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-.::.. ~ \ ~)
~~\.{'~ .