFORNIA 100 EAST SUNNYOAKS AVENUE CAMPBELL, CA 95008 CONTRACT DOCUMENTS FOR RAILWAY AVENUE SUPPLEMENTAL SEWER EXTENSION APPROVED FOR CONSTRUCTION. E eEl V E D City of Campbell MAR 18 1992 Public Works Permit No. 9'c1-I.J() elllalicWorb/Engineering ContrJctor must have these "0"' on the job site during construction. Approved Approved 1Id&~~ William A. ' ssler District Manager/Engineer ~ ~G-- ~~ __ Chairperson Board of Directors Res. 11:..2..2 Date: March 11, 1992 Date: March 11, 1992 NOTICE TO Prospective Bidders RE RAILWAY AVENUE SUPPLEMENTAL SEWER EXTENSION Pre-Bidding Meeting Gentlepersons: West Valley Sanitation District wishes to install a sanitary sewer main in Railway Avenue, City of Campbell, Santa Clara County. OBJECTIVE - Provide sanitary sewer service to an area southeast of Railway Avenue which is proposed for development. The existing, substandard sewer main in Railway Avenue will be abandoned during this sewer installation. DESCRIPTION - Install approximately 1,544 lineal feet of 10-inch and 12-inch sewer main and its appurtenances within the public right-of- way in accordance with the plans and specifications. All persons interested in submitting Bids on the above project are invited to attend a pre-bidding meeting to be held at the offices of West Valley Sanitation District at 100 East Sunnyoaks Avenue, Campbell, California 95008 at 2:00 PM on March 31, 1992. Any questions about the project will be answered at that time. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY SERVING RESIDENTS OF CITY OF CAMPBELL TOWN OF LOS GA TOS CITY OF MONTE SERENO CITY OF SARA TOGA UNINCORPORA TED AREA 100 East Sunnyoaks Avenue Campbell, California 95008 Telephone (408) 378-2407 April 1, 1992 TO: Planholders SUBJECT: Addendum No. 1 - Railway Avenue Supplemental Sewer Extension The following constitutes Addendum No. 1 to the Railway Avenue Supplemental Sewer Extension: 1. The encroachment permit from the City of Campbell is attached. Regarding Special provision 5, B, the District, with the assistance of the low-bidding contractor, will prepare a traffic plan to be submitted to the City of Campbell. The district will pay the fee for this permit. 2. A new detail for the manhole frame and cover is attached as part of this addendum. 3. The contractor is advised that the lateral sewers which are to be severed and reconnected into the new main sewer shall be cut with a saw to avoid damaging the existing pipe material. The district will not pay extra for repair of pipe damaged while severing the existing lateral sewers. PLEASE ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM WHEN SUBMITTING THE BID. Very truly yours, William A. Gissler Dist~~ ;;rkand by: Mike Fuller Assistant Civil Engineer Engineer enclosures (FORMERLY COUNTY SANITATION DISTRICT NO.4) NOTICE INVITING SEALED PROPOSALS OR BIDS WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY, CALIFORNIA RAILWAY AVENUE SUPPLEMENTAL SEWER EXTENSION The Board of Directors of the West Valley Sanitation District invites sealed proposals or bids for the construction of sanitary sewer mains, wye branches, risers, manholes and building sewers, as more particularly described in Resolution No. 92 .~.~, adopted by said Board on March 11, 1992, which resolution is on file in the office of the District Secretary and to which reference is hereby expressly made for a more particular description of that portion of the work to be done. OBJECTIVE - Provide sanitary sewer service to an area southeast of Railway Avenue which is proposed for development. The existing, substandard sewer main in Railway Avenue will be abandoned during this sewer installation. DESCRIPTION - Install approximately 1,544 lineal feet of 10-inch and 12-inch sewer main and its appurtenances within the public right-of- way in accordance with the plans and specifications. All of said work is to be done at the places and in the particular locations, of the forms, sizes, dimensions and materials, and to the lines, grades and elevations as shown and delineated upon the plans, profiles and specifications made therefore and preliminarily approved by said Board on March 11, 1992. Bids are solicited for work on units shown in said plans and specifications. Payments will be made in cash by said District to the Contractor in accordance with the provisions of the specifications, and on itemized estimates duly certified and approved by the District Manager and Engineer submitted in accordance therewith, based on labor and materials incorporated into said work during the preceding month by the Contractor. District shall make progress payments and final payment pursuant to section 9-3 of the Standard Specifications. Pursuant to section 4590 of the California Government Code, the Contractor will be permitted, at its request and sole expense, to substitute securities for any monies withheld by the District to ensure performance under the contract. Said securities will be deposited either with the District or with a state or federally chartered bank as escrow agent. Securities eligible for this substitution are those listed in section 16430 of the California Government Code or bank or savings and loan certificates of deposit. The contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon. Notice is hereby given that pursuant to Section 1773 of the labor code of the State of California, the Board has obtained from Director All proposals or bids shall be accompanied by cash, cashier's or certified check payable to the order of West Valley Sanitation District, amounting to ten percent (10%) of bid, or by a bond in said amount and payable to said District signed by the Bidder and a corporate surety, or by the Bidder and two sureties who shall justify before any officer competent to administer an oath, in double said amount and over and above all statutory exemptions. Said check shall be forfeited or said bond shall become payable to said District in case the Bidder depositing the same does not, within 15 days after written notice that the Contract has been awarded to him, enter into the Contract with the District. Before execution of a Contract with the District, the successful Contractor shall furnish a surety bond in an amount equal to one hundred percent (100%) of the Contract price as security for the faithful performance of this Contract and shall furnish a separate bond in an amount at least equal to one hundred percent (100%) of the Contract price as security for the payment of all persons performing labor and furnishing materials in connection with this Contract. Said sealed proposals shall be delivered to the District Manager and Engineer on or before 2:00 PM on April 7, 1992, at 100 East Sunnyoaks Avenue, Campbell, California 95008, said time being at least fourteen days from the time of first publication of this notice. Bids will be publicly opened, examined and declared on said day and hour. Said bids will be referred to and considered by the Board at its meeting at 6:00 PM, on April 8, 1992. A copy of the plans and specifications may be obtained from West Valley Sanitation District, 100 East Sunnyoaks Avenue, Campbell, California 95008, upon payment therefor of $10.00 which is non- refundable. Contractors sUbmitting bids shall be licensed in accordance with the provisions of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code of the State of California. The Contractor shall not employ a subcontractor on the work who is not duly licensed in accordance with the provisions of said chapter. Dated: (JLt4c t~ I~'/ Iff:;'~ (i~l/--ki-:^ ~,>_), -UJ; (~J. ~ . / '--,' - ....._-/ S~~retary of the Board y .. CONTENTS PART A INFORMATION FOR AND INSTRUCTIONS TO BIDDERS PART B BID REQUIREMENTS AND CONTRACT FORMS PART C SPECIAL PROVISIONS PART D STANDARD SPECIFICATIONS * PART E STANDARD DRAWINGS PART F SOILS REPORT PART G PLANS AND PROFILES (SEPARATE) * Contractor can purchase the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - 1991 EDITION at the following address BNI BOOKS, Division of Building News, Inc. P.O. Box 3031 Terminal Annex Los Angeles, CA 90051 or by calling the following telephone number: (213) 202-7775 PART A INFORMATION FOR AND INSTRUCTIONS TO BIDDERS Standard Specifications Section Reference Title Page ------- -------------- ----- A-1 Examination of site " Drawings and Specifications 1 A-2 2-7 Test Borings 1 A-3 2-5.1 Interpretation of Plans and Documents and Issuing of Addenda 1 A-4 Submission of Bids 2 A-5 Preparation of Bid Forms 5.1 Erasures 5.2 Modifications 5.3 Signature of Bidder 2 A-6 2-3 Subcontractors 3 A-7 Withdrawal of Bids 3 A-a Bidders Interested in More Than One Bid 3 A-9 Contract Parts 4 A-10 Award of Contract 4 A-11 Execution of Contract 4 A-12 Failure to Execute the Contract 4 A-13 Return of Proposal Guaranties 5 A-14 7-2.2 Wage Schedule 5 A-l Examination of Site, Drawings and Specifications ----------------------------------------------------- It shall be the responsibility of the Bidder to thoroughly examine the site of the work prior to sUbmitting a bid to the District, and to satisfy himself as to conditions to be encountered in performance of the work. No claim against the District for unusual conditions will be allowed if such conditions could have been ascertained upon a reasonable visual site examination. Bidder shall thoroughly examine and be familiar with the Specifications and Drawings. The failure or omission of any Bidder to receive or examine any form, instrument, addendum or other document or to visit the site and acquaint himself with conditions therein existing shall in no wise relieve him from obligations with respect to his bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section. A-2 Test Borings The District excavated test holes in the vicinity of the proposed sanitary sewer extension. The locations of said test holes are shown on the plans. Information gained from these test holes is contained in the soils report attached as Part F of these specifications. The District, or its Engineer, assumes no responsibility for the accuracy of the soils report, and the Bidders use the same at their own risk. Ground water levels, in particular, are subject to change and the information given is valid only for the location and date indicated. The Bidder is free to make other borings or tests that he may deem necessary. Bidders planning to make borings or other tests must check with the owners of properties or with the agency having control of streets for permission to conduct the test. A-3 Interpretation of Plans and Documents and Issuing of Addenda The District may, when it deems necessary, issue addenda to the plans and specifications to amend, clarify or correct matter contained therein. Such addenda shall constitute a part of said plans and specifications and shall be equally binding with them. Addenda shall be forwarded to all prospective Bidders. Bidders shall acknowledge receipt of addenda at the time of bidding. If any person contemplating submitting a bid for the proposed Contract is in doubt as to the true meaning of any part of the Specifications and Drawings of other Contract documents, or finds discrepancies in, or omissions from, the Specifications and Drawings, he may submit to the District a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretations or 1 corrections of the Contract documents will be made only by addendum duly issued, and a copy of such addendum will be mailed or delivered to each Bidder receiving a set of such Contract documents. The District will not be responsible for any other explanations or interpretations of the Contract documents. No oral interpretations of any provision in the Contract documents will be made to any Bidder. A-4 Submission of Bids The District invites bids on the form attached, to be submitted at such time and place as stated in the NOTICE INVITING SEALED PROPOSALS. All blanks in the Bid form must be appropriately filled in. Wherever called for, a unit price and total price shall be shown for each item. The unit price and total price may be shown as numbers only (i.e., the unit price need not be written in words). The total price shall be the product of the Bidder's unit price and the Engineer's estimated quantity. After the bids have been opened and before any official decision is reached, the Engineer shall check all bids for correctness. If a discrepancy is found between the unit price bid and the total price, the unit price shall be deemed to reflect the bidder's intention and the total price shall be recalculated. All bids must be submitted in sealed envelopes bearing on the outside the name of the Bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the Bidder to see that his bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the Bidder unopened. A-5 Preparation of Bid Forms A-5.l Erasures. The bid submitted must not contain any erasures, unless such correction is suitably authenticated by affixing in the margin immediately opposite the correction, the surname or surnames of the person or persons signing the bid. A-5.2 Modifications. Changes in or additions to the bid for, recapitulations of the work bid upon, alternative proposals, or any other modification of the bid form which is not specifically called for in the Contract documents may result in the District's rejection of the bid as not being responsive to the invitation. No oral or telephonic modification of any bid submitted will be considered except when a written confirmation is postmarked prior to the opening of the bids. 2 A-5.3 Sianature of Bidder. The Bidder must affix his authorized signature to the bid form. If the Bidder is an individual, his business address must be shown. If the Bidder is a firm, partnership or corporation, the business address of the firm, partnership or corporation shall be shown. For a corporation, the state in which incorporated shall be shown and the corporate seal shall be affixed to the bid. A-6 Subcontractors ------------------- Each Bidder must submit with his bid: (a) The name and the 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 1 percent of the prime contractor's total bid. (b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid. Regulations governing the use of subcontractors are set forth in Part 1, Section 2.3 of the Standard Specifications. A-7 withdrawal of Bids ----------------------- Any Bidder may withdraw his bid, either personally, by written request or by telegraphic request confirmed in the manner specified above, at any time prior to the scheduled closing time for receipt of bids. A-a Bidders Interested in More Than One Bid -------------------------------------------- No person, firm or corporation, shall be allowed to make or file or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm or corporation that has submitted a subproposal to a Bidder, or that has quoted prices of materials to a Bidder, is not thereby disqualified 3 from submitting a subproposal or quoting prices to other Bidders or making a prime proposal. A-9 Contract Parts The Contract shall consist of the following documents, each of which is on file in the office of the Secretary of the District and all of which are incorporated herein and made a part thereof by reference thereto: 1. The Contract 2. Notice Inviting Sealed Proposals or Bids 3. Instruction and Information to Bidders 4. Accepted Proposal 5. Faithful Performance Bond 6. Labor and Materials Bond 7. Special provisions 8. Standard specifications 9. Design Standards 10. Plan, Profile, and Detailed Drawings A-10 Award of Contract ----------------------- The District reserves the privilege of rejecting any or all bids should it deem such action to be for the public good. The District shall reject all proposals or bids other than the lowest regular proposal or bid of any responsible Bidder, and may award the Contract to the lowest responsible Bidder at the prices named in his proposal. A-11 Execution of Contract --------------------------- The Contract shall be signed by the successful Bidder and returned, together with the Contract Bonds within FIFTEEN (15) days, not including Sundays and legal holidays, after the Bidder has received notice that the Contract has been awarded. A-12 Failure to Execute the Contract ------------------------------------- Failure to execute the Contract and file acceptable bonds as provided herein within FIFTEEN (15) days, not including Sundays and legal holidays, after Bidder has received notice that the Contract has been awarded shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. If the successful Bidder refuses or fails to execute the Contract, the District may award the Contract to the second lowest responsible Bidder. If the second lowest responsible Bidder refuses to or 4 fails to execute the Contract, the District may award the Contract to the third lowest responsible Bidder. In any such contract, so awarded, the Contractor awarded the work shall faithfully execute the same as if he were the first lowest Bidder, and the first and second lowest Bidders shall forfeit their guaranties to the District. A-13 Return of Proposal Guaranties ----------------------------------- Within 10 days after award of Contract, the District will, upon demand, return the proposal guaranties accompanying the proposals of all Bidders except those of the three lowest responsible Bidders as determined by the District. Proposal guaranties of such three lowest responsible Bidders will be held until the contract has been finally executed, after which they will be returned to the respective Bidders whose proposals they accompany. A-14 Wage Schedule ------------------- Pursuant to Section 1773 of the Labor Code of the State of California, the Board has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holidays and overtime work for each craft, classification or type of workman required to execute the contract. A copy of said prevailing rate of per diem wages is on file in the office of the secretary to which reference is hereby made for further particulars. Said prevailing rate of per diem wages will be made available to any interested party upon request, and a copy thereof shall be posted at the jOb site. The provisions of Article 2, Chapter 1, Part 7, Division 2 (commencing with Section 1770) of the Labor Code, and particularly Section 1775 thereof, shall be complied with. 5 PART B BIDDING REOUIREMENTS AND CONTRACT FORMS Standard Specification Form Reference Title Page ------------- ----- B-1 * 2-4 Notice Inviting Sealed Proposals 7-2.2 or Bids 9-3 B-2 Bid 1 B-3 Experience and Financial Qualifications of Bidder 5 B-4 2-3 Designation of Subcontractor 6 B-5 Noncollusion Affidavit 7 B-6 Contract Form 8 B-7 2-4 Contract Bonds 11 * See front pages of these contract documents. BID SANITARY SEWERAGE PROJECT WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY, CALIFORNIA The Honorable Board of Directors West Valley Sanitation District of Santa Clara County 100 East Sunnyoaks Avenue Campbell, California 95008 hereinafter called the "District" 1. Pursuant to and in compliance with your advertisement for bids and other Contract Documents relating thereto, to the undersigned Bidder, having thoroughly familiarized himself with the conditions of the Contract, and cost of work at the project site, the Plans, Specifications, and other Contract documents, hereby proposes and agrees to perform within the time stipulated, the Contract and all of its component parts and everything required to be performed. The undersigned Bidder proposes to provide and furnish any and all of the labor, materials, equipment, tools, expendable equipment, sales tax, use tax and other taxes, licenses and all utility, transportation and other services necessary to perform the Contract and to complete, in a workmanlike manner, all of the construction work covered by the contract, in connection with the District's Railway Avenue Supplemental Sewer Extension, for an amount computed upon the basis of the quantity of work actually performed at the following unit prices. 1 B-2 No. 1. 2. 3. 4. 5. 6. 7. 8. 9. RAILWAY AVENUE SUPPLEMENTAL SEWER EXTENSION Estimated Quantity * 24 L.F. 1,520 L.F. 5 Each 3 Each Description 12-inch main sewer complete in place per specifications $ * 10-inch main sewer complete in place per specifications $ 4' diameter manholes complete in place per specifications $ Remove existing sanitary sewer manholes $ 1 Each Abandon sanitary sewer manhole at station 19+50.5. $ ** 25 Each Reconnection existing lateral sewers at new main $ *** 75 L.F. Reconstruct existing lateral sewers to tie into new main sewer $ Lump Sum Excavate and compact three soils test holes shown on plans $ Lump Sum Adequate shoring, sheeting and bracing for the protection of life and limb which shall conform to applicable safety order $ TOTAL ABOVE unit Price $ Total Price $ $ $ $ $ $ $ $ $ ---------------------- ---------------------- 2 On the lines provided below the bidder will acknowledge receipt of addenda (by date of transmittal letter) issued by this district. * Because of Campbell's Local Improvement District #30, the 4" AC cap may not be required over the trench. Contractor shall give an amount to be deducted from the contract price if temporary paving is required instead of the 4" AC cap: $ ** The district reserves the right to reduce the number of lateral sewer connections. Contractor will be paid for actual number of lateral connections made. *** The exact footage of reconstruction for these lateral sewers is not known. Contractor shall be paid for the actual footage reconstructed at the unit price bid. 2. The Contractor must designate the sewer pipe material he intends to use on this project. It is understood that the Contractor is obligated to use the sewer pipe material designated, if awarded the contract. Pipe material to be used: 3. It is understood that Contractors will bid all Units and that all Units will be awarded to one Contractor. 4. The undersigned, having checked carefully the above figures, understands that the District will not be responsible for any errors or omissions on the part of the undersigned in making up this Bid. bid bond 5. Accompanying this Bid is a certified check in the amount cashier's check of Dollars ($ ), which is in the amount of ten (10%) percent of the total amount of the bid for combined units and which it is agreed, pursuant to the Notice Inviting Sealed Proposals, shall be retained as liquidated damages by the District if the undersigned fail to execute the Contract and furnish the necessary bonds, and specified, within fifteen (15) days after notification of the award of the Contract to the undersigned, and presentation to him of the prescribed forms for signature. 6. In submitting this Bid, it is understood that the right is reserved by the District to reject any and all Bids, and to award a Contract to other than the lowest bidder. It is agreed that this Bid may not be withdrawn over a period of forty-five (45) days from the opening thereof. 7. Accompanying this Bid is a Statement of Experience and Financial Qualifications of the undersigned Bidder. 3 8. The statements contained in this bid are made under penalty of perjury. DATED FIRM NAME: OFFICIAL ADDRESS BY: CONTRACTOR'S LICENSE NUMBER Expiration Date Telephone No. (NOTE: The Bidder shall not add any conditions or qualifying statements to this Bid, as otherwise the Bid may be declared irregular as being not responsive to the Notice Inviting Sealed Proposals. Failure to attach an Experience and Financial Qualifications Statement and a Designation of Subcontractors will be grounds for disqualification of a bid by the District.) 4 B-3 EXPERIENCE AND FINANCIAL QUALIFICATIONS The bidder has been engaged in the contracting business under State License No. for a period of years. The bidder's three most recently completely contracts are: 1 2 3 Title of Project Owner Address Telephone No. Engineer in Charge Date Accepted Reference is hereby made to the following bank or banks as to the financial responsibility of the bidder: Name of Bank Address The reference is hereby made to the following surety companies as to the financial responsibility and general reliability of the bidder: Company: Address: Company: Address: Signature of Bidder 5 B-4 LIST OF SUBCONTRACTORS The following information is furnished relative to each subcontractor who will perform word or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid. The undersigned agrees that any portions of the work in excess of one-half of one percent of the total amount of this bid and for which no subcontractor is designated herein, will be performed by the undersigned. NAME OF PROPOSED SUBCONTRACTOR -- IF ANY (Section 4104 of Government Code) Name of Subcontractor Mailing Address Work To Be Done 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Signed Title 6 B-5 "NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone 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, 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 date 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." " Contractor PLEASE ATTACH PROPER NOTARY FORM 7 B-6 FORM OF CONTRACT THIS AGREEMENT, made and entered into this ___ day of , by and between hereinafter called "Contractor" and WEST VALLEY SANITATION OF SANTA CLARA COUNTY, hereinafter called the "District"; , DISTRICT WIT N E SSE T H WHEREAS, the Board of Directors of District has awarded a contract to Contractor for performing the work hereinafter mentioned in accordance with the sealed proposal of said contractor. NOW, THEREFORE, IT IS AGREED, as follows: 1. Scope of Work: The Contractor shall perform all the work, and furnish all the labor, materials, equipment and all utility and transportation services required to complete all of the work on construction and installation of the improvements more particularly described in Resolution No. . . , adopted by the legislative body of District on -- -- ~the items and quantities of which are more particularly set forth in the Contractor's bid therefore on file in the office of the District Secretary, except work done or to be done by others. 2. Time of Performance and Damages: The Contractor shall begin work within fifteen (15) days after official notice by the District Engineer to proceed with the work and shall diligently prosecute the same to the completion of work in line with Section C-1 of the specifications. It is agreed by the parties to the Contract that in case all the work called for under the Contract in all parts and requirements is not finished or completed within the time as set forth herein, damages will be sustained by the District, to the extent that cost of engineering, inspection and supervision and overhead expenses will be increased by such delay; it is, therefore, agreed that the Contractor will pay to the District the cost of such services incurred by the District for each and every day'S delay in finishing the work in excess of the time herein prescribed; and the Contractor agrees to pay said damages as herein provided, and in case the same are not paid, agrees that the District may deduct the amount thereof from any monies due or that may become due the Contractor under the Contract. 3. Payments: Payments will be made by District to the Contractor for said work performed at the times and in the manner provided in specifications and at the unit prices stated in Contractor's bid. With respect to any retention of payment by the District to ensure the performance of the contract, Contractor will be entitled to substitute securities as provided in Section 4590 of the California Government Code as more fully described in the District's Notice Inviting Sealed Proposals. 8 4. Component Parts: This contract shall consist of the following documents, each of which is on file in the office of the Secretary and all of which are incorporated therein and made a part hereof by reference thereto: a) The Agreement b) Notice Inviting Sealed Proposals or Bids c) Information for and Instructions to Bidders d) Accepted Proposal e) Faithful Performance Bond f) Labor and Materials Bond g) Special Provisions h) Standard Specifications i) Design Standards j) Plan, Profile & Detailed Drawings 5. Apprentices: Attention is directed to the prOV1Slons in sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the contractor or any subcontractor under him. Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the division of apprenticeship standards and its branch offices. 6. Hours of Labor: Eight hours labor constitutes a legal day's work. The contractor shall forfeit, as penalty to District, twenty-five dollars ($25.00) for each worker employed in the execution of the contract by him or by any subcontractor, for each calendar day during which any worker is required or permitted to labor more than eight (8) hours in anyone calendar day and forty (40) hours in any calendar week, in violation of the provisions of Article 3, Chapter 1, Part 7, Division 2 (commencing with section 1810) of the Labor Code, of the State of California, and in particular sections 1810 to section 1815, thereof, inclusive, except that work performed by employees to contractor in excess of 8 hours per day, and 40 hours during anyone week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day not less than one and one-half times the basic rate of pay, as provided in said section 1815. 7. Waqe Scale: The provisions of Article 2, Chapter 1, Part 7, Division 2 (commencing with section 1770) shall be complied with. Pursuant to sections 1770 and 1773 of the Labor Code of the State of California, the District has obtained from the Director of the Department of Industrial Relations the general prevailing rate for holidays and overtime work for each craft, classification, or type of workman required to execute the contract. A copy of said prevailing rate of per diem wages is on file in the office of the secretary, to which reference is hereby made for further particulars. Said prevailing rate of per diem wages will be made available to any interested party upon request, and a copy thereof shall be posted at the job site. 9 Contractor shall comply with Labor Code section 1775. In accordance with section 1775 Contractor shall forfeit as a penalty to District, $25.00 for each calendar day or portion thereof, for each work paid less than the stipulated prevailing rates for such work or craft in which such worker is employed for any work done under the contract by him or by any subcontractor under him in violation of the provisions of the Labor Code and in particular, Labor Code sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the stipulated prevailing wage rate shall be paid to each worker by Contractor. 8. Labor Discrimination: Attention is directed to section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in employment of persons upon public works because of race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all penalties imposed for a violation of this chapter." 9. Workers ComDensation Insurance: In accordance with the provisions of Article 5, Chapter 1, Part 7, Division 2 (commencing with section 1860) and Chapter 4, Part 1, Division 4 (commencing with section 3700) of the Labor Code of the State of California, the Contractor is required to secure the payment of, compensation to his employees and shall for the purpose obtain and keep in effect adequate Workers Compensation Insurance. The undersigned Contractor is aware of the prov1s1ons of section 3700 of the Labor Code which requires every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of this contract. IN WITNESS WHEREOF, District has caused these presents to be executed by its officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above written. By . WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY By Chairperson Attest: District Secretary 10 B-7 Contract Bonds Pursuant to the conditions of section 2-4 of the Standard Specifications the Contractor shall file with the District a "Faithful Performance Bond" for 100% of the Contract price. The Contractor shall file with the District a "Labor and Materials Bond" meeting all the requirements of said section 2-4, except that the Bond shall be in the amount of 100% of the Contract price. . 11 section C-1 C-2 C-3 C-4 C-4.1 C-4.2 C-5 C-6 C-7 C-8 C-9 C-10 C-11 C-12 C-13 C-14 C-15 C-16 PART C SPECIAL PROVISIONS Standard Specification Reference 6-1 6-7 6-6 6-9 7-3 7-3 7-3 1-2 7-7 3-3.2.1 6-1 6-6.4 3-4 6-6.4 3-3.2.2(c} Title Page Time of Completion 1 Assessment of Damages Due To Delays 1 2 2 2 3 3 4 4 Liquidated Damages Liability Insurance Minimum Limits Certificates of Insurance Definition of Terms District Furnished Materials General Guarantee Personal Interest of District's Officials 4 Mutual Responsibility of Contractors 5 5 Reports Notice and Service Thereof 6 Contractors Registration 6 7 7 Equipment Rental Rates TV Inspections . Encroachment Permit from the City of Campbell 7 Soils Compaction Testing 7 . C-17 Access to Driveways C-19 Pipe Materials Backfill Materials 8 8 8 C-18 Trench Shoring C-20 8 C-21 Disposition of Existing Main Sewer 8 C-22 Campbell Local Improvement District #30 8 C-l TIME OF COMPLETION ----------------------- It is understood and agreed that work under the contract shall be commenced by the Undersigned Bidder, if awarded the contract, on the date to be stated in the District's Notice to the Contractor to Proceed, and shall be completed by the Contractor within 20 working days. C-2 ASSESSMENT OF DAMAGES DUE TO DELAYS ---------------------------------------- It is agreed by the parties to the Contract that in case all the work called for under the Contract in all parts and requirements is not finished or completed within the time as set forth herein, damages will be sustained by the District, to the extent that cost of engineering, inspection and supervision and overhead expenses will be increased by such delay; it is, therefore, agreed that the Contractor will pay to the District the cost of such services incurred by the District for each and every day's delay in finishing the work in excess of the time herein prescribed; and the Contractor agrees to pay said damages as herein provided, and in case the same are not paid, agrees that the District may deduct the amount thereof from any monies due or that may become due the Contractor under the Contract. It is further agreed that in case the work called for under the Contract is not finished and completed in all parts and requirements within the time specified, the District shall have the right to extend the time or not, as may seem best to serve the interest of the District, and if the District decides to extend the said time, the District shall further have the right to charge to the Contractor, its heirs, assigns or sureties, and to deduct from the final payment for the work all or any part as the District may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the Contract and which accrue during the period of such extension, except that the cost of final inspection and preparation of final progress payment shall not be included in such charges. The Engineer will determine the a~ount of extra time to be allowed, based upon provisions of Subsections 6-6.1 and 6-6.2 of the Standard Specifications. In addition to the provision set forth in the paragraph above, it is further agreed by said parties that time allowed for completion of the contract is intended by both parties to be that reasonably necessary to complete work on the basis of eight (8) hours per working day and forty (40) hours per working week with no overtime, week-end or holiday work, and that in the event any work is performed on overtime or on week-ends or holidays during the period of time allowed for completion, additional damages may be sustained by the District to the extent the over-all cost of 1 engineering, inspection, supervision and overhead expenses will be increased by such overtime, week-end or holiday work; and it is, therefore, agreed the Contractor will pay the District the amount of such increase in said overall engineering, inspection, supervision and overhead expenses incurred by the District and caused by such overtime, week-end or holiday work, and the Contractor agrees to pay such damages as herein provided, and in case the same are not paid, agrees the District may deduct the amount thereof from any monies due or that may become due the Contractor under the Contract. C-3 LIQUIDATED DAMAGES In addition to the damages set forth in section C-2 above, it is further agreed by the parties to the Contract that in case all work called for under the contract in all parts and requirements is not finished or completed within the Time of Completion, and any extensions allowed, as set forth in these Special Conditions, additional damages will be sustained by the District, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual additional damage which the District will sustain in the event of and by reason of such delay; and it is, therefore, agreed the Contractor will pay the District the sum of $300.00 per day for each and every calendar day's delay in finishing the work in excess of the Time of Completion prescribed; and the Contractor agrees to pay such liquidated damages as herein provided and in case the same are not paid, agrees the District may deduct the amount thereof from any monies due or that may become due the Contractor under the Contract. In no event, however, shall the Contractor be assessed liquidated damages for delay in completion of the project when such delay was caused by failure of the District or Owner of the utility to provide for removal or relocation of existing utility facilities. C-4 LIABILITY INSURANCE Subsection 7-3 of the Standard Specifications shall be amended as follows: C-4.1 Minimum Limits. The minimum liability insurance limits set forth in Section 7-3 shall be changed to: General Liability: $1,000,000 combined single limit Bodily Injury and/or Property Damage Automobile Liability: $1,000,000 combined single limit Bodily Injury and/or Property Damage v 2 C-4.2 certificates of Insurance. Insert the following between Paragraphs 3 and 4 of Subsection 7-3 of the Standard Specifications: The Contractor shall furnish three (3) copies of each of the certificates of insurance and endorsements for the aaencies listed in the followina table setting forth the types of coverage, including "collapse" and underground utility exposures, and the limits of coverage in amounts not less than specified in the above paragraph. The certificates and endorsements are to include a notice of additional insured in the followina form: "It is hereby understood and agreed that the (insert the aaencies listed in the followina table) THEIR OFFICERS AND EMPLOYEES, IN THEIR CAPACITY AS SUCH, are named as an additional insured under this policy, but solely as respects liability arising out of all operations of the Named Insured in and for West Valley Sanitation District of Santa Clara County." "It is further understood and agreed that the (insert the aaencies listed in the followina table) will be given thirty (30) days written notice before any reduction of coverage or cancellation of this insurance is effective. "It is further understood that the Contractor's insurance is to be primary to any other valid and collectable insurance available to the West Valley Sanitation District." AGENCIES TO BE PROVIDED INSURANCE COVERAGE City of Campbell West Valley Sanitation District C-5 DEFINITION OF TERMS Section 1-2 of the Standard Specifications is hereby amended as follows: The definition of the following terms shall be changed to: Aaencv shall mean West Valley Sanitation District of Santa Clara County, also referred to as "District." House Connection Sewer shall be known as "Building Sewer." 3 C-6 DISTRICT-FURNISHED MATERIALS (a) Contractor shall furnish all materials required to complete the work, except such materials as are designated in the Special provisions to be furnished by the District. (b) Upon written request of the Contractor, material furnished by the District will be delivered to him within a reasonable time at the points designated to the Special Provisions. They shall be unloaded and hauled to the site of work by the Contractor and at his own cost and expense. Cost of handling and placing all materials, after they are delivered to the Contractor, shall be considered as included in the Contract prices for the items in connection with which they are used. (c) The Contractor will be held responsible for all material delivered to him, and deductions will be made from any monies due it to make good any shortages and deficiencies, from any cause whatsoever which may occur after such delivery, or for any demurrage due to delinquency in unloading. C-7 GENERAL GUARANTEE Neither the final certificate of payment, nor any prOV1S1on in the Contract, nor partial or entire use or occupancy of the premises by the District, shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work, unless a longer period is specified. The District will give notice of observed defects with reasonable promptness. C-8 PERSONAL INTEREST OF DISTRICT'S OFFICIALS No official of the District who is authorized in such capacity and on behalf of the District to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this Contract or in any part thereof. No officer, employee, architect, attorney, engineer or inspector of or for the District who is authorized in such capacity and on behalf of the District to exercise any executive, supervisory or other similar functions in connection with the 4 construction of the project, shall become directly or indirectly interested personally in this Contract, or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract resulting to the performance of this Contract. C-g MUTUAL RESPONSIBILITY OF CONTRACTORS ----------------------------------------- If, through acts of neglect on the part of the Contractor, any other contractor, or any subcontractor, shall suffer loss or damage on the work, the Contractor agrees to settle with such other contractor or subcontractor by agreement or arbitration, if such other contractor or subcontractor will so settle. If such other contractor or subcontractor shall file any claim against the District on account of any damage alleged to have been so sustained, the District shall notify the Contractor, who shall indemnify and save harmless the District against any liability and/or loss arising out of any such claim. The Contractor must ascertain to its own satisfaction the scope of the project and the nature of any other contracts that have been or may be awarded by the District in the prosecution of the project to the end that the contractor may perform this Contract in the light of such other contracts, if any. Nothing herein contained shall be interpreted as granting to the Contractor exclusive occupancy of the site of the project. The Contractor shall not cause any unnecessary hindrance or delay to any other contractor working on the project. If the performance of any contract for the project is likely to be interfered with by the simultaneous execution of some other contract or contracts, the District shall decide which contractor shall cease the work temporarily and which contractror shall continue, or whether the work under the contracts can be coordinated so that the contractors may proceed simultaneously. The District shall not be responsible for any damages suffered or extra costs incurred by the Contractor, resulting directly or indirectly from the award or performance or attempted performance of any other contract or contracts on the project or caused by any decision or omission of the District respecting the order of precedence in the performance of contracts. C-10 REPORTS The Contractor and each subcontractor shall submit to the District such schedules of quantities and cost, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the District. 5 C-ll NOTICE AND SERVICE THEREOF Any notice from one party to the other under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following manner: a. If the notice is given to the District, by personal delivery thereof to the individual duly authorized to direct and supervise the project for the District, or by depositing the same in the united States mails, enclosed in a sealed envelope, addressed to the District for the attention of said individual, postage prepaid and certified; b. If the notice is given to the Contractor, by personal delivery thereof to said Contractor or to his foreperson at the site of the project, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to the Contractor at its regular place of business or at such other address as may have been established for the conduct of the work under this Contract, postage prepaid and certified; or c. If the notice is given to the Surety or any other person, by personal delivery to such Surety or other person, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to such Surety or other person at the address or location last communicated by him to the party giving the notice, postage prepaid and certified. C-12 CONTRACTOR'S REGISTRATION It shall be unlawful for any person who is not a sewer or plumbing contractor, whichever is applicable, licensed under the State Contractor's License Law, to install or construct any sanitary sewer in Public Rights-of-Way or Sanitary Sewer Easements within the District. All such licensed contractors must register with the District prior to commencing or carrying out any such work. 6 C-13 EQUIPMENT RENTAL RATES Paragraph 2 of Subsection 3-3.2.3(c) of the Standard Specifications is hereby amended to read: Regardless of ownership, the rates to be used in determining equipment rental costs shall not exceed those listed in the current equipment rental contract of the Santa Clara County Public Works Department, unless the equipment used, or a close equivalent, does not appear upon said list, in which case the current listed price of local equipment rental agencies shall be used. C-14 TV INSPECTIONS 1. Sanitary sewer lines will be TV-inspected by the crews of West Valley Sanitation District. 2. The lines will be inspected free of charge for the contractor, unless they fail the inspection. In that event, any subsequent TV-inspections will be done at the expense of the contractor. 3. To accommodate the TV-inspections of pipes 6-inch or larger, the contractor will proceed as follows: a. The contractor will ball and flush the system. b. During the balling operation, the contractor will leave a tag line in the pipe. Suggested tag line material is Blue Diamond Industries Utility Cord size 7/64" diameter - SWL 23 lbs., style 38-33-6812, or approved equal. C-15 ENCROACHMENT PERMIT FROM THE CITY OF CAMPBELL The district has applied for an encroachment permit from the City of Campbell. This permit shall be submitted to contractors as a addendum when it is received by the district. Hours of work and traffic control requirements shall be provided with this permit. C-16 SOILS COMPACTION TESTING The district will hire a geotechnical engineer to provide soils compaction testing during construction. Compaction tests will be taken at the discretion of the geotechnical engineer. 7 . C-17 ACCESS TO DRIVEWAYS The contractor shall allow reasonable access to driveways in the construction area throughout this project. Several businesses in this area depend upon vehicular access to their properties during normal business hours. C-18 TRENCH SHORING Trench shoring whall comply with the requirements as stated in CAL/OSHA's Title 8, Construction Safety Orders. C-19 PIPE MATERIALS Contractor shall have the option of using vitrified Clay Pipe or ABS Truss Sewer Pipe. Choice of sewer pipe shall be indicated on the bid sheet. C-20 BACKFILL MATERIALS Backfill materials shall meet the requirements established by the City of Campbell. The native material may be used provided the material greater than 3" in greatest outside diameter is separated from the material to be placed in the trench. Class II Crushed Aggregate Base may be used instead of the native material. C-21 DISPOSITION OF EXISTING MAIN SEWER The main sewer being replaced in Railway Avenue must remain in service during construction. This main sewer may be plugged periodically during construction, provided plugging does not prevent use of the sewer by those connected to it. C-22 CAMPBELL LOCAL IMPROVEMENT DISTRICT #30 Contractor shall cooperate with the City of Campbell's contractor working on the Dillon/Gilman LID #30. A pre- construction meeting shall be attended by both contractors in an effort to avoid delays. 8 section 0-1 0-2 0-2.1 0-2.2 2.2.1 2.2.2 0-2.3 0-2.4 0-2.5 0-2.6 0-2.7 0-2.8 2.8.1 0-2.9 0-2.10 2.10.1 2.10.1.1 2.10.1.2 2.10.1.3 2.10.1.4 2.10.1.5 2.10.1.6 2.10.1.7 2.10.2 2.10.2.1 2.10.2.2 2.10.2.3 PART 0 STANDARD SPECIFICATIONS Standard Specification Reference 206-3.3 208-2.1 306-1. 2.1 306-1. 2.1 306-1. 2.2 300-3.5 306.1.3.1 306-1. 4.1 306-1. 4.4 306-1. 5.2 201-1,201-5 306-6 206-3 Title Page Resolution Adopting Revised Standard Specifications for Sanitary Sewer Construction Within West Valley Sanitation District Santa Clara county State of California 3 AODENOA TO THE STANDARD SPECIFICATIONS 4 4 4 4 4 Manhole Frame and Cover Sets polYVinYl Chloride PiDe (PVC) General Joints Joints for Clay PiDe 4 Beddina 5 Separate Jettina of Beddina Not Reauired 5 Pipe layina (Flexible pipes) 5 Manhole Backfill Mav Proceed 5 ImmediatelY 5 Testina Pipelines for Leakaae 5 Air Pressure Test 6 Permanent Resurfacina 6 Standard Sanitarv Seweraae Structures 7 Manholes 7 General 7 Materials 7 Construction 7 Manhole Stubs 9 Water stop (Flexible Pipe ~~) 9 Flexible Joint at Manhole Wall (Rigid Pipes only) 9 Manhole Repair and Adjustment 10 Sewer Risers 10 General 10 Materials 10 Construction 10 1 section D-2.11 2.11.1 D-2.12 2.12.1 2.12.2 2.12.3 2.12.4 D-2.13 2.13.1 2.13.2 D-2.14 2.14.1 2.14.1.1 2.14.1.2 2.14. 1. 3 2.14.2 2.14.2.1 PART D STANDARD SPECIFICATIONS (Continued) Standard Specification Reference - 207 72-3.02 72-3.03 Title Page Wve and Tee Branches 11 General 11 Buildinq Sewers 11 General 11 Location 11 Installation 11 Testing 12 Flushinq and Cleanina Sewer Lines 12 Sewers up to and Including 21 Inches in Diameter 12 Sewers 24 Inches and Over in Diameter 12 Bank Protection and Erosion Control 12 Sacked Concrete Bank Protection 12 Material 13 Placement 13 Measurement and Payment 13 Redwood Erosion Control Structures 13 Construction and Payment 13 2 RESOLUTION NO. 91.11.50 RESOLUTION ADOPTING REVISED STIWDARD SPECIFICATIONS FOR SANITARY SEWER CONSTRUCTION WITHIP WEST VALLEY SANITATION DISTRICT OF SANTA CLARA CO~NTY, STATE OF CALIFORNIA WHEREAS, Chapter 6, DESIGN AND CONSTRUCTION OF PUBLIC SEWERS, of the Ordinance Code of West Valley Sanitation District, Santa Clara County, California, provides for adoption of specifications for the construction of sanitary sewers within said District; and WHEREAS, Resolution No. 90.5.31, a RESOLUTION ADOPTING REVISED STANDARD SPECIFICATIONS FOR SANITARY SEWER CONSTRUCTION WITHIN WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY, STATE OF CALIFORNIA, was adopted by the Board of Directors of said District on May 9, 1990; and WHEREAS, the Board of Directors of said District wish to update said specifications; NOW, THEREFORE, BE IT RESOLVED AND IT IS HEREBY ORDERED that: 1. Except as may otherwise be provided herein, the provision of the 1991 Edition of the "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION," prepared by the Southern California District of the Associated General Contractors of America, are adopted and made applicable to all sanitary sewer construction undertaken within West Valley Sanitation District after the date of this resolution. 2. Since the said Standard Specifications are general in nature and contain references to processes, procedures and materials not applicable to all projects, sections of said Specifications may be modified, changed or superseded by Special Provisions, Addenda, or by written Change Orders signed by the District Engineer. Modifications are listed in Part D, Section D-2, of these Specifications. \ 3. The Standard Specifications adopted by said Resolution No. 90.5.31 are hereby repealed. PASSED AND ADOPTED by the Board of Directors of West Valley Sanitation District of Santa Clara County, State of California, this 13th day of November, 1991, by the following vote: AYES: CLEVENGER, BAMFORD, VENTURA NOES: NONE ABSENT: DIRIDON KOTOWSKI Atur~4J t&...uU"'- MARTHA CLEVENGER CHAIRPERSON OF T BOARD OF DIRECTORS ') D-2 Addenda to the Standard specifications ------------------------------------------- In order to bring the "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION" 1988 Edition more closely in line with the current standards, practices and engineering requirements of West Valley Sanitation District, the following additions, deletions and changes have been adopted and made a part of these Standard specifications by said Resolution No. 90.5.31 of the Board of Directors of West Valley Sanitation District: D-2.1 Manhole Frame and Cover Sets. Section 206-3.3 of the Standard specifications shall be replaced by the following: All manhole frames and covers shall be manufactured to the dimensions and features shown on Standard Drawing No. 4 and shall meet the following requirements: 1. The frame and cover shall be machined on 3 surfaces each, as noted, to insure uniform appearance, interchangeability and close, quiet fit. 2. Manufacturer is to certify that frame and cover meet all load requirements for H-20 highway loading. Manufacturer shall furnish proof that covers and frames have been load- tested in accordance with Federal Specification RR-F62lb, per Par. 4.4.1 and Par. 3.8.1 and certified to a minimum 40,000 lb. loading. 3. Covers shall have an A.S.T.M. grid pattern with the words, "SANITARY SEWER," cast into a central clear area as noted on the drawing. The manufacturer's name may be cast around the rim at the manufacturer's option. 4. All materials used in manufacturing shall conform to A.S.T.M. Specifications A159-64T-7GOOO or Federal specification QQl-653 Class G3000. 5. All castings shall be dipped in asphalt paint, as specified in Subsection 206-3.6. D-2.2 polvvinvl Chloride Pipe (PVC) D-2.2.1 General. polyvinyl Chloride Pipe and fittings shall conform to the requirements of A.S.T.M. Designation D-3033 of latest issue or A.S.T.M. Designation D-3034 of latest issue. 0-2.2.2 Joints. The joints shall be of the Bell and Spigot type, utilizing a continuous rubber ring to insure a water-tight seal. D-2.3 Joints for Clav Pipe section 208-2.1 of the Standard specifications, "Joints for Clay Pipe," shall be amended by the insertion of the following at the beginning of the Section: 4 Clay pipe for use within the District shall have types C, D, F or G, Joints only. D-2.4 Beddinq The first paragraph of Section 306-1.2.1 of the Standard Specifications shall be replaced by the following: Bedding shall be defined as that material supporting, surrounding and extending, to 6 inches around the pipe. Bedding shall extend to 6 inches radially from the largest outside diameter of the pipe. Bedding shall be crushed rock 3/4" maximum particle size conforming to the gradation for 3/4" crushed rock, set forth in Section 200-1.2. The cost of bedding will be included in the unit price bid for the pipe. D-2.5 Separate Jettinq of Beddinq Not Required The requirement in the 3rd paragraph of section 306-1.2.1 that bedding be jetted prior to the placement of the backfill is hereby waived. D-2.6 Pipe Layinq (Flexible pipes) Add the following to the end of Subsection 306-1.2.2 "Pipe Laying": All flexible sewer pipes, i.e., PVCP and ABSP, are to be laid according to A.S.T.M. Designation D 2321-72 "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer pipe." In addition to the requirements of the above "Recommended Practice," the "Required Bedding" shall be 3/4" crushed rock extending to at least the level of the tops of the pipe as shown on Standard Drawing No.6. D-2.7 Manhole Backfill May Proceed ImmediatelY Manhole bases are exempt from the requirement of Sections 300-3.5 & 306-1.3.1. Backfilling of the trench may proceed as soon as channels are finished and barrel sections have been placed. D-2.8 Testinq Pipelines for Leakaqe Subparagraph 2 of Paragraph 2 of Subsection 306-1.4.1 of the Standard Specifications is amended to read as follows: All Gravity Sanitary Sewers - Air pressure test. c; D-2.8.1 Air Pressure Test. Replace Paragraphs 5, 6, 7, 8 and Tables of Subsection 306-1.4.4 of the Standard specifications with the following: Air shall be introduced into the pipeline until 4.0 psi (gage) pressure has been reached, at which time the flow of air shall be reduced and the internal air pressure shall be maintained between 3.5 and 4.5 psi (gage) for at least 2 minutes to allow the air temperature to come to equilibrium with the temperature of the pipe walls. Pressure in the pipeline shall be constantly monitored by a gage and hose arrangement separate from the hose used to introduce air into the line. Pressure in the pipeline shall not be allowed to exceed 6 psi (gage). After the temperature has stabilized and no air leaks at the plugs have been found, the air pressure will be permitted to drop and, when the internal pressure has reached 3.5 psi (gage), a stop watch or sweep-second-hand watch shall be used to determine the time lapse required for the air pressure to drop to 2.5 psi (gage). If the time lapse (in seconds) required for the air pressure to decrease from 3.5 to 2.5 psi (gage) exceeds the lesser of the two times computed by the use of formulas (1) and (2), set forth below, the pipe shall be presumed to be within acceptance limits for leakage. If the time lapse is less than computed by the use of formulas (1) the necessary corrections to reduce ( 1) t = ( ~:~:: \ ~21 L Q \ Q ) ~: 1 the lesser of the two times and (2), the Contractor shall make the leakage to acceptance limits. 2 + d L 2 2 + 00 ood2 L\ n n) 2 2 L + d L + ....d L e. 085) 1 2 2 n n (2) tq = --~-- L + d L + ....d L 1 2 2 n Where: Q = 2.0 cubic feet per minute. q = 0.0030 cubic feet per minute per square foot of internal pipe surface. d = diameter of pipe in system being tested in inches. L = length of pipe in system being tested in feet. t = elapsed time in seconds. D-2.9 Permanent Resurfacinq Section 306-1.5.2 of the Standard Specifications shall be amended by inserting the following at the beginning of the section: 6 Permanent resurfacing may be commenced as soon as the Engineer determines that the trench has stabilized or a maximum of 30 days after trench backfill has been placed. If the trench is not sUfficiently stable at the end of 30 days, the Engineer may grant an extension of time, or he may direct the contractor to take action to accelerate the stabilization process. Paving shall be restored per specifications outlined on the encroachment permit. Where no such specifications apply, paving shall be restored to a minimum thickness equal to the existing pavement or 3 inches, whichever is greater. 0-2.10 Standard Sanitary Seweraqe structures 0-2.10.1 Manholes 0-2.10.1.1 General. Manholes shall be sound water-tight structures constructed where called for on the Plans and in accordance with these Specifications. They shall be constructed of pre-cast concrete sections upon a cast-in-place concrete base or upon an approved precast manhole base. 0-2.10.1.2 Materials. Pre-cast concrete manhole sections shall conform to A.S.T.M. Designation C-478. Eccentric cone sections shall be used unless other types are specified on the Plans or are requested by the Engineer. Concrete for the base shall be Class 560-C-3250 with 3-inch slump allowed as designated in section 201-1.1.2 of the Specifications. Manhole steps shall be installed at time of manufacture of the pre-cast section. Steps shall conform to Orawing PS2-PFS by M. A. Industries, Inc., or approved equal, and A.S.T.M. C-478. Mortar shall be Class "C" Mortar as designated in section 201-5 of the Specifications. 0-2.10.1.3 Construction. The excavation for the manhole shall have a flat bottom on undisturbed earth. The excavation shall be of sufficient depth to insure a minimum of 8" of concrete below the lowest pipe in the manhole. The width of the excavation will be great enough for the base to be a minimum of 3" wider than the outside wall of the barrel section at any point. No reinforcement is required except by order of the Engineer. The concrete shall be placed in a continuous pour, care being taken that segregation of materials does not occur. Consolidation shall be by spading and working to achieve a dense watertight mass. The depth of concrete shall be sufficient to provide 3 inches of concrete above the top of the highest pipe in the base. An approved metal impression ring shall be used to produce a level keyed slot for the barrel section. The concrete shall be worked under and around the impression ring so that a continuous smooth impression results. 7 . Where possible the main sewer pipe shall be laid through the manhole so that the pipe can serve as the bottom of the channel. After the concrete has set and at a time approved by the Engineer, the top half of the pipe shall be removed to the inside wall of the manhole and the cuts smoothed with mortar. In manholes where it is not practical to lay the pipe through the manhole (such as at angle points and at intersections), the pipes shall end at the inside wall of the manhole barrel. Channels will be formed in the concrete base joining the pipes with smooth curves. The walls of the channels shall be vertical above the center line of the pipes. The bottoms of channels so formed shall conform to the bottom halves of the pipes being joined. When a change in elevation or slope is called for across the manhole, the bottoms of the channels shall be warped to achieve a smooth curve resulting in an even flow without turbulence. The top of the base shall be troweled smooth with a slope of approximately 1/2" to the foot toward the main channel. The shaft sections shall be installed plumb and aligned so that the steps are in a straight vertical line. Unless otherwise required by the Engineer, the steps shall be aligned horizontally 45 degrees away from the direction of the flow of the sewer main on the upstream side. Joints between pre-cast sections and between the base and the · first pre-cast section shall be made using a pre-formed flexible plastic joint sealing compound such as "Ram Nek" or "Quick Seal" installed according to the manufacturer's recommendations, to insure a watertight joint. Grade rings shall be installed on a continuous bed of Class C mortar. The sections shall be combined in such a manner that the maximum height of neck section is 9 inches measured from top of cone to bottom _ of casting. Exception to this criterion shall be when the future final elevation of manhole rim is known, the manhole cone may be constructed in accordance with the corrected future elevation and the rim constructed to above existing grade by use of grade rings. When steps are required in the pre-cast sections, they shall be installed at the plant by the manufacturer. They shall be installed so that center of the step, measured at right angles from the inside wall of the pre-cast section, is six inches from the wall. They shall be installed in vertical alignment 12 inches apart. Manhole steps in addition to factory-installed steps will be required when the distance from the manhole rim to the first factory- installed step is greater than 24 inches. In such a case the contractor will install steps as required to preserve the 12-inch maximum spacing between steps. 8 The steps shall be installed according to the manufacturer's specifications. The steps so installed shall be in alignment with the steps in the pre-cast sections and installed so that the center of the step, measured at right angles from the inside wall of the pre-cast section, is three inches from the wall. The installation holes shall be thoroughly packed with mortar to securely anchor the step in place. The mortar shall be neatly struck, and the step shall not be disturbed until the mortar has completely set. When a drop connection is shown on the plans, it shall be included as part of the manhole construction. The engineer shall decide whether the drop shall be inside or outside of the manhole. If an outside drop is called for, the drop shall be made with the approved fittings outside the manhole shaft. The lower pipe shall be constructed into the base by aforementioned channeling procedures. The base shall be enlarged to encase the lower fittings. Orop connections are to be avoided if at all possible, by laying the first 50' of pipe in a vertical curve to the manhole base. If an inside drop is called for, a detail will be provided for the manhole construction. Particular care must be taken to protect the manhole from damage and to keep rock, dirt or debris from getting into the sewer. A steel cover of adequate strength, close-fitted and well secured, shall be kept over the manhole opening until the frame and cover are permanently installed. A wooden cover shaped to completely cover the bottom of the manhole shall be installed and left in place until the frame and cover are installed. The manhole frame and cover shall be permanently set when so authorized by the Engineer. The frame shall be centered on the manhole neck and set on a layer of mortar to final grade. The mortar shall be neatly struck. A concrete block shall be formed vertically and poured around the manhole neck from a point two inches below the top of the casting to the top of the cone section to securely anchor the frame to the manhole neck. The block shall be centered on the manhole and have a diameter of four feet. The frames of manholes in not-traveled areas shall be secured to the cone or grade ring with a concrete collar as shown on Standard Drawing No.1. 0-2.10.1.4 Manhole Stubs. Stubs out of manholes will be laid to the lines and grades called for on the Plans. Stubs shall have a water-tight plug at each end. Payment for stubs 5 feet or less ~n length will be included in the unit price bid for the manhole. 0-2.10.1.5 Water stop (Flexible Pipe OnlY). When flexible pipes are being installed in a manhole base, a "water-stop" of a type recommended by the manufacturer of the particular pipe shall be installed at the manhole wall. 0-2.10.1.6 Flexible Joint at Manhole Wall (Riaid Pipes OnlY). When rigid pipes (except Ductile Iron Pipe) are being installed in a manhole base, the pipe shall be snapped off 6" from the point of support, and a flexible joint such as "Band-Seal" Coupling, installed to allow for possible differential settlement of the manhole base and the pipe. ,., 0-2.10.1.7 Manhole ReDair and Adiustment. The following is an addition to section 306-6 of the standard Specification. Unless otherwise permitted by the Engineer, existing manholes shall be repaired or adjusted by use of pre-cast concrete sections or cast iron raising rings. When the adjustment required would necessitate lowering the manhole by cutting into the cone section more than one inch or raising the manhole to the extent of making the throat longer than 24 inches, the adjustment shall be made by removing a sufficient portion of the manhole so that it may be constructed in accordance with the requirements for new construction. (The manhole throat shall be considered as the two-foot diameter portion including frame.) Before any work is started on adjusting or repairing an existing manhole, the channel in the base shall be covered with a wooden cover fitted to prevent debris from entering the sewer line. This cover shall be kept in place during all work. Upon completion of the work, the cover shall be carefully removed from the manhole, allowing no debris to fall into the channels or to remain in the manhole. 0-2.10.2 Sewer Risers 0-2.10.2.1 General. Risers shall be constructed at the locations and to the lines and grades shown on the Plans or as directed by the Engineer. 0-2.10.2.2 Materials. The riser barrel shall be of the same material and in the same diameter as the main sewer to which it connects. Frame and cover castings shall conform to the requirements of Subsection 206-3 of the Standard Specifications. 0-2.10.2.3 Construction. The riser shaft shall be a straight piece of pipe joined to the mail by means of two one-eighth bend fittings separated by a 12-inch minimum to 24-inch maximum length section of pipe, with all fittings joined in the same manner as required in the pipe-laying section of these Specifications. The one- eighth bend fittings shall be encased in 3j4-inch crushed rock bedding material to the highest point of the highest one-eighth bend. The shaft shall be installed vertically, so positioned that the one-eighth bend fittings are located at the station shown on the Plans. The shaft will be cut smoothly at right angles so that it will extend to within two inches of the casting cover. The exposed end of the shaft shall be temporarily sealed until such time as the frame and cover are permanently installed. The riser frame and cover shall be permanently set when so authorized by the Engineer. The frame shall be centered on the riser shaft so that the pipe does not touch the frame. 10 When the frame has been set to final grade, a concrete block shall be poured around the frame, not touching the pipe, to support the frame on the adjoining ground. The block shall be rectangular, the width of the riser trench plus 3 inches on each side, and of such length that it extends eight inches to the rear of the frame and eight inches to the front of the frame. The block shall be the depth of the frame and extend to within two inches of the top of the frame. A double layer of felted paper shall be placed around the pipe to separate it from the concrete and the frame. 0-2.11 Wve and Tee Branches 0-2.11.1 General. Wye or tee branches shall be installed shown on the Plans and as located in the field by the Engineer. fittings and plugs shall be the same material as the sewer with they are installed. as The which Plugs shall be installed to withstand pressure testing of the line and still be removable for future connection without damage to the fittings. 0-2.12 Buildinq Sewers 0-2.12.1 General. Building sewers shall be constructed of materials conforming to Section 207 of the Standard Specifications. All requirements for the construction of sewer mains shall apply to Building Sewers. 0-2.12.2 Location. Building sewers to be installed with new sewer main construction shall be as indicated on the Plans, at locations determined and marked in the field by the Engineer. Building sewers being connected to existing sewer mains shall be to wyes or tees when previously installed with the main sewer. The locations of the wyes or tees are available at the District office. When a wye or tee was not previously installed at the location where a building sewer connection is to be made, a connection can be made by either tapping the sewer main or by cutting in a wye. 0-2.12.3 Installation. Installing a building sewer at a point not served by a previously installed wye or tee: A) Taooinq. A hole will be drilled into the main sewer with a power-driven cutter producing a clean hole of a diameter compatible with the fitting being installed. The fitting shall be either: 1. A neoprene rubber tee fitting held in place by a tapered plastic insert. The building sewer pipe in turn held into the neoprene tee with a mechanically tightened stainless steel band meeting A.S.T.M. C 594- 72 Type A Specification. 2. A tap saddle of cast iron or high impact ABS plastic, meeting A.S.T.M. Designation 0 2751, bonded to the main sewer pipe with an epoxy cement. The building sewer pipe shall be fastened to the saddle fitting with a banded elastomeric coupling, meeting A.S.T.M. C 594-72 Type A Specification. B) cuttinq In. A section of the main sewer shall be removed and a standard tee fittin~ inserted in its place. The tee shall be fastened into the main sewer using elastomeric couplings having corrosion-resistant tightening bands, meeting A.S.T.M. C 594-72 Type A Specification. The building sewer pipe shall be connected to the tee with compatible joints or with a similar coupling. D-2.12.4 Testinq. Building sewers connecting to main sewers which are to be pressure-tested shall be installed before the test is made. They shall be plugged at the upper terminus with a plug capable of withstanding the air test and which can be removed without damage to the building sewer pipe. 0-2.13 Flushinq and Cleaninq Sewer Lines After all backfilling, and before testing and final pavement replacement, the contractor shall flush and clean all sanitary sewer mains and trunks in the following manner: 0-2.13.1 Sewers UP To and Includinq 21 Inches in Diameter. A heavy rubber ball, such as "Wayne Ball" manufactured by Sidu Company, Long Beach, California, or approved equal, inflated with air and having an outside diameter equal to the interior diameter of the pipe to be cleaned, shall be furnished by the contractor. The ball shall be inflated so that it will fit snugly into the sewer line. The ball shall be placed in the last (upper) structure on the main line and water introduced into the structure back of the ball. The ball shall pass through the pipe with only the pressure of the water behind it. The rate at which the ball is allowed to pass through the pipe shall be controlled by a rope at all times. A sand trap and debris screen shall be used at the downstream manhole to prevent loosened material from being flushed into the next reach of pipe. Debris flushed out ahead of the ball shall be removed at each manhole. Cleaning shall be conducted on each section of pipe installed. Care shall be exercised not to feed the ball too rapidly in order that all debris can be removed at each manhole. 0-2.13.2 Sewers 24 Inches and Over in Diameter. Contractor shall manually clean all sewers 24 inches or over in diameter in such a manner as to leave the sewer free of all debris. 0-2.14 Bank Protection & Erosion Control D-2.14.1 Sacked Concrete Bank Protection. Sacked concrete bank protection shall be placed as shown on the plans or as required by the Engineer or by the agency having jurisdiction over the location. 12 0-2.14.1.1 Material. The materials used shall conform to Section 72-3.02 of the State of California Oepartment of Transportation standard Specifications. Concrete shall have a minimum of 4 sacks of cement per cubic yard. 0-2.14.1.2 Placement. Bags shall be placed according to the details on the Plans. If no details are shown, placement shall be according to Section 72.3.03, of the above cited Standard Specifications. 0-2.14.1.3 Measurement and Payment. Sacked concrete bank protection shall be measured at the mixer, payment will be at the bid rate per cubic yard. 0-2.14.2 Redwood Erosion Control Structures. Redwood structures for the deflection of moving surface runoff away from the sewer trench shall be installed at the location shown on the Plans or as required by the Engineer. 0-2.14.2.1 Construction and Payment. built according to the details on the Plans. structure as bid. The structures shall be Payment will be per 13 PART E STANDARD DRAWINGS STREET GRADE 2" A.C. STANDARD MANHOLE FRAME AND COVER 9"19" MIN. CONCRETE COLLAR EC':ENTRIC CONE 36" PREFERRED ~ GROUND SURFACE CONCRETE GRADE RINGS (9" MAXIMUM) g'xg" MIN. CONCRETE COLLA 24" MAXIMUM FROM COVER TO FIRST STEP. MORTAR JOINT FOR GRADE RINGS ?- m SPACE STEPS ~ 12" O. C., LOWEST ~ STEP IS" MIN. a.. ABOVE FLOOR SECTION A-A ALL JOINTS WITH Fi..EXIBLE PLASTIC JOINT COMPOUND iRAM- NEK, aUI CK SEAL, OR EQUAL) ~2 LAYERS MAY BE REQUIRED TO SEAL BASE) .... 3" MIN. ABOVE HIGHEST PIPE INVERT OF LATERALS AT SPRINGLlNE Of' MAIN SEWER MANHOLE BASE MUST SE POURED AGAINST UNDISTURBED SOIL. IF EXCAVATED TOO DEEP, FILL WITH CONCRETE. BONDED RUBBER COUPLING (V.C.P,) BREAK OUT TOP Of' PIPE TO MANHOLE WALL "WATER STOP" AS RECOMMENDED BY PIPE MANUFACTURERS (ALL P:..ASTI C PI PE MATERIAL) DETAIL HAND FORMED CHANNEL SET MH SECT! ONS WITH STEPS I N THIS QUADRANT WHEN CHANNELS ENTER FR'OM 2. SIDES PLAN OF " BOTTOM WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY STANDARD POUR-iN-PLACE MANHOLE SCALE NONE DRAWN D. TOY 'CtifJ:KED APPROVED ~~ OATE:/I-7- DRAWING I Cost iron manhole frame Qnd cov.r ~ Rebar T 15" maximum STEP DETAIL - . 1 NO SCALE Concr~te grade ~ (lnqs 9/1 Maximum "*~ t.., ..~ .;:. .:=: ,"....- -" '.'S' .... ..:--: ..:.: Space steps___ f/; .. - ----. .10,. 12 C.C., lowest .' step I go min. above floor 24" Mollimum f rom cover to first step. Eccentric manhole cone PS2-PFS Manhole step M.A. InOuaM., Inc. or equal Pre-cast manhole base /I f ___ 3/4 CrusheG Awetate ~ per Public Work Construction Stondards (Section 200-&.2) Undisturbed earth 1 :I I. DIl.mu I~~ .. 0. TOY WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY STAN DARD PRECAST CONCR ETE MA.NHOLE 1 1_-2 Jl..GI CURB a GUTTER- STREET SURFACE . . . " 1 FT. I MAXIMUM I I ::1:- ~ ~ Z l.IJ l.IJ ~ Q z - >- ::l ~ I- :::l.,. ~ !o Q. Z ~ o - ~ a: ~ Q. 0 . l- II) 4" LATERAL SEWER 20/0 SLOPE LATERAL SEWER 8 CLEANOUT TO BE INSTALLED BY SEWER CONTRACTOR. CLEAN OUT PLU G SEWER CLEANOUT BOX CHRISTY V-I ORAl N BOX WITH LID DESIGNATED 0-213 AND MARKED .SEWER- OR EQUAL. CHRISTY G-5 OR EQUAL IN TRAVELLED AREAS. PLUG END Sl~ LATERAL SEWER TO BE EXTENDED TO BUILDING BY PLUMBER. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY STANDARD SEWER LATERAL CLEANOUT SCALE NONE DRAWN CHECKED APPROVED D. TOY ~f.. DATE: 11-7- DRAWING 3 Frome and cover bearinq surfaces machined to assure quiet fit. AU materials used in manufacturinq sholl conform to AS:r.M. 4S - 30. SANITARY SEWER I" hiCJh letters raised I/S" Frame and cover sholl meet 011 re.,i,.ments of H- 20 hiqhway loadings. .. 2. 6-1/4"dio, 25-5/16" dio. 25-1/4" dia. 1-3/S" L 9A6" I. I~ 2411 dio. .1 31-1/211 diG. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY 5 TAN 0 A ROM AN H 0 L E F RAM E AND,.C O'V E R 1 '= I ~.::. I DR;r"G 1 TOP VIEW FRAME AND COVER TO BE SOUTH BAY FOUNDRY SBF 1242 OR EQUAL. CHRISTY G-5 Off EQUAL MAY BE USED IN EASEMENTS OR WALKWAYS. FINISHED PAVEMENT END OF EXCAVATION USE THIS TYPE Of CONCRETE COLLAR iN PAVED STREET. COLLAR RISER SAME SIZE I ANO MATERIAL AS MAIN!u... I.!.. II RISER PIPE ISOLATED FROM CONCRETE COLLAR BY INTRODUCTION OF FELTING MATERIA l. 1/8 BEND (CLAY) 1/8 SWEEP (A8S) 3/4" CRUSHED ROCK SECTION 200-1.2 REVISED 10/90 SECTION A-A WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY STANDARD VERT1 CAL RISER SCALE NONE DRAWN O. TO Y CHECKED APPROVED ~E.. DATE:"- 7- DRAWING 5 CRUSHED AGGREGATE BASE TO EQUAL EXISTING OR 12", WHICHEVER IS GREATER. BASE TO BE DEPOSITED AND COMPACTED IN ACCORDANCE WITH SECTS. 301-Za3 OF THE STANDARD SPECIFICATIONS. NON-PAVED TRAVELLED AREAS NATIVE BACKFILL TO TOP OF"" TRENCH IN NON TRAVELLED "\ AREAS. -- SLOPE DETERMINED BY SOIL CHARACTERISTICS AND SAFETY REGULATIONS. C", SLOPED TRENCH AT TOP OF PI PE. TRENCH BACKFI LLED WITH COMPACTED NATIVE MATERIAL lNO ROCKS, BROKEN CONCR ETE OR PAVING PIECES OVER 4" IN GREATEST DIMENSIONl. FOR TRENCH BACKFILL AND PAVEMENT RESTORATION I REFER TO CITY OR COUNTY REQUIREMENTS. ,~~",-;:,"C~,,~. ~:rif~~:~~;-..': .......,.'~..'"::..~~~... '~''''''''.....'-. ,.~..... ,.r..-,.,.. __.......v,..~~.~ ,.- -,,<.-,,: .,~,~>., ....A"".,.",'( ~ , EXISTING ~PAVEMENT EX 1ST! NG BASE 6" MINIMUM TO 12" MAXIMUM .. ADEQUATE SHEETING, SHORING, AND BRACING MUST BE PROVIDED IN ALL TRENCHES. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY PIPE BEDDING, TRENCH BACKFILL a RESURFACING I. S('AI E .1 DRAWN I. ~IAf:lIROVED ff/.~'_ .J. A ---~- ~ I DRMlINGI ' NONE "D. TOY " J, 6 , OF UTILITY T 3/4" CRUSHED ROCK SECTION 200 '.2 OF THE STANDARD SPEC/FTC A TIO NS ~ ~ ~~ ';. ~ o ,.() ~ ..... V') \oJ - Q: ~l ;1 MAIN SEWER 1",....//,'-'1'/, " PAY IT~M OUANTITI~S BASED ON NOMINAL NIDTH OF TRENCH, BUT NOT OVER 24" WIDER THAN O. D. OF MAIN SEWER \SPRINGLl NE OF SUPPORTED UTILITY REQUIRED a~DDING SUPPORT REQUIRED FOR CROSSINGS OF ALL SANITARY SEWERS, BUILDING SEWERS, STORM LlNES,AND OTHER MAJOR UTILITIES. V') \oJ - Q: q ~ - J: REQUIRED BEDDING WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY SUPPORT FOR UTILITY CROSSINGS, WHERE REQUIRED SCALE NONE DRAWN D. TOY CHECKED AFPROVED ~~ OATE:4- - DRAWING 7 ? ELASTOMERIC SLEEVE COUPLING (WITH STAINLESS STEEL BANOS FOR CONNECTING BUILDING SEWER TO 'NYE OR TEE /ELASTOMERIC SLEEVE COUPLINGS ~ WITH S.TAINLESS STEEL SANDS FOR CONNECTING WYE OR TEE TO MAIN SEWER. [:J~I ~ d MAIN SEWER MACHINE CUT FOR INSERT FACTORY MADE WYE OR TEE FITTING CONSTRUCTE D OF SAME MATERIAL. INSERTION OF FACTORY MADE WYE OR TEE HOLE WITH DIAMETER EQUAL TO INSIDE DIAMETER OF TEE CUT IN MAIN SEWER WITH POWER DRILL ELASTOMER I C SLEEVE COUPLING FOR / CONNECTION OF 8UILDING SEWER TO TEE 8 ~CAST :RON OR PLASTIC ;EE SADDLE ~' EPOXY ADHESIVE USED FOR ~ BONDING TEE SADDLE TO MAIN SEWER '-MAIN SEWER EPOXY BONDED SADDLE TEE ____TAPERED PLASTIC '" COMPRESSION FITTING HOLE WITH DIAMETER EQUAL TO e8 SYNTHETI C RUBBER INSERT TEE OUTSIDE DIAMETER OF TEE INSERT CUT ,-- WITH STAINLESS STE EL BAND FOR IN MAIN SEWER WITH POWER DRILL~~ COUPLING BUILDING SEWER TO TEE OJ ~ ~ . "'-MAIN SEWER OISTRICT WILL REQUIRE TrfE WEDGED INSERTED TEE INTO THE EXISTING RIGID MAIN SEWERS UNLESS OTHERWISE DIRECTED BY DISTRICT ENGINEER SYNTHETIC RUBBER WEDGED INSERT TEE SCALE NONE WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY STANDARD METHODS FOR INSTALLING' TEE OR WYE FITTING IN EXISTING RIGID MAIN SEWER DRAWN C~ED APPROVED DRAWING O. TO Y ,,~ OATE:4- 1- 8 PLASTIC SADDLE TEE STAINLESS STEEL BANOS FOR CONNECTING WYE OR TEE TO MAIN SEWER HOLE WITH DIAMETER EQUAL TO INSIDE DIAMETER OF TEE CUT IN MAIN SEWER WITH POWER TOOL APPLICATION OF LIQUID SOLVENT CEMENT BETWEEN PlASTIC WYE OR TEE SADDLE AND MAIN SEWER SADDLE TEE CEMENTED TO PLASTIC PIPE WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY STANDARD METHOD FOR INSTALLING TEE OR WYE FITTING IN EXISTING FLEXIBLE MAIN SEWER SOU E DRAWN APPROVED DMrtlHG NO ME D. TOY ~ .;f.- '1- 9 RueBER STAINLESS STEEL COMPRESSION BANOS ~ELASTOMER1C SLEEVE WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY JOINING OF PIPES OF DIFFERING OUTSIDE DIAMETERS SCALE NONE DRAWN D. TOY DRAWING 10 1/8 SWEEP 411 ASS SDR 23.5--' (6" ASS SDR 23.5 ( 6" ASS SDR 23.5 \PVC SDR 35 6x6x4 WYE USE PVC GLUE ONLY TO JOIN THE ASS a PVC PIPES. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNlY LATERAL CONNECTION SCALE NONE DRAWN o. TOY C!if9<ED APPROVED !17~'.- 4. . ~ DATEJI-7- MAN~R AND E~EER FOR ASS SDR 23.5 PI PE DRAWJNG I I CURB a GUTTER-- STREET SURFACE . . . , 1 FT MAX I MUM GROUNO~ ., I CLEANOUT PL U G % W li: z ~ ~ ..J Oz >- :I..J ~l i3 ~ - 0 0.1 z ..J 01 - ~ a:: I ~ 0.1 0 : - I- 1\1') SEWER ClEANOUT BOX CHRISTY V-I DRAIN lOX WITH LIO DESIGNATED 0-213 AND MARKED .SEWER. OR EQUAL. (SEE NOTE #1 BELOW. SEWER CONTRACTOR HAS PLUGGED I ENO OF LAT ERAL SEWER AIIO HAS I PLACED A REDWOOD REFERENCE1 STAKE ~" LATERAL SEWER (SEE NOTE #2 BELOWt "-- REMOVE PLU G AND INS TAL L 4. ADAPTOR COUPLI NG WI TH BUSHING. LATERAL SEWER INSTALLED BY SEWER CONTRACTOR CLEANOUT AND HOUSE SEWER TO BE INSTALLED BY PLUNBER OR PROPERTY OWNER NOTE .1' IN THE EVENT A BACKWATER VALVE IS REQUIRED, PLEASE AVOID INST~LLING IT WITHIN THE VICINIT" OF THE CLEANOUT, NOTE 12: THE COUNTY PLUMBING INSPECTOR WILL INSPECT ALL WORK BELOW THIS POINT DURING THE FIRST VISIT. ALL WORK ABOVE THIS POINT WILL BE INSPECTED DURING THE SECOND VISIT. 5.5. A. F? I SCALE I DRAWN NONE . : O. TOY CONCRETE PLUG /,LID MUST BE REMOVED / OR CRUSHED IN \ HOUSE SEWER.) SEPTI C TANK CONCRETE PLUG I THREE 411 DIA. HOLES-' LEACH LINE WITHIN GRAVEL ENVELOPE (TO BE LEFT IN PLACE) ABANDONMENT OF SEPTIC TANK I) Contents of septi c tank must be pumped from tank and removed to appropriate depository. Pumping into public sewer system or onto an open area is not In acceptable procedure. 2) Septic tonk lid must be removed or crushed in. 3) Leach line and inlet must be plugged, though leach I ine and leach field may be left in place. 4) Three 411 diameter holes should be put in the bottom of the septic tank to allow for proper drainage. 5) Septic tank must be fi II ed with approved granular material. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY ABANDONED SEPTIC TANK S.S.A.R SCALE DRAWN C NONE o. rOY ED APPROVED DATE: - . CURB a GUTTER-, STREET SURFACE " . . . . 1 FT MAXIMUM ~ w ~ z W W ~ 0 z - )-1 ~..J ....' ~3 a:i ~ 0 WI - Cl.1 Z .J 01 -I.&. a:1 :I Cl.l 0 . l- Ll') 4" LATERAL SEWER LATERAL SEWER a CLEANOUT TO BE INSTALLED BY SEWER CONTRACTOR. . CLEAN OUT PLUG SEWER CLEANOUT BOX CHRISTY V-I DRAIN BOX WITH LID DESIGNATED 0-213 AND MARKED .SEWER. OR EQUAL. 5' I ~ LATERAL SEWER TO BE EXTENDED TO BUILDING BY PLUMBER. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY STANDARD SEWER LATERAL CLEAN'OUT SCALE NONE DRAWN CHED<ED APPROVED 0. TOY ~~ DATE: 7-Zt!'J- DRAWING PART F SOILS REPORT CYME49 INC. February 29, 1992 Project 117-67, Ci)'-1232 West Valley Sanitation District of Santa Clara County 100 East Sun~yoaks Avenue Campbell, Cai Hornia 95008 Attention: Mr_ Mike Fuller, Assistant Civil Engineer RE: GEOTEC~NICAL ENGINEERING INVESTIGATION FOR THE PROPOSED RAILWAY AVENUE SANITARY SEWER EXTENSION CAMPBELL, CALIFORNIA Gentl epersor.s: This reoort oresents the results of our geotechnical engineering investigation for the propc,s€d sanitary sewer extension along Railway Avenue in Campbell, Californ~il. The rurpose of this investigation is to evaluate the existing surfacp and sub~c'face conditions in the project area and to provide recommendations concerning the geotechnical engineering aspects of the proposed sewer deve J 0 pment. PLANNED CONSTRUCTION As presently planned, the project of the proposed sewer extension would consist of instiJliatio'l of approximately 1,600 lineal feet of new 10- and 12-inch diameter se'...er pipeline on Railway Avenue between its intersections with Kennedy Avenue b the south and with Sam Cava Lane to the north. The neVi pireline will replace H',' existing old 6-inch diameter sewer main and will se~'\'f: additional sewerage from h;ture developments in the area. We understa:ld th2L tll~ northern end of the nc\'i pipeline will be connected, sometime in the futlJre, to the southern er0 of the existing 12-inch diameter sewer on Central Avenue, along Sam Cava Lane. The plpeline will be designed to flow by gravity, with Its invert at a depth of approximately 7 to 7.5 feet below the existing street grade. We also understand that the existing Railway Avenue pavement structural section will be removed and replaced by the City of Campbell, a few months after completion of the new pipeline, with a new structural section. SCOPE OF WORK The scope: of work performed in this investigation included a site reconnaissance, subsurface exploration, laboratory testing, engineering analysis of the field and laboratory data, and preparation of this report. The data obtained and anal'si=> performed were for the purpose of providing design and construction criteria for grading and earthwork, and trench backf~11. , ,.~-C~~it1:::LJ 10," ,': ') fl' ~(,f''''' "-1~' L~ 111 !::":..~;L '..'~'SD 1093 Hunterston Place. Cupertino. California 95014, U,S,A, Phone: (408) 973-1103 Fax: (408) 973-1017 West Valley Sanitation District Project 117-67, CU-1232, February 29, 1992 2.3. Class 2 Aggregate Base A minimum of 12 inches of Class 2 aggregate base is required beneath the proposed asphal tic concrete section. Class 2 aggregate base should conform to the minimum requirements presented in Section 25 and 26 of the California, Department of Transportation Standard Specifications, latest edition. Class 2 aggregate base should be placed in lifts not greater than 8 inches in uncompacted thickness and compacted with mechanical means only to a minimum degree of compaction of 95 percent relative compaction as determined by ASTM Test 0-1557-78. LIMITATIONS OF INVESTIGATION Our services consist of professional oplnlons and recommendations made in accordance with generally accepted geotechnical engineering principles and practices. This warranty is in lieu of all other warranties, either express or implied. This report has been prepared in order to aid in the evaluation of the proposed sewer extension. In the event any changes in the design or location of the improvements are planned, our conclusions and recommendations shall not be considered valid unless the changes are reviewed and the conclusions of this report modified or verified in writing by Cyme, Inc.. The following figures and appendices are enclosed and complete this report: Figure 1 Appendix A : Site Pl an Field Investigation Key to Exploratory Trench Log (Figure A-I) Exploratory Trench Logs, T-l and T-2 Laboratory Testing Appendix B Grain Size Classification, Figures B-1 and B-2 Compaction Test Results, Figures B-3 and B-4 Very truly yours, CYME, INC. ~~~ Bill M. Lin Pro ect Principal Geotechnical Engineer No. 526 ... / FKjBML:ach (5 copies submitted) 117 - 67 -1.001 Cyme, Inc. Page 6 West Valley Sanitation District Project 117-67, CU-1232, February 29, 1992 FINDINGS A subsurface exploration was made on January 27, 1992 using a rubber-tired backhoe equipped with a 24-inch-wide excavation bucket. A total of two (2) exploratory trenches was made to a maximum depth of 8 to 8.5 feet below the existing street grade. Approximate locations of the exploratory trenches are shown on the Site Plan, Figure l. The soils encountered in the trench were continuously logged in the field by our representative and described in accordance with the Unified Soil Classification System (ASTM-D2487). Logs of the exploratory trenches and a key for the soil classification are presented in Appendix A. Representative samples were obtained from the exploratory trenches at selected deuths appropriate to the investigation. All samtJles were taken to our laboratory for futher evaluation and testing. Laborat.ory testing consisted of tests for natural moisture content, grain size classification, and compaction. The results of the laboratory tests are presented on the trench logs at the appropriate depth and on Figures B-1 and B-4 in Appendix B. The trench logs show our interpretation of the subsurface conditions on the date and at the location indicated, and it is not warranted that they are representa- tive of subsurface conditions at other locations and times. The stratification 1 i nes on the logs represent the approximate boundary between soil types and the transition may be gradual. A. SURFACE CONDITIONS The site of the proposed sewer extension is essentially level and presently covered with a pavement structural section which consists of approximately 2 to 3 inches of asphalt concrete and approximately 6 to 10 inches of base material, predominately of fine to coarse grained, silty gravels with fine to coarse gra i ned sand s. B. SUBSURFACE CONDITIONS AND GROUNDWATER Exploratory Trench, T-l Subsurface materials below the existing pavement structural section, as encountered in the exploratory trench, T-l, consisted generally of moderately compacted structural fill of dark brown, fine to coarse grained, clayey sands and gravels to a depth of approximately 7.5 feet below the existing street grade. These fill materials contained some amounts of brick fragments. These upper surface fill materials were underlain by brown, fine to coarse grained sandy gravels with cobbles up to 6 inches in greatest dimension, to the maximum depth explored of 8.5 feet. 117-67-1.001 Cyme, Ine. Page 2 West Valley Sanitation District Project 117-67, CU-1232, February 29, 1992 Exploratory Trench, T-2 Subsurface materials below the existing pavement structural section, as encountered in the exploratory trench, T-2, consisted generally of gray, fine to coarse grained gravels with some amounts of sands to a depth of approximately 2 feet below the existing street grade. These upper surface gravels were underlained by dark brown, fine to coarse grained silty sands to a depth of approximately 7.5 feet. These upper surface gravels together with the underlying silty sands, which are possibly fill materials, were underlain by light brown, fine to coarse grained gravelley sands with trace of cobbles up to 5 inches in size, to the maximum depth explored of 8 feet. C. GROUNDWATER Free grouradwater was not encountered during excavation of the exploratory trenches. It should be noted, however, that fluctuation of local ized perched groundwater and regional groundwater level may occur due to variations in rainfall, temperature, irrigation, construction related activity, and other factors not evident at the time of our field investigation. CONCLUSIONS AND RECOMMENDATIONS From a geotechnical engineering standpoint, we judge that the project site is suitable for the proposed sewer extension, provided that the conclusions and the recommendations presented in this report are incorporated in the design and construction considerations, project plans and specifications. Oversize soils, in excess of 2.5 inches in size, are not suitable for use as trench backfill. If excavated soils are used as trench backfill, their oversize soils should be removed prior to their use as trench backfill. The opinions, conclusions and recommendations presented in this report are contingent upon Cyme, Inc. being retained to review the final design plans and specifications, and to observe and provide adequate testing during the sewer installations. The analysis and recommendations submitted in this report are based upon our site reconnaissance together with the information obtained from the exploratory trenches made at the approximate locations indicated on the Site Plan, Figure 1. This report does not reflect any variations which may occur at other locations. The nature and extent of variations in subsurface conditions may not become evident until sometime during the course of construction. If variations then appear, it will be necessary to reevaluate the recommendations presented in this report after making on-site observations during construction and noting the characteristics of such variations. We assume no responsibility for construction compliance with the design, specifications, or recommendations unless we have been retained to perform on- site review during the course of construction. 117-67-1.001 Cyme, Inc. Page 3 West Valley Sanitation District Project 117-67, CU-1232, February 29, 1992 A. PIPELINE CONSTRUCTION 1. General All grading and earthwork should be performed under the observation of geotechnical engineer to assure proper site preparation, construction excavations, as well as selection, placement and compaction of fill and backfill materials. All earthworks should be performed in accordance with the recommen- dations presented in this report. 2. Clearing and Site Preparation Prior to earthwork operations, areas to receive pipeline should be cleared of all deleterious materials and obstructions including asphaltic concrete pavement section,> and any buried utility and irrigation lines. Hole.~ resulting from the removal of underground obstructions below the proposed pipeline bearing level should be cleared and backfilled with suitable material compacted to the requirements given below under Item A.4., "Compaction." 3. Excavation The results of our investigation indicate that conventional earthmoving equipment would be suitable for the proposed pipeline excavation. Equipment such as bulldozers, scrapers, loaders, and backhoes could generally be used for such excavation within its proposed limits. Proper shoring, in addition to meeting the State Safety requirements, should be used to minize the potential for possible caving during construction excavation and during backfilling operations using vibratory equipment. 4. Compaction All backfill should be placed in lifts not greater than 8 inches in uncompacted thickness and compacted by mechanical means only to a minimum degree of compaction of 90 percent of laboratory maximum density as determined by ASTM 0- 1557-78. Water jetting is not allowed. The upper surface 24 inches of the trench backfill below bottom of the asphaltic concrete section should, however, be compacted to a minimum degree of 95 percent relative compaction. B. PIPELINE TRENCHES We recommend that pipeline trenches be backfilled with compacted structural fill in accordance with the requirements presented below: 1. Bedding Bedding material should be placed at least 6 inches below the planned invert elevation, or to a sufficient depth required to provide a stable working surface, whichever is thicker. The bedding material should extend at least 6 117-67-1.001 Cyme, Inc. Page 4 West Valley Sanitation District Project 117-67, CU-1232, February 29, 1992 inches above the top of the pipe and at least 4 inches, but not to exceed 6 inches, from both sides of the pipe in order to provide adequate lateral support and protection to the pipe during subsequent backfilling and compaction operation. " Pipe bedding should conform to the requirements presented in Section 200-1.2 of the Standard Specifications of the County of Santa Clara for Public Works Construction, latest edition. Pipe bedding should consist of clean granular material. We recommend that 3/4-inch minus clean crush rock be used as bedding material, and should conform to the following gradation: Sieve Sizes % Passinq 111 3/411 1/211 3/811 No.4 100 90-100 30-60 0-20 0-5 Bedding material should be compacted to at least 90 percent relative as determined by ASTM Test 0-1557-78. , 2. Subsequent Backfill 2.1. On-Site Excavated Materials The on-site soils excavated below bottom of the existing asphalt concrete surfacing are suitable for use.as subsequent trench backfill, provided that they have organic content of 2 percent or less by volume, and contain rocks or lumps less than 4 inches in greatest dimension and less than 15 percent larger than 2.5 inches. These materials should be placed in lifts not greater than 8 inches in uncompacted thickness and compacted to a minimum of 90 percent relative compaction. The upper surface trench backfill situated within the limit 24 inches below bottom of the proposed asphaltic concrete section should, however, be compacted to a minimum of 95 percent relative compaction. 2.2. Imported Soils In lieu of the excavated on-site soils, imported soils may be used as trench backfill. In addition to the preceeding requirements for liOn-Site 11aterialsll as subsequent trench backfill, imported soils should be predominately granular with a pl ast i c ity index between 4 and 12. Imported trench backfill shoul d be pl aced and co mpacted in accordance with the requi rements previ ousl y outl i ned under Item A.4., IICompaction.1I The upper surface minimum 12 inches of trench backfill should consist of Class 2 aggregate base. 117-67-1.001 Cyme, Inc. Page 5 i '\... ... .....,...., I' ORCHARD .. , > N- 1- ~. "') "'e " I ,. '0# " I '..7 I:~ (6.' I (~_J I ApD'N : ~;:'7 I I I I . ~ Ie - ..!._-...I- Cl I .. - I'C ~~, ',". I IfI" i~_) ... '/3 ,..../ ,~,; . - - - ,",.~- -- Co , , :0." to., / / / / .~ I- / , , / / " l- C" : , IE I I " " I .I r / / / / / / , (}-: , .... , , t1'~;~; , MRS. M ~ J KENNEDY '!"J'''' ,C'!' S{)flD, .. 1&1 :z ac 0 => H e ;;r. :z - ..... ~< ... E-<H :<Z ~~ N 0 '" :z ~~ '" < ~H CU ..... ~...:l ...:l ~< - p.. Cf.lU ftl 'tl ~ C (lj E-< ~ ~ =:>...:l H Z...:l Cf.l ~~ :>j:Q <p.. 'C >o~ I' <U CU \0 '- ~ C I ...:l .. I' H A. ..... < ..... .--.. ~ :>-. ~ "' ~ .j.J Cil ... E c; .,.., >< ~ 0 ~~ CO': t- ~ c- o. -~ _c A.~ -- c.. co2 ~~, < S::: t- t- '-' .. II 0> 0-. ~u iXc; .! " ~ C cc 0 :l.!: ~~ 0 ::::... ... N t.<~.. II r:> "e.., : . E :l~. IIC --' U _U~J:l.,," ::.J :z ,....:; - < U ~ u:: ~ ~ U !:: C :z .... H r: H ,j.) :z oM >Ll !:: E-< c;: X v: ..c: ~ u ;>-, !:: ~ OJ ,., Cl! :i M ~ -l-l W tt: (/J > ~, >0 -l-l III I- .j.J C ~ U. Cil -l-l < Q; S CO;; III E-< ~ ".-1 I- ~ H X C .,.... Z>< 0 ~ <;0 ~ A tI:l 'tl AX ~ cr. III AG! Q; W ;::: -l-l tC ;3 =- r: 4-< III Z 0 'tl 'tl 0 u: w ,j.) t:: t:: > ;::: ctl t:: 'tl < 'tl C (lj III ~ .,.., VJ >-<..c: u (lj ,j.) 0 < rJ) oM ,J:l ctl c.. ~oM ~ E u 0 ...:l t:: ,j.) ;::: 0 ~ H ~ Ul ZM P. ~;::OM ~O Cl Z ,..... ~ I ~I ~ ~ ~ u: I <: ...:l ~ :3 III .... - ~ -; ~ C "C CI ~ .! iii .0 Eo ...N r., 0 . ..., ... 0 ~ -; z C/') ..CI l: ~ ~ ~ 8 oS ... G) ~ III ... ~ N o ..., _ E - III Cl) N ~ ... ~ .... G) G) n...-> /7.l c -; ~ c == E III ~ d III 0 Z .c III 0 J;;/ l: _ N ~~-;o C G)'t:z ~ ....B c ~ 0 CIS !!l ~ EE:i PRIMARY DIVISIONS GRA VE~ Clean more than half Gravels of coarse (less than fraction is 5% fines) larger than Gravel No. 4 sieve w:lth fInes SANDS more than half of coarse fraction is smaller than No. 4 sieve Clean Saeds (less than 5% fines) Sands with fines Group SYmbol GW GP GM GC sw SP SM SC ML CL OL MH CH PT SECONDARY DIVISIONS well graded gravels, gravel-sand mixtures, little or no fines. poorly graded gravels or gravel-sand m1x1ures, little or no fines. silty gravels. gravel-sand-silt mixtures, non-olastic fines. clayey gravels, gravel-sand-clay mixtures plasl1c fines. well graded sands, gravelly sands, little or no fines. poorly graded sands or gra velly sands, little or no fines. ailty sands, &and-silt mixtures, non- plastic fines. clayey sands, sand-clay m!xtures, plastic fines. inorganic silts and very fine sands, rock flour, silty or claj'ey fine sands or clayey sUts w:lth sl1ldlt plastfcitv. 1norganic clays of low to medium plasticity gravelly clays, sandy clays. silty clays, lean clays. organic silts and organic clays of low plarticitv . inorganic silts, micaceous or dlsoma- ceous fine sandv or siltv soils, elastic. ioorEanic clavs of hie:h plasticity, fat clavs. peat and other hirt1v oIV3.Dic sol1s. DEFTh'1:TION OF TERMS U.S. Standard Series Sieve Oear Square Sieve Openings 200 40 10 4 3/4" 3" 12" SAND GRAVEL COnBLI: SILTS & CLAYS I I fine T coarse BOULDEl fine medium coarse GRAIN SIZES SANDS, GRAVE is, STANDARD PLASTIC SILTS !unconfined SlANDARD AND NON-PLASTIC PENETRATIOl' AND CLAYS Compressi ve DE 1\'"E TRA no ~ Stre/~h ft S1 L 1'8 'Dl~...~~t t 1'1"" 'Rl nu'" /ft very loose 0- 4 very soft 0-1/4 0-2 loose 4-10 soft 1/4 - 1/2 2-4 medium dense 10-30 firm 1/2 - 1 4..8 dense 30-50 stiff 1-2 8-16 ve ry dense over 50 very stiff 2-4 16-32 hard over 4 over 32 RE LA nVE DENSITY CONSISTENCY CYME, INC. KEY TO EXPLORATORY BORING LOGS Unified Sol1 Classification SYstem lASTM D-2487) RAILWAY AVENUE SANITARY SEWER EXTENTION 1093 Hunterston Place CAMPBELL, CALIFORNIA Cupertino, California 95014 U.S.A. Pro1ect No. Date Phone: (408) 973-1103 FIGURE A-I Fax: (4011) 973-1017 117-67 Fed. 1992 SILTS AND CLAYS llquid llmit 18 less than 50% SIL TS AND CLAYS liquid llmlts 1B greater than 50% HIGHLY ORGANIC SOn.s West Valley Sanltation District Project 117-67, CU-1232, February 29, 1992 APPENDIX A - FIELD INVESTIGATION The field investigation consisted of a site reconnaissance and a subsurface exploration program performed on January 27, 1992. A rubber-tire backhoe equipped with a 24-inch bucket was arranged by the District and used to explore and sampl e the subsurface materi a 1 s. Two (2) exploratory trenches was made to the maximum depth explored of 8 to 8.5 feet below the existing street grade. Approximate locations of the trenches are shown on the Site Plan, Figure 1. Each exploratory trench was backfilled immediately after completion of our field investigation and covered with cold-patch asphaltic concrete. Soils encountered in the exploratory trench were continuously logged in the field by our represent;tive and described in accordance with the Unified Soil Classification System (ASTM 0-2487). Logs of the trenches as well as an explanation of the soil classification system (Figure A-I) are included as part of this appendix. Representative soil samples were obtained from the exploratory trenches at selected depths appropriate to the investigation and were taken to our laboratory for further evaluation and appropriate testing. Results of the laboratory tests performed on the selected samples are presented in Appendix B and on the trench logs. Changes in the subsurface condition may occur with the passage of time due to natural processes and/or the works of man either on this or adjacent properties. Thus the trench logs show our interpretation of the subsurface conditions on the date and at the location indicated, and it is not warranted that they are representative of subsurface conditions at other locations and times. Also. the stratification lines on the logs represent the approximate boundary between the subsurface materials encountered and the transition may be gradual. 117-67-2.001 Cyme, Inc. Page A-I (.i~ d) Allsuaa .ua (%hualuo~ ...... ...... Ql a.Il1lslow: ...... 0 co I .s::: (U ( .iSJ.) E-t ~ .... .... U "" atIllA.loJ. ell (U . l:l:l 0. . 0 ><: e (.iSJ.) U z ;I:: ~ Z H .c: 0 z .IalaUIO.Ilauad (J Ln u:l ~ s:: W (U ~ .IaqUInN ::E: "" ::E: ...... >-< E-4 "t:l aIdUIllS I U ~ .. s:: U (U ;::;- o 1: "" "" ~ .... (U E-4 (J f s .c: 0 .... .... o c.. (J .... "" "" - (U _ _ s:: =' ~ c.=, (U ~ (U > >< 0' "" ~m ~~E-4 o S :I: C,) Z ~ ~ E-4 ~ ~ ~ S ~ >:: ~ N ,..... '" \C ....... I ~ ,..... ,..... . N ...... ~ ....... ...... ...... ~~ ....~ ~ (U '0' ~ .s ~ 3 C! co ~ B :0 .... < 5 - .... Co .... 1-1 (J co (U Q - as 1: (U ..... as ~ - ~ ~ co .... s:: - o ~ Ll'\ II be .9 "t:l ] ~ ...... ....... H ....... - .s s:: o N 1:: o .c: o ~ H Ql e 'S:: . (Jl ell l-l (Jl QJ ell c.. M 0..-1 U U.s::: OU"C ~ ~ Ql ~ U c:: Gl..-1..-1 c:: l-l ell ..-1,.ol-l 4-1 00 ...... QJ c:: ..-1 4-1 ..c: +J o ,.c ...... II (Jl "C c:: ell u:l' ~ z ~ ~ o 0 l-l ,.c l-l ell :>. ' ,.0 0 QJ .. U c:: M c:: ~~ ~ MQlWl-lOO QlQl:>eIl~l-l >l-l<l::"C ,.c til 00 e::: QJ l-i c.:l ~ c:: c.:l +J '(Jl.,-4 (Jl - '..c:' M 4-1 Ql N "oo~ Ql M = .,-4 >-< ,.c .s::: ,.0 " .. 0 M <I:: ,.0 ~ ,.0 w...... HOOO E-t .. U CJ ,.0 CJ f>J .. "C ~....:!QJ"""'.s::: ..4-1 U' <I:: c:: ~ H 0 ZH',-4 A..-1 W O~eIlZ~:>~Ql UWl-i<l:: CJ E-t 00 u:l ~ ell E-t<l:: "Cc.:ll-l ~~QJ>-<QJ +J . (Jl W c:: >-< tz:l: l-l >-< .,-4 A .s::: Po. ',) ell <I:: ell Z +J u:l<OHl-l<1;! <l:l:lUUOOu:l... (U - ~ (J 00 <l:l:l U A o Ll'\ o ...... ( laal )uoll'8AaI3: -'" ,', Q) o N .c: l~ E-< C) III j:Q >:: :%:: o ~ Lr'\ . ~ ,r: C) C Q) I-c ~ .. f-I ~" >.. .. c I-c'.. Q) o C I-c .. Q) E-4 f s ,r: "S,e.g B~~ N I"- 0\ \D '_ I :>G l"- I"- . N ..... ~- ..... ..... . .. ~~ .." C) Q) l! ~ o S ::c C,) z ~ ~ E-4 ~ ~ ~ S p. ~ ~ (.iI3d) ~,suaa A.IQ (%hualuo3 N a.I~slow ..... al Q) (.iISJJ - t: Q) atreA.I oJ. Q., e (.iISJ. ) p. .IalaWO.IlaUad .IaqmnN ..... aldw'BS I 0 I-c I 0 "I-c -Cl:l ==' Q) Cl:l,r: ~lI.l al al .. Q) C "0 - .a 0 ~ ~ ., < bO .s " 'g t:Q .~ - - s 6 N 1:: o e - - Cl:l C) - .. I-c Q) > - Lr'\ II ..... o .... Q) U III ~ Q) I-< "'0 t::: +J Q) t::: "'" t::: ;3 .... .c: -rl 0 .. .... ell I-< ..... "'" I-< ,D .... ;3,-..,be "'" "".... ;3,..., ~....:lC1).c "', "'0 ....:l 1Il be ~....:lQ)HI-<-rl "'O....:l t:: ~ ell..... Q) H -rl '-' 0 t::: ~ III U ~ ","'-'I-<t:: ell be ~ I-< ~ 0 be ell C1) l-< I-< 1Il ,D C1) bll I-< 1Il ell~ I-< ~ 0 l-< ell 1Il U ell .... 0"'0 "'O.co u t::: 0 +J ell.... ~ 0 C1) III 1Il .0 U Q) ..... Cil "'0 t:: C1) ~ l-< Q)-rl~O+J t::.... ell Z -rl ~l-<<.c ellOblltf.l+J I-<Z "'" bll -<( Q) >< ;3 tf.lt::....:l Q) ! "'"....:l ~ UJ><....~r=i I-<E-< ;:>1Il ell....:l....<Q) OHO~"'" Utf.l e"u ..... II : ..... c o - .. 0. - I-< C) CT.l Q) Q .. Q) - ell C) ':r. III 0..... +J C1) .0 1-<.0 s:: 0 -rl U .... c o - .. Cl:l .. C Q) al Q) ~ ~ C) - -a Cl:l I-c o - ell 1:: Q) .. Cl:l ~ C"") ..- ~~ E-< 0 ~ ~+J ~....:l t..:><Q) ZHt::: OO:::-rl uw4-l E-< ~~~ <: ....:l :::x::wW P-<v.>> tf.l<~ <:j:Qe" - o .0 ~ <:j:QU o e" ~~ ,o,~( .~\;;.~~ : ~c:>.. '~~~s~~'\\\, ...\ · Dr '~"''':-''''' " ~~L,-, ~~~~~:\;~~~: ,~~t~~ . ,t>, ,',0. :,'" ""Ii ~~"X t':-..'\.,,~,'\:. t:>'~,:( ''"'\.;''X'\%.\ '''>'''\'''~ . ""'-0 ,~.:...\\.'~ ''\\, ~"'\~~"~I' '~,,: ,,:\, .'1<:.; ",'\.0\\"', II . ",,0, '~""1\~'''''~''i; -"\'li;;,..~,' .~.o ..,~~\~~~:". ~~"""i'~ ~, '00~ \"",,,,,,,,~. :>""",'.\\:,,:'oi1', , ., ,., "-,,,",n ," ,\l..'';;~'' : O.o~~:~~~~~~: "',~~-;<""":"'o .......0' 'l;',\\: ,'I,,,\, . ",,,-'11;').'.,,, >--'.' , ~.""","',x..~ \\"...,"',. ~"\"~j'):' '....' .'. ....'\:..... l.l\;" ""'\' ,.\:>. ,I "'0",. ."l\~\''''''!'''i-.'l ~X.\''\., \)>;~. ':,,: .0, "<"'\X'i"~:\ '~'\;"\'\\'~':' ,,"",,, '\"~~"',"I.:" \.\~, ~,'),,>t'- . '-' ~ "X:~""\:'\..":" )x;,:""'"" .c . .0' ~,~~:\X\,,,' 'lO,\,...~:-;'\:. ). . r- ,\,~, ,l<.'",' ,\'Io.'\:. i"\' 'b'L--: ''''\,x. "....",,'.' ,~... >'~"'>\j:::> ~o \;..,~~~'\~. {~'i.~:}.~~ 0 ....;;;.,~\:\...:'\; "'''-, '\~l.:::~i~- , t?o:('~~~~\\.,-~ ...x~\:x\., " '.I,'\.,"\~~'i,. ,...".:'\..;.,1- ,'-'J '\":\~'\i~, ' ~"~~''l.X1i ,;,,,<,,':\'<, ,"'.'\ ^,,",:\ . ~ ,~"\:~""Y\' ",\,,,~"'>;, '~~" ,,\.c'''~, ,,~'" "...~.~~..." , v_'-'l .\\ "'"\."~'~ ,,,),"~,,,\,, 0 ,:.':'\'''','':t~~'!~~; ~\~"I;,,~,~ ' ' 0 \"'\'~''''\'';y ,.......~\:-...., f'"'...' 0, :\;\'\.\'~":-':\ ~ '-:o.,,\~'''' ,0 "-.J :\"'r.i<' '\,,,,: S,),'1>'.' ,'iw '~-o~'''';'''~~~\' ~~\..;~,~~t-; .' 0 dt ,,~~~,:-"l."\~ ~".~~\'~\1's .~o~~~~~~,~. ~~~\~~) <I: ~Jv; \~~\I\<~" i}~,),""~j.,' \ ". . 60 \}~~~~~.~ ~~.\;,;~~~(.r. , .' .,'-""....." \ "'-' ..,"~" . .,.~..~ ."\",,,,,,~~\.;\~\,,..;\.f5 0'''; ..,~","",:'\.,.... ""',~.\~'\l"" . 'Q:l.o ",,\.''l-~:o..,\ ,,',""'x\:' o,jC::l ~':\'~~"\\:'\\{~~,\: J ;..:.. ~ C. ,~,~;I.':"'~.~,,:, \~:x''i'''''~'Ir ,..JI) ''I.\~~'I.,.....~,~',~'~'''-'''' . 0 --: ~~'\....i~~" ~~~~,}~,~ ) Oo,~ 'f~~~:~~~ f\,,'~Z~~I.:: o~ )n~ \~~:~",,~~,:~~1:~",,~ o.~ LJ. ",,;" O'~~~,'\:~~~\ '~~:"X.~~".~ o v ,\,~)i\",~,'X, :\~N,'r,,,:~ .: '\.,....,',\Xli.~, "'~'~~'~'" "'\ 0.' 'l..lo, , .." t' ",,<' ~""" ./, : "\ ",\"",~). r~~~,:\,\:x" ) ...~ ~~~\~.,''\-'' "sS-\...",~ ,.:..;.:. ~:,-\-~.\.,,~ ~,:":\~,,... o~, ,~\:,,~~:(>;'~::-" 0',0' ,'!'i,"'.....')>., " o lJ'"\ ( l8aJ )UOn'BJ\a13 U Z H .. W ~ >< U o ..... West Valley Sanitation District Project 117-67, CU-1232, February 29, 1992 APPENDIX B - LABORATORY TESTING The laboratory testing program was directed toward a quantitative and qualitative evaluation of the physical and engineering properties of the materials underlying the site to depths influenced by the anticipated foundation pressures and the materials exposed at the sewer trench walls. The natural moisture contents were determined on selected samples and are recorded on the trench logs at the appropriate depths. Since water has a significant influence on soil, the natural moisture content provides a rough indicator of the soills compressibility, strength, and potential expansion characteristics. Two grain size distribution tests were performed on selected samples and the results are presented on Figures B-1 and B-2. Two laboratory compaction tests were performed on the selected samples of the on-site soils and the results are presented on Figures B-3 and B-4. 117-67-2.001 Cyme, Inc. Page B-1 "" coo :: . too ~. c. : - 100 a:: 100 ~;; 10 '""' .. =- acC c:a: _ ZO z: eo DOl . .. - C a . C ~ .. .. 01 :0 at '" Ot" :;: Oi: ., .. ... .. '" .. ... . ... .. ",,- ... - . "". -:0 ~. C Z C '""' - '""' I/C "" ::: ZlI ~ II; · tiC.. ~ .. ~ ZIl I . ... .. a ... a ... .. .. o 100 . 119131 11 ~3SI.0~ lN3~ 134 . o .. o .. o III o .. . .. .. . o . o .. o . ZOI CO : . : : . , i: : i '. . : . . , . , ' . .. . . . . . . , : 1 ' : : . : , ' . / /: J I J . T ; " : , ' 1 oal . '. . :' : : " . . . . . , . . , ,; .. . : Ol $l. ! 01 8 ,: : , : . . . . : , . , , ': ,i , i ; : :: : , . .' . /. lXl!ll I i , ! i' ; : i t : .; ! , ; , i ::: i j: \ . ..' i .' , tl I i I ! /, ,A ! C , :j ,;l"- i ] ! .......~'7 '! I i wi i i i : '. . i IfhE: i' , , :', . ., " " !, i : :. Ii i : !:: 'i I III f 1 i ; ! i ~ : i i ~ t : i i ! III I : : i , : j ! I 1 ! i i : , , , Ii , I j .. . , ZI .. . .. .. .. . a . .. .. co .. o III o . .. .. lMSI3. 11 11MIJ lM]~ 1]4 : : . .: ,', ! co' ,: : : : to' " : , : f i "" .,.',.. 10' ..,'.',.. I .. ,.... - ... III , Z': ... 0- W '. , ; , i . C ....'..' t ' ::: ! . I' Z : : : ,.. I i ::" I 0 tit .. ! Ii z i · i , I . ! I ! : i l , OZ DC :0 CO I ;01 I ; i ' ,~o I ! : ~ i i.ion II! j , , 'DOC ... ... 100 ' ZOO' COO' tOO' 800' 800' ... ... 10' Z ~ ZOo 10 ' .. .. C ... OIl :0 .... c t I I o ... .. .. C o u ... . ... ... . C .. .. ... .. .. C ... U tit W .... - - CI ~ . U Z ~ ~ ~ > U - .. ... .. ... ... .. ~ .... Cu - . . - . ..,. ... <:) lr.l ~;7> ~ .:! g ~ - = ......0 :Lo.. ... .... l:: .sa ..; ..; ~i 1;;1;; "'u ..-.~ ~ . ':lOX) l::g ~~ ::3 __ "'-""-' ::J::t:<Gi C'2~ ,Coo ;7>:::s~..8= ~u::JQ.,,",, al Ul ,.. c;l o u o .j.,l z: o ..c: .j.,l o ..0 ... C ~ "- tit .. C .... ~ ~ ,..J...-l ~...-l :;:..,., ~~ C) ~ >< ~ ~ 0 >< 1-1 <:.0 ,..J U~ _1-1 o Cil z"o <: UJ ~ "0 >< al ~ >= ><.,., <: Cil ,..J ,.. uoo ~ ... ::I u C) - U UJ ... ... . . ... .. ... o LI"l . r-- I - ... ... . ... .. - I E-< ~Tt' ~_ 1 . 1W5131 18 13SIWO~ 1M]~ Y3d .. 100 n. '" coo '" tOO -. ...... e. -- 800 e ... 100 e... .... - 10 ' - .. .... .. CI- CCC a: ~o ' - z: CO ,.' , .. , .. C .. . . 00 I C . ~ .. 100 . zoo' too' tOO' 100' 800 . us ... 10 . Z ~ ~o' EO' to' 10' I O' I -/ i : , i . ; , . , : . i! ' , : ... ; _III. Z': ... ... ... E' . ,. .;,; ..,.j , · '.' i i::.;. I' Z ~. i': iii i i,I..... T :', . ' , " , "I .... .. i' ,. 'I :: = Ii' i i! .j ,! := . C8 . . .. 09 ' O~ , . .. ... .. . " i Hi,: .,. . 91 z ... . 0' . Ot z .. ... . ... .. ",- ... - .. "'. -.. ...... e - c .... =-- .... '" .J . I,'; :,',Vil '," i,'.: ; II! I " > ' t ; j i j; " ! i i : j, ~..-~. ! i : I 11 ~-+..;-... .i'r Tj' J -, . ' ~ I 1 ~ : Iii , , ! . i I! II; ~ic ~!, , ,; i 'II .! ' : i IT i T T[ TT~ ; , " ! . ... I ~ , ... , .. ... : i u Z .. C - .. 0 C ... .. .. a c .. ... 0 : . Ot , ... ... ..A . i , I ~ ~ . i I Ho DC 0 u I I ! , ~ 0 U .. .. - 9/E , , : .. , . ;' ! . , ! ; : I : l/ I Z ... . , . a s ,: E . . : ,. i . . : : :! . ! . : i ! ! ! i I .. ~ ZIl t . ... .. .. ... .. i! Z II ; I C I' I I , .p i! . ! ! ! Zt .. .. : I : i t-.,,:,~ I' , ; i Ii! i i ! I I I 1 i ! I ! ~ , ~ I! I! Ii. I 1 I ! ~ i i ~ j ! i .. .. .. .. .. .. .. .. .. .. ... .. .. . .. .. ... ... .. 1NS11. A8 11MIJ 1Ml' Ild . U Z ..... ~ ~ > U - . .. . .. .. - .,.., ~. c... - . . . - .. . c ... .. Z o ... c u ~ ... ... C ..A U ..,. - C In alen :i .~ 8 ~ s:: E ::: ~ =~ ~~ 3= t-t- ..ce Cl'>C'> ~c..: ~~ cg ~~ =.- ---.-. ::r:t:<~ ~ ~oo g >< ~8::ic.:r: \ ..c ~ 'T'1 ;l .. "0 ~ ~ 'T'1 0 m ~ ~..c 00 .:.: ill ~ CIl m ~"O t'j o ~ u CIl .-l o Ql ... > t'j Ql ~ ~ co 'T'1 4-1 Ql ~ ~'T'1 04-1 Z <4-1 tI) 0 >- Ql E-t u ...:l t'j H ~ tI) ... U III ~ tI) ~ ... ... .,.., . z ... r-.. . ... I .. N ... .. N ... I -. E-t ro",,, AIR 'rT\' 9,~D.~ ~ '-- I 1'- l \. I \. J ~ I , J '\. I \.. ) '" I , \. 135 133 - .... CJ 0. - ~ E-4 - rJ) Z ,129 ~ t:l ~ t:l 125 6 7 8 9 MOISTURE CONTENT(%) 10 135 ZERO AIR , c~~R~s I I / '"' J , / '\ I I\. I " I '\ I \ I \. 1/ \ '\ 133 - .... CJ 0. :;:; E-4 ..... rJ) Z 129 ~ t:l ~ P:: t:l 125 8 9 10 11 12 CYME, INC. Sample No. T-l Sample Depth(Ft.) 1-7.5 Sample Description: CLAYEY SAND/CLAYEY GRAVEL, both fine to coarse grained, dark brown, Fill Test Designation: ASTM D 1557-70 Maximum Dry Density (pcl) 134.4 Optimum Moisture Content ( %) 8.0 Sample No. T-2 Sample Depth(Ft.) 2-7.5 Sample Description: SILTY SAND, fine to coarse grained, with trace of fine gravels, dark brown (SM) Specific Gravity: Test Designation: ASTM D 1557-70 Maximum Dry Density (pcf) 130.5 Optimum Moisture Content ( %) 9. 8 COMPACTION TEST DATA RAILWAY AVENUE SANITARY SEWER EXTENTION CAMPBELL, CALIFORNIA 1093 Hunterston Place Cupertino, California 95014 U.S.A. Phone: (408) 973-1103 Fax: (40~) 973-1017 Project No. 117-67 Date Fed. 1992 Figure B-3 FIGURE B-4 SUMMARY OF LABORATORY COMPACTION TEST RESULTS DATE SAMPLE SAMPLE OPTIMUM OPTIMUM REMARK OF MOISTURE DRY DENSITY NO. DESCRIPTION ( PCF ) CONTENT CODE TEST (OJ, \ 2/4/92 1 CLEYEY SANDI 134.4 8 SC-GC CLAYEY GRAVEL, both fine to coar e grained, dark brc wn 2/4/92 SILTY SAND, fine 130.5 9.8 SH to coarse grained dark brown EXPLANATION OF REMARK CODE: OM: On-site materials TEST METHOD TESTED B1 DATE PROJECT NO PAGE ASTM D 1557 - 70 CYME, INC. Fed. 1992 117-67 1 of 1 4l Form ( 5/19/81 ) CYEM, INC. .... L..I Gl: ::l U ;>-< - ~ < Me H ~Z2 ~oo ('-.j j b:~ ~ 0'\ U)ZH .... 0\ W41~ C( .... j:\.o ~E-<U Q z>C: W WW ~ . E-< :>p:::....:l U H C1l U) <~d 0 ;>-<;$&:q <t'w2 ~tI) ....l < H U ~ to- <l; U " ~ \0 1'/"1f'11, /1;/" - I j,.,'/J-r: 0 " "'~. ex .... .. .... '" .... .... '" 0\ ... ,.... .. .. u.:> 0 ;.-.. ...... .... .... .. f: '" '" r-1 ... 0\ 0\ C1l III 0 I I .... ... - - II) .<: ... ..... ..... ... .... 0\ 0\ a .. .. ~~ 'M :>v u.:> u.:> :< 0 00 100 . -.7'" 0 .. ~~ . I-l III t~-"@~ 0. ;z; 0 0- ~< <II ! . ~ ~ . ..... l:: " I 0 -. 11 < U -s l::1Il 0 X '-" 0 III .J:. I1l i~ :: ~ ~ ;l -1Il;:"~1oo ~..: "l t - .. ~ ..... 0 - 0'\ lI"l .... II CO ~ 00 .... ~ .. ~ W .... ~ ". U '-J U) 11" . Z ~33H5 335- . 0:1 'l"N 3Hn~n.i' ," ~#..,( .., . J."~ ""': ". rw. ""/~ 0"';( '" . . '- .. 1 ~ " ~ - " , " , >- ' ' z .-:- . . <t ... I n. \ ::J= 0 l\ u ~/ ~ ~ -:~ 0 .~ i i <t 0 ,~ . . -.. a: ., r ~ \ ..J "'" .. ~ ~ ;:( ..~~ . . . \ II: tJ .:'" ~~\ ') Ii I -; l. _~ ~ ! , U L&.. U .( n. 7- 'I' n:: w I I- ::> 0 III klJ :::::::. <: L-.u :::::::. "t: " . ... :- " "'Q . . 1II 0- ' ,~ .. t .. tt.:"l' " .. ...' , N . 0'\ ~ ~ ~ o .,.j .... u II) P- a o u '0 r-1 C1l OM '+-l :::>... ~ --.J -- ~ ~ ..e;) . .. '+-l o ~ o 'M .... II) u o r-1 C1l .... II) a 'M :< o ~ P- o. 111 '0 i=: 111 I-l C1l ,.0 13 ;:l Z \0 co A" T"" /,/.,',,:/, . '~.;;;;~ . ~ ;.: .;.;::': ;<,-; ~./.~/</;/ '-' ,%,"~(- , "!'~ g:~~~ (~ i"~; /' ;%~ ~//;:"//; * "f;//(X:;. / //:;/; I, - -. ,. "'/11 1'-,3 , If 'J .........'" (;) .. ..@ .. . . '1\ .. t .. ...~ · "l o Z 4.1 c.:> W ....l ('-.j .... HOJ. \tV'4 .... Ul C1l .... .. ;.-.. ~ II) Po. p::: a ~8 4.1 U) 00 ~ ;:.-..... ~ ~ E-< C1l H ~ ~~ U) ~ 4.1 ~'O E-< W Z'M ~r-1 4l:il ....l j:\.o ;.-.. j:\.o"c :::J U) '0 W('-.j W~O'\ ~II)0\ Z 0..... 4.1 C1l .. ~1-l.J: .... 0. u I-l ;:.-. .. 111 <C"'l): ~ ~+J'O H C1l C1l < C1l +J p:::.J:ctl - U)'O .. ~ \ ,\ ::INn H~.LVW lI"'t 00 ... ~ , -:t 00 .. i.. . , j~ ," >- z c( Go ::IE o u o c( o G: ~ c( ac: " ~ ~~ U I<. U c( lL ~ ~ --.J """- ~ ~ ~~ ~! '~ il '. . .. . (") '" N' 00 3NI' "\tJ,S H:)J,YW 4.J rJl (1) 4.J ~ o .~ 4.J U 11l 0. a o u "Cl r-l (1) .~ ~ ~ o ~ o .~ 4.J 11l U o r-l "Cl ~ 11l .... (1) ,0 ~ Z 00 (") .. >, ~ 11l ~~ ~ :3 CI) ClO >0 ~ ~~ E-t (1) H (1) ~.;j CI:l ~ ~W E-t"Cl Z~ ~~ ...:1< Pot>. Pot,o ::J . CI:l"ClN WCll'" ::J....'" Zl1l- W ~ .. ~......c .... 0. u ~ ..~ ~-:tX: ...:I4.J"Cl H CIl (1) ~(1)4.J _ .c: 11l _ CI:lO w CI:l < j:Q N ..., 0: ::l (.,] - ... W N .... '" oq' '" g .... W E-< H CI:l u (1) o '" .... '" .... ,..., >. r-l C1I 4.J III a .~ ~ o .... 0. 0. < ....., ... .. ... E '2 III 0 .c~ ... .... .. ... gu 1&0 . .. . III ~ 0 . .. .....~<III -s r: vi r: .. 010 ox ....Vl;.;t:~ '" 0 .... .... C"'... {"... .... .... I I .... .... r- ,- .... .... ;;~ 00 ...... ~~ o V'l .}' - w ~ u CI:l :iN.' H:)J. '''' ~ Iti ./ . " i~ ~~ ~ ~ . . ~ , 4'\ .. .. l.' . :~ .. : II .. 0 u .. ~ . . , I; " 3~ .. 0 ,: . ... .!; .. ~ ... . \ ~ , , ,;: , . ~ i~ . 4.J ~ <:: 4.J :::.. oq: ! !:! .. u .. .. -g,~ "'~ IX)~ -.." - oq: ~ 't . . ... z .. i o IX) . 4.1 Ul CIl 4.1 I::l o -..-I 4.1 U III p., a o CJ '0 ,...j CIl -..-I 4-l .... o I::l o "" 4.1 III u o ,...j '"Cl ~ III ~ CIl .0 a ;j z C") '" ~ >. I::l III = p., p:: a ~8 ~ CI.l ClO :>-0 -~ ~ ~ f-< CIl H I::l ~~ CI.l I::l "-l ~'O f-< CIl Z '..-1 ~,...j ~,...j ~< p.. >. p..,.Q o . CI.l '"Cl N CIlO\ 2~~ :z; p., "-l CIl ~ :>~..c: < p. u :><~~ ~"'~ ,...:14.1'0 H CIl CIl < CIl 4.1 ~..c:1ll : CI.l '0 ~ Cf.l < ~ ,-.. ;>., ,...j CIl 4.1 III a '..-1 :>< o ~ A. A. <C ...... o '" :u ..... ~ ~ CI.l ~ Po. ~ f-< H CI.l :>< ~ < E-o H ....~~ ~So CI.lE-o/.l.o z.... ~~.-1 ;:Jf-<< ZKU ~~ :> ~ <~,...:I :><~d <~~ ~CI.l~ ,..., U ~ . U ~ ... C") ~ 00: ::l U - .... ~ .... c( Q N 0\ 0\ ..... . CJ <IJ ~ .... y ~ - o Q: -- <( ,..... \D I ,..... ..... ..... '" - - "" '" - .. .. OJ '... .. c ... h 01) 0 .... .c:... ... .... h 111 ~u o I&. . .. . III ;;.:: 0 ' .. ,..."1<<11 ~ ,: ~ g ~ o 111 ,.c <11 ...1Il;;"PoI&. U....l ......) .... ..... N" '" or. ~.!. ...... ...... 0- 0- r-. r-. W W 00 ~... ........ WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY SERVING RESIDENTS OF CITY OF CAMPBELL TOWN OF LOS GA TOS CITY OF MONTE SERENO CITY OF SARA TOGA UNINCORPORA TED AREA 100 East Sunnyoaks Avenue Campbell, California 95008 Telephone (408) 378-2407 April 1, 1992 TO: Planholders SUBJECT: Addendum No. 1 - Railway Avenue Supplemental Sewer Extension The following constitutes Addendum No. 1 to the Railway Avenue Supplemental Sewer Extension: 1. The encroachment permit from the City of Campbell is attached. Regarding Special Provision 5, B, the District, with the assistance of the low-bidding contractor, will prepare a traffic plan to be submitted to the City of Campbell. The district will pay the fee for this permit. 2. A new detail for the manhole frame and cover is attached as part of this addendum. 3. The contractor is advised that the lateral sewers which are to be severed and reconnected into the new main sewer shall be cut with a saw to avoid damaging the existing pipe material. The district will not pay extra for repair of pipe damaged while severing the existing lateral sewers. PLEASE ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM WHEN SUBMITTING THE BID. Very truly yours, William A. Gissler Dist~~ ~~and by: Mike Fuller Assistant civil Engineer Engineer enclosures (FORMERLY COUNTY SANITATION DISTRICT NO, 4) F-C!::. C5:~ Fa~ \)te-tl.-\-1..-l"'t" qi--- l5~ ~-~\-~.'"2- c:.C""~~ \JL)"-{ ~~ ~ ~lLLU~"1 -6-"-i~ 4r t~ t~ ~ ., ~ L.F. Gf;=. \D\ \~\\ \ 4~L,--:~ ~C':>O L...F. ~ ~\'~O/LF- -=:.. ~~eD.Q;,a l t l q L. F c ~ 1t~.-~s: I L te- -=: b"q., ~ ~ -z.':;: ~ ""'- @-i; ~ Ice = 1.,.""L~, G a ~~~. 4\.-!- '1 ~LX.. ~. f..--t l+ \ (..:.) - ~ \..._ ,- r;-t~UhO~-~~~.-ec ~_~~\..~~o ... - c:t.. \ <..0 D 4- :"t..~:.. C" \v't~C-;O~'1e:~~ \ Fie~-... \C::O\2_ ~i.(:)v^"L-~~ ~~~ ~\~~\..-~ \ k...) c...~~'Cf.::> \ L) l-'\ ~r-.::.. ~ \ ~) ~~\.{'~ .