Loading...
ENC2017-00049 (SCVWD Well Proj.)OF ' C44i U� 4�r UkCHAK� CITY OF CAMPBELL Public Works Department June 25, 2018 Ralph McGahey Cascade Drilling, L.P. 2000 Duluth St. West Sacramento, CA 95691 SUBJECT: PERMIT NO. ENC 2017-00049 540 Rincon Ave., Campbell, CA FINAL INSPECTION AND ACCEPTANCE Dear Ralph: The City of Campbell has made the final inspection of the subject Public Works improvements and finds that no remedial work is required. Your warranty requirements and any surety, therefore, are hereby released. Sincerely, John Burchfiel Sr. Public Works Inspector 70 North First Street • Campbell, California 95008-1436 • TEL 408.866.2150 • FAX 408.376.0958 • TDD 408.866.2790 Encroachment Permit Final Sign Off Encroachment Permit # 2-0 rI --- OWAA Address: 5-4D AV i Date of Final Inspection and Acceptance: (a li -7 Inspected by: <k(, OK to release deposits: 100% 75% Comments: -F-e.2, Encroachment Permit Final Sign Off Encroachment Permit Address: Date of Final Inspection and Acceptance:, inspected by: OK to release deposits: 100% V 7.5 Comments: CITY of CAMPBELL Public Works Department June 20, 2017 Ralph McGahey Cascade Drilling, L.P. 2000 Duluth St. West Sacramento, CA 95691 SUBJECT: PERMIT NO. ENC 2017-0W49 540 Rincon Ave., Campbell, CA FINAL INSPECTION AND ACCEPTANCE Dear Ralph: The City of Campbell has made a final inspection of subject Public Works improvements and finds the work to be acceptable and in conformance with City standards. Accordingly, the City Engineer accepts the improvements. The one year maintenance period stated in the permit begins as of June 19, 2017. The permittee is responsible for the repair and/or replacement of any defective work or failures that occur within one year. The City will inspect the improvements within one year and notify you, in writing, whether or not any repairs are required. If you have any questions, please call me at (408) 866-2168. sinticerel , John Burchfiel Sr. Public Works Inspector Cc: Inspector/Suspense Files Permit File ENC2017-00049 70 North First Street • Campbell, California 95008-1436 • TEL 408.866.2150 • Fax 408.376.0958 • TDD 408.866.2790 Print Form CITY OF CAMPBELL ENCROACHMENT PERMIT Permit No O °Lc�;?O I - — f coO q DEPT. OF PUBLIC WORKS (for working within the public X-Ref. File 70 North First Street right-of-way) Application Date a - Campbell, CA 95008 Issued Application Expiration Date Z Ph. (408) 866-2150 APN 06 Fx. (408)376-0958 Z Permit Expiration Date APPLICATION - Application is hereby made for a Public Works Permit in accords ce with Campbell Municipal Code, Section 11.04. (Application expires in six (6) months if the permit is not issued. Application Fee is non-refundable.) . A. Work Address or Tract No.: 540 W Rincon Ave Campbell, CA j Utility Trench Location: B. Nature of work: Environmental Drilling - Monitoring Well Installation C. Attach four (4) copies of an engineered plan showing the location and extent of the work, and four (4) copies of the preliminary Engineer's Estimate of work. The plans shall show the relation of the proposed work to existing surface and underground improvements. When approved by the City Engineer, said plan becomes a part of this permit. D. All work shall conform to the City of Campbell Standard Specifications and Details for Public Works Construction; the General Permit Conditions listed on the reverse side; and the Special Provisions for this permit, listed below. Failure to abide by these conditions and provisions may result in job shutdown and/or forfeiture of Faithful Performance Sureties and cash deposits. (See General Permit Conditions 1 and 2.) E. The Contractor must have this permit and approved plans at the site and must notify the Public Works Department at least two days before starting work. Notice must be given to Public Works at least 24 hours before restarting any work. Name of Applicant: Cascade Drilling, L.P. Telephone: (91 6)403-7728 Address: 3000 Duluth Street West Sacramento, CA 95691 E-Mail Address: ttaber@cascade-env.com 24-HOUR EMERGENCY PHONE NUMBER: 530-315-6900 Is this work being done by the property owners at their own residence? YES r, NO The Applicant/Permittee hereby agrees by affixing their signature to this permit to hold the City of Campbell, its officers, agents, and employees free, safe and harmless from any claim or demand for damages resulting from the work covered by this permit. The Applicant/Permittee hereby acknowledges that they have read and understand both the front and back of this permit, and they will inform their contractor(s) of the information. Applicant is advised that upon issuance of this permit, property owner, or property owner's successors, shall be responsible for any and all damages arising out of the condition ofApy, RriXi to improvem�,nts in the public right-of-way. Accepted: (Applicant Permittee) Date Cascade Drilling, L.P. Ralph McGahey 02/06/17 (Contractor) (Print Name) Date SPECIAL PROVISIONS: 1. Street shall not be open cut for underground installations. Minimum cuts may be allowed for connections or exploration holes. Such cuts may be specifically approved by the Inspector prior to cutting. 2. Pavement may be cut for underground installations and must be restored in accordance with the Standard Details Trench Restoration Method "A", unless otherwise approved by the Engineer. 3. Work to be staked by a licensed Land Surveyor or Civil Engineer and two (2) copies of the cut sheets sent to the Public Works Department before starting work. V 4. Per Section 4216 of the Government Code this permit is not valid for excavations until Underground Service Alert (USA) has been notified and the inquiry identification number has been entered hereon. USA Phone: 1-800-227-2600. USA TICKET NO. 5. Prior to any work, the property owner shall execute an Agreement for Private Improvements in the Public Right -of -Way, which shall be recorded. 6. Public Notification Requirements: 7. SEE PUBLIC WORKS FEE SCHEDULE FOR CURRENT FEES AMOUNT PERMIT APPLICATION FEE $ 4:—t! PLAN CHECK DEPOSIT $ SECURITY FOR FAITHFUL PERFORMANCE/LABOR & MATERIALS $ CONSTRUCTION CASH (POT$ PLAN CHECK & INSPECTE $ Z�fr�3o EMERGENCY PERMIT FE $ APPROVEDFORISSUAN or City Engineer P r it Expires 12 Months After Date of Issuance RECEIPT NO' Zi, `601� Date q` Santa Clara Valleg Water District O Project Name: John D. Morgan Park Monitoring Wells Project Contract No.: C0622 Transmittal Form FC 533w (1-7-03) TO BE COMPLETED BY CONTRACTOR II TO BE COMPLETED BY DISTRICT U. OdnCd l,lara valley VVater LAStrIGt 5750 Almaden Expressway 1i San Jose, CA 95118 Attn: Nelson Gonzales Date: 05/02/2017 To Attn: Date Returned: Cascade Drilling, L.P. 120 S. 23rd Street Richmond, CA 94804 Submittal No.: 009.2 Item: Paving z uCU wi w 0 0 REVIEW ACTION Cn c 0 Q0 CD X z w 0 z w cU c 0 o z° ca �- Q E .5 Cl) a) a0�i O CL 0 Q E a0i U Spec. Sec. Page No.: 35,1,03A Supplier/SubcontractorPari & Gershon/Duran Venable ❑Ori final Submittal ❑2"d ®3rd 4tn NUMBER DETAILED DESCRIPTION (PROVIDE ONE TRANSMITTAL FORM PER SUBMITTED ITEM) 1 Paving Submittal k,uinPiete euner ka) or ko), rouowing: (a) The material or equipment contained in this submittal is intended to meet all the requirements specified or shown (no exceptions). (b) The material equipment contained in this submittal meets all the requirements specified or shown, El except for the following deviations (list deviations, attach separate sheet if necessary). ' zz;/n 4�1 -I"- CONTRACTOR: . 0;7 Remarks: Uorrections or comments made relative to submittals during this review do not relieve the Contractor from compliance with the requirements of the drawings and specifications. This submittal is only for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction, coordinating his work with that of other trades, and performing his work in a safe and satisfactory manner.. I SCVWD Design Division Construction Division \✓r=M v PIi4BL Sln 7979 Duran & Venables 748 South Hillview Drive Milpitas, CA 95035 T: (408) 934-7300 F: (408) 934-7310 Job # 37037 John D Morgan Park Submittal Log Pari & Gershon 2053 Lincon Avenue, Suite A San Jose, CA 95125 Attn: Romena Jonas T: 408-966-7184 F: 408-267-7196 E-mail: "onas iinc net SUBMITTAL NO. CONTRACTORISUPPLIER CONTACT SUPPLIER Phone SPEC REF SUBMITTAL DESCRIPTION Notes NAME / Email or Fax 001 Granite Kim Hemenes 408-327-7028 35.2.01.A-B AC Pavement Repair - Hot Mix AC (Mix ID: 1060 -1/2" PG64-10R15) Binder is PG64-10/16 which is rated for PG64- 16 and PG64-10. 002 Reed & Graham Inc. Salvador Lopez 408-287-1400 35.2.05.A AC Pavement Repair - Class II Aggregate Base 003 Graham Contractors Inc. Che Corlett 408-293-9516 35.2.04.A Slurry Seal Work - Slurry Seal Mix Design 004 Graham Contractors Inc. Che Corlett 408-293-9516 35.2.07.A Slurry Seal Work - Hot Applied Crack Filler (DERRY 180CA) 005 Reed & Graham Inc. Salvador Lopez 408-287-1400 35.2.02.A AC Pavement Repair/Slurry Seal Work - Tack Coat (SS-1 h) Also to be used in lieu of a pirme coat durring AC Pavement Repair. 006 007 008 009 010 011 012 REVIEW CODES: A - No Exceptions Taken B - Approved, Make Corrections Noted C - Amend Resubmit D - Rejected, Resubmit Printed: 5/1/2017 Pg 1 of 3 SANTA CLARA AC PLANT 3800 Basset St i Santa Clara, CA 95054 Ph: (408) 988-4551, Fax: (408) 988-4817 February 27,:2017 Danny Duran Duran & Venables 748 South Hillview Dr Milpitas, CA 95035 Ph: (408) 934-7300 Fax: (408) 934-7310 Mix ID: 1060-%" PG64-10R15 Project: John D. Morgan Park, Campbell, CA Subject: Submittal for %:" Maximum, Type "A" meets and exceeds Type_"B" aggregate quality requirements Per Section 39, Cal Trans (2010) Specifications. a �1- --- —� BIN PROPORTIONS Bin # Material Percent of Blend (TMP) 1 Vulcan Man Sand 37% 2 Vulcan 3/8" Crushed 33% 3 Vulcan''/:" Crushed 15% RAP GCCo Rap 15% Total Binder PG64-10/16 San Joaquin .5.70% AGGREGATE GRADATION (CT202) (2010 Cal Trans Specifications) Sieve Size Santa Clara's Plant Gradation Target Value Limit Target Values Allowable Tolerance Specification Range Y44" 100 100 100 --- 100 Y2" 96, 95 — 99 96 TV ±6 90 —100 3/8" 85 75 — 95 83 TV ±6 76 — 89 #4 58 55 — 66 56 TV ±7 49 — 63 #8 40 38 — 49 40 TV ±5 35 — 45 #30 19 15-27 18 TV±4 14-22 #200 5.0 2.0 — 8.0 4 TV ±2 2.0 — 6.0 AC Content 5.70 5.25% - 6.15% HMA Mix Design Data Quality Characteristics Test Method Value Sec. 39 Specifications (2010) Voids in Mineral Agg (VMA) CTM 367 14.6 13 % (min) Voids Filled with Asphalt (VFA) 70.6 65.0%— 75.0% Dust Proportion 0.9 0.6 —1.3 LTMD (Gmb) CTM 308 2.412 150.2 Ib/ft3 (UNIT WT.) RICE (Gmm) CTM 309 2.499 155.6 Ib/ft3 (UNIT WT.) Stability CTM 366 42 35 min. Aggregate Properties Sand Equivalent, SE (%) CTM 217 71 47 min LAR (% max) 100 rev. 500 rev. CTM 211 4 18 12 45 Crushed Particles (%) CTM 205 100 90/70 min. If we can be of further assistance, please do not hesitate to call. Sincerely, GRANITE CONSTRUCTION COMPANY Hongbin Me Regional QC Manager REED & GRAHAM; INC. P.O. pOX 5940 - 95150-5940 096 9UNOL. STREET -.95120-3751 9AN JO8E, CALIFORNIA. WES SITE: httRliyjtiYNwginc.ccm Contractor: DURAN & VENABLES, INC. 748 S. HILLVIEW DR. MILPITAS, CA 95035 Attention: Thomas O'Neill over, R No.2 ww 0te TELEPHONE: (408) 28771-1400 FAX: (40Q) 224-3690 Date: 4/14/2017 Submittal#: S14132 Project: John D. Morgan Park Location: Campbell 19mm (3/4") Recycled_ Class_ II Aggregate Base ( Per CalTrans 2010 Specs) GRADATION - CTM 202 SIEVE 25mm 19mm 12.5mm 9.5mm 4.75mm 2.36mm 1.18mm 600µm 30011m 150µm 75µm % Passing 100 96 84 76 54 38 26_ 18 12 9 6.4 ACT Spec. 100 100-90 35-60 10-30 2-9 SAND EQUIVALENT - CTM 217 DURABILITY INDEX - CTM 229 SE! 62 SPEC.: Min 25 D,: 43 Di SPEC.:. Mn 35 , LOS ANGELES RATTLIER - CTM 301, RESISTANCE (R-Value) - CTM 301 % loss @500 revs: 29.2% :SPEC.: 50% Max R Value: ! 83 SPEC.: 178 min PLASTICITY INDEX OF SOILS - ASTM D4318 MOISTURE CONTENT - CTM 226 Liquid Limit: na Plastic Limit: na Plasticity Index: NonPlastic MC:. 4.0% MAX. DENSITY CURVE (ASTM D1557 METHOD C) _ SPECIMEN A B C D - DRY UNrr WT. (pcf) 127.0 128.4 129.0 125.7 MOISTURE (%) 3.8 5.3 7.0 8.2 MAX. DRY DENSITY @ OPTIMUM MOISTURE (pcf) 128.4 OPTIMUM MOISTURE CONTENT (%) 7.0 100% Saturated Curve - Estimated Sp. Gr. 2.465 134.0 - _ D 132.0 E 130.0 N 128.0 - S - -- I 126.0 - T 124.0 - y 122.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 - MOISTURE CONTENT (%) If any further information is required, please call. Approved By, 0 Eric Richard Quality Control Manager Submitted by, r � Salvador Lopez Senior Laboratory Technician - OVER 80 YEARS OF SERVICE TO THE ROAD,CONSTRUC'TION INDUSTRY- No. 3 I. REED & GRAHAM, INC. P.O. BOX 5490 • 95150-5940 690 SUNOL STREET • 95126-3751 SAN JOSE, CALIFORNIA WEB SITE: http://www.rginc.com Over o x0tv TELEPHONE: (408) 287-1400 FAX: (408) 294-3696 LABORATORY REPORT RGL#SSTM2-16 PREPARED FOR: Graham Contractors, Inc. PO Box 26770 San Jose, CA 95159 Attention: John Waiters Slurry Seal Mix Design George Reed Table Mountain Type II Aggregate & Reed & Graham, Inc. LMCQS-lh Mix Design completed on: 4/6/2016 Purpose: The purpose of this report is to evaluate the suitability of materials tested for production a Slurry Seal System that meets the required specifications for mixing, breaking, curing, and endurance. This report identifies individual material characteristics and the optimum mixture of these materials as determined under laboratory conditions. Emulsified Asphalt Slurry Seal Surfacing Systems consist of asphalt emulsion, aggregate, water and set additive and may include mineral fillers. Slurry Seal Surfacing Systems are affected by factors beyond the control of the mix designer, including but not limited to temperature, humidity, local climate, existing pavement condition, material properties, aggregate reactivity, application equipment and application techniques. As a common practice, the actual mix applied will be adjusted within certain tolerances and approved by the project managers, inspectors and engineers on site. - OVER 85 YEARS OF SERVICE TO THE ROAD CONSTRUCTION INDUSTRY — II. Job Mix Recommendations Aggregate: Emulsion Content Range: (bitumen content range:) Water: Additive: Aluminum Sulfate Requirements Caltrans ISSA 37-3 A105 100% 15.0±1.0% 12-18 - 9.2±0.6% - 7.5-13.5 6 to 8% As needed These job mix recommendations were determined based on the test methods utilized by ASTM, the California Department of Transportation (Caltrans) and the International Slurry Surfacing Association (ISSA). The test results of material and mix properties were performed under laboratory conditions, and are summarized below. All materials are reported based on dry aggregate weight. III. Materials A. Asphalt Emulsion Properties Description Test method Lab Caltrans ISSA results Spec A 105 Tests on Emulsion Viscosity, SSF @ 77'F, sec ASTM D244 21 15-90 20-100 Sieve Test, % ASTM D244 0.012 0.300 max 0.100 max Residue by Evaporation, % ASTM D244 61.0 57 min 57 min Particle Charge ASTM E70 positive positive positive Tests on Residue from Evaporation Pen, 77°F, 100g, 5 sec., dmm ASTM D5 73 40-90 40-90 Ring & Ball Softening point, 'F ASTM D36 133 - - Torsional recovery, % CTM 332 21 18 min - Ductility Test, 5cm/min ASTM D113 85 40 min 40 min B. Aggregate Properties Sieve Analysis per ASTM C136,.CTM 202 Lab Caltrans ISSA Results Specs A105 3/8" (9.5mm) 100 100 100 #4 (4.75mm) 100 94-100 90-100 #8 (2.36mm) 88 65-90 65-90 #16 (1.18mm) 59 40-70 45-70 #30 (0.06mm) 40 25-50 30-50 #50 (0.03mm) 27 18-30 #100 (0.015mm) 17 10-21 #200 (0.0075mm) 11.0 5-15 5-15 Sand Equivalent per ASTM D2419, CTM 217 76 55 min 45 min Durability test per CTM 229 69 55 min na Bulking effect per ASTM C29 Modified Moisture % Rodded Unit Weight 0.5 108.8 2.4 97.6 5.0 82.3 7.2 78.4 IV. Mix Properties ("Graphs are attached) A. Wet Track Abrasion Test, one hour soak, ASTM D3910 & ISSA TB 100 % Emulsion % Water % Retarder grams loss A Specification trial 1 12 7.2 0.25 53.2 75 g/sf max trial 15 6.0 0.25 46.5 trial 18 4.8 0.25 17.1 B. Loaded Wheel Excess Asphalt in Bituminous Mixtures, ISSA TB 109 % Emulsion % Water % Retarder grams loss A Specification trial 1 12 7.2 0.25 9.9 50 g/sf max trial 15 6.0 0.25 20.7 trial 18 4.8 0.25 23.2 V. Mix Characteristics at Design Recommendation using 15% emulsion at 61.0% residue Test method per ISSA A105 Lab Caltrans ISSA results Spec Spec TB # 106, Slurry Seal Consistency, mm 25 30 max 20-30 TB # 113, Mixing Time @ 77"F, sec.. 190 180 min 180 min TB # 114, Wet Stripping test, % 95 90 min 90 min TB # 115, Compatibility pass pass pass TB # 139, Wet Cohesion test 30 minute set, kg -cm 14 12 min 12 min 60 minute set, kg -cm 24 20 min 20 min TB # 100, Wet Track Abrasion loss One hour soak time, g-sf 47 75 max 75 max TB # 109, Excess Asphalt, g-sf 21 - 50 max Should you have any questions regarding this report, please contact our office at (408) 287-1400. Submitted by, Salvador Lopez Senior Laboratory Technician Reed & Graham, Inc. Approved by, Eric Richard QC Manager Reed & Graham, Inc. SIEVE ANALYSIS per ISSA A105 and ASTM C136 100 90 80 70 60 —4—% Passing a. 50 W Min U it A. Max 40 P. 30 IN 20 10 0 10 1 0.1 0.01 0.001 Sieve Size, mm Project Specifications Sieve Size Sieve Size % Passing Min Max # 3/8 9.5 100 100 100 #4 4.75 100 94 100 #8 2.36 88 65 90 #16 1.18 59 45 70 #30 0.06 40 30 50 #200 0.0075 11.0 5 15 BULKING EFFECT per ISSA and ASTM C29 Modified 110.0 105.0 a 100.0 95.0 La Q 90.0 85.0 80.0 75.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 Water Content, % Test Water Dry Density Trial Content, % pcf 1 0.5 108.8 2 2.4 97.6 3 5.0 82.3 4 7.2 78.4 ASPHALT OPTIMIZATION RESULTS I Residue By Evaporation, per ASTM D244: 61.0% ISSA ISSA Spec Spec Trial Emulsion Asphalt Wet Track 1 Hr Loss Sand Adhesion # Content Content 1 Hr Loss Max. Adhesion Max. g. SgftSzftSa4ft 1 12.0% 7.3% 53.2 75.0 9.9 50.0 2 15.0% 9.2% 46.5 75.0 20.7 50.0 3 18.0% 11.0% 17.1 75.0 23.2 50.0 Recommend: 15.0% 9.2% 47 -- 21 -- 76.0 66.0 56.0 0 0 w 46.0 0 cr 36.0 �n 26.0 16.0 6.0 --4-- 1 Hour Wet Track Loss Results --0- 1 Hour Loss Maximum - -w<- - Sand Adhesion Results -9 Sand Adhesion Maximum I --- t----- ----- 7.0% 7.5% 8.0% 8.5% 9.0% 9.5% 10.0% 10.5% 11.0% 11.5% Asphalt Content By Dry Weight Of Aggregate No. 4 Lu"j"k SEE R 01 Y PRESERVATION PRODUCTS CERTIFICATE OF COMPLIANCE LEERY 180CA SEALANT Part No. 80180CA The DEERY 180CA sealant supplied is a hot applied, single component, elastically modified composition of asphalt cement, virgin synthetic polymer, recycled rubber, and other modifiers, and is certified to meet all requirements of the CalTrans SSP 37-400 Type 3 Crack Treatment Material specification. Test Parameter Softening Point (ASTM D36) Cone Penetration (ASTM D5329) Resilience (ASTM D5329) Flexibility at 0°C (ASTM D3111 CalTrans Modified) 'Tensile Adhesion (ASTM D5329) Specific Gravity (ASTM D70) !asphalt Compatibility (ASTM D5329) Sieve Test (ikon -soluble components pass No 16 sieve) Maximum Heating Temperature Recommended Application Temperature Sincerely, r - �./Jim Chehovits Vice President of Operations Tvoe 3 Specification Limits 194°F (90'C) minimum 50 maximum 30% - 70% Pass 400% minimum 1.25 maximum Pass Pass 100% 400°F (204-C) 380-400-F (193-204°C) .. (j;RAFW,'420 N. ROOSEVELT AVE. s CHANDLER, AZ 85226 • WWW.CRAFCo.COM AN ERBGONFJ COMPANY NC (602) 276-0406 0 (800) 528-8242 0 FAX (480) 961-0513 Contractor: Attention REED & GRAHAM, INC. P.O. SOX 5940 - 95150-5940 090 81JNOL STREET - 95126.3751 PAN JOSE, CALIFORNIA WEB SITE: httplMir karginc.com DURAN & VENABLES, INC. 748 S. HILLVIEW DR. MILPITAS, CA 95035 Danny Duran C) ver is No.5 Kote TELEPHONE: (408)287-1400 FAX: (408) 294-3690 Date: 2/27/2017 Certificate#: S13923 Project: John D Morgan Park Location: Campbell J The undiluted asphaltemulsion SS-1h to be supplied to the above reference projectconforms with Section 94 of the Caltrans Standard Specifications, 2010. Tests on Emulsion ASTM AASHTO Specification Saybolt Viscosity, @ 77°F, seconds D244 T59 20-100 Settlement, 5 days, % D244 T59 5.0 max Storage Stability, 1 day, % D244 T59 1.0 max Cement Mixing, % D244 T59 2.0 max Siege Test, % D244 T59 0.1 max Residue by Distillation, % D244 T59 57 min Tests on Residue by Distillation Penetration @77°F, 100g, 5s, dmm D5 T49 40-90 Ductility @77°F, 50mm/min, mm D113 T51 400 min Solubility in Trichloroethylene, % D2042 T44 97.5 min If any further information is required, please call. Approved By, All Eric Richard Quality Control Manager Submitted by, �- 5- Salvador Lopez Senior Laboratory Technician - OVER 80 YEARS OF SERVICE TO THE ROAD CCN9TRUCTIAN INDUSTRY - DURAN& VE R4"L ES - 1 F GENERAL ENGINEERING CONTRACTORS Duran & Venables 748 South Hillview Drive Milpitas, CA 95035 T: (408) 934-7300 F: (408) 934-7310 Appendix i i s- 7979 Job # 37037 John D Morgan Park Submittal Log Par! & Gershon 2053 Lincon Avenue, Suite A San Jose, CA 95125 Attn: Romena Jonas T: 408-966-7184 F: 408-267-7196 SUBMITTAL NO. CONTRACTORISUPPLIER CONTACT NAME SUPPLIER Phone / Emall or Fax SPEC REF SUBMITTAL DESCRIPTION Notes 001 Granite Kim Hemenes 408-327-7028 35.2.01.A-B V AC Pavement Repair- Hot Mix AC (Mix ID: 1060 -112" PG64-10RI5) Binder is PG64-10116 which is rated for PG64- 16 and PG64-10. 002 Reed & Graham Inc. Salvador Lopez 408-287-1400 t 35.2.01.0 AC Pavement Repair - Liquid AsphaWCutback 003 { { �. Reed & Graham Inc. I q {( Salvador Lopez 408-287-1400 35.2.05.A ✓ AC Pavement Repair- Class II Aggregate Base 004 Reed & Graham Inc. Salvador Lopez 408-287-1400 —1 35.2.03. AC Pavement Repair - Prime Coat (SC-70) MC-250 called out in spec is illegal to use in state of CA. SC-70 is typical for area. 005 Read & Graham Inc. Ya` Salvador Lopez 408-287-1400 q !\y' 35.2.04.A yl� Asphalt Sealcoat Work - Seal Coat (OverKote Asphalt Sealcoat) Slurry seal is not typically applied to parking lots. OverKote is typical for this application 006 ` Reed & Graham Inc. y Salvador Lopez 408-287-1400 35.2.07.A L/ Asphalt Sealcoat Work - Crack Filler (OverKote Crack Filler) O 007 Reed & Graham Inc. r p� Salvador Lopez 408-287-1400 35.2.02.A \,J/ WWW Asphalt Sealcoat Work - Tack Coat (SS-1 h) 008 009 010 011 012 r REVIEW CODES: �? A - No Exceptions Taken B - Approved, Make Corrections Noted C - Amend Resubmit D - Rejected, Resubmit Printed: 4/14/2017 Pg 1 of 3 DATE: f / I CONTRACT NO: C0622 FILE NO.: DISTRICT ROUTING OF CONTRACTOR'S SUBMITTALS FC533A (07-25-91) INCOMING ROUTING OUTGOING ROUTING No. Received By Name Sets Rec'd Intl. Date Rec'd No. Received By Name Sets Sent Intl. Date Sent Const. Div. Head Design Conslt. Const. Engr. N. GONZALES Project Engr. K. UYEDA Contract Adm. J. ORTIZ �J/) ' J 6 't d Const. Engr. N. GONZALES Design Div. Engr. Sr. Res. Insp. Project Enr. K. UYEDA Const. Div. Head Design Conslt. Contract Adm. J. ORTIZ Project: John D. Morgan Monitoring Wells Project Contractor: Cascade Drillinq, L.P. Submittal No: � D q. I Date of Contractor's Submittal: 1911,07 Number of Copps Attached: / Item: Q ❑ CHARGES FOR EVALUATING RESUBMITTALS ❑ 2Id Resubmittal ❑ 3rd ❑ 4d' ❑ 5th Reviewer Time Hr. Rate Mark-up Total Div. Engr. X X X _ Pro]. Engr. X X X _ Assoc./Asst. Engr. X X X _ Consultant X X X Total Spec. Section: .3 6 a /, 0 .> Iq Ref. Dwg. No.: CONSTRUCTION DIVISION USE ONLY INSTRUCTION AND COMMENTS: 1. Please review the attached submittal and return to Construction Division with your comments on or before 1 TRANSMITTED TO CONTRACTOR ON: BY: (Mail, Hand Delivered, etc.) Date (Construction Division) Santa doro Volley Water District RECEIVED ,APR ���`��{A'2ol,7 S.C. Y. vV. D, Project Name: John D. Morgan Park Monitoring Wells Project Contract No. C0622 Transmittal F®rIrvtl FC 533w (1-7-03) TO BE COMPLETED BY CONTRACTOR TO BE COMPLETED BY DISTRICT To: Santa Clara Valley Water District To: Cascade Drilling, L.P. 5750 Almaden Expressway 120 S. 23rd Street San Jose, CA 95118 Richmond, CA 94804 Attn: Nelson Gonzales Attn: Ralph McGahey Date: 04/18/2017 IDate Returned: Submittal No.: 009.1 Item: Paving z uJ w U REVIEW ACTION to n a U w Z° o Z co 0 a d $ z a)a°'i m ¢ .E N � 5 U) a�i U »- _n aci — a) 1= ¢ E U U) Spec. Sec. Page No.: 35.1.03A Supplier/SubcontractorPari & Gershon/Duran Venable nd rd th ❑Ori final Submittal ®2 El El IDENT. NUMBER DETAILED DESCRIPTION (PROVIDE ONE TRANSMITTAL FORM PER SUBMITTED ITEM) 1 —Paving Submittal (a) The material or equipment contained in this submittal is intended to meet all the requirements specified or shown (no exceptions). (b) The material equipment contained in this submittal meets all the requirements specified or shown, ❑ except for the following deviations (list deviations, attach separate sheet if necessary). CONTRACTOR: Ralph McGahey Remarks: uorrecuons or comments made relative to submittals during this review do not relieve the Contractor from compliance with the requirements of the drawings and specifications. This submittal is only for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction, coordinating his work with that of other trades, and performing his work in a safe and satisfactory manner. SCVWD Design Division Construction Division Submittal 006.0 Revised — Paving JOHIN D. MORGAIN SUBMITTAL REQUIREMENTS Section 35 — Paving and Surfacing 1.03 SUBMITTALS No. of Days A. Work schedule including but not limited to: 1. Number of days needed for temporary parking lot restriping to change traffic flow pattern 1 day 2. Number of days needed to complete asphalt repairs 1 day 3. Number of days needed to complete parking lot cleaning and application of slurry seal 1 day 4. Number of days needed to restripe parking lot to original layout and traffic flow pattern 1 day 5. Planned start and completion dates for the work above. TBD B. Survey of existing parking lot striping shown on plan Previously Completed C. Signed verification from each source of supply for each construction material employed on this project indicating that the See Appendices I materials meet the Specification requirements. D. Mix design for asphalt concrete. See Appendix I E. Crack filler. See Appendix I F. Submit manufacturer's certification of the actual volatile organic compound (VOC) content for all pavement paints and bituminous pavement sealers proposed for use on this project meet applicable Bay Area Air Quality Management District (BAAQMD). Submit certification of the actual VOC content for coatings manufactured after See Appendix I 1 September 1987. For coatings manufactured before 1 September 1987, submit VOC content and date of manufacture. VOC content shall be measured in grams per liter by weight of coating as applied excluding water and color added to the tint base. MSDS for Striping Material to be used at the job site. See Appendix II SANTA CLARA AC PLANT 3800 Basset St Santa Clara, CA 95054 Ph: (408) 988-4551, Fax: (408) 988-4817 February 27, 2017 Mix ID: Project Subject Danny Duran Duran & Venables 748 South Hillview Dr 0 Milpitas, CA 95035 Ph: (408) 934-7300 n ` I 1060-'2 PG64-1OR15 John D. Morgan ark, Campbell, CA Submittal for %" Maximum, Type "A" meets and exceeds Type "B" aggregate quality requirements Per Section 39, Cal Trans (2010) Specifications. Fax:(408j934-7310 Paving Submittal No. 001 BIN PROPORTIONS Bin >< Material Percent of Blend (TMP) 1 Vulcan Man Sand 37% 2 Vulcan 3/8" Crushed 33% 3 Vulcan %" Crushed 15% RAP GCCo Rap 15% Total Binder -19g6 San Joaquin 5.70% i7 AGGREGATE GRADATION (CT202) (2010 Cal Trans Specifications) Sieve Size Santa Clara's Plant Gradation Target Value Limit Target Values Allowable Tolerance Specification Range 100 100 - 100 ----- 100 %" 96 95 — 99 • 96 TV ±6 90 —100 3/8" 85 75 — 95 - 83 TV ±6 76 — 89 #4 58 55 — 66 56 TV ±7 49 — 63 #8 40 1 38 — 49 40 TV ±5 35 — 45 #30 19 15 — 27 • 18 TV ±4 14 — 22 #200 5.0 2.0-8.0 4 TV±2 2.0-6.0 AC Content 5.70 5.25% - 6.15% HMA Mix Design Data Quality Characteristics Test Method Value Sec. 39 Specifications (2010) Voids in Mineral Agg (VMA) CTM 367 14.6 13 % (min) Voids Filled with Asphalt (VFA) 70.6 65.0%-75.0% Dust Proportion 0.9 0.6 —1.3 LTMD (Gmb) CTM 308 2.412 150.2 Ib/ft3 (UNIT WT.) RICE (Gmm) CTM 309 1 2.499 155.6 Ib/ft3 (UNIT WT.) Stability CTM 366 42 35 min. Aggregate Properties Sand Equivalent, SE (%) CTM 217 71 J 47 min LAR (% max) 100 rev. 500 rev. CTM 211 44 18V 12 45 Crushed Particles (%) CTM 205 100 90/70 min. If we can be of further assistance, please do not hesitate to call. Sincerely, GRANITE CONSTRUCTION COMPANY Hongbin Xie Regional QC Manager REED & GRAHAM,114C. P.C. BOX 5940 - 95150-5940 690 SUNOL STREET - 95126-3751 SAN JOSE, CALIFORNIA 1.1EB SITE: http:,'Iioai-v,..rginc.com Contractor: DURAN & VENABLES, INC. 748 S. HILLVIEW DR. MILPITAS, CA 95035 ver (R TELEPHONE: (408) 287-1400 FAX (408)294-3696 Date: 4/14/2017 Paving Submittal No.: 002 Submittal#: S14130 Attention: Thomas O'Neill Project: John D. Morgan Park Location: Campbell The material supplied to your project, indicated above, will meet Standard Specifications for9.5 mm (3/8") Ma)amum Medium n,Cutback Asphalt Concrete. This mixdesign is good for90 days. NJ !� ?"'r Z 60\ P 9.5 mm 3/8" MAXIMUM MEDIUM CUTBACK ASPHALT CONCRETE SIEVE COMBINED XVALUE LIMITS SIZE MIX/8600 12.5 mm (1/2) 100 - 100 9.5 mm (3/8) 99 - �95-100. 4.75 mm (No.4) 79 76 X±6• 2.36 mm (No.8) 62 59 jai X±6 600 pm (No. 30) 24 29 X±6 75 pm (No. 200) 7.7 - gyci' i 3-10 PERCENT OF CRUSHED PARTICLES LA. RATTLER LOSS 500 REV. VT 8600 BIN 1 59% BIN 3 BIN 2 36% BIN 4 DUST 0% cOil: -PG If any further information is required, please call. Approved By, Eric Richard Quality Control Manager 50 MIN 90 MIN 45% MAX 0% 0% 4.6% Submitted by, Salvador Lopez Senior Laboratory Technician - O`,ER 80 YEARS OF SERVICE TO THE ROAD CONSTRUCTION INDUSTRY - REED & GRAHAM, 114C. P.C. BOX 5940 - HI50-5940 690 SUfJCL STREET - 9 12F-3751 SAf J _ICSE. CALIFORNIA vVEB SITE. hftp:k%?,,,,,v::rginc.com Contractor: DURAN & VENABLES, INC. 748 S. HILLVIEW DR. MILPITAS, CA 95035 Attention: Thomas O'Neill goer �N�P G V TELEPHONE: (408 287-1400 FAX: (408) 294-3696 Date: 4/14/2017 Paving Submittal No.: 003 Submittal#: S14132 Project: John D. Morgan Park Location: Campbell 19mm (3/4") Recycled Class If Aggregate Base ( Per CalTrans 2010 Specs) fr GRADATION - CTM 202 L SIEVE 25mm 19mm 12.5mm 9.5mm 4.75mm 2.36mm 1.18mm 600µm 300µm 150µm 75µm % Passing 100 96 1100-90 84 76 54 � 38 26 18 12 9 6.4 CT Spec. 100 ^ 35-60 10-30 2-9 SAND EQUIVALENT - CTM 217 DURABILITY INDEX - CTM 229 SE 62 SPEC.: Min 25 Di: 43 Di SPEC.: Min 35 LOS ANGELES RATTLIER - CTM 301 RESISTANCE (R-Value) - CTM 301 % loss @500 revs: 29.2% SPEC.: 50% Max R-Value: 83 SPEC.: 78 rrin PLASTICITY INDEX OF SOILS - ASTM D4318 MOISTURE CONTENT - CTM 226 Liquid Limit: na Plastic Limit: na Plasticity Index: NonPlastic]F MC: 4.0% MAX. DENSITY CURVE (ASTM D1557 METHOD C) SPECIMEN A B I C D DRY UNIT WE (pcf) 127.0 128.4 129.0 125.7 MOISTURE (%) 3.8 5.3 7.0 8.2 MAX. DRY DENSITY @ OPTIMUM MOISTURE (pcf) 128.4 OPTIMUM MOISTURE CONTENT (%) 7.0 100% Saturated Curve - Estimated Sp. Gr., 2.465 134.0 D 132.0 N130.0 \ 128.0 S 1 126.0 T 124.0 Y 122.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 MOISTURE CONTENT (%) L- If any further information is required, please call. Approved By, Eric Richard / Quality Control Manager Submitted by, Salvador Lopez Senior Laboratory Technician - OVER 80 YEARS OF SERVICE TO THE RO=.D CONSTRUCTION INDUSTRY - REED & GRAHAM, INC. P.C. BOX 5940 - 95150-5940 690 SUNOL STREET - 95126-3751 SAN JOSE. CALIFORNIA :' EB SITE: http:U:�,r.,vw.rginc.com Contractor: DURAN & VENABLES, INC. 748 S. HILLVIEW DR. MILPITAS, CA 95035 ve r (P) TELEPHONE: (408) 2287-1400 FA-X.- (408) 294-3696 Date: 4/14/2017 Paving Submittal Certificate* S14129 No.:004 Attention: Thomas O'Neill Project: John D. Morgan Park nn Location: Campbell �S� The oil SC-70 to be supplied to the above project conforms with Section 93 of the Caltrans Standard Specifications. TEST TEST METHOD MIN MAX FLASH POINT, CL.O.C.,°C AASHTO T 48 65 - KIN EMATIC VISCOSITYAT 60°C AASHTO T 201 70 140 WATER, % AASHTO T 55 - 0.5 TOTAL DISTILLATION TO 360°C AASHTO T 78 10 30 TESTS ON RESIDUE FROM DISTILLATION KIN EMATICVISCOSITYAT60°C AASHTO T201 4 70 HEPTANE XYLENE EQUIV., % AASHTO T102 - 35 ASPHALT RESIDUE OF 100 PEN., % ASTM D 243 50 - DUCTILITY OFASPHALT RESIDUE AASHTO T51 1000 - @ 25°C, mm SOLUBILITYIN TRICHLOROETHLYENE, % AASHTOT44 99.5 - If any further information is required, please call. Approved By, Eric Richard Quality Control Manager Submitted by, .�- ."A Salvador Lopez Senior Laboratory Technician - OVER 80 YEw'RS OF SERVICE TO THE ROAD CONSTRUCTION INDUSTRY- Product MC-250 Sent: Friday, April 14, 2017 3:27 PM To: Thomas O'Neill <thomas@dvpave.com<mailto:thomas@dvpave.com>> Cc: Danny Duran <danny@dvpave.com<mailto:danny dvpave.com>>; Eric Richard <eric@rginc.com<mailto:eric@rginc.com >; Peter Fitzpatrick <peter@rginc.com<mailto:peter@rginc.com > Subject: RE: John D. Morgan Park Good Afternoon Mr. O'Neill, It was nice speaking with you earlier. As we spoke about earlier we currently have a City of San Jose Project going for several weeks using asphalt binder PG 64-10. The spec for prime coat calls for MC-250. All MC products are illegal to be used in the state of California now. Prime coat used in our area is typically SC-70 and we can easily provide you with that product. Attached to this email are the submittals that you requested. If you have any Quality Control needs or require additional submittals please don't hesitate to contact me. For scheduling, please contact Operations at (408) 287-1400. 1 hope you have a great Easter weekend also. Thankyou Salvador Lopez Lead Laboratory Technician [cid:image001.png@01DOB7F7.552E57D01 690 Sunol Street, San Jose, CA 95126 Office 408-287-1400 salvador@rginc.com<mailto:salvador@rginc.com> REED & GRAHAM, INC. P.O. BO/, 5940 - 95150-5940 ` V�r U 690 SUNOL STREET - 95126-3751 SAN _IOSE, CALIFORNIA ��$� WEB SITE: http:/!v,,,wN.rglnc.corn TELEPHONE: (408, 287-1400 FAX (4081, 294-3696 Contractor: DURAN & VENABLES, INC. Date: 4/14/2017 paving Submittal S. HILLVIEW DR. MILPITAS, CA 95035 Certificate#: S14128 No.: 005 Attention: Thomas O'Neill Project: John D. Morgan Park Location: Campbell The OverKote Asphalt Sealcoat to be supplied to the above project conforms wit Section 37-4 Parking Area Seals fthe 2010 Caltrans Standard Specifications. TEST PROPERTY METHOD MINIMUM MAXIMUM /n Mass per liter ASTM D244 1.1 kg - Cone Penetration, mm CTM413 340 700 • Non Volatile ASTM D2042a 50 - O IV • Non Volatile soluble ASTM D2042a 10 35 in Tri-chlorethylene Wet Track Abrasion, grams/mZ ASTM D3910 - 380 Mineral Aggregate Components ASTM C136 100% passing #16 Dried Film Color NA BLACK - Uscosity ASTM D562 75 KREB° - V Note: (a) Weigh 10g of homogenous product into a previously tared, small ointment can. Place in a constant temperature oven at 165 f 5 ^C for 90 ± 3 minutes. Cool, rew eigh, and calculate non-volatile components as a percent of the original weight. (b) Krebs units If any further information is required, please call Approved By, 1 � Eric Richard Quality Control Manager Submitted by, Salvador Lopez Senior Laboratory Technician - OVER 80 YEARS OF SERVICE TO THE ROAD CONSTRUCTION INDUSTRY - r� i fir,, yt a =i { J � �..• .. '3` 'rrrr ,. �� ai,:? iel- ipsC At_7 i •� yil'!� `n1 Y y;.! h{. �,, ���'iI'p�'�rZ{'!•CJ,, A L��,; l t : Y t`;: 'fit r e Lr 1��4a }' < �'A� ti }-� i . .°•�'� t3� �+ �f:, w t� �ti' �:. '�., ; �Y1. `* - ; [Gy4. �'�. - -aF y� I � _ �'1 � i,'� t / � 1 t�'.1 x ^'^ F� �1t14 };,t,�� #f'. �t;.�L ♦ .� ] 4 q,,[[ •e � I �{ t zx L <, e . r F t •, � v~ 17 ± � Kt 1 i + �, r r {'[ {�6 , ,t7Sc�T'�r _" � i S.' � t •�ti;• ,: {t.,,£ai V: f#+tfr la, ., �Y f,t 4« - «'�j 1• 1 t +�14 Atk-1i_.ti 1 I�� � rC 't�.r, �F t,. Cr +.'ASS .�'�"'":L+�j'+p Yr ♦ �.� {'� �'��`'� � ..� ""~� � x •. wear w� �'�'x' a'��•1 k+kc���1'itj � ��tz {f � � J� '••ii r� .�} � �'LG,D � r 7' -•�.. � f{`r �.1 �_ •y �t1'E��e'+.3�, ';�, p.7.. .r.• ., `i e7. ;;. DIR° U QW Wp° r� �g11pDIM 811lClila UUrEMBdIIOkB'+7l °IR1181n'EBFLr °RmlPfa CtA�OI°[IOl E¢iTreT(R10 q.pll/pl p71C RI�CIAi Ctho arowmrarl y oNestoO m mrpMd WI'daa rg mx ipCC l[JIM a ra:mj em rtulttob OOW,'r2a PiCIlRy ba mW'o ea53�gaY r®AS A Product of BAYMEA WrstSi ? 69DSunalStrsat ° . SanJose,CA SIM Nx4a6it"96 41WI RT460 &KU,Zan Loop FWar, ASp W Pau mem Caaarx_; &rmpef Adhem Oaerme Crack Filler An emulsified pelydeum asphalt table fillers, modified with latex rubber. Thi cokiappl alucl is designed for use in filing cracalmsolic concrete pavements. Preparation Cracks should be clean and preferably moist or damp If necessary, dirt, loose pieces of ad expansion joint material, or other obstructions n the joints or cracks shall be removed with an air Of or water or balk The surface of the pavanent should be air-dry when the application of crackfiller is made. Application Mix well before using. We as receWd, without dilution or addition of materials which might change its consistency. Pour OverKote Crack Filler into cracks. Cracks should be filled appraodmately to the surface of the pavement Product can be applied by means of cone -shaped craddiller deMces, pouring pots, V• alueegee or other appropriate equipment that will induce ihs crackfiuer uno the crack wilhcrut undue waste. Allow crackfiWr to cure before proceeding with pavement sealing. Wash tools in water. Use petroleum solvent if material has dried. Keep from freezing. Do not stare in direct sunCght where temperatures exceed 100T Containers should be closed when not in use. Keep out of reach of children Packaging 1 gallon battles, 5 gdon pails, 50 gallon drums or bulk Application accessories available at all locations. Material Specifications Undta lWathad Residue,%bywegN 60.70 ASTM D2939 by eepaetun Re obiq Pass ASTM D 2939" b Setabady of Resdue 89.95% ASTM D 2042 m C2HC13 Finn Set mimees 90 ASTM D 2939" a ,AsrhConieAwvsoUbe 70Mn ASTM02939 Residue. % VGWy@77°F,9roodm1d 300-600 Sp1rdle43.2DRPM cps VbktRessura Pass ASTMD2939 ..Moddpbons aterrare B a Test ra 30 minele crenaLs — Cas1 on im feb b ardryIocatslantwerghl075°F + 1D%reWivetlamddy CandLonrteArdard specimens 2 hoursw601 berme rasa. �'�caC)�2A REED & GRAHAM, INC. P.O. BOX 5940 - 95150-5940 690 SUNOL STREET - 95126-3751 SAN JOSE. CALIFORNIA I,YEB SITE: http:/,%i,�rnv.rainc.com Caver o TELEPHONE: (408) 287-1400 FAX: (408 294-3696 Contractor: DURAN & VENABLES, INC. Date: 2/27/2017 748 S. HILLVIEW DR. MILPITAS, CA 95035 Certificate#: S13923 Attention: Danny Duran Project: John D Morgan Park Location: Campbell f The undiluted asphalt emulsion SS-1 h to be supplied to the above reference project conforms with Section 94 of the Caltrans Standard Specifications, 2010. Tests on Emulsion ASTM AASHTO Specification Saybolt Viscosity, @ 77°F, seconds D244 T59 20-1.00 Settlement, 5 days, % D244 T59 5.0 max Storage Stability, 1 day, % D244 T59 1.0 max Cement Mixing, % D244 T59 2.0 max Sieve Test, % D244 T59 0.1 max Residue by Distillation, % D244 T59 57 min Tests on Residue by Distillation Penetration @77°F, 100g, 5s, dmm D5 T49 40-90 Ductility @77°F, 50mm/min, mm D113 T51 400 min Solubility in Trichloroethylene, % D2042 T44 97.5 min If any further information is required, please call. Approved By, fir!-��.c_.-�.-' � �-a--�� t..�t--�_✓ Eric Richard Quality Control Manager Submitted by, Paving Submittal No.: 007 ��(rc '7 r Salvador Lopez Senior Laboratory Technician - OVER 80 YEARS OF SERVICE TO THE ROAD CONSTRUCTION INDUSTRY - III Date Printed: 11/8/2016 Appendix II - Striping Material - Previously Approved by SCVWD 985203 Safety Data Sheet FNNIS-FL FNT ATmIFc SafetySolWonf Co mny according to OSHA Hazard Communication according to Regulation (EC) 29 CFR Part 1910.1200 No. 1907/2006 Article 31 Section 1. Identification Product Code: Product Name: Product Type: Recommended Use: 985203 WB BLK FAST DRY 1952E 1/2 WB Paint Traffic Markings Supplied by: Ennis -Flint A Traffic Safety Solutions Company 115 Todd Court Thomasville, NC 27360 T: 800.331.8118 (For Technical Inquiries) Emergency Telephone: Chemtrec 1-800-424-9300 Section 2. Hazard(s) identification EMERGENCY OVERVIEW: This product contains a component suspected of causing cancer. However, it is in a non -respirable form and inhalation is unlike to occur from exposure. This classification is relevant when exposed to dust or powder form only (e.g. sanding, grinding). Classification Symbol(s) of Product Signal Word Warning GHS Named Chemicals On Label Carbon Black, Methanol GHS HAZARD STATEMENTS Eye Irritation, category 2 H319 Causes serious eye irritation. Acute Toxicity, Inhalation, category 4 H332 Harmful if inhaled. Carcinogenicity, category 2 H351 Suspected of causing cancer. GHS PRECAUTIONARY STATEMENTS P201 Obtain special instructions before use. P261 Avoid breathing d ust/fume/gas/m ist1va pours/spray. P281 Use personal protective equipment as required. P305+P351+P338 IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. P308+P313 IF exposed or concerned: Get medical advice/attention. Page 1 / 8 Date Printed: 11/8/2016 985203 P312 Call a POISON CENTER or doctor/physician if you feel unwell. P337+P313 If eye irritation persists: Get medical advice/attention. Section 3. Composition/Information on ingredients Chemical Name CAS -No. Wt. % Methanol 67-56-1 < 5.0 Carbon Black 1333-86-4 0.1-1.0 Chemical Name CAS -No. EINECS No. Methanol 67-56-1 200-659-6 Carbon Black 1333-86-4 215-609-9 GHS Symbols GHS Statements GHS02-GHS06- H225-302-319-330-370 GHS08 GHS08 H351 REACH Reg No. M-Factors 01-211943330744-XXXX 0 not available 0 The text for GHS Hazard Statements shown above (if any) is given in the "Other information" Section. Section 4. First -aid measures FIRST AID - INHALATION: Move to fresh air. Give oxygen or artificial respiration if needed. Consult a physician if symptoms persist. FIRST AID - SKIN CONTACT: Wash affected area immediately with soap and plenty of water. Remove contaminated clothing and launder before reuse. Consult a physician if symptoms persist. FIRST AID - EYE CONTACT: Rinse immediately with plenty of water, also under the eyelids, for at least 15 minutes. Consult a physician if symptoms persist. FIRST AID - INGESTION: Do NOT induce vomiting. If conscious, rinse mouth and drink plenty of water. Never give anything by mouth to an unconscious person. Consult a physician. Section 5. Fire -fighting measures UNUSUAL FIRE AND EXPLOSION HAZARDS: None expected. SPECIAL FIREFIGHTING PROCEDURES: As in any fire, wear self-contained breathing apparatus pressure -demand, MSHA/NIOSH (approved or equivalent) and full protective gear. EXTINGUISHING MEDIA: Alcohol Foam, Carbon Dioxide, Dry Chemical, Foam, Water Fog Section 6. Accidental release measures ENVIRONMENTAL PRECAUTIONS: Avoid release to the environment. For larger spills, cover drains and build dikes to prevent entry into sewer systems or bodies of water. STEPS TO BE TAKEN IN CASE MATERIAL IS RELEASED OR SPILLED: Use personal protective equipment. Ensure adequate ventilation. Dike far ahead of liquid spill for later disposal. Soak up with inert absorbent material. Take up mechanically. Keep in suitable and closed containers for disposal. Section 7. Handlino and HANDLING: Ensure adequate ventilation. Avoid breathing vapor, mists or dust. Avoid contact with eyes, skin, and clothing. Wear appropriate personal protective equipment. Wash contaminated clothing before reuse. Do not eat, drink or smoke when using this product. Wash thoroughly after handling. Observe good industrial hygiene practices. Avoid dust formation. STORAGE: Keep container tightly closed in a dry and well -ventilated place. Keep in properly labeled containers. I Section 8. Exposure controls/personal protection Ingredients with Occupational Exposure Limits Chemical Name ACGIH TLV-TWA ACGIH-TLV STEL Methanol 200 PPM 250 PPM Page 2 / 8 OSHA PEL-TWA OSHA PEL-CEILING 200 PPM Date Printed: 11/8/2016 985203 Carbon Black 3.5 mg/m3 3.5 mg/m3 Name Percentage VME mg/m3 VME oom OEL Nota Methanol 1.0-2.5 266 200 200 PPM Carbon Black < 1.0 3.5 0 3.5 mg/m3 Further Advice: MEL = Maximum Exposure Limit OES = Occupational Exposure Standard SUP = Supplier's Recommendation Sk = Skin Sensitizer N.E. = Not Established Personal Protection RESPIRATORY PROTECTION: If exposure limits are exceeded or irritation is experienced, NIOSH/MSHA approved respiratory protection should be worn. Positive -pressure supplied air respirators may be required for high airborne -- contaminant concentrations. Respiratory protection must be provided in accordance with current local regulations. 0SKIN PROTECTION: Protective gloves EYE PROTECTION: Safety glasses with side -shields. I'e OTHER PROTECTIVE EQUIPMENT: Eyewash stations, safety showers, ventilation systems. HYGIENIC PRACTICES: When using, do not eat, drink or smoke. Provide regular cleaning of equipment, work area and clothing. Wash hands before breaks and immediately after handling the product. Handle in accordance with good industrial hygiene and safety practice. Section 9. Physical and chemical properties Appearance: black Physical State: Liquid Odor: Slight, Ammonia Odor Threshold: Not Established Density, g/cm3: 1.640 pH: NI Freeze Point, °C: NI Viscosity: NI Solubility in Water: Insoluble Partition Coefficient, n-octanol/ NI Decompostion Temp., °C: NI water: Boiling Point, °C: N.I. Explosive Limits, vol%: N.I. Combustibility: Does not Support Combustion Flash Point, °C: >94 Evaporation Rate: Slowerthan Diethyl Ether Auto -ignition Temp., °C: NI Vapor Density: Heavier than air Vapor Pressure: NI (See "Other information" Section for abbreviation legend) Section 10. Stability and reactivity STABILITY. Stable under recommended storage conditions. CONDITIONS TO AVOID: Dust formation. Do not freeze. INCOMPATIBILITY: None known based on information supplied. HAZARDOUS DECOMPOSITION PRODUCTS: Carbon oxides. Nitrogen oxides. HAZARDOUS POLYMERIZATION: Hazardous polymerization does not occur. Section 11. Toxicological information Page 3 / 8 Date Printed: 11/8/2016 985203 `q` j Practical Experiences '1 j. EFFECT OF OVEREXPOSURE - INHALATION: Harmful if inhaled. Inhalation may cause irritation to the respiratory tract (nose, mouth, mucous membranes). Prolonged, repeated or high exposures may cause central nervous system depression leading to headaches, nausea, drowsiness, dizziness, and possibly narcosis. In extreme cases, may cause loss of consciousness. May cause central nervous system depression with nausea, headache, dizziness, vomiting, and incoordination. Sanding and grinding dust may be harmful if inhaled. EFFECT OF OVEREXPOSURE - SKIN CONTACT: Direct skin contact may cause irritation. EFFECT OF OVEREXPOSURE - EYE CONTACT: Direct eye contact may cause irritation. EFFECT OF OVEREXPOSURE - INGESTION: Ingestion may cause irritation to mucous membranes. May cause gastrointestinal irritation, nausea, vomiting, and diarrhea. May cause gastrointestinal disturbances with dizziness and central nervous system depression. EFFECT OF OVEREXPOSURE - CHRONIC HAZARDS: This product contains carbon black in a non -respirable form. Inhalation of carbon black is unlikely to occur from exposure to this product. Inhalation, ingestion, or skin absorption of methanol can cause blindness. Acute Toxicity Values The acute effects of this product have not been tested. Data on individual components are tabulated below: CAS -No. Name according to EEC Oral LD50 Dermal LD50 Gas LC50 67-56-1 Methanol 1187 -2769 mg/kg rat 17100 mg/kg rabbit 128.2 PPM - 4 h rat 1333-86-4 Carbon Black >8000 mg/kg rat >3000 mg/kg rabbit >20001 ppm N.I. - No Information Section 12. Ecological information I ECOLOGICAL INFORMATION: The environmental impact of this product has not been fully investigated. Further Ecological Information Contains the following ingredients which are classified as water dangerous according to EEC directive No. 76/464/EEC in percentages > 1 %. CAS -No. Name according to EEC Y Bio. Conc. Factor (BCF) Octanol-water par. Coeff (KOM 67-56-1 Methanol 1 -0.77 1333-86-4 Carbon Black not available not available Section 13. Disposal considerations Product DISPOSAL METHOD: This material, as supplied, is not a hazardous waste according to Federal regulations (40 CFR 261). Dispose of contents/ container in accordance with the local/regional/national/international regulations. Do not re -use empty containers. European Waste Code: 080112 waste pait/var.w/o.org. solv/DS Uncleaned Packaging European Waste Code: 150110 packaging dangerous residuals I Section 14. Transport information I SPECIAL TRANSPORT PRECAUTIONS: No Information Page 4 / 8 Date Printed: 11/8/2016 Road Transport UN Number: Not regulated ADR/RID Class: Not regulated Packing Group: No Information Shipping Name: Not regulated Primary Shipping Hazard: No Information Road Tunnel Transport Code: Not regulated Sea Transport UN Number: Not regulated IMDG/GGVSee Class: Not regulated EmS-No: Not regulated Packing Group: No Information Shipping Name: Not regulated Primary Shipping Hazard: No Information Marine Pollutant: Not A Marine Pollutant Shipping Hazard(Marine Pollutant): No Information Air Transport UN Number: Not regulated ICAO/IATA Class: Not regulated Packing Group: No Information Shipping Name: Not regulated Primary Shipping Hazard: No Information Section 15. Regulatory information U.S. Federal Regulations: CERCLA - SARA Hazard Category This product has been reviewed according to the EPA 'Hazard Categories' promulgated under Sections 311 and 312 of the Superfund Amendment and Reauthorization Act of 1986 (SARA Title III) and is considered, under applicable definitions, to meet the following categories: Acute Health Hazard, Chronic Health Hazard SARA SECTION 313: This product contains the following substances subject to the reporting requirements of Section 313 of Title III of the Superfund Amendment and Reauthorization Act of 1986 and 40 CFR part 372: Chemical Name CAS -No. Methanol 67-56-1 Ammonium hydroxide 1336-21-6 TOXIC SUBSTANCES CONTROL ACT: 985203 This product contains the following chemical substances subject to the reporting requirements of TSCA 12(B) if exported from the United States: Chemical Name CAS -No. Methanol 67-56-1 Carbon Black 1333-86-4 Ethoxylated Nonylphenol, Branched 68412-54-4 Ammonium hydroxide 1336-21-6 Crystalline Silica, Quartz 14808-60-7 Benzisothiazolinone 2634-33-5 Sodium hydroxide 1310-73-2 Page 5 18 Date Printed: 11/812016 U.S. State Regulations: NEW JERSEY RIGHT -TO -KNOW: The following materials are non -hazardous, but are among the top five components in this product Chemical Name CAS -No. Calcium Carbonate 1317-65-3 Water 7732-18-5 Acrylic polymer 9003-01-4 Calcined Aluminum Silicate Powder 92704-41-1 PENNSYLVANIA RIGHT -TO -KNOW The following non -hazardous ingredients are present in the product at greater than 3% Chemical Name CAS -No. Calcium Carbonate 1317-65-3 Water 7732-18-5 Acrylic polymer 9003-01-4 Calcined Aluminum Silicate Powder 92704-41-1 CALIFORNIA PROPOSITION 65 CARCINOGENS Warning: The following ingredients present in the product are known to the state of California to cause Cancer: Chemical Name CAS -No. Carbon Black 1333-86-4 985203 CALIFORNIA PROPOSITION 65 REPRODUCTIVE TOXINS Warning: The following ingredients present in the product are known to the state of California to cause birth defects, or other reproductive hazards. No Proposition 65 Reproductive Toxins exist in this product. International Regulations: As follows - CANADIAN WHMIS: This SIDS has been prepared in compliance with Controlled Product Regulations except for the use of the 16 headings. WHMIS Class: D1B, D2A, D2B Denmark B-Value: 0.000000 France Storage Conditions: No Information Professional Illness Table: CAS Number Chemical Name Professional Illness 67-56-1 Methanol not available 1333-86-4 Carbon Black not available Germany Page 6/8 Date Printed: 11/8/2016 VbF-Class: No Information WGK-class: 2 Remarks: WGK 0 = in general not a water pollutant WGK 1 = weak water pollutant WGK 2 = water pollutant WGK 3 = severe water pollutant Processing restrictions:* Incident Regulation: No Information Spain Storage Conditions: No Information Switzerland VOC-Value: 2.32 United Kingdom Storage Conditions: No Information ection 16. Other information, including date of preparation of the last revision Revision Date: Reason for revision: Datasheet produced by: HMIS Ratings: 11 /7/2016 No Information Regulatory Department 985203 Supercedes Date: 10/20/2016 Health: 2 Flammabili _� ___1 ]Reactivity; L _ 0 _Personal Protection:._ [ X _ —J NFPA Ratings: Health:_ 1 _—�Flammabili Volatile Organic Compounds, gr/Itr: 99 Text for GHS Hazard Statements shown in Section 3 describing each ingredient: H225 Highly flammable liquid and vapour. H302 Harmful if swallowed. H319 Causes serious eye irritation. H330 Fatal if inhaled. H351 Suspected of causing cancer. H370 Causes damage to organs. Icons for GHS Pictograms shown in Section 3 describing each ingredient: GHS02 r GHS06 < A GHS08 `\ \*&> Page 7 / 8 Date Printed: 11/8/2016 Legend: N.A. - Not Applicable, N.E. - Not Established, N.D. - Not Determined, N.I. - No Information 985203 The information on this sheet corresponds to our present knowledge. It is not a specification and it does not guarantee specific properties. The information is intended to provide general guidance as to health and safety based upon our knowledge of the handling, storage, and use of the product. It is not applicable to unusual or non-standard uses of the product where instructions and recommendations are not followed. Any use of the product not in conformance with this SIDS or in combination with any other product or process is the responsibility of the user. Page 8 / 8 Date Printed: 11/812016 985301 t Safety Data Sheet ENNIS-FLINT A7 1fic Sakty Soludons Company according to OSHA Hazard Communication according to Regulation (EC) 29 CFR Part 1910.1200 No. 1907/2006 Article 31 Section 1. Identification Product Code: 985301 Product Name: Wg WHT FAST DRY EF SERIES Product Type: Wg Paint Recommended Use: Traffic Markings Supplied by: Ennis -Flint A Traffic Safety Solutions Company 115 Todd Court Thomasville, NC 27360 T: 800.331.8118 (For Technical Inquiries) Emergency Telephone: Chemtrec 1-800-424-9300 Section 2. Hazard(s) identification EMERGENCY OVERVIEW: This product contains a component suspected of causing cancer. However, it is in a non -respirable form and inhalation is unlike to occur from exposure. This classification is relevant when exposed to dust or powder form only (e.g. sanding, grinding). Classification Symbol(s) of Product < �* > Signal Word Warning GHS Named Chemicals On Label Titanium Dioxide, Crystalline Silica, Quartz, Methanol GHS HAZARD STATEMENTS Eye Irritation, category 2 H319 Causes serious eye irritation. Acute Toxicity, Inhalation, category 4 H332 Harmful if inhaled. Carcinogenicity, category 2 H351 Suspected of causing cancer. STOT, repeated exposure, category 2 H373 May cause damage to organs through prolonged or repeated exposure. GHS PRECAUTIONARY STATEMENTS P201 Obtain special instructions before use. P260 Do not breathe dusUfume/gas/mistfvapours/spray. P261 Avoid breathing dusUfume/gas/misVvapours/spray. P281 Use personal protective equipment as required. Page 1 / 8 Date Printed: 11/8/2016 985301 P305+P351+P338 IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. P308+P313 IF exposed or concerned: Get medical advice/attention. P312 Call a POISON CENTER or doctor/physician if you feel unwell. P314 Get medical advice/attention if you feel unwell. 13337+13313 If eye irritation persists: Get medical advice/attention. Section 3. Composition/Information on ingredients Chemical Name CAS -No. Wt. % GHS Symbols GHS Statements Titanium Dioxide 13463-67-7 2.5-10 GHS08 H351 Methanol 67-56-1 < 5.0 GHS02-GHSO6- H225-302-319-330-370 GHS08 Crystalline Silica, Quartz 14808-60-7 1.0-2.5 GHS08 H351-373 Chemical Name CAS -No. EINECS No. REACH Reg No. M-Factors Titanium Dioxide 13463-67-7 236-675-5 not available 0 Methanol 67-56-1 200-659-6 01-2119433307-44-XXXX 0 Crystalline Silica, Quartz 14808-60-7 238-878-4 not available 0 The text for GHS Hazard Statements shown above (if any) is given in the "Other information" Section. Section 4. First -aid measures FIRST AID - INHALATION: Move to fresh air. Give oxygen or artificial respiration if needed. Consult a physician if symptoms persist. FIRST AID - SKIN CONTACT: Wash affected area immediately with soap and plenty of water. Remove contaminated clothing and launder before reuse. Consult a physician if symptoms persist. FIRST AID - EYE CONTACT: Rinse immediately with plenty of water, also under the eyelids, for at least 15 minutes. Consult a physician if symptoms persist. FIRST AID - INGESTION: Do NOT induce vomiting. If conscious, rinse mouth and drink plenty of water. Never give anything by mouth to an unconscious person. Consult a physician. Section 5. Fire -fighting measures UNUSUAL FIRE AND EXPLOSION HAZARDS: None expected. SPECIAL FIREFIGHTING PROCEDURES: As in any fire, wear self-contained breathing apparatus pressure -demand, MSHA/NIOSH (approved or equivalent) and full protective gear. EXTINGUISHING MEDIA: Alcohol Foam, Carbon Dioxide, Dry Chemical, Foam, Water Fog Section 6. Accidental release measures ENVIRONMENTAL PRECAUTIONS: Avoid release to the environment. For larger spills, cover drains and build dikes to prevent entry into sewer systems or bodies of water. STEPS TO BE TAKEN IN CASE MATERIAL IS RELEASED OR SPILLED: Use personal protective equipment. Ensure adequate ventilation. Dike far ahead of liquid spill for later disposal. Soak up with inert absorbent material. Take up mechanically. Keep in suitable and closed containers for disposal. Section 7. Handlina and HANDLING: Ensure adequate ventilation. Avoid breathing vapor, mists or dust. Avoid contact with eyes, skin, and clothing. Wear appropriate personal protective equipment. Wash contaminated clothing before reuse. Do not eat, drink or smoke when using this product. Wash thoroughly after handling. Observe good industrial hygiene practices. Avoid dust formation. STORAGE: Keep container tightly closed in a dry and well -ventilated place. Keep in properly labeled containers. Page 2 / 8 Date Printed: 11/8/2016 985301 Section 8. Exposure controls/personal protection Ingredients with Occupational Exposure Limits Chemical Name ACGIH TLV-TWA ACGIH-TLV STEL OSHA PEL-TWA OSHA PEL-CEILING Titanium Dioxide 10 mg/m3 15 mg/m3 Methanol 200 PPM 250 PPM 200 PPM Crystalline Silica, Quartz 0.025 mg/m3 0.05 mg/m3 Name Percentage VME mg/m3 VME pom OEL Nota Titanium Dioxide 2.5-10 10 0 15 mg/m3 Methanol 1.0-2.5 266 200 200 PPM Further Advice: MEL = Maximum Exposure Limit OES = Occupational Exposure Standard SUP = Supplier's Recommendation Sk = Skin Sensitizer N.E. = Not Established Personal Protection RESPIRATORY PROTECTION: If exposure limits are exceeded or irritation is experienced, NIOSH/MSHA approved respiratory protection should be worn. Positive -pressure supplied air respirators may be required for high airborne contaminant concentrations. Respiratory protection must be provided in accordance with current local regulations. 0 SKIN PROTECTION: Protective gloves 00 r EYE PROTECTION: Safety glasses with side -shields. / OTHER PROTECTIVE EQUIPMENT: Eyewash stations, safety showers, ventilation systems. �I HYGIENIC PRACTICES: When using, do not eat, drink or smoke. Provide regular cleaning of equipment, work area i and clothing. Wash hands before breaks and immediately after handling the product. Handle in accordance with good industrial hygiene and safety practice. Section 9. Physical and chemical properties Appearance: white Physical State: Liquid Odor: Slight, Ammonia Odor Threshold: Not Established Density, g/cm3: 1.683 pH: N1 Freeze Point, °C: NI Viscosity: NI Solubility in Water. Insoluble Partition Coefficient, n-octanol/ NI Decompostion Temp., °C: NI water: Boiling Point, °C: N.I. Explosive Limits, vol%: N.I. Combustibility: Does not Support Combustion Flash Point, °C: >94 Evaporation Rate: Slower than Diethyl Ether Auto -ignition Temp., °C: NI Vapor Density: Heavier than air Vapor Pressure: NI (See "Other information" Section for abbreviation legend) Section 10. Stability and reactivity STABILITY: Stable under recommended storage conditions. CONDITIONS TO AVOID: Dust formation. Do not freeze. INCOMPATIBILITY: None known based on information supplied. Page 3 / 8 Date Printed: 11/8/2016 HAZARDOUS DECOMPOSITION PRODUCTS: Carbon oxides. Nitrogen oxides. HAZARDOUS POLYMERIZATION: Hazardous polymerization does not occur. 985301 Section 11. Toxicological information Practical Experiences EFFECT OF OVEREXPOSURE - INHALATION: Harmful if inhaled. Inhalation may cause irritation to the respiratory tract (nose, mouth, mucous membranes). Prolonged, repeated or high exposures may cause central nervous system depression leading to headaches, nausea, drowsiness, dizziness, and possibly narcosis. In extreme cases, may cause loss of consciousness. May cause central nervous system depression with nausea, headache, dizziness, vomiting, and incoordination. Sanding and grinding dust may be harmful if inhaled. EFFECT OF OVEREXPOSURE - SKIN CONTACT: Direct skin contact may cause irritation. EFFECT OF OVEREXPOSURE - EYE CONTACT: Direct eye contact may cause irritation. EFFECT OF OVEREXPOSURE - INGESTION: Ingestion may cause irritation to mucous membranes. May cause gastrointestinal irritation, nausea, vomiting, and diarrhea. May cause gastrointestinal disturbances with dizziness and central nervous system depression. EFFECT OF OVEREXPOSURE - CHRONIC HAZARDS: This product contains titanium dioxide in a non -respirable form. Inhalation of titanium dioxide is unlikely to occur from exposure to this product. Inhalation exposure to respirable levels of crystalline silica may cause respiratory impairment and lung damage. This product contains crystalline silica (quartz) in a non -respirable form. Inhalation of crystalline silica is unlikely to occur from exposure to this product. Crystalline silica (quartz) has been classified by the International Agency for Research on Cancer (IARC) as a known human carcinogen. Inhalation, ingestion, or skin absorption of methanol can cause blindness. Acute Toxicity Values The acute effects of this product have not been tested. Data on individual components are tabulated below: CAS -No. Name according to EEC Oral LD50 Dermal LD50 Gas LC50 13463-67-7 Titanium Dioxide > 10000 mg/kg rat > 10000 mg/kg rabbit >20001 ppm 67-56-1 Methanol 1187 -2769 mg/kg rat 17100 mg/kg rabbit 128.2 PPM - 4 h rat 14808-60-7 Crystalline Silica, Quartz >2000 mg/kg > 2000 mg/kg >20001 ppm N.I. - No Information Section 12. Ecological information ECOLOGICAL INFORMATION: The environmental impact of this product has not been fully investigated. Further Ecological Information Contains the following ingredients which are classified as water dangerous according to EEC directive No. 76/464/EEC in percentages > 1 %. CAS -No. Name according to EEC Bio. Conc. Factor (BCF) Octanol-water par. Coeff (KOM 13463-67-7 Titanium Dioxide not available not available 67-56-1 Methanol 1 -0.77 14808-60-7 Crystalline Silica, Quartz not available not available Section 13. Disposal considerations 0 Product DISPOSAL METHOD: This material, as supplied, is not a hazardous waste according to Federal regulations (40 CFR 261). Dispose of contents/ container in accordance with the local/regional/national/international regulations. Do not re -use empty containers. Page 4/8 Date Printed: 11/8/2016 985301 European Waste Code: 080112 waste paittvar.w/o.org. solv/DS Uncleaned Packaging European Waste Code: 150110 packaging dangerous residuals Section 14. Transport information SPECIAL TRANSPORT PRECAUTIONS: No Information Road Transport UN Number: Not regulated ADR/RID Class: Not regulated Packing Group: No Information Shipping Name: Not regulated Primary Shipping Hazard: No Information Road Tunnel Transport Code: Not regulated Sea Transport UN Number. Not regulated IMDG/GGVSee Class: Not regulated EmS-No: Not regulated Packing Group: No Information Shipping Name: Not regulated Primary Shipping Hazard: No Information Marine Pollutant: Not A Marine Pollutant Shipping Hazard(Marine Pollutant): No Information Air Transport UN Number: Not regulated ICAO/IATA Class: Not regulated Packing Group: No Information Shipping Name: Not regulated Primary Shipping Hazard: No Information Section 15. Regulatory information U.S. Federal Regulations: CERCLA - SARA Hazard Category This product has been reviewed according to the EPA'Hazard Categories' promulgated under Sections 311 and 312 of the Superfund Amendment and Reauthorization Act of 1986 (SARA Title III) and is considered, under applicable definitions, to meet the following categories: Acute Health Hazard, Chronic Health Hazard SARA SECTION 313: This product contains the following substances subject to the reporting requirements of Section 313 of Title III of the Superfund Amendment and Reauthorization Act of 1986 and 40 CFR part 372: Chemical Name CAS -No. Methanol 67-56-1 Ammonium hydroxide 1336-21-6 TOXIC SUBSTANCES CONTROL ACT: This product contains the following chemical substances subject to the reporting requirements of TSCA 12(8) if exported from the United States: Chemical Name Page 5 / 8 CAS -No. Date Printed: 11/8/2016 Titanium Dioxide 13463-67-7 Methanol 67-56-1 Crystalline Silica, Quartz 14808-60-7 Silicon dioxide, amorphous 7631-86-9 Ethoxylated Nonylphenol, Branched 68412-54-4 Ethoxylated Octylphenol 9002-93-1 Ammonium hydroxide 1336-21-6 Benzisothiazolinone 2634-33-5 Sodium hydroxide 1310-73-2 U.S. State Regulations: NEW JERSEY RIGHT -TO -KNOW: The following materials are non -hazardous, but are among the top five components in this product. Chemical Name CAS -No. Calcium Carbonate 1317-65-3 Water 7732-18-5 Acrylic polymer 9003-01-4 PENNSYLVANIA RIGHT -TO -KNOW The following non -hazardous ingredients are present in the product at greater than 3% Chemical Name CAS -No. Calcium Carbonate 1317-65-3 Water 7732-18-5 Acrylic polymer 9003-01-4 CALIFORNIA PROPOSITION 65 CARCINOGENS Warning: The following ingredients present in the product are known to the state of California to cause Cancer: Chemical Name Titanium Dioxide Crystalline Silica, Quartz CAS -No. 13463-67-7 14808-60-7 985301 CALIFORNIA PROPOSITION 65 REPRODUCTIVE TOXINS Warning: The following ingredients present in the product are known to the state of California to cause birth defects, or other reproductive hazards. No Proposition 65 Reproductive Toxins exist in this product. International Regulations: As follows - CANADIAN WHMIS: This SIDS has been prepared in compliance with Controlled Product Regulations except for the use of the 16 headings. WHMIS Class: D1B,D2A Denmark B-Value: 0.000000 France Storage Conditions: No Information Professional Illness Table: CAS Number 13463-67-7 67-56-1 14808-60-7 Chemical Name Titanium Dioxide Methanol Crystalline Silica, Quartz Page 6 / 8 Professional Illness not available not available not available Date Printed: 11/8/2016 Germany VbF-Class: No Information WGK-class: 1 Remarks: WGK 0 = in general not a water pollutant WGK 1 = weak water pollutant WGK 2 = water pollutant WGK 3 = severe water pollutant Processing restrictions:* Incident Regulation: No Information Spain Storage Conditions: No Information Switzerland VOC-Value: 2.12 United Kingdom Storage Conditions: No Information Section 16. Other information, including date of preparation of the last revision Revision Date: Reason for revision: Datasheet produced by: HMIS Ratings: 11 /7/2016 No Information Regulatory Department 985301 Supercedes Date: 6/22/2016 Health: 2 j Flammability: 1 1 Reactivi 0 Personal Protection: X NFPA Ratings: _ Health: 2 Flammabili 1 Reactivi 0 Hazards N.I. Volatile Organic Compounds, grAtr: 93 Text for GHS Hazard Statements shown in Section 3 describing each ingredient: H225 Highly flammable liquid and vapour. H302 Harmful if swallowed. H319 Causes serious eye irritation. H330 Fatal if inhaled. H351 Suspected of causing cancer. H370 Causes damage to organs. H373 May cause damage to organs through prolonged or repeated exposure. Icons for GHS Pictograms shown in Section 3 describing each ingredient: Page 7 18 Date Printed: 11/8/2016 985301 GHS08 kv. Legend: N.A. - Not Applicable, N.E. - Not Established, N.D. - Not Determined, N.I. - No Information The information on this sheet corresponds to our present knowledge. It is not a specification and it does not guarantee specific properties. The information is intended to provide general guidance as to health and safety based upon our knowledge of the handling, storage, and use of the product. It is not applicable to unusual or non-standard uses of the product where instructions and recommendations are not followed. Any use of the product not in conformance with this SIDS or in combination with any other product or process is the responsibility of the user. Page 8 18 PUBLIC VVUKM-� L)MrAM I [Wir-1-4 I L-Mlm" Effective July 1, 2016 TO: Finance PUBLIC WORKS FILE NO. PROPERTY ADDRESS Please collect & receipt for the folio 11 win]g monies: AMOUNT:-;: 'ITEM LA N D 'D D twomb&­-- 4722 Encroachment Permit Application Fee Non -Utility Encroachment Permit Mawor ?$Il 0,000 $40S.00 Minor, Encroachment Permit <$10,000 $230.00 Initial P-1 Permit NIC Subsequent R-1 Permits within Two Year Period $230.00 Inspection Fee Minimum Charge per Location $398.00 Street Tree Plantinq/Removal N/C 2203 ($500 per Tree Planting Deposit Required) $500.00/tree 2203 Plan Check Deposit 2% of Engineer's Estimate $500.00 min Utility and R-1 Permits no deposit required 4722 Grading & Drainage Plan Review Single Family Lot $281.00 Site < 10,000 s.f. - $841.00 Site 10,000 s.f. < 0.5 Acre $1,127.00 Site 0.5 Acre $1,688.00 4722 NPDES Review (C3 Requirements) For projects not required to submit numeric sizing $163.00 For projects required to submit numeric sizing Impervious Area 10,000 Sq. Ft to 1 Acre $704.00 Impervious Area I Acre or more $918.00 4722_ For promects sent to Consultant for review Consultant Cost +20% 4722 Additional treatment facilities $300 ea Plan Check & Inspection Fee (Non -Utility) 4722 Enqr. Est.-< $250,000 14% of Engineer's Estimate ccGo 4722 Enqr. Est. ?$250,000 and 5$500,000 $35,000 + 8% of Enqineers Estimate 4722- Enqr. Est. >$500,000 — $55,000 + 7% of Engineers Estimate 2203 Emerqency Cash Deposit 4% of Enqr. Est.* ($500 min/$10,000 Max) 2203 Faithful Performance Security (FPS) 100% of ENGR. EST.* 2203 Labor and Materials Security 100% of ENGR. EST.* 4721 Storm Drainage Area Fee Per Acre R-1 $2,120.00 (Multi -Res $2,385.00) (All Other $2,650.00) 4722 Parcel Map (4 Lots or Less) $400__9m00 _+$87/lot 4722 2203 Final Tract Map (5 or More Lots) $4,871,00 + $118/10t Monumentation Security 100% of Citv's Monumentation Estimate 4920 Parkland Dedication Fee (75%125% Due Upon Cert. of Occupancy) 4722 Lot Line Adjustment (includes Certificate of Compliance) $1,893.00 4722 Vacation of Public Streets & Easements $2,530.00 4722 Certificate of Compliance $1,877.00 4722 Certificate of Correction $561.00 4722 Document Recording Fees $15.00/first page $3 ea. Additional 4722 4722 4722 Private Improvement in Public ROW $50.00 Approved Plan Revision Fee $1 00/sheet Appeal Filing Fee $200.00 4722 Nota Fee (per signature) $10.00 4722-Assessment Segregation or KeapporLionment First Split $895.00 Each Additional Lot $281.00 511.7424 Postage ­7 (Please Specify) *Engineer's Estimate shall be as approved by the City Engineer and shall include all items of work. TOTAL C-) NAME OF APPLICAN7(�a E).Cc� NAME OF PAYOR PHONER V fft-11 ADDRESS ZIP FEB 07 2017 FOR :RECEIVEb-' "JF- G­ AMI CITY CLERK ONLY batiii Z.3, CiP 31 ip ol�l Ado) moisn) INOONV]1vs 00,0$ "nssl :;Po) -.4unowv xel ppgu qq) "gPON IhJbhE e "POLP;N x4U3 08e :'PO) leAojd* e 9)10AMI :# y4ps , # eeoo 00000000Vmw pae�a zt8sxxxftxox :01V PJP) diqj 37VS )N pie) 8E:OE:60 OR) ilogy) 80OS6 V) '7739MV) aoZ/(o/Zo N N OZ 7738MV) 30 All) .,I\(\0A INSURANCE REQUIREMENTS CHECKLIST Permit # N� ���� ��OD CIP Project # Consultant/Contractor: The following insurance is required of all consultants/contractors dvdrking in the City of Campbell public right-of-way. Insurance certificates must be accepted by City staff before work can begin. These insurance requirements apply to work being performed under an Encroachment Permit and work being performed under contract for Capital Improvement Projects. Limits Commercial General Liability for bodily, personal injury and property damage: $1,000,000 per occurrence, and ❑ $1,000,000 general aggregate limit applying separately to the project, or $2,000,000 general aggregate limit. � Policy expiration date \\ t -1 Automotive Liability: _ "Any Auto" checked on certificate $1,000,000 per accident for bodily injury and property damage �d— Policy expiration date Z (orkers' Compensation and Employer's Liability Waiver of Subrogation clause $1,000,000 per accident for bodily injury or disease - Policy expiration date �\ ��I 1 Course of Construction (if required in Special Provisions) ❑ Completedvalue of the project ❑ Policy expiration date Reauired Endorsements to General Liability and Automobile Liability Policies Additional Insured Endorsement: The City, its officers, employees and volunteers are named as additional insured. (Reference Project Location/Permit Number) The insurance coverage afforded to the Additional Insured is primary insurance. Cancellation area: 'Cancellation area of certificate edited to delete "endeavor to" and "but failure to mail such notice shall impose, no obligation or liability of any kind upon the company, its agents or .representatives". OR should say: ❑ Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. ❑ Workers' Compensation Insurance Sheet Submitted For General Contractor ❑ For Developer or Owner J:\FORMS\Templates\Insurance Requirements\Insurance Requirements Cklist.doc (Rev 08 14) Page 1 Acceptability of Insurer(s) ❑ Insurer(s) has current A.M. Best Rating of A:VII and is authorized to transact business in the State of California. Name: n�Ct::: NAIC # Rating: /` Authorized in CA: Name: 4e— NAIC # O 1 Rating: i��!Authorized in CA: ✓ Name.: /6�z>QeO, NAIC # O Lam\ Rating: Authorized in CA: Name: j AGE. CID- NAIC # Rating: Authorized in CA:. .- aa��oc� Campbell Business License # Expiration: Icy ❑ Contractors License.# l Class4Expiration: _3C)( l� Insurance Certificate Reviewed Initial aim ) � Date o Copy of Insurance Certificate placed in tickler file one month prior to expiration. J:\FORMS\Templates\lnsuranceRequirements\lnsurance Requirements Cklist.doc (Rev 08 14) Page 2 o CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 02/09/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Southwest, Inc. Houston TX office , CONTACT NAME: PHONE (866) 283-7122 FAX (800) 363-0105 (A/C. No. Ext): AIC. No.): E-MAIL ADDRESS: 5555 San Felipe Suite 1500 Houston Tx 77056 USA INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: ACE American Insurance Company 22667 Cascade Drillinq, L.P. PO Box 1184 17270 Woodinville -Redmond Road INSURERB: ACE Fire Underwriters Insurance Co. 20702 INSURER C: Aspen Specialty Insurance Company 10717 Building "A", #777 Woodinville WA 98072 USA INSURERD: INSURER E: INSURER F: UUVt_KALitS L;LKIIFIL:ATE NUMBER: b(UUbb4b4ZI4b REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMMIDDIYYYYI MMIDDIYYYY LIMITS C X COMMERCIAL GENERAL LIABILITY ERAFXLW16 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X❑OCCUR RENTED PREMISES DAMAGE -Ea occurtence $300,000 MED EXP (Any one person) $25 , 000 PERSONAL &ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2 , 000, ONO X POLICY ❑PRO ❑ LOC JECT Do in PRODUCTS-COMP/OPAGG SI,000,OOO OTHER: 0 h Professional Liability $1,000,000 A AUTOMOBILE LIABILITY ISA H09052094 11/01/2016 11/01/2017 COMBINED SINGLE LIMIT Ea accident) $2 , 000, 000 � BODILY INJURY ( Per person) X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS NON -OWNED ONLY AUTOS ONLY L ZO y N la BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident I ;E C UMBRELLA LIAB X OCCUR EXAFXLY16 11/01/2016 11/01/2017 EACH OCCURRENCE $15 , 000 , 000 8) X EXCESS LIAB CLAIMS -MADE AGGREGATE $15 , 000 , 000 DED RETENTION A B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/ PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WLRC49106075 SCFC49106087 11/01/2016 11/01/2016 11/01/2017 11/01/2017 X PER m OTH- STATUTE ER - E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 C Env Cantr POII ERAFXLWI6 11/01/2016 11/01/2017 Each Pollution Inch $1,000,000 BE OIL DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may lie attached if more space is required) RE: Permit No. ENC2017-00049, work Address: 540 west Rincon Avenue, Campbell, CA, Nature of work: Environmental Drilling -Monitoring Well Installation. Certificate Holder is included as Additional Insured in accordance with the policy provisions of the Automobile Liability and General Liability/Environmental Exposure policies. General Liability/Environmental Exposure and Automobile Liability evidenced herein are Primary and Non-contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. A waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability/Environmental Exposure, Automobile Liability and workers' compensation policies. �rr m l91 II � 10110-15 Jk CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Campbell Department of Public works 290 Di11ion Ave. Campbell CA 95008 USA AUTHORIZED REPRESENTATIVE w ^s� S?L a cJ�/ Par° ©IS88-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ERAFXLW16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL 114SURED OWNERS, LESSEES OR CONTRACTORS It is hereby agreed that the Policy is amended as follows solely as respects Coverage Section 1. , Coverage 1A (Bodily Injury and Property Damage) and Coverage 1B (Personal and Advertising Injury): SCHEDULE Name of Person or Organization: As required by written contract. (If no entry appears above, information required.to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section III., WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work for that insured by or for you. All other terms and conditions of this Policy remain unchanged. ASPER194 1012 Page 11 of 1 POLICY NUMBER: ERAFXLW16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is hereby agreed that the Policy is amended as follows solely as respects Coverage Section 1. , Coverage 1A (Bodily Injury and Property Damage) and Coverage 1 B (Personal and Advertising Injury): SCHEDULE Name of Person or Organization: As required by written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The persons or organizations shown in the Schedule above are insureds under § III. WHO IS AN INSURED, paragraph F. of this Policy subject to all the terms and conditions of that paragraph. With respect to the persons or organizations shown in the Schedule above, this Policy shall be primary and non-contributory with any other valid and collectible insurance available to such persons or organizations. All other terms and conditions of this Policy remain unchanged. ASPER219 0313 Page 1 of 1 POLICY NUMBER: ERAFXLW16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Blanket as required by written contract. It is hereby agreed that "any person or organization" referred to in the waiver of rights of recovery contained in the last sentence of Section VI. CONDITIONS, paragraph O., Subrogation, includes the person or organization listed in the above Schedule. All other terms and conditions of this Policy remain unchanged. ASPER262 0613 Page 1 of 1 POLICY NUMBER: ERAFXLW16 THIS ENDORSEMENT CHANGES THE POLICOY. PLEASE READ IT CAREFULLY. ADVICE OF CANCELLATION SCHEDULE Name & Mailing Address Of Person(s) Or Organization(s): Where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Number of Days' Notice 30 day notice or 15 days for non payment of premium (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) If we cancel this policy for any reason, we will notify the persons or organizations shown in the Schedule above. We will send notice of cancellation to the mailing address listed above at least the number of days listed above before the cancellation becomes effective. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date or negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. ASPER191 1012 Page 1 of 1 I NON-CONTRIBUTORY ENDORSEMENT FOR ADDOTIONAL INSUREDS Named Insured Cascade Environmental, LLC Endorsement Number 1 Policy Symbol Policy Number Policy Period Effective. Date of Endorsement ISA H09052094 11f01/2016 ro 11/01/2017 Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number' The remainder of lho:intprrrmtlonis to be completed only tivhen this dndorsement is issued subsequant to tha preparation dtthe policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM Schedule Organization Additional Insured Endorsement Any additional insured with whom you have agreed to provide such non- contributory insurance, pursuant to and as required under a written contract executed prior to the date of loss. (If no information is filled in, the schedule shall read `fill persons or entities added as additional insureds through an endorsement with the terra `Additional Insured" in the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to the Other Insurance Condition under General Conditions: If other insurance is available to an insured we cover under any of the endorsements listed or described above (the "Additional Insured') for a loss we cover under this policy, this insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the Additional Insured. Authorized Representative DA-21886b (06/14) Page 1 of 1 1 POLICY NUMBER: ISA H09052094 Endorsement Number: 2 COf►f MERCIAIL AUTO CA 04 4410 13 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR "CARRIER COVERAGE: FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified. by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Cascade Environmental, LLC Endorsement Effective Date:. SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization against whom you have agreed to'waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. will The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule,, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 4410 113 © Insurance Services Office; Inc., 20.11 Page I of 1 NOTICE TO OTHERS ENDORSEMENT - SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Endorsement Number Cascade Environmental, LLC 3 Policy Symbol I Policy Number Policy Period Effective Date of Endorsement ISA 1H09052094 11/01/2016 To 11/01/2017 issued By (Name of insurance Company) ACE American Insurance Company Insert the policv number. The remainder of the information is to be completed only when this endorsement Is issued the weparation'of the THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such. notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative ALL-32686 (01/11) Page 1 of 1 Workers' Compensation and Employers' Liabllity Policy Named Insured Endorsement Number CASCADE ENVIRONMENTAL, LLC Policy Number 17270 WOODINVILLE-REDMOND ROAD 8LD A, 777 Symbol.WLR Number C49106075 Policy Period, Effective Date of Endorsement TO 11-01-2016 11-01-2017 11-01-2016 Issued By (Name of InsuranceCompany) ACE AMERICAN INSURANCE COMPANY Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the poll5i WAIVER OF OUR RIGHT TO (RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANYPERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.160(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require walver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. 5: 3 �__ -_ � Authorized Representative WC 00 03 13 (11/05) Copyright 1982-83, National Council on Compensation Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number CASCADE ENVIRONMENTAL, LLC Policy Number 17270 WOODINViLLE-REDMOND ROAD BLD A, 777 Symb,al: WLR Number: C49106075 Policy Period Effe We Date of Endorsement 11-01-2016 TO11-01-2017 11-01-2016 Issued By (Name of insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number. The remainder of the information is to be completed only when thls endorsement is issued subsequent to the preparation of the poliol. NOTICE TO OTHERS ENDORSEMENT— SCHEDULE NOTICE BY iNSURED'S REPRESENTATIVE A. \ If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel, the Policy. All other terms and conditions of this Policy remain unchanged. This endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM, TX and WI. Authorized Representative WC 99 03 69 (01111) Page 1 of 1 f Santa C6a Valeg Water District 15 CAPITAL PROGRAM SERVICES 5750 ALMADEN EXPRESSWAY SAN JOSE, CA 95118-3686 TELEPHONE (408) 265-2600 FACSIMILE (408) 979-5631 www.valleywater.org scvwdplanroom@valleywater.org JOHN D. MORGAN PARK MONITORING WELLS PROJECT Project No. 91304001 Contract No. C0622 Bid Documents Bid Opening: November 9, 2016 (Rev. 05/04/16) a Santa Clara Valley BID DOCUMENTS Water District 6 Table of Contents Page 1 of 1 JOHN D. MORGAN PARK MONITORING WELLS PROJECT Project No. 91304001 Contract No. C0622 Any unsigned Bid Form(s) may be cause for rejection of bid. NOTICE TO BIDDERS Page No. 1 FORMS DUE AT TIME OF BID SUBMITTAL BID FORM NO. 1 Proposal Form and Bid Items BID FORM NO. 2 Designation of Subcontractors BID FORM NO. 3 Noncollusion Affidavit BID FORM NO. 4 Small Business Outreach Program: Instructions and Compliance Document BID FORM NO. 5 Bidder's Bond BID FORM NO. 6 Iran Contracting Act Bid Certification FORMS DUE BY 5 PM ON THE 2ND DAY AFTER BID OPENING TIMELY SUBMISSION OF THESE FORMS IS CONSIDERED MATERIAL BY THE DISTRICT. BID FORM NO. 7 Bidder's General Information BID FORM NO. 8 Small Business Outreach Program: Requirements for Demonstrating a Good Faith Effort BID FORM NO. 9 Bidder's Statement of Qualifications: Borehole Drilling Contractor BID FORM NO. 10 Not Used (Rev. 05/04/16) a Santa ClaraValleg Notice to Bidders (REV 1) Water District Page 1 of 5 IJOHN D. MORGAN PARK MONITORING WELLS PROJECT Project No. 91304001 Contract No. C0622 1. Notice. Notice is hereby given that sealed Proposals will be accepted by the Construction Program of the Santa Clara Valley Water District, Room B108, of the District's Administration Building, 5750 Almaden Expressway, San Jose, California 95118 ups to 2:00 p.m. on November 9, 2016, for furnishing all material and performing all work necessary for construction of the John D. Morgan Park Monitoring Wells Project, located in the City of Campbell, California. 2. California State Department of Industrial Relations Contractor and passwordSub Contractor Registration Requirements. (See Article 3.05 and 6.04 for the full text.) California; Labor Code section 1771.1 requires: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the California Labor Code. i An inadvertent error in listing a subcontractor who is not registered pursuant to Section 1125.5 in a bid proposal shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive, provided that any of the following apply: (1) The subcontractor is registered prior to the bid opening. (2) Within 24 hours after the bid opening, the subcontractor is registered and has paid the penalty registration fee. (3) The subcontractor is replaced by another registered subcontractor pursuant to Section 4107 of the Public Contract Code. 3. Summary of Work A. Project Description. The work to be completed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required to construct the John D. Morgan Park Monitoring Wells Project as shown on the Drawings and detailed in the Specifications. The project scope includes, but is not limited to, the following: i 1. Drilling two borings (up to 12 inches in diameter) to a maximum depth of approximately 400 feet 2. Retrieving soil cores for analysis (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 1 of 27 Santa Gora Volley Water District 6 Notice to Bidders (REV 1) Page 2 of 5 3. Constructing up to five monitoring wells at various depths in the two borings 4. Constructing a temporary sound wall 5. Parking lot restriping and resurfacing following completion of drilling and well construction B. Sole Source Products. None. 4. Contract Time. Time limit for the completion of the work is 147 calendar days. A. Milestone #1 : Completion of well construction work and parking lot restriping and resurfacing work. B. Milestone #2 : Completion of all remaining Work. 5. Liquidated Damages. See Special Provisions Article 11.07 of the contract documents for requirements regarding Liquidated Damages. 6. Estimated Cost. The estimated cost of the Project is between $500,000 and $600,000. This estimate is intended to serve merely as an indication of the magnitude of the work. Neither the Bidder(s) nor the Contractor will be entitled to pursue a claim or be compensated due to variance in the stated estimated cost range. A. Additive/Deductive Bid Items. None. B. Supplemental Bid Items. None. 7. Contractor's License Requirement. The Bidder must possess a Class A Contractor's license or a C-57 Well Drilling Contractor's license when the Bid is submitted. All work within the contract must be performed by an appropriately licensed contractor/subcontractor. 8. Pre -Bid Conference and Site Showing. A pre -bid conference/site visit will be conducted by the District on Tuesday, November 1, 2016. The conference will convene at 10:30 a.m. at the John D. Morgan Park, Campbell, CA, in the parking lot off of Budd Avenue. The pre -bid conference will begin with a District presentation on the Small Business Outreach Program. Attendance by the Bidder at the pre -bid conference/site visit is optional. Attendance at the pre -bid by subcontractors is not required. Attendance by the Bidder at the pre -bid conference/site visit is: ❑ Mandatory ® Optional The objective of the site visit is to familiarize prospective Bidders with the site; no additional site visits will be allowed. Please confirm your intent to attend the pre -bid meeting and site visit 24 hours in advance by sending e-mail to (Rev. 03/09/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 2 of 27 SantaGainVolleg Notice to Bidders (REV 1) Water District 6 Page 3 of 5 scvwd plan room OD-val I eywater. org and provide the name(s) of each person and their organization. Reasonable efforts will be made to accommodate persons with disabilities wishing to attend the pre -bid meeting/site visit. Please request accommodations when confirming attendance. . 9. Availability of Bid Documents, Contract Documents, including Drawings and Specifications, are available in both paper and electronic (pdf) formats. Paper copies may be purchased for the nonrefundable price of $30. Provide FedEx account number or add $10 per set for packaging and postage. Electronic version is free, transferred via file transfer appliance (FTA) site. To order Contract Request Form and information available online. documents: Website: http://www.valleywater.org/Programs/Construction.aspx Email: scvwd plan room Rva I leywater. org FAX: (408) 979-5631 Phone: (408) 630-3088 To pick up Contract Santa Clara Valley Water District documents in 5700 Almaden Expressway person: San Jose, CA 95118 Business Hours: 8 a.m. — 5 p.m. 10. Inquiries. The Bidder must submit all requests for clarification, or interpretation of the Bid Documents in accordance with the requirements stated in Article 3.04 of the Standard Provisions. Written questions must be directed to the project manager and submitted at least seven (7) calendar days before the deadline for receipt of Bids. The District may issue written Addenda as appropriate for clarification or other purposes during the bidding period. Addendum notification(s) will be sent to each planholder at the email address provided by the contractor for the planholders list and addenda will be posted on the District's website at www.vaIleywater.org/Programs/Construction.aspx. A. Project Manager. The District's project manager for this project is Karen Uyeda and can be reached via e-mail at kuyedaCa-),valleywater.org or at (408) 630-2037. B. Process Questions. For questions regarding the advertisement process, contact the District Plan Room at (408) 630-3088, or scvwdplan room a-valleywater.org. 11. Prevailing Wage Requirements. A. Workers employed on this Project must be paid at rates at least equal to the prevailing wage rates as determined by the State of California Department of Industrial Relations pursuant to §1770 of the Labor Code. Said wage rates are incorporated herein by reference and may be inspected upon request. The rates are also available on the State of California Department of Industrial Relations (Rev. 05/14/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 3 of 27 Santo dafaValleg Water District 6 Notice to Bidders (REV 1) Page 4 of 5 website at http://www.dir.ca.aov/. See Standard Provisions —Articles 6.04 through 6.06 for related requirements. B. This Project is subject to compliance monitoring and enforcement by the State of California Department of Industrial Relations. The Contractor and subcontractors must furnish the records specified in Section 1776 directly to the Labor Commissioner, in the following manner: monthly, in a format prescribed by the Labor Commissioner. 12. Bid Proposal Submittal. All Proposals must be submitted in sealed envelopes addressed to Construction Program of the Santa Clara Valley Water District, and state the Project name and Project number on the outside of the sealed envelope. Each Bid must be submitted on the prescribed Bid Forms. All information on Bid Forms must be completed in ink. A. Alternate Delivery for Bid Submittal. Bidders electing to submit a Proposal by FEDEX, UPS, DHL, CA Overnight, Golden State Overnight, etc., must address the submittal in accordance with instructions stated in Paragraph 12 above. Any Proposal received after 2 p.m. will be considered non -responsive. Address the outside delivery envelope as follows: Santa Clara Valley Water District Attention: Construction Program — BID 5905 Winfield Boulevard San Jose, CA 95123-2428 Note: USPS (US Mail) does not deliver to 5905 Winfield Boulevard. 13. Bid Opening. The Construction Program staff will open Proposals at the time and place stated in Paragraph 1 above. 14. Errors or Discrepancies in the Bids. The District Board of Directors reserves the right to reject any and all Bid Proposals and to waive minor defects or irregularities in any submitted Bid Form(s). 15. Bidders Security. Each Proposal must be accompanied by cash, a certified or cashier's check, or a Bidder's bond in the sum of not less than 10 percent of the total aggregate of the Proposal including all additive Bid items. Said checks or bonds must be made payable to the Santa Clara Valley Water District. 16. Contract Retention. ® The Contract Retention for this Project is established at five percent of the Contract Price. ❑ The Contract Retention for this Project is established at ten percent of the Contract Price. The Board of Directors has made a finding that the Project is substantially complex and therefore requires retention higher than five percent. (Rev. 05/14/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 4 of 27 Santa aoroValleg Notice to Bidders (REV 1) Water District Page 5 of 5 17. Substitution of Securities. The Contractor may, at the Contractor's request and expense substitute securities equivalent to the amount withheld by District to ensure the performance of the contract in accordance with §22300 of the Public Contract Code. 18. Small Business Preference. The District has elected to implement the small business preference provisions of Public Contract Code §2002(a)(1). For purposes of the District's program, a small or micro business is as defined in Government Code §14837. Please refer to the small business compliance requirements stated in the Small Business Instructions included with these Bid documents. 19. Equal Opportunity. The District is an equal opportunity employer and all contractors of District projects are to have and follow a policy of equal opportunity including adherence to all state and federal laws and regulations, including the Federal Equal Opportunity Clause. By order of the Board of Directors of the Santa Clara Valley Water District, San Jose, California, on October 25, 2016. ATTEST: MICHELE L. KING, CMC ORIGINAL SIGNED BY MICHELLE KING Clerk/Board of Directors (Rev. 05/14/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 5 of 27 Sonia aoraVolley BID FORM NO. 1 WaterDis4ict Proposal Form and Bid Items 6Page 1 of 3 This form must be completed in ink and changes must be initiated. Honorable Board of Directors Santa Clara Valley Water District (District) Pursuant to, and in compliance with, the Notice to Bidders and the Contract Documents, relating to the JOHN D. MORGAN PARK MONITORING WELLS PROJECT, the undersigned Bidder having become thoroughly familiar with the terms and conditions of the Contract Documents and with local conditions affecting the performance and costs of the Work and having fully inspected the Work site in all particulars, hereby proposes and agrees to fully perform the Work, including providing any and all labor and materials and performing all Work required to construct and complete said Work within the contract time stated and in accordance with the requirements of the Contract Documents, for the following sum of money. The undersigned Bidder agrees to complete all the Work within 147 calendar days from the first chargeable day of the Contract, as stated in the Notice to Begin Work. The Bidder agrees to enter into a Contract with the District and provide the required bonds and insurance in accordance with Articles 4.03 & 4.04 of the Standard Provisions. If the Bidder fails to meet these requirements within the time specified in Article 4.04 of the Standard Provisions the Bidder's security accompanying this Proposal may be forfeited and become the property of the District. No Contract exists until all Contract bonds and insurance documents have been accepted by the District. TOTAL BID: Bidder acknowledges receipt of the following Addenda to the Bid Documents: Addenda are posted online at www.vallenater.org/Programs/Construction.aspx. ❑ NO Addenda received ❑ Addenda received as follows: Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Failure to acknowledge receipt of an Addendum on the Bid Form is not, in itself, cause for withdrawal or rejection of Bid, if it can be established that Bidder did, in fact, receive such Addendum prior to Bid opening. The undersigned Bidder has read and understands, and will comply with, each and all of the requirements specified in these Bid Documents. BIDDER'S COMPANY INFORMATION NAME: ADDRESS: CONTRACTOR'S CALIFORNIA LICENSE NUMBER: DATE OF EXPIRATION: LICENSE CLASSIFICATION(S): PHONE No.: ( ) FAx No.: ( ) EMAIL ADDRESS: SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder's • �. Bidder'sand Title (Print): (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 6 Of 27 ` Santa (JamValleg BID FORM NO.1 WaterD'istdct Proposal Form and Bid Items 6Page 2 of 3 This form must be completed in ink and changes must be initialed. APPROXIMATE ITEM DESCRIPTION OF ITEM QUANTITY UNIT PRICE TOTAL UNIT 1 Mobilization Lump Sum Lump Sum Lump Sum 2 Sampling and Records Lump Sum 400 3 Sonic Borehole Drilling Linear Feet 405 4 Direct or Reverse Rotary Borehole Drilling Linear Feet Lump Sum 5 Borehole Geophysical Testing Lump Sum 950 6 2-Inch Well Casing Linear Feet 100 7 2-Inch Well Screen Linear Feet 170 8 Artificial Filter Pack Linear Feet (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 7 of 27 Santa Gana Valley WaterVjAddt 6 Proposal Form This form must be completed in ink and changes must be initialed. BID FORM NO. 1 and Bid Items . Page 3 of 3 ITEM APPROXIMATE UNIT DESCRIPTION OF ITEM QUANTITY RICE TOTAL UNIT 9 Annular Sealing — Bentonite 590 Linear Feet 10 Annular Sealing — Cement 55 Linear Feet Lump Sum 11 Well Development Lump Sum 12 Wellhead Completion 2 Each Lump Sum 13 Paving and Surfacing Lump Sum Lump Sum 14 Sound Control Lump Sum Lump Sum 15 Disposal of Drilling Fluids and Cuttings Lump Sum Lump Sum 16 Discharge Water Lump Sum TOTAL BID (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 8 of 27 Santa Clara Valley Water District 6 BID FORM NO. 2 Designation of Subcontractors Page 1 of 1 This form must be completed in ink and changes must be initialed. A. This Designation of Subcontractors form must be completed in compliance with the State of California Subletting and Subcontracting Fair Practices Act, Public Contract Code §4100 et seq., and any amendment thereof. Bidder must complete the form below for each Subcontract that exceeds one-half of one percent (%%) of the Bidder's total Bid. A Subcontractor is one who: (1) performs Work or labor; or (2) provides a service to the Bidder; or (3) specially Fabricates and Installs a portion of the work according to the Contract Documents. Bidders failure to list a Subcontractor for any portion of the work in excess of/z% of Bidder's total Bid signifies Bidder will self perform that portion of the Work with its own forces. (Note: If more than one Subcontractor is designated for the same kind of Work, state the portion that each will perform.) After the opening of the Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement may render the Bid nonresponsive and may cause its rejection. B. Failure by a subcontractor to be registered to perform public work as required by the California Labor Code Section 1771.1 (a) shall be grounds under Section 4107 of the Public Contract Code for the contractor, with the consent of the awarding authority, to substitute a subcontractor who is registered to perform public work pursuant to Section 1725.5 in place of the unregistered subcontractor. NAME ---------------------------------------------------------------------------------------------------------------- LOCATION (City & State) LICENSE NO. ---------------------------------------------- EXPIRATION DATE TYPE OF WORK % of TOTAL CONTRACT ---------------------------------------------------------------------------------------------------------•----- ---------------------------------------------- ---------------------------------------------------------------------------------------------------------------- ---------------------------------------------- ---------------------------------------------------------------------------------------------------------------- ---------------------------------------------- .............................................................................................................................................................. .............................................................................................................................................................. SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder's • �. Bidder's - and Title (Print): (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 9 of 27 Santa ClaraVclleg BID FORM NO.3 Water District N6oncollusion Affidavit Page 1 of 1 This form must be completed in ink and changes must be initialed. In accordance with Public Contract Code Section 7106, (Bidder's full name) declares that he or she is (Bidder's title) of John D. Morgan Park Monitoring Wells Project (Company's name) the party making the foregoing Bid that the Bid is not made in the interest of, or on behalf of, any disclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted the Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, Bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder's • �. Bidders• Title (Rev. 05/04/16) r JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 10 of 27 Santa Clara Volley BID FORM NO.4 Water District Small Business Outreach Program: Instructions and Compliance Document Page 1 of 6 This form must be completed in ink and changes must be initialed. PART I: GENERAL A. The Santa Clara Valley Water District (District) has a Small Business Outreach Program, which establishes a 30 percent minimum participation goal. To be eligible for award of a Contract, each Bidder must comply with the District's Small Business Outreach Program requirements, be a responsible Bidder, and submit a responsive bid. To be counted towards meeting the District's Small Business Outreach participation goal, Small/Micro Business must be certified by California Department of General Services. http://www.pd.d.gs.ca.gov Bidders are encouraged to use the services and assistance of the California Department of General Services. B. The District's program applies the following definitions: Small/Micro Business —defined by California Code of Regulations Section 1896.12. Eligibility for Certification as a Small Business. "a L7 (Rev. 05/04/16) WP FILE NUMBER To be eligible for certification as a small business, a business must meet all of the following qualifying criteria: It is independently owned and operated; and 2. The principal office is located in California; and 3. The officers of the business in the caseof a corporation; officers and/or managers, or in the absence of officers and/or managers, all members in the case of a limited liability company; or the owner(s) in all other cases are domiciled in California; and 4. It is not dominant in its field of operation(s), and 5. It is either: A. A business that, together with affiliates, has 100 or fewer employees, and average annual gross of fourteen million dollars ($14,000,000) or less as averaged for the previous three tax years, as adjusted by the department pursuant to Government Code Section 14837 (d) (3); or B. A manufacturer as defined herein that, together with affiliates, has 100 or fewer employees. To be eligible for designation as a microbusiness, a business must meet all the qualifying criteria in sub paragraph (a), and in addition, must be either: JOHN D. MORGAN PARK MONITORING WELLS PROJECT 11 of 27 Santa Clara Valleg BID FORM NO.4 WaterD1ddct6 Small Business Outreach Program: Instructions and Compliance Document Page 2 of 6 This form must be completed in ink and changes must be initialed. A business that, together with all affiliates, has annual gross of three million five hundred thousand dollars ($3,500,000) or less receipts as averaged for the previous three tax years, as adjusted by the department pursuant to Government Code Section 14837 (d) (3); or 2. A manufacturer as defined herein that, together with all affiliates, has 25 or fewer employees." 2. A Small Business Joint Venture —is defined in the California Code of Regulations Section 1896.4. Definitions. "n. means an association of businesses established by written agreement to engage in and carry out a single business venture for joint profit, for which purpose they combine their efforts, property, money, skills and/or knowledge." 1896.12.c. "Joint ventures must be certified on a bid -by -bid basis. The joint venture shall not be subject to the average annual gross receipts and employee limits imposed by this subchapter. However, each individual business participating in the joint venture must be certified as a small business." Note: Joint Ventures formed at the prime contractor level are subject to the requirements of Article 3.08 of the Standard Specifications. PART II: COMPLIANCE WITH SMALL BUSINESS OUTREACH PROGRAM REQUIREMENTS Each Bidder must complete this Bid Form and return it with the Bid documents. The undersigned Bidder complies with the District's Small Business Outreach Program as indicated below. At least one box must be checked for the Bid to be considered responsive. ❑ 1. Bidder is.qualified for a Small Business preference because it is a Certified Small Business. ❑ 2. Bidder is qualified for a Small Business preference because it has subcontracted: ❑ 30% ❑ 40% ❑ 50% of this job to Certified Small Businesses. ❑ 3. Bidder has made a Good Faith Effort to solicit Small/Micro Business participation as demonstrated by documentation to be submitted by 5 p.m. on the 2"d day after Bid opening. Timely submission of these Forms is considered material by the District. Submission of documentation is only required from the firms submitting the three apparent low bids (see Part IV for documentation requirements).. ❑ 4. Bidder will perform all the work without using subcontractors and is, therefore, exempt from demonstrating Good Faith Effort. JOHN D. MORGAN PARK MONITORING WELLS (Rev. 05/04/16) PROJECT WP FILE NUMBER 12 of 27 Santo GoroValleg BID FORM NO.4 water District Small Business Outreach Program: Instructions and Compliance Document Page 3 of 6 This form must be completed in ink and changes must be initialed. PART III: CALCULATING THE SMALL BUSINESS PREFERENCE A. Bidders receive a preference based on the following criteria: 1. Certified Small/Micro Business Bidders receive a 5 percent preference. 2. Non-Small/Micro Business Bidders with Small/Micro Business participation of: • 30% to 39% receive a 3% preference. • 40% to 49% receive a 4% preference. • 50% to 100% receive a 5% preference. B. For purposes of calculating the Small Business preference, only the base Bid amount (which excludes Supplemental and Additive/Deductive Bid Items) will be used. The preference is calculated by subtracting the appropriate percent (3%, 4%, or 5%) of the low Base Bid from the qualifying firm's Total Bid. Example 1: Apparent low Bid (not a Small Business) $600,000 Small/Micro Business Bid $615,000 Total of Supplemental Bid Items 5% Small Business Preference*-$28,000 Base Bid $560,000 New apparent low bid $587,000 *Small Business preference amount: $560,000 x .05 = $28,000 Example 2: Apparent low Bid (not a Small Business) $600,000 Small/Micro Business Bid $615,000 Total of Supplemental Bid Items-$40,000 5% Small Business Preference*-$28,000 Base Bid $560,000 New apparent low bid $587,000 *Small Business preference amount: $560,000 x .05 = $28,000 C. The preference is only applied to determine the low bid. The priority for applying the preference will be in the following order:. 1. Micro Business submitting the lowest bid. 2. Small Business submitting the lowest bid. 3. Non -Small Business, subcontracting with the highest percent of Micro Business submitting the lowest bid. 4. Non -Small Business subcontracting with the highest percent of Small Business submitting the lowest bid. (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 13 of 27 Santo CaraVolley BID FORM NO.4 Waterp;striict Small Business Outreach Program: 6 Instructions and Compliance Document Page 4 of 6 This form must be completed in ink and changes must be initialed. PART IV: REQUIREMENTS FOR DEMONSTRATING GOOD FAITH EFFORT Bidders not meeting the minimum participation goal of 30 percent must submit documentation demonstrating that a Good Faith Effort was made. For further information and/or assistance, contact the Capital Program Planning and Analysis Unit Manager at (408) 630-2682. - No substitution of a Small/Micro Business listed on the Affidavit will be made at any time without the written consent of the District. Substitution requests will only be considered for the reasons stated in Public Contract Code §4107. If a Small/Micro Business subcontractor/supplier substitution is requested, the Contractor must make a Good Faith Effort to replace the original firm with another Small Business subcontractor/supplier. Written documentation of such efforts must accompany each substitution request. A. The Bidder(s) submitting the three apparent low bids must provide documentation of Good Faith Effort by 5 p.m. on the 2"d day after the Bid opening. Timely submission of these Forms is considered material by the District. B. The District strongly recommends compliance with all 8 items listed below. C. All documentation must be specific with verifiable names, addresses, phone numbers, dates, etc., to demonstrate that the Bidder made a Good Faith Effort to obtain Small Business participation in accordance with the criteria listed below and prior to the time bids are opened. Attend any pre -bid meeting conducted by the District, for any project, where Bidders are informed of Small Business program requirements held within the previous 6 months prior to the Bid opening. 2. Efforts made to select portions of the work proposed to be performed by small businesses in order to increase the likelihood of achieving the participation goal (including, where appropriate, breaking down contracts into economically feasible units to facilitate Small Business participation). 3. Advertise, not less than six (6) calendar days before the date bids are due, in one or more daily or weekly general circulation media,. trade association publications, minority or trade oriented publications, trade journals, or minority/women focused media, soliciting bids from subcontractors/suppliers/vendors for participation in the project. 4. Written documentation that the Bidder contacted a reasonable number of DGS-certified Small Businesses to solicit interest for a specific portion(s) of the project in sufficient time to allow the Small Businesses to obtain information on the project and consider bidding on work, which is to be performed by other than the prime contractor. Verbal solicitations will be accepted, provided they are followed by written communication confirming the offer to Bid and are specific as to names, scope of work, etc. (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 14 of 27 Scnta CI=Vclleg BID FORM NO.4 Water District Small Business Outreach Program: 6 Instructions and Compliance Document Page 5 of 6 This form must be completed in ink and changes must be initiated. 5. Follow up initial solicitations of interest by contacting the Small Business to determine with certainty if they are interested in performing specific items of the project. 6. Efforts made to provide interested small businesses with adequate information about the plans, specifications, and requirements of the project. 7. Efforts made to negotiate in good faith with interested Small Businesses and not rejecting Small Businesses as unqualified without sound reasons. Provide a list of all Small Businesses submitting a Bid that was not used stating the reason for rejection. 8. Efforts made to assist interested Small Businesses in securing bonding, lines of credit, or insurance. This may include referral to local agencies specifically set up for this purpose. PART V: SMALL/MICRO BUSINESS ENTERPRISE UTILIZATION REPORTING REQUIREMENT Contractor payments to Small/Micro Business Enterprise (SBE) providing labor, services, materials, equipment, or supplies, including subcontractors, will be monitored monthly throughout the project. The Contractor is required to submit a monthly and final SBE Utilization Report with the request for progress payments. Forms and instructions can be downloaded from the District's website at www.vaIleywater.ora/Programs/Construction.aspx. Sample forms and instructions are included in Appendix A of the Specifications. (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 15 of 27 Santa Clara Valleg BID FORM NO.4 Water District Small Business Outreach Program: 6 Instructions and Compliance Document Page 6 of 6 This form must be completed in ink and changes must be initialed. AFFIDAVIT (Small/Micro Business Subcontractor List) The Bidder must complete this Affidavit listing the names of each Certified Small/Micro Business, at any tier, providing labor, services, materials, equipment, or supplies including subcontractors. Contingent upon award of a Contract for: John D. Moraan Park Monitorina Wells Project (Name of Project) will contract with the following small/micro firms: (Name of Contractor) AMOUNT OF DGS SUBCONTRACT/ NAME AND ADDRESS CERTIFICATION NO. TYPE OF WORK PURCHASE 1. 2. 3. 4. 5. Small/Micro Business participation in this Contract is $ or % of the total bid. I declare, under penalty of perjury, that the above information is true and correct. SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder's • �- Bidder'sand Title (Rev. 05104/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 16 of 27 Santo Clara Volley Water District This form must be completed in ink and changes must be initialed. BE IT KNOWN BY THESE PRESENTS, That we, and BID FORM NO.5 Bidder's Bond Page 1 of 1 as PRINCIPAL, as SURETY, are held and firmly bound unto the Santa Clara Valley Water District, hereinafter called the District, in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE PROPOSAL of the Principal above named, submitted by said Principal to the Santa Clara Valley Water District, for the work described below, for the payment of which sum is lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned Proposal to the District, for certain construction specifically described as follows, for which Proposals are to be opened at San Jose, California, on , 20_, for NOW, THEREFORE, if the aforesaid Principal is awarded the Contract and, within the time and manner required under the Specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in accordance with the Proposal, and files the two bonds with the District, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. In the event suit is brought upon this bond by the obligee and judgment is recovered, the surety shall pay all costs incurred by the obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, we have hereunto set our hands and seal on the day of 20_ PRINCIPAL: Signature Name Title Address SURETY: Signature Name (Seal) Title Address NOTE: Signature of those executing for Surety must be properly acknowledged. (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 17 of 27 Santo QaroVolley BID FORM NO. 6 Water District Iran Contracting Act Bid Certification 15 Page 1 of 2 This form must be completed in ink and changes must be initialed. Iran Contracting Act Bid Certification (Public Contract Code Sections 2202-2208) Must be Completed for any Proposal of $1,000,000 or more Public Contract Code (PCC) Sections 2200-2208 are known as the Iran Contracting Act of 2010 and prohibit public entities from contracting with companies that have specified business activities in Iran's petroleum sector. Companies seeking to bid on state or local government contracts are required to certify that they are not engaged in developing Iran's petroleum resources. Prior to bidding on, submitting a proposal or executing a contract or renewal for a Santa Clara Valley Water District contract for goods or services of one million dollars ($1,000,000 or more), a person (vendor, firm, corporation, etc.) must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code Section 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code Section 2203(c) or (d). The DGS list is posted online at: (www.dgs.ca.gov, search "Iran Contracting Act List"). To comply with this requirement, please complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. (Public Contract Code Section 2205.) (Rev. 050/04#16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 18 of 27 Sonia Qoro Valley Water District OPTION NOA —CERTIFICATION BID FORM NO. 6 Iran Contracting Act Bid Certification Page 2 of 2 I, the official named below, certify I am duly authorized to execute this certification on behalf of the person/financial institution identified below, and the person/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. Name of Person (Vendor, Firm, Corporation, etc.)/Financial Institution (Printed): Federal ID No. (or n/a): By (Authorized Signature): Printed Name and Title of Person Signing: Date Executed: Executed in (City & State): OPTION NO. 2—EXEMPTION Pursuant to Public Contract Code Sections 2203(c) and (d), a public entity may permit a person/financial institution engaged in investment activities in Iran, on a case -by -case basis, to be eligible for, or to bid on, submit a proposal for, or enter into or renew, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Name of Person (Vendor, Firm, Corporation, etc.)/Financial Institution (Printed): Federal ID No. (or n/a): By (Authorized Signature): Printed Name and Title of Person Signing: Date Executed: Executed in (City & State): (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 19 of 27 Sonto Cloro Volley BID FORM NO.7 WoterDistdct Bidder's General Information Page 1 of 3 This form must be completed in ink and changes must be initialed. Timely submission of these Forms is considered material by the District. The Bidders submitting the three (3) apparent low Bids must complete and submit this Bid Form 7, including the required attachments. The Bidder may be considered not responsible based on information provided on this form. Additional sheets may be attached as required. 1. Number of years as a contractor in construction work of this type: 2. Names and titles of all officers of Bidder's firm: 3. Name of person(s) who inspected site of proposed work for your firm: Name: Date of Inspection: 4. Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract: 5. Resume of Designated Authorized Representative: Attach the resume of the person who will be designated as authorized representative. The Contractor's authorized representative must have requisite background and experience to administer and oversee the work on behalf of the Contractor. The representative must have complete authority to represent and act for the Contractor as stated in Article 9.04 of the Standard Provisions. 6. Prior Construction Contracts: Provide details of all construction contracts similar in scope and complexity to this project that your organization has performed during the last 5 years. Use the PRIOR CONSTRUCTION CONTRACTS form (page 3 of this document) for each project. 7. Claims and Suits if the answer to any of the questions below is yes, explain the circumstances on an attached sheet. 7.1 Has your organization ever failed to complete an awarded contract? ❑ Yes ❑ No (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 20 of 27 Santa Clara Valley BID FORM NO.7 Water District Bidder's General Information 6 Page 2 of 3 This form must be completed in ink and changes must be initialed. 7.2 Are there any judgments, claims, alternate dispute resolution proceedings or suits pending or outstanding against your organization or its officers? ❑ Yes ❑ No 7.3 Has your organization filed any lawsuits or requested an alternate dispute resolution with regard to construction contracts within the last 5 years? ❑ Yes ❑ No 8. The Bidder hereby declares that the Bidder has not been convicted, within the preceding 3 years, of any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of any public work contract with any public entity. The term "Bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof. 9. Has the Bidder, any officer of the Bidder, or any employee of the Bidder who has a proprietary interest in the Bidder, ever been disqualified, removed or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? ❑ Yes ❑ No If the answer is "yes," explain the circumstances in the following space: 10. The Bidder signing for Contractor certifies that neither Bidder nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. District reserves the right to verify the above information. I STATE UNDER PENALTY OF PERJURY THAT EACH AND ALL OF THE STATEMENTS I HAVE MADE IN RESPONSE TO PARAGRAPHS 8, 9 & 10 ABOVE ARE TRUE AND CORRECT. SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder's • �. Bidder's- and Title (Print): (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 21 of 27 Santa CaraVaQey BID FORM NO.7 WaterDistfict Bidder's General Information 6 Page 3 of 3 This form must be completed in ink and changes must be initialed. PRIOR CONSTRUCTION CONTRACTS The Bidder may make as many copies of this page as necessary. Respond to each item, indicating "none" where appropriate. A. Name, address, and telephone number of owner: B. Name of project: C. Location of project: D. Brief description of the work involved: E F. G H 1. Contract amount: Claims amount: Liquidated damages assessed: Date of completion of contract: Name, address, and telephone number of design firm's architect or engineer: J. Name of owner's project manager: K. Declaration of Default (Yes or No): L. Litigation on questions of project performance: M. Determination of failure to pay prevailing wages or other state and/or federally required taxes or contributions: N. Citations by federal OSHA or CAL OSHA: District reserves the right to verify the above information. SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder's• �. Bidder's and Title (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 22 of 27 Santa Clam Valleg BID FORM NO.8 Water District Small Business Outreach Program: 6 Requirements for Demonstrating a Good Faith Effort Page 1 of 2 This form must be completed in ink and changes must be initialed. The documentation must demonstrate that the Bidder made a Good Faith Effort to obtain certified Small/Micro Business participation. The District strongly recommends compliance with all 8 items listed below. Good Faith Effort must occur prior to the Bid opening. Documentation must be specific with verifiable names, addresses, phone numbers, dates, and other pertinent information. Documentation must be in accordance with the criteria listed below. Check all that apply and attach documentation. ❑ 1. Attended any pre -bid meeting conducted by the District, for any project, where bidders were informed of Small Business program requirements held within the previous 6 months prior to the Bid opening. ❑ 2. Efforts were made to select portions of the work proposed to be performed by Small Businesses in order to increase the likelihood of achieving the participation goal (including, where appropriate, breaking down contracts into economically feasible units to facilitate Small Business participation). ❑ 3. Advertised not less than six (6) calendar days before the date bids are due, in one or more daily or weekly general circulation media, trade association publications, minority or trade oriented publications, trade journals, or minority/women focused media, soliciting bids from subcontractors/suppliers/vendors for participation in the project. ❑ 4. Written documentation showing that the Bidder contacted a reasonable number of DGS-certified Small Businesses to solicit interest for a specific portion(s) of the project in sufficient time to allow the Small Businesses to obtain information on the project and consider bidding on work, which is to be performed by other than the prime contractor. (Verbal solicitations will be accepted, provided they are followed by written communication confirming the offer to Bid and are specific as to names, scope of work, etc.) ❑ 5. Followed up initial solicitations of interest by contacting the Small Business to determine with certainty if they were interested in performing specific items of the project. ❑ 6. Efforts were made to provide interested Small Businesses with adequate information about the plans, specifications, and requirements of the project. ❑ 7. Efforts were made to negotiate in good faith with interested Small Businesses and not rejecting Small Businesses as unqualified without sound reasons. Provided a list of all Small Businesses submitting a Bid that were not used stating the reason for rejection. ❑ 8. Efforts were made to assist interested Small Businesses in securing bonding, lines of credit, or insurance. This may include referral to local agencies specifically set up for this purpose. We have made a Good Faith Effort by complying with the requirements checked above. SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder's • - �. Bidder'sand Title (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 23 Of 27 Santo Clara Volley BID FORM NO.8 Water District Small Business Outreach Program: 6 Requirements for Demonstrating a Good Faith Effort Page 2 of 2 ----- SAMPLE ----- Advertisement in general circulation media, trade association publications, minority Chamber of Commerce, and minority/women focus media. [COMPANY NAME] Requests sub -bids from qualified California Department of General Services (DGS) certified small businesses and micro businesses. Subcontractors and supplies for the following project: [PROJECT NAME] [TYPE OF JOB] OWNER: SANTA CLARA VALLEY WATER DISTRICT BID DATE: [DATE, TIME] DGS certified small businesses and microbusinesses wanted for the following items, including, but not limited to, [piping/fittings/valves, welded steel pipe, cathodic protection, pipe supports, electrical and instrumentation.] Bonding, insurance, lines of credit and any technical assistance or information related to the plans or specification and requirements for the work will be made available to interested DGS certified small and micro business suppliers and subcontractors. Assistance with obtaining necessary equipment, supplies, materials, or related assistance or services for this project will also be offered to interested DGS certified small and micro business suppliers and subcontractors. Plans available for viewing at: [COMPANY NAME, ADDRESS, & CONTACT NAME AND NUMBER] AN EQUAL OPPORTUNITY EMPLOYER CA LIC. NO. [XXXXXX] (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP FILE NUMBER 24 of 27 Santa Clara Valley BID FORM NO. 9 WaterDistdcE Bidder's Statement of Qualifications: Drilling Subcontractor Page 1 of 3 This form must be completed in ink and changes must be initialed. Timely submission of this Form is considered material by the District. A. The Bidders submitting the three (3) apparent low Bids must complete and submit this Bid Form 9, no later than 5 P.M. on the second day following the bid opening. B. The Bidder must submit this Bid Form to document the qualifications and experience of its Drilling Subcontractor in performing drilling of boreholes by sonic and direct or reverse mud rotary drilling methods as well as the construction of nested monitoring wells. "Subcontractor" for purposes of this Bid Form is the contractor (including the Bidder if the work is to be self -performed) that will implement the work described in the Construction Specifications, Section 24, Sonic Borehole Drilling and Section 25, Direct or Reverse Rotary Borehole Drilling. C. "Subcontractor" for purposes of meeting the qualifications as described in this Statement includes any parent company, partner, member, officer, director, responsible managing officer, or responsible managing employee. The term shall also include any employee with a proprietary interest of more than 2 percent of the Subcontractor. Supplemental sheets may be included as required to provide information. D. The Subcontractor must possess a California C-57 specialty license. The Subcontractor must have completed drilling of boreholes by direct or reverse mud rotary drilling methods and sonic drilling methods, and must have constructed nested monitoring wells for a minimum of two (2) projects meeting the following minimum criteria and completed within the last five (5) years. 1. One (1) direct or reverse mud rotary drilling project with borehole diameter of 10- inches (minimum) and borehole depth of 200 feet (minimum). 2. One (1) sonic drilling project with borehole diameter of 10-inches (minimum) and borehole depth of 100 feet (minimum). 3. One (1) nested monitoring well project (constructed with a minimum of two casings), with each casing having a diameter of 2-inches (minimum). If nested monitoring wells meeting these criteria were installed in either the borehole specified in Item DA or the borehole specified in Item D.2 above, this is acceptable. If not, submit a separate project that meets these minimum criteria. (Rev. 10/29/15) JOHN D. MORGAN PARK MONITORING WELLS PROJECT 25 of 27 Scrota CloraVaHey BID FORM NO.9 Wotef District Bidder's Statement of Qualifications: Drilling Subcontractor Page 2 of 3 This form must be completed in ink and changes must be initialed. DRILLING SUBCONTRACTOR Firm Name: Contact Name: Address: Phone No.: Fax No.: Email Address: California License: Number: Date of Expiration: License Classification(s): Names and titles of all officers of Subcontractor: E. For each project, provide the project name, state, county, dollar amount of the Subcontractor's scope of work, project start date, end date, borehole diameter and borehole depth, number of casings and casing diameters, and the owner contact's name and phone number for the District to conduct a phone interview. Use additional sheets as necessary. Project No. 1 Project No. 2 Borehole Depth: Borehole Depth: Borehole Diameter: Borehole Diameter: (Rev. 10/29/15) JOHN D. MORGAN PARK MONITORING WELLS PROJECT 26 of 27 r Santa Clara Valley Water District ,) Project No. 3 (if required) BID FORM NO. 9 Bidder's Statement of Qualifications: Drilling Subcontractor Page 3 of 3 This form must be completed in ink and changes must be initialed. Borehole Depth: Borehole Diameter: District reserves the right to verify the above information. I declare, under penalty of perjury, that the above information is true and correct SIGNATURE BLOCK (S'ignature.Block must be completed in ink and changes must be initialed.) Bidder's• - it_ Bidder's Name and Title (Print): (Rev. 10/29/15) JOHN D. MORGAN PARK MONITORING WELLS PROJECT 27 of 27 y Santa Clara Valley Water District Sfe CAPITAL PROGRAM SERVICES 5750 ALMADEN EXPRESSWAY SAN JOSE, CA 95118-3686 TELEPHONE (408) 630-3088 FACSIMILE (408) 979-5631 www.valleywater.org scvwdplanroom@valleywater.org Notification of this Addendum is transmitted via email to all current plan holders. This Addendum is posted on the District website at www. valleywater. org/ProgramslConstruction. aspx. October 26, 2016 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS FOR THE JOHN D. MORGAN PARK MONITORING WELLS PROJECT Project No. 91301001 Contract No. C0622 Notice is hereby given to Prospective Bidders that the Contract Documents are modified as hereinafter set forth. BID DOCUMENTS NOTICE TO BIDDERS REPLACE Notice to Bidders in its entirety with Notice to Bidders (REV 1) included as ATTACHMENT 1 of this Addendum No. 1 THIS ADDENDUM NO. 1, WHICH CONTAINS 1 PAGE AND 1 ATTACHMENT, IS ATTACHED TO AND IS A PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THIS PROJECT. V�L' L A Katherine Oven, P.E. Deputy Operating Officer Water Utility Capital Division Enclosure(s): ATTACHMENT 1: Notice to Bidders (REV 1) Date: D o{ lQi oCDI ADDENDUM NO. 1 Santa Clara Valley Water District JOHN D. MORGAN MONITORING WELLS PROJECT S13057.docx Page 1 of 1 JOHN D. MORGAN PARK MONITORINGS PROJECT ADDENDUM NO. I ATTACHMENT i s Notice t® Bidders (REV 1) Santa Clara Valley Notice to Bidders (REV 1) Water District ` Page 1 of 5 JOHN D. MORGAN PARK MONITORING WELLS PROJECT Project No. 91304001 Contract No. C0622 1. Notice. Notice is hereby given that sealed Proposals will be accepted by the Construction Program of the Santa Clara Valley Water District, Room B108, of the District's Administration Building, 5750 Almaden Expressway, San Jose, California 95118 up to 2:00 p.m. on November 9, 2016, for furnishing all material and performing all work necessary for construction of the John D. Morgan Park Monitoring Wells Project, located in the City of Campbell, California. 2. California State Department of Industrial Relations Contractor and passwordSub Contractor Registration Requirements. (See Article 3.05 and 6.04 for the full text.) California Labor Code section 1771.1 requires: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the California Labor Code. An inadvertent error in listing a subcontractor who is not registered pursuant to Section 1725.5 in a bid proposal shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive, provided that any of the following apply: (1) The subcontractor is registered prior to the bid opening. (2) Within 24 hours after the bid opening, the subcontractor is registered and has paid the penalty registration fee. (3) The subcontractor is replaced by another registered subcontractor pursuant to Section 4107 of the Public Contract Code. 3. Summary of Work A. Project Description. The work to be completed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required to construct the John D. Morgan Park Monitoring Wells Project as shown on the Drawings and detailed in the Specifications. The project scope includes, but is not limited to, the following: 1. Drilling two borings (up to 12 inches in diameter) to a maximum depth of approximately 400 feet 2. Retrieving soil cores for analysis (Rev. 05/04/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 1 of 27 Santa CaraVolleg Notice to Bidders REV 1 Water District 6 Page 2 of 5 , 3. Constructing up to five monitoring wells at various depths in the two borings 4. Constructing a temporary sound wall 5. Parking lot restriping and resurfacing following completion of drilling and well construction B. Sole Source Products. None. 4. Contract Time. Time limit for the completion of the work is 147 calendar days. A. Milestone #1 : Completion of well construction work and parking lot restriping and resurfacing work. B. Milestone #2 : Completion of all remaining Work. 5. Liquidated Damages. See Special Provisions Article 11.07 of the contract documents for requirements regarding Liquidated Damages. 6. Estimated Cost. The estimated cost of the Project is between $500,000 and $600,000. This estimate is intended to serve merely as an indication of the magnitude of the work. Neither the Bidder(s) nor the Contractor will be entitled to pursue a claim or be compensated due to variance in the stated estimated cost range. A. Additive/Deductive Bid Items. None. B. Supplemental Bid Items. None. 7. Contractor's License Requirement. The Bidder must possess a Class A Contractor's license or a C-57 Well Drilling Contractor's license when the Bid is submitted. All work within the contract must be performed by an appropriately licensed contractor/subcontractor. 8. Pre -Bid Conference and Site Showing. A pre -bid conference/site visit will be conducted by the District on Tuesday, November 1, 2016. The conference will convene at 10:30 a.m. at the John D. Morgan Park, Campbell, CA, in the parking lot off of Budd Avenue. The pre -bid conference will begin with a District presentation on the Small Business Outreach Program. Attendance by the Bidder at the pre -bid conference/site visit is optional. Attendance at the pre -bid by subcontractors is not required. Attendance by the Bidder at the pre -bid conference/site visit is: ❑ Mandatory ® Optional The objective of the site visit is to familiarize prospective Bidders with the site; no additional site visits will be allowed. Please confirm your intent to attend the pre -bid meeting and site visit 24 hours in advance by sending e-mail to (Rev. 03/09/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 2 of 27 Sankt QaraVolleg Notice to Bidders (REV 1) Water District Page 3 of 5 scvwdPlan room CED-vaIleywater.org and provide the name(s) of each person and their organization. Reasonable efforts will be made to accommodate persons with disabilities wishing to attend the pre -bid meeting/site visit. Please request accommodations when confirming attendance. 9. Availability of Bid Documents. Contract Documents, including Drawings and Specifications, are available in both paper and electronic (pdf) formats. Paper copies may be purchased for the nonrefundable price of $30. Provide FedEx account number or add $10 per set for packaging and postage. Electronic version is free, transferred via file transfer appliance (FTA) site. To order Contract Request Form and information available online. documents: Website: htti)://www.valleywater.org/Programs/Construction.asr)x Email: scvwdplanrooma-valleywater.org FAX: (408) 979-5631 Phone: (408) 630-3088 To pick up Contract Santa Clara Valley Water District documents in 5700 Almaden Expressway person: San Jose, CA 95118 Business Hours: 8 a.m. — 5 p.m. 10. Inquiries. The Bidder must submit all requests for clarification, or interpretation of the Bid Documents in accordance with the requirements stated in Article 3.04 of the Standard Provisions. Written questions must be directed to the project manager and submitted at least seven (7) calendar days before the deadline for receipt of Bids. The District may issue written Addenda as appropriate for clarification or other purposes during the bidding period. Addendum notification(s) will be sent to each planholder at the email address provided by the contractor for the planholders list and addenda will be posted on the District's website at www.valleywater.org/Programs/Construction.aspx. A. Project Manager. The District's project manager for this project is Karen Uyeda and can be reached via e-mail at kuyeda(a-)valleywater.org or at (408) 630-2037. B. Process Questions. For questions regarding the advertisement process, contact the District Plan Room at (408) 630-3088, or scvwdP [an room (a)valleywater.org. 11. Prevailing Wage Requirements. A. Workers employed on this Project must be paid at rates at least equal to the prevailing wage rates as determined by the State of California Department of Industrial Relations pursuant to §1770 of the Labor Code. Said wage rates are incorporated herein by reference and may be inspected upon request. The rates are also available on the State of California Department of Industrial Relations (Rev. 05/14/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 3 of 27 Santa ClaraVolleg Notice to Bidders REV 1 Water District Page 4 of 5 website at http://www.dir.ca.gov/. See Standard Provisions — Articles 6.04 through 6.06 for related requirements. B. This Project is subject to compliance monitoring and enforcement by the State of California Department of Industrial Relations. The Contractor and subcontractors must furnish the records specified in Section 1776 directly to the Labor Commissioner, in the following manner: monthly, in a format prescribed by the Labor Commissioner. 12. Bid Proposal Submittal. All Proposals must be submitted in sealed envelopes addressed to Construction Program of the Santa Clara Valley Water District, and state the Project name and Project number on the outside of the sealed envelope. Each Bid must be submitted on the prescribed Bid Forms. All information on Bid Forms must be completed in ink. A. Alternate Delivery for Bid Submittal. Bidders electing to submit a Proposal by FEDEX, UPS, DHL, CA Overnight, Golden State Overnight, etc., must address the submittal in accordance with instructions stated in Paragraph 12 above. Any Proposal received after 2 p.m. will be considered non -responsive. Address the outside delivery envelope as follows: Santa Clara Valley Water District Attention: Construction Program — BID 5905 Winfield Boulevard San Jose, CA 95123-2428 Note: USPS (US Mail) does not deliver to 5905 Winfield Boulevard. 13. Bid Opening. The Construction Program staff will open Proposals at the time and place stated in Paragraph 1 above. 14. Errors or Discrepancies in the Bids. The District Board of Directors reserves the right to reject any and all Bid Proposals and to waive minor defects or irregularities in any submitted Bid Form(s). 15. Bidders Security. Each Proposal must be accompanied by cash, a certified or cashier's check, or a Bidder's bond in the sum of not less than 10 percent of the total aggregate of the Proposal including all additive Bid items. Said checks or bonds must be made payable to the Santa Clara Valley Water District. 16. Contract Retention. ® The Contract Retention for this Project is established at five percent of the Contract Price. ❑ The Contract Retention for this Project is established at ten percent of the Contract Price. The Board of Directors has made a finding that the Project is substantially complex and therefore requires retention higher than five percent. (Rev. 05/14/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT C0620 - 07122016 4 of 27 Santo Clam Valleg Notice to Bidders (REV 1) Water District 6 Page 5 of 5 17. Substitution of Securities. The Contractor may, at the Contractor's request and expense substitute securities equivalent to the amount withheld by District to ensure the performance of the contract in accordance with §22300 of the Public Contract Code. 18. Small Business Preference. The District has elected to implement the small business preference provisions of Public Contract Code §2002(a)(1). For purposes of the District's program, a small or micro business is as defined in Government Code §14837. Please refer to the small business compliance requirements stated in the Small Business Instructions included with these Bid documents. 19. Equal Opportunity. The District is an equal opportunity employer and all contractors of District projects are to have and follow a policy of equal opportunity including adherence to all state and federal laws and regulations, including the Federal Equal Opportunity Clause. By order of the Board of Directors of the Santa Clara Valley Water District, San Jose, California, on October 25, 2016. ATTEST: MICHELE L. KING, CMC ORIGINAL SIGNED BY MICHELLE KING Clerk/Board of Directors (Rev. 05/14/16) C0620 - 07122016 JOHN D. MORGAN PARK MONITORING WELLS PROJECT 5 of 27 SPECIFICATIONS AND CONTRACT DOCUMENTS AND MAP AND CONSTRUCTION PLAN FOR THE CONSTRUCTION OF JOHN D. MORGAN PARK MONITORING WELLS PROJECT Project No. 91304001 Contract No. C0622 October 2016 Santa Clara Valley Water District TEAS PAGE INTENTIONALLY LEFT BLANK SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF JOHN D. MORGAN PARK MONITORING WELLS PROJECT PROJECT NO. 91304001 CONTRACT NO. C0622 SANTA CLARA VALLEY WATER DISTRICT i Approved By: 4v� �(ma� Karen Uyeda, P.E. Engineering Unit Manager Water Utility Capital Division Katherine Oven, P.E. Deputy Operating Officer Water Utility Capital Division Accepted By: Garth Hall, P.E. Deputy Operating Officer Water Supply Division 10-20-2016 Date 10-20-2016 Date 10-20-2016 Date October 2016 DISTRICT BOARD OF DIRECTORS John L. Varela, Vice Chair District 1 Nai Hsueh District 5 Barbara Keegan, Chair District 2 Tony Estremera District 6 Richard P. Santos District 3 Gary Kremen District 7 Linda J. LeZotte District 4 THIS PAGE INTENTIONALLY LEFT BLANK SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF JOHN D. MORGAN PARK MONITORING WELLS PROJECT PROJECT NO. 91304001 CONTRACT NO. C0622 SANTA CLARA VALLEY WATER DISTRICT SPECIAL PROVISIONS PREPARED BY: 4V4--1 4VA� Karen Uyeda, P.E. Engineering Unit Manager Water Utility Capital Division TECHNICAL PROVISIONS PREPARED BY: SECTIONS 22, 35, AND 36 gotep� Doug Lee, P.E. Associate Civil Engineer Water Utility Capital Division SECTIONS 23 — 34, 37, AND 38 Thomas Mohr, PG HG Senior Water Resources Specialist Water Supply Division 10-20-2016 Date 10-20-2016 Date 10-20-2016 Date THOMAS K.G. MOHR CERTIFIED HYDROGEOIOGIST No. 98 r 4j''�/" �OF C- �cx'i S13376.docx THIS PACE INTENTIONALLY LEFT BLANK TABLE OF CONTENTS STANDARD PROVISIONS Page SECTION1. DEFINITIONS.....................................................................................................1-1 SECTION 2. CONTRACT DOCUMENTS....................................................................2-1 2.01. Contract Documents and Precedence....................................................2-1 2.02. State Specifications and Plans...............................................................2-2 2.03. Clarification of Contract..........................................................................2-2 2.04. Requests for Information........................................................................2-3 2.05. Examination of Drawings, Specifications, and Site of Work ...................2-4 SECTION 3. SCOPE OF WORK.................................................................................3-1 3.01. Work to be Done.....................................................................................3-1 3.02. Engineer.................................................................................................3-1 3.03. Contractor Staffing..................................................................................3-1 3.04. Character of Workers..............................................................................3-3 3.05. Layout of Work and Surveys...................................................................3-3 3.05.01 Responsibility of District..........................................................................3-3 3.05.02. Responsibility of Contractor....................................................................3-3 3.06. Changes in the Work..............................................................................3-4 3.06.01. Potential Change Orders and Change Orders........................................3-4 3.06.02. Change Order Request...........................................................................3-5 3.06.03. Directed Change Orders.........................................................................3-6 3.06.04. Allowable Quantity Variations.................................................................3-7 3.07. Change in Contract Price(s)...................................................................3-9 3.07.01. General...................................................................................................3-9 3.07.02. Cost of Extra Work................................................................................3-11 3.07.03. Time -and -Materials Work.....................................................................3-16 3.07.04. Special Services...................................................................................3-17 3.07.05. Compensation for Time Extensions......................................................3-17 3.08. Change in Contract Time(s)..................................................................3-18 3.08.01. General.................................................................................................3-18 3.08.02. Inclement Weather................................................................................3-19 3.09. Differing Conditions..............................................................................3-20 3.10. Cost Reduction Incentive......................................................................3-21 3.11. Disputes................................................................................................3-21 3.11.01. Protest..................................................................................................3-22 3.11.02. Notice of Potential Claims.....................................................................3-22 3.12. Claims...................................................................................................3-23 3.12.01. Claims Less Than Fifty Thousand Dollars............................................3-24 3.12.02. Claims from Fifty Thousand Dollars to Three Hundred and Seventy Five Thousand Dollars..................................................................................3-25 3.12.03. Informal Conferences...........................................................................3-25 3.12.04. Civil Actions..........................................................................................3-25 3.13. Dispute Review Board..........................................................................3-26 S0020 (07-01-16) i Page 3.13.01. General.................................................................................................3-26 3.13.02. DRB Qualifications................................................................................3-27 3.13.03. Establishment of the DRB.....................................................................3-29 3.13.04. DRB Meetings.......................................................................................3-30 3.13.05. Dispute Resolution................................................................................3-30 3.14 Escrow Bid Documents.........................................................................3-36 3.14.01. Introduction...........................................................................................3-36 3.14.02. Purpose................................................................................................3-37 3.14.03. Format and Contents............................................................................3-37 3.14.04. Submittal...............................................................................................3-37 3.14.05. Storage.................................................................................................3-38 3.14.06. Examination..........................................................................................3-39 3.14.07. Final Deposition....................................................................................3-39 3.15. Partnering.............................................................................................3-39 3.15.01. Partnering Relationship........................................................................3-39 3.15.02. Professionally Facilitated Project Partnering........................................3-40 SECTION 4. LEGAL REGULATIONS AND RESPONSIBILITY..................................4-1 4.01. Laws to be Observed...............................................................................4-1 4.02. Equal Opportunity Requirements............................................................4-1 4.03. Employment of Labor..............................................................................4-1 4.04. Prevailing Wages....................................................................................4-2 4.05. Hours of Labor........................................................................................4-4 4.06. Apprentices.............................................................................................4-4 4.07. Permits and Licenses.............................................................................4-5 4.08. Patents and Copyrights..........................................................................4-5 4.09. Interference With Fire Hydrants, Highways, and Fences .......................4-5 4.10. Preservation of Property.........................................................................4-5 4.11. Contractor's Responsibility for the Work.................................................4-6 4.12. Indemnification........................................................................................ 4-6 4.13. Contractor's Insurance............................................................................4-7 4.13.01. General...................................................................................................4-7 4.13.02. Insurance on Work and Material.............................................................4-7 4.14. Payment of Taxes...................................................................................4-7 4.15. Cooperation With Others........................................................................4-7 4.16. Property Rights in Material.....................................................................4-8 4.17. Rights in Land and Improvements..........................................................4-8 4.18. Title to Material Found on the Work........................................................4-8 4.19. Trespass................................................................................................. 4-9 4.20. Subcontracting............................................................................•---........4-9 4.21. Assignment of Antitrust Claims...............................................................4-9 4.22. Termination of Control............................................................................4-9 4.23. Termination of Contract........................................................................4-10 4.24. Contractor's Cost Data.........................................................................4-10 4.25. Coordination With Utilities.....................................................................4-10 4.26. Asbestos -Related Work........................................................................ 4-11 S0020 (07-01-16) li Page SECTION 5. PROSECUTION AND PROGRESS OF WORK .....................................5-1 5.01. Assignment.............................................................................................5-1 5.02. Notice to Proceed...................................................................................5-1 5.03. Commencement of Work........................................................................5-1 5.04. Professional Scheduler...........................................................................5-1 5.05. Progress Schedules................................................................................5-2 5.05.01. Preliminary Progress Schedule..............................................................5-2 5.05.02. Baseline Progress Schedule...................................................................5-2 5.05.03. Revised Baseline Schedules..................................................................5-5 5.05.04. Updates to the Detailed Progress Schedules.........................................5-5 5.05.05 Time Impact Analysis..............................................................................5-6 5.05.06. "Three -Week -Look -Ahead" Schedules...................................................5-7 5.05.07. Payment..................................................................................................5-7 5.06. Temporary Suspension of Work.............................................................5-7 5.07. Liquidated Damages...............................................................................5-8 SECTION 6. MEASUREMENT AND PAYMENT.........................................................6-1 6.01. Schedule of Values.................................................................................6-1 6.01.01. Preparation.............................................................................................6-1 6.01.02. Submittal.................................................................................................6-1 6.01.03. Revision..................................................................................................6-1 6.02. Application for Payment..........................................................................6-2 6.02.01. Preparation.............................................................................................6-2 6.02.02. Submittal of Application for Payment......................................................6-3 6.02.03. Review of Application for Payment.........................................................6-4 6.02.04. Payment..................................................................................................6-5 6.02.05. Withholding from Payments....................................................................6-7 6.03. Final Payment.........................................................................................6-8 SECTION 7. SUBMITTAL MANAGEMENT.................................................................7-1 7.01. Submittal Requirements.........................................................................7-1 7.02. Master Submittal List..............................................................................7-1 7.03. Timing of Submittals...............................................................................7-2 7.04. Submittal Format....................................................................................7-2 7.05. Submittals to be Furnished by the Contractor........................................7-4 7.06. Submittal Review Procedures.................................................................7-7 7.07. Substitutions.........................................................................................7-10 7.08. "Or Equal' Items...................................................................................7-11 7.09. Sole/Single Source...............................................................................7-12 SECTION 8. SAFETY AND SECURITY MANAGEMENT...........................................8-1 8.01. Public Safety...........................................................................................8-1 8.02. Accident Prevention................................................................................8-1 8.03. Explosives and Stream Pollution............................................................8-2 8.04. Fires........................................................................................................8-2 8.05. Excavation Safety Plans.........................................................................8-2 S0020 (07-01-16) iii Page 8.06. Tunnel Construction Safety....................................................................8-3 8.07. Confined Space Program.......................................................................8-3 8.08. Temporary Facilities...............................................................................8-4 8.09. Injury and Illness Prevention Program....................................................8-5 8.10. Safety and Health Program for Hazardous Waste Operations...............8-6 8.11. Site Safety and Health Supervisor..........................................................8-6 8.12. Site -Specific Safety and Health Plan......................................................8-7 8.13. Safety and Health Plan Implementation................:................................8-9 8.14. Submittals...............................................................................................8-9 8.15. Security Requirements at Job Site.......................................................8-11 8.16. General.................................................................................................8-11 8.17. Identification and Badging....................................................................8-12 8.18. Background Checks..............................................................................8-13 8.19. Site Access Control..............................................................................8-13 8.20. Mail and Postal Deliveries to the Project Site.......................................8-14 8.21. Productivity Lost for Noncompliance With Security Measures .............8-14 8.22. Payment................................................................................................8-14 SECTION 9. QUALITY MANAGEMENT......................................................................9-1 9.01. General Quality Requirements...............................................................9-1 9.02. District Quality and Environmental Policy Training.................................9-1 9.03. Contractor's Quality Control Program.....................................................9-1 9.04. Quality Coordination Meetings................................................................9-4 9.05. Documented Quality Control Records .................................................... 9-6 9.06. Inspection and Daily Reports..................................................................9-6 9.06.01. Inspection..............................................................................................9-6 9.06.02. Daily Inspection Reports.........................................................................9-8 9.07. Plant Inspection......................................................................................9-9 9.08. Sampling of Material.............................................................................9-10 9.09. Testing...........................................................................................•......9-10 9.10. District Quality Assurance.....................................................................9-12 9.10.01 Testing by the District...........................................................................9-12 9.10.02 Defective Work..................................................................................... 9-12 9.11. Plumbing and Piping Quality.................................................................9-13 9.12. Control of Materials and Equipment.....................................................9-13 9.12.01. Source of Material and Equipment.......................................................9-13 9.12.02. Product Data and Samples...................................................................9-14 9.12.03. Transportation and Delivery ..................................................................9-14 9.12.04. Storage and Protection of Material.......................................................9-15 9.12.05. Maintenance and Protection of Installed or Stored Equipment.............9-16 9.13. District Furnished Material....................................................................9-17 9.14. Final Inspection of Work.......................................................................9-17 SECTION 10. ENVIRONMENTAL...............................................................................10-1 10.01. Good Neighbor Requirements..............................................................10-1 10.02. Storm Water Pollution Prevention Plan................................................10-1 10.02.01. Storm Water BMPs...............................................................................10-2 10.02.02. Regulatory Fines...................................................................................10-3 S0020 (07-01-16) iv Page 10.03. Water Pollution Discharges and Remedies..........................................10-3 10.04. Water Quality........................................................................................10-3 10.05. Burial Sites............................................................................................10-4 10.06. Cultural Resources (Archeological Discovery).....................................10-4 10.07. Noise Pollution and Vibration................................................................10-5 10.08. Air Pollution ............................. .............................................................. 10-6 10.09. Spillage and Dust Control.....................................................................10-6 10.10. Traffic Control.......................................................................................10-8 10.11. Regulated Material Management..........................................................10-9 10.11.01. Storage of Regulated Material..............................................................10-9 10.11.02. Regulated Material Discharges or Releases......................................10-10 10.11.03. Hazardous Waste...............................................................................10-11 10.12. Non -regulated Materials.....................................................................10-12 10.12.01. Disposal at Other than State -Permitted Landfills................................10-12 10.13. Imported Earthfill Material...................................................................10-13 10.14. Migratory Birds...................................................................................10-13 10.14.01. Scope of Work....................................................................................10-14 10.14.02. Migratory Bird Surveys.......................................................................10-15 10.14.03. Migratory Bird Monitoring....................................................................10-15 10.14.04. Protective Buffer Zones......................................................................10-16 10.14.05. Exclusion Devices...............................................................................10-17 10.14.06. Nest Prevention..................................................................................10-17 10.14.07. Submittals...........................................................................................10-18 10.15. Other Wildlife and Fish Species..........................................................10-19 10.16. Sensitive Plants and Vegetation.........................................................10-19 10.17. Proper Pruning Techniques for Woody Vegetation Removal .............10-19 SPECIAL PROVISIONS SECTION 11. WORK AND SCHEDULE OF WORK...................................................11-1 11.01. Summary of Work.................................................................................11-1 11.02. Drawings...............................................................................................11-1 11.03. Site Maintenance and Clean-Up...........................................................11-1 11.04. Time Allowance for Completion of Work...............................................11-2 11.05. Excusable Inclement Weather Delays..................................................11-2 11.06. Schedule of Work.................................................................................11-2 11.06.01. Preliminary Schedule of Work..............................................................11-3 11.06.02. Detailed Schedule of Work...................................................................11-3 11.06.03. Payment................................................................................................11-6 11.07. Liquidated Damages.............................................................................11-6 11.08. Submittals and Withholding of Partial Payment....................................11-6 11.09. Fines.....................................................................................................11-7 11.10. Bonus (NOT USED)..............................................................................11-7 SECTION 12. GENERAL REQUIREMENTS...............................................................12-1 12.01. Abbreviations and Acronyms (NOT USED)..........................................12-1 12.02. Definition of Key Terms (NOT USED)..................................................12-1 12.03. Site Investigation..................................................................................12-1 S0020 (07-01-16) v Page 12.04. District -Furnished Reports....................................................................12-1 12.04.01. Geotechnical Reports...........................................................................12-1 12.04.02. Environmental Report (NOT USED).....................................................12-1 12.04.03. Hazardous Materials Investigation Report (NOT USED)......................12-1 12.04.04. Archeological Findings Report (NOT USED)........................................12-1 12.04.05. As -Built Drawings (NOT USED)...........................................................12-1 12.05. Contractor's Engineering and Design...................................................12-1 12.05.01. Seismic Design Criteria........................................................................12-1 12.05.02. Wind Design Criteria.............................................................................12-2 12.05.03. Hydraulic Design Criteria (NOT USED)................................................12-2 12.05.04. Truck Loading (NOT USED).................................................................12-2 SECTION 13. SPECIAL REQUIREMENTS.................................................................13-1 13.01. Engineer...............................................................................................13-1 13.02. Project Signs.........................................................................................13-1 13.02.01. Payment................................................................................................13-2 13.03. Office Facilities (NOT USED)...............................................................13-2 13.03.01. Engineer's Office..................................................................................13-2 13.03.02. Contractor's Office................................................................................13-2 13.03.03. Removal and Disposal..........................................................................13-2 13.03.04. Payment................................................................................................13-2 13.04. Use of District Facilities (NOT USED)..................................................13-2 13.05. Temporary Utilities................................................................................13-2 13.05.01. Payment................................................................................................13-3 13.06. Staging Area.........................................................................................13-3 13.06.01. Payment................................................................................................13-4 13.07. District Furnished Materials and Equipment.........................................13-4 13.07.01. Assignment of Contract for District -Procured Materials (NOT USED)..13-4 13.08. Salvaged Materials and Equipment (NOT USED)................................13-4 13.09. Tools and Spare Parts (NOT USED)....................................................13-4 13.10. Operation and Maintenance Documents (NOT USED) ........................13-4 13.11. Maintenance of Record Documents.....................................................13-5 13.11.01. Record Drawings (Marked -Up Drawings).............................................13-5 13.12. Emergency Work (NOT USED)............................................................13-6 13.13. Dispute Review Board (NOT USED)....................................................13-6 13.14. Escrow Bid Documents (NOT USED)...................................................13-6 13.15. Partnering (NOT USED)..................................................................... 13-6 13.16. Insurance..............................................................................................13-6 13.16.01. Required Coverages.............................................................................13-7 13.16.02. General Requirements..........................................................................13-8 13.17. Web -Based Construction Document Management............................13-10 13.17.01. Summary ............................................................................................13-10 13.17.02. Computer and Connectivity Requirements.........................................13-11 13.17.03. Contractor Responsibility....................................................................13-12 13.17.04. Training...............................................................................................13-13 13.17.05. EADOC Utilization..............................................................................13-13 S0020 (07-01-16) vl SECTION 14. 14.01. 14.01.01. 14.01.02. 14.01.03. 14.02. 14.03. 14.03.01. 14.03.02. 14.04. 14.05. SECTION 15 15.01. 15.02. 15.02.01. 15.02.02. 15.02.03. 15.03. 15.03.01. 15.04. 15.04.01. 15.04.02. 15.05. 15.05.01. 15.05.02. 15.05.03. 15.06. 15.07. 15.08. 15.09. SECTION 16 16.01. 16.01.01 16.02. 16.03. 16.03.01 16.03.02 16.03.03 16.03.04 16.03.05 16.03.06 16.04. Page GENERAL COORDINATION................................................................14-1 Meeting Requirements..........................................................................14-1 Preconstruction Meeting.......................................................................14-1 Progress Meetings...........................................................................•....14-1 Coordination and Special Meetings......................................................14-2 Integration and Coordination With District Operations (NOT USED) .... 14-2 Coordination of Work Activities.............................................................14-2 Workby Others.....................................................................................14-2 Coordination With Others.....................................................................14-2 Construction Survey (NOT USED).......................................................14-2 Public Notification.................................................................................14-2 WORK CONSTRAINTS AND SITE RESTRICTIONS ..........................15-1 General Work Constraints....................................................................15-1 Utilities..................................................................................................15-1 Utility Coordination................................................................................15-2 Protection of Existing Utilities...............................................................15-2 Utility Installation/Relocation by Others (NOT USED) ..........................15-3 Protection of Existing Improvements....................................................15-3 Survey Monuments...............................................................................15-3 Pre -Construction Surveys.....................................................................15-3 Pre -Construction Survey Within the Project Limits...............................15-3 Surveys of Properties in the Vicinity of the Work (NOT USED) ............ 15-4 Rightsof Way.......................................................................................15-4 District -Furnished Right of Way............................................................15-4 Contractor -Furnished Right of Way......................................................15-4 Temporary Construction Easement (TCE's) (NOT USED)...................15-4 Access to Properties Owned by Others................................................15-5 Access to Job Site................................................................................15-5 Access Roads Within Job Site..............................................................15-5 District Use of Facilities/Premises Within the Work Area .....................15-6 SAFETY AND SECURITY....................................................................16-1 Safety........................................................................................ Temporary Facilities.................................................................. Safety and Health Program (NOT USED) ................................. Security Requirements at Job Site ............................................ General...................................................................................... Identification and Badging (NOT USED) ................................... BackgroundChecks................................................................... Site Access Control (NOT USED) ............................................. Mail and Postal Deliveries to the Project Site (NOT USED)...... Productivity Lost for Non -Compliance with Security Measures. Payment..................................................................................... S0020 (07-01-16) vii Page SECTION 17. PERMITS AND REGULATIONS..........................................................17-1 17.01. 17.01.01 17.01.02 17.01.03 17.02. 17.03. 17.03.01 17.03.02 17.04. 17.05. 17.06. 17.07. 17.07.01 17.08. 17.09. 17.10. 17.11. 17.12. 17.13. SECTION 18 18.01. 18.01.01. 18.01.02. 18.01.03. 18.01.04. 18.01.05. 18.01.06. 18.01.07. 18.02. 18.03. 18.03.01 18.03.02. 18.04. 18.05. 18.05.01. 18.05.02. 18.06. 18.06.01. 18.06.02. 18.06.03. 18.07. 18.07.01. 18.07.02. 18.07.03. 18.07.04. 18.07.05. Permits and Agreements......................................................................17-1 District Obtained Permits......................................................................17-1 Contractor Obtained Permits................................................................17-1 Operation Regulations (NOT USED)....................................................17-1 Hoursof Work.......................................................................................17-1 Noise Pollution and Vibration................................................................17-2 Noise....................................................................................................17-2 Vibration Monitoring (NOT USED)........................................................17-2 AirPollution...........................................................................................17-2 Spillageand Dust..................................................................................17-2 TrafficControl.......................................................................................17-2 Truck Traffic and Hauling......................................................................17-2 Truck Arriving Early, Truck Idling and Queuing....................................17-3 Parking.................................................................................................17-3 Discovery of. Archeological Artifacts and Human Remains...................17-3 Aesthetic Requirements (NOT USED)..................................................17-3 Recreation (NOT USED)......................................................................17-3 Utilities and Service System (NOT USED)...........................................17-3 Payment................................................................................................17-3 ENVIRONMENTAL...............................................................................18-1 Compliance with NPDES General Permit.............................................18-1 SWPPP(NOT USED)...........................................................................18-1 Storm Water BMPs (NOT USED).........................................................18-1 Risk Level 1 Requirements (NOT USED).............................................18-1 Risk Level 2 Requirements (NOT USED).............................................18-1 Risk Level 3 Requirements (NOT USED).............................................18-1 Regulatory Fines (NOT USED).............................................................18-1 Payment (NOT USED)..........................................................................18-1 Other Discharge Permits (NOT USED)................................................18-1 BMPAction Plan...................................................................................18-1 StormWater BMP.................................................................................18-2 Payment................................................................................................18-2 Water Pollution Nuisance.....................................................................18-2 Regulated Material Management..........................................................18-3 AsbestosManagement.........................................................................18-3 Lead Management (NOT USED)..........................................................18-3 Solid Materials Management................................................................18-3 Definitions.............................................................................................18-3 Construction and Demolition Waste Management...............................18-4 Post -Consumer Recycled Content Requirements (NOT USED) .......... 18-5 MigratoryBirds......................................................................................18-5 Regulatory Requirements.....................................................................18-5 Scopeof Work......................................................................................18-5 Contractor Biologist (NOT USED)........................................................18-6 General Nesting Seasons.....................................................................18-6 Migratory Bird Surveys.........................................................................18-6 S0020 (07-01-16) viii Page 18.07.06. Protective Buffer Zones........................................................................18-6 18.07.07. Installation and Maintenance of Exclusion Devices..............................18-7 18.07.08. Vegetation Management for Nest Prevention (NOT USED).................18-8 18.07.09. Monitoring..........................................................................•..................18-8 18.07.10. Submittals (NOT USED).......................................................................18-8 18.07.11. Payment................................................................................................18-8 18.08. Other Wildlife and Fish Species (NOT USED)......................................18-8 18.09. Environmental Awareness Training......................................................18-8 18.10. Payment................................................................................................18-8 SECTION 19. QUALITY ASSURANCE REQUIREMENTS.........................................19-1 19.01. Submittal Procedures...........................................................................19-1 19.01.01. General Requirements..........................................................................19-1 19.01.02. Shop Drawings, Product Data, and Samples.......................................19-2 19.02. Quality Control......................................................................................19-3 19.02.01. Materials, Product, Equipment, and Workmanship...............................19-3 19.02.02. Inspection.............................................................................................19-4 19.02.03. Sampling of Materials...........................................................................19-4 19.02.04. Testing Services (NOT USED).............................................................19-4 19.02.05. Testing by District.................................................................................19-4 19.02.06. Plumbing and Piping Quality.................................................................19-5 19.02.07. Right of Rejection.................................................................................19-5 19.02.08. Contractor's Quality Assurance/Quality Control Requirements ............ 19-5 19.03. Product Requirements..........................................................................19-5 19.03.01. General Product Requirements............................................................19-5 19.03.02. Transportation and Delivery ..................................................................19-6 19.03.03. Storage and Protection.........................................................................19-6 SECTION 20. PAYMENT PROCEDURES..................................................................20-1 20.01. Schedule of Bid Items...........................................................................20-1 20.01.01. General Requirements..........................................................................20-1 20.01.02. Description of Bid Items........................................................................20-1 20.02. Progress Payments and Schedule of Values.......................................20-5 20.02.01. Preparation...........................................................................................20-6 20.02.02. Submittals.............................................................................................20-7 20.02.03. Preliminary Schedule of Values............................................................20-7 20.03. Cost Summaries...................................................................................20-7 20.04. Partial Payment —Inclusion of Materials On-Site..................................20-7 20.05. Applications for Payment......................................................................20-8 20.05.01. General.................................................................................................20-8 20.05.02. Substantiating Data..............................................................................20-9 20.05.03. Submittals.............................................................................................20-9 SECTION 21. CONTRACT CLOSEOUT.....................................................................21-1 21.01. Project Completion and Acceptance.....................................................21-1 21.01.01. Use Before Acceptance........................................................................21-1 S0020 (07-01-16) ix Page 21.01.02. Contractor's Responsibility to Manage Incomplete and DeficientWork......................................................................................21-1 21.01.03. Milestone Completion Preliminary Final Inspection..............................21-2 21.01.04. Milestone Completion Final Inspection.................................................21-3 21.01.05. Project Completion.........................................................................•.....21-3 21.01.06. Acceptance of Work..............................................................................21-4 21.02. Guaranty and Guaranty Bond...............................................................21-4 21.02.01. Guaranty............................................................... :............................... 21-4 21.02.02. Guaranty Bond......................................................................................21-5 21.03. Training.................................................................................................21-9 21.04. Testing and Facility Startup..................................................................21-9 21.05. Submission of Closeout Items..............................................................21-9 21.05.01. Record Drawings and Specifications....................................................21-9 21.05.02. Closeout Documents............................................................................21-9 21.05.03. Keys (NOT USED)..............................................................................21-10 21.06. Final Cleaning.....................................................................................21-10 21.06.01. Schedule for Final Cleaning................................................................21-10 21.06.02. Structures (NOT USED).....................................................................21-10 21.06.03. Streets, Roadways, Concrete Slabs, Sidewalks, and PavedAreas.......................................................................................21-10 21.06.04. Storm Drainage Facilities....................................................................21-10 21.06.05. Unpaved Areas...................................................................................21-10 TECHNICAL PROVISIONS SECTION 22 MOBILIZATION....................................................................................22-1 SECTION 23 SAMPLING AND RECORDS................................................................23-1 SECTION 24 SONIC BOREHOLE DRILLING............................................................24-1 SECTION 25 DIRECT OR REVERSE ROTARY BOREHOLE DRILLING .................25-1 SECTION 26 BOREHOLE GEOPHYSICAL TESTING..............................................26-1 SECTION 27 WELL CASING.....................................................................................27-1 SECTION 28 WELL SCREEN....................................................................................28-1 SECTION 29 ARTIFICIAL FILTER PACK..................................................................29-1 SECTION 30 ANNULAR SEALING............................................................................30-1 SECTION 31 PLUMBNESS AND ALIGNMENT.........................................................31-1 SECTION 32 WELL DEVELOPMENT........................................................................32-1 SECTION 33 WELLHEAD COMPLETION.................................................................33-1 SECTION 34 BOREHOLE AND WELL DESTRUCTION (NOT USED) .....................34-1 SECTION 35 PAVING AND SURFACING.................................................................35-1 SECTION 36 SOUND CONTROL..............................................................................36-1 SECTION 37 DISPOSAL OF DRILLING FLUIDS AND CUTTINGS ..........................37-1 SECTION 38 DISCHARGE WATER..........................................................................38-1 APPENDIX A Agreement Payment Bond Performance Bond Instructions for Completing SBE Utilization Report Sample Small/Micro Business Enterprises (SBE) Utilization Report Escrow Agreement for Security Deposit in Lieu of Retention S0020 (07-01-16) X Page APPENDIX B Map and Construction Plan for the Construction of John D. Morgan Park Monitoring Wells Project APPENDIX C Guidelines for Contractor's As -Built Mark Ups APPENDIX D Solid Materials Management Report APPENDIX E Migratory Bird Permit Memorandum S0020 (07-01-16) A THIS PAGE INTENTIONALLY LEFT BLANK STANDARD PROVISIONS STANDARD PROVISIONS SECTION 1. DEFINITIONS Whenever in these Specifications and other Contract documents the following abbreviations and terms or pronouns in place of them are used, the intent and meaning shall be interpreted as follows: ABBREVIATIONS ' AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AISI American Iron and Steel Institute AIEE American Institute of Electrical Engineers AISC American Institute of Steel Construction ' ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWG American Wire Gage ` AWPA American Wood -Preservers' Association AWS American Welding Society ` AWWA American Water Works Association BAAQMD Bay Area Air Quality Management District CAEPA California Environmental Protection Agency CCR California Code of Regulations CFR Code of Federal Regulations CIH Certified Industrial Hygienist CWA Federal Clean Water Act DHS California Department of Health Services HSC California Health and Safety Code IEEE Institute of Electrical and Electronics Engineers MSDS Material Safety Data Sheet NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NPDES National Pollution Discharge Elimination System RWQCB California Regional Water Quality Control Board SAE Society of Automotive Engineers SWRCB California State Water Resources Control Board UBC Uniform Building Code UL Underwriters Laboratories USEPA United States Environmental Protection Agency WCLB West Coast Lumber Inspection Bureau WWPA Western Wood Products Association S0020 (08-14-15) 1-1 Definitions Section 1 Acceptance: The formal written acceptance by the District of a contract which has been completed in all respects in accordance with the Drawings and Specifications and any modifications thereof previously approved. Addendum: A change in the Specifications or Drawings issued prior to the opening of Proposals. Approved, Directed, Ordered, or Required: Whenever these words or their derivatives are used, it is the intent, unless otherwise clearly stated, that approval or direction by the Engineer is indicated. Article: A numbered portion of a title section of the Specifications. Bid: See Proposal, Article 3.03 Bidder. Any individual, firm, partnership, corporation, or combination thereof, submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. Board, Board of Directors: The Board of Directors of the District. Certified Hazardous Materials Testing Laboratory: A laboratory certified by the California Department of Health Services to perform specific chemical and physical analysis for hazardous materials. Certified Industrial Hygienist: A professional who is certified by the American Board of Industrial Hygienists as trained to evaluate safety and health hazards and determine safety measures necessary for personnel working under hazardous conditions. Claim: A separate demand by the Contractor for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of Contractor pursuant to the Contract and payment of which is not otherwise expressly provided for or the Contractor is not otherwise entitled to, or (C) an amount of payment which is disputed by the District. Code: The terms Government Code, Labor Code, etc. refer to codes of the State of California. Construction Equipment Equipment used for the performance of work but not incorporated into the project. Contract The written agreement between Contractor and District including the Notice to Bidders, Proposals, Drawings, Specifications, Contract Bonds, Contract change orders, and Addenda. Contract Prices: The prices for the work set forth in a contract. Contractor. The entity or person entering a contract with the District. Controlling Item of Work: Any feature or combination of features of the work considered at the time by the Engineer, which if delayed, will delay the time of completion of a contract. Days: Calendar days, unless otherwise designated. S0020 (08-14-15) 1-2 Definitions Section 1 Designated Engineer: A Deputy Operating Officer of the District as identified in Article 13.01 of the Special Provisions. District The Santa Clara Valley Water District. Drawings: The official drawings, working drawings, detail drawings, and supplemental drawings, or reproductions thereof, which show the location, character, dimensions, and details of the work to be done, and which are to be considered as part of a contract. Engineer.' The Designated Engineer, acting either directly, or through a properly designated representative, assumes all duties and responsibilities, and has all rights and authority, in accordance with the Contract Documents. Equipment. Equipment incorporated or to be incorporated into the project. Fixed Costs: Any necessary labor, material, and equipment costs directly expended on the item or items under consideration which remain constant regardless of the quantity of work done. Hazardous Material: (A) Any substance, product, waste or other material of any nature whatsoever which is or becomes listed, regulated, or addressed pursuant to any federal, state or local statute, law, ordinance, resolution, code, rule, regulation, order or decree regulating, relating to, or imposing liability (including, but not limited to response, removal, and remediation costs) or standards of conduct or performance concerning any hazardous, toxic, explosive, corrosive, flammable, infectious, radioactive, carcinogenic, mutagenic or as otherwise dangerous waste, substance or material; (B) any substance, product, waste, or other material of any nature whatsoever whose presence in and of itself may give rise to liability under any of the above statutes or under any statutory or common law theory based on negligence, trespass, intentional tort, nuisance, strict or absolute liability or under any reported decisions of a state or federal court; (C) any substance without limitation, which contains petroleum or crude oil, including but not limited to, petroleum and petroleum products. Hazardous Waste: Any substance or material, as defined in the California Hazardous Waste Control Act, Health and Safety Code Section 25, or the Resource Conservation and Recovery Act, 42 U.S.C. 6901 et seq. Liquidated Damages: The amount stated in the Specifications, as provided in Government Code Section 53069.85, to be paid to the District or to be deducted from any payments due or to become due the Contractor for each day's delay in completing the whole or any specified portion of the work beyond the time allowed in the Specifications. Materials: Materials incorporated or to be incorporated into the project. Milestone: A specified portion of the work identified in the Contract as a Milestone. Milestone Completion: The date determined by the District when the Milestone is complete. Milestone Completion does not constitute Acceptance but does establish the completion date of S0020 (08-14-15) 1-2 Definitions Section 1 the Milestone for the purpose of assessment of Liquidated Damages, if any, associated with the Milestone. Personnel Protection: Equipment and procedures which minimize human exposure to regulated materials, hazardous materials, hazardous wastes, or unsafe situations. Plans, Construction Plans: The Drawings. Project: The erection, construction, alteration, repair, or improvement to be accomplished under the Contract. Project Completion: Project Completion is the stage at which the whole Work is complete per the Contract documents, and the Engineer has performed the final inspection and issued a Project Completion letter. Reasonable Accuracy. Within the tolerances as shown on the Drawings or indicated in the Specifications. Regulated Material: Any substance or combination of substances for which federal, state, or local regulations require special management, storage, disposal, or handling practices. This shall include, but not be limited to, materials defined as: Hazardous Materials and Waste; Designated Wastes (CCR, Title 23, Section 23-2522); and Special Waste (CCR, Title 22, Section 22-66195). Remediation: Restoration of the contaminated soil, groundwater, or other materials to its pre -contaminated level or to a level acceptable to the District and local, state, and federal agencies. Responsible Bidder. Pursuant to California Public Contract Code Section 1103 "Responsible bidder," as used in this part, means a bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity, and experience to satisfactorily perform the public works contract." Subcontractor. An entity or person contracting with the Contractor or another subcontractor to perform any portion of work. Specifications: The directions, provisions, and requirements contained in the Standard Provisions, Special Provisions, and Technical Provisions. Ton: 2,000 pounds avoirdupois. Work: That which is constructed or done pursuant to the requirements of the Contract to accomplish the Project including, but not limited to, providing labor, materials, equipment, and information documentation. S0020 (08-14-15) 1-2 SECTION 2. INTERPRETATION OF CONTRACT 2.01. Precedence of Contract A. In resolving conflicting requirements between the Contract Documents order of precedence shall be as follows: 1. Change orders 2. Agreement 3. Addenda 4. Special Provisions 5. Technical Provisions 6. Drawings 7. Standard Provisions 8. State Specifications B. With reference to the Drawings: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 2.02. Clarification of Contract A. All corrections of readily apparent errors or omissions in the Contract may be made by the Engineer when such corrections are necessary for the proper fulfillment of their intention as construed by the Engineer. The misplacement, addition, or omission of any word, letter, figure, or punctuation mark which has no substantive legal effect will in no way change the due spirit, intent, or meaning of these Specifications. B. Any part of the work not shown on the Drawings or described in these Specifications but which is reasonably or ordinarily implied by either, shall be furnished and installed by the Contractor as if fully described in these Specifications and shown upon the Drawings. C. Should it appear that the work to be done or any of the matters relative thereto is not sufficiently detailed or explained in the Specifications or on the Drawings, or if the Contractor discovers during the course of the work any discrepancies between the Contract Drawings and conditions in the field, or any errors or omissions in the Contract or in the layout given by stakes, points, or instructions, the bidder or Contractor shall apply in writing to the Engineer for such further explanations as may be necessary and shall conform to them as part of the Contract. In the event of any doubt or questions arising respecting the true meaning of the Contract, reference shall be made in writing to the Engineer, whose decision thereon shall be final. Any work done after such discovery until authorized by the Engineer, will be done at the Contractor's risk. 2.03. State Specifications and Plans A. Unless otherwise stated, State Specifications and Plans referred to in these Specifications shall be the latest edition of the State of California Department of S0020 (08-14-15) 2-1 Interpretation of Contract Section 2 Transportation Standard Specifications and Standard Plans. When specifically stated to follow the State Specifications and Plans for an item, the work set forth in these Contract documents shall be accomplished in accordance with the appropriate provisions and details of the State Standard Specifications and Standard Plans. Said Specifications and Plans are herein referred to as the State Specifications and Plans and are by reference made a part of these Specifications the same as though set out in full, as to the provisions requiring compliance. In the event of conflict between the State Standard Specifications or the State Standard Plans and the Standard, Special, or Technical Provisions of these Specifications or the Drawings, these Specifications and Drawings shall apply. S0020 (08-14-15) 2-2 SECTION 3. PROPOSAL REQUIREMENTS AND CONDITIONS 3.01. Approximate Estimate A. The quantities given in the Notice to Bidders, Proposal, and Contract forms are approximate only, being given as a basis for the comparison of Proposals, and the District does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit portions of the work, as may be deemed necessary or advisable by the Engineer. 3.02. Examination of Drawings, Specifications, and Site of Work A. The bidder shall examine carefully the site of the work contemplated and the Proposal, Drawings, Specifications, and Contract forms therefor. The submission of a Proposal will be conclusive evidence that the bidder has investigated and is fully aware of the conditions and difficulties to be encountered, of the character, quality, and quantities of work to be performed and materials to be furnished, and of the requirements of the Proposal, Drawings, Specifications, and other Contract documents. B. Where investigation of subsurface conditions has been made by the District in respect to foundation, characterization of soils, groundwater, or other design, bidders may inspect the records of the District as to such investigation, including examination of samples and drill cores, if any. When logs of test boring showing a record of the data obtained by the District's investigation of subsurface conditions are made available, said logs represent only the opinion of the District as to the character of material encountered by it in its test borings and are made available only for the convenience of bidders. C. Note that the District investigation of subsurface conditions is made for the purpose of design. The District assumes no responsibility whatever in respect to the sufficiency of test borings, or accuracy of the log of test borings, or other preliminary investigations, or of the interpretation thereof. There is no guarantee expressed or implied that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unforeseen developments may not occur. D. Making such information available to bidders is not to be construed in any way as a waiver of the provisions of Article 3.02, and bidders must satisfy themselves through their own investigations, analysis, and interpretations as to conditions to be encountered. E. No information derived from such inspection of records or preliminary investigations made by the District, or from the Engineer, or from assistants, or from the maps, Specifications, profiles, or Drawings will in any way relieve the Contractor from any risk or from properly fulfilling all the terms of the Contract. Records of such preliminary investigations as may have been made by the District may be inspected at the office of the District, 5750 Almaden Expressway, S0020 (08-14-15) 3-1 Proposal Requirements and Conditions Section 3 San Jose, California 95118, or at such other locations as may be stated in the Notice to Bidders. 3.03. Proposal Form A. The Proposal Form, when filled out by the Bidder and executed, shall be submitted as the Bidder's Proposal. All Proposals shall show the prices proposed in figures in the spaces provided, and shall be signed by the Bidder. The Bidder shall fill out all blanks in the Proposal Form as therein required. B. Payment for the various items listed in the Proposal Form shall constitute full compensation for furnishing all plant, labor, equipment, appliances, and materials, and performing all operations required to complete all work in conformity with the Drawings and Specifications. All costs for work not specifically mentioned in the Proposal Form shall be included in the Contract prices for the items listed. C. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item unit price bid on the basis of the estimated quantity for the item. D. In case of discrepancy between the item unit price and the total price set forth for the item, the item unit price shall prevail; provided, however, that if the amount set forth as an item unit price is ambiguous, unintelligible, or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: As to lump sum items, the amount set forth in the "Total" column shall be the item price. 2. As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item unit price. 3.04. Queries on Bidding A. Questions regarding the Specifications or Drawings or any other portion of the Contract, or any addendum thereto shall be directed to the Designated Engineer of the Santa Clara Valley Water District, 5750 Almaden Expressway, San Jose, California 95118, in writing. No interpretation of the meaning of the Specifications, Drawings, or other prebid documents will be made to any bidder orally. Any written queries received later than 10 days before the bid due date may not be answered. 3.05. Rejection of Proposals A. Proposals may be rejected if they show any alterations of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any S0020 (08-14-15) 3-2 Proposal Requirements and Conditions Section 3 kind. Proposals in which the prices, in the opinion of the District, are unbalanced, may be rejected. B. When proposals are signed by an agent, other than the officer or officers of a corporation authorized to sign contracts on its behalf, or a member of a partnership, a written authorization or Power of Attorney should be on file with the District prior to opening proposals or submitted with the Proposal; otherwise, the Proposal may be rejected as irregular and unauthorized. C. "(a) A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." "(b) Notice of the requirement described in subdivision (a) shall be included in all bid invitations and public works contracts, and a bid shall not be accepted nor any contract or subcontract entered into without proof of the contractor or subcontractor's current registration to perform public work pursuant to Section 1725.5." "(c) An inadvertent error in listing a subcontractor who is not registered pursuant to Section 1725.5 in a bid proposal shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive, provided that any of the following apply: (1) The subcontractor is registered prior to the bid opening. (2) Within 24 hours after the bid opening, the subcontractor is registered and has paid the penalty registration fee specified in subparagraph (E) of paragraph (2) of subdivision (a) of Section 1725.5. (3) The subcontractor is replaced by another registered subcontractor pursuant to Section 4107 of the Public Contract Code." 3.06. Proposal Guarantee A. All proposals shall be presented under sealed cover and accompanied by one of the following forms of bidder's security; cash, a cashier's check, certified check, or a bidder's bond executed by an admitted surety, made payable to the District. The security shall be in an amount equal to at least 10 percent of the total Contract price in the Proposal. A proposal will not be considered unless one such form of bidder's security is_ enclosed with it. S0020 (08-14-15) 3-3 Proposal Requirements and Conditions Section 3 B. A bidder's bond will not be accepted unless it substantially conforms to the bond form included with the Proposal form and is properly filled out and executed. If desired, the bond form included therein, properly filled out as directed, may be executed and used as the bidder's bond. Blanks conforming to this form may be obtained from the District. 3.07. Withdrawal of Proposals A. Any proposal may be withdrawn at any time prior to the time fixed in the Notice to Bidders for the opening of proposals only by written request for the withdrawal of the Proposal filed with the Clerk of the Board of Directors. The request shall be executed by the bidder or duly authorized representative. The withdrawal of a proposal does not prejudice the right of the bidder to file a new proposal. 3.08. Joint Proposals A. If two or more bidders desire to bid jointly on a project, they shall file an affidavit of joint venture with the District in the form approved by the District, and such affidavit of joint venture will be valid only for the specified project for which it is filed. If such affidavit of joint venture is not filed as aforesaid and approved by the District prior to the time for opening proposals on the specific project for which it is submitted, a joint proposal submitted by the same bidders may be disregarded. 3.09. Disqualification of Bidders A. Submittal of more than one proposal form from an individual, firm, partnership, corporation, or a combination thereof under the same or different names, will not be considered. If there is reason for believing that collusion exists among the bidders, none of the participants in such collusion will be considered for award of this Contract. 3.10. Addendum A. Addenda may be issued prior to opening of proposals and shall be deemed a part of the original Specifications and Drawings. All such additions or changes shall be considered by the bidder in preparation of the Proposal. Addendum notification(s) will be sent to each planholder at the e-mail address provided by the Contractor for the planholders' list and addenda will be posted on the District's website at www.valleywater.org/Programs/Construction.aspx. 3.11. Guaranty A. The Contractor may be required to furnish a written guaranty covering certain items of material and equipment for varying periods of time from the date of acceptance of the Contract. The material and equipment to be guaranteed, the form of guaranty, and the time limit of the guaranty will be specified in the Special Provisions. Said guaranty shall be signed and delivered to the Engineer before final payment will be made. Upon completion of the Contract, the amounts of the S0020 (08-14-15) 3-4 osal Requirements and Conditions Section 3 Contract bonds required in Article 4.03 may be reduced to conform to the total amount of the Contract bid prices for the items to be guaranteed and this amount shall continue in full force and effect for the duration of the guaranty period. B. Guarantee periods shall commence on the date equipment or material is placed into service at the direction of the District. In the event such items are not placed into service prior to partial or final acceptance of the project, the guarantee period will commence on the date of such acceptance. 3.12. Bid Protest A. Any Bid protest relating to the form or content of the Bid documents must be submitted in writing to the Designated Engineer identified in Article 13.01 of the Special Provisions. The protest must be received before 5 p.m. three (3) business days in advance of the Bid opening. Any Bidder who fails to submit a protest before the Bid opening deadline will be deemed to have waived any protest to the form or content of the Bid documents. B. Any Bid protest unrelated to Article 3.12.A. must be submitted in writing to the Designated Engineer. The protest must be received before 5 p.m. on the third business day following Bid opening. C. The protest document must contain a complete statement of the basis for the protest. The protest must refer to the specific portion(s) of the Bid documents that form the basis for the protest. The protest must include the name, address, and telephone number of the person representing the protesting party. D. The Designated Engineer's final decision on a protest will be issued in writing no later than ten (10) calendar days following receipt of the protest. S0020 (08-14-15) 3-5 SECTION 4. AWARD OF CONTRACT 4.01. Award of Contract A. The District reserves the right to reject or waive irregularities, in any and all proposals, or in the bidding procedures. B. The Contract, if awarded, will be to a responsible bidder, submitting the lowest responsive bid. The award, if made, will be within 45 days after the opening of the proposals. If the lowest responsible bidder refuses or fails to execute the Contract, the award may be made to the second lowest responsible bidder. The award, if made, will be within 75 days after the opening of the proposals. If the second lowest responsible bidder refuses or fails to execute the Contract, the Contract may be awarded to the third lowest responsible bidder. The award, if made, will be made within 105 days after the opening of the proposals. The periods of time specified above within which the award of Contract may be made shall be subject to extension for such further period as may be agreed upon in writing between the District and the bidder concerned. 4.02. Return of Bidder Security A. No later than 60 days after the award of the Contract to the responsible bidder submitting the lowest responsive bid, the security of the unsuccessful bidder(s) will be returned, except for bidder's bonds and any guarantees which have been forfeited. 4.03. Contract Bonds A. The Contractor shall furnish in the forms attached hereto, a performance bond and a payment bond executed by both the Contractor and the sureties, each equal to 100 percent of the contract sum. B. Should any surety or sureties be deemed unsatisfactory at any time by the District, notice will be given the Contractor to that effect, who shall forthwith substitute a new surety or sureties satisfactory to the District. No further payment shall be deemed due or will be made under this Contract until the new sureties shall qualify and be accepted by the District. 4.04. Execution of Contract A. The Contract Agreement must be signed by the responsible bidder submitting the lowest responsive bid and returned, together with the Contract bonds and insurance documents, within ten (10) days, of District's Notice of Contract Award letter, not including Sundays and legal holidays. B. Formation of a Contract between the parties requires accomplishment of the following: (1) execution of the Agreement by Contractor; (2) submission by Contractor, and acceptance by District of the required Contract Bonds, and insurance coverages and documents; and (3) execution of the Agreement by S0020 (08-14-15)) 4-1 Award of Contract District. No Contract is formed until these three elements have been accomplished to the satisfaction of the District. 4.05. Failure to Execute Contract Section 4 A. Failure to execute the Agreement after Contract award and to file acceptable bonds and insurance documents as provided herein, within ten (10) days, not including Sundays and legal holidays, shall be just cause for the District's annulment of the award and forfeiture of the bidder's security. S0020 (08-14-15) 4-2 SECTION 5. SCOPE OF WORK 5.01. Work to Be Done A. The work to be done consists of furnishing all labor, methods or processes, implements, tools, machinery, construction equipment, materials of any kind, and installed manufactured equipment, except as otherwise specified herein, to be furnished by the District or from sources provided by the District, which are required to construct in a good and worker -like manner all the work herein specified. 5.02. Final Cleanup A. Before final inspection the Contractor shall clean the premises, and unless otherwise specified, remove all rubbish, excess materials, falsework, temporary structures, and equipment. All parts of the work shall be left in a neat and presentable condition to the satisfaction of the Engineer. 5.03. Change in Work A. The District may, at any time or from time to time, order additions, deletions, or revisions in the work; these will be authorized by a written order issued by the Engineer and/or by a change order. Upon receipt of any such document, the Contractor shall promptly proceed with the work involved which will be performed under the applicable conditions of the Contract. B. Changes in the Contract price shall be determined in accordance with Article 5.04. Changes in the Contract time shall be determined in accordance with Article 5.05. C. If the District and the Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract price or an extension or shortening of the Contract time that would be required as a result of a written order, a claim may be made therefor as provided in Articles 5.08 or 5.09. D. The Contractor shall not be entitled to an increase in the Contract price nor an extension of the Contract time with respect to any work performed that is not required by the Contract, except in the case of an emergency, and except in the case of uncovering work as provided in Article 9.07. E. The District and the Contractor shall execute appropriate change orders covering: Changes in the work which are ordered by the District pursuant to paragraph A above; 2. Changes in the Contract price and/or Contract time which are agreed to by the parties; or 3. Any other changes agreed to by the parties. S0020 (08-14-15) 5-1 Scope of Work Section 5 5.03.01. Allowable Quantity Variations A. General: Increases or decreases in the quantity of a Contract item of work will be determined by comparing the actual pay quantity of an item of work with the approximate quantity in the listing of the bid items contained in the Proposal. If the actual pay quantity of an item of work varies from the approximate quantity by 25 percent or less, payment will be made for the actual quantity of work performed at the Contract unit price listed in the Proposal. 2. If the actual pay quantity of an item of work varies from the approximate quantity by more than 25 percent, in the absence of an executed Contract Change Order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Article 5.03.01.A.1, or Article 5.03.01.A.2. a. Increases of More Than 25 Percent: If the actual pay quantity of an item of work exceeds the approximate quantity by more than 25 percent, the amount of work in excess of 125 percent of the approximate quantity will be paid for by adjusting the Contract unit price. Such adjustment of the Contract unit price will be the positive or negative difference between the Contract unit price and the actual unit cost of the total pay quantity of the item. At the sole option of the Engineer, the actual unit cost of the work involved in such excess will be determined in accordance with Article 5.04.01.C.2 (by mutual acceptance of a lump sum amount) or Article 5.04.01.C.3 (cost of work, based on time and materials). (1) If the cost of an item of work includes fixed costs, the fixed costs will be deemed to have been recovered by the Contractor by the payments made for 125 percent of the approximate quantity at the Contract unit price for the item and in computing the actual unit cost, the fixed costs will be excluded. (2) When the compensation payable for the quantity of work performed in excess of 125 percent of the approximate quantity is less than $5,000 at the Contract unit price, no adjustment in the Contract unit price will be made unless requested in writing by the Contractor within 14 days from the date the Contractor became aware, or should have reasonably become aware, of the increase in quantity. b. Decreases of More Than 25 Percent: If the actual pay quantity of an item of work is less than 75 percent of the approximate quantity, an adjustment in compensation will not be made unless the Contractor makes a request in writing within 14 days from the date the Contractor became aware, or should have reasonably become aware, of the decrease in quantity. If the Contractor makes a request, the actual pay quantity of said item of work S0020 (08-14-15) 5-2 Scope of Work Section 5 performed will be paid for by adjusting the Contract unit price. Such adjustment of the Contract unit price will be the positive or negative difference between the Contract unit price and the actual unit cost of the total pay quantity of the item, including fixed costs. At the sole option of the Engineer, payment for the actual quantity of work will be made in accordance with Article 5.04.01.C.2 (by mutual acceptance of a lump sum amount) or Article 5.04.01.C.3 (cost of work based on time and materials). (1) Payment for the actual pay quantity of such item of work will in no case exceed the payment which would have been made for the performance of 75 percent of the approximate quantity of such item at the Contract unit price. B. Eliminated Items: If any Contract item of the work is eliminated in its entirety, payment will be made to the Contractor for the actual cost incurred in connection with the eliminated Contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for an eliminated Contract item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, payment for such material will be made at the actual cost to the Contractor. In such case, the material shall become the property of the District. If the materials can be returned to the vendor and if the Engineer so directs, the material shall be returned and the Contractor will be paid for the actual cost for returning the material. 2. The actual costs to be paid by the District to the Contractor in accordance with this Article will be computed in accordance with Article 5.04.02. C. Supplemental Contract Items: Items noted as "Supplemental" in the Proposal may be deleted entirely or in part at the sole discretion of the District. The provisions of Articles 5.03.01.A.1., 5.03.01.A.2, and 5.03.01.13 shall not apply to "Supplemental Contract Items." 5.04. Change in Contract Price 5.04.01. General A. The Contract price constitutes the total compensation payable to the Contractor for performing the work. All duties, responsibilities, and obligations assigned to or undertaken by the Contractor to perform the work shall be at the Contractor's expense without change in the Contract price. B. The Contract price may only be changed by a change order. Any request for an increase in the Contract price shall be based on written notice delivered by the Contractor to the Engineer promptly, but in no event later than 10 days after the date of the occurrence of the event giving rise to the request and stating the general nature of the request. Notice of the amount of the request with S0020 (08-14-15) 5-3 Scope of Work Section 5 supporting data shall be delivered within 45 days after the date of the occurrence, unless the Engineer allows an additional period of time to ascertain more accurate data in support of the request, and shall be accompanied by the Contractor's written statement that the amount requested covers all amounts (direct, indirect, and consequential) to which the Contractor is entitled as a result of the occurrence of the event. No request for an adjustment in the Contract price will be valid if not submitted in accordance with this Article.. C. The value of any work covered by a change order or of any request for an increase or decrease in the Contract price shall be determined in one of the. following ways: Where the work involved is covered by unit prices contained in the Contract documents, by application of unit prices to the quantities of the items involved; or 2. By mutual acceptance of a lump sum, which may include an allowance for overhead and profit not necessarily in accordance with Article 5.04.04; or 3. On the basis of the cost of work (determined as provided in Articles 5.04.02. and 5.04.03.) plus a Contractor's fee for overhead and profit (determined as provided in Article 5.04.04.). 5.04.02. Cost of Work (Based on Time and Materials) A. General: The term "cost of work" means the sum of all costs necessarily incurred and paid by the Contractor for labor, materials, and equipment in the proper performance of work. Except as otherwise may be agreed to in writing by the District, such costs shall be in amounts no higher than those prevailing in the locality of the project. B. Labor: The cost of labor used in performing work by the Contractor, a subcontractor, or other forces, will be the sum of the following: The actual wages paid plus any employer payments to or on behalf of workers for fringe benefits, including health and welfare, pension, vacation, and similar purposes. The cost of labor may include the wages paid to foremen when it is determined by the Engineer that the services of foremen do not constitute a part of the overhead allowance. 2. There will be added to the actual wages as defined above, a percentage set forth in the latest "Labor Surcharge and Equipment Rental Rates" in use by the California State Department of Transportation which is in effect on the date upon which the work is accomplished. This percentage shall constitute full compensation for all payments imposed by State and Federal laws including, but not limited to, workers' compensation insurance and Social Security payments. 3. The amount paid for subsistence and travel required by collective bargaining agreements. S0020 (08-14-15) 5-4 Scope of Work Section 5 4. For equipment operators, payment for the actual cost of labor and subsistence or travel allowance will be made at the rates paid by the Contractor to other workers operating similar equipment already on the work, or in the absence of such labor, established by collective bargaining agreements for the type of workers and location of the extra work, whether or not the operator is actually covered by such an agreement. A labor surcharge will be added to the cost of labor described herein in accordance with the provisions of subsection 2 of Article 5.04.02.13 herein, which surcharge shall constitute full compensation for payments imposed by State and Federal laws, and all other payments made to on behalf of workers other than actual wages. C. Materials: The cost of materials used in performing work will be the cost to the purchaser, whether Contractor or subcontractor, from the supplier thereof, except as the following are applicable: 1. Trade discounts available to the purchaser shall be credited to the District notwithstanding the fact that such discounts may not have been taken by the Contractor. 2. For materials secured by other than a direct purchase and direct billing to the purchaser, the cost shall be deemed to be the price paid to the actual supplier as determined by the Engineer. Markup, except for actual costs incurred in the handling of such materials, will not be allowed. 3. Payment for materials from sources owned wholly or in part by the purchaser shall not exceed the price paid by the purchaser for similar materials from said sources on extra work items or the current wholesale price for such materials delivered to the work site, whichever price is lower. 4. If, in the opinion of the Engineer, the cost of material is excessive, or the Contractor does not furnish satisfactory evidence of the cost of such material, then the cost shall be deemed to be the lowest current wholesale price for the quantity concerned delivered to the work site, less trade discount. The District reserves the right to furnish materials for the extra work and no claim shall be made by the Contractor for costs and profit on such materials. D. Equipment: The Contractor will be paid for the use of equipment at the rental rate listed for such equipment specified in the current edition of the Department of Transportation publication entitled, "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the work is accomplished. Such rental rates will be used to compute payments for equipment whether the equipment is under the Contractor's control through direct ownership, leasing, renting, or another method of acquisition. The rental rate to be applied for use of each item of equipment shall be the rate resulting in the least total cost to the District for the total period of use. If it is deemed necessary by the Contractor to use equipment not listed in the foregoing publication, an equitable rental rate for the equipment will be established by the Engineer. The Contractor may furnish cost data which might assist the Engineer in the establishment of the rental rate. S0020 (08-14-15) 5-5 Scope of Work Section 5 The rental rates paid, as above provided, shall include the cost of fuel, oil, lubrication supplies, small tools, necessary attachments, repairs and maintenance of all kinds, depreciation, storage, insurance, and all incidentals. Operators of equipment will be separately paid for as provided in subsection 4 of Article 5.04.02.B. 2. All equipment shall be in good working condition and suitable for the purpose for which the equipment is to be used. 3. Before construction equipment is used on the extra work, the Contractor shall plainly stencil or stamp an identifying number thereon at a conspicuous location, and shall furnish to the Engineer, in duplicate, a description of the equipment and its identifying number. 4. Unless otherwise specified, manufacturer's ratings and manufacturer -approved modifications shall be used to classify equipment for the determination of applicable rental rates. Equipment which has no direct power unit shall be powered by a unit of at least the minimum rating recommended by the manufacturer. 5. Individual pieces of equipment or tools having a replacement value of $500 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefor. E. Owner -Operated Equipment: When owner -operated equipment is used to perform work and is to be paid for as extra work, the Contractor will be paid for the equipment and operator as follows: 1. Payment for the equipment will be made in accordance with the provisions in Article 5.04.02.D. "Equipment." 2. Payment for the cost of labor and subsistence or travel allowance will be made at the rates paid by the Contractor to other workers operating similar equipment already on the project, or, in the absence of such other workers, at the rates for such labor established by collective bargaining agreement for type of worker and location of the work, whether or not the owner -operator is actually covered by such an agreement. A labor surcharge will be added to the cost of labor described herein, in accordance with the provisions in subsection 2 of Article 5.04.02(B), "Labor." 3. To the direct cost of equipment rental and labor, computed as provided herein, will be added the markup for equipment rental and labor as provided in Article 5.04.04, "Contractor's Fee." F. Equipment Time: The rental time to be paid for equipment on the work shall be the time the equipment is in productive operation on the work being performed and shall include the time required to move the equipment to the new location and return it to the original location or to another location requiring no more time than that required to return it to its original location; except, that moving time will not be paid if the equipment is used on other than the extra work. Loading and S0020 (08-14-15) 5-6 Scope of Work Section 5 transporting costs will be allowed, in lieu of moving time, when the equipment is moved by means other than its own power. No payment will be made for loading and transporting costs when the equipment is used at the site of the extra work on other than the extra work. The following shall be used in computing the rental time of equipment on the work: 1. When hourly rates are listed, any part of an hour less than 30 minutes of operation shall be considered to be'/2-hour of operation, and any part of an hour in excess of 30 minutes will be considered 1-hour of operation. 2. When daily rates are listed, operation for any part of a day less than 4 hours shall be considered to be Y2-day of operation. 3. Rental time will not be allowed while equipment is inoperative due to breakdowns or Contractor caused delays. G. Cost of Work Documentation: The Contractor shall furnish the Engineer Daily Extra Work Reports on a daily basis covering the direct costs of labor and materials and charges for equipment whether furnished by the Contractor, subcontractor, or other forces. The District will provide the Extra Daily Work Report forms to the Contractor. The Contractor or an authorized agent shall sign each Daily Extra Work Report. The Daily Extra Work Report shall provide names and classifications of workers and hours worked; size, type, and identification number of equipment; and the hours operated. Copies of certified payrolls and statement of fringe benefit shall substantiate labor charges. Valid copies of vendor's invoices shall substantiate material charges. 1. The Engineer will make any necessary adjustments. When these reports are agreed upon and signed by both parties, they shall become the basis of payment for the work performed, but shall not preclude subsequent adjustment based on a later audit. 2. The Contractor shall inform the Engineer when extra work will begin so that the District inspector can concur with the Daily Extra Work Reports. Failure to conform to these requirements may impact the Contractor's ability to receive proper compensation. 5.04.03. Special Services A. Special services are defined as that work characterized by extraordinary complexity, sophistication, or innovations, or a combination of the foregoing attributes which are unique to the construction industry. The following may be considered by the Engineer in making estimates for payment for special services: When the Engineer and the Contractor, by agreement, determine that a special service is required which cannot be performed by the forces of the Contractor or those of any of its subcontractors, the special service may be performed by an entity especially skilled in the work to be performed. After validation of invoices and determination of market values by the Engineer, invoices for special services based upon the current fair market S0020 (08-14-15) 5-7 Scope of Work Section 5 value thereof may be accepted without complete itemization of labor, material, and equipment rental costs. 2. When the Contractor is required to perform work necessitating special fabrication or machining process in a fabrication or a machine shop facility away from the jobsite, the charges for that portion of the work performed at the offsite facility may, by agreement, be accepted as a special service and accordingly, the invoices for the work may be accepted without detailed itemization. 3. All invoices for special services will be adjusted by deducting all trade discounts offered or available, whether the discounts were taken or not. In lieu of the allowances for overhead and profit on labor, materials, and equipment specified in Article 5.04.04. Herein, a single allowance of ten (10) percent will be added to invoices for special services. 5.04.04. Contractor's Fee A. Work ordered on the basis of time and materials will be paid for at the actual and necessary cost as determined by the Engineer, plus allowances for overhead and profit which allowances shall constitute the "Contractor's Fee," except as provided in subparagraph B of this Article. For extra work involving a combination of increases and decreases in the work, the actual necessary cost will be the arithmetic sum of the additive and deductive costs. The allowance for overhead and profit shall include compensation for superintendence, bond and insurance premiums, taxes, all field and home office expenses, and all other items of expense or cost not included in the cost of labor, materials, or equipment provided for under Articles 5.04.02.B, C, D, and E, herein. The allowance for overhead and profit will be made in accordance with the following schedule: Actual Necessary Cost Overhead and Profit Allowance Labor.............................................................. 33 percent Materials........................................................ 15 percent Equipment...................................................... 15 percent B. Labor, materials, and equipment may be furnished by the Contractor or by the subcontractor on behalf of the Contractor. When all or any part of the extra work is performed by a subcontractor, the allowance specified in subparagraph A of Article 5.04.04 shall only be applied to the labor, materials, and equipment costs of the subcontractors to which the Contractor may add 5 percent of the subcontractor's total cost for the extra work. Regardless of the number of hierarchal tiers of subcontractors, the 5 percent increase above the subcontractor's total cost, which includes the allowances for overhead and profit specified herein, may be applied one time only for each separate work transaction. 5.04.05. Compensation for Time Extensions A. Adjustments in compensation for time extension will be allowed only for causes in Article 5.05.01.13.1 through Article 5.05.01.13.4 computed in accordance with S0020 (08-14-15) 5-8 Scope of Work Section 5 Article 5.04 and the following. No adjustments in compensation will be allowed when District -caused delays to a controlling item of work and Contractor -caused delays to a controlling item of work occur concurrently or for causes in Article 5.05.01.13.5 through Article 5.05.01.13.6. B. Compensation for idle time of equipment will be determined in accordance with the provisions in Article 5.04.02.E and Section 8-1.09 of the State Specifications. 5.05. Change of Contract Time 5.05.01. General A. The Contract time may only be changed by a change order. Any request for an extension of the Contract time shall be based on written notice delivered by the Contractor to the Engineer promptly, but in no event later than 10 days after the date of the occurrence of the event giving rise to the request and stating the general nature of the request. Notice of the extent of the request with supporting data shall be delivered within 45 days after the date of such occurrence, unless the Engineer allows an additional period of time to ascertain more accurate data in support of the request, and shall be accompanied by the Contractor's written statement that the adjustment requested is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. No request for an adjustment in the Contract time will be valid if not submitted in accordance with the requirements of this Article. The Contract time will only be extended when a delay occurs which impacts a controlling item of work as shown on the work schedules required in the Special Provisions. Time extensions will be allowed only if the cause is beyond the control and without the fault or negligence of the Contractor. Time extensions will also be allowed when District -caused delays to a controlling item of work and Contractor -caused delays to a controlling item of work occur concurrently. The Contractor will be notified if the Engineer determines that a time extension is not justified. B. The Contract time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor if a request is made therefor as provided in this Article. An extension of Contract time will only be granted for days on which the Contractor is prevented from proceeding with at least 75 percent of the normal labor and equipment force actually engaged on the said work, by said occurrences or conditions resulting immediately therefrom which impact a controlling item of work as determined by the Engineer. Such delays shall include: Changes. 2. Failure of the District to furnish access, right of way, completed facilities of related projects, Drawings, materials, equipment, or services for which the District is responsible. 3. Survey error by the District. S0020 (08-14-15) 5-9 Scope of Work Section 5 4. Suspension of work pursuant to Articles 7.05(A) and 7.05(C). 5. Occurrences of a severe and unusual nature including, but not restricted to, acts of God, fires, and excusable inclement weather. An "act of God" means an earthquake, flood, cloudburst, cyclone, or other cataclysmic phenomena of nature beyond the power of the Contractor to foresee or to make preparation in defense against, but does not include ordinary inclement weather. Excusable inclement weather is any weather condition, the duration of which varies in excess of the average conditions expected, which is unusual for the particular time and place where the work is to be performed, or which could not have been reasonably anticipated by the Contractor, as determined from U.S. Weather Bureau records for the proceeding 3-year period or as provided for in the Special Provisions. 6. Act of the public enemy, act of another governmental entity, public utility, epidemic, quarantine restriction, freight embargo, strike, or labor dispute. A delay to a subcontractor or supplier due to the above circumstances will be taken into consideration for extensions to the time of completion. 5.05.02. Extensions of Time for Delay Due to Excusable Inclement Weather A. The Contract time will be extended for as many days in excess of the average number of days of excusable inclement weather, as defined in Article 5.05.01.6.5., as the Contractor is specifically required under the Special Provisions to suspend construction operations, or as many days as the Contractor is prevented by excusable inclement weather, or'conditions resulting immediately therefrom, from proceeding with at least 75 percent of the normal labor and equipment force engaged on critical items of work as shown on the schedule. B. Should the Contractor prepare to begin work at the regular starting time at the beginning of any regular work shift on any day on which excusable inclement weather, or the conditions resulting from the weather prevents work from beginning at the usual starting time and the crew is dismissed as a result thereof, the Contractor will be entitled to a 1-day extension whether or not conditions change thereafter during said day and the major portion of the day could be considered to be suitable for such construction operations. C. The Contractor shall base the construction schedule upon the inclusion of the number of days of excusable inclement weather specified in the Article titled "Excusable Inclement Weather Delays," of the Special Provisions. No extension of the Contract time due to excusable inclement weather will be considered until after the said aggregate total number of days of excusable inclement weather has been reached; however, no reduction in Contract time would be made if said number of days of excusable inclement weather is not reached. S0020 (08-14-15) 5-10 Scope of Work Section 5 5.06. Changed Site Conditions A. If any work involves digging trenches or other excavations below the surface, the Contractor shall promptly and before the following conditions are disturbed, notify the District in writing of any: Material that the Contractor believes may be a regulated material that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 2. Subsurface or latent physical conditions at the site differing from those indicated in this Contract. 3. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. B. The District will promptly investigate the condition and if it finds that the conditions do materially so differ, or do involve regulated material, and cause a decrease or increase in the Contractor's cost of, or the time required for, performance of any part of the work, the District will issue a change order under the procedures described in this Contract. For regulated materials, the District reserves the right to use other forces for exploratory work to identify and determine the extent of such material and for removing regulated material from such areas. C. In the event that a dispute arises between the District and the Contractor on whether the conditions materially differ or on the Contractor's cost of, or time required for, performance of any part of the work, the Contractor shall not be excused from any scheduled completion date provided for by this Contract but shall proceed with all work to be performed under the Contract. The Contractor shall retain any and all rights provided either by this Contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 5.07. Cost Reduction Incentive A. The Contractor may submit to the Engineer, in writing, proposals for modifying the Drawings, Specifications, or other requirements of the Contract for the sole purpose of reducing the total cost of construction as provided for in Section 5-1.14 of the State Specifications, wherein the words "State" and "Department" shall mean District. 5.08. Disputes A. It is the intention of this Article that disputes between parties arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that the matters may be resolved, if possible, or other appropriate action promptly taken. Disputes are divided into four categories: notice, protest, potential claim, and claim. During the course of the project and up to receiving the proposed final estimate, the Contractor must submit a S0020 (08-14-15) 5-11 Scope of Work Section 5 contract dispute in the form of a written notice, protest, or a potential claim to the Engineer. B. Dispute Resolution Review Board process, if required, shall be in accordance with Article 5.10 of these Specifications. 5.08.01. Protest A. If the Contractor considers any work demanded to be outside of the requirements of the Contract, or considers any records or ruling or act or omission of the Engineers to be unfair, the Contractor shall immediately, upon such work being demanded, or such record or ruling being made, ask in writing for written instructions or decisions, whereupon the Contractor shall proceed without delay to perform the work or to conform to the record or ruling and, within 15 days after date of receipt of the written instructions or decisions, shall file a written protest with the Engineer stating clearly in detail the basis of the protest. Except for such protests as are made of record in the manner herein specified and within the time limit stated, the records, rulings, instructions, decisions, and acts or omissions of the Engineer shall be final and conclusive. Instructions and decisions of the Engineer contained in letters transmitting Drawings to the Contractor shall be considered as written instructions and decisions subject to protest as herein provided. 5.08.02. Notice of Potential Claims A. Contractor is not entitled to additional compensation for any cause unless Contractor submits to the District a written Notice of Potential Claim as hereinafter specified. B. The written Notice of Potential Claim must set forth the reasons for which Contractor believes additional compensation and/or time will or may be due, the nature of the costs and/or time involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been submitted to District before Contractor performs the work giving rise to the potential claim for additional compensation and/or time, if based on an act or failure to act by District, or in all other cases within fourteen (14) days after the happening of the event, thing or occurrence giving rise to the potential claim. C. Notice of Potential Claim shall be certified in accordance with Article 5.09. D. Compliance with the foregoing shall not be a prerequisite to any claim that is based on differences in measurement or errors of computations as to Contract quantities. 5.09. Claims A. Claims by the Contractor must be submitted to the Engineer on or before the date of final payment. Claims shall be in writing, shall specify the basis for each claim, shall refer to the applicable provision or provisions of the Contract, and shall show the method of computation and the actual amount claimed. The claim shall include documents necessary to substantiate the claim and to establish S0020 (08-14-15) 5-12 Scope of Work Section 5 liability, causation, and damages. All other factual data, including documentation of actual costs pertaining to that claim, shall be submitted. Each issue contained in a claim must include documentation including background, chronology; Contractor's position, supporting documentation of merit, supporting documentation of damages, schedules (if appropriate) and productivity exhibits (if appropriate). B. Claims must be certified using the following language: I, , BEING THE (MUST BE AN OFFICER) OF (CONTRACTOR), DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA, AND DO PERSONALLY CERTIFY AND ATTEST THAT: I HAVE THOROUGHLY REVIEWED THE ATTACHED CLAIM FOR ADDITIONAL COMPENSATION AND/OR EXTENSION OF TIME, AND KNOW ITS CONTENTS, AND SAID CLAIM IS TRUTHFUL AND ACCURATE; THAT THE AMOUNT REQUESTED ACCURATELY REFLECTS THE CONTRACT ADJUSTMENT FOR WHICH THE DISTRICT IS LIABLE; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA PENAL CODE SECTION 72 AND CALIFORNIA GOVERNMENT CODE SECTION 12650, ET SEQ, PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND THAT SUBMISSION OR CERTIFICATION OF A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT AND/OR OTHER SEVERE LEGAL CONSEQUENCES. C. The District, or their authorized representatives, shall have access, upon reasonable notice, during normal business hours, to Contractor and subcontractors' books, documents and accounting records, including but not limited to, bid worksheets, bids, subcontractor bids and proposals, estimates, cost accounting data, accounting records, payroll records, time sheets, canceled checks, profit and loss statements, balance sheets, project correspondence including but not limited to all correspondence between Contractor and its sureties and subcontractors/vendors, project files, scheduling information, and other records of the Contractor and all subcontractors directly or indirectly pertinent to the work of the Project; original as well as changed and claimed extra work, to verify and evaluate the accuracy of cost and pricing data submitted with any Claim for which additional compensation has been requested or notice of potential Claims has been tendered. Such access shall include the right to examine and audit such records, and make excerpts, transcriptions, and photocopies at District's cost. D. The parties agree that in the event Contractor or any subcontractor fails to comply with this Article, the claim will not be considered by the District. Contractor agrees to impose upon its subcontractors by appropriate subcontract provision, the obligations of this Article of the Standard Provisions. E. No claim shall be considered where there has been a failure to comply with the requirements relative to Protest and Notice of Potential Claims as written elsewhere in these Specifications. The presentation of a claim shall be an express condition precedent to the Contractor's recourse to: (A) informal conference; (B) nonbinding mediation, and (C) judicial arbitration to resolve S0020 (08-14-15) 5-13 Scope of Work Section 5 disputes on construction claims of $375,000 or less, or court action upon the Contract for claim in excess of $375,000 in compliance with Section 20104 of the Public Contract Codes. 5.09.01. Claims Less Than Fifty Thousand Dollars A. For claims of less than fifty thousand dollars ($50,000), the Engineer shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the District may have against the Contractor. B. If additional information is thereafter required, it shall be requested and provided pursuant to this Article upon mutual agreement of the Engineer and the Contractor. C. The Engineer's written response to the claim, as further documented, shall be submitted to the Contractor within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the Contractor in producing the additional information, whichever is greater. 5.09.02. Claims From Fifty Thousand Dollars to Three Hundred and Seventy -Five Thousand Dollars A. For claims greater than or equal to fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the Engineer shall respond in writing to all written claims within 60 days of receipt of the claim, or may request in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the District may have against the Contractor. B. If additional information is thereafter required, it shall be requested and provided pursuant to this Article, upon mutual agreement of the Engineer and the Contractor. C. The Engineer's written response to the claims, as further documented, shall be submitted to the Contractor within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. 5.09.03. Informal Conferences A. If the Contractor disputes the Engineer's written response, or the Engineer fails to respond within the time prescribed, the Contractor may so notify the Engineer, in writing, either within 15 days of receipt of the Engineer's response or within 15 days of the Engineer's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon such demand, the Engineer shall schedule a meet and confer conference within 30 days. S0020 (08-14-15) 5-14 Scope of Work Section 5 B. If, following the meet and confer conference, the claim or any portion remains in dispute, the Contractor may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor submits his or her written claim pursuant to Article 5.09 until the time the claim is denied, including any period of time utilized by the meet and confer conference. 5.09.04. Civil Actions A. The following procedures are established for all civil actions filed to resolve claims: Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. 2. If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 commencing with Section 2016, of Chapter 3 of Title 3 of Part 4 of Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. B. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. 5.10. Dispute Review Board A. When specified in the Special Provisions that a Dispute Review Board (DRB) process is required, the DRB process shall be in accordance with these Specifications. 5.10.01. General A. A DRB is to assist in and facilitate the avoidance and timely, impartial resolution of disputes. S0020 (08-14-15) 5-15 Scope of Work Section 5 B. All disputes referred to the DRB shall be subject to the dispute resolution process herein described as a condition precedent to initiating a subsequent dispute resolution process such as arbitration or litigation for that dispute. C. Except as explicitly otherwise provided, all disputes that are actionable under the provisions of the prime contract between the District and the Contractor may be referred to the DRB. D. The DRB shall be utilized when dispute or potential claim resolution at the project level is unsuccessful. The DRB shall function until the day of acceptance of the Work by the District Board of Directors, at which time the work of the DRB will cease except for completion of unfinished dispute hearings and reports. E. The Contractor shall include in all subcontracts that subcontractors and suppliers of any tier (a) agree to submit subcontractor claims to the Contractor in a proper form and in sufficient time to allow processing by the Contractor in conformance with the DRB resolution specifications; (b) agree to be bound by the terms of the DRB provisions to the extent applicable to subcontractor claims; (c) agree that, to the extent a subcontractor claim is involved, completion of all steps required under these DRB special provisions shall be a condition precedent to pursuit by the subcontractor of other remedies permitted by law, including without limitation of a lawsuit against the Contractor; and (d) agree that the existence of a dispute resolution process for disputes involving subcontractor claims shall not be deemed to create any claim, right, or cause of action by any subcontractor or supplier against the District. F. The DRB reports shall not be binding on the District or the Contractor, and shall be admissible in subsequent dispute resolution proceedings. 5.10.02. DRB Qualifications A. Board members shall be experienced in the interpretation of contract documents and the resolution of construction disputes and in the type of construction to be performed. B. The following definitions apply for the purpose of setting forth experience and disclosure requirements. 1. Party directly involved: The District or the Contractor of this Project. 2. Contractor includes all joint -venture partners individually. 3. Party indirectly involved: The construction manager, designers, architects, engineers, or other professional service firms or consultants, joint venture partners, subcontractors of any tier, and suppliers on this Project. 4. Financial ties: any ownership interest, loans, receivables, or payables. C. Eligibility: S0020 (08-14-15) 5-16 Scope of Work Section 5 Direct Employment: a. Current employees of any of the parties directly or indirectly involved are prohibited from serving as Board members. b. Prospective Board members who were past employees of one of the parties directly involved must obtain permission from the other party prior to appointment. C. Previous direct employment by one of the parties indirectly involved must be disclosed. 2. Consulting Assignments: a. Individuals who are employed in a consulting capacity by any of the parties directly involved are prohibited from serving as Board members. b. Prospective Board members who are currently employed as a consultant by one of the parties indirectly involved must obtain permission from the other party prior to appointment. C. Previous employment as a consultant by any party directly or indirectly involved must be disclosed. 3. Financial Ties: a. Individuals with financial ties to any of the parties directly involved are prohibited from serving as Board members. b. Current financial ties to any of the parties indirectly involved must be disclosed. C. Previous financial ties with any party, directly or indirectly involved must be disclosed. 4. Close Personal or Professional Relationships: a. Individuals with close personal or professional relationships with a key member of any party directly involved are prohibited from serving as Board members. b. Such current relationships with a member of any party indirectly involved in the contract must be disclosed. C. All past personal or professional relationships with a key member of one of the parties directly or indirectly involved must be disclosed. S0020 (08-14-15) 5-17 Scope of Work Section 5 5. All past and current service as a Board member on projects where any of the parties directly or indirectly involved in this contract were also involved must be disclosed. 6. No member shall have had substantial prior involvement in the Project, in the judgment of the District and the Contractor. D. Ongoing Responsibilities: While serving as a Board member on the DRB, no member shall participate in any discussion contemplating the creation of an agreement or making an agreement with any party directly or indirectly involved in the contract regarding employment or fee -based consulting services, or any other business arrangement after the contract is completed. 5.10.03. Establishment of the DRB A. The District and the Contractor shall jointly participate in the evaluation and selection of prospective nominees for the DRB. B. The District and the Contractor shall provide to the DRB nominees a list of the construction manager, designers, architects, engineers, professional service firms, consultants, joint -venture partners, subcontractors, and suppliers involved, or likely to be involved in the Project, with a listing of key personnel of each. DRB nominees shall provide the following, pursuant to the above requirements and in addition to the nominee's full name and contact information, to both parties: Resume showing construction experience qualifying the person as a DRB member. 2. Resume showing past DRB participation, if any. List each DRB assignment separately, indicating the name and location of the Project, dates of DRB service, name of owner, name of contractor, contract value, nominating party, if applicable, names of the other Board members and the number of disputes heard. 3. Disclosure statement describing past, present, and anticipated relationships, including indirect relationships through the nominee's full-time employer, if any, to the Project, and with all parties directly and indirectly involved in the contract. Disclose close professional or personal relationships with key members of all these parties. 4. Disclosure is a continuing obligation of all Board members throughout the life of the contract. C. The District and the Contractor shall then have three weeks to solicit and receive information from prospective candidates, and another two weeks to review and to jointly agree on the final selection of the three members to serve on the DRB. In the event that all three members were not selected from the initial pool of nominees, the process shall be repeated. S0020 (08-14-15) 5-18 Scope of Work Section 5 D. If the DRB Chair has not already been appointed as part of the selection process, then as soon as is practicable the Board members shall nominate the Chair and submit the nominee's resume and request approval by the District and the Contractor. 5.10.04. DRB Meetings A. The DRB will visit the project site and meet with representatives of the parties at periodic intervals and at other times requested by the parties. B. Each meeting shall consist of an informal discussion and a field observation of the work in progress. The discussion and field observation shall be attended by personnel of the District and the Contractor. 5.10.05. Dispute Resolution A. Prior Good -Faith Negotiation: The District and the Contractor shall enter into good -faith negotiations to settle a dispute before referring such dispute to the DRB. 2. These good -faith negotiations shall be founded on the principle of full and timely disclosure of each party's position to the other party, including the exchange of pertinent supporting records, analyses, expert reports, and similar documentation, and shall proceed without delay following the inception of the dispute. Such good -faith negotiations may involve the solicitation and rendering of a DRB advisory opinion as described herein. B. Dispute Referral: 1. A dispute may be referred to the DRB by either the District or the Contractor. The dispute referral shall be made in writing to the DRB Chair with a copy concurrently provided to the other Board members and the other party. 2. If the contract stipulates a precedent dispute resolution process prior to referral to the DRB, and if one party fails to meet or adhere to the time requirements set forth under the contract for this process, the other party may then refer the dispute to the DRB. In the event that the contract does not specify such precedent process, or specifies a precedent process without time requirements, either party may refer the dispute to the DRB after passage of a reasonable period of time without progress toward a negotiated settlement and the DRB will determine if the dispute should be heard. 3. The dispute referral shall concisely define the nature and specifics of the dispute that are to be considered by the DRB and the scope of the recommendation requested. 4. The DRB Chair shall confer with the parties to establish a due date for delivering pre -hearing submittals, and a date, time, and location for S0020 (08-14-15) 5-19 Scope of Work Section 5 convening the DRB hearing. Hearings shall be convened at the next periodic meeting, unless the parties agree to a shorter or longer period. C. Pre -Hearing Submittal: The District and the Contractor shall each prepare a pre -hearing submittal and transmit it to all three members of the DRB and the other party. The pre -hearing submittal, comprising of a position paper with such backup data as is referenced in the position paper, shall be tabbed, indexed, and the pages consecutively numbered. 2. Both position papers shall, at a minimum, contain the following: a. A joint statement of the dispute, and the scope of the desired report, placed in a prominent location. The language of this joint statement shall summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording of the joint statement of dispute, each party's position paper shall contain both statements, and identify the party authoring each statement. b. The basis and justification for the party's position, with reference to contract language and other supporting documents for each element of the dispute. In order to minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties and submit them in a separate package. G. When the scope of the hearing includes quantum, the referring party shall include a schedule impact analysis and full cost details, calculated in accordance with methods set forth in the contract. This requirement does not apply if the report is to be made for entitlement alone or for entitlement with guidelines for quantum. 3. The number of copies, distribution requirements, and time for submittal will be established by the DRB and communicated to the parties by the Chair. D. DRB Hearings: The District will arrange for or provide hearing facilities at or near the site. 2. Attendance: a. The District and Contractor shall both limit attendance at the hearing to personnel directly involved in the dispute and participants in the good -faith negotiations that were conducted prior to submittal to the DRB except as noted below. b. Prior to the date established for the hearing, each party shall provide a list of proposed attendees to the DRB and to the other S0020 (08-14-15) 5-20 Scope of Work Section 5 party. In the event of any disagreement, the ORB shall make the final determination as to who attends the hearing. G. Attorneys shall not participate in the hearing. Attorneys representing the parties are permitted to attend dispute hearings, provided that prior permission is obtained from the other party. d. At DRB hearings regarding claims by a subcontractor, including pass -through claims by a lower tier subcontractor or supplier, against the Contractor which are actionable by the Contractor against the District, the Contractor shall require and ensure that each subcontractor involved in the dispute have presented an authorized representative with actual knowledge of the facts underlying the subcontractor claims. 3. The conduct of the hearing shall be established by the DRB according to their operating procedures and generally consistent with the following guidelines: a. The party who referred the dispute to the DRB shall present its position first, followed by the other party. b. Both parties shall be allowed successive rebuttals, assuring a full and adequate opportunity to present their position, and to rebut the opposing party's position, until, in the DRB's opinion, all aspects of the dispute have been fully and fairly covered. C. The DRB shall be fully prepared to, and may at any time, ask questions, request clarifications, or ask for additional data and/or job records. d. Either party may request that the DRB direct a question to, or request a clarification from the other party. The DRB shall determine at what point in the proceedings such requests may be made and if they will be granted. In general, the DRB will not allow one party to be questioned directly by the other party. e. In difficult or complex cases, additional hearings may be necessary to facilitate full consideration and understanding of the dispute. The DRB, in its discretion, may allow introduction of arguments, exhibits, handouts, or documentary evidence that were not included in that party's pre -hearing position paper and have not been previously submitted to the other party. In such cases the other party will be granted time to review and prepare a rebuttal to the new material. E. Failure to Prepare a Pre -Hearing Submittal or Attend a DRB Hearing: S0020 (08-14-15) 5-21 Scope of Work Section 5 In the event that either party fails to deliver a pre -hearing submittal by the date established by the DRB, the DRB shall, at its discretion, determine whether the hearing shall proceed as originally scheduled, or whether additional time shall be provided and a new date established. On the final date and time established for the hearing, the DRB shall proceed with the hearing utilizing the information that has been submitted. 2. In the event that some or all of the representatives of either party fails to appear at the appointed time of a DRB hearing, the DRB shall proceed with the hearing. The hearing shall take place as if all party representatives were in attendance, and the DRB shall consider all evidence brought before it and hear testimony from those party representatives that are present. F. Use of Outside Experts: By the District or Contractor: a. A party intending to offer an outside expert's analysis at the hearing shall disclose such intention in writing to the other party and to the DRB no less than 30 days prior to the due date for delivering the pre -hearing submittal. The expert's name and a general statement of the area of the dispute that will be covered by his or her testimony shall be included in the disclosure. b. Upon receipt of the above disclosure, the other party shall have the opportunity to secure the services of an outside expert to address or respond to those issues that may be raised by the other party's outside expert. The disclosure requirements shall be the same as that specified above, except the time requirement is 10 days. C. The cost for securing outside expert services shall be borne by the party securing such services. 2. By the DRB: a. Prior to arranging for outside experts, the DRB shall obtain prior approval from the District and the Contractor by providing: (1) A statement explaining why the expert assistance is needed. (2) An estimate of the cost of the expert assistance. (3) A disclosure statement, in accordance with the requirements of 5.10.03.13.2 herein, using the criteria established in 5.10.02.0 herein. (4) A confidentiality statement, consistent with the DRB's such agreement, executed by the proposed expert. S0020 (08-14-15) 5-22 Scope of Work Section 5 b. The Contractor and the District shall equally bear the cost of the services of the outside expert employed by the DRB. G. DRB Report: The DRB's recommendations for resolution of a dispute will be formalized in a written report with format as determined by the DRB and signed by all Board members. The report should consist of a concise description of the dispute, short statements of each party's position, findings as to the facts of the dispute, discussion and rationale for the recommendation(s), and the recommendation(s). The report shall be submitted concurrently to the parties, as soon as possible after completion of the hearing as agreed by all parties. 2. If the DRB cannot arrive at a unanimous report, the Board shall prepare minority findings and recommendation(s), which, together with the majority findings and recommendation(s) shall comprise the DRB report. The report shall identify the issues of disagreement, along with the reasons for disagreement. 3. Clarification: a. Either party may request clarification of a report within 10 days following receipt of the report. Within a reasonable period of time, the DRB shall provide written clarification to both parties. b. Requests for clarification shall be submitted in writing simultaneously to the DRB and to the other party. C. Only one request for clarification per dispute from each party will be allowed. 4. Reconsideration: a. Either party may request reconsideration of a report, within 10 days following receipt of the report, when new information is obtained or developed that was not known at the time of the hearing, or when, in the party's opinion, the DRB misunderstood or failed to consider pertinent facts of the dispute. Within a reasonable period of time, the DRB shall provide written reconsideration to both parties. b. Requests for reconsideration shall be submitted in writing simultaneously to the DRB and to the other party. C. The Board will not entertain requests for reconsideration that amount to a renewal of prior argument or additional argument based on facts available at the time of the hearing. d. Only one request for reconsideration per dispute from each party will be allowed. S0020 (08-14-15) 5-23 Scope of Work Section 5 5. Acceptance: a. The District and the Contractor shall submit their written acceptance or rejection of the report concurrently to the other party and to the DRB within 14 days of receipt of the report or following receipt of responses to requests for clarification or reconsideration. b. Failure by either party to accept or reject within the specified period shall be construed as acceptance of the report by that party- C . Acceptance by the District of a report on entitlement only, or on entitlement with guidelines for quantum, does not obligate the District to any particular quantum amount. H. Advisory Opinions: 1. An advisory opinion serves as a method for potentially avoiding a DRB hearing. It is not intended to replace the dispute resolution process specified herein, but may be implemented as part of the good faith negotiations conducted between the parties. 2. When mutually agreed by the District and the Contractor, the DRB may, at its discretion, provide an advisory opinion on any issue. 5.11. Escrow Bid Documents A. When required by the Special Provisions, Escrow Bid Documents shall be prepared and submitted as specified herein. 5.11.01. Introduction A. The Escrow Bid Documents shall include complete documentation of all backup information used in the preparation of the Contractor's bid prices for this Project, as described below. The Escrow Bid Documents of the successful bidder will be held in escrow for the duration of the Contract or until all claims are resolved, whichever is later. B. The Escrow Bid Documents are, and shall always remain, the property of the Contractor, subject to joint review by the District and Contractor, as provided herein. C. The District stipulates and expressly acknowledges that the Escrow Bid Documents, as defined herein, constitute trade secrets. This acknowledgement is based on the District's express understanding that the information contained in the Escrow Bid Documents is not known outside the bidder's business, is known only to a limited extent and by a limited number of employees of the bidder, is safeguarded while in the bidder's possession, and is extremely valuable to the bidder's competitors S0020 (08-14-15) 5-24 Scope of Work Section 5 by virtue of its reflecting bidder's construction strategies, assumptions and intended means, methods, and techniques of construction. 2. The District acknowledges that the bidder expended substantial sums of money in developing the information included in the Escrow Bid Documents and further acknowledges that it would be difficult for a competitor to replicate the information contained therein. 3. The District further acknowledges that the Escrow Bid Documents and the information contained therein are being provided to District only because it is an express prerequisite to award of the Contract. 4. The District further acknowledges that the Escrow Bid Documents include a compilation of information used in the bidder's business, intended to give the bidder an opportunity to obtain an advantage over competitors who do not know or use the contents of such information. 5. The District further agrees to safeguard the Escrow Bid Documents against disclosure to the fullest extent permitted by law. D. The successful bidder agrees, as a condition of award of the Contract, that the Escrow Bid Documents constitute all of the information used in the preparation of its bid for this work, and that no other bid preparation information shall be considered in resolving disputes or claims. The successful bidder also agrees that nothing in the Escrow Bid Documents shall change or modify the terms or conditions of the Contract Documents. 5.11.02. Purpose A. The Escrow Bid Documents will be used solely to assist in the settlement of disputes and claims. They will not be used for pre -award evaluation of the Contractor's anticipated methods of construction nor to assess the Contractor's qualifications for performing the work. 5.11.03. Format and Contents A. The bidders may submit the Escrow Bid Documents in their usual cost estimating format: a standard format is not required. However, sufficient detail shall be included to ensure that the Escrow Documents enable complete understanding and proper interpretation of their content. B. The Escrow Bid Documents shall clearly itemize and separate the estimated cost of performing each bid item contained in the bid. Bid items should be separated into sub -items consistent with the Schedule of Values format to present a detailed cost estimate. Crews, equipment, estimated quantities, and the rate of production shall be detailed. Increments of cost shall include, but not be limited to, such items as direct labor, permanent materials, supplies, consumables, subcontracts, equipment charges, and allocations of overheads and profit. Plant, equipment, and indirect costs should be detailed. All costs included in the bid prices must be specifically identified and the methods of application described. S0020 (08-14-15) 5-25 Scope of Work Section 5 C. The Escrow Bid Documents shall include all quantity take -offs, calculations of rates of production and progress, copies of quotes from subcontractors and suppliers, and memoranda, narratives and all other information used by the bidder to arrive at the prices contained in its bid. 5.11.04. Submittal A. The Escrow Bid Documents shall be submitted by the three apparent low bidders in a sealed container separate from their proposal no later than 5 p.m. on the second business day following the bid opening day. Each container shall be clearly marked on the outside with the bidder's name, date of submittal, project name, and the words "Escrow Documents." Timely submission of these forms is considered material by the District. B. The Escrow Bid Documents shall be accompanied by a separate certification, Bid Form 10—Escrow Bid Documents Certification of Completeness, signed by an individual authorized by the bidder to execute the bidding proposal, stating that the material in the Escrow Documents constitutes all of the documentary information used in preparation of this bid, and that he/she has personally examined the contents of the Escrow Documents container and has found that the documents in the container are complete. C. The Escrow Bid Documents of the apparent successful bidder will be opened and examined by an appointed member of the District in the presence of the bidder before the Contract is awarded. The apparent successful bidder and applicable subcontractors as stated in paragraph G below shall attend this examination. D. This examination is to ensure that the Escrow Bid Documents are legible and complete. It will not include a review of, or constitute approval of, proposed construction methods, estimating assumptions or interpretations of Contract Documents. The examination will not alter any condition or term of the Contract. Should the examination indicate that any data is incomplete or missing, the bidder shall supply the missing information within 24 hours or such other time as is mutually agreeable. E. The timely submittal of complete Escrow Bid Documents is an essential element of the bidding process and a prerequisite to contract award. Failure to provide the necessary Escrow Bid Documents will be sufficient cause for the District to reject the bid as non -responsive. F. If the Contract is not awarded to the apparent successful bidder, the Escrow Bid Documents of the bidder next to be considered for award shall be processed as described above. The Escrow Bid Documents of the unsuccessful bidders will be held in escrow until such time that they are returned unopened upon execution of the Contract by the successful bidder. G. If any bidder's proposal is based upon subcontracting any part of this work, each subcontractor, whose total subcontract price exceeds the percentage of the total bid price specified in the Special Provisions, shall provide separate Escrow Bid Documents to be included with those of the bidder. Such documents shall be opened and reviewed in the presence of the subcontractor only in the same S0020 (08-14-15) 5-26 Scope of Work . Section 5 manner and at the same time as the review described above for the apparent successful bidder. H. It is the District's policy, in accordance with State law, that new subcontractors are not accepted after award. However, if the Contractor wishes to lawfully change a subcontractor or lawfully issue an additional subcontract for any portion of this work after award and the District grants a specific exception to this policy, the District retains the right to require the new subcontractor to submit Escrow Bid Documents before the new subcontract is approved. 5.11.05. Storage A. Upon completion of the examination, receipt of the apparent successful bidder's Escrow Bid Documents will be acknowledged in writing by the District and the documents will be placed in escrow, for the life of the Contract, at an escrow firm within the greater Santa Clara County area chosen by the District. The District will pay for storage and maintenance of the Escrow Bid Documents. 5.11.06. Examination A. The Escrow Bid Documents may be examined at any time deemed necessary by either the District or the Contractor in order to assist in the settlement of disputes and claims. B. An examination of the Escrow Bid Documents is subject to the following conditions: As trade secrets, the Escrow Bid Documents are proprietary and confidential. 2. The District and Contractor (and any subcontractor, to the extent Escrow Bid Documents are required by a subcontractor) shall each designate in writing to the other party and seven (7) days prior to any examination, representatives who are authorized to examine the Escrow Bid Documents. With the consent of both the District and the Contractor, members of the Disputes Review Board may participate in the examination of the Escrow Bid Documents. No other person shall have access to the Escrow Bid Documents. 3. Access to the Escrow Bid Documents may take place only in the presence of a duly designated representative of both the District and Contractor. If the Contractor fails to designate a representative or appear for joint examination on seven (7) days notice, then the District representative may examine the Escrow Bid Documents upon an additional three (3) days notice. - 5.11.07. Final Deposition A. The Escrow Bid Documents will be returned to the Contractor after the work has been completed and accepted and all claims and disputes involving this work S0020 (08-14-15) 5-27 Scope of Work Section 5 have been settled. The Contractor will thereupon be required to waive, in writing, any right to lodge further claims involving this work. 5.12. Partnering 5.12.01. Partnering Relationship A. The District encourages a partnering relationship with the Contractor in order to effectively complete the Contract to the benefit of both parties. The purpose of this relationship will be to maintain cooperative communication and mutually resolve conflicts at the lowest possible management level. 5.12.02. Professionally -Facilitated Project Partnering A. To further the partnering relationship, Professionally -Facilitated Project Partnering can be implemented by one of two methods: 1. The District requires Professionally -Facilitated Project Partnering. The Contractor's attention is directed to the Special Provisions regarding this requirement. 2. The Contractor submits a written request for Professionally -Facilitated Project Partnering. However, this method can only be implemented if the Engineer approves the request in writing. B. Implementation of Professionally -Facilitated Project Partnering: The scheduling of Professionally -Facilitated Project Partnering workshops, selecting the professional Partnering facilitator and workshop site, and other administrative details shall be as agreed to by both parties. 2. Partnering workshops will be held on a quarterly basis during construction, or when needed, as determined by the Engineer and Contractor. Both parties will determine attendees at the workshop, agenda of the workshop, and duration. Persons required to be in attendance will be the Engineer and/or the Engineer's authorized agents and key project personnel; the Contractor's authorized representative, on -site project manager and key project supervision personnel of both the prime and principal subcontractors and suppliers; and other personnel as deemed necessary by the District and Contractor. 3. The Contractor shall secure the professional Partnering facilitator and the offsite meeting room. The District will pay in full for the services of a Professional Partnering Facilitator and offsite meeting room based on invoice prices without markup. Payment for these services shall be made utilizing the Professionally -Facilitated Project Partnering bid item or contract change order if no bid item is specified. All other costs associated with the partnering workshops will be borne separately by the party incurring the costs, such as wages and travel expenses, and no additional compensation will be allowed therefore. S0020 (08-14-15) 5-28 Scope of Work Section 5 C. The establishment of Professionally -Facilitated Project Partnering will not change or modify the terms and conditions of the Contract and will not relieve either party of the legal requirements of the Contract. 5.13. Dust Control A. During the performance of all work under this Contract, the Contractor shall assume all responsibility for dust control and shall furnish all labor, equipment, and means required to carry out proper and efficient measures wherever and whenever dust control is necessary to prevent operations from producing dust damage and nuisance to persons and property. Any claims resulting therefrom shall be borne solely by the Contractor. 5.14. Excavation Safety Plans A. Attention is directed to Section 6705 of the Labor Code concerning trench excavation safety plans. Excavations five (5) feet or more in depth shall not begin until the Contractor has submitted and the Engineer has returned indicating "In Receipt Of"the Contractor's detailed plan for worker protection from the hazards of caving ground during such excavations. The plan may be reviewed by the Engineer for completeness in accordance with federal, state, and local regulations. The Engineer will not be responsible for reviewing the accuracy of assumptions, data and information used, and procedures contained in the plan or the adequacy thereof. Such plans shall show the details of the design of shoring, bracing, sloping, or other provisions to be made for worker protection during such excavation. The plan shall not allow the use of shoring, sloping, or a protective system less effective than that required by the Construction Safety Orders; and if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan (including calculations) shall be prepared, signed and stamped by an Engineer registered as a Civil or Structural Engineer, and by an Engineer registered as a Geotechnical Engineer, in the State of California. B. Such plans shall be accompanied by a copy of the Permit to Excavate that has been issued by the Division of Occupational Safety and Health as required by Labor Code Section 6500 and following. C. This Article shall be applicable regardless of Contract price. 5.15. Asbestos -Related Work A. The Contractor's attention is directed to Section 7058.5 of the Business and Professions Code which states that from and after January 1, 1987, no Contractor shall engage in asbestos -related work, as defined, who is not certified by the Contractor's State License Board to do so. B. The Contractor's attention is also directed to Section 6501.5, and following, of the Labor Code relative to asbestos -related work and to provisions of the General Industry Safety Orders of Title 8 of the Code of Regulations and to the BAAQMD's Regulation 11, Rule 2. S0020 (08-14-15) 5-29 Scope of Work Section 5 5.16. Substitutions A. If a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents, the Contractor may furnish or utilize a substitute means, method, sequence, technique, or procedure of construction acceptable to the Engineer, if the Contractor submits sufficient information to allow the Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. B. The Engineer will respond in writing to the Contractor within 10 days indicating the time necessary to evaluate each proposed substitute. The Engineer will be the sole judge of acceptability, and no substitute will be ordered, installed, or utilized without the Engineer's prior written acceptance, which will be evidenced by either a change order or an approved shop drawing. The District may require the Contractor to furnish at the Contractor's expense a special performance guarantee or other surety with respect to any substitute. C. The Engineer will record time required by the Engineer and the Engineer's consultants in evaluating substitutions proposed by the Contractor and in making changes in the Contract Documents occasioned thereby. Regardless of whether or not the Engineer accepts a proposed substitute, the Contractor shall reimburse the District for the charges of the Engineer and Engineer's consultants for evaluating each proposed substitute. D. Cost or time impacts to other items of Contract work which are caused by any Contractor initiated request for substitution, whether anticipated or unforeseen, shall be the responsibility of the Contractor. E. Contractor's attention is directed to Article 10.06 — Equal, Sole or Single Source, and Substitutions. S0020 (08-14-15) 5-30 SECTION 6. LEGAL RELATIONS AND RESPONSIBILITY 6.01. Laws to Be Observed A. The Contractor shall remain informed of and in compliance with applicable existing and future federal, state, county, and municipal laws, ordinances, rules and regulations, including but not limited to, those cited herein. 6.02. Equal Opportunity Requirements A. The Santa Clara Valley Water District is an equal opportunity employer and requires its contractors to have and adhere to a policy of equal opportunity and non-discrimination. In the performance of the Agreement, the Consultant will comply with all applicable federal, state, local laws and regulations, and will not discriminate against any subcontractor, employee, or applicant for employment, in the recruitment, hiring. employment, utilization, promotion, classification or reclassification, transfer, recruitment, recruitment advertising, evaluation, treatment, demotion, layoff, termination, rates of pay or other forms of compensation, and selection for professional development training (including apprenticeship), or against any other person, on the basis of sex (which includes pregnancy, childbirth, breastfeeding and medical conditions related to pregnancy, childbirth or breastfeeding), race, religion, color, national origin (including language use restrictions), ancestry, religious creed (including religious dress and grooming practices, political affiliation, disability (mental and physical, including HIV or AIDS), medical condition (cancer and genetic characteristics), genetic information, marital status, parental status, gender, age (40 and over), pregnancy, military and veteran status, sexual orientation, gender identity and gender expression, the exercise of family and medical care leave, the exercise of pregnancy disability leave, or the request, exercise, or need for reasonable accommodation. The Consultant's policy must conform with applicable state and federal guidelines including the Federal Equal Opportunity Clause, "Section 60- 1.4 of Title 41, Part 60 of the Code of Federal Regulations," Title VII of the Civil Rights Act of 1964 as amended; the American's with Disabilities Act of 1990; the Rehabilitation Act of 1973 (Sections 503 and 504); California Fair Employment and Housing Act (Government Code Section 12900 et. Seq.); California Labor Code Sections 1101 and 1102. 6.03. Employment of Labor A. In the employment of labor in the performance of the Contract, the District desires that the Contractor and all subcontractors shall, wherever possible, give first consideration to residents of the District. 6.04. Prevailing Wages A. The Work to be performed pursuant to this contract is "public works" subject to California Labor Code Section 1771, et. seq. and the applicable implementing regulations. The General Prevailing Wage Rates issued by the California Department of Industrial Relations may be adjusted by the State during the term of this contract. Notwithstanding any other provisions of this Contract, Contractor S0020 (08-14-15) 6-1 Legal Relations and Responsibility Section 6 will not be entitled to any adjustment in compensation in the event there are adjustments to the General Prevailing Wage Rates. In accordance with provisions of Section 1773 of the Labor Code, the Director of the Department of Industrial Relations has ascertained the general prevailing rate of wages and employer payments for health and welfare, pension, vacation, and similar purposes available to the particular craft, classification, or type of workers employed on the work. These rates are set forth in the latest determination obtained from the Director, which is on file in the office of the Clerk of the Board of Directors and incorporated herein by reference the same as though set out in full. The rates are also available on the State of California Department of Industrial Relations website at http://www.dir.ca.gov. 2. The Contractor shall forfeit as a penalty to the District, a maximum of $200 for each day, or portion thereof, for each worker paid less than the stipulated prevailing rates for any public work done under the Contract by the Contractor or by any subcontractor in violation of the provisions of the Labor Code, particularly Sections 1770 through 1780, inclusive. B. Each Contractor and Subcontractor shall keep an accurate payroll record, showing the name, address, Social Security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee by him or her in connection with the public work. The payroll records shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor in accordance with the provisions of Section 1776 of the Labor Code. Contractor and each Subcontractor must, pursuant to California labor Code §1776, submit a certified weekly payroll within ten (10) days after the Owner's request for submission of certified weekly payroll records. The certified payroll must include the date of actual payment of wages for each worker employed on the project and a breakdown of each payment including all fringe benefits included in such wage for each worker. 2. Pursuant to California labor code §1776, in the event that the Contractor fails to comply with the 10-day submission deadline, the contractor must forfeit a maximum of $100 for each calendar day, or portion thereof, of each worker, until strict compliance is effectuated. 3. The Contractor shall inform the District of the location of the payroll records, including the street address, city, and county, and shall, within five (5) working days, provide a notice of a change in location and address. The responsibility for compliance with payroll record requirements imposed by said Section 1776 of the Labor Code is on the prime Contractor. S0020 (08-14-15) 6-2 Legal Relations and Responsibil Section 6 C. The Contractor must submit certified weekly payroll(s) in support of the monthly request for payment as required in Article 8.03. Certified weekly payroll(s) must be submitted within 10 calendar days from the progress payment end date. Payroll(s) shall contain the full name, address, and Social Security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate apprentices and ratio of apprentices to journeymen. The employee's address and Social Security number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance" signed by the employer or agent indicating that the payrolls are correct and complete and that the wage rates contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the District or on any form with identical wording. The Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. This project is subject to compliance monitoring and enforcement by the State of California Department of Industrial Relations. The Contractor and subcontractors must furnish the records specified in Section 1776 directly to the Labor Commissioner, in the following manner: monthly, in a format prescribed by the Labor Commissioner. 2. The District will take all actions reasonably necessary to enforce the prevailing wage requirements of this contract including retaining progress payment funds not supported by certified payroll(s). 3. Retentions for failure to submit satisfactory payrolls are in addition to all other retentions provided for in the Contract. D. The Contractor and each subcontractor shall preserve their respective payroll records for a period of 4 years from the date of filing a Notice of Completion and Acceptance under the Contract. 1. The work of installing, assembling, repairing or reconditioning, or other work of any nature on machinery, equipment, or tools used in or upon the work, is considered a part of the work to be performed under the Contract and any laborers, workers, or mechanics working on such machinery, equipment, or tools, are subject to all of the requirements relating to labor set forth in the Contract. 2. The construction, erection, and operation of material production, proportioning, or mixing plants from which material is used wholly on the Contract or on contracts under the supervision of the District, shall be considered a part of the work to be performed under the Contract and any laborers, workers, or mechanics working on such plants shall be subject to all of the requirements relating to labor set forth in the Contract. S0020 (08-14-15) 6-3 Legal Relations and Responsibility 6.05. Hours of Labor Section 6 A. Eight hours' labor constitutes a legal day's work. The Contractor shall forfeit as a penalty to the District, $25 for each worker employed in the execution of the Contract by the Contractor or by any subcontractor for each day during which such worker is required or permitted to labor more than 8 hours in violation of Labor Code Sections 1810 to 1815, inclusive, except as provided for under Labor Code Section 1815. 6.06. Apprentices A. The Contractor's attention is directed to the provisions in Sections 1777.5, 1777.6, and 1777.7 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor. B. Section 1777.5 requires the Contractor or subcontractor employing persons, as defined, in any apprenticeable occupation to apply to the joint apprenticeship committee which is nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the Contract. The ratio of work performed by apprentices to journeymen in such cases shall not be less than 1 hour to 5 hours, except when the committee finds that any one of the following conditions is met: In the event unemployment for the previous 3-month period in the project site area exceeds an average of 15 percent, or 2. In the event the number of apprentices in training in such area exceeds a ratio of 1 to 5, or 3. If there is a showing that the apprenticeable craft or trade is replacing at least one -thirtieth of its journeymen annually through apprenticeship training, either (1) on a statewide basis, or (2) on.a local basis, or 4. If assignment of an apprentice to any work performed under a public works contract would create a condition which would jeopardize his/her life or the life, safety, or property of fellow employees or the public at large, or if the specific task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman. C. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. D. The Contractor and any subcontractor shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. S0020 (08-14-15) 6-4 Legal Relations and Responsibil Section 6 E. 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. 6.07. Permits and Licenses A. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the prosecution of the work, except as provided in the Special Provisions. 6.08. Patents and Copyrights A. The Contractor shall assume all costs including any costs of defense arising from the use of any copyrighted composition, secret process, patented or unpatented invention, article, equipment, device, or appliance manufactured, furnished, or used in the performance of the Contract, including their use by the District, unless otherwise specifically stipulated in the Specifications. 6.09. Public Safety A. The Contractor shall be solely and completely responsible for conditions of the jobsite including safety of all persons and property during the performance of the work, except from District's sole negligence or intentional misconduct. Contractor's compliance with this requirement is not limited to normal working hours. B. At all times the Contractor shall provide for public safety and convenience. The Contractor's operations shall be conducted so as to offer the least possible obstruction and inconvenience to the public along with the greatest safety to the public. At no time shall the Contractor have more work underway than can be prosecuted with proper regard to these considerations to the public. C. The Contractor shall furnish, erect, and maintain such fences, barriers, lights, and signs and provide such flagging and guards as are necessary in the opinion of the Engineer or public agency having jurisdiction, to give adequate warning to the public of the construction and of any dangerous condition to be encountered as a result thereof. 6.10. Accident Prevention A. The Contractor shall comply with the California Occupational Safety and Health Act (Labor Code Section 6300 et seq.) and Title 8 of the Code of Regulations, and will also take, or cause to be taken, such additional measures as may be necessary for the prevention of accidents. B. Prior to commencement of work the Contractor shall (1) submit proposals in writing for effectuating provisions for accident prevention, and (2) meet in S0020 (08-14-15) 6-5 Legal Relations and Responsibili Section 6 conference with the Engineer to discuss and develop mutual understandings relative to administration of an overall safety program. C. During the performance of work under the Contract, the Contractor shall institute controls and procedures for the control and safety of persons visiting the jobsite. D. The Contractor shall maintain an accurate record of, and shall report to the Engineer in writing, exposure data and all accidents resulting in death, traumatic injury, occupational disease, or damage to property, materials, supplies, or equipment incident to work performed under the Contract. E. The Engineer will notify the Contractor of any noncompliance with the foregoing provisions. The Contractor shall, after receipt of such notice, immediately take corrective action. If the Contractor fails or refuses to comply immediately, the matter will be referred to the proper authority. No part of the time lost due to any stop order issued by proper authority shall be made the subject or claim for extension of time or for extra costs or damages by the Contractor. F. Compliance with the provisions of this Article by subcontractors will be the responsibility of the Contractor. 6.11. Explosives and Stream Pollution A. When the use of explosives is necessary for the prosecution of the work, the Contractor shall not endanger life or property. B. All explosives shall be stored in accordance with the provisions of Division XI of the Health and Safety Code and applicable county and city ordinances. C. Attention is called to the necessity of obtaining a permit from the Department of Fish and Game of the State of California in advance of use of underwater explosives. Attention is directed to the Fish and Game Code relating to stream pollution, particularly Section 5650. 6.12. Fires A. The Contractor shall obtain any necessary fire permits from the properly constituted authority and comply with all regulations of the BAAQMD. 6.13. Interference With Fire Hydrants, Highways, and Fences A. The Contractor shall conduct operations as not to close or obstruct any portion of any highway, road, or street, or prevent in any way free access to fire hydrants until permits have been obtained therefor from the proper authorities. If any highway required to be kept open shall be rendered unsafe by the Contractor's operations, the Contractor shall make such repairs or provide such temporary guards as shall be acceptable to the authorities having jurisdiction and to the Engineer. Any highway or street maintenance or repair work required by local authorities in connection with necessary operations under the Contract shall be S0020 (08-14-15) 6-6 Legal Relations and Responsibility Section 6 performed by the Contractor at the Contractor's own cost and expense. Fences subject to interference shall be maintained as effective barriers consistent with the original intent but, upon approval of the Engineer, they may be moved or rearranged to facilitate prosecution of the work until the work is finished, after which they shall be restored to their original location in an equal or better condition that existed prior to rearrangement. 6.14. Preservation of Property A. Due care shall be exercised to avoid damage to existing improvements, utility facilities, and adjacent property, real and personal. The fact that any existing underground improvement or facility is not shown on the Drawings shall not relieve the Contractor of responsibility to ascertain the existence of any underground improvement or facility which may be subject to damage by reason of the Contractor's operations. B. Any damage to improvements or property, whether above or below the ground, private or public, within or adjacent to the project limits, arising from, or in consequence of, the performance of the Contract shall be repaired at once by the Contractor. If the Engineer requires such repair to be made prior to the execution or continued performance of any part of the work included in this Contract, the Engineer will so notify the Contractor who shall delay or discontinue the performance of that part of the work until the necessary repair has been made. Such delay shall not be considered unavoidable, and no extension of time for completion of the Contract will be allowed therefor. C. When ordered by the Engineer to make any such repair, the Contractor shall start work thereon within four (4) hours and shall prosecute the same with diligence to completion. Upon failure of the Contractor to so comply with such order, or upon the Contractor's failure to make immediate emergency repairs reasonably determined by the Engineer to be necessary in the best interests of the public, the Engineer shall have authority to cause such repair to be made and to deduct the costs thereof from any money due, or which may become due, the Contractor. D. In an emergency affecting the safety of life or property including adjoining property, the Contractor shall act to prevent, to the extent possible, such threatened loss or injury, whether or not instructed to do so by the Engineer. 6.15. Contractor's Responsibility for Work A. Until the formal acceptance of the work, the Contractor shall have the charge and care of the work and of the materials to be used therein, and shall bear the risk of injury, loss, or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The materials to be used in the work include both those furnished by the District and those furnished by the Contractor, including materials for which the Contractor has received partial payment as provided in Article 8.03. S0020 (08-14-15) 6-7 Legal Relations and Responsibility 6.16. Indemnification Section 6 A. The Contractor shall defend, indemnify and save harmless the District and its Directors, officers, employees, and agents from liability, loss, suits, actions, or claims brought for or on account of violation of laws, ordinances, rules or regulations, or injury, damage, or loss including death caused by acts or omissions of the Contractor, its employees, or agents. B. The Contractor shall defend, indemnify and save harmless the agencies/parties named in Article 13.16.02.A. of the Special Provisions, including their officers, employees, and agents from liability, loss, suits, actions, or claims brought for or on account of any violation of laws, ordinances, rules or regulations, or injury, damage, or loss including death caused by acts or omissions of the Contractor, its employees, or agents. 6.17. Contractor's Insurance 6.17.01. General A. No Contract between the parties is formed until all insurance required by this Article has been obtained and such insurance and insurers have been approved by the District. The insurance procured by Contractor for the benefit of Santa Clara Valley Water District shall not be deemed to release or limit any liability of Contractor. Damages recoverable by Santa Clara Valley Water District for any liability of Contractor shall, in any event, not be limited by the amount of the required insurance coverage. Any delay in the commencement of work beyond the date of the first chargeable day in the Notice to Begin Work, caused by the Contractor's failure to comply with the insurance requirements specified in these Specifications, is the responsibility of the Contractor. Failure by the Contractor to maintain all required insurance at all times during the performance of this Contract, and until acceptance by the District, shall, at the discretion of the District, result in temporary suspension of work, or termination of control, or termination of contract in accordance with Articles 7.05, 7.07, 7.08 respectively, and shall not be a basis for a time extension. Contractor's insurance shall be primary with respect to any other insurance which may be carried by Santa Clara Valley Water District. B. The District has the right to require Contractor to provide complete, certified copies of all required pertinent insurance policies, including endorsements affecting the coverage required by the Agreement. C. The specific insurance requirements and coverages shall be in accordance with the Special Provisions. 6.17.02. Insurance on Work and Materials A. The Contractor shall secure and maintain such direct damage insurance against such perils as the Contractor may deem necessary to protect the work called for in this Contract, including work completed, material in place or to be used in the S0020 (08-14-15) 6-8. Legal Relations and Responsibility Section 6 performance of this Contract, and such other miscellaneous items as may be necessary to the performance of this Contract. 6.18. Payment of Taxes A. Except as otherwise specifically provided in the Special Provisions, the Contract prices shall include full compensation for all current and future taxes which the Contractor is required to pay, whether imposed by federal, state, or local government, and no tax exemption certificate or any other document designed to exempt the Contractor from payment of tax will be furnished to the Contractor by the District. 6.19. Cooperation With Others A. The District reserves the right to do other work on or near the project. The Contractor shall cooperate with others and conduct work so as to facilitate work by the District or others and prevent delay, additional expense, or hindrance thereto. The Contractor shall request from, and exchange with others, Drawings, data, and information as necessary to insure proper completion of the project and work of others. The Contractor shall furnish copies of correspondence and Drawings exchanged with other contractors to the Engineer. B. The Contractor shall conduct, adjust, correct, and coordinate work with work of others so that the project shall be free of defects. 6.20. Property Rights in Materials A. Nothing in the Contract shall be construed as vesting in the Contractor any right of property in the materials used after they have been attached or affixed to the work or the soil, or after payment has been made for 90 percent of the value of materials delivered to the site of the work, whether or not they have been so attached or affixed. All such materials shall become the property of the District upon being so attached or affixed or upon payment of such 90 percent of the value of materials delivered by the Contractor on the ground and not used, as provided in Article 8.03. 6.21. Rights in Land and Improvements A. Nothing in these Specifications shall be construed as allowing the Contractor to make any arrangements with any person to permit occupancy or use of any land, structure, or building within the limits of the Contract for any purpose whatsoever, either with or without compensation, in conflict with any agreement between the District and any owner, former owner, or tenant of such land, structure, or building. 6.22. Title to Materials Found on the Work A. The title to all water and to the right to the use of all water, to all soil, stone, gravel, sand, minerals, and all other materials developed or obtained in the S0020 (08-14-15) 6-9 Legal Relations and Responsibility Section 6 excavation or other operations by the Contractor or any subcontractor, or any of their employees, and the right to use or dispose of the same, are hereby expressly reserved by the District, and neither the Contractor, nor any subcontractor, nor any of their employees shall have any right, title, or interest in, or to any part thereof; neither shall they, nor any of them, assert or make any claim thereto. The Contractor may be permitted to use in the work, without charge, any such materials which meet the requirements of these Specifications. 6.23. Trespass A. The Contractor shall be responsible for all damage or injury which may be caused on any property by trespass by the Contractor, any subcontractor, or their employees in the course of their employment, whether the said trespass was committed with or without the consent or knowledge of the Contractor. 6.24. Subcontracting A. The Contractor shall comply with Subletting and Subcontracting Fair Practices Act commencing with Section 4100 of the Public Contract Code. Violations shall subject Contractor to penalties described in the Act. B. In accordance with Section 4107 of the Public Contract Code, the Designated Engineer is an authorized officer to act for the Board for the purposes of consenting to a substitute subcontractor. 6.25. Tunnel Construction Safety A. Attention is directed to Labor Code Sections 7950 and following, concerning tunnel safety. The Contractor shall notify the Division of Occupational Safety and Health and the Engineer before any initial construction may be started at any tunnels. A prejob safety conference, to be arranged for by the Contractor, shall be held for all underground operations. The Engineer shall be notified of the time and place of such conference. The tunnel classification prepared by the Division of Occupational Safety and Health shall be prominently posted at the site by the AContractor. The District will obtain this classification prior to the request for bids, whenever possible, and make it available to the Contractor. 6.26. Assignment of Antitrust Claims A. Sections 4550 through 4554 of the Government Code pertaining to the assignment of antitrust claims are incorporated herein in full by this reference. 6.27. Burial Sites A. Pursuant to Ordinance Code Section 136-18 of the County of Santa Clara and requirements of Public Resources Code Section 5097.94 and Health and Safety Code Section 7050.5, upon discovering or unearthing any burial site as evidenced by human skeletal remains, the person making such discovery shall immediately notify the County Coroner. The Contractor shall also notify the S0020 (08-14-15) 6-10 Legal Relations and Responsibil Section 6 Engineer. The Contractor shall immediately secure the site and protect any human remains from further disturbance. B. Upon determination by the County Coroner that the remains are Native American, the Coroner will contact the California Native American Heritage Commission and the County Coordinator of Indian Affairs. No further excavation or disturbance within 30 feet of the site or of any nearby area reasonably suspected to overlie adjacent remains may be made except as authorized by the California Native American Heritage Commission and/or the County Coordinator of Indian Affairs. C. The Contractor is advised that if burials are encountered, it may be necessary to suspend work on the project in order to comply with the above requirements. Payment for a delay of more than 1 working day for each occurrence will be made in accordance with Article 5.04 and Article 5.05. 6.28. Delay Due to Archeological Discovery A. The Contractor is advised that if archeological artifacts are encountered, it may be necessary to suspend work on the project in order to comply with this Article. B. Work in areas where artifacts are found shall be restricted or stopped as directed by the Engineer until proper protocols are met. C. Work at the location of the find shall halt immediately within 30 feet of the find. If an archaeologist is not present at the time of the discovery, the Engineer will contact an archaeologist for identification and evaluation pursuant to Section 21083.2 of the Public Resources Code, Section 15126.4 of the California Code of Regulations (California Environmental Quality Act [CEQA] Guidelines), and the mitigation measures of the project CEQA document. If the archaeologist determines that the artifact is not significant, the Engineer will authorize the Contractor to resume construction. D. If the archaeologist determines that the artifact is significant, the archaeologist will determine if the artifact can be avoided and, if so, will detail avoidance procedures. The Contractor shall comply with these avoidance procedures. E. If the artifact cannot be avoided, the archaeologist will develop within 48 hours an Action Plan which will include provisions to minimize impacts and, if required, a Data Recovery Plan for recovery of artifacts in accordance with Public Resources Code Section 21083.2 and Section 15126.4 of the CEQA Guidelines. F. The Contractor shall delay work until the Action Plan and, if required, the Data Recovery Plan, are approved by the Engineer. Once the Action Plan and the Data Recovery Plan are approved, the Contractor shall comply with the requirements of these plans. G. Payment for a delay of more than 1 working day for each occurrence will be made in accordance with Article 5.04 and 5.05. S0020 (08-14-15) 6-11 I Relations and Responsibility 6.29. Noise Pollution and Vibration Section 6 A. The Contractor shall be responsible for ensuring that noise produced by construction activities does not exceed the applicable local noise ordinance standards and is in compliance with the performance standards set forth in the Special Provisions. B. At a minimum, the Contractor shall exercise precautionary measures listed below. Installation of these measures shall in no way relieve the Contractor of the responsibility of compliance with the noise criteria. Air compressors and internal combustion engines shall be in good operating condition that meet or exceed original factory specifications and shall be equipped with high-grade mufflers, air -inlet silencers, where appropriate, and noise suppressers. 2. All mobile or fixed noise producing machinery and equipment, including "package" equipment such as fans, cranes, arc -welders, air compressors, electrical operators and the like, shall be suitably housed, enclosed, shielded, equipped with noise control features, or muffled to meet the noise limits specified in the Special Provisions. 3. All mobile or fixed noise producing equipment used by the Contractor that is regulated for noise output by local, state, or federal law shall comply with such regulation while in use. This shall include vehicles licensed for use on public highways. 4. Electrically -powered equipment instead of pneumatic or internal combustion powered equipment shall be used, where feasible. 5. The use of noise -producing signals, including horns, whistles, alarms, and bells shall be for safety warning and emergency purposes only. 6. No music system including personal or vehicle radio, tape, or CD players or the like shall be audible at the Project right of way line. 7. Trucks or other mobile equipment shall not use engine decompression ("Jake Brakes") for deceleration on grades, where feasible. C. The Contractor shall take all necessary precautions during its operations to limit peak particle velocities from vibratory compaction or percussion equipment so that they do not become a public nuisance or result in property damage. D. Any equipment causing incompliance with the noise or vibration criteria shall be removed from the job site as directed by the Engineer. S0020 (08-14-15) 6-12 Legal Relations and Responsibility Section 6 6.30. Air Pollution A. Attention is directed to the BAAQMD and California Air Resources Board regulations. No burning will be allowed on this Project. Idling of internal combustion engines shall be held to an absolute minimum. All vehicles with internal combustion engines shall be fitted with spark arresters. B. Rapid -cure cutback asphalt shall not be used in accordance with BAAQMD, Regulations 8, Rule 15. C. Asbestos -containing serpentine material, as defined in the BAAQMD, Regulations 11, Rule 14, and 17 CCR 93106, shall not be used for surfacing. D. Except as provided by law, idling of heavy duty diesel trucks with gross vehicular weight ratings of greater than 10,000 pounds shall be no more than 5 minutes per 13 CCR 2485. 6.31. Spillage and Dust A. Care shall be taken to prevent spillage when hauling is done. Spillage resulting from hauling operations along or across any public traveled way shall be removed immediately by the Contractor. The Contractor shall pay all expenses for removal of spillage. B. Dust nuisances originating from the Contractor's operations either inside or outside the right of way shall be controlled at the expense of the Contractor in accordance with Article 5.10. C. The Contractor shall provide all necessary precautionary measures to control dust and to prevent spillage on public traveled ways. At a minimum, the Contractor shall provide the measures listed below. Implementation of these measures shall in no way relieve the Contractor of the responsibility to comply with these Specifications. Active maintenance areas, unpaved access roads, and staging areas shall be kept sufficiently moist, and watered as necessary, or shall be applied with non -toxic soil stabilizers, to control dust generation. 2. Trucks hauling sediments and other loose material shall be covered and shall maintain at least 6 inches of freeboard. 3. Tailgates of trucks shall be sealed. 4. If deemed necessary, trucks shall be brushed down before leaving the site. 5. Paved site access roads shall be swept using vacuum powered street sweepers when visible soil material is carried onto the roadway. S0020 (08-14-15) 6-13 Legal Relations and Responsibility Section 6 6. Water the excavation and grading activity during high winds, or suspend the activity, if necessary, to control dust. 7. Inactive areas shall be sprayed with soil stabilizer or seeded to avoid erosion or dust. 8. Exposed stockpiles shall be watered,. enclosed, covered, or sprayed with soil stabilizers. 9. Traffic speeds within the project right of way shall be limited to 15 mph. For off -site restriction, comply with local agencies' requirements. 10. Sandbags or other bank protections shall be installed to prevent silt runoff to roadways. D. Contractor shall immediately remedy any spillage and dust nuisance or deficiency arising from, or in consequence of Contractor's failure to perform the work specified in these Specifications. E. Upon the Contractor's failure to make timely remedies determined by the Engineer to be necessary and in the best interests of the public, the Engineer may employ private or public work forces and equipment to perform the work. The actual cost of employing such forces and equipment shall be doubled and then subtracted from the monies due, or that may become due, the Contractor. Such action(s) taken by the Engineer shall not preclude the District from taking other actions as deemed appropriate, and shall not relieve the Contractor of responsibility to comply with these Specifications. 6.32. Traffic Control A. Traffic control shall consist of all work and materials necessary to maintain safe _vehicular, pedestrian, and cyclist traffic during construction and to perform "best management practices" to mitigate high peak and high volume construction traffic, prevent idling and queuing, establish site access limitations and mitigation measures, identify haul routes, and provide overall control of all construction traffic entering and exiting and operating within the project site. B. All traffic control work shall be performed in accordance with the requirements of the local agency having jurisdiction and the State Specifications. If required, the Contractor shall prepare a traffic control plan in accordance with these Specifications, and submit to the Engineer and the local agency having jurisdiction for review in advance of the work at the site. C. The Contractor shall cooperate with the local agency having jurisdiction relative to handling traffic around the construction area. The Contractor shall make his/her own arrangements relative to keeping the working area clear of parked vehicles to maintain sight visibility and access to adjacent properties. Existing road signs shall not be blocked at any time. S0020 (08-14-15) 6-14 Legal Relations and Responsibility Section 6 D. Truck traffic and haul routes shall be in compliance with local permits and ordinances. The Contractor shall obtain, at Contractor's expense, any required "Haul Route Permit" from the local authority having jurisdiction for transporting to and from the project site construction materials and disposal of surplus materials. E. The Contractor shall conduct his/her operations and schedule cleanups to cause the least possible obstruction and inconvenience to traffic, pedestrians, cyclists, and adjacent property owners. F. Damage done by the Contractor during the course of his/her work to adjacent city, town, county, or private property shall be repaired or replaced in kind and as directed by the Engineer. G. Personal vehicles of the Contractor's employees, and the Contractor's equipment and vehicles shall not be parked on the traveled way, shoulders, medians or lanes which have not been approved for closure, at any time. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic and shall travel in the direction of the traffic. Flaggers and traffic signs may be required to control this activity. No driveways or private roads shall be blocked. Safe access must be maintained for pedestrian traffic throughout the work areas at all times. H. Those parts of public streets, rights of way, and sidewalks that are occupied by the Contractor shall be immediately vacated by him/her and returned to public use when his/her use thereof is no longer necessary for the construction work. Attention is directed to Section 7-1.08, "Public Convenience"; Section 7-1.09, "Public Safety," and Section 12, "Construction Area Traffic Control Devices," of the State Specifications and Article 6.09, "Public Safety," of these Standard Provisions Specifications. Nothing in these Specifications shall be construed as relieving the Contractor from his/her responsibility as provided in said Section 7-1.09, "Public Safety," of the State Specifications. The Contractor shall coordinate with the appropriate local agencies having jurisdiction to receive their approval in the event any temporary lane closures on public streets are needed for the Contractor's operation. Any such traffic signing and flaggers as approved by the local agencies for said lane closure shall be in place prior to closing the lane to traffic. 6.33. Water Quality A. The Contractor shall meet all applicable regulatory requirements to ensure that any discharges to surface waters will not cause violation to the State water quality objectives or violation of regulatory permits issued by regulatory agencies. B. The Contactor shall prevent water quality degradation of water bodies and/or storm drains. Water quality is measured in terms of pollution substances, turbidity, dissolved oxygen, pH, and temperature. S0020 (08-14-15) 6-15 Legal Relations and Responsibility Section 6 C. Oily, greasy, or sediment laden substances or other materials that originate from the Contractor's operation and may degrade the quality of surface water or adversely affect aquatic life, fish, or wildlife shall not be allowed to enter, or be placed where they may later enter, any reservoir, river, creek, or stream. D. The Contractor shall comply with the requirements of the following permits, where applicable, as specified in the Special Provisions: 1. State Water Resources Control Board (SWRCB) National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities. 2. U.S. Army Corps of Engineers CWA Section 404 Permit and Regional Water Quality Control Board/State Water Resources Control Board CWA Section 401 Water Quality Certification. 3. Other individual RWQCB NPDES Permits. 4. Department of Fish and Game 1602 Stream Bed Alteration Agreement. 6.34. Regulated Material Management A. Regulated material includes, but not be limited to, hazardous material and hazardous waste. B. The Contractor is responsible, and shall obtain all required permits and pay all fees and taxes, for satisfying the requirements of any regulatory agency for the storage, monitoring, usage, transportation, safety, reporting, or any other requirements regarding the management of regulated materials on and off the project site(s). C. The Contractor shall not allow regulated materials to spill on District property or easements or other public or private right of way. Any spillage of regulated materials resulting from the Contractor's operation shall be removed immediately by the Contractor at the Contractor's expense. D. The Contractor shall immediately notify the Engineer of any potentially hazardous materials or hazardous waste encountered at the work site and shall take all necessary action to prevent exposure of personnel until all material is identified and proper action can be taken. 6.34.01. Storage of Regulated Materials A. Prior to the storage or use of any regulated materials, the Contractor shall submit to the Engineer a "Regulated Materials Storage and Use Plan" (Plan). The Plan shall include: an inventory of all regulated materials to be stored or used at the project site (which equals or exceeds any of the following separate material phases: 55 gallons liquid, 200 cubic feet of compressed gas, or 500 lbs. solid); the maximum quantity of materials to be stored; the purpose of the materials; the S0020 (08-14-15) 6-16 Legal Relations and Responsibility Section 6 - MSDS for each material; a detailed description of how the materials will be stored (including secondary containment where required by applicable regulatory agencies); a site plan drawn to scale; storage area maps drawn to scale; a detailed description of how the materials will be monitored; a detailed description of how wastes from the materials will be stored and/or disposed; and a detailed description of the procedures to be followed in the event of an uncontrolled release of the regulated materials. B. The Plan shall be submitted to the Engineer for review, in accordance with Article 9.02, and acceptance at least 30 days prior to the storage or use of any regulated materials. The Plan shall be updated and submitted to the Engineer by the Contractor upon the addition of new regulated material not listed previously or a 100 percent (or greater) increase in quantity of a regulated material which is listed in the Plan. 6.34.02. Regulated Material Discharges or Releases A. The Contractor is responsible for all discarded or abandoned material, including regulated materials and hazardous wastes, generated as a result of the Contractor's operations unless specifically noted otherwise in these Specifications. The Contractor's attention is directed to Article 5.06. B. In the event of a discharge or release of a regulated material from the Contractor's operation, the Contractor is responsible for notifying the proper authorities, providing containment of the material, identifying the contaminants, investigating the extent of all contaminants, testing and removing contaminated materials, disposing of contaminated materials, and verifying the removal of all contaminated materials. These activities shall be performed to the satisfaction of the Engineer at the Contractor's cost. The Contractor shall perform any work and provide any and all documentation required by the District and federal, state, and local agencies. The Contractor shall provide copies of all correspondence and reports related to these activities to the Engineer. All work performed to accomplish these activities shall be in accordance with federal, state, and local regulations. C. In the event of a discharge or release of regulated material, the Contractor shall notify the Engineer immediately. Immediate notifications may be verbal. The Contractor shall submit a detailed written report to the Engineer within 24 hours of the discharge or release. The written report shall include: a description of events leading to the discharge or release; action taken to prevent or control the discharge or release; a description of the discharge or release; the quantity of material discharged or released; method used to determine quantity discharged or released; type of material discharged or released; MSDS for the material(s) involved; a description of the area affected by the discharge or release; agencies notified and date and time of notification; and status of the cleanup. The report shall also include the proposed investigation, cleanup, and verification sampling activities. S0020 (08-14-15) 6-17 Legal Relations and Responsibility Section 6 D. All expenses incurred by the Contractor as a result of or to remedy the discharge or release of regulated materials shall be borne solely by the Contractor and no additional compensation will be made therefor. The Contractor shall be responsible for signing the Nonhazardous Waste Manifests and the Hazardous Waste Manifests and paying the State Superfund fees, the generator's fees, and other costs of disposal of these wastes unless specifically stated otherwise in these Specifications. The Contractor shall be identified as the owner and generator of the wastes associated with unauthorized releases or discharges. 6.34.03. Hazardous Waste A. The Contractor shall manage the hazardous wastes generated from this operation in accordance with the Specifications below: Labeling: The Contractor shall completely fill out and affix a "Hazardous Waste" label to each hazardous waste container for the Contractor's operations. Each "Hazardous Waste" label shall contain, at a minimum, the word "HAZARDOUS WASTE," information on the generator (i.e., name, address, phone number), EPA identification number for the waste stream, EPA, and/or California waste code, waste accumulation starting date, identification, and content of the waste, the physical state of the waste (i.e., solid or liquid), and the hazardous property (i.e., flammable, toxic, corrosive, reactive, or other). If the primary container is placed inside a secondary container, then the Contractor shall also prepare and affix another "Hazardous Waste" label on the secondary container. 2. Secondary Containment: The Contractor shall provide appropriate secondary containment for all storage areas for hazardous materials and hazardous wastes. In the case of an installation with one primary container, the secondary containment shall contain at least 110 percent of the volume of the primary container. In the case of an installation with multiple primary containers, the secondary containment shall contain 150 percent of the volume of the largest container or 10 percent of the aggregate internal volume of all primary containers in the storage facility —whichever amount is greater. If the storage facility or storage system is open to rainfall, then the secondary containment must be able to additionally accommodate the volume of a 24-hour rainfall as determined by a 25-year storm history. 3. Accumulation Time Limit: The Contractor shall properly haul and dispose of all hazardous waste within 90 days from the accumulation starting date identified on each "Hazardous Waste" label or on the completion date of the Contract —whichever event comes first. The waste accumulation starting date for each waste stream begins when a first drop of the waste is placed in the container. 4. Hauling and Disposal of Waste: The Contractor shall be responsible for using appropriate hazardous waste haulers and disposing of all S0020 (08-14-15) 6-1.8 Legal Relations and Responsibility Section 6 hazardous wastes in accordance with local, state, and federal regulations. B. Waste Manifests: No later than 15 days after Contractor's request for final inspection, the Contractor shall submit copies of all Hazardous Waste Manifests signed by disposal facilities and certificates of disposal, to prove that Contractor has legally disposed such materials. Submit four (4) copies of each manifest. 6.35. Non -Regulated Materials A. Non -regulated materials are any substance that is not required by any federal, state, or local regulations to have special management, storage, disposal or handling practices. B. Non -regulated materials may be disposed at state -permitted, non -hazardous waste landfills. C. For non -regulated material to be reused, or disposed on site or at a site other than a state -permitted landfill, the Contractor must obtain all required permits, agency approvals, property owner agreements, and pay all fees and taxes for all services and materials required in conjunction with the management, transportation, disposal and reuse of non -regulated materials. 6.35.01. Disposal at Other Than State -Permitted Landfills A. The Contractor shall enter into an agreement with property owner, prior to disposal of materials, and submit a copy thereof to the Engineer, conveying a written consent from the property owner receiving the materials, providing: A written authorization from property owner to accept materials at duly noting quantities, types of materials (soils, debris, etc.), and disposal property location address; 2 A written release from the property owner fully absolving the Santa Clara Valley Water District from any and all responsibility and legal liability towards any damage to life, and environment in connection with the disposal of the materials on the property. B. The Contractor shall provide: 1. Copies of all applicable regulatory agency permits, approvals, licenses, and environmental clearances; 2. Site -specific health and ecological risk assessment and/or compliance with applicable regulatory agency regulations or guidelines, including but not limited to the Environmental Screening Levels per the latest guidelines from San Francisco Bay Regional Water Quality Control Board (SFBRWQCB); S0020 (08-14-15) 6-19 Legal Relations and Responsibility Section 6 3. Copies of documentation of communication made by Contractor with appropriate regulatory agencies on evaluation of regulatory requirements and regulatory agency approvals for disposal of materials; 4. Copies of laboratory testing reports for the materials to be disposed. C. Within 15 days after disposal of materials at property location, the Contractor shall submit an acknowledgement, duly signed by property owner, certifying date of receipt of materials including quantity and types of materials (soils, debris, etc.) received, to prove that Contractor has disposed materials at the location designated in the agreement. D. Waste Manifests: No later than 15 days after Contractor's request for final inspection, the Contractor must submit copies of all Non -Hazardous Waste Manifests signed by disposal facilities and certificates of disposal, to prove that Contractor has legally disposed such materials. Submit four (4) copies of each manifest. 6.36. Imported Earthfill Material A. The Contractor shall not import earthfill material that is contaminated with regulated materials. B. If imported earthfill materials are, or are found to be, contaminated by regulated materials, the Contractor shall immediately remove the contaminated material and dispose of it in accordance with all applicable laws, ordinances, and regulations; conduct necessary sampling and monitoring to verify that all contaminated material has been removed; and verify to the satisfaction of the Engineer and/or appropriate regulatory agencies that any surrounding areas, materials, soils, or waters have not been impacted by the contaminated materials. The subsequent disposal of the contaminated material shall be the responsibility of the Contractor. No compensation will be made to the Contractor by the District for removal, disposal, replacement, chemical analysis, or any other costs associated with the removal, disposal, and replacement of the contaminated material. C. For each imported earthfill material to be used on the Project, the Contractor shall submit to the Engineer for review and acceptance, in accordance with Articles 9.02 and 19.01, an "Imported Materials Certification Form." Copies of the form are available from the Engineer. If the imported earthfill materials are to be obtained from more than one source, the Contractor shall submit a separate form for each source of earthfill material. This form shall be submitted for review and acceptance at least 30 days prior to the delivery of the earthfill material to the construction site. D. The Engineer may obtain soil samples from the site and test them to monitor Contractor's compliance with these provisions. S0020 (08-14-15) 6-20 Legal Relations and Responsibility Section 6 6.37. Migratory Birds, Other Wildlife and Fish Species A. The Contractor shall comply with all applicable federal and state laws, rules and regulations related to protection of migratory birds. The Contractor's attention is directed to the federal Migratory Bird Treaty Act (16 USC 703-712 50 CFR Part 21 and 50 CFR Part 10), and the California Department of Fish and Game Code Sections 2000, 3503, 3503.5, 3513, and 3800, that protect migratory birds, their nests, and their eggs from disturbance or destruction. B. The Contractor shall ensure that birds are not allowed to nest in areas that may be impacted by the Project and shall not harm, or allow to be harmed, any migratory birds per provisions of all applicable statutes. C. The contractor shall comply with all regulatory and permit requirements pertaining to other wildlife and fish species with the potential to occur within the project area. 6.38. Good Neighbor Requirements A. The District is a public entity which takes seriously its responsibility to be a "Good Neighbor." Accordingly, the District seeks to perform its activities, including construction of its facilities, in a manner that takes into consideration the needs of the neighborhood, and is minimally disruptive. B. The Contractor hereby acknowledges the critical importance of meeting the Contract requirements as set forth in these Specifications regarding the "good neighbor requirements", which include, but not be limited to: public safety, working hours, noise pollution and vibration, air pollution, spillage and dust, traffic control, parking restrictions, and storm water pollution. C. The Contractor agrees to adhere to the above "good neighbor requirements" which relate to the lessening of the impact which the work being performed under this Contract, might otherwise have upon the surrounding neighbors. The Contractor acknowledges that its responsibility to observe the restrictions of this Contract relating to the above requirements is significant, critical, and a material provision of this Contract. Therefore any breach of any applicable provision related to these requirements constitutes a material breach of this Contract which shall give rise to the right on the part of the District to immediately terminate this Contract, without any further showing of cause. D. No decision, action or inaction on the part of the District with respect to one such violation may be deemed to be a waiver of any remedy available to the District in the event of any other violation of the provisions of this Contract, including the right to terminate this Contract at any time and at any stage of the work should a material breach occur. S0020 (08-14-15) 6-21 SECTION 7. PROSECUTION AND PROGRESS OF WORK 7.01. Assignment A. The performance of the Contract may not be assigned except upon the written consent of the Board of Directors. Consent will not be given to any proposed assignment which would relieve the original Contractor or surety of their responsibilities under the Contract. B. The Contractor may assign moneys due, or to become due under the Contract, and such assignment will be recognized by the District, if given proper notice thereof, to the extent permitted by law, but any assignment of moneys shall be subject to all proper setoffs in favor of the District and to all deductions provided for in the Contract and particularly all money withheld, whether assigned or not, shall be subject to being used by the District for the completion of the work in the event that the Contractor should be in default therein. 7.02. Notice to Begin Work A. The Notice to Begin Work will be issued by the Designated Engineer within 10 days after receipt of the signed Agreement, and approval by District of the Contract Bonds and insurance documents. Reference is made to Article 4.04. 7.03. Commencement of Work A. The Contractor shall not begin work until receipt from the District of the Notice to Begin Work, and shall, upon receiving Notice, begin work within the time specified in the notice. The time specified in said Notice will allow a period of at least 10 days after the date of said Notice for commencement of work. After receipt of said Notice, the Contractor shall diligently prosecute the Work to completion. The Contractor shall provide, at least 24 hours in advance, written notice to the Engineer of the Contractor's intention to start Work and specify the date on which the Contractor intends to start. 7.04. Work Progress Schedule A. If required by the Special Provisions, the bidder to whom the Contract is awarded shall, prior to execution of the Contract, submit a practicable work schedule to the Engineer, showing the order and dates within which the Contractor proposes to carry out the work. B. If required by the Engineer, the Contractor shall submit supplementary work progress schedules to indicate approximately the percentage of work scheduled for completion at any time. C. The progress schedule and supplementary progress schedules submitted shall be consistent, in all respects, with the time requirements of the Contract. S0020 (08-14-15) 7-1 Prosecution and Progress of Work Section 7 7.05. Temporary Suspension of Work A. By written order to the Contractor, the Engineer may suspend the work wholly or in part for an indefinite period, or for such period as the Engineer may deem necessary, for any of the following reasons: 1. Weather conditions or other conditions which are unfavorable for the proper prosecution of the work; 2. Failure of the Contractor to carry out orders given or to perform any provisions of the Contract; or 3. The convenience and benefit of the District. is B. Such suspension shall be effective upon receipt by the Contractor of the written - order suspending the work and shall be terminated upon receipt by the Contractor of the written order terminating the suspension. C. If, under authority of (A.1) or (A.3) above, the Engineer orders a suspension of all or a portion of the work which is the current controlling operation, it will be cause for a time extension if it affects the controlling item of work. 7.06. Liquidated Damages A. In case all the work called for under the Contract in all parts and requirements is not finished or completed within the number of days as set forth in the Special Provisions, it is agreed that damage will be sustained by the District, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the District will sustain in the event of and by reason of such delay; and it is, therefore, agreed that the Contractor will pay to the District the sum set forth in the Special Provisions per day for each and every day's delay in finishing the work in excess of the number of days prescribed; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the District may deduct the amount thereof from any moneys due, or that may become due, to the Contractor under the Contract. 7.07. Termination of Control A. Failure to supply an adequate working force or material of proper quality, or in any other respect to prosecute the work with the diligence and force specified by the Contract, is grounds for termination of the Contractor's control over the work and for taking over the work by the District. 7.08. Termination of Contract A. The District may terminate the Contract at any time upon a determination that the same is in the best interests of the District. Upon such termination, the rights, duties, and obligations of the parties shall be as stated in Section 8-1.11 of the S0020 (08-14-15) 7-2 Prosecution and Progress of Work Section 7 State Specifications, wherein the words "Director" and "Engineer" shall mean the Engineer, and the words "State" and "Department shall mean District. 7.09. Contractor's Cost Data A. The District or any of its duly authorized representatives shall, until the expiration of 4 years after filing the Notice of Completion and Acceptance under this Contract or any subcontract under it, have access to and the right to examine any of the Contractor's or subcontractor's payrolls, records of personnel, invoices of materials, records of plant and equipment costs, and any and all other directly pertinent books, documents, papers, and records of such Contractor or subcontractors, involving transactions related to said Contract or subcontracts. In the event State or Federal funds are involved in the financing of the project, the State or Federal Government shall have the same rights of inspection as the District. 7.10. Coordination With Utilities A. In general, the location of existing utility facilities as shown on the Drawings is approximate. This information has been obtained from utility maps furnished by the various agencies involved, and the District does not guarantee either the correctness of locations or the extent of such locations. B. Service laterals, such as house sanitary, water, electrical, gas, cable TV, storm or telephone cables, or appurtenances, may not all be shown on the Drawings. Section 4215 of the California Government Code does not require public agencies to indicate the presence of service laterals or appurtenances whenever the presence of such utilities can be inferred from the presence of other visible facilities, such as buildings, meter boxes, or junction boxes, on or adjacent to the construction site. No changes in the Contract price or Contract time will be made due to the presence of unidentified or incorrectly located service laterals or appurtenances. It shall be the responsibility of the Contractor to ascertain the exact location of the utility facilities. C. Unless otherwise indicated on the Drawings or specified in the Specifications, the Contractor shall maintain in service all utilities including house services, power, lighting, and telephone conduits, and any other surface or subsurface structure or facility of any nature that may be affected by the work; provided, however, that the Contractor, for convenience, may arrange with the owner to temporarily disconnect house service lines or other facilities along the line of the work. The cost of disconnecting and restoring such utilities shall be borne by the Contractor. D. In the event that a main or trunk line utility facility is encountered which interferes with the work and is neither shown on the Drawings nor specified in the Specifications, the Contractor shall immediately notify the District in writing. The District will either have the appropriate utility company or public agency relocate the facility, or the District will direct the Contractor to relocate the facility in accordance with Article 5.03, Change in Work. S0020 (08-14-15) 7-3 Prosecution and Proaress of Work Section 7 E. In the event that a main or trunk line utility facility is encountered which interferes with the work and which the Contractor believes is not shown on the Drawings or indicated in the Specifications with reasonable accuracy, the Contractor shall immediately notify the District in writing. Reasonable accuracy is defined as being within the tolerances noted on the Drawings. If the Engineer determines that the main or trunk line utility facility was shown on the Drawings or indicated in the Specifications with reasonable accuracy, the Contractor shall be solely responsible for relocation or removal, and no additional time will be granted nor will additional compensation be made for any additional work required. If the Engineer determines that the main or trunk line utility facility was not shown on the Drawings or indicated in the Specifications with reasonable accuracy, the District will either have the appropriate utility company or public agency relocate the facility, or the District will direct the Contractor to relocate the facility in accordance with Article 5.03, Change in Work. F. When a delay in the completion of the project is caused by the failure of the District or the owner of a utility facility to provide for removal or relocation of existing main or trunk line utility facilities which are not shown on the Drawings or indicated in the Specifications, or which are not shown on the Drawings or indicated in the Specifications with reasonable accuracy, the Contract time will be extended in accordance with Article 5.05, Change of Contract Time. S0020 (08-14-15) 7-4 SECTION 8. MEASUREMENT AND PAYMENT 8.01. Measurement of Quantities A. All work except work based on time and materials will be paid for at a contract price per unit of measurement and will be measured by the Engineer in. accordance with the United States Standard Measures. Unless otherwise specifically provided, the Engineer will compute quantities by a method which, in the Engineer's opinion, is best suited to obtain an accurate determination. The weights of metalwork, pipe, and other metal parts to be paid for on the basis of weight, will be determined by the Engineer. The District will not provide scales for weighing material. The Engineer will determine the weight of each part or item in the most practicable manner and will use for that purpose manufacturer's weights, or in their absence, catalog weights or estimated weights, in that order; provided, that weights of nonmetallic coatings will be excluded. 8:02. Deductions From Payments A. The District may, at its option and at any time, retain out of any amounts due the Contractor, sums sufficient to cover claims, filed pursuant to Section 3179 et seq. of the Civil Code. 8.03. Progress Payment A. On the 25th of each month, the Contractor will prepare and submit to the District an estimate in writing of the total amount of work done; an estimate of the acceptable materials furnished and delivered by the Contractor to the jobsite and not used up to the date of such estimate, and the value thereof. Small/Micro Business Enterprise (SBE) Utilization Report, if required, must be submitted with the payment request. The Contractor must also submit the certified weekly payroll(s) for the pay estimate period in accordance with Article 6.04.C. Each progress pay request is to include payment for work completed up to and including the 25th of the month. Acceptable materials shall be those materials which will become a part of the finished construction work. The basis for partial payments of lump sum or other unit Contract items will be determined by agreement between the Engineer and the Contractor. B. Payment requests shall be submitted on an approved Contractor Monthly Progress Pay Estimate Summary sheet. The pay request submitted by the Contractor shall contain a source document which provides back-up information on how the estimate was prepared. A source document is defined as the basic document used to record or calculate quantities. The source document must contain the appropriate Contract Bid Item, the location of the installation, the necessary measurement and/or calculations, and the name of the person preparing the document. Before any partial payment or the final payment is made, the Contractor shall submit satisfactory evidence that the Contractor is not delinquent in payments to employees or creditors (for example, subcontractors, suppliers, etc.) for labor and materials incorporated into the work. Request for payment of work performed on extra work shall be accompanied by the Daily S0020 (08-14-15) 8-1 Measurement and Payment Section 8 Extra Work Report Form FC204w. The form shall be signed by both the District inspector and the Contractor's representative. C. Upon receipt of a payment request, the District shall review the payment request for the purpose of determining that the payment request is a proper payment request. Any payment request determined not to be a proper payment request suitable for payment shall be returned to the Contractor no later than seven days, after receipt. A payment request returned pursuant to this paragraph shall be accompanied by a letter citing the reasons why the payment request is not proper. The following are examples of an improper payment request: The item of work requested to be paid was not performed. 2. The work being requested to be paid has already been paid in previous Progress Pay Estimates. 3. The work performed and requested to be paid was not done in accordance with the contract (non-compliance). 4. The quality of the finished product is unacceptable. 5. The source documentation is inaccurate. 6. The Daily Extra Work Reports (for extra work) are not properly filled out. 7. Failure to submit SBE Utilization Report, if required. D. If the District fails to make any progress payment within 30 days after receipt of an undisputed and properly submitted payment request from the Contractor, the District shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. E. The number of days available to the District to make a payment without incurring interest pursuant to this Section shall be reduced by the number of days by which the District exceeds the seven-day return requirement set forth in paragraph A. 1. The District shall retain five percent of such estimated value of work done and five percent of the value of the materials so estimated to have been furnished and delivered and unused as aforesaid, and shall pay to the Contractor, while carrying on the work, the balance not retained as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the Contract. No such estimate or payment shall be required to be made when, in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of the Contract, or when, in the Engineer's judgment, the total value of the work done since the last estimate amounts to less than $1,000. No such estimate or payment shall be considered to be an acceptance of any defective work or improper materials. All progress S0020 (08-14-15) 8-2 Measurement and Payment Section 8 estimates and payments shall be subject to correction in the final estimate. 2. At the request of the Contractor, the District will permit the substitution of securities or certificates of deposit equivalent to the amount of any monies withheld by the District as above provided. The deposit shall, in that event, be with the District, or with a state or federal chartered bank in California as the escrow agent. 3. Alternatively, on written request of the Contractor, the District will make payments of the retention as it is earned directly to the escrow agent. F. The Contractor shall bear the expense of the District and the escrow agent in connection with the escrow deposit made. G. Securities or certificates of deposit to be placed in escrow shall be subject to approval of the District and, unless otherwise permitted by the escrow agreement, shall be of a value of at least equivalent to the amounts of retention to be paid to the Contractor pursuant to this Section. H. When the District makes payment of retentions directly to the escrow agent, the Contractor may direct, subject to approval of the District, the investment of the payments into securities. The Contractor shall enter into an escrow agreement satisfactory to the District, which agreement shall be substantially similar to that specified in Section 22300 of the Public Contract Code. J. The Contractor shall obtain the written consent of the surety to such agreement. 8.04. Final Payment A. As soon as practicable after completion of the work, the Engineer will prepare in writing and furnish to the Contractor the final estimate of the quantities of work done and all payments due under the Contract, which estimate will show deductions for prior payments and any other amounts to be retained under Article 8.02. The amount determined due, less the amount retained, will be paid. This retained amount will not be due or payable until 35 days after the completion of the work and the filing of Notice of Completion and Acceptance in the manner provided by law, and until after the Contractor has furnished the District a release of all claims by the Contractor against the District arising by virtue of this Contract, except such claims in definite amounts as the Contractor may specifically exempt from the operation of the release and the furnishing of any guaranty required by Article 3.11. 8.05. Scope of Payment A. Payment for all items of work at the unit or lump sum price shall be considered as full compensation for furnishing all labor, materials, tools, equipment, and S0020 (08-14-15) 8-3.. Measurement and Payment Section 8 incidentals necessary to complete the item of work, and no additional allowance will be made therefor. Payment for items of work which are called for in the Specifications or shown on the Drawings but which are not separately identified in the Proposal form shall be compensated as part of the bid price of one or more of the items which are listed, and no additional allowance will be made therefor. 8.06. Acceptance of Final Payment Constitutes Release A. Acceptance by the Contractor of final payment constitutes and shall be a release by the Contractor of all claims against the District, except disputed contract claims in stated amounts specifically excepted in writing. 8.07. Small/Micro Business Enterprise Utilization Reporting Requirement A. The Contractor must submit the properly completed SBE Utilization Report with the request for progress payment and request for final payment. All payment requests must include the Report, if required, to be considered a "properly submitted payment request." S0020 (08-14-15) 8-4 SECTION 9. CONTROL OF WORK 9.01. Authority of Engineer A. The Engineer shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed and rate of progress of the work, all questions which may arise as to the interpretation of the Drawings and Specifications, and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. The Engineer's decision shall be final. The Engineer shall have authority to enforce and make effective such decisions and orders which the Contractor fails to carry out promptly. 9.02. Submittals to Be Furnished by the Contractor A. The Drawings listed in the Specifications shall be supplemented by the Contractor with such submittals as may be required for the prosecution of the work and approval of equipment. Submittals may include shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, and similar classes of drawings, calculations, specifications, product data, samples, manuals, spare parts, photographs, survey data, schedules, or similar items required to be submitted to the Engineer by the Contract Documents. These submittals shall be favorably reviewed by the Engineer before any work involving these submittals is performed. No change shall be made by the Contractor to any submittal after it has been favorably reviewed by the Engineer. Submittals shall contain all required detailed information at a reasonable scale with enough views to clearly show the work to be done or the item to be furnished, and shall be properly checked. B. It is expressly understood, however, that Engineer's review of the Contractor's submittals shall not relieve the Contractor of any responsibility for accuracy of dimensions and details, or for mutual agreement of dimensions and details. The Contractor shall be solely responsible for agreement and conformity of submittals with the Contract Drawings and Specifications. C. The sequence of submission of submittals shall be such that all information is available to the Engineer for review of each submittal as it is received. Five copies of each submittal shall be submitted. For submittals that require Engineer's review, one copy will be returned to the Contractor marked "No Exceptions Noted," "Make Corrections as Noted," "Revise and Resubmit," or 'Rejected" within 20 days after receipt. The Contractor shall make any necessary corrections and revisions to returned submittals and shall resubmit the submittals within 20 days after receipt. For items that are required to be submitted to the Engineer but which do not require review, one copy will be returned to the Contractor marked "In Receipt Of." The Contractor is responsible for furnishing submittals in sufficient time for approval action, including resubmittal, without delaying construction. D. If a returned submittal is required to be resubmitted more than once due to Contractor's failure to comply with submittal requirements, the Contractor may be charged all costs associated with re -review of the submittal. The charges may S0020 (08-14-15) 9-1 Control of Work Section 9 be deducted from progress payment due or become due to the Contractor and shall be based on actual review hours recorded by the Engineer. The hourly rate of the Engineer, and/or Engineer's consultant, shall be the actual wages times a multiplier specified in the Special Provisions. 9.02.01. Submittal Requirements A. All submittals shall be clearly identified by reference to the Project name, specification section, article, paragraph, drawing number or detail as applicable. Submittals shall be well -organized, and shall be clear and legible and of sufficient size for clear presentation of data. Data submitted shall describe the materials, equipment, or other items to be furnished and, where applicable, the system in sufficient detail to indicate full compliance with the requirements of these Contract Documents. B. All submittals shall be in the English language and customary American units (feet, inches, pounds, degrees Fahrenheit, etc.). Metric units may be provided in addition to customary American units. C. All submittals and supporting data, catalogs, schedules, etc., shall be submitted as the instruments of the Contractor, who shall be responsible for their accuracy, completeness, coordination and conformance with the Contract Documents. These submittals may be prepared by the Contractor, subcontractors, or suppliers, but the Contractor shall review and ascertain that submittals meet all of the requirements of the Contract Documents, while conforming to structural, space and access conditions at the point of installation prior to submission to the Engineer. Designation of work "by others," if shown in submittals, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor of supplier who prepared these submittals. The Contractor shall ensure that there is no conflict with other submittals. The Contractor shall ensure coordination of submittals among the related crafts and subcontractors. D. If the submittals show any deviations from the Contract requirements, the Contractor shall include with the submittal a separate written description of such deviations and the reasons therefor. The Engineer will respond in writing within 10 days indicating the time necessary to evaluate the deviations. If any deviations from the Contract requirements are not clearly noted and prominently identified on the submittal, the review of the submittal shall not constitute acceptance of such deviations. E. The Contractor shall check all submittals before submitting them to the Engineer and shall certify on each transmittal letter and on each submittal that the submittal has been checked, is in compliance with the Contract Documents except as specifically noted, and that each deviation from the Contract Documents is specifically noted. F. Submittals shall include: S0020 (08-14-15) 9-2 Control of Work Section 9 A separate transmittal form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete Specification Sections or Articles, for which a submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. The Specification Section or Article to which the submittal is related shall be indicated on the transmittal form. 2. A sequential number, in chronological order, shall be assigned for each submittal and shall be noted on the transmittal form. Submittal numbers shall have the following format: "XXX.Y'; where "XXV is the sequential number (001 to 999) assigned by the Contractor, "Y" is the resubmittal number (1 to 9). For each item submitted, the Contractor shall include the applicable Article number on the submittal and on the transmittal form. 3. A separate written description of deviations from the Contract Documents, if any. 4. The date of submission and the dates of any previous submissions. 5. District's Name, the Project title and number. 6. Contractor identification. 7. The names of (as applicable): a. Subcontractor b. Supplier C. Manufacturer 8. Identification of the product, with the Specification Section or Article number, page and paragraph(s). 9. Field dimensions, clearly identified as such. 10. Relation to adjacent or critical features of the work or materials. 11. Applicable standards, such as ASTM. 12. Identification of revisions on resubmittals. G. All resubmittals shall be accompanied by a memorandum or letter from the Contractor that responds to each written review comment provided by the Engineer in the previous submittal. Each response shall describe the corrective action taken or reason for Contractor's actions. S0020 (08-14-15) 9-3 Control of Work 9.02.02. Submittal Review Procedures Section 9 A. Review of submittals has as its primary objective the completion of the work in full conformance with the Contract Documents, unmarred by field corrections, and within the construction time provided. In addition to this primary objective, submittal review as a secondary objective will assist the Contractor in its procurement of equipment that will meet all requirements of the Contract Documents, will fit the structures detailed on the Drawings, will be completed with respect to piping, electrical, and control connections, will have the proper functional characteristics, and will become an integral part of a complete operating facility. B. The review of shop drawings, product data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed: as permitting any deviation from or non-compliance with the Contract requirements; 2. as relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; 3. as approving departures from details furnished by the Engineer, except as otherwise provided herein. C. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. D. If the Contractor submits an incomplete submittal, the submittal will be considered "Rejected" and will be returned to the Contractor without review except that the Engineer may, at Engineer's sole discretion, elect to provide a list of, or mark the submittal indicating some or all of the areas that are incomplete. A complete submittal shall contain sufficient data to demonstrate that the items comply with the Contract Documents; shall meet the minimum requirements for submissions cited in the technical specifications; and shall include any necessary revisions required for equipment other than first named manufacturer. The Engineer's determination whether a submittal is complete shall be final. E. After review by the Engineer of each of the Contractor's submissions, the material will be returned to the Contractor with actions defined as follows. NO EXCEPTIONS NOTED The favorable review of submittal is subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. It does not constitute approval or deletion S0020 (08-14-15) 9-4 Control of Work Section 9 of specified or required items not shown in the partial submission. The Contractor may proceed with the work shown in the submittal. 2. MAKE CORRECTIONS AS NOTED Same as 1, except that minor corrections as noted shall be made by the Contractor.. Contractor may proceed with the work providing corrections have been made. Resubmission is not required. 3. REVISE AND RESUBMIT Rejected because of major inconsistencies or errors which shall be resolved or corrected by the Contractor prior to subsequent resubmission. The Contractor may not proceed with the work shown in the submittal. 4. REJECTED Submitted material does not conform to Drawings and Specifications in major respect., i.e.: wrong size, model, capacity, or material. The Contractor may not proceed with the work shown in the submittal. 5. IN RECEIPT OF The submittal does not require review by the Engineer. F. Resubmittals will be processed in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods, to revisions from previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor and if any such revisions are installed, all portions thereof that do not fully conform to the Contract Documents shall be corrected by the Contractor at its expense as required by the Engineer. G. The favorable review of submittals (returned "No Exceptions Noted" or "Make Corrections as Noted") shall be obtained from the Engineer prior to the fabrication, delivery, and construction of items requiring submittals. H. The favorable review of all submittals (returned "No Exceptions Noted" or "Make Corrections as Noted") shall apply in general design only and shall in no way relieve the Contractor for responsibility for errors or omissions contained therein. Favorable review shall not relieve the Contractor of its obligation to meet safety requirements and all other requirements of laws, nor constitute a change order authorization. Favorable review will not constitute acceptance by the District of any responsibility for the accuracy, coordination, and completeness of the submittals or the items of equipment represented on the submittals. S0020 (08-14-15) 9-5 Control of Work 9.03. Drawings and Data to Be Furnished by the District Section 9 A. The District may issue supplemental Drawings for the construction work under the Contract. These Drawings will show additional details as required for construction purposes. Installation instructions for District -furnished materials will be furnished if required. 9.04. Superintendence A. The Contractor shall designate, in writing before starting work, an authorized representative who shall have complete authority to represent and act for the Contractor. Said authorized representative of the Contractor shall normally be present at the site of the work at all times while work is actually in progress on the Contract. During any period when work is suspended, arrangements acceptable to the Engineer shall be made for any emergency work which may be required. B. Whenever the Contractor or an authorized representative is not present on any part of the work where it may be desired to give direction, orders will be given by the Engineer, which shall be received and obeyed by the superintendent who may have charge of the particular work in reference to which the orders are given. Any order given by the Engineer, not otherwise required by the Specifications to be in writing, will, on request of the Contractor, be given or confirmed by the Engineer in writing. C. The Contractor shall designate, in writing, the names and telephone numbers of at least three representatives who could be contacted at any time in the event that an emergency occurs. 9.05. Character of Workers A. Any subcontractor, or person employed by the Contractor or subcontractor, who fails or refuses to carry out the directions of the Engineer, or appears to the Engineer to be incompetent or to act in a disorderly or improper manner, shall be removed from the work immediately on the written request of the Engineer, and such person shall not again be employed on the work. 9.06. Layout of Work and Surveys A. The Engineer will establish lines and grades required for proper execution of the work. The Contractor shall, without additional cost to the District, give such assistance and provide such drill holes, forms, ladders, spikes, nails, and lights as may be required by the Engineer in layout of work and surveys. The Contractor shall adjust construction operations at such points and for such reasonable time as may be necessary to assist in the layout of work and surveys. B. The District will provide only the minimum of survey crew services essential to orderly performance of the work, and District survey crews will not be available at all times for the work under these Specifications. S0020 (08-14-15) 9-6 Control of Work Section 9 C. When the Contractor requires stakes or marks, the Engineer shall be notified of such requirements a reasonable length of time in advance of starting operations that require such stakes or marks. In no event shall a notice of less than five working days be considered a reasonable length of time. D. Where construction operations require removal of the District's stakes or other survey marks, the Contractor shall reference such points in an approved manner. Survey stakes or marks established by the District shall be preserved by the Contractor until their removal is authorized, and in case of their unauthorized destruction or removal by the Contractor's forces, they will be replaced at the Contractor's expense. Any cost to the District of replacing survey stakes or marks will be deducted from payments due the Contractor. Such cost will include a reasonable charge for use of District supplies, labor and equipment, plus overhead. 9.07. Inspection A. The Engineer shall at all times have access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the quality of performance are in accordance with the requirements and intentions of the Drawings and Specifications. All work done and all materials furnished shall be subject to the Engineer's inspection and approval. B. The day-to-day inspection performed by the various inspectors employed by the District shall not constitute approval or ratification of work improperly done by the Contractor. The Engineer is the only person authorized to recommend acceptance or rejection of work and materials. C. The presence or absence of an inspector during performance of the work shall not relieve the Contractor of any obligation to fulfill the Contract. It shall be the duty of the Contractor to see that all provisions are complied with in detail, irrespective of the inspection given the work during its progress by the Engineer or representatives of the Engineer. Any plan or method suggested to the Contractor by the Engineer or an inspector, but not specified or required, if adopted or followed in whole or in part, shall be used at the risk and responsibility of the Contractor; and the District and the Engineer will assume no responsibility therefor. D. Should it be considered necessary or advisable by the District at any time before acceptance of the entire work to make an examination of work already completed by removing or tearing out same, the Contractor shall, on request, promptly furnish all necessary facilities, labor, and material. If such work is found to be defective or nonconforming in any material respect, due to the fault of the Contractor or subcontractors, the Contractor shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, an equitable adjustment shall be made in the Contract price to compensate the Contractor for the additional services involved in such examination and reconstruction and, if completion of the work S0020 (08-14-15) 9-7 Control of Work Section 9 has been delayed thereby, the Contractor shall, in addition, be granted a suitable extension of time. E. Projects financed in whole or part with federal or state funds shall be subject to inspection at all times by the federal or state agency involved. F. No portion of any work, installed materials, products, or equipment, shall be covered or concealed in any manner without first being inspected by the Engineer. Whenever the Contractor is ready to backfill, bury, cast -in -concrete, hide, or otherwise cover any work under this Contract, the Contractor shall notify the Engineer not less than one Work Day in advance to request inspection before beginning any such work of covering. Failure of the Contractor to notify the Engineer at least one Work Day in advance of any such inspections shall be reasonable cause for the Engineer to order a sufficient delay in the Contractor's schedule to allow time for such inspection. If any work, materials, products, or equipment is covered prior to inspection or the express approval of the Engineer, that work, materials, products, or equipment shall be uncovered at no additional cost to the District. All associated costs, including its impact on other portions of the work, shall be borne by the Contractor. G. The Contractor shall not conceal any part of the work until record drawing information has been taken and recorded by the Contractor. H. The Engineer, at District's cost, may attend scheduled off -site plants for inspection of equipment, materials, or software to be incorporated into the work. Should such inspection attended by Engineer be delayed, the Contractor shall reimburse the District for the actual salary costs of Engineer times the overhead rate specified in the Special Provisions and the actual cost of other direct costs incurred due to the inspection delay. The Contractor shall accommodate inspection at the place of origin of materials, product, and equipment if specified or requested by the Engineer. J. The Contractor shall provide safe passage and access for inspection of the work in any area. Off -site storage areas and warehouse facilities are also subject to inspection if payment for any equipment or materials stored at these locations is claimed for progress payment. 9.08. Defective and Unauthorized Works A. All work which has been rejected shall be remedied or removed and replaced by the Contractor in an acceptable manner at no additional cost to the District. B. Payment will not be made for any work done beyond the lines and grades shown on the Drawings or established by the Engineer, or any extra work done without written authority, and such work will be considered as unauthorized. Work so done may be ordered remedied, removed, or replaced. S0020 (08-14-15) 9-8 Control of Work Section 9 C. If the Contractor should fail to comply promptly with any order of the Engineer made under the provisions of this Article, the Engineer may cause rejected or unauthorized work to be remedied, removed, or replaced, and the costs thereof to be deducted from any moneys due or to become due the Contractor. 9.09. Construction Equipment and Plant A. The Contractor shall provide and use construction equipment and plant capable of producing the quality and quantity of work required. Construction equipment shall be identified by readily visible numbers. If ordered," Contractor shall remove unsatisfactory construction equipment and discontinue the operation of unsatisfactory plants. 9.10. Final Inspection and Acceptance of Work A. When the work authorized by the Contract has been completed, the Engineer will make the final inspection. If the Engineer determines that the work has been completed, in accordance with the Contract, the Engineer will recommend that the work be accepted. The Contractor will be relieved of the responsibility imposed by Article 6.15 on the date of acceptance. 9.11. Use Prior to Acceptance A. The District may take possession of, and use, all or part of the project prior to acceptance. S0020 (08-14-15) 9-9 SECTION 10. CONTROL OF MATERIALS AND INSTALLED EQUIPMENT 10.01. Furnishing and Quality of Materials and Equipment A. Contractor shall furnish materials and equipment as specified. B. Only materials and equipment conforming to the requirements of the Contract shall be incorporated in the project. Except as otherwise specified or approved, materials and equipment shall be new and unused. 10.02. Source of Materials and Equipment A. The Contractor shall furnish a list of sources of materials and equipment to the Engineer on a District form in sufficient time to permit proper inspection and testing of materials and equipment in advance of their use. Inspection and tests will be made and reports rendered, but it is understood that such inspections and tests shall not be considered as a guarantee of acceptance of any material or equipment which may be delivered later for incorporation in the work. No equipment or materials which, after approval, have in any way become unfit for use, shall be used in the work. B. At the option of the Engineer, the source of supply of each of the materials shall be approved before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. After trial, if it is found that sources of supply which appeared satisfactory do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other sources. 10.03. Product Data and Samples A. The Contractor shall submit five copies of approval data for materials and equipment proposed for installation. Approval data shall consist of complete material and equipment lists accompanied by catalog data sheets, cuts, performance curves, diagrams, or similar descriptive material. Material and equipment lists shall give, in each case, the name of the manufacturer, trade name, catalog reference, size, finish, and all other pertinent data. It is intended that approval data should not include such materials as small pipe and small pipe fittings, conduit and conduit fittings, or tubing. The Contractor shall furnish operation and maintenance manuals or instructions if required by the Special Provisions. B. The Contractor shall furnish without charge such samples as may be required. 10.04. Storage of Materials and Equipment A. Materials and equipment shall be so stored as to ensure the preservation of their quality and fitness for the work. They shall be placed under cover when necessary and shall be stored in a manner that will facilitate prompt inspection. S0020 (08-14-15) 10-1 Control of Materials and Installed Equipment Section 10 10.05. Defective Materials A. All materials not conforming to the requirements of the Contract shall be considered as defective and all such materials shall be rejected, whether in place or not. They shall be removed immediately from the site of the work, unless otherwise permitted by the Engineer. No rejected material, the defects of which have been subsequently corrected, shall be used unless approval in writing has been given by the Engineer. If the Contractor should fail to comply promptly with any order of the Engineer made under the provisions of this Article, the Engineer may cause defective materials to be removed and replaced, and the costs thereof to be deducted from moneys due, or to become due, the Contractor. 10.06. Equal, Sole or Single Source, and Substitution A. Specified Item: Material, equipment, product, thing, or service referenced in the Contract Documents that has been identified by specific brand, manufacturer, catalog number, or trade name. B. Equal Items: Items, as referenced in these Contract Documents are those, which, to the Engineer's knowledge, meet the requirements of the Contract Documents and are considered equal to the specified items. C. Substitutions: Substitutions are considered changes to the Contract. D. Sole source/single source: If the material or equipment specification lists only one manufacturer, catalog number, or trade name, and is followed by the designation "no equal," "no others acceptable," "no alternatives allowed," "no other manufacturers accepted," and similar language, then the material or equipment is designated to be a sole source item based on one or more of the reasons stated in the Public Contract Code 3400 (b). No substitution of sole -source items will be allowed. E. Whenever an item has been designated in the Contract Documents as described in paragraph A, such designations shall be deemed to be used for the purpose of facilitating the description of the Specified Item and shall be deemed to be followed by the words "or equal," whether explicitly stated or not. Unless specifically noted to the contrary (see Paragraph D above), if only one manufacturer, catalog number, or trade name is listed, it is the only product known to the District that meets the requirements of the Contract Documents, but this does not preclude the provision of materials or equipment which are equal to the specified item. F. Submission of items which are proposed as equal to the Specified Items will be evaluated in accordance with the following provisions: The Contractor shall submit to the Engineer in accordance with Public Contract Code Section 3400, after contract award, no later than 35 days after the date of Notice to Begin Work, proposal for replacement of a Specified Item with an Equal Item. At the sole discretion of the Engineer, S0020 (08-14-15) 10-2 Control of Materials and Installed Equipment Section 10 District may give written consent to the submission of the proposed Equal Item after the expiration of the thirty-five (35) day time limit. 2. Burden of proof as to the submitted items being equal to the Specified Items is the responsibility of the Contractor. 3. The Contractor shall submit sufficient data, drawings, samples, literature, calculations, and all other information requested by District to demonstrate to the Engineer that the proposed items are equal to the Specified Items. 4. Failure of the Contractor to submit the proposed Equal Item for review in the manner and time described above shall be sufficient cause for rejection by the Engineer of the proposed Equal Item. 5. The Engineer's evaluation of the submitted items proposed as being equal to the Specified Items is based on, but not limited to, the following: a. Performance; b. Functionality, efficiency; C. Durability; d. Life cycle costs; e. Ease and economy of maintenance and operation; Construction and physical characteristics as compared to the specified items, or as delineated in the Contract Documents; g. Dimensional compatibility with the materials it combined to produce a unified design system; h. Compatibility with products in use; All aspects of finished appearance including form, texture and color, that may affect other design elements; j. Impacts to Project design, construction schedule, or construction sequencing. 6. The Engineer will be the sole judge in this matter. In the event the Engineer rejects the proposed items, the Contractor shall submit the Specified Items. G. Submission of items which are proposed as substitutions of the Specified Items shall be subject to the following provisions: S0020 (08-14-15) 10-3 Control of Materials and Installed Equipment Section 10 Except for the 35-day time limit specified in F.1, all provisions and evaluation criteria under Paragraph F above shall apply to the proposed substitutions. 2. Unless a written consent is provided by the Engineer, no submission of proposed substitutions will be accepted nor considered by the Engineer prior to contract award. 3. Other additional provisions and/or criteria as deemed necessary by the Engineer. 4. Substitution(s) of Specified Item(s) proposed by the Contractor may require modifications in the Project design, Project schedule, and/or construction sequencing. The Contractor shall identify all necessary project modifications required for the substitution(s). Necessary project modifications may include, but not be limited to, electrical, instrumentation, structural, mechanical, architectural, testing, engineering costs, and other related modifications. 5. The Contractor is responsible for all costs associated with the substitution(s), including submittal reviews and any project redesigns and modifications. Contractor refusal to accept any of these costs shall be just cause for disapproval of the substitution(s). 6. District will review and respond in writing to the Contractor's proposed substitution within twenty-one (21) days after receipt of all information District requires to make a final determination. 7. If the proposed items are accepted, 50 percent of all savings shall be credited to the District. 10.07. Testing Materials A. Unless otherwise specified in the Special Provisions or Technical Provisions or called for on the Drawings, the work shall be tested by the District or its authorized representative in order to determine compliance with the Drawings and the Specifications. B. Whenever a reference is made to a specification or test designation, whether of the American Society of Testing Materials, the American Water Works Association, or any other authority, and the number accompanying the specification or test method representing the year of its acceptance or adoption is omitted, the reference shall mean the specification of test method in effect on the date of the Notice to Bidders. C. Whenever said specification or test designation provides for test reports (such as certified mill test reports) from the manufacturer, copies of such reports, identified as to the lot of material, shall be furnished to the Engineer. The manufacturer's S0020 (08-14-15) 10-4 Control of Materials and Installed Equipment Section 10 test reports shall supplement the inspection, sampling, and testing provisions, and shall not constitute a waiver of the District's right to inspect. 10.08. Plant Inspection A. Materials and equipment which become a part of the completed work will be subject to inspection at the place of production or manufacture, at the shipping point, or at the site of the work. Materials and equipment requiring inspection at the place of production or manufacture will be designated by the Engineer. Where plant inspection is so designated, the Engineer shall be given 14 days' advance notice of the start of manufacture or production. The Contractor's purchase orders for materials and equipment, for which plant inspection has been designated by the Engineer, shall bear a suitable notation advising suppliers and subcontractors of inspection requirements. B. The Engineer or an authorized representative shall have free entry at all times to such parts of the plant as concerns the manufacture or production of materials and equipment for the District. Adequate facilities shall be furnished free of charge to make the necessary inspection. C. The District assumes no obligation to inspect materials or equipment at the place of manufacture or production, or at the shipping point. 10.09. District -Furnished Materials A. Materials furnished by the District will be available at locations designated in the Special Provisions. They shall be loaded, unloaded, and hauled to the site of the work by the Contractor at the Contractor's expense. The Contractor shall be held responsible for all materials furnished, and shall pay all demurrage and storage charges. S0020 (08-14-15) 10-5 SPECIAL PROVISIONS THIS PAGE INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS SECTION 11. WORK AND SCHEDULE OF WORK 11.01. Summary of Work A. The work to be completed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required to construct the John D. Morgan Monitoring Wells Project as shown on the Drawings and detailed in the Specifications. The project scope includes, but is not limited to, the following: Drilling two borings (up to 12 inches in diameter) to a maximum depth of approximately 400 feet 2. Retrieving soil cores for analysis 3. Constructing up to five monitoring wells at various depths in the two borings 4. Constructing a temporary sound wall 5. Parking lot restriping and resurfacing following completion of drilling and well construction. 11.02. Drawings A. Drawings accompany these Specifications and are made a part thereof. The Drawings are bound with the Specifications. Contractor's attention is directed to Appendix B. 11.03. Site Maintenance and Clean -Up A. During construction, the Contractor shall keep the work site, areas adjacent to the work site, and access roads in an orderly condition, free and clear from debris and discarded materials. Care shall be taken to prevent spillage when hauling is done. Any spillage or debris resulting from Contractor's operation shall be immediately removed by the Contractor. The Contractor shall not sweep, grade, or flush surplus materials, rubbish, debris, or dust into storm drains or stream channels. B. Upon completion of work, the Contractor shall remove from the work site and areas adjacent to the work site, all building materials, debris, unused materials, concrete forms, and other materials used during the construction belonging to the Contractor. All access roads and maintenance roads shall be graded, removing wheel tracks and smoothing up such roads. See Article 21.06 for Final Cleaning. SpecialProvisions.docx 11-1 Revised 05/06/14 S13376.docx Version D Work and Schedule of Work 11.04. Time Allowance for Completion of Work Section 11 A. The Contractor shall complete all work required under this Contract before the expiration of 147 days from the First Chargeable Day of the Contract. The First Chargeable Day of the Contract will be defined in the Notice to Begin Work issued by the District. B. Work shall include the following milestones: Milestone 1: Completion of well construction work and parking lot restriping and resurfacing work. 2. Milestone 2: Completion of all remaining Work. C. Milestone Completion: The Contractor shall complete Milestone 1 before the expiration of 119 days from the First Chargeable Day of the Contract. 2. The Contractor shall complete Milestone 2 before the expiration of 147 days from the First Chargeable Day. D. See Article 11.07 for liquidated damage assessments. E. See Article 17.02 — Hours of Work. F. The District is not required to accept an earlier (advanced) schedule, i.e., one that shows early completion date(s) but within the Contract time as specified in these Specifications. Time(s) for completion of work shall adhere to the Contract time(s) specified in these Specifications unless earlier time(s) of completion are requested by Contractor and agreed to by the District. Any such agreement shall be formalized by a change order in accordance with Article 5.05. 11.05. Excusable Inclement Weather Delays A. The time allowance for completion of work is based upon the inclusion of 7 days of excusable inclement weather. B. Contractor's attention is directed to Article 5.05.02—Extension of Time for Delay Due to Excusable Inclement Weather. 11.06. Schedule of Work A. Except as provided for in these Specifications, the Contractor shall be responsible for scheduling the sequence of its work. Once work has begun, it shall proceed in a manner in accordance with the accepted schedule. SpecialProvisions.docx 11-2 Revised 05/06/14 S13376.docx Version D Work and Schedule of Work 11.06.01. Preliminary Schedule of Work Section 11 A. Within 10 days of the first chargeable day of the Contract as specified in the Notice to Begin Work, the Contractor shall submit to the Engineer a Preliminary Schedule of Work. This schedule shall be a graphic bar diagram showing the planned contract work operations during the first 45 days of the Contract. See Article 11.07.for Liquidated Damages. 11.06.02. Detailed Schedule of Work A. Within 21 days of the first chargeable day of the Contract as specified the Notice to Begin Work, the Contractor shall submit a Detailed Schedule of Work. The submittal shall be in hard copy and electronic format. B. CPM Schedule The Detailed Schedule of Work shall be a Critical Path Method (CPM) schedule which represents the planned order of significant activities to complete the work within the time allowed under this Contract. The CPM schedule shall be presented in sufficient detail such that sequence and interdependence of activities of the Project can be identified. 2. The schedule shall account for on site and offsite activities such as, but not limited to: • Construction and other executable tasks; • Testing, training and start-up activities; • Design, procurement, fabrication, inspection and delivery of materials and long lead time equipment; • Submission, review, resubmittal and approval of contract submittals; • Reviews by regulatory agencies and other third parties of the work; • Construction and sequencing constraints as specified in these Specifications; • District managed activities such as District furnished equipment which can affect project schedule; • Removal or relocation of interfering utilities by third parties; 3. The schedule shall be a fully legible, calendar time scaled, network diagram in the form of Activities on the Arrow Diagram Method (ADM) or SpecialProvisions.docx 11-3 Revised 05/06/14 S13376.docx Version D Work and Schedule of Work Section 11 Precedence Diagram Method (PDM). Activities for each designated portion of the work shall be identified by separate subnetworks interconnected with the basic network diagrams. The network diagram shall show task relationship lines and be drawn for the early start of all activities. 4. The activities shall describe, in detail what is to be accomplished and where, the number of working days allocated for the activity, and identify the resources to be used. A legend and code may be used to show that an activity is to be performed in whole or part by a subcontractor. 5. The following information shall be furnished as a minimum for each activity: a. Preceding and succeeding activities b. Activity description C. Estimated duration of activity d. Earliest start date (by calendar date) e. Earliest finish date (by calendar date) f. Actual finish date (by calendar date) g. Slack or float h. Percentage of activity completed i. Activity constraints j. Dollar value of each activity if cost loaded schedule is required 6. Activities making up the critical path for the entire Contract and the critical path for each specific designated portion of the work shall be identified. The network diagram shall be organized to indicate a continuous flow of progress of activities from left to right. 7. Except for concrete curing, submittal review, equipment fabrication and deliveries, activities shall be no longer than 20 working days. Activities longer than 20 working days shall be subdivided into sub -elements of work. 8. Along with the network diagram, the Contractor shall submit a tabular listing of the schedule. 9. When required in accordance with Article 20.02—Progress Payment and Schedule of Values, the Schedule of Work shall be fully construction cost loaded. Work activities other than third party activities and District managed activities shall be cost loaded. The task breakdown of the Schedule of Work shall coincide with the Schedule of Values. 10. The Engineer's favorable review and acceptance of the schedule shall not relieve the Contractor for errors and omissions in tasks, durations, or logic. Special Provisions.docx 11-4 Revised 05/06/14 S13376.docx Version D Work and Schedule of Work Section 11 C. Progress Schedule (Adjustment to Schedule, Schedule Updates and Recovery Schedule) If the Contractor desires to make a change to the CPM schedule after commencing construction, a revised CPM schedule shall be submitted to the Engineer at least 15 days prior to any such change in the project work. 2. The Contractor shall submit a schedule update to the Engineer before the fifth day of each month. The schedule update shall incorporate all current information, including progress, approved adjustments of time duration, and proposed changes in sequence or logic. The updated schedule shall state the percentage of work completed as of the last date of the previous month. The Contractor shall also submit a narrative report which shall include a description of problem areas, current and anticipated delaying factors and their impact, and explanation of corrective actions taken or proposed. Progress status shall be evaluated on the basis of float on the critical path at the time of updating, with negative float indicating the Project is behind schedule and positive float indicating status ahead of schedule. Reference is made to Article 11.07 for Liquidated Damages for failure to update the CPM schedule. 3. At any time that construction progress lags behind the original or current CPM schedule by either 20 working days or by five percent of the remaining time to complete the Contract, whichever is less, the Contractor shall prepare and submit a recovery schedule to the Engineer. This recovery schedule shall demonstrate how construction will be expedited and executed to achieve the contractual completion dates. D. Time Impact Analysis If the Contractor foresees that an ordered change or District delay will impact a controlling item of work or work progress, a written request for adjustment of time and supporting data shall be submitted to the Engineer promptly in accordance with Section 5.05.01. The supporting data shall include a schedule analysis and updated CPM schedule substantiating the Contractor's request. 2. The CPM schedule shall document all ordered changes or District delays as separate activities or groups of activities. These activities shall be entered into the relevant part of the approved schedule at the time the ordered change or District delay occurred. In case of a deductive change reducing the quantity of work, the estimated duration for these activities shall be adjusted to reflect the reduction. 3. The Contractor shall submit a written report describing the ordered change or District delay; status of construction at the time of the SpecialProvisions.docx 11-5 Revised 05/06/14 S13376.docx Version D Work and Schedule of Work Section 11 occurrence; activities affected by the occurrence; and the impact of the event time computation on all affected activities. 4. Only changes or delays that affect or create controlling items of work as defined by the schedule will result in time adjustments. The Engineer will determine if a request for time extension is warranted. 5. Total float or slack is defined as the amount of time between the early start date and the late start date, or -the early finish date and the late finish date of any activity in the schedule. Total float or slack is not time for the exclusive use or benefit of either the District or the Contractor. It is a resource available to the Project. 11.06.03. Payment A. Full compensation for furnishing, updating and submitting project schedules and associated reports shall be considered as included in various Contract items of work and no additional compensation will be provided. Liquidated Damages for failure to submit schedules and schedule updates within the time specified shall be assessed in accordance with this Contract. 11.07. Liquidated Damages A. In accordance with Article 7.06, the District shall -deduct, as liquidated damages from monies due the Contractor the following amounts: 1. $4,400 per day for failure to complete all work of Milestone #1 within the time limit allowed. 2. $1,000 per day for failure to complete all work of Milestone #2 within the time limit allowed. 3. $250 per day for failure to submit the Preliminary Schedule of Work, Detailed Schedule of Work, Schedule Updates, and Master Submittal List within the time limits allowed. B. Contractor's attention is directed to Article 13.10.07 regarding Liquidated Damage assessments for failure to submit O&M documents. C. Liquidated damages shall be assessed separately and independently. Imposition of liquidated damages shall not preclude the District from taking other action as deemed appropriate to ensure performance of the Contract, and shall not relieve the Contractor of responsibility to comply with these Specifications. 11.08. Submittals and Withholding of Partial Payment A. The Engineer retains the right to withhold partial payments in accordance with Article 8.03 of these Specifications until the Contractor has submitted the SpecialProvisions.docx 11-6 Revised 05/06/14 S13376.docx Version D Work and Schedule of Work 11.09. Fines Section 11 Preliminary Schedule of Work, Detailed Schedule of Work, Schedule Updates and any other schedules and submittals as required by these Specifications. A. The Contractor shall bear the cost of any penalties, fines, clean-up costs, or damages imposed on the District by the State or other regulatory agencies for violations caused by actions, or lack of action, of the Contractor. The District may deduct the amount thereof from any monies due, or that may become due, to the Contractor under this Contract. 11.10. Bonus — NOT USED SpecialProvisions.docx 11-7 Revised 05/06/14 S13376.docx Version D SECTION 12. GENERAL REQUIREMENTS 12.01. Abbreviations and Acronyms — NOT USED 12.02. Definition of Key Terms — NOT USED 12.03. Site Investigation A. Contractor acknowledges that he has visited the site of the work, has fully informed himself as to existing conditions and limitations prior to the presentation of his bid, and agrees that there will be no increase in the contract price or time for any additional work done or material or equipment furnished, the need for which would have been disclosed by a reasonable inspection. 12.04. District -Furnished Reports 12.04.01. Geotechnical Reports A. The Contractor is notified that logs of soil borings for other projects/work in the vicinity of the Project site are available for review on the District's website (http://www.valleywater.org/Programs/Construction.aspx). The Contractor is advised that these documents are for the Contractor's information only. Reference is made to Article 3.02. B. The Contractor shall be responsible for reviewing the information and for evaluating the need for, and for providing for, any additional investigations it deems necessary. Any such investigations shall be considered incidental to the work and no additional payment will be made therefore. 12.04.02. Environmental Report — NOT USED 12.04.03. Hazardous Materials Investigation Report — NOT USED 12.04.04. Archeological Findings Report — NOT USED 12.04.05. As -Built Drawings — NOT USED 12.05. Contractor's Engineering and Design A. The Contractor shall provide engineering and design of the following work components: Sound wall B. See Technical Provisions for additional information. 12.05.01. Seismic Design Criteria A. See Technical Provisions for additional information. Special Provisions. docx 12-1 Revised 05/06/14 S13376.docx Version D General Requirements 12.05.02. Wind Design Criteria A. See Technical Provisions for additional information. 12.05.03. Hydraulic Design Criteria — NOT USED 12.05.04. Truck Loading — NOT USED Section 12 SpecialProvisions.docx 12-2 Revised 05/06/14 S13376.docx Version D SECTION 13. SPECIAL REQUIREMENTS 13.01. Engineer A. The Designated Engineer of the District shall be the District's representative who assumes all duties and responsibility and has all rights and authority as assigned in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. B. The Designated Engineer of the District is the Deputy Operating Officer of the Water Utility Capital Division. 13.02. Project Signs A. Contractor shall install and maintain District -furnished project identification signs at the locations shown on the Drawings and in accordance with the notes and details thereon and as specified in these Specifications. B. The signs shall be clearly visible to the public. All hardware, posts, and fasteners required to secure the signs to the sound wall shall be furnished and installed by the Contractor. C. The signs will be available to the Contractor at a location to be determined by the Engineer. Arrangements to pick up the signs shall be made by the Contractor at least 2 working days in advance of the date when the signs are to be picked up. D. The Contractor shall be responsible for the transportation of the signs to the jobsite and to ascertain all information, dimensions, connections, and appurtenances required to provide satisfactory installation of the signs. E. Sign Installation: Project signs furnished by the District will be approximately 4 feet wide and up to 8 feet high. 2. Contractor is responsible for installing signs to the sound wall at locations directed by the Engineer. F. The signs shall be installed prior to the start of construction and shall be maintained throughout the construction of the Project. Maintain signs and supports in a neat, clean condition; repair damages to structures, framings or signs until Project Completion. Remove or paint over graffiti and repair signs. Straighten signs whenever they are not plumb. G. Upon completion and acceptance of the Project by the District, the Contractor shall remove the signs and framing and return them to the District warehouse at 5905 Winfield Blvd., San Jose, CA 95123. Arrangement to return the signs shall be made by contacting Winfield Warehouse at (408) 265-2607, extension 3800, at least 2 working days in advance of the date when the signs are to be returned. SpecialProvisions.docx 13-1 Revised 05/06/14 S13376.docx Version D Special Requirements 13.02.01. Payment Section 13 A. Full compensation for doing all work necessary to pick up and install the District -furnished signs shall be included in the lump sum price bid for MOBILIZATION. 13.03. Office Facilities — NOT USED 13.03.01. Engineer's Office A. Office facilities for the Engineer will not be required for this Project. 13.03.02. Contractor's Office A. Office facilities for the Contractor are not required for this Project. 13.03.03. Removal and Disposal A. The office facilities, furnishing, and/or equipment specified in this Article 13.03 shall be furnished, installed and in operating conditions prior to performing any other contract work under the Contract and shall be removed and disposed of as required to comply with the provisions of the Contract. 13.03.04. Payment A. Full compensation for doing all work necessary -to provide office facilities including operating and maintenance costs as specified herein shall be included in the lump sum price bid for MOBILIZATION. 13.04. Use of District Facilities — NOT USED 13.05. Temporary Utilities A. Temporary Electrical Power: All electrical power for the Contractor's construction operations, offices, storage spaces, lighting, testing, heating, cooling, ventilating, security, and to support the other temporary utilities and facilities described herein shall be provided and paid for by the Contractor. The Contractor shall arrange, at no additional cost to the District, with the local electrical utility to provide and remove adequate temporary electrical service and/or provide temporary electrical generator. The location of the temporary electrical service equipment will be subject to the approval of the Engineer. B. Temporary Lighting: Provide temporary lighting in all work areas sufficient to maintain a lighting level during working hours not less than the lighting level required by California OSHA standards. Shield and direct all temporary exterior lighting downward and toward the interior of the work area to minimize its effects on the neighbors. Special Provisions. docx 13-2 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 C. Temporary Heating, Cooling, and Ventilation: Provide means for heating, cooling, and ventilating all work areas as may be required to protect the work from damage by low or high temperatures, weather, or to provide a safe environment for workers. D. Temporary Water: (a) Pay for and construct facilities necessary to furnish potable water for human consumption and non -portable water for use during construction, (b) Provide backflow prevention devices properly sized for use on the metered potable water connection, (c) Post ample signs throughout the work area warning of the usage of non -portable water if non -portable water is being used. E. Temporary Sanitary Facilities: Sanitary facilities for the Contractor and all subcontractors shall be provided by the Contractor. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view wherever possible. At least one toilet shall be provided for each 20 workers. F. Solid and Liquid Waste Disposal: Provide a sufficient number of waste receptacles, dumpsters, and bins to contain all solid and liquid waste generated from construction operations. Waste receptacles shall be emptied a minimum of weekly, and more frequently when full. Contractor's attention is also directed to Article 18.06. Solid Materials Management. G. Temporary Fire Protection: Provide portable UL-rated, 20 pound, Class A fire extinguishers at temporary Contractor's, Engineer's, and similar office spaces. In all other areas of construction operations, provide UL-rated, 20 pound or larger, Class ABC dry chemical extinguishers or a combination of NFPA recommended classes for the exposure. Comply with NFPA 10 and 241 for classification, _ extinguishing agent, and size required by location and class of fire exposure. Comply with the Uniform Fire Code and Cal/OSHA regulations for the number of fire extinguishers. 13.05.01. Payment A. Full compensation for doing all work necessary to provide temporary utilities shall be included in the contract price for various items of work involved and no separate payment will be made therefore. 13.06. Staging Area A. Contractor staging areas shall be as shown on the Drawings. B. Staging areas that are not already paved or covered with compacted aggregate base, and that are used for parking vehicles, trailers, workshops, maintenance areas, or equipment, piping, formwork, rebar, storing masonry on pallets, and metal product storage, shall be graded as required, and surfaced with a minimum of 3 inches of compacted aggregate base rock over a high modulus, woven, and SpecialProvisions.docx 13-3 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 soil separation geo-textile. Areas storing aggregate base or other rock products shall also be placed on this same geo-textile. The objective is to maintain separation between native and construction materials. Areas storing soils and sand are not required to be surfaced with aggregate base course. B. Aggregate base shall be removed from all staging areas prior to project completion and the surfaces shall be re -graded to their original grades or matching surrounding conditions as directed by the Engineer. C. Any soils contaminated with petroleum product or other hazardous materials by the Contractor shall be removed by the Contractor and disposed of in accordance with local, state, and federal laws. D. Contractor is responsible for weed control in staging areas and material storage areas. 13.06.01. Payment A. Full compensation for doing all work necessary to provide staging areas shall be included in the contract price for various items of work involved and no separate payment will be made therefor. 13.07. District Furnished Materials and Equipment A. The District will furnish the following materials to the Contractor. The Contractor shall install the District -furnished materials at the locations shown on the Drawings. Project signs B. The Contractor's attention is directed to Article 13.02 regarding arrangements for pick up of the project signs. C. The Contractor shall be responsible for the transportation of District -furnished materials to the jobsite and to ascertain all information, dimensions, connections, and appurtenances required to provide for satisfactory installation of all District - furnished materials. 13.07.01. Assignment of Contract for District -Procured Materials — NOT USED 13.08. Salvaged Materials and Equipment — NOT USED 13.09. Tools and Spare Parts — NOT USED 13.10. Operation and Maintenance Documents — NOT USED SpecialProvisions.docx 13-4 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 13.11. Maintenance of Record Documents A. The Contractor shall maintain at the site the following record documents: Record Drawings (full size). 2. Specifications and addenda. 3. Favorably reviewed submittals including shop drawings, product data, samples, calculations, and other submittals. 4. Change orders, field orders, and other contract modifications. 5. Field and shop testing records. 6. Survey records. 7. Correspondence. B. The Contractor shall store the record documents in an approved project site location apart from documents used for construction. Record documents are not to be used for construction purposes. The Contractor shall provide files and racks for orderly storage of the documents; maintain the documents in clean, dry, legible condition, and make all documents and samples available during regular business hours for inspection and reproduction by the Engineer. C. The Contractor shall keep the record documents current with construction in progress. Completed construction work shall not be permanently concealed until required information has been recorded. D. The Contractor shall label each record document except correspondence "PROJECT RECORD" in neat, large, printed letters. E. The Contractor shall legibly mark specifications in red pencil or ink to record applicable changes as described in paragraph A. F. At completion of construction, and prior to the final acceptance of the Project by the District, the Contractor shall deliver the Record Documents to the Engineer in accordance with Article 21.05.01. 13.11.01. Record Drawings (Marked -Up Drawings) A. The Contractor is required to keep an accurately marked, up-to-date set of drawings for the work installed. Contractor shall record, as the work progresses, changes to the original Contract Drawings including, but not limited to, the following items: Special Provisions. docx 13-5 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 Field changes or adjustments in the final location or in the final dimensions or details of the Work. 2. Changes resulting from requests for information, change orders, and other contract modifications. 3. Locations of underground and above ground utilities and appurtenances. 4. Details not included in the original Contract Drawings but incorporated into the Work, referenced to approved shop drawings, product data, samples, calculations, or other submittals. 5. Location of items embedded or concealed from view such as conduits, cables, junction boxes, piping, etc. B. Changed work or conditions of the work covered up or concealed by the Contractor in advance of recordation of the Record Drawings shall be uncovered to allow accurate recordation of the change, then re-covered, all at the Contractor's expense. C. Changes shall be marked directly on the Contract Drawings in accordance with instructions provided in Appendix C. If there is insufficient space on a Drawing to mark up the change, the Contractor shall draw additional sketches to completely show the change and attach the sketches to the Drawing. D. The Engineer has the right to review the Contractor's marked -up drawings at any time to ascertain that they are being kept up to date and show sufficient detail. Should the Contractor's marked -up drawings not be up to date or lack necessary detail, the Engineer may withhold 5 percent from each monthly progress payment, until the drawings are deemed acceptable by the Engineer. Such review by the Engineer shall not relieve the Contractor of its responsibility for keeping the Record Drawings current and complete. E. The Record Drawings shall be stamped "AS -BUILT" and shall be, at completion of construction, signed and dated by the Contractor. 13.12. Emergency Work — NOT USED 13.13. Dispute Review Board — NOT USED 13.14. Escrow Bid Documents — NOT USED 13.15. Partnering — NOT USED 13.16. Insurance A. Without limiting the Contractor's indemnification of, or liability to, the District, the Contractor must provide and maintain at its own expense, during the term of this SpecialProvisions.docx 13-6 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 Contract, or as may be further required herein, the following insurance coverages and provisions: Contractor must provide its insurance broker(s)/agent(s) with a copy of these requirements and warrants that these requirements have been reviewed by Contractor's insurance agent(s) and/or broker(s), who have been instructed by Contractor to procure the insurance coverage required herein. 2. In addition to certificates, Contractor must furnish District with copies of original endorsements affecting coverage required herein. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements and certificates are to be received and approved by District before the Contract commences. In the event of a claim or dispute, District has the right to require Contractor's insurer to provide complete, certified copies of all required pertinent insurance policies, including endorsements affecting the coverages required herein. B. Contractor must, at its sole cost and expense, procure and maintain during the entire period of this Contract the following insurance coverage(s). 13.16.01. Required Coverages A. Commercial General/Business Liability Insurance with coverage as indicated: $2,000,000 per occurrence / $2,000,000 aggregate limits for bodily injury and property damage 2. $2,000,000 Products/Completed Operations aggregate (to be maintained for at least three (3) years following acceptance of the work by District) 3. General Liability insurance must include: a. Coverage at least as broad as found in standard ISO Form CG 00 01. b. Contractual Liability expressly including liability assumed under this contract. C. If Consultant will be working within fifty (50) feet of a railroad or light rail operation, any exclusion as to performance of operations within the vicinity of any railroad bridge, trestle, track, roadbed, tunnel, overpass, underpass, or crossway must be deleted, or a railroad protective policy in the above amounts provided. d. Severability of Interest SpecialProvisions.docx 13-7 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 e. Broad Form Property Damage liability If the standard ISO Form wording for "OTHER INSURANCE," or other comparable wording, is not contained in Consultant's liability insurance policy, an endorsement must be provided that said insurance will be primary insurance and any insurance or self- insurance maintained by District, its Directors, officers, . employees, agents or volunteers will be in excess of Consultant's insurance and will not contribute to it. B. Business Auto Liability Insurance with coverage as indicated: $2,000,000 combined single limit for bodily injury and property damage per occurrence, covering all owned, non -owned and hired vehicles. C. Workers' Compensation and Employer's Liability Insurance Statutory California Workers' Compensation coverage covering all work to be performed for the District. 2. Employer Liability coverage for not less than $1,000,000 per occurrence. E. Surety Bonds 1. Contractor shall provide the following Surety Bonds: a. A bid bond as specified in the Notice to Bidders. b. A performance bond as specified in Article 4.03. C. A payment bond as specified in Article 4.03. 13.16.02. General Requirements A. Additional Insured Endorsement(s): Contractor must provide an additional insured endorsement for Commercial General/Business Liability and Business Automobile liability coverage naming the Santa Clara Valley Water District, its Directors, officers, employees, and agents, individually and collectively, as additional insureds, and must provide coverage for acts, omissions, etc. arising out of the named insureds' activities and work. The following shall also be added to the additional insured endorsement: City of Campbell (NOTE: Additional insured language on the Certificate of Insurance is NOT acceptable without a separate endorsement such as Form CG 20 10, CG 2033, CG 2037. Note: Editions dated 07/04 are not acceptable) B. Primacy Clause: Contractor's insurance must be primary with respect to any other insurance that may be carried by the District, its officer, agents and SpecialProvisions.docx 13-8 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 employees, and the District's coverage must not be called upon to contribute or share in the loss. C. Cancellation Clause Revision: The Certificate of Insurance must provide 30 days notice of cancellation, (10 days notice for non-payment of premium). NOTE: The standard wording in the ISO Certificate of Insurance is not acceptable. The following words must be crossed out or deleted from the standard cancellation clause: "... endeavor to ..." AND "... but failure to mail such notice must impose no obligation or liability of any kind upon the company, its agents or representatives." D. Acceptability of Insurers: All coverages must be issued by companies admitted to conduct business in the State of California, which hold a current policy holder's alphabetic and financial size category rating of not less than A- V, according to the current Best's Key Rating Guide or a company of equal financial stability that is approved by the District's Risk Management Administrator. E. Self -Insured Retentions or Deductibles: Any deductibles or self -insured retentions must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the District, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the Entity guaranteeing payment of losses and related investigations, claim administration, and defense expenses. F. Subcontractors: The Contractor must require each of its subcontractors of any tier to carry the aforementioned coverages, or Contractors may insure subcontractors under its own policies. G. Amount of Liability not Limited to Amount of Insurance: The insurance procured by Contractor for the benefit of the District must not be deemed to release or limit any liability of Contractor. Damages recoverable by the District for any liability of Contractor must, in any event, not be limited by the amount of the required insurance coverage. H. Coverage to be Occurrence Based: All coverage must be occurrence -based coverage. Claims -made coverage is not allowed. Waiver of Subrogation: Contractor agrees on to waive subrogation against the District to the extent any loss suffered by Contractor is covered by any Commercial General Liability policy, Automobile policy, Workers' Compensation policy, or Builders' Risk policy described in Article 13.16.01 - Required Coverages above. Contractor agrees to advise its broker/agent/insurer about this provision and obtain any endorsements, if needed, necessary to ensure the insurer agrees. SpecialProvisions.docx 13-9 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 Non-compliance: The District reserves the right to withhold payments to the Contractor in the event of material noncompliance with the insurance requirements outlined above. K. The Contractor shall mail or deliver the certificates and endorsements to: Capital Program Planning & Analysis Unit Manager Santa Clara Valley Water District See District website(http://www.valleywater.org/ContactUs.aspx) for appropriate address to mail, express mail, or hand carry L. The certificate of insurance must include the name of the project. M. For any questions, the Contractor's insurance broker is advised to call Mr. David Cahen, District Risk Management Administrator, at (408) 630-2213. 13.17. Web -Based Construction Document Management 13.17.01. Summary A. The Contractor, and its subcontractors and suppliers shall utilize EADOC for submission of all data and documents throughout the duration of the Contract, unless specified otherwise in the Contract Documents. The term "Copy" or "Copies" shall refer to electronic copies unless a hard copy is specified. Where a hard copy is specified, both electronic and paper versions shall be submitted. 1. EADOC is a web -based construction management application hosted by EADOC LLC. EADOC is a registered trademark of EADOC LLC. 2. EADOC is paid for by the District. 3. EADOC will be made available to all Contractor's personnel, subcontractor personnel and suppliers working under the Contract. 4. EADOC will be made available to all Contractor's personnel, subcontractor personnel and suppliers working under the Contract. 5. EADOC shall be the primary means of project information submission and management. B. Related Sections: 1. Article 9.02, Submittals to be Furnished by the Contractor 2. Article 19.01, Submittal Procedures SpecialProvisions.docx 13-10 Revised 05/06/14 S13376.docx Version D Special Requirements Section 13 C. The Engineer will establish the Contractor's access to EADOC by allowing access and assigning user profiles to accepted Contractor personnel. User profiles will define levels of access into the system, and determine assigned function -based authorizations and user privileges to enter and access information in EADOC. Subcontractors and suppliers will be given access to EADOC by and through the Contractor. Entry of information exchanged and transferred between the Contractor and its subcontractors and suppliers on EADOC shall be the responsibility of the Contractor. D. Within five work days after receiving the Notice to Begin Work, the Contractor shall submit: List of Contractor's personnel responsible for EADOC administration, as well as that for the Contractor's subcontractors and suppliers. 2. Include descriptions of key personnel's roles and responsibilities for this project. Contractor shall also identify its organization's administrator on the list. E. Data entered in a collaborative mode (entered with the intent to share as determined by permissions and workflows within the EADOC system) by the Engineer and the Contractor will be jointly owned. F. The Contractor is responsible for managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. The District's acceptance via automated system notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the Contractor's submitted information. 13.17.02. Computer and Connectivity Requirements A. The Contractor shall use computer hardware and software that meets the requirements of EADOC system as recommended by EADOC LLC and as described herein to access and utilize EADOC. As recommendations are modified by EADOC, the Contractor shall upgrade its system(s) to meet or exceed the recommendations. Upgrading of the Contractor's computer systems shall not be justification for a cost or time modification to the Contract. B. The Contractor shall ensure that connectivity to the EADOC system is accomplished through DSL, cable, T-1 or wireless communications systems. The minimum bandwidth requirement for using the system is 128 kb/s. It is recommended that a faster connection be used when uploading pictures and files -into the system; C. EADOC currently supports Mozilla's Firefox v3.0-3.6, Apple's Safari v3.0-5.0, and Microsoft's Internet Explorer v7.0-8.0 web browsers for accessing the application. SpecialProvisions.docx 13-11 Revised 05/06/14_ S13376.docx Version D Special Requirements Section 13 D. EADOC is a web -based environment and therefore, subject to the inherent speed and connectivity limitations of the Internet. The Contractor is responsible for its own connectivity to the Internet. EADOC response time is dependent on the Contractor's equipment, including processor speed, Internet access speed, etc. and current traffic on the Internet. The District will not be liable for any delays associated from the usage of EADOC including, but not limited to: slow response time, down time periods, connectivity problems, or loss of information. The Contractor shall ensure connectivity to the EADOC system (whether at the home office or job site). Under no circumstances will usage of EADOC be grounds for a time extension or cost adjustment to the Contract. 13.17.03. Contractor Responsibility A. Contractor shall be responsible for scanning or otherwise converting to electronic format all project submittals and Contractor correspondence, drawings, sketches, etc., and uploading them to the EADOC web site. B. The Contractor shall be responsible for the validity of its information placed in EADOC. C. Accepted users shall be knowledgeable in the use of computers, including Internet Browsers, email programs, CAD drawing applications, and Portable Document Format (PDF) document distribution program. D. The Contractor shall utilize the existing forms in EADOC to the maximum extent possible. If a required form does not exist in EADOC, the Contractor shall include a form of its own or one provided by the Engineer (if available) as an attachment to a submittal. E. PDF documents shall be created through electronic conversion rather than optically scanned whenever possible. If optically scanned, the document shall be converted through an OCR (Optical Character Reader) so that all documents are searchable. If the documents have multiple sections then the Contractor shall provide a "bookmark" for each section. The Contractor is responsible for the training of its personnel in the use of EADOC (outside what is provided by the District) and the other programs indicated above as needed. The Contractor shall disable all security so that copying and pasting of information from the PDF document is enabled. F. The Contractor shall provide a list of key EADOC personnel for the Engineer's acceptance. Contractor is responsible for informing the Engineer of additional personnel, subcontractors and suppliers to be added to the system, or of personnel, subcontractors and suppliers to be removed from the system. The Engineer reserves the right to perform a background check on all potential users. Specia]Provisions.docx 13-12 Revised 05/06/14 S13376.docx Version D Special Requirements 13.17.04. Training Section 13 A. The District will provide training consisting of two web -based seminars in conjunction with a conference call. Additionally, one classroom training seminar may also be required. The training seminars are 2 hours each. B. Contractor shall arrange and pay for the facilities and hardware/software required to facilitate the Contractor's own training. 13.17.05. EADOC Utilization A. EADOC shall be utilized in connection with all document and information management required by these Contract Documents. Documents and information to be submitted electronically include, but are not limited to, the documents described below. B. Submittals: Submittals shall be in accordance with Article 9.02—Submittals to be Furnished by the Contractor and Article 19.01—Submittal Procedures. 2. In addition to electronic copies transmitted via EADOC, the Contractor shall provide one hard copy of each favorably reviewed submittal. Favorable Review consists of those submittals returned to the Contractor with action marked as "No Exceptions Noted," "Make Corrections as Noted," or "In Receipt Of." C. Administrative documents: All correspondence shall be submitted using EADOC. Examples include, but are not limited to: 1. Written correspondence (letters, memos, etc.) 2. Requests for Information (RFI) 3. Certified Payroll 4. Survey Requests 5. Compliance documentation (test reports, QA/QC reports, certifications) D. Schedules: All schedules and associated updates shall be submitted in accordance with Article 18.06—Schedule of Work. 2. All schedules and associated updates shall be submitted as specified in these Contract Documents and as a native backed -up file of the scheduling program being used. The schedule shall be posted as a PDF file in the format specified in these Contract Documents and as a backed -up file. SpecialProvisions.docx 13-13 Revised 05/06/14 S13376.docx Version D Special Requirements E. Operations and Maintenance Documents: Section 13 1. Operations and Maintenance Documents shall be submitted in accordance with Article 13.10—Operations and Maintenance Documents. 2. In addition to electronic copies transmitted via EADOC, the Contractor shall provide hard copies of each final favorably reviewed Operations and Maintenance submittal. The number of hard copies to be provided shall be as required in Article 13.10—Operations and Maintenance Documents. F. Financial Documents: 1. Schedule of Values 2. Monthly Applications for Payment 3. Change Order Requests and Proposals 4. Change Order supporting documentation, including Daily Extra Work Reports G. Requirements for Financial Documents shall be in accordance with Section 20-Payment Procedures. Supporting material for Financial Documents shall be submitted on EADOC utilizing both the EADOC Schedule of Costs format and as PDF attachments. Special Provisions. docx 13-14 Revised 05/06/14 S13376.docx Version D SECTION 14. GENERAL COORDINATION 14.01. Meeting Requirements A. This Article includes requirements for scheduling, attending, and conducting project meetings for the purposes of addressing issues related to the work, and reviewing and coordinating progress of the work. Project meetings include the pre -construction meeting, progress meetings, coordination meetings, and special meetings as specified herein. B. Qualifications of Meeting Participants —Representatives of firms and organizations participating in each meeting shall be qualified and authorized to act on the behalf of the firm or organization they represent. 14.01.01. Preconstruction Meeting A. The purpose of the preconstruction meeting is to review the Project, to designate responsible personnel, and to inform the Contractor of the District's contract administrative procedures, correspondence communication protocol, and other special requirements of the Contract. B. Upon or before issuance of Notice to Begin Work, the Engineer will arrange the preconstruction meeting. The Contractor will be notified of the time, date and place where the preconstruction meeting will be held. The Engineer will prepare the agenda, preside at the meeting, and record meeting minutes. 14.01.02. Progress Meetings A. The Engineer will conduct progress meetings on a regular weekday and time as mutually agreed by the Contractor and the Engineer. The purpose of the progress meetings is to review construction progress, submittal status, change order status, construction safety issues and concerns, conflicts, public/neighborhood issues, progress payments, and any other subjects as deemed appropriate. B. The Contractor shall allow for one meeting a week, one hour minimum for each meeting. C. Subject to the Engineer's approval, the frequency of the progress meetings may be reduced at the beginning and end of the construction period. D. Contractor's suppliers and subcontractors shall attend the meetings as required. Third parties such as agency representatives and utilities may be invited by the Engineer to attend as deemed appropriate. E. The Engineer will record meeting minutes as needed, and will distribute the agenda and recorded minutes in advance of the meeting. SpecialProvisions.docx 14-1 Revised 05/06/14 S13376.docx Version D General Coordination 14.01.03. Coordination and Special Meetings Section 14 A. The Engineer will conduct other coordination and special meetings in addition to progress meetings when appropriate. The purpose of these meetings is to discuss and coordinate parking lot shutdowns, striping, and paving and any other special issues as deemed necessary. B. Date, time, and location for coordination and special meetings will be as mutually agreed by the Engineer and the Contractor. The Contractor shall ensure attendance of appropriate Contractor staff, subcontractors, and suppliers. D. The Engineer will record meeting minutes as needed, and will distribute the agenda and recorded minutes in advance of the meeting. 14.02. Integration and Coordination With District Operations — NOT USED 14.03. Coordination of Work Activities 14.03.01. Work by Others A. The Contractor's attention is directed to Section 7-1.14 of the State Specifications and Article 6.19 of these Specifications regarding cooperation. No additional payments will be made or claims considered for delay caused to this Contract because of conflicts with other construction. B. The Contractor shall complete the following activities as requested by the Engineer to assist in the coordination of Contract work with work by others: attend planning meetings; review and comment on project documents relative to coordination aspects; schedule work to promote efficient installation of all improvements; move equipment, materials, or vehicles to allow work by others to proceed; and other reasonable activities. 14.03.02. Coordination With Others A. The Contractor is advised that City of Campbell personnel will utilize the John D. Morgan Park parking lot. The Contractor shall maintain continuous access required by City of Campbell and shall fully cooperate with City of Campbell personnel so as to not hinder or interrupt the assigned task of said personnel. 14.04. Construction Survey — NOT USED 14.05. Public Notification A. The Engineer is responsible for all written and oral communication with the public and neighbors. The Contractor shall provide the Engineer with the schedules of major construction operations three weeks in advance of their occurrence to allow the District time to notify the neighbors. The Contractor shall include in the SpecialProvisions.docx 14-2 Revised 05/06/14 S13376.docx Version D General Coordination Section 14 submittals the major milestones, descriptions of the work activities, and the start and end date(s) of each activity. B. The schedule submittals shall include, but not be limited to, the following activities: Closure of parking lot for temporary restriping of parking lot and installation of sound wall. 2. Closure of parking lot for removal of sound wall, pavement resurfacing and final striping of parking lot. C. The Engineer will provide the above schedules two weeks in advance to all property owners and tenants adjacent to the project site and to others potentially impacted by the construction activities. If for any reason, any construction activity is anticipated to be delayed for more than one week beyond the aforementioned schedule, the Contractor shall notify the Engineer immediately, submit the revised schedule, and explain the delay. The delay notice shall be given to the Engineer no later than one week prior to the performing the activity. D. The Contractor shall provide notification to property owners and tenants adjacent to the project and park users a minimum of ten (10) calendar days in advance of any parking lot closures. Notification shall be by use of electronic warning signs. Contractor's attention is directed to Section 22 Mobilization of the Specifications. D. All payments for coordinating the work and providing submittals as specified shall be considered incidental and included in the other items of work and no additional compensation will be made thereof. SpecialProvisions.docx 14-3 Revised 05/06/14 S13376.docx Version D SECTION 15. WORK CONSTRAINTS AND SITE RESTRICTIONS 15.01. General Work Constraints A. The Contractor shall take all precautionary measures as necessary to not cause any disruption of the use and operation of the John D. Morgan Park. The activities discussed below do not include all items affecting the operation of the plant, but are intended to describe certain actions that could disrupt the normal operation of the park: Contractor removing from service, restricting, or impeding the function of any utility such as water, electrical, gas, sanitary sewer, storm drain, and lighting system. B. Contractor shall not delay or deny access to any area needed by City of Campbell personnel to complete their work assignments. 15.02. Utilities A. The Contractor's attention is directed to Article 6.14—Preservation of Property and Article 7.10—Coordination with Utilities. B. Various existing utilities, both above and below ground, will be encountered during construction. The Contractor shall perform all work in such a manner as to avoid damage to existing utilities. The Contractor will be held responsible for any damage due to his/her failure to exercise due care. C. The Contractor shall notify Underground Service Alert (U.S.A.) a minimum of 5 working days prior to start of excavation or demolition. D. The Contractor shall complete a utility detection survey using scanning equipment appropriate for detecting utilities of all materials (i.e., plastic, metal, concrete, etc.) for any area where excavation and/or drilling will occur. Any utility detected shall be field marked. E. The Contractor shall verify the exact location of all indicated or field marked utilities and make a sufficient number of exploratory excavations of all utilities that may interfere with the work sufficiently in advance of the construction. Contractor shall perform exploratory excavations in the presence of the owner of the utility to be explored. Contractor shall promptly notify the Engineer when such exploratory excavations show the utility location as shown on the Drawings to be in error. F. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the utility owner or order from the Engineer. All valves, switches, vaults, and meters shall be maintained and be readily accessible for emergency shutoff. Special Provisions.docx 15-1 Revised 05/06/14 S13376.docx Version D Work Constraints and Site Restrictions Section 15 15.02.01. Utility Coordination A. The owners of utilities or their authorized agents reserve the right to enter upon the right of way at all times for the purpose of operations and maintenance of their facilities or for making necessary connections or repairs to their properties. The Contractor shall cooperate with the affected utilities engaged in such work to avoid any unnecessary delay or hindrance to such work. B. The telephone numbers of owners of known utilities that may be encountered are: City of Campbell (408) 866-2150 C. Contractor shall be responsible for the coordination of work near utilities and the protection of the utility during construction. Where it is known or anticipated that an existing utility will be encountered during construction, the Contractor shall be responsible for notifying and/or supplying appropriate Drawings to the affected utility's owner at least 5 working days in advance of work in which the utility will be involved. 15.02.02. Protection of Existing Utilities A. The Contractor is responsible for doing all work and furnishing all materials required for protecting in place or restoring all existing above and below ground utilities disturbed or damaged during construction to a condition equal to or better than that existing prior to construction. Payment for complying with this provision shall be considered as included in the price paid for other items of work and no additional compensation will be made. B. The Contractor shall protect all utilities which may be impacted by the work. All exposed utilities shall be supported firmly and uniformly, conforming to the utility requirements. No utilities shall be left exposed for a period exceeding 8 hours unless approved by the utility and the Engineer. Unless otherwise shown on the Drawings, all utilities shall be backfilled with at least 12 inches of select backfill around the utility. C. All utility pole and guy anchors shall be protected and, where the walls of the trench are within 5 feet of a pole or anchor, lateral support to the pole shall be provided at the Contractor's expense. D. The Contractor shall immediately notify the utility owner and the Engineer if any existing utilities which have sustained damage prior. to excavation, or if the Contractor disturbs or damages the existing utility during the excavation. The Contractor shall bear the cost of'repair or replacement of any utility damaged as a result of construction operation. E. In no case shall any service (gas, water, electricity, telephone, etc.) be interrupted. SpecialProvisions.docx 15-2 Revised 05/06/14 S13376.docx Version D Work Constraints and Site Restrictions 15.02.03. Utility Installation/Relocation by Others — NOT USED 15.03. Protection of Existing Improvements Section 15 A. The Contractor's attention is directed to Article 6.14—Preservation of Property. 15.03.01. Survey Monuments A. No survey monuments, permanent markers for the District right of way, or District survey control points shall be removed or disturbed until the Engineer has recorded the locations thereof, and a permit for such removal has been received from the agency having jurisdiction. When the construction work has been completed, the Contractor shall replace said monuments accurately in the locations as referenced by the Engineer at no cost to the District. B. Installation of the survey monuments shall be in accordance with the requirements of the agency having jurisdiction. C. If any marker or monument is destroyed by the Contractor and the marker or monument has not been referenced by the Engineer, the Contractor shall be responsible for the accurate replacement of said marker or monument at no expense to the District by a Land Surveyor licensed by the State of California in accordance with the California Business and Professions Code Section 8771. 15.04. Pre -Construction Surveys 15.04.01. Pre -Construction Survey Within the Project Limits A. After the Contract has been awarded, and before commencement of work, the Contractor shall conduct a thorough examination of the work areas within the project limits in the presence of the Engineer. B. The Contractor shall inspect the condition of all areas which may have potential impacts, including but not limited to, existing improvements, curbs, driveways, ramps, landscape planting, light poles, fences, and any other conditions deemed appropriate. The presence of the Engineer shall in no way relieve the Contractor of the responsibility for completely and accurately documenting all existing conditions. C. Records of all observations shall be prepared by the Contractor, and every copy of all documents shall be signed by the authorized representative of the Contractor, and provided to the Engineer. Photographs and video tapes with dates, as deemed appropriate by the Engineer, shall be made by the Contractor and be included in the record of observations. One signed copy of every document, photographs, and video tape will be kept on file in the office of the Engineer. Special Provisions.docx 15-3 Revised 05/06/14 S13376.docx Version D Work Constraints and Site Restrictions Section 15 D. The above records, photographs, and video tapes are intended for use as evidence in ascertaining the extent of any damage which may occur as a result of the Contractor's operations during the prosecution of the Contract work. E. Structural surveys, if required, shall be conducted by a licensed civil or structural engineer. 15.04.02. Surveys of Properties in the Vicinity of the Work — NOT USED 15.05. Rights of Way A. Work will be located in rights of way in the City of Campbell. In the performance of the work within the City of Campbell, the Contractor shall comply with the ordinances, regulations, and all other requirements of the authorities governing work in City of Campbell public streets and rights of way. B. The Contractor shall obtain an encroachment permit from the City of Campbell. The encroachment permit will provide for construction of Project work in the John D. Morgan Park parking lot. See Article 17.01.02.13. 15.05.01. District -Furnished Right of Way A. The District has provided all rights of way as shown on the Drawings. The Contractor has full use of this right of way except for the limitations specified in these Specifications and as noted on the Drawings. B. Trees, landscaping, and all existing vegetation and irrigation systems shall be fully protected from injury or damage at the Contractor's expense. Refer to Article 6.14 Preservation of Property. 15.05.02. Contractor -Furnished Right of Way A. Any additional rights of way desired by the Contractor for his/her convenience shall be acquired by the Contractor at no expense or obligation to the District. The Contractor shall provide the Engineer with copies of any agreements between the Contractor and property owners regarding disposal of excess materials generated by the Contractor's activities, storage of materials, or any use of property in conjunction with this Project. The agreement shall state that the agreement is solely between the Contractor and the property owner and that the District is not a party to the agreement and not responsible for compliance with any conditions stated in the agreement. 15.05.03. Temporary Construction Easement (TCE's) — NOT USED Special Provision s.docx 15-4 Revised 05/06/14 S13376.docx Version ,D Work Constraints and Site Restrictions Section 15 15.06. Access to Properties Owned by Others A. The Contractor shall conduct the construction operations in a manner that will cause as little inconvenience as possible to adjacent property owners. B. Convenient access to driveways, houses, buildings, and businesses along the work shall be maintained in operational condition and temporary approaches to crossings or intersecting streets shall be provided and kept in good condition. C. When construction operation is directly within the driveway area, provide temporary access. The existing access shall not be closed until the temporary replacement access is usable. Once construction is completed, restore access to a condition equal to or better than the existing condition prior to the Contractor's operation. D. Per California Vehicle Code Section 22500, stopping, parking, or leaving standing any vehicle in front of public or private driveway is not allowed. 15.07. Access to Job Site A. The project location is shown on a map included in the Drawings. The Contractor may use the existing roads to access and perform the work subject to the restrictions specified herein. B. It shall be the Contractors responsibility to obtain any and all permits that may be required from the State, City, or County to move materials and equipment to the jobsite, dispose of excess material created by the Contractor's operation and for traffic control to, from, and on the project sites. 15.08. Access Roads Within Job Site A. The Contractor shall maintain access road to all staging and work areas, office trailer, and other areas to which frequent access is required. Maintain access to all other existing facilities on the site, including access for delivery of materials and for maintenance and operation. B. Where temporary roads cross buried utilities that might be injured by the loads likely to be imposed, such utilities shall be adequately protected so that no loads shall discharge on such buried utilities. C. Maintain on -site access roads free of mud. Under no circumstance shall vehicles leaving the site track mud or dirt off the site onto public right-of-way. D. The Contractor will be performing work at an operational park. Unless otherwise specified, the Contractor shall schedule and perform his/her work such that there is no disruption to park and parking lot operations and access. SpecialProvisions:docx 15-5 Revised 05/06/14 S13376.docx Version D Work Constraints and Site Restrictions 15.09. District and City Use of Facilities/Premises Within the Work Area Section 15 A. The District and City of Campbell reserve the right to access and use the John D. Morgan Park during performance of the work. B. The Contractor shall coordinate all construction operations with the Engineer and City of Campbell to avoid conflict and to facilitate City's use of the premises. C. The Contractor shall maintain the premises in pre-existing condition, and shall repair immediately any damages to the premises caused by Contractor's operations. Special Provisions. docx 15-6 Revised 05/06/14 S13376.docx Version D SECTION 16. SAFETY AND SECURITY 16.01. Safety A. The Contractor is hereby informed that work on this Project could be hazardous. The Contractor shall instruct all personnel working in potentially hazardous work areas of the potential dangers and shall provide such safety equipment and instruction as is necessary to prevent injury to personnel and damage to property. Special care shall be exercised relative to work around high -voltage wires, high-pressure gas mains, high-pressure water pipelines, and other utilities. Temporary supports, as required by the utility company, shall be provided by the Contractor to protect utility facilities. B. All work and materials shall be in strict accordance with all applicable City, County and State Rules, Ordinances, Regulations, and Codes. The Contractor shall comply with CAL -OSHA Labor Code Section 6300 et seq. and with Chapter 4 of Title 8 of the California Administrative Code. Nothing in these Specifications shall be construed to permit work not conforming to governing codes. When Contract Documents differ from governing codes, the Contractor shall furnish and install the higher standards called for without extra charge. C. Prior to start of work, the Contractor shall submit an Injury and Illness Prevention Program in accordance with CAL -OSHA requirements, Title 8, CCR Section 1509 (Construction). In addition, the Injury Illness Prevention Program shall comply with Title 8, CCR Section 3203 (General Industry) and/or Section 8406 (Tunnel) as deemed necessary. A copy of the program shall be available at all times in the Contractor's jobsite trailer. The Contractor shall designate a safety officer who will monitor and enforce the Injury and Illness Prevention Program. D. For projects involving hazardous waste operations, the Contractor shall develop and implement a written Safety and Health Program and a site -specific Safety and Health Plan, and designate a Site Safety and Health Supervisor who has the responsibility and authority to develop and implement the site -specific safety and health plan and verify compliance, in accordance with Title 8 CCR Section 5192. E. At all times the Contractor shall provide sufficient measures, such as, but not limited to: barricades, railings, lights, fences, and any other warning devices, to reasonably and prudently provide for the greatest public safety and convenience. F. The Contractor is referred to Article 5.14 regarding excavation safety plans. G. The services of the Engineer in conducting construction review of the Contractor's performance are not intended to include review of the adequacy of the Contractor's work methods, equipment, bracing or scaffolding, or safety measures, in, on, or near the construction site. SpecialProvisions.docx 16-1 Revised 05/06/14 S13376.docx Version D Safety and Security Section 16 H. The Contractor shall erect temporary fences or barriers and install warning signs around any unattended excavations and any excavations left open outside the working hours. 16.01.01. Temporary Facilities A. Warning Devices and Barricades: Identify and guard hazardous areas and conditions by visual warning devices and, where necessary, physical barriers per CAL -OSHA requirements, the latest version of the California Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) and State agency permit conditions. B. Barricades: Place barriers at ends of excavations and along excavations to warn pedestrian and vehicle traffic of excavations. Provide barriers with flashing lights after dark. Keep barriers in place until excavations are entirely backfilled and fully compacted. Barricade excavations to prevent persons from entering excavation areas in streets, roadways, parking lots, or other public or private areas associated with the Project. C. Fences: Enclose site of the work with fence adequate to protect the work as necessary against acts of theft, violence, and vandalism. When entire or part of site is to be permanently fenced, permanent fence may be built to serve for both permanent and temporary protection of the work site, provided that damaged or defaced fencing is replaced prior to final acceptance. 16.02. Safety and Health Program — NOT USED 16.03. Security Requirements at Job Site A. Contractor shall make adequate provision for the protection of the work area against fire, weather, theft, vandalism, and for the protection of the public against exposure to injury. All costs arising from theft, fire, or vandalism of the construction materials and equipment shall be borne by the Contractor. B. During night hours, weekends, holidays, and other times when no work is performed at site, Contractor shall provide temporary closures or enlist services of security guards to protect temporary openings. C. The Contractor shall not allow his/her staff to stay at the project site outside of normal hours or authorized work hours. 16.03.01. General A. The Contractor shall comply with the security requirements specified herein during the entire construction duration. These requirements are not to be construed to relieve the Contractor of his/her responsibility for the work as specified in Article 6.15 of these Specifications. SpecialProvisions.docx 16-2 Revised 05/06/14 S13376.docx Version D Safety and Security Section 16 B. Contractor's personnel includes the Contractor's own staff including, but not limited to, all tiers of subcontractor's staff, manufacturer's representatives, technicians, delivery drivers, etc. 16.03.02. Identification and Badging — NOT USED 16.03.03. Background Checks A. The District reserves the right to request and receive such information as allowed by law and as required to complete a background check on any Contractor's personnel that must enter the site. B. The District reserves the right to deny access to the site to any person as allowed by law. 16.03.04. Site Access Control — NOT USED 16.03.05. Mail and Postal Deliveries to the Project Site — NOT USED 16.03.06. Productivity Lost for Non -Compliance with Security Measures A. Costs and delays incurred by the Contractor due to security measures shall not be cause for additional Contract time or additional compensation for the Contractor. B. Failure to comply with these security measures may lead to delay or stop of work with no additional Contract time or additional compensation granted to the Contractor. 16.04. Payment A. Full compensation, for doing all work and furnishing all materials required to comply with site safety and security requirements, as specified in these Specifications, shall be considered incidental and included in the other items of work and no additional compensation will be made therefor. SpecialProvisions.docx 16-3 Revised 05/06/14 S13376.docx Version D SECTION 17. PERMITS AND REGULATIONS 17.01. Permits and Agreements 17.01.01. District Obtained Permits A. The District is in the process of obtaining a permit for work on this Project from the following agency having jurisdiction: Well Construction Permits 17.01.02. Contractor Obtained Permits A. Unless noted otherwise, the Contractor shall obtain all permits required to complete the Work. B. Contractor shall obtain an encroachment permit from the City of Campbell. The District has initiated the encroachment permit review process with the City of Campbell and has incorporated City's review comments in the Contract Documents. The Contractor shall sign for and pay the encroachment permit fee of $20,000. The Contractor shall comply with all requirements of the City's encroachment permit, including but not limited to general permit conditions and insurance requirements. These requirements can be found on the City's website at: http://www.ci.campbell.ca.us/187/Permit-Information. 17.01.03. Operation Regulations — NOT USED 17.02. Hours of Work A. Unless noted otherwise, no work, including material hauling to/from the site and equipment movement, shall be performed during the days and hours restricted by and set forth in this Article. B. No work shall take place between 5:00 p.m. and 8:00 a.m. on weekdays. The Contractor's attention is directed to Article 17.07. Truck Traffic and Hauling and Article 17.08. Parking for Additional Restrictions. C. Unless noted otherwise on the Drawings or these Specifications, or approved in writing by the Engineer, no work shall be performed on Saturdays, Sundays, or on any of the holidays listed below. D. Holidays are defined as: New Year's Day, Martin Luther King's Birthday, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday After Thanksgiving, and Christmas Day. If any of the above holidays should fall on a Sunday, the following Monday shall also be considered a holiday; and if a holiday should fall on a Saturday, the previous Friday shall also be considered a holiday. Special Provisions.docx 17-1 Revised 05/06/14 S13376.docx Version D Permits and Regulations Section 17 17.03. Noise Pollution -and Vibration 17.03.01. Noise A. The Contractor shall install sound control measures as shown on the Drawings and as specified in these Specifications. B. Noise levels from construction operations shall not exceed 70 dBA at any point along the outside perimeter of the Contractor -installed sound wall. B. Noise Monitoring: The Engineer may occasionally take sound readings with a hand held noise level meter during construction and operation of any noise producing equipment to monitor Contractor's compliance with the noise criteria. Any operation not in compliance with the noise criteria shall be removed from the job site as directed by Engineer., C. Full compensation for conforming to the requirements of this Article including monitoring, preparing, submitting, and maintaining all reports and documentation shall be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefor. 17.03.02. Vibration Monitoring — NOT USED 17.04. Air Pollution A. Contractor's attention is directed to Standard Provisions Article 6.30 Air Pollution. 17.05. Spillage and Dust A. Contractor's attention is directed to Standard Provisions Article 6.31 Spillage and Dust. 17.06. Traffic Control A. Contractor's attention is directed to Standard Provisions Article 6.32 Traffic Control. 17.07. Truck Traffic and Hauling A. The Contractor shall obtain, at Contractor's expense, all applicable Haul Route Permit(s), as required, from the authority having jurisdiction. B. Truck traffic and haul routes shall comply with applicable regulatory permits, ordinances and as further specified herein. SpecialProvisions.docx 17-2 Revised 05/06/14 S13376.docx Version D Permits and Regulations Section 17 17.07.01. Truck Arriving Early, Truck Idling and Queuing A. The District actively seeks to avoid or minimize unnecessary disturbance of the neighborhood from construction activities. Accordingly, all deliveries shall be coordinated to prevent disruption of the neighborhood. B. Idling, queuing, and hauling shall comply with local permits and ordinances and as further specified herein. Idling, queuing, and hauling shall be modified at the Contractor's expense in response to complaints by residents and commercial establishments. 17.08. Parking A. Contractor personnel vehicle and equipment parking, and access shall comply with local permits, regulations, ordinances and as further specified herein. Parking shall be modified at the Contractor's expense in response to complaints by residents, commercial establishments, and/or local officials and jurisdiction. B. All construction equipment and worker vehicles shall park in the designated staging area as indicated on the Drawings. Workers shall enter the site as soon as they arrive to the site. 17.09. Discovery of Archeological Artifacts and Human Remains A. No known archeological sites were discovered on the site. If, however, burials or archeological artifacts are encountered during construction, the Contractor shall halt work immediately within 50 feet of the find. A "no work" zone shall be established utilizing appropriate flagging to delineate the boundary of this zone. The Contractor shall secure and protect the zone from vandalism. The Contractor's attention is directed Article 6.26—Burial Sites and Article 6.28— Delay Due to Archeological Discovery for additional requirements. 17.10. Aesthetic Requirements — NOT USED 17.11. Recreation — NOT USED 17.12. Utilities and Service System — NOT USED 17.13. Payment A. Unless noted otherwise, full compensation for work involved in complying with all requirements under Section 17 shall be considered incidental and included in the contract prices paid for the various items of work involved and no additional time or compensation will be allowed therefor. SpecialProvisions.docx 17-3 Revised 05/06/14 S13376.docx Version D SECTION 18. ENVIRONMENTAL 18.01. Compliance With NPDES General Permit A. Contractor attention is directed to Article 18.03. BMP Action Plan. 18.01.01. SWPPP —NOT USED 18.01.02. Storm Water BMPs — NOT USED 18.01.03. Risk Level 1 Requirements — NOT USED 18.01.04. Risk Level 2 Requirements — NOT USED 18.01.05. Risk Level 3 Requirements — NOT USED 18.01.06. Regulatory Fines — NOT USED 18.01.07. Payment — NOT USED 18.02. Other Discharge Permits — NOT USED 18.03. BMP Action Plan A. The Contractor shall prepare and implement a BMP Action Plan. B. The BMP Action Plan shall incorporate the storm water BMPs and certain Risk Level 1 requirements in accordance with the NPDES General Permit (Order # 2009-0009-DWQ). A copy of the NPDES General Permit can be found at: http://www.waterboards.ca.gov/water issues/prog ram s/stormwater/docs/constpe rmits/wqo 2009 0009 complete.pdf. C. The Contractor shall comply with the following requirements as outlined below in accordance with Attachment C of the NPDES General Permit. 1 2 3 4 5 6 7 Effluent Standards Good Site Management "Housekeeping" Non -Storm Water Management Erosion Control Sediment Control Run-on and Runoff Controls Inspection, Maintenance and Repair, except that a QSP and SWPPP are not required. SpecialProvisions.docx 18-1 Revised 05/06/14 S13376.docx Version D Environmental Section 18 D. The BMP Action Plan shall include: (1) a site map showing the construction areas, staging areas, and where BMPs and other requirements are implemented; and (2) a diagram of site storm water drainage patterns including the local storm drain system and the receiving waterway. E. The Contractor shall submit and receive a favorable review of the BMP Action Plan by the Engineer prior to the commencement of any work activities in the field. 18.03.01. Storm Water BMPs A. The BMP Action Plan shall incorporate appropriated Storm Water BMPs as required. B. The Storm Water BMP's shall be in accordance with the 2009 CASQA Construction BMP Handbook/Portal, which is available at www.cabmohandbooks.com. C. The Storm Water BMPs shall include, but not be limited to: 1. Erosion Control BMPs 2. Sediment Control BMPs 3. Run-on Runoff Control BMPs 4. Wind Erosion Control BMPs 5. Tracking Control BMPs 6. Non-stormwater Management BMPs 7. Waste Management and Materials Pollution Control BMPs 18.03.02. Payment A. Full compensation for doing all work necessary to prepare and implement the BMP Action Plan, including all materials, labor, equipment, services, supervision, documentation, and submittals, shall be considered incidental and included in the other items of work and no additional compensation will be made therefore. 18.04. Water Pollution Nuisance A. The Contractor shall remedy immediately any public nuisance or deficiency arising from, or in consequence of Contractor's failure to perform the work specified under Article 18.03. B. Upon the Contractor's failure to make appropriate and timely remedies as directed by the Engineer in the best interests of the public, the Engineer may employ private or public work forces and equipment to perform the work. The actual cost of employing such forces and equipment shall be doubled and then subtracted from the monies due, or that may become due, the Contractor. Such action(s) taken by the Engineer shall not preclude the Engineer from taking other Special Provisions. docx 18-2 Revised 05/06/14 S13376.docx Version D Environmental Section 18 appropriate actions, and shall not relieve the Contractor of responsibility to comply with these Specifications. 18.05. Regulated Material Management A. Contractor's attention is directed to Standard Provisions Article 6.34 Regulated Material Management. 18.05.01. Asbestos Management A. Contractor's attention is directed to Standard Provisions Article 5.15 Asbestos - Related Work. 18.05.02. Lead Management — NOT USED 18.06. Solid Materials Management 18.06.01. Definitions A. Certified Facility —A reuse, recycling, composting, or materials recovery facility meeting the required diversion percentages set forth in this specification which the Engineer has determined can accept diverted materials, has obtained all applicable federal, state and local permits and is in full compliance with all applicable regulations for reuse, recycling, composting and/or materials recovery. B. Construction Waste —Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste does not include any of the above -specified materials/solid waste that contains contaminated or hazardous substances. Construction waste does not include excavated soil or groundwater. C. Demolition Waste —Building and site improvement materials resulting from demolition or selective demolition operations. Demolition waste does not include any of the above -specified materials/solid waste that contains contaminated or hazardous substances. D. Disposal —Removal off -site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. E. Divert/Diversion—To use material for any lawful purpose other than disposal in a landfill or transformation facility. F. Post -Consumer Recycled Content —The percentage of a new product which contains material that was recycled from product that was used by the end consumer and then collected for recycling. SpecialProvisions.docx 18-3 Revised 05/06/14 S 13376.docx Version D Environmental Section 18 G. Recycle —Recovery of demolition or construction waste for subsequent processing in preparation for use in some other form. H. Salvage —Recovery of demolition or construction waste and subsequent sale or reuse in the same form in another facility. Transformation Facility —A facility whose function is to convert, combust or otherwise process solid waste by incineration, pyrolysis, destructive distillation, or gasification or to chemically or biologically process solid waste for the purpose of volume reduction, synthetic fuel production or energy recovery. A composting facility is not a transformation facility. 18.06.02. Construction and Demolition Waste Management A. The Contractor shall submit a Solid Materials Management Plan identifying procedures to be used for management of construction and demolition waste generated by the work, including the facilities to be used for both disposal and recycling/salvaging and the estimated quantities and percentages (by weight) of construction demolition waste disposed and recycled/salvaged categorized by waste type. For each facility listed in the waste management and recycling plan, the Contractor shall provide facility name and address and facility owner name and contact information. This submittal shall be approved by the Engineer prior to commencement of any work on the project site. B. West Valley Collection & Recycling, LLC, is the exclusive roll -off and debris box provider of the City of Campbell. The Solid Materials Management Plan shall specify West Valley Collection & Recycling if roll -off and/or debris box is used. C. The Contractor is directed to the City of San Jose's Construction and Demolition Deposit Program Certified Facility List (http://www.sirecycles.org/business/pdf/cddd certified list.pdf) for local construction and demolition waste recycling service provider listings. Additional recycling resources are available at www.ciwmb.ca.gov/condemo/ and www.crra.com/cdc/index.htmi. D. At the conclusion of the Project, the Contractor shall complete and submit a Solid Materials Management Report Form which documents materials recycled/salvaged and disposed and demonstrates compliance with the requirements specified herein, facilities utilized, and weights of construction and demolition waste generated by the Project, as well as attach receipts that verify materials and quantities disposed and recycled/salvaged. The Contractor shall complete and submit the Form with the request for final payment. The Form is included in Appendix D. E. Full compensation for completing the Solid Materials Management Plan and for completing the Solid Materials Management Report Form shall be considered as included in the contract price for various items of work involved and no additional compensation will be allowed therefore. SpecialProvisions.docx 18-4 Revised 05/06/14 S13376.docx Version D Environmental Section 18 18.06.03. Post -Consumer Recycled Content Requirements — NOT USED 18.07. Migratory Birds 18.07.01. Regulatory Requirements A. The Contractor shall comply with all applicable federal and state laws, rules and regulations related to protection of migratory birds. The Contractor's attention is directed to the federal Migratory Bird Treaty Act (16 USC 703-712 50 CFR Part 21 and 50 CFR Part 10), and the California Fish and Game Code Sections 2000, 3503, 3503.5, 3513, and 3800, that protect migratory birds, their nests, and their eggs from disturbance or destruction. B. The Contractor shall carry out all activities in a manner consistent with the Migratory Bird Permit Memorandum (Appendix E), issued by the U.S. Fish and Wildlife Service dated April 15, 2003. Except as may be noted elsewhere in this Article, active nests are those containing either an egg (or eggs) or young, and/or nests used by birds of prey (i.e., members of the orders Falconiformes and Strigiformes, known as raptors) regardless of the presence of eggs or young; whereas inactive or partially -built nests of species other than raptors do not contain any eggs or young. The District Biologist will determine the occupancy of nests and provide direction to the Contractor regarding establishment of protective buffer zones around nests. C. The Contractor shall comply with the District Biologist requirements and direction for measures, including; awareness and training of Contractor's personnel of which migratory bird species are protected, their nesting seasons and seasonal variability; establishment of protective buffer zones around nests; and installation and maintenance of exclusion devices. 18.07.02. Scope of Work A. The Contractor shall do all work and furnish all materials to: provide training to all Contractor personnel on the project; perform preventative and deterrence measures to prevent birds from nesting; preserve and protect pre -established protective buffer zones; establish new protective buffer zones around unprevented nests, as required; maintain and install exclusion devices, such as netting and/or wire mesh screens; and perform any other work as directed by the District Biologist and as specified herein to comply with all applicable statutes. B. Prior to the District releasing the site to the Contractor, the Engineer and the Contractor shall assess the site to determine the presence of nesting birds protected by all applicable statutes, as well as the existing protective buffer zones and exclusion devices within or near the construction areas. C. The District Biologist will monitor regulatory compliance and train Contractor personnel as needed, in conformance with: (i) this Article; and (ii) all applicable permit conditions. SpecialProvisions.docx 18-5 Revised 05/06/14 S13376.docx Version D Environmental Section 18 D. The District will have monitored and controlled the site, including management of vegetation, installing and maintaining protective buffer zones and exclusion devices, as necessary, until the issuance of the Notice to Begin Work, at which time the site will be released to the Contractor. Upon accepting the site, the Contractor shall comply with the District Biologist's direction and assume responsibility for the site, including vegetation management, maintenance of existing protective buffer zones and exclusion devices, establishment of new exclusion devices, and shall perform all required work as specified herein. 18.07.03. Contractor Biologist — NOT USED 18.07.04. General Nesting Seasons A. The nesting season in the project area is generally considered to be from February 1st through August 31st. However, annual variation in climatic conditions can alter these periods by several weeks. 18.07.05. Migratory Bird Surveys A. The District Biologist will perform migratory bird surveys prior to any project -related activity that could pose the potential to affect migratory birds. B. The Contractor shall notify the Engineer in writing at least 15 days and no more than 30 days in advance of initiation of project -related activities, such as movement of equipment, materials stockpiling, clearing, grubbing, excavation, establishment of site access, etc. 18.07.06. Protective Buffer Zones A. Existing protective buffer zones, if any, are shown on the Drawings or will be communicated to the Contractor prior to District releasing the site. In addition to District established buffer zones, new protective buffer zones will be required if a nest is established or discovered during the construction period. In the event that an active nest of a protected species is discovered in the construction area during construction, or in adjacent areas considered to have the potential to be disturbed by construction, the Contractor shall notify the Engineer and establish a protective buffer zone around the nest at the direction of the Engineer. The exact location of the boundaries of protective buffer zones shall be established by the Engineer. The Contractor shall install temporary fencing at the boundary of each new protective buffer zone, except as otherwise directed by the Engineer. The fencing hall be Type ESA Temporary Fence per Caltrans Article 14-1.03. The Contractor shall attach signs labeled "Nesting Bird — Access Prohibited" at least every 50 feet along the fencing. The Contractor shall preserve and protect all protective buffer zones, including existing ones, at all times. B. The Contractor shall be responsible for any added costs or schedule delays as a result of establishment of new nests or new protective buffer zones due to the SpecialProvisions.docx 18-6 Revised 05/06/14 S13376.docx Version D Environmental Section 18 Contractor's failure to perform the bird exclusion responsibilities as specified under this Article. E. The Contractor shall monitor protective buffer zone operations during construction as directed by the District Biologist. Requirements for the protection of active nests may vary depending on the location and the species involved. The following are general guidelines to be followed by the Contractor when an active nest is encountered: • Stop any activities that may harm the nest. • Contact the Engineer immediately. • Only the District Biologist should approach the nest, and only if necessary. • The Contractor shall inform employees of the presence of an active nest and take steps, described above, to avoid disturbing it. • Until inspected by the Engineer, a 20-foot radius protective buffer zone shall be established around the nest of any non -raptor, ground -nesting bird, and a 50-foot radius protective buffer zone around nests established in shrubs, trees, on structures, on equipment, etc., except for raptor nests. Furthermore, the protective buffer zone shall be 250 feet for hawks, owls (including burrowing owls), herons, and egrets. The District Biologist may require modification of these perimeters. 18.07.07. Installation and Maintenance of Exclusion Devices A. The Contractor shall install nesting exclusion devices to prevent potential establishment or occurrence of a nest during the construction period. The Contractor shall maintain all nesting exclusions devices, including existing ones, throughout the nesting season, or until completion of work in an area makes the devices unnecessary. The Contractor shall be responsible for the maintenance, repair, or replacement of exclusion devices until all of the work is complete. The Contractor shall remove and dispose of all exclusion devices when work in the area is complete. Any exclusion devices installed by the District prior to construction start must also be removed and disposed of by the Contractor when completion of work in the area makes the devices unnecessary, and no additional compensation will be provided therefor. B. Bird exclusion devices shall be installed during the non -nesting season (September 1 through January 31). All exclusion devices shall be inspected daily by the Contractor to ensure integrity of the devices, and to prohibit birds from nesting without causing them harm. SpecialProvisions.docx 18-7 Revised 05/06/14 S13376.docx Version D Environmental 18.07.08. Vegetation Management for Nest Prevention — NOT USED 18.07.09. Monitoring Section 18 A. The Contractor is responsible for performing any monitoring support work as directed by the District Biologist to assure that migratory birds, their active nests, eggs, and young are not harmed in any way. 18.07.10. Submittals — NOT USED 18.07.11. Payment A. Full compensation for work involved in complying with the requirements of this Article shall be considered as included in the contract prices paid for the various items of work involved and no additional time or compensation will be allowed therefor. 18.08. Other Wildlife and Fish Species — NOT USED 18.09 Environmental Awareness Training A. The Contractor is hereby informed that all supervisory -level personnel must attend environmental awareness training before work begins on the Project site. All other Contractor personnel must attend environmental awareness training within 7 days of beginning work on the project site. B. Environmental awareness training will be administered by the District and will include the following: a one hour training session for all supervisory level staff and one 30 minute tail gate type training session for all staff below the supervisory level. Training may be conducted at the District's headquarters building. C. Upon completion of training, personnel will be provided with an Environmental Awareness Training sticker to be placed on their hard hat. The District may require training on an annual basis. 18.10. Payment A. Unless noted otherwise, full compensation for work involved in complying with all requirements under Section 18 shall be considered incidental and included in the contract prices paid for the various items of work involved and no additional time or compensation will be allowed therefor. SpecialProvisions.docx 18-8 Revised 05/06/14 S13376.docx Version D SECTION 19. QUALITY ASSURANCE REQUIREMENTS 19.01. Submittal Procedures A. This Article includes requirements and procedures for preparing and submitting submittals, including shop drawings, product data, samples, testing plans, preconstruction submittals, and other information required by the Contract Documents. 19.01.01. General Requirements A. Submittals shall be in accordance with Article 9.02 of the Standard Provisions unless otherwise modified herein. B. Master Submittal List: Within 7 days after the Notice to Begin Work, the Contractor shall submit a master submittal list to the Engineer for review and approval. This list shall be in Microsoft Excel spreadsheet format and identify all originally planned submittals. The purpose of this list is to assist planning for submittal creation and review. Items on this list shall be arranged in the same order as these Specifications and shall include as a minimum the following information: Item number. 2. Reference specification section number and paragraph. 3. Product, material, or description. 4. Original preparer of the submittal, as designated by the Contractor. Name, address, telephone number, and fax number of each preparer shall be appended to this master submittal list. 5. Estimated date for submission to the Engineer by the Contractor. C. The Contractor shall identify in the master submittal list the submittals that may require long lead times for manufacturing and/or delivery and that must be submitted early to the Engineer for review. D. The Contractor is advised that various submittals identified in the Specifications require immediate submission and must receive favorable review before on -site work can begin. E. Make other submittals promptly in accordance with the approved project progress schedule, and in such sequence as to cause no delay in the work. The time allowed by the Contractor for submittal review shall also provide sufficient time for disapproval and resubmission. F. The Contractor shall make a complete and acceptable submittal to the Engineer at least by the second submission. The cost associated with re -review of SpecialProvision&docx 19-1 Revised 05/06/14 S13376.docx Version D Quality Assurance Requirements Section 19 submittal due to Contractor's failure to comply with submittal requirements shall be borne by the Contractor per Standard Provision Article 9.02. The multiplier to be applied to the actual wages of the Engineer and/or Engineer's consultant will be 2.67. G. Each submittal, appropriately submitted in accordance with this Article, will be returned within 15 days following receipt of submittal by the Engineer. H. The number of copies of submittals described here supersedes the submittal copy requirements described in Standard Provisions Articles 9.02 and 10.03. The number of copies required is as follows: Shop drawings and product data: Sufficient copies to allow 5 copies to be retained by the Engineer plus 1 copy to be returned to the Contractor for Contractor's use. 2. Samples: Sufficient numbers to allow 2 samples of all structural and architectural products involving color, finish, texture, or the like, and 1 sample of other products to be retained by the Engineer plus 1 sample to be returned to the Contractor for Contractor's use. 3. It shall be the Contractor's responsibility to copy and/or conform reviewed submittals in sufficient numbers for its files, subcontractors, and vendors. 19.01.02. Shop Drawings, Product Data, and Samples A. Shop Drawings 1. Shop drawings include, but are not necessarily limited to, custom -prepared data such as fabrication on erection/installation (working) drawings, scheduled information, setting diagrams, actual shop work manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications, as applicable to the work. 2. Submittal of shop drawings by simply annotating copies of the Contract Drawings is subject to rejection. B. Product Data Product data as specified in individual Sections or Articles, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data or "cuts"), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliance and applicability, roughing -in diagrams and templates, product photographs, standard wiring diagrams, printed performance SpecialProvisions.docx 19-2 Revised 05/06/14 S13376.docx Version D Quality Assurance Requirements Section 19 curves and operational -range diagrams, production or quality control inspection and test reports and certifications, mill reports, product operating and maintenance instructions and recommended spare parts listing and printed product warranties, as applicable to the work. C. Samples Samples specified in individual Sections or Articles, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively -used products, color/texture/pattern swatches and range sets, specimens of coordination of visual effect, graphic symbols and units of work to be used by the Engineer or others for independent inspection and testing, as applicable to the work. 19.02. Quality Control A. This Article includes quality control requirements and procedures for materials, products, equipment, and workmanship; inspection procedures and limitations; sampling and testing of materials; and Contractor's quality assurance/quality control program. 19.02.01. Materials, Product, Equipment, and Workmanship A. All materials, products, and equipment shall be new, of the specified quality, and free of defects. Where samples have been submitted, the materials, products, and equipment incorporated into the work shall be equal to the samples that have been approved. Should materials, products, and equipment required by the work not be specified or described on the Drawings, the Contractor shall provide materials, products, and equipment of a high generally accepted quality standards that are comparable to the work and meet the identifiable needs of the work. B. Materials, products, equipment, and work not conforming to the requirements of the Contract Documents shall be considered defective and will be subject to rejection. Defective materials, products, equipment and work, whether in place or not, shall be removed immediately from the site by the Contractor, at no additional cost to the District. C. Perform and complete work in a careful, thorough manner. The Contractor shall report apparent errors, conflicts, discrepancies, or omissions in the Contract Documents to the Engineer and request instructions before proceeding with the work. 2. Engineer will issue written clarification or interpretation of Contract Document requirements in response to Contractor's requests and other sources of information. Special Provisions. docx 19-3 Revised 05/06/14 S13376.docx Version D Quality Assurance Requirements Section 19 D. Materials, products, and equipment that are specified to require testing and inspection at the point of origin shall receive and pass such testing and inspection prior to being shipped to the project site. 19.02.02. Inspection A. All work, materials, products, equipment, and functionality are subject to testing by the Engineer. Inspection of the work or receipt of payment shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract, and improper work shall be subject to rejection. Work and materials, products, and equipment not complying with the Contract Documents shall be corrected or removed and replaced with conforming work, materials, products, and equipment at no additional cost to the District. B. Inspection does not waive or alter the requirements or provisions of the Contract Documents. C. Inspection does not include the Contractor's means, methods, techniques, sequences, or procedures for construction. 19.02.03. Sampling of Materials A. The Contractor shall furnish samples of materials as specified and as requested by the Engineer at no additional cost to the District. Samples will be obtained and tested whenever necessary to determine the quality of the material and compliance with the Contract Documents. B. The Contractor shall assist the Engineer, District staff, regulatory agency personnel and third parties in collecting or providing samples. C. The Contractor shall not use materials specified to be tested in the work until such testing indicates satisfactory compliance with the Contract Documents. 19.02.04. Testing Services — NOT USED 19.02.05. Testing by District A. The District may perform their own independent tests. In such case, the Contractor shall cooperate with the District's independent testing firm. All costs for District testing will be borne by the District except that the costs of any retest resulting from unsatisfactory District test results shall be back charged to the Contractor. B. The Engineer will furnish the Contractor one copy of each field and laboratory QA/QC test that is performed by the District. Special Provision s.docx 19-4 Revised 05/06/14 S13376.docx Version D Quality Assurance Requirements Section 19 19.02.06. Plumbing and Piping Quality — NOT USED 19.02.07. Right of Rejection A. In accordance with Standard Provisions Article 9.01 the Engineer shall have the right at all times and places to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract, Documents, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the work at the Site. B. If the Contractor fails to promptly remove and replace rejected work, the Engineer may, after 7 Days notice, terminate the Contractor's right to proceed with the affected work. The Engineer may remove and replace the affected work with District resources. The Engineer will issue a backcharge to the Contractor covering the District's cost for performing the work in accordance with Standard Provisions Article 9.08. 19.02.08. Contractor's Quality Assurance/Quality Control Requirements A. The Contractor's attention is directed to the Technical Provisions for quality assurance/quality control requirements. B. Engineer may perform independent quality assurance audits. No Engineer audit finding or report shall in any way relieve Contractor from any requirements of this Contract. 19.03. Product Requirements A. This Article includes general product requirements and requirements for delivery, storage, packing, loading, unloading, transportation, protection, and selection of materials and equipment. Additional specific requirements for delivery, handling, protection, loading, and unloading may be specified with the technical specification for materials and equipment. B. Contractor's attention is directed to Article 10.06 — Equal, Sole or Single Source, and Substitution. 19.03.01. General Product Requirements A. Only new materials and equipment shall be incorporated into the work. All materials and equipment furnished by Contractor shall be subject to the inspection and approval of the Engineer. No material or equipment shall be delivered to the work without prior approval of submittals by the Engineer. B. - Provide products by same manufacturer when products are of similar nature, unless otherwise specified. Provide identical products when products are required in quantity. Provide products with interchangeable parts whenever possible. SpecialProvisions.docx 19-5 Revised 05/06/14 S13376.docx Version D Quality Assurance Requirements Section 19 19.03.02. Transportation and Delivery A. The Contractor shall: Transport and handle items in accordance with manufacturer's instructions. 2. Schedule delivery to reduce long-term on -site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. 3. Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged, or sensitive to deterioration. 4. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with Material Safety Data Sheets (MSDS) and instructions for handling, storing, unpacking, protecting, and installing. B. The Contractor may store his/her equipment and materials only in those locations approved by the Engineer. The Contractor will be responsible for maintaining and restoring any areas as required by the Engineer. C. All items delivered to the site shall be unloaded and placed in a manner which will not: (1) hamper the Contractor's normal construction operation or those of subcontractors and other contractors; (2) interfere with the flow of necessary traffic; and (3) interfere with District's normal operations and maintenance activities. In addition, the Contractor shall: Provide necessary equipment and personnel to unload all items delivered to the site. 2. Promptly inspect shipment to assure that products comply with requirements, quantities are correct and items are undamaged. For items furnished by others (i.e., District, other Contractors), perform inspection in the presence of the Engineer. Notify Engineer verbally, and in writing, of any problems. 19.03.03. Storage and Protection A. Store and protect products in accordance with the manufacturer's instructions, with seals and labels intact and legible. Storage instructions shall be studied by the Contractor and reviewed with the Engineer. Instructions shall be carefully followed by the Contractor. Arrange storage to permit ready access for inspection by the Engineer. SpecialProvisions.docx 19-6 Revised 05/06/14 S13376.docx Version D Quality Assurance Requirements Section 19 B. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. C. Cement, lime, and similar moisture sensitive materials shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural, miscellaneous, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block, and similar masonry products shall be handled and stored in a manner to reduce breakage, cracking, and spalling to a minimum. D. All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors shall be stored in a manner as recommended by the manufacturer to prevent damage. E. Material and equipment storage areas shall be suitably fenced and secured, if necessary, to protect the public, workers, District staff, and the materials and equipment from damage or theft. F. Unless otherwise designated in the Contract Documents, locations and arrangements for storage sites for materials and equipment outside the District's property lines, limits of work, or right-of-way, shall be selected and maintained by the Contractor at Contractor's expense. Full compensation for furnishing such storage sites as may be necessary or required by the Contractor shall be considered as included in bid price and no additional compensation shall be allowed therefor. District shall be specifically exempted in any agreement from any liability incurred from the use of private property for construction purposes. Use of portions of the District's area at the site for materials and equipment storage shall be permitted only upon the approval of the Engineer. G. The storage and handling of potential pollutants and hazardous materials, including, but not necessarily limited to, gasoline, diesel, oils, paint, and solvents, shall be in accordance with all local, State, and Federal laws and other requirements. Temporary special storage enclosures, double walled tanks, berms, or other protective facilities shall be provided as required by law. All hazardous materials shall be stored and handled in strict accordance with the Material Safety Data Sheets for each product. A copy of each Material Safety Data Sheet shall be submitted to the Engineer at the time of delivery of the products to the project site. See Section 18 for Storm Water Pollution Prevention requirements. H. All materials and equipment which, in the opinion of the Engineer, have become so damaged as to be unfit for the use intended or specified, shall be promptly removed from the site of the work, and the Contractor shall receive no compensation for the material or equipment so removed or its removal costs. SpecialProvisions.docx 19-7 Revised 05/06/14 S13376.docx Version D SECTION 20. PAYMENT PROCEDURES 20.01. Schedule of Bid Items 20.01.01. General Requirements A. Refer to Bid Documents, Bid Form No. 1, Proposal Form and Bid Items, for the listing of Bid Items. B. Unless otherwise indicated, all bid items include labor, materials, tool, equipment, and incidentals in accordance with the Drawings and Specifications to complete the items. C. No separate payment will be made for any item that is shown on the Drawings and/or specified in these Specifications but not specifically set forth in Schedule of Bid Items, and all cost therefore shall be included in the prices named in the Schedule of Bid Items for the various appurtenant items of work. D. Where there is an overlap in the work paid for under different bid items, the work will be paid for only once under the appropriate bid item(s), as determined by the Engineer. 20.01.02. Description of Bid Items A. Bid Item No. 1—MOBILIZATION Scope of Work: This bid item shall include furnishing all work and materials required to complete preparatory work and appurtenant operations, including but not limited to, the assembly and transportation of all necessary tools, equipment, personnel, and materials to and from the work site to perform the Work; coordinating with the City of Campbell on parking lot closures, setting up signage, notices, and other project communications; removal of all equipment and subcontractor equipment, including roll -off bins and debris boxes; final site cleanup work; and other work as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all work and materials for Mobilization shall be included in the lump sum bid price bid for MOBILIZATION, Bid Item No. 1. Progress payments will be made in accordance with Section 9 of the State Specifications. B. Bid Item No. 2—SAMPLING AND RECORDS Scope of Work: This bid item shall include furnishing all work and materials required to complete sampling and to prepare reports, records, and logs during borehole drilling operations as shown on the Drawings and as specified in these Specifications. SpecialProvisions.docx 20-1 Revised 05/06/14 S13376.docx Version D Payment Procedures Section 20 2. Measurement and Payment: Full compensation for furnishing all work and materials for Sampling and Records shall be included in the lump sum bid price for SAMPLING AND RECORDS, Bid Item No. 2. C. Bid Item No. 3—SONIC BOREHOLE DRILLING Scope of Work: Unless noted otherwise herein, this bid item shall include furnishing all work and materials required to drill a borehole by sonic drilling method (to allow the assessment of lithologic and hydrogeologic conditions by the District), to collect soil samples for laboratory analyses, and to construct nested monitoring wells as shown on the Drawings and as specified in these Specifications. Compliance with plumbness and alignment requirements is included in this bid item. 2. This bid item includes furnishing all work, including labor and equipment, required to install casing, screen, and artificial filter pack, and to complete annular sealing work. Payment for furnishing materials required to install casing, screen, and artificial filter pack and to complete annular sealing work is included in other items of work. 3. Measurement and Payment: Full compensation for furnishing all work and materials for Sonic Borehole Drilling shall be included in the unit price bid per lineal foot for SONIC BOREHOLE DRILLING, Bid Item No. 3. D. Bid Item No. 4—DIRECT OR REVERSE ROTARY BOREHOLE DRILLING Scope of Work: Unless noted otherwise herein, this bid item shall include furnishing all work and materials required to drill a borehole by direct or reverse rotary method and to construct nested monitoring wells as shown on the Drawings and as specified in these Specifications. Compliance with plumbness and alignment requirements is included in this bid item. 2. This bid item includes furnishing all work, including labor and equipment, required to install casing, screen, and artificial filter pack, and to complete annular sealing work. Payment for furnishing materials required to install casing, screen, and artificial filter pack and to complete annular sealing work is included in other items of work. 3. Measurement and Payment: Full compensation for furnishing all work and materials for Direct or Reverse Rotary Borehole Drilling shall be included in the unit price bid per lineal foot for DIRECT OR REVERSE ROTARY BOREHOLE DRILLING, Bid Item No. 4. E. Bid Item No. 5—BOREHOLE GEOPHYSICAL TESTING Scope of Work: This bid item shall include furnishing all work and materials required to complete borehole geophysical testing after the SpecialProvisions.docx 20-2 Revised 05/06/14 S13376.docx Version D Payment Procedures Section 20 direct or reverse rotary borehole has been drilled to total depth as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all work and materials for Borehole Geophysical Testing shall be included in the lump sum bid price for BOREHOLE GEOPHYSICAL TESTING, Bid Item No. 5. F. Bid Item No. 6-2-INCH WELL CASING Scope of Work: This bid item shall include furnishing all materials required to install 2-inch diameter permanent well casing required for the construction of monitoring wells as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all materials for 2-Inch Well Casing shall be included in the unit price bid per lineal foot for 2-INCH WELL CASING, Bid Item No. 6. G. Bid Item No. 7-2-INCH WELL SCREEN 1. Scope of Work: This bid item shall include furnishing all materials required to install 2.0-inch diameter well screen in the individual wells in each nesting monitoring well as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all materials for 2-Inch Well Casing shall be included in the unit price bid per lineal foot for 2-INCH WELL SCREEN, Bid Item No. 7. H. Bid Item No. 8— ARTIFICIAL FILTER PACK Scope of Work: This bid item shall include furnishing all materials required to install artificial filter packs in all monitoring wells as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all materials for Artificial Filter Pack shall be included in the unit price bid per lineal foot for ARTIFICIAL FILTER PACK, Bid Item No. 8. I. Bid Item No. 9— ANNULAR SEALING — BENTONITE Scope of Work: This bid item shall include furnishing all materials required to seal annular spaces with bentonite as shown on the Drawings and as specified in these Specifications. SpecialProvisions.docx 20-3 Revised 05/06/14 S13376.docx Version D meat Procedures Section 20 2. Measurement and Payment: Full compensation for furnishing all materials for Annular Sealing — Bentonite shall be included in the unit price bid per lineal foot for ANNULAR SEALING - BENTONITE, Bid Item No. 9. Bid Item No. 10— ANNULAR SEALING — CEMENT Scope of Work: This bid item shall include furnishing all materials required to seal annular spaces with cement as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all materials for Annular Sealing — Cement shall be included in the unit price bid per lineal foot for ANNULAR SEALING - CEMENT, Bid Item No. 10. K. Bid Item No. 11— WELL DEVELOPMENT Scope of Work: This bid item shall include furnishing all work and materials required for well development at each completed monitoring well as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all materials for Well Development shall be included in the lump sum price bid for WELL DEVELOPMENT, Bid Item No. 11. L. Bid Item No. 12— WELLHEAD COMPLETION Scope of Work: This bid item shall include furnishing all work and materials required for wellhead completion at all completed monitoring wells as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all work and materials for Wellhead Completion shall be included in the unit price bid for WELLHEAD COMPLETION, Bid Item No. 12. M. Bid Item No. 13—PAVING AND SURFACING Scope of Work: This bid item shall include furnishing all work and materials required to complete temporary and permanent paving, surfacing, and striping as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all work and materials for Paving and Surfacing shall be included in the lump sum price bid for PAVING AND SURFACING, Bid Item No. 13. N. Bid Item No. 14— SOUND CONTROL SpecialProvisions.docx 20-4 Revised 05/06/14 S13376.docx Version D Payment Procedures Section 20 Scope of Work: This bid item shall include furnishing all work and materials required for installation, maintenance, and removal of sound wall and compliance with noise limits as shown on the Drawings and as specified in these Specifications. 2. Measurement and Payment: Full compensation for furnishing all work and materials for Sound Control shall be included in the lump sum price bid for SOUND CONTROL, Bid Item No. 14. O. Bid Item No. 15— DISPOSAL OF DRILLING FLUIDS AND CUTTINGS Scope of Work: This bid item shall include furnishing all work and materials required to dispose of drilling fluids and cuttings at an offsite facility as shown on the Drawings and as specified in these Specifications. Disposal of discharge water is included in other items of work. 2. Measurement and Payment: Full compensation for furnishing all work and materials for Disposal of Drilling Fluids and Cuttings shall be included in the lump sum price bid for DISPOSAL OF DRILLING FLUIDS AND CUTTINGS, Bid Item No. 15. P. Bid Item No. 16— DISCHARGE WATER Scope of Work: This bid item shall include furnishing all work and materials required to dispose of water resulting from well development operations as shown on the Drawings and as specified in these Specifications. Disposal of drilling fluids is included in other items of work. 2. Measurement and Payment: Full compensation for furnishing all work and materials for Discharge Water shall be included in the lump sum price bid for DISCHARGE WATER, Bid Item No. 16. 20.02. Progress Payments and Schedule of Values A. This Article includes requirements for the preparation, format, and submission of the Schedule of Values. B. Progress payments will not be made until the Schedule of Values has received favorable review by the Engineer. C. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damage under Article 7.06 of these Specifications. Specia]Provisions.docx 20-5 Revised 05/06/14 S13376.docx Version D Payment Procedures 20.02.01. Preparation Section 20 A. Prepare preliminary and final Schedule of Values identifying costs of all bid items. For lump sum bid items, include costs of all major components of work under that bid item. No component of lump sum bid items shall have a duration exceeding 15 days except concrete curing, submittal review, equipment fabrication, and deliveries, or a value greater than $50,000. An exception to this requirement is the purchase of equipment. B. Assign prices to major components of lump sum bid items totaling the bid item price. Base prices on costs associated with scheduled activities based on the Progress Schedule for each major component of work. Each bid item and each component of lump sum bid items shall include a directly proportional amount of the Contractor's overhead and profit. The Contractor's overhead and profit shall be completely distributed among all bid items of work, including components of lump sum bid items. Provide additional cost documentation to the Engineer when requested so that values can be verified. C. Submit the preliminary Schedule of Values within 14 days from the date of the Notice to Begin Work and revise to incorporate Engineer's comments until a final Schedule of Values is agreed upon. This information shall be used in the preparation of the Progress Schedule under Section 11. D. For all construction change order authorizations, provide change order authorization breakdown to append to the final Schedule of Values items for at least the following components: (a) site work, (b) structure, (c) electrical, (d) mechanical, (e) instrumentation, (f) heating, ventilation, and air conditioning, (g) demolition, (h) submittals, operation and maintenance manuals, and training; and (i) testing and startup. Provide additional cost documentation to the Engineer when requested. E. The Contractor shall not change the final approved Schedule of Values without the approval of the Engineer. The Schedule of Values has a one-to-one direct relationship to the list of activities on the Contractor's Progress Schedule. Additions or deletions of activities on the Contractor's Progress Schedule will require an addition or deletion of line item value to the Schedule of Values. The Contractor must submit requested changes to the approved Schedule of Values to the Engineer for approval. F. The Contractor shall list and maintain all values for items of equipment that will be submitted for material on -site payment separately on the Schedule of Values and on the Progress Schedule. These material items will not be "progressed" as a part of the physical progress assessment. SpecialProvisions.docx 20-6 Revised 05/06/14 S13376.docx Version D ment Procedures 20.02.02. Submittals Section 20 A. Submit corrected Schedule of Values within 10 days upon receipt of reviewed Schedule of Values comments, but no later than 10 days prior to anticipated submittal of the first Application for Payment. 20.02.03. Preliminary Schedule of Values A. Table 20.02.03.A below is an acceptable form for the preliminary Schedule of Values. B. The preliminary and final Schedule of Values shall be prepared into a Microsoft Excel format onto 8%2-inch by 11-inch paper. Identify the schedule with: 1. District's Name, Project Name and Project No. 2. Name and address of Contractor. 3. Date of submission. 20.03. Cost Summaries A. Prepare a "Summary of Cost Information" on each major item of work listed in the Schedule of Values. Identify the value of work completed for both the payment period and job to date. B. Prepare a "Cash Flow Summary," and a corresponding "Cash Flow 'S' Curve," indicating the total dollar amount of work planned for each month of the Project. Equate sum of monthly amounts to the Total Bid Price. Update the Cash Flow Summary and Cash Flow "S" Curve every 60 days or as directed by the Engineer. 20.04. Partial Payment —Inclusion of Materials On -Site A. 'Payments will be made by the District to the Contractor for materials and equipment furnished and delivered to the site by the Contractor and not yet incorporated into the work subject to the following requirements: 2. 3 Materials, as used herein, shall be considered to be those items that are fabricated and manufactured goods and equipment. Only those materials for which the Contractor can transfer clear title to the District will be qualified for partial payment. Temporary construction materials (e.g., shoring) do not qualify for partial payment. Materials that are not on site will not be considered for payment. Only materials that have received favorable review of submittals will qualify for consideration. Eligible materials must be delivered, properly stored, protected, and maintained in a manner favorably reviewed by the Engineer at the site. SpecialProvisions.docx 20-7 Revised 05/06/14 S13376.docx Version D ment Procedures Section 20 4. Only the Contractor's actual net cost for materials may be paid prior to inclusion in the work. The Contractor's actual net cost for the materials must be supported by furnished invoices of suppliers, and other documentation requested by the Engineer. 5. Materials delivered to the site less than 30 days prior to their scheduled incorporation shall not qualify for partial payment consideration. 6. Final payment shall be made only for materials actually incorporated into the work. Upon acceptance of the work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the work. 7. Partial payments for materials on site shall not be deemed to be final payment for the material nor relieve the Contractor of its obligations under the Contract. 8. Partial payments for materials on site shall be subject to retention per Article 8.03. 9. See Article 20.05 for additional documentation required for partial payment for materials on site. 20.05. Applications for Payment A. This includes procedures for the preparation and submission of monthly Applications for Payment. 20.05.01. General A. Applications for payment shall be based upon actual progress as measured on the Progress Schedule developed under Section 11 and its approved assignment of the Schedule of Values developed under Article 20.02. B. Fill in the information required on this form. C. Provide a list of materials on site but not yet incorporated into the work that are sought for partial payment and supporting documentation. D. When change order authorizations are executed, add each such authorization to the applicable bid items, or separately at end of listing of Schedule of Values items, as appropriate. 1. Identify the change order authorization by number and description. 2. Provide the value of change order authorization in appropriate column. E. After completing, submit Application for Payment. SpecialProvisions.docx 20-8 Revised 05/06/14 S13376.docx Version D Payment Procedures Section 20 F. Engineer will review application for accuracy. When accurate, Engineer will transmit application for processing of payment. Engineer will return inaccurate and/or incomplete Applications for Payment with comments for Contractor action. G. Each Application for Payment shall be transmitted under the signature of the responsible officer of the Contractor. 20.05.02. Substantiating Data A. Provide substantiating data with cover letter identifying: Project Name and Project No. 2. Application number and date. 3. Detailed list of enclosures. 4. For all stored materials (fabricated and manufactured goods and equipment only) on site, but not yet included in the work, with item number and identification on the application, Contractor shall complete the District form "Request for Payment for Materials on Hand." The "Project Inspector" described on this form shall be the Engineer. The Contractor shall provide a description of each specific material, quantity, value, submittal review status, substantiating evidence of purchase and cost, complete the affidavit, and physically separate and identify the material as property of the District. References to off -site storage on District form "Request for Payment for Materials on Hand" are not applicable to this work. 5. Submit "certified" payroll. 6. Description of record drawing completion status. 20.05.03. Submittals A. Submit five copies of Application for Payment and substantiating data with cover letter. SpecialProvisions.docx 20-9 Revised 05/06/14 S13376.docx Version D SECTION 21. CONTRACT CLOSEOUT 21.01. Project Completion and Acceptance 21.01.01. Use Before Acceptance A. District has the right to utilize or place into service any item of equipment or other usable portion of the work before acceptance of the entire Project. Whenever District plans to exercise said right, the Engineer will notify Contractor in writing, identifying the specific portion or portions of the work to be so utilized or otherwise placed into service, hereinafter referred to as "Use Before Acceptance.", B. Until the Engineer issues such written notification, Contractor is responsible for all care and maintenance of all items or portions of the work. C. Upon District's issuance of written notice of Use Before Acceptance, District accepts responsibility for the protection and maintenance of all such items or portions of the work described in the written notice, excepting any injury or damage resulting from Contractor's actions or negligence. D. If, by reason of District's Use Before Acceptance, the premium for the Contractor's bodily injury and property damage insurance is increased, District will reimburse the Contractor for the additional amount necessarily incurred, allocable to the area and the period of District's occupancy, up to the date of acceptance of the work. E. District's Use Before Acceptance does not constitute acceptance of the work, or any portion of the work, by District, nor will it relieve the Contractor of responsibility for correcting defective and/or deficient work or materials found at any time before acceptance of the work or during the guaranty period after District's Acceptance. However, when the Project includes separate buildings, and one or more of the buildings is complete and entirely occupied by District, then upon written request by the Contractor and by written consent from District, the guaranty period on the building entirely occupied by District will commence to run from the date of District occupancy of such building or buildings. F. Notwithstanding any Use Before Acceptance, Contractor retains full responsibility for fulfillment of all the requirements of the Contract documents. G. Should the District elect to partially occupy or use portions of the work prior to acceptance, Contractor must perform final cleaning for those portions of the work prior to their being so occupied or used. 21.01.02. Contractor's Responsibility to Manage Incomplete and Deficient Work A. The Contractor is responsible for identifying and managing incomplete and deficient work. Incomplete and deficient work includes, but is not limited to: non-compliance items, re -work items, and non -conforming tests; deficiencies SpecialProvisions.docx 21-1 Revised 05/06/14- S13376.docx Version D Contract Closeout Section 21 relating to inspections by the Building Official; and items of work not complete per the Contract. B. The Preliminary and Final Inspection will not be conducted until: 1. The entire work of the Milestone/Project is complete; 2. Cleaning has occurred pursuant to Articles 18.03 and 21.06; and 3. Deficient work identified in all outstanding non-compliance notices has been corrected. C. For each Milestone completion, the Contractor must include activities for conducting the Preliminary Final Inspection, completion of Deficiency List, and Final Inspection in Contractor's Progress Schedule. 21.01.03. Milestone Completion Preliminary Final Inspection A. When the Contractor believes the work of a Milestone or Project is complete, including final cleaning of the work area associated with the Milestone, the Contractor shall submit to the Engineer three (3) copies of a written certification that the work of the Milestone is complete and request a Preliminary Final Inspection of the work of the Milestone by the District. B. Prior to requesting the inspection, the Contractor shall furnish the following Milestone Completion Certification to District: "To the best of my knowledge, all work of Milestone (#) has been completed, inspected, tested and is in full compliance with the requirements of the Contract." Certified by Contractor. Date: (Signature) C. Within seven (7) days of receipt of the Contractor's certification that all work of a Milestone/Project is complete, the Engineer will conduct a Preliminary Final Inspection with the Contractor. D. If the Engineer determines that, based on the results of the Preliminary Inspection, the incomplete/deficient work identified is greater in substance and/or volume, than can be appropriately declared as Deficiency List, then the work is not complete enough to complete the Preliminary Final Inspection. The Contractor will be so notified in writing. Contractor must complete the work and re -initiate procedures for another Preliminary Final Inspection. Any costs to District for more than two (2) Preliminary Inspections may be charged to the Contractor. E. If the results of the Preliminary Final Inspection are satisfactory to the Engineer, a Deficiency List will be prepared and issued to the Contractor. Neither the Specia]Provisions.docx 21-2 Revised 05/06/14 S13376.docx Version D Contract Closeout Section 21 District's preparation of the Deficiency List, nor any omission from the Deficiency List of items of Incomplete and/or Deficient Work, relieves the Contractor from completing all the work required by the Contract. 21.01.04. Milestone Completion Final Inspection A. Prior to requesting the Milestone Completion Final Inspection, the Contractor shall furnish the following Milestone Completion Certification to the District: "The work of Milestone (#) has been completed, inspected, tested and is in full compliance with the requirements of the Contract. All Deficiency List items identified during the Preliminary Final Inspection have been completed." Certified by Contractor: (Signature) Date: B. Upon delivery of such certification to the Engineer, and if the Engineer agrees with the Contractor's certification, a Final Inspection will occur within ten (10) calendar days of the Contractor's delivery of Milestone Completion Certification. C. If the Engineer determines the work is deficient, Contractor will again be furnished with a Deficiency List identifying the observed deficiencies in the work. After all deficiencies have been corrected, Contractor must initiate procedures for another Final Inspection. If more than two (2) Final Inspections are required any costs to the District for additional Final Inspections may be charged to the Contractor. D. After acceptance of the Contractor's Milestone Completion Certification following the Final Inspection, the Engineer will issue a Milestone Completion letter to the Contractor. This letter will establish the date of the completion of the Milestone. The assessment of Liquidated Damages, if applicable, will cease accruing as of the date of Milestone Completion. E. Contractor's Progress Schedule must include activities for Final Inspection of Milestones. 21.01.05. Project Completion A. The Contractor shall certify that the entire work of the Project is complete. Completion of the Project includes submission to and acceptance by the District of all Milestone completion submittals. Article 21.05.02 describes in greater detail the submittal requirements for Contract Close-out. B. Prior to the Engineer issuing the Project Completion letter, the Contractor shall furnish the following Project Completion Certification to District. This certification is in addition to any intermediate Milestone Completion certifications: SpecialProvisions.docx 21-3 Revised 05/06/14 S13376.docx Version D Contract Closeout Section 21 "The entire work of the Project has been completed, inspected, tested and is in full compliance with the requirements of the Contract documents. All Deficiency List items have been completed. All items on the rework list have been completed. All Close-out Documents required by Article 21.05.02 have been submitted to and accepted by the Engineer." Certified by Contractor: Date: (Signature) C. The Contractor's certification shall also include the completion of all Deficiency List work and the correction of all rework. D. After acceptance of the Contractor's final certification, the Engineer will issue a Project Completion letter to the Contractor. This letter will establish the date of the Completion of Project. The assessment of Liquidated Damages, if any, will cease accruing as of the date of Project Completion. 21.01.06. Acceptance of Work A. After issuing the Project Completion letter, the Engineer will recommend that the District Board of Directors formally accept the work. B. Acceptance of the work will be made by the District Board of Directors and only after the Engineer has recommended acceptance. C. After the Board of Director's formal acceptance of the work, the Clerk of the Board will record a Notice of Completion and Acceptance. D. District's acceptance establishes conformity with the Contract except for delays in completion, latent defects, fraud, or such gross errors as amount to fraud, willful misconduct, or gross negligence, and subject to any Guarantee and Warranty, express or implied. Determinations by Engineer that the work is complete or acceptance of the work by the Board of Directors does not bar any action by the District against the Contractor pursuant to Article 21.02. E. Contractor is notified that the process to agendize the formal acceptance of work (and which is initiated after the District issues the Project Completion letter) and to present to the District Board of Directors may take approximately two months. 21.02. Guaranty and Guaranty Bond 21.02.01. Guaranty A. The guaranty period for any item of equipment or usable portion of the work that the District utilizes or places into service shall commence on the date of the Notice of Completion and Acceptance of the entire Project. Special Provisions. docx 21-4 Revised 05/06/14 S13376.docx Version D Contract Closeout Section 21 B. The Contractor hereby agrees to make, at its own expense, all repairs or replacements necessitated by defects in materials or workmanship, pavement subsidence or pavement damage, supplied or constructed under the terms of this Contract, and to pay for any damage to other works resulting from such defects, that becomes evident within a minimum of three years after the date of Notice of Completion and Acceptance of the entire Project or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract documents. The Contractor further assumes responsibility for a similar guarantee for all work and materials provided by subcontractors or manufacturers of package equipment components. Packaged equipment components are defined to include equipment furnished under the Technical Provisions. The Contractor also agrees to indemnify, defend and hold the District harmless from liability of any kind arising from damage due to said defects. C. The Contractor shall execute and submit a completed Guaranty Form in the format appended to this Section for the work. The Guaranty Form shall be submitted to the Engineer in accordance with Article 3.11 of the Standard Provisions. D. The Contractor shall, upon receipt of notice in writing from the District, promptly make all repairs arising out of defective materials, workmanship, or equipment. The District is hereby authorized to make such repairs, and the Contractor and its Surety shall be liable for the cost thereof, if ten days after giving of such notice to the Contractor, the Contractor has failed to make or undertake the repairs with due diligence. In case of emergency, where in the opinion of the District delay could cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the expense in connection therewith shall be charged to the Contractor, and its Surety shall be liable for the cost thereof. E. Prior to the expiration of the Guaranty period, the District reserves the right to hold a meeting and require the attendance of the Contractor and relevant subcontractors and suppliers. The purpose of the meeting is to review guaranties, bonds, and maintenance requirements and determine the required repair or replacement of defective items. F. For the purpose of this Section, acceptance of the work or a portion of the work by the District shall not extinguish any covenant or agreement on the part of the Contractor to be performed or fulfilled under this Contract which has not, in fact, been performed or fulfilled at the time of such acceptance. All covenants and agreements shall continue to be binding on the Contractor until they have been fulfilled. 21.02.02. Guaranty Bond A. The Contractor shall furnish a written Guaranty Bond. Unless noted otherwise, this Guaranty Bond shall be for a period of three years after the date of Notice of Completion and Acceptance and shall cover all work. It shall be furnished, in a SpecialProvisions.docx 21-5 Revised 05/06/14 S13376.docx Version D Contract Closeout Section 21 form acceptable to the Engineer in the format of the attachment to this Section, prior to final payment. B. The amount of the Guaranty Bond shall be no less than 15 percent of the Total Contract Price. Special Provisions. docx 21-6 Revised 05/06/14 S13376.docx Version D Contract Closeout Section 21 SANTA CLARA VALLEY WATER DISTRICT GUARANTY FORM Guaranty for (Project Name and Project Number) San Jose, CA We hereby guarantee the Project commonly known as has been completed in accordance with the requirements of the Contract documents and further agree that the work to be free of defects in workmanship, equipment and materials and to remain free of such defects for a period of three (3) years from the date of acceptance of the work by the District's Board of Directors, unless a longer/shorter period(s) is called for by the Contract documents. We agree that if any defects in materials, workmanship, or equipment become evident, we will, within ten days after written notice of such defects, commence to repair or replace the same together with any other work that may be damaged or displaced in so doing. In the event of our failure to comply with the above mentioned conditions within a reasonable time after being notified, or should the emergencies of the case require repairs or replacements to be made before we can be notified or respond to notification, we do hereby authorize the Santa Clara Valley Water District to proceed to have the defect repaired and made good at our expense, and we will pay the cost therefor upon demand. The Guaranty provided herein shall not be in lieu of, but shall be in addition to any warranties or other obligations otherwise imposed by the Contract documents and by law. Contractor: Signed: Title: Date: Special Provisions.docx 21-7 Revised 05/06/14 S13376.docx Version D Contract Closeout SANTA CLARA VALLEY WATER DISTRICT GUARANTY BOND BE IT KNOWN BY THESE PRESENTS: That Section 21 WHEREAS, the Santa Clara Valley Water District, State of California, has awarded to (hereinafter designated as "Principal") a Contract for : and WHEREAS, said Principal is required under the terms of said Contract to furnish a Guaranty Bond for the faithful performance of said Contract's Guaranty. NOW, THEREFORE, we, the Principal and as Surety, are held and firmly bound unto the Santa Clara Valley Water District (hereinafter called "District") in the sum of Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above Principal, or heirs, executors, administrators, successors, or assigns shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless District, its officers, agents, and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. And the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this bond, and does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the Specifications. In the event suit is brought upon this bond by District and judgment is recovered, Surety shall pay all costs incurred by District in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF two identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by Principal and Surety above named, on the day of , 20 Principal (Seal) (Seal) (Seal) Address Surety NOTE: Signature of those executing for Surety must be properly acknowledged. (Seal) (Seal) (Seal) SpecialProvisions.docx 21-8 Revised 05/06/14 S13376.docx Version D Contract Closeout 21.03. Training —NOT USED 21.04. Testing and Facility Startup Section 21 A. Contractor is directed to the Technical Provisions for testing requirements. 21.05. Submission of Closeout Items 21.05.01. Record Drawings and Specifications A. At completion of construction, and prior to the final acceptance of the work by the District, the Contractor shall deliver the following Contract record documents to the Engineer in the following form: 1. Marked -up Contract Drawings (2 copies): Bound into sets of convenient size for ease of handling. 2. Marked -up Specifications (2 copies): Bound into 3-ring vinyl binders with clear plastic spine label pockets. 3. Field Test Records (2 copies): Bound into 3-ring vinyl binders with clear plastic spine label pockets. Number all pages. Provide a complete, neat, word -processed table of contents for each binder, with page numbers for each entry. 4. Field survey record documentation. B. Accompany the final record document submittal with a transmittal letter in duplicate, containing: 1. Date 2. Santa Clara Valley Water District and (Project Name and Project Number) 3. Contractor's name and address 4. Title and number of each record document 5. Certification that each document as submitted is complete and accurate 6. Signature of Contractor 21.05.02. Closeout Documents A. At completion of construction, and prior to the final acceptance of the work by the District, the Contractor shall deliver the following Closeout Documents to the Engineer: 1 2. Evidence of compliance with and approval of Contractor -obtained permits and associated inspections of authorities issuing the permits. Copies of all special guarantees, warranties, and bonds. Special Provisions. docx 21-9 Revised 05/06/14 S13376.docx Version D Contract Closeout 3. Evidence of release of all liens and stop notices. Section 21 4. Release of claims as outlined in the Standard and Special Provisions. B. Provide records indicating District's receipt and acceptance of all tools, spare parts, and extra materials as specified in the Technical Provisions. C. Provide records indicating District's receipt and acceptance of all O&M manuals as specified in these Specifications. 21.05.03. Keys — NOT USED 21.06. Final Cleaning 21.06.01. Schedule for Final Cleaning A. Final cleaning is separate work from the cleaning done throughout the Project to maintain the project site in a safe and presentable condition. Final cleaning shall be a comprehensive clean up of all new and selected existing facilities begun and finished within 30 days of District's acceptance for continuous use. Final cleaning may be performed separately by structure or area at different time periods only if approved by the Engineer. B. Completion of this work shall be planned and scheduled to accommodate the operational and usage requirements of the District and the City of Campbell. 21.06.02. Structures — NOT USED 21.06.03. Streets, Roadways, Concrete Slabs, Sidewalks, and Paved Areas A. Streets, roadways, concrete slabs, and paved areas shall be cleaned and pressure washed so that they are free of debris, soil, and paint or construction material spills. Painted construction markings on concrete and pavement shall be removed. 21.06.04. Storm Drainage Facilities A. All gutters, V-ditches, swales, storm drain pipe inlets, catch basins, drop inlets, and manholes shall be cleaned of soil, vegetation, and debris. 21.06.05. Unpaved Areas A. Unpaved areas between new facilities and between new and existing facilities shall be cleaned of all debris and construction materials. These areas shall be graded or raked to a smooth uniform surface without holes, depressions, or tire tracks. Special Provisions.docx 21-10 Revised 05/06/14 S13376.docx Version D TECHNICAL_ PROVISIONS THIS PAGE INTENTIONALLY LEFT BLANK MOBILIZATION PART1 GENERAL 1.01 GENERAL SECTION 22 A. Mobilization and demobilization include the assembly and transportation of all necessary tools, equipment, personnel, and materials to and from the sites of the work to perform all of the work required. It also includes the site work necessary to accommodate borehole drilling, handling and temporary storage of drilling cuttings and fluids, geophysical logging, well construction, well development, well testing, surface completion, and final cleanup work on the grounds occupied by the Contractor at each drilling location and for each drilling, well construction, and well development method required at each site, as identified under these specifications and in the site specific technical specifications for each individual site. B. Coordinate with City of Campbell to secure parking lot from vehicle and pedestrian traffic for restriping work. C. Position changeable electronic sign on Budd Avenue in the approximate locations shown on the Drawings to announce parking lot closure date and time 8-10 days in advance of initial parking lot restriping and prior to sound wall removal work. Final changeable sign location shall be determined in the field in coordination with City of Campbell Public Works. Changeable sign shall be accessible to City of Campbell Public Works personnel. Provide keys and codes needed to access, change or move changeable sign to Campbell Public Works staff at City Hall, 70 North 15` Street. Electronic signs shall be large enough to allow easy reading for oncoming traffic but shall not be less than TW x 4'H, unless approved otherwise by the City of Campbell. D. Post weather-proof signs within parking lot announcing parking lot closure dates and times one week in advance of initial parking lot restriping and final pavement resurfacing and restriping. Signs shall be 8'/2" x 11", weatherproofed by lamination or enclosed in water -proof, transparent plastic casings, and securely mounted to light poles, temporary sign boards, barricades, or temporary sign posts. E. Remove changeable electronic sign and all posted signs and temporary sign structures upon completing restriping. F. Provide traffic and pedestrian control for the duration of the pavement resurfacing and restriping work. G. Construction work zone/signage shall be installed in parking lot in locations, size, and quantities deemed satisfactory by the Engineer and the City of Campbell. H. No parking signage will be provided by the City of Campbell and installed in locations and quantities deemed satisfactory by the Engineer and the City of Campbell. S13376.docx 22-1 Mobilization Section 22 All paving, striping, and sound wall installation/demolition work requiring parking lot closure shall occur on weekdays only and not overlap through weekends. Therefore schedule work requiring parking lot closure to begin on Monday to allow maximum buffer to complete the work before end of Friday. 1.02 REFERENCES A. Not Applicable. 1.03 SUBMITTALS A. Not Applicable. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION S 13376.docx 22-1 SAMPLING AND RECORDS PART1 GENERAL 1.01 SUMMARY SECTION 23 A. The work described in this section consists of furnishing all material and equipment and performing all labor for the sampling and reporting during drilling of the exploratory borehole in accordance with these specifications. 1.02 SUBMITTALS A. Daily Reports at the end of construction and as requested by the District. B. Water Well Driller's Report. C. Driller's Log D. Penetration Rate Logs E. Stratigraphic Log PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 DAILY REPORTS A. Maintain and deliver upon request to the District a detailed daily report describing all work activities performed. During all drilling work, the report shall give a complete description of all soils encountered, number of feet drilled, number of hours on the job, shutdown due to breakdown, length of casing set, samples collected, and other pertinent data as requested. After drilling is completed, the daily reports shall give a description of work items completed, number of hours on the job, shutdown due to breakdown, samples collected, and other pertinent data. Fluid levels in boreholes should be measured and recorded daily prior to starting active drilling or well construction work. B. The Contractor shall enter into the Daily Log the quantities and sources of water used daily. The Owner's representative shall collect an archival sample of source water used for mud rotary drilling, and additional samples each time a new source of water is used to supply water to mud rotary drilling. 3.02 SOIL SAMPLING A. Sampling Method — Sonic Drilling: The soil sampling method for direct sonic drilling shall be by continuous core retrieval from the inner drill pipe throughout borehole advancement. Samples will be retained by the Contractor in plastic sleeves for review, S13376.docx 23=1 ling and Records Section 23 logging, and laboratory analyses by the Engineer. The Contractor shall assist the Engineer to securely store samples from all borings in conditions approved by the Engineer. The Engineer will be responsible for sample labeling and shipping samples to a laboratory. The Contractor will store soil cores if needed for additional review and logging, or dispose of cores not needed for samples after the Engineer confirms they are no longer needed. In no case shall the Contractor be required to store soil cores beyond the completion of all well construction work. 2. Frequency of Sampling: Soil samples shall be collected by the Contractor under the direction of the Engineer. Soil samples shall be collected continuously (or as directed) in the sonic borehole. Contractor shall be responsible for properly storing soil samples to preserve their integrity. Sample collection and storage containers shall be provided by the Contractor. Soil samples shall be collected from sonic cores either by the Engineer or the Contractor under the direction of the Engineer. The Engineer will ensure that all samples are plainly marked with boring designation, District, location, depth interval, and date and time the sample was taken; however, in the event that the Engineer is not available, the Contractor shall be responsible for recording sample information as stated above. The Contractor shall be responsible for the safe storage of soil samples until acceptance by the District or Engineer. 3.03 WATER WELL DRILLER'S REPORT A. The Contractor shall file Water Well Drillers Reports for each well completed as part of this project. All completed Water Well Driller's Reports will be reviewed and approved by the District and the Engineer prior to submittal to the Department of Water Resources in accordance with the provisions of the California Water Code. Copies of each approved report will also be submitted to the District and the Engineer. 3.04 DRILLER'S LOG A. In addition to reporting requirements for the DWR Water Well Driller's Reports, the Contractor shall maintain complete logs for all borings and wells, as applicable, setting forth the following items. Identification and type of all drill rigs used in all drilling and well construction, 2. Reference points for all depth measurements and measurement method(s) 3. The depths at which changes of soil occur in each boring (assistance will be provided by District) 4. The location and thickness of each aquifer in each boring (assistance will be provided by District) S 13376.docx 23-2 and Records Section 23 5. The identification of the material of which each aquifer is composed in each boring (assistance will be provided by District) 6. The depth interval from which each soil sample was taken in each boring 7. The depth at which the borehole diameter changes in each boring 8. Total depth of completed well in each location 9. Location limits of lost circulation zones in each boring 10. The depth and length of all seal intervals in all completed wells 11. The nominal hole diameter of all wellbores at all depths 12. The type and quantity of sealing materials installed in all wells and borings 13. The type and quantity of artificial filter pack installed in all wells 14. The depth and description of the well casing, including end fittings in all wells 15. Data regarding well screen type, size, and placement in all wells 16. Any sealing off of water -bearing strata, if any, and the exact location thereof in all wells 17. The date and time for all measurements recorded, and 18. Any and all other pertinent information required by these specifications 3.05 PENETRATION RATE LOGS A. During all drilling work the Contractor shall maintain time logs showing the actual penetration time required to drill each foot of hole (i.e., the time required to drill each drill rod). Also noted in the log shall be the types and weights of bits used in the various sections of each borehole. 3.06 STRATIGRAPHIC LOG A. A stratigraphic log for all boreholes shall be prepared a qualified hydrogeologist working for the Engineer to accompany the set of soil samples noting depth, strata thickness, lithology (including size, range and shape of particles, smoothness, and rock type), rate of penetration, and other pertinent information. The Contractor shall cooperate and provide assistance as required in collecting soil cutting samples and data for preparation of the stratigraphic log, as indicated in Paragraph 3.02.A above. S 13376.docx 23-3 ling and Records Section 23 3.07 WATER SAMPLING A. The Contractor shall cooperate with the District or Engineer in collecting any requested water samples during drilling, development, and testing of any and all boreholes or wells. Sampling and testing will be performed by the District. END OF SECTION S13376.docx 23-4 SONIC BOREHOLE DRILLING PART1 GENERAL 1.01 SUMMARY SECTION 24 A. The work described in this section consists of drilling a borehole by sonic drilling methods to assess lithologic and hydrogeologic conditions, collect soil samples for laboratory analyses, and construct nested monitoring wells. All sonic borehole drilling shall be performed by an experienced well driller licensed in the State of California. Only competent workmen shall be employed on the project and a driller and a minimum of two (2) driller's assistants must be on the job at all times during drilling. The Contractor shall drill the borehole and construct the well at the exact location designated. B. The Contractor shall dispose all cuttings and discharge water during drilling in accordance with Sections 37 of these specifications, all local requirements contained in site specific technical specifications, and in such a way so as not to damage public, private property, or release sediment to storm drains. 1.02 SUBMITTALS A. Submit for review and approval supporting information including drill rig age, manufacturer's name and model number of drilling equipment and other pertinent machinery proposed to be used for sonic borehole drilling. B. Location of existing utilities prior to drilling. See Section 15.02.D. C. Proposed drilling fluids PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 METHODS A. Drilling of the boreholes described in this section shall employ rotary vibratory (sonic) drilling methods. The sonic drill rig should include a head unit that contains a mechanism for rotary motion and an oscillator for the production of high frequency force superimposed on the drill string. The drill rig should be capable of rotating, vibrating, lifting, and lowering drill pipe in borings up to 430 feet deep. All drilling shall be conducted in a manner that assures a sufficiently straight and plumb borehole. See Section 31 Plumbness and Alignment. B. All cuttings generated during borehole drilling shall be disposed of in accordance with Section 37 and with all requirements included in site specific technical specifications. S13376.docx 24-1 Sonic Borehole Drill Section 24 3.02 SONIC BOREHOLE DIAMETERS A. Drill Depths shall be as shown on Drawings unless directed otherwise by the Engineer. The diameter of the borehole shall be sufficient to satisfy the requirements of multi -completion wells per District Well Ordinance 90-1 and the District Well Standards. Specifically, there must be one -inch spacing between casings, and two inches spacing between the casing or screen and the borehole wall. The sonic borehole will be of sufficient diameter to accommodate two casings. 3.03 NESTED WELL CONSTRUCTION A. A nested well composed of two (2) individual 2-inch diameter casing and screen assemblies will be constructed in the completed sonic borehole. The individual casing and screen assembly details including screen and casing lengths and depths within the nested monitoring wells shall be designated by the Engineer based upon formation sampling. B. The nested well screens will not extend to the total depth of the boring as shown on the Drawings. The bottom of the borehole will be sealed with bentonite in accordance with Section 30 of these specifications. C. The individual casing and screen assemblies in the nested well are anticipated to each include 20 feet of 2-inch diameter machine slotted PVC screens with 0.020- inch slot openings in accordance with Section 028 of these specifications. The screened interval in each individual well will be joined at the bottom to a silt trap tail pipe (sump) and end cap assembly not more than 5 feet long. The screen intervals will be joined at the top to blank casing extending to ground surface. The blank casing and the silt trap shall both be nominally 2 inches in diameter and conform to Section 27 of these specifications. D. The screened intervals shall be as shown on the Drawings. Final screen placement depths shall be designated by the Engineer based upon formation sampling. The casing and screen assemblies will be placed in the borehole so as to maintain minimum filter pack and annular seal thicknesses in accordance with Section 29 and Section 30 of these specifications. The Contractor may elect to use casing centralizers to maintain the annular space requirements. E. Annular filter pack will be placed in the boring around each individual discrete screened zone in accordance with Section 29 of these specifications. Estimated filter pack locations are shown on the Drawings. Final filter pack placement depths shall be designated by the Engineer. F. The annular space in the interval between the filter packs will be composed of a bentonite seal conforming to Section 30 of these specifications. The annular space above the upper filter pack will be composed of a sanitary seal in accordance with Section 30 of these specifications. S 13376.docx 24-2 Sonic Borehole Drilling Section 24 3.04 DRILLING FLUID A. No drilling fluids, including water, should be used during sonic drilling. Any drilling fluids proposed for use shall be submitted to the Engineer for approval prior to being used. Should a conflict arise between drilling fluid requirements for ease in drilling and requirements for aquifer protection and monitoring well adequacy, then the ruling requirements shall be those for aquifer protection and monitoring well adequacy. B. The Contractor shall log any use of drilling fluid or water during sonic drilling, and provide samples to Engineer. 3.05 UTILITIES LOCATING A. Locate existing utilities prior to drilling. See Section 15.02.D. END OF SECTION S13376.docx 24-3- DIRECT OR REVERSE ROTARY BOREHOLE DRILLING SECTION 25 PART1 GENERAL 1.01 SUMMARY A. The work described in this section consists of drilling by direct or reverse mud rotary methods. The borehole drilled by direct or reverse mud rotary methods shall be drilled to allow the completion of geophysical logging and nested monitoring well construction. All borehole drilling by direct or reverse mud rotary methods shall be performed by an experienced well driller licensed in the State of California. Only competent workmen shall be employed on the project and a driller and a minimum of two (2) driller's assistants must be on the job at all times during drilling. B. Upon advancement to total depth, a suite of geophysical tests shall be completed in the borehole. The Contractor shall provide the Engineer with a minimum of 2 working days advance notice prior to reaching total depth in order to schedule geophysical testing as described in Section 26 Borehole Geophysical Testing. C. The Contractor shall dispose all drilling fluid, cuttings, and discharge water during drilling in accordance with Section 37 of these specifications, all local requirements contained in site specific technical specifications, and in such a way so as not to damage public or private property, or release sediment to storm drains. 1.02 SUBMITTALS A. The Contractor shall submit for review and approval supporting information including: Drill rig age and manufacturer's name and model number of drilling equipment, mud pump, power unit, and other pertinent machinery. 2. Type and properties of any drilling fluids. Include initial resistivity, which is required for baseline in geophysical logging. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 METHODS A. The drilling of the borehole shall employ hydraulic direct mud rotary or reverse rotary drilling methods. Drilling shall be conducted in a manner that assures a sufficiently straight and plumb borehole. See Section 31 Plumbness and Alignment. S 13376.docx 25-1 Direct or Reverse Rotary Borehole Drilling Section 25 The Contractor shall be responsible for designing and controlling a drilling and drilling fluids (mud) program that conforms to sampling requirements specified in Section 023 — Sampling and Records. B. Artesian conditions are not known to be present at the site; however the need for and design of conductor casings at each borehole or well shall be determined by the Contractor. If the Contractor proposes to install a conductor casing to facilitate drilling any work site, a complete plan for drilling, installation, and sealing of a conductor shall be submitted to the Engineer prior to beginning work. C. All cuttings generated during borehole drilling shall be disposed of in accordance with Section 37 and with all requirements included in site specific technical specifications. 3.02 DIRECT OR REVERSE ROTARY BORING NESTED WELL A. The nested well in the rotary boring will be completed immediately adjacent (within 10 feet) to the nested well in the sonic boring as shown on the Drawings. Final location to be coordinated with the Engineer in the Field. The rotary boring will be drilled to an anticipated total depth of 405 feet. No sampling during drilling will be required during rotary drilling in this location. The Contractor shall complete geophysical testing of the rotary borehole prior to initiating well construction. Geophysical testing will be completed in accordance with Section 26 of these specifications. 3.03 DIRECT OR REVERSE ROTARY BOREHOLE DIAMETERS A. The borehole shall be drilled to a final diameter suitable for the construction of 3 nested wells with discrete depth screen intervals. Final diameter of the direct or reverse rotary borehole will be determined by the diameter of the casing and screen materials, so that the requirements of District Well Ordinance 90-1 are satisfied. The diameter must be sufficient to accommodate the requirement for one -inch spacing between casings and two -inches spacing between the borehole wall and the casings. In the cement seal interval (from 3 to 50 feet below ground surface), casing spacers shall be installed every 10 feet to ensure that casings are separated by a minimum of one -inch. Casing spacers (casing centralizers) are not required to be installed in the annular filter pack or bentonite annular seal intervals. Final borehole diameter for each direct or reverse rotary borehole will be determined by the Engineer. Unit costs in feet of length of drilling shall be provided for a minimum 12-inch finished diameter borehole. The Contractor may advance a pilot boring prior to reaming to full diameter. The minimum diameter of the finished rotary borehole shall be no less than 12 inches. 3.04 DRILLING FLUID A. All drilling fluids shall be acceptable for water well drilling in accordance with AWWA A100-90 and shall be approved by the Engineer prior to use. Any drilling fluids proposed for use shall be submitted to the Engineer for approval prior to being used. The objective of using drilling fluids is to facilitate the removal of formation cuttings and to stabilize drilling and completion operations. No S 13376.docx 25-2 Direct or Reverse Rotary Borehole Drillin Section 25 additives shall be added to the drilling fluid unless the Contractor obtains prior approval from the Engineer. All drilling fluids shall be especially compounded for water well construction, designed for minimum aquifer penetration, and shall not damage the potential capacity, efficiency, or quality of the borehole or any future wells in the drilling locations. Should a conflict arise between drilling fluid requirements for ease in drilling and requirements for aquifer protection then the ruling requirements shall be those for aquifer protection. B. The use of any alternative drilling fluids shall be dependent on their specific characteristics with regard to aquifer penetration. In order to be considered for use, alternative drilling fluids shall be'specifically formulated to minimize aquifer penetration. C. Drilling fluid properties shall be maintained within the following limits using test procedures conforming to American Petroleum Institute R.P.-13-13- "Procedures for Testing Drilling Fluids" (API RP 1313): Weight (fluid density): 70-85 pounds per cubic feet. 2. Marsh Funnel Viscosity: 32-40 seconds per quart. 3. Filtration (wall cake and filtration loss): maximum thickness of 3/32 inches with maximum 30-minute water loss of 20 cubic centimeters (cc). 4. Sand content (solids larger than 200 mesh): maximum of two (2) percent by volume. D. Test samples for drilling fluids shall be collected at the rig pump suction with sufficient care to ensure a true and representative sample. It is the Contractor's responsibility to provide and maintain all necessary equipment for measuring fluid properties. The tests shall be conducted: Every 25 feet of depth; or 2. Every four (4) circulating hours (whichever is more frequent). 3. Whenever conditions appear to have changed, problems arise, or whenever requested by the Engineer. E. Conduct all tests and shall maintain a log showing the drilling fluid properties set forth herein including date, time, depth, viscosity, drilling fluid weight, sand content, filtration properties, pH, and any other pertinent comments 3.05 NESTED WELL CONSTRUCTION A. A nested well composed of three (3) individual 2-inch diameter casing and screen assemblies will be constructed in the completed rotary borehole. The individual casing and screen assembly details including screen and casing lengths and depths within the nested monitoring wells shall be designated by the Engineer based upon formation sampling from the sonic boring and geophysical testing results. S 13376.docx 25-3 Direct or Reverse Rotary Borehole Drilling Section 25 B. The individual casing and screen assemblies in the nested well are anticipated to each include 20 feet of 2-inch diameter machine slotted PVC screens with 0.020- slot openings in accordance with Section 28 of these specifications. The screened interval in each individual well will be joined at the bottom to a silt trap tail pipe and end cap assembly not more than 5 feet long. The screen intervals will be joined at the top to blank casing extending to ground surface. The blank casing and the silt trap shall both be nominally 2 inches in diameter and conform to Section 27 of these specifications. C. The screened intervals are as shown on the Drawings. Final screen placement depths shall be designated by the Engineer. The casing and screen assemblies will be placed in the borehole so as to maintain minimum filter pack and annular seal thicknesses in accordance with Section 29 and Section 30 of these specifications. The Contractor may elect to use casing centralizers to maintain the annular space requirements. D. Annular filter pack will be placed in the boring around each individual discrete screened zone in accordance with Section 29 of these specifications. Annular filter pack shall be placed as shown in the Drawings. Final filter pack placement depths shall be designated by the Engineer. E. The annular space in the interval between the filter packs and above the upper filter pack shall be placed as shown on the Drawings. Final filter pack placement depths shall be designated by the Engineer. 3.06 UTILITIES LOCATING A. Locate existing utilities prior to drilling. See Section 15.02.D. END OF SECTION S13376.docx 25-4 &I BOREHOLE GEOPHYSICAL TESTING SECTION 26 PART1 GENERAL 1.01 SUMMARY A. The Contractor will arrange and contract for conducting borehole geophysical testing after the direct or reverse rotary borehole has been drilled to total depth. The geophysical work performed under this section must be overseen and approved by an appropriately licensed professional. The geophysical contractor and calibrated logging tools will be approved by the District's Representative in advance of the testing. Geophysical testing in the borehole shall include the following logs: Resistivity (including a short- and long -normal log) 2. Guard 3. Gamma Ray 4. Spontaneous Potential (SP) 5. Single Point Resistance, and 6. Temperature 1.02 SUBMITTALS A. Not Required PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 EXECUTION A. The Contractor shall assist the geophysical contractor as required in conducting the geophysical testing. The Contractor shall provide the Engineer with a minimum of 2 working days advance notice of the anticipated time of completion of drilling of the direct or reverse rotary borehole to enable appropriate representation to be present for geophysical testing. Final total depth will be determined in the field by the District's Representative. B. Upon drilling the borehole to the total depth as directed by the District's Representative, borehole fluid circulation shall continue until all drill cuttings have been removed from the borehole, the drilling fluid in the hole is uniform, and the geophysical equipment is on location. The drill pipe shall be removed from the hole and the Contractor shall remain on site, to assist the geophysical contractor as required, until geophysical logging is complete. S 13376.docx 26-1 Borehole Geophysical Testing Section 26 C. If the geophysical logging tools cannot be lowered to total depth drilled in any borehole due to hole conditions, the Contractor may be required to circulate the fluids and clean out the hole. Failure to successfully complete geophysical logging to the total drilled depth in any borehole will constitute a failed borehole, requiring the Contractor to begin drilling again. END OF SECTION S 13126.docx 26=2 WELL CASING — BLANK SECTIONS PART1 GENERAL 1.01 SUMMARY SECTION 27 A. The work described in this section consists of furnishing all material and equipment and performing all labor for installation of permanent blank well casing in accordance with these specifications. Selection of any required temporary casing used only for construction is left to the Contractor. Permanent well casings in all wells shall be continuous and watertight from top to bottom of the casing except for well screens. B. No glues, solvents, or other adhesives of any kind may be used in any part of the well construction. Threaded casing connections are preferred. 1.02 SUBMITTALS A. PVC casing pipe and joints PART 2 PRODUCTS 2.01 CASING SELECTION A. Material: All casings in all monitoring wells shall be Schedule 80 poly vinyl chloride (PVC) well casing. All Schedule 80 PVC well casing material shall be new and manufactured in the United States and conforming to ASTM Standard 480-76. PVC well casing will be made of virgin plastic produced by the original compounder and shall contain PVC homopolymer and such additives as needed to provide the required processing and toughness characteristics. The Contractor shall submit copies of the casing specification documentation from the manufacturer to the Engineer for approval before delivering casing to any and all individual well site. Unless approved otherwise by the Engineer and except for end pieces, all sections of casing shall be a minimum length of five (5) feet. B. Diameter: All permanent Schedule 80 PVC casing shall have a nominal pipe size diameter as specified in the site specific technical specification for each individual monitoring well. Schedule 80 PVC casing must be nominal 2-inch as specified in Sections 24 and 25. C. Thickness: Schedule 80 PVC D. Length: The finished length of individual well casings in the completed nested monitoring well shall be as shown on Drawings. Final length of each individual well casing in each nested monitoring well will be determined by the Engineer, based on data gathered during drilling. The Contractor shall furnish all necessary material and equipment and perform all labor to provide custom lengths of casing. S 13376.docx 27-1 WELL CASING SECTION 27 E. Joints: No glues, solvents, or other adhesives of any kind may be used in any part of the well construction. Threaded casing connections are preferred. Casing joints shall be watertight, flush inside and outside, and shall be appropriate for the material used so that the resulting joint shall have the same structural integrity as the casing itself. Unless approved otherwise by the Engineer, all casing joints shall be made in accordance with AWWA A100-06. The Contractor shall provide all necessary material and equipment and perform all labor to make joints in custom lengths of casing. PART 3 EXECUTION 3.01 INSTALLATION A. Unless directed otherwise by the Engineer, the method of well casing installation in each individual monitoring well shall be at the option of the Contractor, provided installation meets the requirements of Section 31 — Plumbness and Alignment and that the installation process does not alter the shape, size, configuration, or strength of the casing specified herein. END OF SECTION S 13376.docx 27-2 WELL SCREEN PART1 GENERAL 1.01 SUMMARY SECTION 28 A. The work described in this section consists of furnishing all material and equipment and performing all labor for installation of well screens in the individual wells in each nested monitoring well described in site specific technical specifications in later sections of these specifications. B. No glues, solvents, or other adhesives of any kind may be used in any part of the well construction. Threaded casing connections are preferred. 1.02 SUBMITTALS A. Screen product information and specification. B. Screen joint details. C. Centralizer if needed. PART 2 PRODUCTS 2.01 SCREEN SELECTION A. Construction: All well screens in all individual wells in the nested monitoring wells shall be of the machine slotted PVC design. The machine slotted well screens shall have a sufficient open area such that the average screen entrance velocity does not exceed six (6) feet per minute. Placement of screens in each nested monitoring the test well will be determined by the Engineer based on data gathered during drilling, sample analysis, and geophysical logging. B. Material: All machine slotted Sch 80 PVC well screens shall be new and made of virgin plastic produced by the original compounder. Screens shall contain PVC homopolymer and such additives as needed to provide the required processing and toughness characteristics. Unless approved otherwise by the Engineer and except for end pieces, all sections of screen shall be a minimum length of five (5) feet. C. Diameter: All well screens shall have a nominal pipe size diameter as specified in the site specific technical specification for each individual monitoring well. The inside diameter of all screen sections shall match the inside diameter of all blank casing sections described in Section 027. Well screen sections must be nominal 2-inch ID as specified in Sections 24 and 25. D. Strength: All well screens shall have sufficient strength to withstand anticipated formation and hydrostatic pressures imposed on the screen during installation, well development, and use. The Contractor shall submit screen strength S 13376.docx 28-1 Well Screen Section 28 specifications, including collapse and tensile strength, as well as supporting drawings and data to the District for approval. E. Screen Aperture Size: The anticipated well screen aperture size for all of the screens in all of the nested monitoring wells is anticipated to be 0.020 inches (No. 20 Slot). The Contractor shall submit copies of the screen specification documentation from the manufacturer detailing screen aperture size and construction techniques to the District for approval before delivering any screen sections to any of the monitoring well sites. Final selection of aperture size may be amended as determined by the Engineer based on formation samples. F. Length: As shown on the Drawings. Final discrete screened zones and overall total screen lengths in each individual well within the nested monitoring wells shall be designated by the Engineer based upon formation sampling and geophysical testing. The screens shall be supplied in section lengths accommodating final design by the Engineer following exploratory borehole drilling. The Contractor shall furnish all necessary material and equipment and perform all labor to provide custom lengths of screen. G. Termination: The top each screen section shall be connected directly to blank casing and the bottom of each screen section shall be connected directly to a tail pipe silt trap and end cap assembly no more than five feet in length. H. Selection Period: The Engineer shall be allowed 1 working day grace period following the completion of drilling to select the intervals, length, and corresponding aperture of the screens for the well. The selection period shall begin after geophysical logging is completed and formation samples are accepted by the Engineer. If other work is being performed after acceptance of the formation samples, the selection period shall not begin until the day following completion of said other work. The selection period shall end when the Contractor is notified by the Engineer of the selected aperture size and length of the screen. Notification for the purpose of ending this selection period shall be conducted verbally either in person or by telephone and confirmed on the same date in writing via email or facsimile. 2.02 JOINTS No glues, solvents, or other adhesives of any kind may be used in any part of the well construction. Threaded casing connections are preferred. Joints shall be appropriate for the material used so that the resulting joint shall have the same structural integrity as the casing itself. The screen joints shall be made in accordance to the manufacturer's specifications and shall allow connections to blank casing, riser casing, and tail pipe. All joints should be water -tight and flush inside and outside. Unless approved otherwise by the Engineer, all casing joints shall be made in accordance with AWWA All 00-06. The Contractor shall provide all necessary material and equipment and perform all labor to make joints in custom lengths of casing. Wherever possible, elastomeric gaskets used for threaded casing joints should not be composed of Viton or other materials containing perfluorinated compounds. S I3376.docx 28-2 Well Screen Section 28 A. Screen to screen: Joints between screen sections shall be mechanical and shall be straight, sand tight, and have the same structural integrity as the screen itself. Joining methods recommended by the screen manufacturer shall be employed. B. Joints between the screen and end fittings shall be in accordance with screen -to -screen joint requirements specified herein. C. Joints between screen sections and casing shall be in accordance with screen -to -screen joint requirements specified herein. PART 3 EXECUTION 3.01 INSTALLATION A. All well screens shall be placed into each borehole as a unit. Centralizer use and placement will be at the option of the Contractor, subject to approval by the Engineer prior to commencement of work. END OF SECTION S 13376.docx 28-3 ARTIFICIAL FILTER PACK PART1 GENERAL 1.01 SUMMARY SECTION 29 A. The work described in this section consists of furnishing all material and equipment and performing all labor for installation of artificial filter (sand) packs in all monitoring wells to be constructed as part of these technical specifications. B. IN THE EVENT OF A CONFLICT BETWEEN THESE SPECIFICATIONS AND THE DISTRICT WELL ORDINANCE 90-1 OR THE DISTRICT WELL STANDARDS, THE DISTRICT WELL ORDINANCE 90-1 AND THE DISTRICT WELL STANDARDS WILL TAKE PRECEDENCE. 1.02 SUBMITTALS The acceptability of artificial filter pack material shall be determined based upon certified laboratory test results and service records for the source of the material. Prior to delivery to each well site, the Contractor shall submit the following for approval. A. Source of filter pack material. B. Certified laboratory test results demonstrating that the filter pack material meets the material and gradation criteria specified herein. C. A sample of the material of sufficient quantity to conduct tests to independently determine the properties of the filter pack material. D. Invoice amounts for filter pack material delivered to the site. PART2 PRODUCTS 2.01 FILTER PACK SELECTION A. Material: All filter pack material shall be washed and free of shale, carbonate, mica, clay, dirt, loam, organic impurities, and other deleterious material of any kind. The material shall contain no iron or manganese in a form or quantity that will adversely affect the water quality from samples collected from any of the wells. The filter pack material shall be obtained from an approved source and shall consist of hard, rounded particles with an average specific gravity of not less than 2.5. Not more than one (1) percent by weight of the material shall have a specific gravity of 2.25 or less. The material shall contain not more than two (2) percent by weight of thin, flat or elongated pieces (pieces in which the largest dimension exceeds the smallest dimension multiplied by three). Not more than five (5) percent of the material shall be soluble in 'hydrochloric acid. B. Gradation: The filter pack material will be equivalent to Colorado Silica Sand 20/40 pack in accordance with AWWA Nos. A100 and 13100 specifications. S13376.docx 29-1 Artificial Filter Pack Section 29 However, the final selection of filter pack material will be made based upon drilling results. Gradation requirements are as follows. U.S. Standard Sieve Size Percent Retained No.16 0 to 1 No.20 0 to 1 No.25 0 to 10 No.30 28 to 57 No.35 30 to 40 No.40 15 to 27 No.45 5 to 10 C. Filter Pack to Formation Ratio: The filter pack to formation material ratio at the 70'h percentile shall fall within the 4:1 to 10:1 range depending upon formation material uniformity characteristics. D. Uniformity Coefficient: The uniformity coefficient of the filter pack material shall not exceed 2.5. E. Thickness: The annular thickness of the filter pack between all well screens and casings in monitoring wells shall be a minimum of one (1) inch. In addition, there shall be a minimum of two (2) inches of filter pack between any casing or screen and the borehole. F. Length: The final length of the filter pack shall be determined by the Engineer following drilling and geophysical logging in each monitoring well location. In general, filter pack shall be placed across from each of the screened intervals in each nested monitoring well, and shall extend from the bottom of each individual well casing in the nested well up to the seal above that individual well screen. G. Selection Period: The Engineer shall be allowed 1 working day grace period to designate the filter pack gradation for each monitoring well. The grace periods will coincide with the grace periods described in Section 28 — Well Screen. Unless the Contractor is performing other work resulting from the requirements of this contract, the selection period for each well shall begin after geophysical logging and formation samples for that well are accepted by the Engineer. If other work is being performed after acceptance of the formation samples, the selection period shall not begin until the day following completion of said other work. The selection period shall end when the Contractor is notified by the Engineer of the requirements for the artificial filter pack. Notification for the purpose of ending this selection period shall be conducted verbally either in person or by telephone. S 13376.docx 29-2 Artificial Filter Pack Section 29 PART 3 EXECUTION 3.01 DELIVERY AND STORAGE A. The material for the filter pack shall be delivered to each well site upon approval. The material may be delivered in bags or in bulk. Material delivered in bags shall be protected from weather until installed. Materials delivered in bulk shall be stored on a surface covered with a 2-mil thick plastic sheet or equivalent and will be sheltered from weather or contamination at all times prior to installation. Material for the filter pack that comes in contact with the ground or other contaminated material shall not be used, and all materials shall be protected from contamination until installation. 3.02 INSTALLATION A. The material shall be placed to ensure continuity of the filter pack without bridging, voids, or segregation. Filter pack materials shall not be installed by freefall; tremie pipe shall be used. The well screen used in conjunction with an artificial filter pack shall be in accordance with Section 28 — Well Screen. END OF SECTION S13376.docx 29-3 ANNULAR SEALING PART1 GENERAL 1.01 SUMMARY SECTION 30 A. The work described in this section consists of furnishing all material and equipment and performing all labor for sealing the annular space between individual discrete screened zones and above the uppermost screened zone in each well to provide appropriate and adequate hydraulic seals in accordance with these specifications. Grouting consists of sealing by filling the annular space between the well casing and the borehole between sand zones and above the uppermost sand zone with acceptable impervious material. Sealing of each interval between sand and screen sections and above the uppermost sand pack shall occur immediately following completion of sand pack installation. B. Well inspection scheduling Upon receipt of a valid District well permit, contractor may schedule a well inspection. To schedule a well inspection call the district's Well Ordinance Program Hotline at (408) 630-2660. Contractor must call to be added to the daily schedule at least 24 hours before the pour of the annular seal or grouting of an exploratory boring or for well to be destroyed. 2. On the day of the inspection, call the Well Ordinance Program Hotline (408) 630-2660, at least two hours before the pour of the well seal. 3. Well inspection details are available at: http://www.valleywater.org/ProgramsMellPermitsInspections.asp C. IN THE EVENT OF A CONFLICT BETWEEN THESE SPECIFICATIONS AND THE DISTRICT WELL ORDINANCE 90-1 OR THE DISTRICT WELL STANDARDS, THE DISTRICT WELL ORDINANCE 90-1 AND THE DISTRICT WELL STANDARDS WILL TAKE PRECEDENCE. 1.02 SUBMITTALS A. Sealing materials PART2 PRODUCTS 2.01 SEALING REQUIREMENTS A. Sealing will be required in the annular space of each well in the interval between screen/sand pack zones and above the uppermost screen/sand pack, and in all exploratory boreholes that will not be completed as monitoring wells. All seals shall be composed of materials and placed so as to form a seal that will prevent vertical migration of water or other fluids from ground surface or between screened intervals. S 13376.dou 30-1 Annular Seal Section 30 B. All annular well seals shall be a minimum of one (1) inch thick between casings and two (2) inches thick between casings and the borehole wall, unless otherwise approved by the District. Seal thickness refers to the horizontal distance between individual casings and one another in a nested well and between each casing and the borehole wall. All seals in all wells shall begin a minimum of three (3) feet above the top of each discrete screened interval and continue to the bottom of the next shallowest sand zone or the ground surface. Seals shall not be allowed to migrate into the artificial filter pack. C. Seals in exploratory boreholes that are not completed as monitoring wells shall fill the entire borehole from total drilled depth to ground surface. Seals in exploratory boreholes will conform to the sanitary seal requirements in this Section. D. Materials and placement methods for all seals must be presented to the Engineer for review prior to use. 2.02 SEALS BETWEEN SCREEN ZONES A. Sealing Requirements: Seals shall be placed in the annular space between every discrete screen and sand pack zone in each nested well. All seals between screen/sand pack zones shall be a minimum of one (1) inch thick between casings and two (2) inches thick between casings and the borehole wall, unless otherwise approved by the District. Seals shall be placed in each well so as to completely fill the space between nested well casings and between the borehole wall and the casings. Casing centralizers may be used to maintain the inter - casing and borehole -to -casing horizontal space requirements. All seals between screen/gravel pack zones in all wells shall begin a minimum of three (3) feet above the top of each discrete screened interval and continue to the bottom of the next shallowest sand zone or the ground surface. B. Materials: Sealing material for seals between screen/sand pack zones in each well shall consist of swelling bentonite clay. Bentonite clay products used for sealing material must be specifically prepared for such use. Bentonite used for annular seals shall be commercially prepared chipped, plugged, or pelletized sodium montmorillonite clay. The largest dimension of pellets or chips shall be less than 1/5 the radial thickness of the annular space into which they are placed. 2. Used drilling mud and/or cuttings from drilling shall not be used in sealing material. 3. Bentonite chips will be used as the sealing material so long as the seal is above the groundwater surface. 4. Time -release coated bentonite pellets shall be used for all between - screen zone seal intervals that are below the top of the groundwater surface. S 13376.docx 30-2 Annular Sealing Section 30 C. Length: As shown on the Drawings. The final length of the seals between filter pack zones shall be determined by the Engineer following drilling in each well location. 2.03 SANITARY SEAL A. Sealing Requirements: A sanitary seal will be placed in each well from ground surface to the top of the uppermost sand pack and from ground surface to total depth in each exploratory borehole. The annular space around the well casing shall be grouted from the ground surface to the top of the uppermost filter pack section. The sanitary seal shall have a minimum thickness of one (1) inch thick between casings and two (2) inches thick between casings and the borehole wall. Sanitary seals in all wells shall be placed to fully fill the annular space between casings in the nested wells and between casings and the borehole wall. Sanitary seals shall not be allowed to migrate into artificial filter packs. Casing spacers or centralizers shall be installed in the cement seal interval with a vertical spacing of not more than 10 feet to maintain the inter -casing and borehole -to - casing annular space requirements. B. Material: Sealing material shall consist of neat cement in conformance with the following: 1. Cuttings from drilling shall not be used as sealing material. 2. Neat cement shall consist of a mixture of ASTM C150 Type II Portland cement and water in the ratio of 0.67 cubic feet (5 gallons) of water per 94 pound sack of cement. 3. Mix water: potable. 4. Cement: ASTM C150 Type II. 5. Accelerators, retardants, bentonite, and other additives shall not be used without prior approval by the Engineer. If approved, bentonite may be added up to six (6) percent by weight. The maximum slump shall be four (4) inches 6. Neat cements seal materials shall not be allowed to migrate into the artificial filter pack. The Contractor shall install a bentonite transitional seal between the filter pack and neat cement to control cement migration. The materials and placement of a transitional seal must be presented to the Engineer for review prior to placement. C. Length: The final length of the sanitary seal in each well and exploratory borehole shall be determined by the Engineer following drilling in each well. In general, sanitary seals shall be placed above the uppermost screen/sand pack interval and extend to ground surface and in the entire drilled depth of each exploratory borehole. Sanitary seal lengths will be estimated in site specific technical specifications developed for each individual well and exploratory borehole site. S 13376.docx 30-3 Annular Sealing Section 30 PART 3 EXECUTION 3.01 PLACEMENT A. All sealing material shall be installed in the presence of the Engineer and the District's Well Inspector. The Contractor shall notify the Engineer and the District's Well Inspector a minimum of 1 working day in advance of planned sealing material placement. B. All seals shall be placed using a tremie pipe starting' at the bottom of the borehole or section and working up. The installation of each seal zone is to be carried out in one continuous operation from the bottom of the interval to be sealed to its top (the ground surface in the case of the sanitary seal) and that the installation conforms to the requirements specified herein. Sealing material shall be placed by methods that prevent freefall, bridging, or dilation. Annular sealing materials shall not be installed by freefall unless approved by the Engineer prior to placement. C. All loose cuttings and any other obstructions shall be removed from the annular space before placement of sealing material. D. All seals between screen zones shall be placed in a manner so as to prevent bridging or gaps in the seal. The Contractor will be responsible for implementing seal placement methodology that ensures no bridging or gaps will occur. Bentonite chips used in seals above the top the groundwater surface will be hydrated following placement. One gallon of water should be added to every two pounds of bentonite chips. All water used for the hydration of bentonite chips shall be equivalent in quality to potable water. E. In accordance with Santa Clara Valley Water District Well Ordinance requirements, the Contractor will notify the District Well's Unit and the Engineer to allow for inspection during surface seal placement. Upon installation of the sanitary sealing material and unless approved otherwise by the Engineer, no further work shall be completed on the well until the grout has set a minimum of 72 hours. 3.02 MATERIAL HANDLING A. Contractor shall take preventive steps to minimize generation of hazardous or irritating dust while handling bentonite products. 3.03 TESTING A. Verification of proper sealing material placement in each well shall be made by the Contractor at the request of the Engineer. Testing and verification shall demonstrate that the volume of sealing material placed in the annular space equals or exceeds the annulus volume. END OF SECTION S13376.docx 30-4 PLUMBNESS AND ALIGNMENT PART1 GENERAL 1.01 SUMMARY SECTION 31 A. Each completed casing in the nested monitoring wells shall be sufficiently plumb and straight so that there will be no interference with installation, alignment, or operation of any monitoring or testing equipment and all associated appurtenances. The individual casings in each nested monitoring well shall be constructed and all casings and liners set round, plumb, and true to line as defined herein. If requested by the Engineer, the Contractor shall demonstrate that the work is in compliance with the requirements set forth herein by conducting a plumbness and alignment test. The Contractor shall furnish all labor, tools and equipment and perform the test or tests described herein. B. In the event the plumbness or alignment tests fail to meet the tolerances prescribed herein, the plumbness and alignment of a casing in a nested monitoring well shall be corrected at the Contractor's expense. Should the Contractor fail to correct the faulty plumbness and alignment, the Engineer may refuse to accept the entire nested monitoring well and shall require the well to be destroyed and replaced at the Contractor's expense. 1.02 PAYMENTS A. No separate or additional payment shall be provided for the plumbness and alignment testing specified herein. Payment therefore shall be included in the various bid items of work. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 METHODS A. Plumbness: The test for plumbness at each individual casing of each nested monitoring well shall be made with an acceptable plummet (plumb bob) arrangement. The plummet shall be constructed with either a tripod or drill rig frame assembly. The apex of the assembly shall be stationary with a recommended minimum height of 10 feet above the hole. The plumb ring or plunger shall be heavy enough to keep the plumb line taut and shall consist of a rigid spindle with round plates at both ends. The outer diameter of the end plates shall be one-half (1/2) inch smaller than the inside diameter of that part of the casing or hole being tested. The distance between end plates shall be approximately 1.25 times the inside diameter of that part of the casing or hole being tested. B. Alignment: Alignment shall be tested by lowering a section of pipe or dummy to a depth equal to the total depth of each individual casing in each nested monitoring well, or a depth determined by the Engineer. The section of pipe or dummy shall S13376.docx 31-1 Plumbness and Alignment Section 31 have a length of 40 feet and an outside diameter of not more than one-half (1/2) inch smaller than the inside diameter of that part of the casing or hole being tested. 3.02 TOLERANCES A. Plumbness: Plumbness shall be determined at depth intervals of 10 feet or more frequently when approaching the allowable maximum in all individual casings of each nested monitoring well. The test for plumbness shall be determined by calculating the drift at each interval. The drift is calculated as the product of the deflection and the distance from the plunger to the apex, divided by the depth of the plunger below the top of the hole. The deflection is the measured horizontal deflection of the plumb line from center of the top of the casing. The maximum allowable drift of the well from the vertical shall not exceed two-thirds (2/3) of the smallest inside diameter of that part of the well being tested per 100 feet of depth. B. Alignment: The test for alignment shall be satisfactory upon demonstrating that the specified section of pipe or dummy moves freely throughout the tested interval in each individual casing in all nested monitoring wells. END OF SECTION S13376.docx 31-2 WELL DEVELOPMENT PART1 GENERAL 1.01 SUMMARY SECTION 32 A. The work described in this section consists of furnishing all necessary pumps, surge blocks, jets, bailers, air equipment (compressors, hoses, valves, fittings), measurement equipment, other material, and other equipment and performing all labor for well development at each completed monitoring well in accordance with these specifications. Each individual monitoring well shall be developed by repeated combinations of swabbing (or surging), air jetting (or lifting) and by pumping until all drilling disturbance is removed unless other methods are deemed necessary. Development shall be completed either with the drilling rig or with alternative equipment. B. Proper well development is critical to the usefulness of the wells. The well development standard is for the wells to quickly produce water with 5 NTU or less when pumping at up to 5 gpm after sitting for 24 hours after development is completed. The contractor must plan on spending sufficient time on well development to meet this standard. Generally, it will take at least two (2) full days to develop each well to meet the standard. Water pumped from a properly developed monitoring well should clear quickly and completely. 1.02 SUBMITTALS A. Not Required PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 DEVELOPMENT METHODS A. Surging: Initial development shall include surging each individual monitoring well. Surging shall be conducted with either a solid or valved surge block. Surging shall be conducted Using at least a 5 foot stoke lengths 2. Fines drawn into the well shall be measured and removed periodically before such accumulation reaches five (5) percent of the screen length. 3. Surging or swabbing in completed monitoring wells shall continue until the fines entering the well are decreased to the turbidity standard of 5 NTU. After surging, each well shall be bailed or pumped clean of all mud, sand, and sediment. S 13376.docx 32-1 Well Development Section 32 B. Air Lift: Air lift development may be done by the single pipe air pumping system using the casing or a separate drop pipe as the eductor line. The compressors, air lines, hoses, and fittings shall be of adequate size to pump each well by airlift principle to the maximum rate of the well production with a minimum of 5 gpm. During development, the Contractor shall initially pump the well with air until improvement in turbidity is no longer apparent. The Contractor shall then shut off the air and allow the water in the well to return to static conditions. The Contractor shall then reopen the valve and reintroduce air into the well until water is brought to .the surface by the air lift method, at which time the Contractor will close the air valve and allow water to drop back down the well and return to static condition. The Contractor shall repeat this lifting and dropping of the column of water until the water in the well becomes turbid at which time the Contractor will continuously lift water from the well with air until it again yields little to no improvement in turbidity. The Contractor shall repeat the above operations until the well runs reasonably clear after it is surged and backwashed as described above. 2. Air lifting following surging shall be repeated until the fines entering the well are decreased to approximately 25 NTU with air lift. The final turbidity standard of 5 NTU need not be achieved using the airlift method but it must be achieved and demonstrated using an electric mini - submersible with a pumping rate of between 3 and 5 gpm . 3. Air lifting may be performed in conjunction with surging or swabbing. If airlifting is performed in combination with surging or swabbing, then the combined actions in each well shall be continued until the fines produced from the well are decreased to the point where the turbidity standard of 5 NTU can be achieved. 4. After air lifting, the fines that have accumulated in the tail pipe of the well shall be measured and bailed or pumped clean of all accumulated mud, sand, and sediment. 5. Air used for air lifting shall be oil free. C. Overpumping: As an n alternative to air lifting or combined air lifting/surging process, development in each well may include un-interrupted overpumping conducted with a pump capable of pumping at rates up to 20 gpm against the system total dynamic head. The pumping shall be carried out in multiple steps with no check valve or foot valve present. The multiple steps shall include pumping rates ranging between 4 and 20 gpm against the system total dynamic head. Overpumping in each monitoring well should be conducted until fines produced from the well are decreased to the turbidity standard of 5 NTU.. D. Other Development Methods: If approved by the Engineer, other effective well development methods proposed by the Contractor may be conducted for purposes of well development. Detailed descriptions of proposed alternative development methods shall be submitted to the District in writing for approval. The Engineer shall be allowed 1 working day grace period to consider alternative S 13376.docx 32-2 Well Development Section 32 development methods prior to their implementation. The grace period shall begin upon the Contractor's written submission the proposed alternative method. The grace period shall end on the day the Contractor is notified by the Engineer of the decision regarding alternative development methods. Notification for the purpose of ending the grace period shall be conducted verbally. 1. Separate descriptions, review, and approval must be obtained for all proposed alternative well development methods in all individual wells. Prior approval of a well development method in connection with development of an individual monitoring well does not equate to approval for use of that method at any subsequently constructed monitoring wells. 3.02 INSTALLATION OF PUMP FOR DEVELOPMENT A. The Contractor shall furnish, install, operate, and remove an acceptable pump for developing the well. The pump and prime mover shall be a variable -speed type, so that the discharge may be varied from 4 to 20 gpm. The test pump shall have its intake set at a sufficient depth to conduct the well development specified herein. The pumping unit shall be complete with an ample power source, controls, and appurtenances. There shall not be any foot valves, check valves, or other one-way flow devices on the pump, drop pipe, or discharge piping and the pump bowls or impellers shall be capable of spinning backward to facilitate surging during development. The Contractor shall furnish and install discharge piping for the pumping unit of sufficient size and length to conduct water to a suitable point as specified herein in Section 38. B. Measuring Pump Discharge Rate: An accurate means for measuring the discharge rate of the pump shall be provided, installed, and maintained by the Contractor. The method of flow measurement may consist of a flow meter (preferred), or filling a reservoir of easily verified capacity to accurately measuring the flow within an accuracy of fifteen (15) percent, as determined by the Engineer, throughout the 4 to 20 gpm range. The method of measuring discharge rate shall be approved by the Engineer prior to installing the pump and discharge line. 3.03 MEASUREMENTS DURING DEVELOPMENT A. The Contractor shall provide all equipment and labor for the measurement of the following operating parameters during development of each monitoring well: Discharge rate, 2. Static and pumping water levels (with a standard manually operated water level measurement device), 3. Turbidity of the discharge water in nephelometric turbidity units (NTU), and All measurements of the sand content shall be conducted using an Imhoff Cone or Rossum centrifugal sand sampler provided by the Contractor. S13376.docx 32-3 Well Development Section 32 3.04 STANDARDS FOR COMPLETION OF WELL DEVELOPMENT A. Well development at each individual casing within each monitoring well shall be considered complete upon satisfaction of the following conditions 24 hours after the completion of development activities. This final measurement shall be performed using a submersible pump and not with air lift. The sand content of the discharge water shall average not more than five (5) milligrams per liter (mg/1) for a complete pumping cycle of 30 minutes duration when pumping at the designated capacity. 2. The turbidity of the discharge water is at or below 5 NTU when pumping at a rate of up to 5 gpm for at least 3 well volumes. Upon completion of development, the Contractor shall remove all sand, gravel, and other debris accumulated in the bottom of each individual casing in each monitoring well. This is best accomplished with compressed air and a long airline outfitted with a metal pipe on the end. 3.05 DISCHARGE WATER A. Discharge water shall be disposed of in accordance with Section 38 and all site specific requirements included in site specific technical specifications contained in following sections. 3.06 RECORDS A. Complete records of all development work at each completed monitoring well shall be maintained by the Contractor and submitted to the District. These records shall include: 1. Quantity and description of any material placed into the well. 2. Methods of measurement. 3. Duration of each operation, including starting and ending times for each development cycle on each screened interval. 4. Sand content as a function of production rate and time. 5. Turbidity measurements 6. All other pertinent information relating to conditions encountered during development. END OF SECTION S13376.docx 32-4 WELL HEAD COMPLETION PART1 GENERAL SECTION 33 1.01 SUMMARY A. The work described in this section consists of furnishing all material and equipment and performing all labor for well head completion at all completed monitoring wells. 1.02 SUBMITTALS A. Product information and shop drawing for traffic rated vault B. Product information and shop drawing for traffic rated hatch cover C. Drain rock description and gradation D. Drainage Fabric PART 2 PRODUCTS 2.01 TRAFFIC RATED VAULT BOX A. Designed to conform to ASTM C857 and C858. B. Composed of a bottomless box of sleeve design and easily assembled by two people C. Have rigid, flat, and stable top and bottom surface. D. Cement: ASTM C150 E. Coarse and fine aggregates: ASTM C33 F. Preparation of Concrete: ASTM A94 and ACI 304 G. Minimum 28 day compressive strength: 6,000 psi H. Rebar: Deformed bar per ASTM A615 I. Provide Concast Inc. model FHR Traffic Rated handhole (purchased without cover); or equal by other manufacturers. 2.02 TRAFFIC RATED HATCH COVER A. Load rating: AASHTO H-20 wheel load with a maximum deflection of 1/150`h of the span. Manufacturer to provide structural calculations stamped by a registered professional engineer upon request. S13376.docx 33-1 Well Head Completion Section 33 B. Operation of the cover shall be smooth and easy with controlled operation throughout the entire arc of opening and closing. C. Operation of the cover shall not be affected by temperature. D. Entire door, including all hardware components, shall be highly corrosion resistant. E. Cover: diamond pattern. F. Drainage: 1-1/2" drain coupling G. Lifting mechanisms: Manufacturer shall provide the required number and size of compression spring operators enclosed in telescopic tubes to provide, smooth, easy, and controlled cover operation throughout the entire arc of opening and to act as a check in retarding downward motion of the cover when closing. The upper tube shall be the outer tube to prevent accumulation of moisture, grit, and debris inside the lower tube assembly. H. Finishes: Factory finish shall be mill finish aluminum with bituminous coating applied to the exterior of the frame. Cover shall be labeled "SCVWD" with 2" tall bead welded text from the factory. J. Provide Bilco J-1ALH2O aluminum hatch; or equal by other manufacturer. K. Furnish two extra removable exterior turn/lift handles to District for backup. 2.03 DRAIN ROCK A. Drain rock shall be Class 1 Type A permeable material per Caltrans Standard Specification Section 68. 2.04 GEOTEXTILE FILTER FABRIC A. Provide Tencate Mirafi 140 NC, Hanes Terratex SD, Skaps GT140, Thrace Linq 130EX, Propex Geotex 451/457, or equal by others. PART 3 EXECUTION 3.01 CASING CAPPING A. Upon completion of each monitoring well, the Contractor shall install suitable lockable and accessible caps or plugs into the top of each individual casing to prevent tampering and prevent foreign objects and surface contaminants from entering the well. 3.02 CASING HEIGHT A. Unless directed otherwise by the Engineer, the well casing shall be no less than ten (10) inches below the top of the vault in each well. S13376.docx 33-2 Well Head Completion Section 33 B. The ground surface surrounding the well casing shall be graded and sloped away from the well to prevent surface runoff from entering the completed well. 3.03 TRAFFIC RATED VAULT BOX A. When the bottom of the excavation is soft, or where in the opinion of the Engineer, unsatisfactory foundation conditions exist, the Contractor shall overexcavate to a depth acceptable to the Engineer to ensure a proper foundation. The excavation can then be brought back up to the prescribed grade with thoroughly compacted granular material. B. Follow manufacturer's installation guidelines unless noted otherwise in Plans or Specs. 3.04 TRAFFIC RATED HATCH COVER A. Examine substrates and openings for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. B. Install products in strict accordance with manufacturer's instructions and approved submittals. Locate units level, plumb, and in proper alignment with adjacent work. Test units for proper function and adjust until proper operation is achieved. 2. Repair finishes damaged during installation. 3. Restore finishes so no evidence remains of corrective work. C. Clean exposed surfaces using methods acceptable to the manufacturer which will not damage finish. 3.05 DRAIN ROCK A. Place drain rock in horizontal layers no thicker than 8". B. Thoroughly consolidate permeable material along with and by the same methods specified in Caltrans Standard Specifications Section 19-3. Ponding and jetting of drain rocks is not acceptable. 3.06 GEOTEXTILE FILTER FABRIC A. Remove loose or extraneous material and sharp objects immediately before. placing filter fabric. B. The subgrade to receive the filter fabric must comply with the compaction and elevation tolerance specified. C. Handle and place filter fabric under the manufacturer's instructions. S 13376.docx 33-3 Well Head Completion Section 33 D. Align and place filter fabric without wrinkles. E. Overlap adjacent roll ends of filter fabric at least 18 inches. The preceding roll must overlap the following roll in the direction that the drain rock is being spread. F. Completely replace torn or punctured sections damaged during placement or repair by placing a piece of filter fabric that is large enough to cover the damaged area and comply with the overlap specified. G. Cover filter fabric with the thickness of overlying material shown within 72 hours of placing the fabric. END OF SECTION S13376.docx 33-4 BOREHOLE AND WELL DESTRUCTION SECTION 34 PART GENERAL 1.01 SUMMARY retion, any bore at A. At the Engineer's discwemonitoringhole or ll doesnot conform tothe equ remendts any time if the borehole or monitoring ifiG specifications. Upon of these specifications or the evant site spec or well should be destroyed, the Contractor shall determination that the bore all labor to properly close and furnish all material and equipment and perform Water destroy the borehole in accordance by the California isra n Valley requirements and guidelines providedell Resources (DWR) Bulletin Nos. _81destructionand 0s ismrestore the hydrogen ogic ct W and as specified herein. The goal conditions that existed before the hole was drilled. B. Any partially completed or completed monitoring well shall be considered as requiring destruction if: 1) during or after drilling the Engineer determines the well should be destroyed, or 2) the well fails to conform to these specifications and the Contractor is unable to o°seecfhcation deviations. ations. n or Upon determinaly tion that acceptable cost reduction p the well should be form destroyed, to properly destroy the well n accordance with equipment and perform all I guidelines provided above. 1.02 SUBMITTALS A. Records CI PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 1 3.01 METHOD A. Unless approved otherwise and in addition to other requirements specified in DWR Bulletin Nos. 7 -81 and 74-90 and be with neat eDistrict Well ment placed ffrromnance 90-1, the the bottom upward by borehole or well will be filled dilution of material. tional methods that will avoid ! segregation be rby the District if the borelhole orVwlell in destruction methods may. question does not meet the requirements for simple filling with neat cement. 3.02 RECORDS s of the re A. The Contractor shall submit ide a recthe gord that heineer lborete dehole/well was properly destruction procedure to prof sealed. The records shall include evelsp and any hangesnntthe sealing during measurements of static water levels; the destruction procedure such as perforating casing. C) END OF SECTION 34-1 S13376.docx - f Section 35 � Paving and Surfacing he requirements of C. Liquid asphalt (cutback) Specifications8 0or SC 00 conforming to sed astthe asphalt binder for Section 93 of the Standard� patching mixes. 2.02 TACK COAT A. Material for tack coat shall be asphaltic emulsion conforming to Section 94 of the Standard Specifications. 2.03 PRIME COAT OVER AGGREGATE BASE � \ A. Material for prime coat shall be liquid asphatSC-250'or MG�2�9 conforming to and ASTM D2027. � `J the requirements of Section 93 of the StandamrSpecifications `J 2.04 SLURRY SEAL A. Polymer modified asphaltic emulsion, cationic quick setting type, conforming to of Section7 Section 94 of the dbed12% the requirements to'18% Of T e Ild Asphalt emulsion shall Aggregate shall conform Type aggregate weight. 2.05 AGGREGATE BASE A. Aggregate base shall conform to the applicable requirements of the Standard for Class 2 or 3 aggregate base. The aggregate Specifications Section 26, shall conform to that specified for the %-inch maximum, unless otherwise 0 indicated. J 2.06 PARKING STRIPES A. Parking stripes paint shall be non -reflective Sherwin Williams Series 338-116(W)> Pervo Paint Company No. 4773-A(W), ,mil �J 338-117(Y) and 338-333(B), or 4473-4A(Y) and 473-5A(B). Paint shall be stored at the project site in the identify the shall luseyquant , l manufacturer's sealedat onlabeled nd number, batch numbereintendedls ty specific manufacturer, contract number. plasti using thermostalls plaiatparking B. Stencil traffic flow arrows white is Ye low and stencilwith white and blue traffic pa int.paint, 0 prohibited for this job. 2.07 CRACK FILLER r A. Duro-Flex hot applied crack filler or equal. 2.08 TEMPORARY PAVEMENT (COLD MIX) A. Temporary pavement shall consist of No. 4 sieve maximum aggregate size, graded in accordance with Section 8% SC-800of the tandard liquid asphalt. The aggregate shall be blended 35'3 S13376.docx Pavinq and Surfacin Section 35 PART 3 EXECUTION 3.01 GENERAL A. This Specification shall cover newly paved areas as well as existing pavement restoration. B. Where trenching or other construction activity has resulted in damage to a localized area of pavement, the damaged pavement shall be cut back 6 inches and shall be removed and replaced. C. Structures such as valve boxes, manhole frames and covers, and electrical vaults shall be adjusted to grade as necessary within paved areas. 3.02 PAVEMENT CUTTING A. After backfilling and prior to paving, proper tools and equipment shall be used in marking and breaking so that the pavement shall be cut accurately and on neat lines. The asphalt pavement shall be saw cut (using a concrete saw) to a minimum depth equal to or greater than one-half the thickness thereof. The pavement shall be cut back 6 inches on each side of the trench or excavation wall. Any pavement damaged outside these lines shall be re -cut and restored at the expense of the Contractor. Should voids develop under existing pavements during construction, those affected pavements shall be neatly saw cut in straight lines and replaced after the voids have been filled. B. Construct joints between successive runs vertical and at right angles to the line of the improvement. Exercise care in construction of all joints to ensure that the surface of the pavement is true to grade and cross-section. Lapped joints will not be permitted. 3.03 PLACEMENT OF AGGREGATE BASE A. Subgrade Preparation: The subgrade shall be watered or dried as required to bring the soil, as close as practicable, to the optimum moisture content for proper compacting and then compacted, as specified, to a relative compaction of not less than 95% in the upper 6 inches. When compaction of the subgrade areas on fill and embankments has been properly obtained, only such additional rolling will be required as necessary to obtain a thoroughly compacted subgrade immediately prior to placing the aggregate base thereon. B. Aggregate Base Tolerance: The aggregate base shall not be placed before the subgrade is approved by the Engineer. The finished aggregate base shall not vary more than 0.05-foot above, nor 0.10-foot below, the planned grade. C. Aggregate Base Placing: The aggregate base material shall be spread on the prepared subgrade by means of approved spreading devices subject to approval by the Engineer; the aggregate base material may be dumped in piles upon the subgrade and spread by bulldozing ahead from the dumped material. Each layer shall not exceed 0.50 feet. Segregation of large or fine particles of aggregate shall be avoided, and the material as spread shall be free from pockets of large S 13376.docx 35 A Paving and Surfacing Section 35 and fine material. Aggregate base thickness shall match existing but not less than 6 inch. D. Compaction: The relative compaction of each layer of compacted aggregate base material shall not be less than 95% as determined by California Test 216 or ASTM D1556 (Sand Cone), or California Test 231 or ASTM D2922 (Nuclear method when approved by the Engineer). Compaction shall be in accordance with Section 26-1.03D of the Standard Specifications. Aggregate base, after compaction, shall be watered as provided in Section 17 of the Standard Specifications. 3.04 PRIME COAT APPLICATION A. Prime Coat: In advance of spreading paving materials, a prime coat of liquid asphalt shall be applied to all base course surface areas to be covered with asphaltic concrete. Preparation of Base Course: Immediately before applying the prime coat, the area to be surfaced shall be cleaned of all loose material by means of hand brooms, 2. Application: Liquid asphalt shall be applied by pressure distributors at a temperature between 125 and 200°F. The Contracting Officer reserves the right to require an adjustment of the temperature of the liquid asphalt at the time of placement. The rate of application shall be between 2/10 and 3/10 gallon per square yard. Excess liquid asphalt, which has failed to penetrate the base, shall be covered with fine sand. All loose sand shall be removed from the treated areas before placing any surfacing material thereon. Liquid asphalt shall not be applied when the atmospheric temperature is below 50°F. The prime coat shall be applied at least 24 hours in advance of paving. Immediately in advance of paving asphalt concrete surfacing, additional prime coats shall be applied, as directed by the Contracting Officer, to areas where the prime coat has been damaged 3.05 TACK COAT APPLICATION A. Tack Coat: In advance of spreading bituminous material upon an existing bituminous or portland cement concrete surface, a tack coat shall be applied to all areas to be surfaced and to all vertical surfaces of existing pavement, curb, gutters and construction joints in the surfacing against which additional material is to be placed. When two or more lifts of asphaltic concrete are required, a tack coat shall be applied between each lift. Preparation: Immediately before applying a tack coat, the area to be surfaced shall be cleaned of all loose material. 2. Application: The tack coat shall be applied by means of pressure distributors by pressure hand -spray equipment. The rate of application shall be 1/20 gallon per square yard. Emulsified asphalt shall not be applied when the atmospheric temperature is below 40°F. If emulsified S I3376.docx 35-5 Paving and Surfacing Section 35 asphalt Type SS-1 is used, it may be diluted with an equal part of water. The rate of application of the dilution shall be such that the rate of application of undiluted emulsion shall be within the tolerances specified. 3.06 PLACEMENT OF ASPHALT CONCRETE A. Delivery and Spreading: Bituminous mixtures shall be delivered to the roadbed at temperatures specified in the Standard Specifications. Spreading of the mixture shall be in accordance with Section 39 of the Standard Specifications. Paragraph 39-6 does not apply. All loads shall be covered with tarpaulin or other material during transportation. The top layer of asphalt concrete shall not exceed 0.20 feet in compacted thickness. The next lower layer shall not exceed 0.25 feet in compacted thickness, and any lower layers shall not exceed 0.50 feet in compacted thickness. B. Compaction: Initial or breakdown rolling and the final rolling of the uppermost layer of the asphalt concrete shall be compacted in accordance with Section 39 of the Standard Specifications. Compaction by vehicular traffic shall not be permitted. The Contracting Officer reserves the right to require an adjustment of the temperature of the asphalt concrete at the time of placement. C. Pavement Thickness: Pavement shall match the existing adjoining pavement in thickness, or as indicated on the Drawings, or as specified, whichever is greater. D. Joining Pavement: The joints between old and new pavements or between successive days' work shall be carefully made in such manner as to ensure a continuous bond between old and new sections of the course. Edges of existing pavement shall be exposed and cleaned and edges cut to straight, vertical surfaces. All joints shall be painted with a uniform coat of tack coat before the fresh mixture is applied. E. Protection of Pavement: After final rolling, no vehicular traffic of any kind shall be permitted on the pavement until it has cooled and hardened and in no case less than 6 hours. 3.07 PAVEMENT REPAIR A. Following removal of sound wall after completion of drilling, perform the following: 1. Inspect parking lot for damage requiring asphalt repair as indicated by new cracking, depressions, scrapes or gouges greater than'/2-inch deep, or other damage caused by the drilling and demobilization activities. 2. Prepare a rough sketch plan of the parking lot indicating the locations and areas requiring asphalt repair. B. Upon approval of repair plan, proceed with asphalt repair and preparation for slurry seal as follows: Coordinate with Engineer and City to schedule partial parking lot closure for repair and re -sealing work. Mobilize changeable electronic sign to S13376.docx 35-6 Paving and Surfacing Section 35 announce partial parking lot closure and post signs seven days in advance of closure, as specified in Items 4 and 5 above. 2. Saw -cut and remove damaged AC by grinding out damaged asphalt to a depth of 2 inches (minimum) and replace with new asphalt. Follow proper hauling and disposal practices to an approved waste site, or use debris boxes provided only by West Valley Collection and Recycling. Compact subbase at removal locations to 95% relative compaction (ASTM D1557) prior to placement of 2 inches of new hot asphalt (or thicker, as needed). 3. Grind out all black out paint and all temporary white striping paint to prepare for slurry seal. None of the paint to be ground out is yellow; therefore, lead chromate and associated hazardous waste management is not anticipated for this job. Vacuum or sweep all grindings immediately after grinding. Ensure parking lot has no unsecured grinding at the end of each workday. Remove all black out and temporary white parking stripes grinding within two consecutive workdays, concurrent with asphalt repair. 4. Clear entire parking lot of all debris using power blowers and fill cracks'/" and larger with Duro-Flex hot applied crack filler (or equivalent product) as per manufacturer's specifications throughout the parking lot. Make all necessary preparations to make parking lot ready to receive slurry seal. 5. Cover manhole/vault covers and other utilities with plastic or oil resistant construction paper or roofing felt adhered to the surface of the inlet prior to applying slurry seal. Remove once new slurry seal surfacing has sufficiently cured. 3.08 SLURRY SEAL A. Apply a single coat of slurry seal over the entire parking lot in accordance with the applicable requirements of Section 37 of the Standard Specifications. Tack coat is not required unless the Engineer determines the existing surface is extremely dry and raveled. 3.09 SURVEY EXISTING STRIPING A. Provide accurate survey of existing parking lot striping. The final pavement restriping shall match the existing striping. B. Notify the Engineer two days prior to the surveyors arriving on site. 3.10 PAVEMENT MARKINGS A. Preparation: Immediately before applying the paint, the pavement surface shall be thoroughly cleaned of all dust, dirt, scale, curing compound, oil, grease, or other objectionable matter as directed by the Engineer. Solvent material that will damage the pavement shall not be used as a cleaning agent. B. Tolerances: Marking and striping shall be within 2 inches of the correct alignment. Dimensions of marking and stripings shall be within 1/2-inch. S 13376.docx 35-7 Paving and Surfacing Section 35 C. Mixing: Mechanical mixers shall be used to mix paint. Prior to applying, the paint shall be mixed a sufficient length of time to thoroughly mix the pigment and vehicle together, and shall be kept thoroughly agitated during its application. D. Application: Use mechanical means in accordance with the paint manufacturer's recommendations and applicable requirements in Section 84-3.02C of the Standard Specification. Parking space striping shall be 4" thick. E. Thermoplastic marking shall be extruded. Sprayable thermoplastic material is not allowed. END OF SECTION S 13376.docx 35-8 SOUND CONTROL SECTION 36 PART1 GENERAL 1.01 SUMMARY A. Section includes sound wall to be installed around well locations required for mitigating noise during well drilling and development. B. The Contractor shall implement and ensure compliance with all noise control measures and requirements as shown on the Drawings and as specified in these Specifications. Operational noise shall be kept minimized and proper noise arrestors and mufflers shall be utilized. Noise reducing equipment may include, but not be limited to, noise arrestors, mufflers, and a sound wall surrounding the work site. C. Temporary removal and reinstallation of an existing light pole to accommodate crane operations during sound wall installation. 1.02 REFERENCES A. American Institute of Steel Construction, Inc. (AISC): 1. Manual of Steel Construction Allowable Stress Design. B. American Society of Civil Engineers (ASCE): 1. ASCE 7-10 Minimum Design Loads for Buildings and Other Structures. C. International Conference of Building Officials (ICBO) and State of California: 1. California Building Code 2013 (CBC). 1.03 DESIGN REQUIREMENTS A. General: 1. Design the sound wall to achieve the sound attenuation required to comply with Article 17.03.01. 2. Design the means for safe and stable sound wall in accordance with local, State, and Federal law and as specified herein. 3. The structural design of the sound wall shall be performed by a professional civil or structural engineer licensed in California. 4. Design steel members in accordance with the California Building Code and the AISC Manual of Steel Design. B. Wind Criteria: S13376.docx 36=1 Sound Control Section 36 1. Design wind speed = 110 mph. 2. Occupancy Category: II 3. Importance Factor: 1.00 4. Exposure Category: C C. Seismic Criteria: 1. Occupancy Category: II 2. Spectral Response Acceleration for 0.2-second period, SS: 1.952 3. Spectral Response Acceleration for 1-second period, Sj: 0.671 4. Site Coefficient for short periods, Fa: 1.00 5. Site Coefficient for 1-second period: F,: 1.50 6. Site Class: D 7. Seismic Design Category: D 8. Seismic Importance Factor: 1.00 D. Structural Materials: 1. W- and WT- shapes = ASTM A992, FY = 50 ksi. 2. M-, S-, and HP-, channels, angles, plates = ASTM A36, FY = 36 ksi. 3. HSS-: ASTM A500 Grade B, FY = 46 ksi 4. Steel Pipe: ASTM A53 Type E or S, Grade B, FY = 35ksi 1.04 SUBMITTALS A. All submittals shall be in accordance with Section 19.01. B. Product data and installation instructions for sound wall. C. Plan and details of sound wall installation. D. Structural design calculations stamped and signed by civil or structural engineer licensed in California. E. Certification letter stating that the City of Campbell's Sound Ordinance will be met. S 13376.docx 36-2 Sound Control Section 36 PART 2 PRODUCTS 2.01 SOUND WALL A. Sound wall shall be a minimum of 24 feet tall but not less than what is required to comply with Article 17.03.01. Noise. B. Sound Wall shall consist of ENC STC-32 Sound Control Panel System by Behrens and Associates, Inc., or equal. PART 3 EXECUTION 3.01 INSTALLATION AND REMOVAL A. Install per the manufacturer's instructions. B. Crane operators must be certified by the National Commission For the Certification of Crane Operators (NCCCO). C. Locate existing utilities prior to drilling for sound wall post/piles. See Section 15.02.D. D. Temporarily remove existing light pole to allow for crane operations during sound wall construction. Install two temporary, adjustable dual head, outdoor rated, 75W LED light fixtures' (with color temperature range between 2,500k and 3,OOOk), at the top of the southwest and southeast corners of the sound wall enclosure. Temporarily relocate the signs on the existing impacted pole to the existing street light to the west. Existing light pole and signs shall be reinstalled to the satisfaction of the Engineer and the City of Campbell after the completion of sound wall removal. Removal and installation shall be coordinated with the Engineer and the City of Campbell. The Contractor shall perform all associated work. E. Sound wall components shall be removed after well work completion. Voids in the ground created during installation shall be backfilled with sand, controlled density fill, or pressure injected grout. Pavement surface repaired per Section 35 Paving and Surfacing. F. Provide reflective marking tape, or other such means as acceptable to the District and City, to increase visibility of the sound wall in low/no light conditions. G. Public information poster boards provided by the District shall be secured on the exterior face of the sound wall at locations directed by the Engineer. END OF SECTION S13376.docx 36-3 DISPOSAL OF DRILLING FLUIDS AND CUTTINGS SECTION 37 PART1 GENERAL 1.01 GENERAL A. Drilling fluids and cuttings must be disposed offsite at a state -licensed landfill by the Contractor. The disposal location, methods, and routes for transporting drilling fluids and cuttings from each individual work site will be proposed by the Contractor and approved by the District prior to beginning work. Drilling cuttings and fluids may be required to be staged onsite in temporary mobile containers for drying prior to transportation for disposal. B. Construction of mud pits will not be allowed at the work site during any phase of drilling or well construction. Any and all circulation for drilling must be contained in mobile pit units. C. The Contractor will identify suitable locations for drilling fluid and cutting disposal and confirm acceptability with the District END OF ARTICLE S13376.docx 37-1 DISCHARGE WATER PART1 GENERAL 1.01 GENERAL SECTION 38 A. The Contractor shall be responsible for properly disposing of all water resulting from all drilling, construction, and well development operations. The Contractor shall be responsible for ensuring that all discharge water is disposed of in accordance with all applicable local, County, State, and Federal regulations. All permits needed for water discharge to any facility shall be acquired by the Contractor with assistance from the Engineer. Discharge locations for produced water from all drilling, construction, and well development work will be and approved by the District and the City of Campbell prior to any discharge of water for any purpose. B. Prior to being discharged, the Contractor shall contain all produced water in onsite settling tanks to reduce discharge velocities and remove any solids from the discharge water. The Contractor shall provide enough storage volume to contain all water generated during drilling, well construction, and well development prior to approval of any discharge. C. In addition, the Contractor shall be responsible during the work to prevent contaminated water, gasoline, oil, solvents, or any other contaminant from impacting local surface water or wetland areas. The Contractor will be required to work with the Engineer to establish fluid discharge containment and discharge protocols at the work site prior to beginning work. In no case will any fluids or other material be discharged anywhere other than the location identified by the Engineer. D. If the Contractor proposes to dispose of discharge water onsite, it is responsible for obtaining any required approvals from the City of Campbell in advance of the work. The Contractor shall provide the Engineer with copies of any agreement(s) between the Contractor and the City. E. Discharge water does not include the discharge of drilling fluids. Disposal of drilling fluids shall be conducted in accordance with Section 37 of these Specifications. 1.02 DISCHARGE WATER DURING DEVELOPMENT A. Unless approved otherwise by the District, discharge water resulting from the "first flush" of development shall be containerized and removed from the site for disposal. The duration and quantity of first flush development water shall be determined by the Engineer. Pending the approval of the Engineer, subsequent development water shall be disposed of in accordance with Paragraph 1.01 of Section. END OF SECTION S13376.docx 38-1 APPENDIX A Agreement Payment Bond Performance Bond Instructions for Completing SBE Utilization Report Sample Small/Micro Business Enterprises (SBE) Utilization Report Escrow Agreement for Security Deposits in Lieu of Retention THIS PAGE INTENTIONALLY LEFT BLAND( rJ ` SontcroVlley CONTRACT DOCUMENTS - Waker District Agreement r Page 1 of 2 The following is an agreement entered into as of by and between the SANTA CLARA VALLEY WATER DISTRICT, State of California, hereinafter referred to as "District" and hereinafter referred to as "Contractor." For the considerations hereinafter specified, Contractor and District agree as follows: ARTICLE I: Work to Be Done and Documents Forming the Contract Contractor agrees to do all the work and furnish all materials necessary to construct and complete, in. accordance with the Specifications the following work: JOHN D. MORGAN PARK MONITORING WELLS PROJECT Project No. 91304001 Contract No. C0622 Said work shall be performed to the satisfaction of the Engineer all in accordance with the Drawings, Specifications, Notice to Bidders, and the Proposal of the Contractor, all of which documents are hereby specially referred to and by such reference made a part of this Contract. ARTICLE II: Contract Price District hereby agrees and promises to pay to Contractor the sum of Dollars ($ ). For the performance of said work; provided, however, that the above mentioned sum is one determined by the Proposal of Contractor as based upon the estimated amount of work to be done, and should there be any variance between the estimated amount of work to be done and the actual amount of work performed, then the final payment price shall be computed on the basis of the unit prices contained in the Proposal of Contractor. ARTICLE III: Completion of Contract It is hereby agreed that the work called for under this Contract, in all its parts and requirements, shall be completed before the expiration of 182 calendar days from the First Chargeable Day of the Contract as stated on the Notice to Begin Work unless the time for completion is extended, as allowed by the Specifications. ARTICLE IV: Bonds Required _. This Contract shall have no force or effect whatsoever unless and until Contractor delivers to District a Payment Bond in the sum of Dollars ($ ). Nor shall such Contract be effective until Contractor also gives a good and sufficient bond in the sum of Dollars ($ ) for the faithful performance of the work to be done under the terms of this Contract. (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT Santa chta le j WaterDsErict CONTRACT DOCUMENTS Agreement Page 2 of 2 ARTICLE V: Certification by Contractor Contractor hereby certifies as follows: "I certify that I am aware of the provisions 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 I will comply with such provisions before commencing the performance of the work of this Contract." ARTICLE VI: Gift Policy Observance Contractor hereby acknowledges that District policy prohibits the acceptance by District personnel of gifts of any kind from vendors or contractors. Contractor shall honor this policy by not sending or bringing gifts to the District. IN WITNESS WHEREOF, Contractor and District have caused this Agreement to be subscribed as of the day and year first hereinabove written. Date Contractor signature affixed: By Title Federal I.D. "Contractor" SANTA CLARA VALLEY WATER DISTRICT Date District signature affixed: By Chair/Board of Directors (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT Santa CbraVa1_4 CONTRACT DOCUMENTS V1lcaker Diskrict Payment Bond Page 1 of 1 BE IT KNOWN BY THESE PRESENTS: WHEREAS, the Santa Clara Valley Water District (hereinafter called "the Public Entity"), and (hereinafter designated as "Principal") have entered into an agreement for the JOHN D. MORGAN PARK MONITORING WELLS PROJECT which said agreement is dated as of , 20 ; and WHEREAS, said Principal is required by California Civil Code Sections 9550 and 9554 to furnish a bond in connection with said agreement; NOW, THEREFORE, we, the Principal and a corporation duly organized under the laws of the State of having its principal place of business at in the State of , and authorized to do business in the State of California, hereinafter' Su— rety, are held and firmly bound unto the Public Entity in the penal sum of Dollars ($ ) lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, Administrators, and successors and assigns, jointly and severally, firmly by these presents. 1. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal or the Principal's subcontractor fails to pay any of the persons named in Section 9100, or amounts due under the California Unemployment Insurance Code with respect to work or labor performed under the agreement, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and the Principal's subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum hereinabove specified, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court. The Principal may require of the Principal's subcontractors a bond to indemnify the Principal for any loss sustained by the Principal because of any default by the Principal's subcontractors under Section 9554 of the California Civil Code. 2. This bond shall inure to the benefit of any of the persons named in Section 9100 of the California Civil Code, so as to give a right of action to such persons or their assigns in any suit brought upon this bond. 3. Surety, for value received, hereby agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or to the Contract Documents accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the other portions of the Contract Documents. 4. Should the condition of this bond be fully performed, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. IN WITNESS WHEREOF two identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety or Sureties above named on the day of 20 PRINCIPAL: SURETY: Signature Name Title Address nature Name (Seal) Title Address (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT Santa tlaraValley CONTRACT DOCUMENTS Water District6 Performance Bond Page 1 of 1 BE IT KNOWN BY THESE PRESENTS: That WHEREAS, the Santa Clara Valley Water District, State of California, has awarded to (hereinafter designated as "Principal") a Contract for JOHN D. MORGAN PARK MONITORING WELLS PROJECT, and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, we, the Principal and as Surety, are held and firmly bound unto the Santa Clara Valley Water District (hereinafter called "District") in the sum of Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Principal, or heirs, executors, administrators, successors, or assigns shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless District, its officers, agents, and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. And the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any wise affect its obligation on this bond, and does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the Specifications. In the event suit is brought upon this bond by District and judgment is recovered, Surety shall pay all costs incurred by District in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF two identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by Principal and Surety above named, on the day of , 20 PRINCIPAL: SURETY: Signature Signature Name Name Title Title Address Address NOTE: Signature of those executing for Surety must be properly acknowledged. (Seal) (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT Santa ClafaV014 CONTRACT DOCUMENTS VWP6 Instructions for Completing SBE Utilization Report Page 1 of 1 Download Excel form from Districts website: www.vaileywa ter, org/Programs/Construction_aspx This form is due as noted below with the Progress Pay application_ 1. If the Prime Contractor is a Small Business Enterprise (SBE) Company — Submit SBE Utilization Report with the First and Last Progress Pay Estimate 2. If the Prime Contractor is not a SBE but SBE subcontractors will be working on the project — Submit SBE Utilization Report monthly with each Progress Pay Application 3. If the Prime Contractor is not a SBE and will have no SBE subcontractors working on the project — No need to submit the SBE information at all If Applicable (in Category 1 or 2 above) —The final SBE Utilization Report is due prior to final payment_ Instructions for completing the SBE Utilization Report Page 1 Instructions: a_ This is the total amount of money paid to date by SCVVVD for work completed on this Contract including retention_ b_ This is the CURRENT Total Contract amount, including all executed change orders. c_ a - b = c (Formula is built-in for line c of page 1) d. Total of Column I from page 2 of SBE Utilization Report (Total is linked for line d of page 1) e. Total of Column V from page 2 of SBE Utilization Report (Total is linked for fine a of page 1) f_ e= a = f (Formula is built-in for line f of page 1) g. e _ d = g (Formula is built-in for line g of page 1) Page 2 Instructions: Column L List S amount of SBE participation to each Subcontractor or Supplier listed on Bid Form #4 of Bid Proposal_ The total of this column is finked to line d of page 1. Column II_ list Adjusted 5 amount of SBE participation to each Subcontrator or Supplier listed on Bid form #4 of Bid Proposal_ Column III_ List MateriaWSupplies/Trucking amount paid to each SBE Column IV- List Subcontractor amount paid to each SBE_ Column V. Column III plus Column IV_ The total of this column is linked to fine a of page 1. (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT Santa GafaVolley CONTRACT DOCUMENTS Water D'atrict SAMPLE Small/Micro Business Enterprises (SBE) Utilization Report Page 1 of 1 Santo QuTo VaUey CONTRACT DOCUMENTS Wo!®rDsslrict® SIVIALIJMICRO BUSINESS ENTERPRISES (SBE) UTILIZATION REPORT . Pgeld2. ❑, MANTTiY 0FTNAL CONTRACT NO.: [RIGMALWAK"JR, FIRM IPR{ME): CONR2ALT7TRE: ADDRESS: REPORT PERIOD:: CITY, STATE 3 ZIP CODE PF"r-NO.: a AmeaiofOa1Md.C_1PIdvf Iu.wm Retet. .......... $ b: TOTALAarual of Cot&vit 9. r="""-'_'�7,:'_'."."_„'!% NANE d TITLE OF PERSON CONPLE MTHIS FORM - CL 58E Patwa_A,_t (PLEASE PRINT OR,TYPE): .......................... S 77 7..,7-'. 7 a ,SOEWaikPM!z D.L, ,..... .„,ems �....... _. S.. .. �; - . .. SIGNATItRE' ... I. SEE%NC.&.d Cm PI&IL$T. �.. M."` "-, % .. [ORMCOMPLETIMIIA_1E y. %.(SSE PaNepatign C� .-:...._:._._.._TI-IIS Ildsr6seA eonpactewh S FORM IS NOT TO BE ALTERED IN ANYWAY, Wj_CotrdP/og_bgoY armare mn+plem, m�di(wc.'P���D tiP»Y ALTERED mni l Q+)is k—tlan the [aM S:df ! rcmipievm fnii9acmrriiiut _ -wballtateyoRto5GVi157 anhawiT willxltieve 58EPertiapafwn Xtiy _ _ _ 6fG- rvk­ 'Atp Re N=e PROJECT NAME SMAI.L)MIGRO BUSINESS ENTERPRISES (58E) IJOLEZATION REPORT I a­q FirorcT RNA Download Excel form from District's website: www. valleywater.org/Programs/Construction.aspx (Rev. 08/18/16) JOHN D.'MORGAN PARK MONITORING WELLS PROJECT Santa CloraValleg CONTRACT DOCUMENTS Watef District . Escrow Agreement for Security 0 Deposits in Lieu of Retention Page 1 of 3 Escrow Account No.: This Escrow Agreement is made and entered into by and between: SANTA CLARA VALLEY WATER DISTRICT whose address is 5750 Almaden Expressway, San Jose, CA 95118 hereinafter called "Owner," and whose address is "Contractor," and whose address is "Escrow Agent," and hereinafter called hereinafter called For the consideration hereinafter set forth, the Owner, Contractor, and Escrow Agent agree as follows: Pursuant to 22300 of the Public Contract Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by Owner pursuant to the Construction Contract entered into between the Owner and Contractor for JOHN D. MORGAN PARK MONITORING WELLS PROJECT in the amount of $ dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the Owner shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner within 10 days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the Owner and Contractor. Securities shall be held in the name of Santa Clara Valley Water District, and shall designate the Contractor as the beneficial owner. 2. The Owner shall make progress payments to the Contractor for those funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the Owner makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until the time that the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the Owner pays the Escrow Agent, directly. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of the Owner. These expenses and payment terms shall be determined by the Owner, Contractor, and Escrow Agent. (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT Santa ChnVC469 CONTRACT DOCUMENTS Wcatec DiisErict A Escrow Agreement for Security Deposits in Lieu of Retention Page 2 of 3 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the Owner. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from the Owner to the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The Owner shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the Owner. 8. Upon receipt of written notification from the Owner certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections (5) to (8), inclusive, of this Agreement and the Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: 11. Throughout the term of this Escrow Agreement, the Escrow Agent herein agrees to provide monthly statements indicating the account balances and status of the account, directly to the Owner, the Santa Clara Valley Water District, at the address provided below, to the attention of the District's representative identified below. The Escrow Agent may submit a request to provide such statements in electronic format. 12. The Escrow Agent must provide written notice to the Owner in advance of any action that will negatively impact the account. (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT WP File Name Sonia clafaV4lley CONTRACT DOCUMENTS Water Qsttict Escrow Agreement for Security Deposits in Lieu of Retention Page 3 of 3 On behalf of Owner: On behalf of Contractor: Signature Date Signature Date Name Capital Program Deputy Operating Officer Designated Engineer Title 5750 Almaden Expressway San Jose, CA 95118 Address On behalf of Escrow Agent: Signature Date Name Title Name Title Address Address At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. OWNER: CONTRACTOR: Signature Date Name Capital Program Deputy Operating Officer Designated Engineer Title 5750 Almaden Expressway San Jose, CA 95118 Address Signature Date Name Title Address (Rev. 08/18/16) JOHN D. MORGAN PARK MONITORING WELLS PROJECT THIS PAGE INTENTIONALLY LEFT BLANK APPENDIX B Map and Construction Plan for the Construction of John D. Morgan Park Monitoring Wells Project U g A 5 J .. .. .-. . f A B C D E F G I H .. DRAWING INDEX SHEET CODE DESCRIPTION SHEET PROJECT LOCATION GENERAL G-01 TITLE SHEET 1 OF 5 JO - G.02 SITE MAP, DRAWING INDEX, AND GENERAL ,NOTES 2 OF 5 4 CIVIL 4 �A C-01 SITE PLAN 3 OF 5 C-02 MONITORING WELL DETAILS 4 OF 5 w �% C-03 MISCELLANEOUS DETAILS 5.OF 5 T E3_U AVE N CAMPBELL z 0 o , o " Y Q a BU o z x 0 i <o 0 rn a M P . . .. .. 3 a N N i Y w .. SITE MAP a� 'SCALE: 1" = 200 ww .. ' .. .. DETAIL AND SECTION DESIGNATION . IF SECTION OR DETAIL APPEARS ON THE SAME' DRAWING AS THE CALLOUT, THE DRAWING REFERENCE IS REPLACED WITH A DASH (-) ... .. .. 1 DETAIL NUMBER C-4 2 C-4INDICATES DRAWING ON 2 WHICH DETAIL APPEARS. A DETAIL NUMBER , DETAIL GENERAL NOTESTITLE .. C_2 SCALE: C-2 INDICATES DRAWING ON 1. PRIOR -TO PERFORMING ANY WORK IN THE VICINITY OF EXISTING UNDERGROUND UTILITIES, THE CONTRACTOR SHALL VERIFY THE LOCATIONS WHICH DETAIL WAS REFERENCED.' - ' ' "" AND DEPTHS AND TAKE PROPER PRECAUTIONS TO AVOID ANY DAMAGE TO THEM. CALL UNDERGROUND SERVICE ALERT AT (800) 642-2444 AT LEAST 48 -HOURS IN ADVANCE FOR LOCATION. CONTRACTOR SHALL ALSO SCAN FOR UTILITIES AT ALL DRILLING AND EXCAVATION POINTS SUBSEQUENT TO USA MARKINGS. SEE ARTICLE 15.02 OF THE SPECIFICATIONS. - 4. :CONTACT CITY OF CAMPBELL DEPARTMENT OF PUBLIC WORKS. AT (408) 856-2150. 10 WORKING DAYS PRIOR TO STARTING ANY WORK. f` .. On n N N .. - I 1 o I m'REV DESCRIPTION DATE APPR REFERENCE INFORMATION AND NOTES DATE ENGINEERING CERTIFICATION PROJECT NAME AND SHEET DESCRIPTION:' .'SCALE PROJECT NUMBER 10/19/201JOHN D. MORGAN PARK AS SHOWN 9130ao01 m .. .. ESIGN .QROFESSlOM, c . z TD. IFF Ao °°°`F ` MONITORING WELLS PROJECT': �� o s VERIFY SCALES SHEET CODE: Z oRA Santo ClorcValley W®ter District ®" G- 0 2 S. KAROGLOU DRAWING INDEX, N j - - 1 .. ORIGINAL DRAWING SITE MAP CHECKED or GENERAL GENERAL NOTES AND DESIGN NOTES IF NOT ONE INCH ON O SHEET NUMBER: .. K.' UYEDAPRQIECi ENGINEER DATE THIS SHEET, ADJUST SCALES ACCORDINGLY 2 OF 5 A B C: D E I F G H. 4 0 2 A B C D I E !r -.7 •+R`N'. •••a: ,o, Ar.L :.i :,"r - ,r, - i.•r.' -:, i:ea. s,. - -M'r - ,.,z .. `fir[-^,":' •..4 X/ST L/GNT ,,._ , �% '.+r`-�y,p'"'' � '- •.ii - E" � .•}•��POLE :s" e*` �:i-,rgi�-+r'�+s�S'" •� 'fi+i--LY � Kf ,is . ,v �Sr .' '�^-n.- '+� ++4'd'f' •p. v r �+ i':* n v,,. �+ SEE NOTE 8 i" Is , i �y�/}✓ Y ,e �'i+��•.?',;y,,!"' i •... r.. .r Y ""(^ 'IY-i ..A. � ♦ _ -�: ,�.%n.�. ��n Y' qq •T•a' c ". � - _ y.A .� �T �-^' '•�, � �, -:4"- �'�� �, •�-, TEMPORARY SOUND WALL Ii .,f, �t. :..•� .�. tx :;:,;V V,,J: f :°i yt +i"°r"",�. �"'�'":t MAX 50' x 100' FOOTPRINT ;rs^`..• F r�: V MONITORING WELL 2 -'`' }y a'y' '" �`�. :3'_� .T:• SEE DET 2, SHi C-02 r. p MONITORING WELL 1 .. :SEE DET 1, SHT C-02' n O1 n N I s0 N O1 I U 1 O m REV Lu ED m z FZZ W 7 U O i 0 A F G H SEE NOTE 6 4••A•. r -v TEMPORARILY BLACKOUT 'y *'P �• ,,+' �#' EXIST TRAFFIC ARROW, L' TYPICAL e ! ; : 4 +Pro' S - \ F, � i • m EXISTLIGNT �•• _-I POLE t ` eag l GRATE N I, •si: c_ �° ,.W$ '" ,.�' t,OS O\A f :. ..,`J 4� ` Lras• +F :.* , N -\��,� 1 r / f• / p1 '„ ! - '+za4�,. �1'r i •c.�;.. _ `1 �y, ' r; #._�_.� ,�c,^ j ♦ �f• Y - s}s\ : WHEELSTOPS SEE C-03 -� '•Y;M' y,_:: /f '„ I . x«,r,.cF :' �'� 'r `tir j,;a ,r \ -- — -- - rl .TRAFFIC BARRICADES WITH FLASHERS""- 1 TEXT "ONLY LOADING !�Y x_ A. ING" IN TEMPORARILY BLACKOUT s4., TH5 PARKING SPACE.- -- r`,� x. .� . R y1 ,i 'x• a•``` jTYP CATRAFFIC ARROW, `« 3 r-. ,k•% r'•:. 'IPAINT TEMPORARY TEXT W2O-1—� F —' ONLY COMPACT" IN t - 'THIS PARKING SPACE - 7 �- .`. , - III -SEE NOTE 7 . �"' 1. , • .' +�' - TEMPORARY ELECTRONIC SIGNBOARD L .. _ :SEE NOTE 5 -. - `.-•>..:-- .TEMPORARY TRAFFIC' _ -', - --- --- - '- , r...E'• .. „'t �E`�o ARROW, TYPICAL _ •' « . y. Jew. F, _ . 1f- '� 5 G20-2v S _D ----- - - SEE NOTE 7 � TEMPORARY STRIPING - • SEE DET 2, SHT C 04, TYPICAL / iL' V • _ o �. PICf • o ®R\ ;s , ; CIF,,,,, ,sP-�-$ rat ,71 'TEXEM I BLACKOUT T IST TRAFFIC ARROW, TYPI - .�L,, CAL jt col ---- t • • �`+. x P , ti r G20-2 Gjjr.. - s .+ r ti c-I`- `•�,SEE NOTE 7 2 A. I ��A �,� � .� ` .: .!< •'� - -- r'r ,r f \ Jr` ��r •. }'x ram• , a _ _ 14 --------- — --- _ J'� SEE NOTE NOTES- 1 . SURVEY EXISTING PARKING LOT STRIPING PRIOR TO WORK. FINAL STRIPING PLAN AFTER COMPLETION OF WORK SHALL MATCH EXISTING. _ 2 TEMPORARSHOWN NOITYTOAINT OUT BE BLACKED OUTU(54FOUR PARKEXISTING PACESSTTOCBERPAINTED OUT). PARKING STRIPING WITH BLACK TRAFFIC PAINT UNLESS SITE PLAN 3. TEMPORARILY PAINT TRAFFIC FLOW ARROWS AND PARKING STRIPING WITH WHITE TRAFFIC PAINT (30 TEMPORARY PARKING SPACES PAINTED IN). SCALE: 1" 20' 4. CONFIRM SPACE REQUIRED FOR CONSTRUCTION VEHICLE TURNING INTO SOUND WALL WORK AREA PRIOR TO SOUND WALL CONSTRUCTION. 5. COORDINATE WITH CITY OF CAMPBELL TO LOCATE SIGNBOARD FOR TEMPORARY SHUTOFF OF IRRIGATION DEVICES AROUND ELECTRONIC SIGNBOARD. PROVIDE SUPPORTING PLATFORM AS NECESSARY TO LEVEL AND RAISE SIGNBOARD TO APPROPRIATE HEIGHTS AS DETERMINED IN THE FIELD BY THE CITY OF CAMPBELL REPRESENTATIVE. 6. CONTRACTOR STAGING SHALL BE WITHIN SOUNDWALL OR THE AREA TO THE NORTH EAST OF THE SOUND WALL AS SHOWN IN PLAN. 7. SIGNAGE SHALL BE PER CAMUTCD (CALIFORNIA MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES). W20-1 IS STANDARD SIGN FOR "ROAD WORK AHEAD". G20-2 IS STANDARD SIGN FOR "END ROAD WORK". COORDINATE WITH CITY OF CAMPBLIL ON ACCEPTABLE INSTALLATION METHOD AND LOCATION. 8. TEMPORARILY REMOVE EXISTING UGHT POLE PRIOR TO SOUND WALL INSTALLATION AND REINSTALL AFTER REMOVAL OF SOUNDWALL COORDINATE LIGHT POLE REMOVAL AND REINSTALLATION WITH CITY OF CAMPBELL. DESCRIPTION DATE APPR REFERENCE INFORMATION AND NOTES DATE ENGINEERING CERTIFICATION PROJECT NAME AND SHEET DESCRIPTION: �v SCALE PROJECT NUMBER MAP DATA: GOGGLE, IMAGERY DATE: 1/31/2016 10/19/201 QROFESS/O JOIN M®RGAN PARK AS SHOWN 91304001 DESIGN v OVO (f�! T. MOHR/ �� f MONITORING WELLS PROJECT VERIFY SCALES SHEET CODE: D. LEE W •' 74001 Sanka ClaraVaIle Waker District 0 i " S. KAROGLOU ,• BAR IS ONE — O S O�CAU� ORIGINAL DRAWING CHECKED SITE PLAN IF NOT ONE INCH ON SHEET NUMBER: K. UYEDA PROJECT ENGINEER DATE THIS SHEEP, ADJUST SCALES S ACCORDINGLY 3 OF S B C D E F G H 0 A B C I D E F G H .. 2"0 INSIDE DIAMETER SCHEDULE BO PVC 2.0"0 INSIDE DIAMETER SCHEDULE 80 PVC WELL CASING (2.4"0 OUTSIDE DIAMETER) WELL CASING (2.4"0 OUTSIDE DIAMETER), TYPICAL .. CEMENT SEAL . .. 3 TO 7 FEET ANNULAR FILTER PACK .. 7 TO 40 FEET 1. rn 12"0 BOREHOLE, TYPICAL ` - 4 -1: 0 a. a a a 1" TYPICAL .. 0 'a. a 10"0 BOREHOLE, TYPICAL 4_ of - SEE NOTE 1 U .'CASING. CENTRALIZERS, TYPICAL m SPACERS TO SEPARATE CASINGS WITHIN a / CEMENT SEAL ONLY - PLACE EVERY TEN FEET VERTICALLY WITHIN FIRST 50 FEET. 3 50 7E Sic. 50 OTFF . z 7 CEMENT SEAL "' - 2"0 INSIDE DIAMETER SCHEDULE 80 PVC 3 TO 50 FEET. BENTONITE SEAL AND o SEE NOTE 2 40 TO 117 FEET _ (241 0G OUTSIDE SCREEN . Y 12"0 MIN BOREHOLE o' 0 TO 150 FEET z "BENTONITE SEAL SLOTTED HUSH THREAD SCHEDULE PVC 50 TO 167 FEET SLOTTED SCREEN 0.020" SLOTS,, TYPICAL 5' SILT. TRAP AND END CAP, TYPICAL zm 12"0 BOREHOLE .. .. .. . o 0 TO 405 FEET U a o 150 - 150 n n ANNULAR FILTER PACK ...167 TO 200 FEET ... .... .3 . i 20' FLUSH THREAD SCHEDULE 80 PVC' o SLOTTED SCREEN 0.020".SLOTS, TYPICAL - - ANNULAR FILTER PACK . �� � .. .. 117 TO 150 FEET a 200 200 6'0 MIN BOREHOLE 150 TO 450 FEET w w 5' SILT TRAP AND END CAP, TYPICAL 250 ., 250 BENTONITE SEAL . .. 150 TO 4.00 FEET ... . BENTONITE SEAL .. 200 TO 247 FEET . ANNULAR FILTER PACK - 247 TO 280 FEET .. ._ 300 .. .... 300 2 2 350— 350— .. BENTONTTE SEAL . 280 TO 372 FEET CASING CENTRALIZERS, TYPICAL (IF NEEDED) .. . ANNULAR FILTER PACK .. NOTE: . . 400 _ 372 LA 40I FEET 400 • • 1. MINIMUM RADIAL THICKNESS OF 2" ANNULAR SEAL IS REQUIRED BETWEEN CASING OR SCREEN. AND BOREHOLE WALL. INTERIOR " SPACING BETWEEN CASINGS SHALL BE A MINIMUM OF 1-INCH. _ 2. INSTALL CASING SPACERS IN CEMENT SEAL SEE SPECIFICATIONS. 3. SONIC BORING AND SHALLOW WELLS SHALL BE CONSTRUCTED PRIOR TO ROTARY BORING AND DEEP WELLS. Lo DETAIL "ROTARY BORING: AND DEEP WELLS DETAIL. � SONIC BORING AND .SHALLOW WELLS rnC-01 SCALE: NTS SEE NOTE 3 C-01 SCALE: NTS SEE NOTE 3 • m REV DESCRIPTION - DATE APPR REFERENCE INFORMATION AND NOTES DATE ENGINEERING CERTIFICATION .. PROJECT NAME AND SHEET DESCRIPTION: : 'SCALE PROJECT NUMBER m, .. - " - 10/19/201. : .. �S�oHAL GFo .. T • AS SHOWN 91304001 � DESIGN oil dHOMAS �Oc V OHN D. MORGAN PARK T. MOHR/ ae K.G: *,{ VERIFY IFY SCALES SHEET CODE: z MONITORING L z 0 P DRAWN CREOROTEITIED I Santa ClaraVW16 Water Dstrict .: ® _ NIT � G WELLS S PROJECT IBAR IS ONE INCH O C O S. KAROGLOU . ORIGINAL. DRAWING CHECKED' DFG,L MONITORING WELL DETAILS F NOT DIE INDH ON SHEET NUMBER: 10.19.16 THIS syEEr, AD.JusT 4 OF 5 p K. UYEDA PROJECT ENGINEER DATE SCALES ACCORDINGLY A B G D E.. I �- I G H A B C D E F G H - .. _ .. NOTES: 1. PRECAST VAULTS SHALL BE 30'Lx3O'Wx12"H OD WITH 24-Lx24-W ID. SEE SPECIFICATION SECTION 33, WELL HEAD COMPLETION. 4 .. 2. HATCH COVER SHALL BE 24"x24" ALUMINUM, AASHTO H-20 TRAFFIC RATED.. SEE SPECIFICATION SECTION 33. 4 o .. .. 3. DRAIN ROCK SHALL BE CLASS 1 TYPE A PERMEABLE MATERIAL PER CALTRANS STANDARD SPECIFICATIONS LATEST EDITION. - .. 4.. GEOTEXTILE FILTER FABRIC SHALL BE TENCATE MIRAR 140 NC, HANES TERRATEX SO,.SKAPS.GT140. w _ THRACE LINO 130EX,PROPIX GEOTIX 451/4547, OR EQUAL BY OTHERS. 5. CEMENT SHALL BE ASTM C150 TYPE II OR V. CONCRETE SHALL HAVE MINIMUM 28 DAY _ - - COMPRESSIVE STRENGTH OF 3,00D -PSI. - - j 6. REINFORCING SHALL BE DEFORMED BAR CONFORMING TO ASTM A615-GRADE 60. 3 Z a .. H2O TRAFFIC RATED HATCH .. .. z SEE NOTE 2 .. 0 — SUP ON PVC CAP .. .. - CONCRETE FRAME, SEE NOTE 5 Q o. REPAIR PAVEMENT PER SPEC SECTION 35 - AG BASE AND TOTAL ASPHALT THICKNESS - SHALL NOT BE LESS THAN EXISTING O . o COMPACT TO 95%; RELATIVE COMPACTION .. SLOPE AWAY FROM VAULT, 1'YP z d 8 0 No . M II—III—III"III"'III— 1 1 /2- PVMMC DRAIN • _ ° . a. N Z �II11 I� 11411r1 h GN .. a TYPICAL PVC WELL CASING '. _ _ - .. .. G O 6" " WIDE NOT ALL SHOWN FOR CLARITY N 10" I I — I I I I ': 6 LONG 3 TO TALL BY 6 —I11—YELLOW DRYPACK GROUT ° 11- I SHOWN ON�ATICTEMPORARY PARKING IN ANNULAR SPACE - ° AGBASE AND BACKFILL TO MATCH EXISTING.: - STALLS ON C-01 o a - ° . - O d'. COMPACT TO 95% RELATIVE COMPACTION . >, 2" SCHEDULE 80 PVC 0 0 a Q O #5 REBAR :ALL SIDES WITH 90 DEGREES . . . . . BOTH CONNECTING I (�OQ O (�� r -� OQ OIX)OQ O(�!pOC�O I STANDARD ACI 318 HOOKS BOTH ENDS a Q BOTH WELLS �J (, `J (� U_ 8 UOc SEE BOTH ENDS ' Op p OOOp a 4 OOQp QO 00oI 0 0 ��0 PRECAST UTILITY BOX, NOTE 1 Oopo po oop �o�OpoOU �o� o (� RQC� OO 4 x B REDWOOD OR CONCRETE BLOCK - • OUOV OVOU00 a O C� O 00 O O C O O d :. O O OOgO 00 O TO PROVIDE CONTINUOUS SUPPORT u O ��Q .rir �QO��QO� I FOR UTILITY BOX GEOTEXTILE FILTER FABRIC AROUND _ ((O��CCQQJJ,ppQ� OOQQ�� QQO, o, 00 OO R� O pQyn�� OOp OOQQ�� O TOP, SIDES, AND BOTTOM OF DRAIN VC��OOOOIJO OOC__)OU00 .... O�.G VO�O V. .... O�OOOOIJO I ROCKS, SEE NOTE 4. - .... .. \�. O O O ��oO�� OO�� oO��o ��QOOOoO .. .. 00 moo �r�o moo 0o Qoo � � OoQo 0 Qo OoQo OoQo OoQo 0 Qo C� o ODQo 0 Qo OoQo . OoQo ODQo 0 Opo�p0�0o�00�0o�p0�Opo�p0�0o�p0�0o�p. Oho 00�0�00�o�o0Q0 �OQOo�oO�o�oO� I . Oo OoQo 0 Qo OoQo 0 Qo OoQo .... 0 o OoQo 0 Qo oQo 0 Qo OoQo .2 —nr—I iT=I rl—n i— o — — — --I I a III— a - DRAIN ROCK ® 90% COMPACTION, COMPACT SUBRIOR TO 95% RELATIVE' ill q: .. DETAIL 2 TYPICAL PARKING SPACE DIMENSIONS COMPACTION PRIOR TO PLACING DRAIN ROCK ° SEE NOTE 3 TERMINATE CEMENT SEAL - - a a ..CEMENT SEAL SCALE: .NTS .. . ' DETAIL ] PRECAST'. UTILITY BOX OVER. WELLS SCALE: NTS- N .. .. CD U I G 1 m REV DESCRIPTION :. DATE APPR REFERENCE INFORMATION AND NOTES DATE - ENGINEERING CERTIFICATION - .. PROJECT NAME AND SHEET DESCRIPTION: "SCALE PROJECT NUMBER W .. .. 10/19/201 apFESSIO _ AS SHOWN 91304001 ESIVQ0 GQ JOHN D. MORGAN PARK T.DMOHR/ �� Ff� M r� VERIFY SCALES' SHEET CODE: Z 1 D. W � �. Sonbo ClcroVolley W®ter District MONITORING ELL ®„ C _ 03 PROJECT S. KAROGLOU BAR' IS ONE INCH ON OF CAL IF NOTI ONE I�NCHN ON :. V. CHECKED rF �'° :. :. .. MISCELLANEOUS DETAILS %N sHEfr, AaDSr SHEET NUMBER: _ - . .... K. UYEDA PRQIECT ENGINEER • DATE .... S0.CALES ACCORDINGLY 5 OF 5 A B C: D E F. G H APPENDIX C Guidelines for Contractor's As -Built Mark Ups Guidelines for Contractor's As'6uilt Mark -Ups or Engineer's Record Drawings Santa Clara Valley Water District CARD Services Unit Santa Clara Valley Water D'aM Dec. 2009Nersion 1.1 Version: 1.1 Document Number Effective Date: December 2009 CADD G101 EXTERNAL USERS: The version provided by the "District" represents the applicable version. INTERNAL "DISTRICT" STAFF: Printed or downloaded versions are for reference only. See the CADD Services Unit website for released version. Guidelines for Contractor's As -Built Mark -Ups or Engineer's Record Drawings CADD Services Unit These guidelines were developed and written by Emmanuel Aryee (CADD Services unit) and the example figures were provided by Roberto Parmituan (Construction Inspection unit). They were then reviewed by the Plans and Specifications Standardization team. Santa Clara VaNey Distdti 1 Dec. 2009Nersion 1.1 TABLE OF CONTENTS Page 1.0 REDLINE MARKING IN THE FIELD OR THE OFFICE........................................3 1.1 CHANGE.............................................................................................................. 3 1.2 ADDITIONS..........................................................................................................3 1.3 DELETIONS.........................................................................................................4 2.0 ADDITIONAL SHEETS.......................................................................:.................4 3.0 TRACKING OF "AS -BUILT" CHANGES OR REVISIONS .................................... 4 4.0 LISTING OR RECORDING OF CHANGES OR REVISIONS...............................5 5.0 SIGNING OF THE AS -BUILT OR THE RECORD DRAWINGS ............................ 6 FIGURES Figure 1 As -Built (AB) Triangle Symbol....................................................................... 5 Figure 2 Listing or Recording of Changes.................................................................... 5 Figure 3 Sample of As -Built Signature Stamp.............................................................. 6 Figure 4 Request for Information................................................................................. 7 Figure 5 Engineer's Response to RFI.......................................................................... 8 Figure 6 Mark -Up on Drawing Showing RFI................................................................9 Figure 7 Mark -Up on Drawing Showing Engineer's Response to RF1........................10 Figure 8 Contractor's Mark -Up Showing Actual Field Work.......................................11 Santa 4aroValley Water Dist dA 2 Dec. 2009Nersion 1.1 1.0 REDLINE MARKING IN THE FIELD OR THE OFFICE Redline mark ups should be neat, legible, clear, and orderly and should accurately record and reflect the actual as -built condition. It should be done with the correct symbols, lines, lettering and text, details, dimensioning, etc. using red pencil or ink. All construction changes are based on authorized change documents or Engineer's instructions. These documents are kept in the Project or Construction files. Change documents include addendum, request for information (RFI), contract change order (CCO), engineers work order or extra work order (EWO), field memo, etc. See Figure 4 & 6. It is not acceptable to attach change documents to the drawings to avoid having to mark up changes on the drawings. Changes should be interpreted and then transferred by redline markings on to the drawing sheets; they should be referred to in the listing of the changes or revisions in the title block of the drawing sheet. See Figure 4 to 8. Already drafted changes, sketches, diagrams of the changes (not the complete change document) may be attached on blank spaces on the drawing sheet or a separate blank sheet, (not to cover the original drawing information) to show or illustrate the extent of the changes, if that will be helpful. Features, items, details that were changed should be clearly detailed, dimensioned, located (survey information, tying to control lines, other features or monuments, station offsets or reference lengths, distances, etc.) and described in detail with lines, lettering & text, etc. with redline mark up. Redline mark ups should be done in a manner that enables any competent technician or drafter to draft the as -built mark-up or the record drawings with minimum difficulty: Redline marking includes making changes, additions and/or deletions representing the actual construction changes for the as -built drawings or changes authorized by the engineer on the record drawings. 1.1 CHANGE A change is made when an item(s) on the drawing sheet is modified or replaced with completely new item(s). It may involve the change of a simple line, dimension, note or re -sketch of a part or a component. Only those areas of a drawing that are affected should be marked up. Item(s) changed should be clouded. Clouding —The use of a cloud to surround the area or item, text or symbol changed so as to make the changes stand out and be easily identified. The original content that is not affected by the change is left unclouded. See Figure 8. 1.2 ADDITIONS Additions occur when new item(s) are introduced on to the drawing sheet to supplement or clarify information without modifying or replacing the original items. When additions are made to the drawings that affect only the drawing content, the additions should also be clouded since they are revisions to the original drawings. Santa darn Volley plater VAid A 3 Dec. 2009Nersion 1.1 1.3 DELETIONS Deletions occur when features, details or items on the drawings are not constructed, are removed, are changed and/or replaced. When preparing As -built drawings, all original drawing details, items are preserved. Deleted items should not be erased or removed from the marked up drawing. Deletions are shown by crossing out the deleted elements, details, lines, text, symbols, or any other items involved, with one of these methods; — a slanted/horizontal line (strike -out line) across the element, — a heavy "X" over the element, — a bold, big X across a major element or across the entire drawing sheet. The area or item affected should be clouded to indicate the limits of removal. See Figure 8. 2.0 ADDITIONAL SHEETS When changes involve the incorporation of new additional sheet or sheets, it may or may not be necessary to do clouding on the original sheet. If there is a reference to a new sheet in the set, then the reference area should be clearly clouded and the call out to the additional sheet made. Otherwise the new drawing should be marked as normal but tracking notation should show that this is an additional sheet with the original sheet left intact. In cases where the marking up of several changes on the same sheet leaves the drawing content unclear, crowded, or when features and items become unidentifiable or make the drawing unreadable, use of additional sheets should be considered. 3.0 TRACKING OF "AS -BUILT" CHANGES OR REVISIONS All changes marked up must be tracked. They must be clearly identified with the triangle symbol with the revision number (used in the change document) or the letters "AB" embedded (if no revision numbers are used). The triangle symbol should be placed by the side of all changes, outside the cloud, on the affected drawing sheet. Santa Clara Volley WoterDistrkt A 4 Dec. 2009/Version 1.1 Figure 1—As-Built (AB) Triangle Symbol A subscript representing the number (#) assigned to track and identify the particular change or revision is placed by the triangle symbol as shown above in Figure 1. 4.0 LISTING OR RECORDING OF CHANGES OR REVISIONS All changes that have been done since the final (construction) drawings were issued must be listed or recorded on the Contractor's "As -Built" drawing sheets and/or the ! Engineer's record drawings. Changes made during construction must be listed or recorded and identified under the revision section of the title block of the drawing sheet. Each listing should be identified with the corresponding number (subscript) of the triangle symbol. The listing consist of a short description of the change and an abbreviated name of the change document such as CCO #2 for contract change order number 2, placed in brackets, under the "DESCRIPTION" heading. It could also be "as per the Engineer instructions" for some of the changes done under the direct instructions of the Engineer. It must include a date and the initials of the person who authorized the change. See Figure 2. REV DESCRIPTION DATE AP:PR'. AB 1 REMOVE AND: REPLACE" EXISTING PIPE :SYSTEM (LOC.#1) •., REVISE ANODE 'LEAP -1NRE (CC,O #2). 08/0'1 05 02 S:C. D ;M Figure 2—Listing or Recording of Changes Salta C60 VCMGY Woter Di*kt 5 Dec. 2009Nersion 1.1 D 5.0 SIGNING OF THE AS -BUILT OR THE RECORD DRAWINGS Each sheet must be signed and dated by the contractor's representative for the contractor's as -built mark-ups. The representative must also include his/her printed name and his/her company's name. Similarly the Engineer must do the same for the record drawings. See sample below. Figure 3—Sample of As -Built Signature Stamp ScntO Clwa Vailey Water DbWd 6 Dec. 2009Nersion 1.1 RE(UEST FOR INFORMATION F£.825 (04=16-86): ,.To: Olt (Resident Inspector) Fromz t --7 d - ,, Contractor l=`tEe No.;: tGOf1tC8CtOr, Utility; �id;I �' Contract: ' —4. , c c 1 of o'nsec No,: Contract"'No., 0015 Reply Needed By.:, IMF` 11 Figure 4—Request for Information Sanid (Iwo. Water D'�trict 7 eclPlan;Nc: Dec. 2009Nersion 1.1 t0&114er� RESFOHSf oQetob ®i�t�cteri strict - RECUEST FOR. INFORMATION FC ai5 (04-10-eel' •To: \-1-,61 _ TUItl-- - - - Dale: _F,±�b._I'a. 0.tc y� {� /� �SRetl6ent In_t{peetgr) ' From: 6P•{ Inc • Contractor File No;:i. ,�t-t-? { Cantractor, Utility, atc•1 Contract: 1 4v 1. fititd �I RFI Consec No.: Contract No.:" 00'9r Reply Needed By: i2� i7 tom No 'INFORMATION ACTION NEEDED _ Re(.SpeclPl�n No. n c I_ i UN WG S riot1 1M. I DISTRIBUTION; Pbtk - mained by In-it3tor 3 copies to Resident In pector Item Na .REPLY xxtra orth- coming iYesmol r. Dosign Consultant: Date: Project Engineer r1 1 Y' .ISMY-t Oaro: 4 {I Resident , Inspetor �1J11 n r{/7� "cVto0r- ')ate: NOTICE TO CONTRACTOR. "This form has been designed to expedite responses to your inquiries. You may include more than one request on one form, but separate forms should be used for the different construction disciplines, e.g.;:architectural; civil; structural; mech4nical; eiactrical; Distribution; White - Retainad by Resident Inspector Yellow - Project Engineer Pink - Imuietor. Golcia sod s Returnedto Inhiator with repiy Figure 5—Engineer's Response to RFI SQrha G=VQDeg Wder Dlistriti6 8 Dec. 2009/Version 1.1 I . ....... I NOTES' . . t. ONE BUBBLER SYMBOL IS SHOWN AT EES FOR GRAPHIC CLARITY ONLY.INSTALL TWO BUBBLERS AT EACH TREE AS DETAILED .. . . 2., IRRIGATION EQUIPMENT MAY BE SHOWN WITHIN Y. INSTALL ALL .. 1 .. .. .. - .. - �i, `�" _ i.�•��— �_ _' TH IRRIGATIONS EQUIPMENT WITHIN PLANTED AREAS. RRIG�_ __ _ _ f -� IHARDSCAPE SURFACON M SHALL BE WIRE CROSSING COONTAINED W17MIN "� �sr ram.. ... ���� SLttl'ING OR SCHEDULE 40 PVC CONDOR. SLEENNG AGGREGATESHALL B ER OFYLLL PIMUM OF PE CONTAINETIMES D WITHIN E A At.Y. DIAMETER �� SLEEVE PROVIDE VERTICAL SWEEP FOR ALL .ELECTRICAL p CONDUIT ON t . � .�- �".aL. .�...... � .... �i-� �e. `� .., .. HAROSCAPE $URFACEM INATE do . r DH SIDE EPTH AND: TERM OWN STREAM UNSIZED LATERAL LINE PIPE LOCATED D (TYPICAL). OF 1 PMG SHALL BE ... . . ... E-26 N 0 LATERAL -PIPE S AS . ... t.e 70 - SJI/L4 C pIF 0-6 GPM E I� .. 1',. 7-12 GPM, .. Wlu 4 3/HALL BE SIZE FOLLOWS• .. ^�� _��,✓-;._}� .^..� �i - 1 1/413-20 GPM .. lgi^1 . . .�. �a T 1/z' .21 -32 GPM _ ¢ l�. 2.5" 2' -50 GPM �9� 2 1/z' . 51 sa-7o GPIA N1.25• ' i� - "cA--a ��� .�`���� �• ' �l - ` 9-// gyp. _'-._ I Lu 'ED I ... ... _ _ . .... .. `.\i tarry 2.5" O. / �- "PSI i.'i ., i it 11.. ` a 'd •�� /s- ��' a v \ .. .. _ \♦ 1" .\ . ..... ...../�� �:25 ' 0//$ . �q,/ ..ice- .. .. .. ♦: �: \�� i�j' 0// y i, /� ���t'1^-' / GAG 4 r / � zs• f \ ♦ q\\. r i \ �♦ 2 , N .. .... MATCH LPJE:. SEE 1-5 N .. N _ T ... .. .. REV DESCRIPTION GATE APPR .. EN 0 ..... ..... .. S .. ECT MIMBER DAME - ENGINEERING LERfIFICAII N PROTECT NAME'AND'SHEEf 'DESf3tIPItON: .. .. CALF PROD 6/27/06 t'-zo': 93234037 co : ® STEM 4ASSOMATES Tssv.� c.,r s.e DESIGN o .:Sr: �/�p P . ... ... - "atl A duwtl I.wda4a.l r, a' Santo QC1fC 1/f�l@ WC►4er DiS�flCt VERIFY SCALES . SHEET CODE: z per.. 6H/[Qa0i1� DM + SITE IMPRO'VEMENTNDSCAPPROJECT. D . .. ... 06 DISTRICT . ..: D61! f7� II0 oa D .... ...... Sm w'�a8 . " �0 7,1f " ....... m ACCEPTED BY - 1. NECKSMR IS MC lh� .. .PAGE NUUBEP.: ®, sdas o.. .DRAWN. 30-07 o+ % i+ ILcrnancv : 47 OF 67 CHECKED � a� ; IRRIGATION PLAN t S r t. 1 NOTES: j • 1. ONE BUBBLER SYMBOL' IS SHOWN AT TREES FOR -Rdu --� INSTALL nv (ZEE r` EACHHTR E AS DETNALLFD 0 BUBBLERAT \ _ _ram• ; ��k/��t"4`�Y - � J_: '� ��-_. :' �_- __� � 2. i IRRIGATION MAY BE SHOWN WITHIN S o I ALL IRRIGATION EQUIPMENT, (WITHIN PLANTED AREAS. ALL RRGATION PIPE AND IRE CROSSING BENEATH HARDSCAPE SURFACES :SHALL BE CONTAINED WITHIN SLEEVING OR SCHEDULE 40 PVC CONDUIT. SLEEVING SIZE. SHALL BE A MINIMUM OF TWO TIMES THE � _i , ���� i'' AGGREGATE' DIAMETER OF ALL PIPE CONTAINED WITHIN ���,___��' t..,._ - ._ .. .. : SLEEVE. PROVIDE VERTICAL SWEEP:FOR ALL ELECTRICAL 2.5" - - CONDUIT ON EACH SIDE OF HARDSCAPE'AND TERMINA _�-. .. .. .. .. ;.. �r �.ENDS AT 12"'MINIMUM DEPTH AND 12" FROM ' I r.. HARDSCAPE SURFACE f U\C G �- -- -- UNSRED LATERAL L1NE.PIPE LOCATED DOWN STREAM .... .. - .. .. � 3� � OF: 1' PIPING SHALL 6E 3/4' IN SRE (TYPICAL). E-30 4. SIZING OF. LATERAL PIPE SHALL BE AS FOLLOWS: �.. /a0- ' _ - - pl• 3_" ' 6 GPM 112 PM • e "'�• : " .. ., . . '- ,,.� - .. • J� � 1 "" ' ' 1 1/4" 13-20GGPA1. 1 1/2' 21-32: GPM' .i:• f 'ice- = \• - / 11 2 2• 33-50 GPM . ._.._• i" .., __ __ -70 GPM LI n LLJ w \ ; �_'. rn Uj Al Ali.9�1�0�, 46 ss / •' .) .25 p. 711 q oar L` .i ��•\. ... .. .. .. .. r/ 'l J o . 1.5" Q //•F 1.26" A'. cl .r . 0. 17 i 1 �i j` ✓ P N .\ . ♦ \` \ �•, _ ',/� \ / �'/ � ��^'�.:J'Y �r .lam i,�- MATCH UNE; SEE 1-5 Figure OTES: _= S ONE BUBBLER SYMBOL 1 SHOWN AT TREES F . - _. . _ ; • • : _- _ - - _ - -� _ _ _ _ �- GRAPHIC CLARITY ONLY INSTALL Two BUBBLERS AT EACH TREE AS DEIAIUED.- 2.• IRRIGATION EOUIPMENT� MAYBESHOWN WITHIN R FOR GRAPHIC . f_ IRRIGATION PIPE AND WIRE CLARITY ONLY.CROSSINGBENEATH ALL —� - J .- .. _ `- IRRIGATION. EQUIPMENT WITHIN PLANTED. AREAS.. HARDSCAPE SURFACES SHALL BE CONTAINED WITHIN t ... � �`y SIZE SL EYING OR 'SCHEDULE 40 PVC CONDUIT. SLEEVING 1 ._,_�.�- _ _ ,, " SWILL'BE A MINIMUM OF TWO TIMES THE 2- - / `� AGGREGATE DIAMETER OF ALL PIPE CONTAINED WITHIN _ I _l J: .. PROVIDE VERTICAL SWEEP FOR ALL ELECTRICAL _ .. - i .. TERMINATE _ -.l r.. _/ .�... 3 ENDSATON DEPTH ANDC12E �M 2.5- _ .. .. � .HARDSCARE SURFACE r .. �•��_• l�� � �- UNS12m LATERAL LINE PIPE LOCATED DOWN STREAM .. .. N . S / _ (T'P ..�. BE 3 4 N- SIZE ICAL . E-2Z r. - .. .-: ;t\� -. .. E, 26 E_� 4. SHALL SHALL AS FOLLOWS: 1 - OF t PIPI G 1 N t.0 30 3/4- OF LATERAL . 1 .. .. a 1. 0-6 GPM.. T' 7-12 GPM .. - .. .. I ... t 2 13-20 GPM 1 1 /. " 21-32 GPM 3-5 2 50 PM IDL LLI \1.5 41 f / � W5. :V/\ ���� \\•' t ,� _ 4 1.2s Z:. - .. a E-25 o / F �� C7Pc' I +CS 2. Q Q �8 � 1R 3 / /� 1• r 1. j �I y..- _.._. G . i� II ' I \♦' C dX 2 ��\ �� %.���. off/ . /i. jY ; ✓^ f/'=1� .. Pc�°� ♦-. ,�.�` __,"'�%,f� � ... n MATCH' UNE: SEE 1-5 .. I .. .. .. .... .. .. .. ... ....... 1 .. .. REV DESCRIPTION DATE APPR - - DATE , ENGINEERING CERTIFICATION•- PROJECT, NAME ANDSHEET DESCRIPTION: ... SCALE PROJECT.NUMBER �. Rt :-Rovii✓ iRR�6PcTi6N D ST�S+ASSOCIATES . DESIGN �'S;*�,, PENITENCIA WTP LANDSCAPE 1•m20• 93234037 z �� hUo �D 90R1 y �. ,�,��,uA.M...:.lah. Jnn ,, ersto Clara Water District +, SITE 'IM'PROVEMENT 'PROJECT VERIFY SCALES SHEET CODE ./� S o T./{.. . ' ®watt said im�m — DRAWN 06 -30-07 DISTRICT ... w a►r r ate, ,s y I : : 4- 'IV 2�6/f1 I'0 a1s wlcia�w c ,- um ay.v. '� ACCEPTED � BY ...... . . . ... •'�' CHECKED �/� IRRIGATION PLAN Ir mDT r T. etLART PACE NUMBER: .. .... . .. — � ..— .. _ ruTr•.�- SWa'�ctoalaraar 47 OF 67 Figure 8—Contractor's Mark -Up Showing Actual Field Work Santo Caro Volley Water District APPENDIX D Solid Materials Management Report �rf ; w `Kti• C4 A =1 _f \2 `tih Santa Clara Valley Water District 61 SOLID MATERIALS MANAGEMENT REPORT Project Name: Project Number: Contract Number: Reporting period (month and year): from to Contractor Name: Phone Number: FAX Number: Street Address: City, Slate, and Zip: Preparer's Name (please print): Signature: Date: A. Construction and Demolition Waste Management Report Note 1: Earth and rock material, ground water, and construction and demolition waste material that contains contaminated or hazardous materials shall not be reported as either waste material diverted from or disposed to landfill. See specifications for project -specific list of construction and demolition waste materials. Note 2: Contractor to attach facility receipts for loads taken for disposal in landfill and loads taken for recovery/recycling. 1.1. .1 -- mi..i. .— Ai.,n . • . is .­ifinA ,.nnf­fn. ha. the nnfinn of rnnn Ainn m +.HM n .. fih, h„ wcinhf /fnnl n nh, a 1—hi, arril Type of Material Type of Activity Enter letter as follows: Enter number as follows: A=asphalt C = concrete 1 = source -separated materials recycling Quantity of Material Quantity of Material Total Material Material Name and Address of Recycling or Disposal Facility M = metal 2 = on -site reuse Taken to Landfill (ton) Diverted From Landfill (ton) Generated (ton) Diversion Rate D =mixed debris 3 =mixed debris recycling See Note 3. (%) W = wood/cleared vegetation 4 = reuse of salvageable items See Notes 2 and 3. See Notes 2 and 3. O = other (described) 5 = disposal at landfill or transfer station 6 = other (described) See Note 1. (ton) Total QuantityTaken to Landfill ton , Total Quantity Diverted from Landfill (ton) � a Total Material Generated (ton) Total Material Diversion Rate (%) „� "8,1 ,t tad" B. Post -Consumer Recycled Content Report lkl n I. - eH h dror WA- W of H m tf ioI rn nfnnf Material/Product Description Manufacturer (Name, Address, and Phone Number) Post -Consumer Recycled Content Required per Contract (%) Certified Post -Consumer Recycled Content I%) See Note 1. Specification writer to list material/equipment specified to be furnishedlnstalled which must contain a minimum specified percentage of post -consumer recycled material (Contractor to complete) Specification writer to list, for each materiallproduct, the minimum % content of post -consumer recycled material (Contractor to complete) Contractor Certificatlon: 1 certify under penalty of perjury that the Information provided in this form is complete and accurate. SIGNATURE: DATE OF REPORT: PRINT NAME AND TITLE: I have reviewed the information submitted in this report for completeness. ENGINEER SIGNATURE: I DATE: PRINT NAME: Solid Materials Management Report S12201 0�, APPENDIX E Migratory Bird Permit Memorandum Q Qt SLAT OF .. fs "United States Department of the Interior _ FISH AND WILDLIFE SERVICE CH 3 . Washington, Washington, D C 20240 MBPM-2 Date: APR 15, MIGRATORY BIRD PERMIT MEMORANDUM SUBJECT: Nest Destruction � PURPOSE: The purpose of the memorandum. is to clarify the application of the MigratoryBird Treaty Act (MBTA) to migratory bircl nest destruction, and to provide guidance for advising the public regarding this issue. POLICY: The MBTA does not contain any prohibition that applies to the destruction of a migratorybird nest alone (withoutbirds or eggs), provided that no possession occurs during -the destruction. To minimize MBTA violations, Service employees should make every effort to inform the public of how to minimize the risk of taking migratory bird species whose nesting behaviors make it difficult to detennine occupancy status or continuing nest dependency. The MBTA specifrcallyprotects migratorybird nests frompossession, stile, purchase, barter, transport, import, and export, and take. The other prohibitions of the MBTA — capture,pursue, hunt, and kill —are inapplicable to nests. The regulatory definition of take, as defined by D0 CFR 10.12, paeans topursue, hunt, shoot, wound, kill, trap, capture, or collect, or attempt to pursue hunt, shoot, wound, kill, trap, capture, or collect. Only collect applies to nests. While it is illegal to collect, possess, and by any means transfer possession of any migratory bird nest, the MBTA does not contain any prohibition that applies to the destruction of a bird nest alone (without birds or eggs), provided that no possession occurs during the destruction. The MBTA does not authorize the Seivice to issue permits in situations in which the prohibitions of the Act do not apply, such as the destruction of unoccupied nests. (Some unoccupied nests are legally protected by statutes other than the MBTA, including nests of threatened and endangered migratory bird species and bald and golden eagles; within certain parameters.) However, the public should be made aware that, while destruction of a nest by.itself is not prohibited under the MBTA, nest destruction that results in the unpenmitted take of migratory birds or their eggs, is illegal and fully prosecutable under the MBTA. Due to the biological and behavioral characteristics of some migratory bird species, destruction of their nests entails an elevated degree of risk of violating the MBTA. For example; colonial nesting birds are highly vulnerable to disturbance; the destruction of unoccupied nests during or near the nesting season could result in a significant level of take. Another example involves. ground nesting species such as burrowing owls and bank. swallows, which nest in cavities in the ground, making it difticultto detect whether or not their nests are occupied by eggs or nestlings or are otherwise still essential to the survival of the juvenile birds. The Service should make every effort to raise public awareness regarding thepossible presence of birds and the risk of violating the MBTA, the Endangered Species Act (ESA), and the Bald and Golden Eagle Protection Act (BGEPA), and should inform the public of factors that will help minimize the likelihood that take would occur should nests be destroyed (i.e., when active nesting season normally occurs). The Service should also take care to discern that persons who request MBTA permits for nest destruction are not targeting nests of endangered or threatened species or bald or golden eagles, so that the public can be made aware of the prohibitions of the ESA and the BGEPA against nest destruction.] In situations where it is necessary (i.e., for public safety) to remove (destroy) a nest that is occupied by eggs or nestlings or is otherwise still essential to the survival of a juvenile bird, and a permit is available pursuant to 50 C.FRparts 13 and 21, the Servicemay issue a permit to take individual birds. Dir ctor MEMORANDUM CITY OF CAMPBELL TO: Santa Clara Valley Water District Date: June 20, 2018 FROM: Joy Francois SUBJECT: Return of Checks After researching these two checks it has been determined that they .were sent in error. An encroachment permit was not issued to the Water District for the Monitoring Wells project at John D. Morgan Park. Enclosed please find Check # 263230 for $500.00 and 263231 for $395.00. Thanks. Joy Francois 408 866 2776 jovfDa cityofcairipbell.com 'q 90-4150 1222 DATE 06/14/2018 Santa Clara Valley Water Diskrict No. 5750 ALMADEN EXPRESSWAY • SAN JOSE, CA 95118.3686 • (408) 265-2600 - - ****FIVF. HI INDRF.D AND XX / 100 DOLLAR**** PAY CITY OF CAMPBELL . TO THE 70 NORTH FIRST STREET ORDER CAMPBELL, CA 95008 OF 263230 EXACTLY 500.00**" NOT VALID AFTER SIX (6) MONTHS FROM DATE OF ISSUE O.Copy _ '7�"'— Union Bank Disbursement Services ./ Los Angeles, CA 90071 szetl,Maw Sis�atl¢c 111 263 2 30110 1: L 2 2 24 LSO III: 1109080009 20 511'960000 ATTACHED CHECK IS IN RESPONSE TO INVOICES LISTED ABOVE Check Date: 06/14/2018 Vendor Number: 0000007240 Check No. 0000263230 Invoice Number Invoice Date Voucher ID PO Number Gross Amount Tax Freight Discount Paid Amount ENCROACHMENT PE 09/08/2015 00269316 500.00 0.00 0.00 0.00 500.00 Check Number Date Gross Amount Tax Freight Discounts Paid Amount 0000263230 06/14/2018 500.00 0.00 0.00 0.00 500.00 PLEASE DEIAGH BEFORE DEPOSITING - BY ENDORSEMENT THE CHECK IS ACCEPTED IN PAYMENT OF ABOVE 90-4150 1222 06/14/2018 Sand® Clara Talley Waker Dis4icF No. 263231 DATE 5750 ALMADEN EXPRESSWAY • SAN JOSE, CA 95118-3686 • (406) 265.2600 ****THREE HUNDRED NINETY-FIVE AND XX / 100 DOLLAR**** PAY EXACTLY 395.00x"" I CITY OF CAMPBELL NOT VALID AFTER SIX (6) TO MONTHS FROM DATE OF ISSUE THE 70 NORTH FIRST STREET ORDER CAMPBELL, CA 95008 OF copy Union Bank Disbursement Services Los Angeles, CA 90071 thorized.Sigoatu 11' 263 23 111' 1: 1 2 2 24 150 III: 1109080009 20 SI10960000 ATTACHED CHECK IS IN RESPONSE TO INVOICES LISTED ABOVE Check Date: 06/14/2018 Vendor Number: 0000007240 -CheckNo. 0000263231 Invoice Number Invoice Date Voucher ID PO Number Gross Amount Tax Freight Discount Paid Amount ENCROACHMENT PE 09/08/2015 00269317 395.00 0.00 0.00 0.00 395.00 Check Number Date Gross Amount Tax Freight Discounts Paid Amount 0000263231 06/14/2018 395.00 0.00 0.00 0.00 395.00 PLEASE DETACH BEFORE DEPOSITING -BY ENDORSEMENT THE CHECK IS ACCEPTED IN PAYMENT OF ABOVE i � ''� I *}��^ .,. =a t L.�d.._I Bill Helms From: Michelle Quinney Sent: Wednesday, August 26, 2015 6:59 PM To: Todd Capurso; Bill Helms. Cc: Syed Wahidi Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Hi Todd, Bill, and Syed, Here is what I would recommend for the encroachment permit process.... The"encroachment permit fees for the SCVWD parking lot work would include a permit application fee plus a plan check and inspection fee. The permit application fee would be $395. The plan check and inspection fee should be based on the engineer's estimate of work, which I would recommend be considered the remediation work necessary for the parking lot following the project. If the SCVWD could give us their estimate for what it will cost to rehabilitate the parking lot (resurface and restripe) as necessary following their well installation, we can calculate the inspection fee for this work. As part of the encroachment permit package, we will need to have the following submitted with the application: • Explanation of the project, proposed duration of the project, and schedule of work for the project (we may already have this?). The permit may require updates to this information as the project proceeds. • Plans for the exact location of the project within the parking lot, include the location and number of parking spaces that will be impacted. • Details of the sound wall, including design and calculations signed and stamped by a structural engineer. • Traffic control plan for the area showing how traffic, parking and access is proposed to be modified during construction. The project will need to maintain safe pedestrian, bicycle, and vehicular access around the construction site. • Location of stockpiles, staging areas, and contractor parking (City streets may not be used for this purpose). • Plans for the proposed reconstruction of the parking lot following the well installation. The City will evaluate the permit plans and will specify the type of pavement rehabilitation required. This may include a 2" deep grind and replace of the pavement in the area of construction, as well as restriping of the parking stalls. All work shall be done per the City of Campbell Standard Specifications and Details for Public Works Construction. Based on a review of the above, the City will determine any necessary special provisions for the permit before issuing the encroachment permit. In addition to special provisions resulting from the items listed above, the City will most likely include the following additional items as special provisions to the permit: • Work hours for the project will be specified as 8-5. • A requirement for public outreach and public notification prior to any construction activity, and potential updates to the public notifications. This should include phone numbers of who to call at the SCVWD with questions or concerns on the project. A 24 hour contact number for the project manager or project superintendent. The number must not direct calls to an automated answering service. A project sign notifying the public and park users of the SCVWD project and the expected duration of the project. I tried to put this together really quickly, so I may have missed some items. Syed may have additional items to add?? Please let me know if you have any other questions or comments regarding this process. Michelle Quinney I City Engineer michellep(a,cityofcampbell.com 408,866.2150 1 408.376-0958 (fax) 70. N. First Street I Campbell, CA 95003 From: Todd Capurso Sent: Wednesday, August 26, 2015 3:31 PM To: 'Thomas Mohr'; Al Bito Cc: Michelle Quinney; Bill Helms; 'Vanessa De La Piedra'; 'Kristen Yasukawa' Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Thanks Tom. We do need to talk soon. I believe Bill Helms left a voice message earlier today as well. We do need to issue an encroachment permit prior to the District performing any work on site. We will require several details including the strucrural calcilautoin related to the temporary soundwall and a revised striping plan for how park users will access the parking lot during the installation of the wall and then during the duration of construction. We also need to revisit the parking situation for the contractor employees. I believe you have recommended in the public notice that they will be on the adjacent neighborhood streets, but parking in the park parking lot on the Rincon (north) side of the park may be more convenient for the contractor and have less impacts on the neighborhood. I can be available tomorrow anytime except between 10 and 10:30 and between 3:00 and 3:30. 1 would like to attend the site meeting, but getting there at 2:30 as you suggest would mean that I would need to leave by 2:45 for a meeting at City Hall. If you and Vanessa are available at 3:30, that may work best, but I will leave that to you. Plate Friday morning is also a possibility. Thanks. Todd Todd Capurso Director City of Campbell I Public Works Department Office: 408.866.2150 1 Fax: 408.376.0958 70 N. First Street I Campbell, CA 95008 todde(&cityofcamp beILcom www.cityofcampbell.com From: Thomas Mohr jmailto:tmohr@valleywater.orq] Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra; Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice 2 Hello Todd — The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1% to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking. Our neighbor notice, attached, does not mention the temporary closure of a larger area. We therefore propose adding a sentence to the end of the second paragraph on Page 2, as shown in underlined text: The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site for two months. Parking will be further restricted for two days at the start and end of the project for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Santo Qara Volley Water District 6 THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408) 630-2051 tm o h r @va I I eywate r. o rs ENGINEERING CALCULATIONS John D. Morgan Park - Well 44 540 W Rincon Ave., Campbell, CA 24 ft. High Temporary Soundwall Structural Design Date: November 23, 2015 Rev: 1 Prepared for: rep CASCADE DRILLING, L.P.,q�,V' RICHMOND, CA 948040 G Prepared by. ENVIRONMENTAL NOISE CONTROL 13806 Inglewood Avenue, Hawthorne CA 90250 Edwin O. 0lwe)1y- ,,s'-1' Professional Engineer r'AI (_111 ATInM -QWFFT Project: Client: Page: 2 ' John D. Morgan Park —Well 44 Cascade Drilling, L.P. (including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 Table of Contents Section Page 1.0 Design Criteria 3 1.1 Applicable Codes and Standards 3 1.2 Design Parameters 3 2.0 Design Wind Forces 5 3.0 Framing Design 7 3.1 Column (Posts) 7 3.2 Acoustical Panels 9 4.0 Foundation Design 13 rA1 r111 ATIM] SNFFT Project: Client: Page: 3 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 1.0 DESIGN CRITERIA 1.1 APPLICABLE CODES AND STANDARDS 1. California Building Code (CBC); 2013 Edition 2. ASCE Standard, ASCE/SEI 7-10; Minimum Design Loads for Buildings and Other Structures 3. ANSI/AISC 360-10; Specification for Structural Steel Buildings; 14th Edition; June 22, 2010 1.2 DESIGN PARAMETERS a) Wind Criteria: Wind design is performed in accordance with the CBC 2013 Edition Ultimate Design Wind Speed, VOLT: Nominal Design Wind Speed, VASD: Exposure: Risk Category: (Temporary Structure) b) Seismic Criteria: 100 mph (Fig. 1609C) 78 mph IN (Eqn. 16-33) I (Table 1604.5) Seismic design does not govern for this light framed structure. Design wind loads are far greater. The weight of the wall is less than 7.0 psf while the design wind pressure is greater than 15 psf. In addition, the ASD load combination reduces the seismic loads to 0.7. Seismic design is therefore concluded to be enveloped by the wind load. c) Structural Materials: d) Weight: Steel Shapes ................... ASTM A992, Fy = 50 ksi Steel Plates ...................... ASTM A36, Fy = 36 ksi, or better Steel Pipe and (Tube)......... ASTM A500, Gr. B, Fy = 42 ksi, (46 ksi,) Bolts: ............................... ASTM A307 (U.N.O.) Welds: ............................. E70xx Electrodes - The erected wall weighs no more than 7 psf ref ('111 ATInAI QWI=I=T Project: Client: Page: 4 John D. Morgan Park — Well 44 Cascade Drilling, L.P. (Including Cover sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 Unit Weight Length -Width Area : TotaI'Wt. Item .8 x 20 Panel.Upper&Base length; . Area Ib/ft " IbJftz Ibs HSS 2 x 2 x 14 Ga , Galvanized 94 --- --- 2.02 --- 189.9 STC-25 or 32 Acoustical Cladding 20 8.0 160 --- 1.75 280.0 6 a Ra• I 24 --- --- 26 --- 624.0 Miscellaneous (@ 10%) --- --- --- --- --- 23.5 1Nall Total Weight, W 1117 4 Watt wt J sf (YW / 160 sf} 7. 0 e) Soil Classification: No soils report is available for this project. - The presumptive load=bearing values provided in the CBC Section 1806 are assumed. It shall also be noted that this project is for a temporary light -weight non - building structure. One condition to be met is that the soil conditions at the site shall not include mud, organic silt, organic clays, peat or unprepared fill; unless it is deemed acceptable for this lightweight and temporary structure per the Exception noted in Section 1806.2. Thus, the following CBC acceptable presumptive values are used: 1. Presumptive vertical soil bearing pressure: 1500 psf (Table 1806.2) 2. Presumptive lateral soil bearing pressure: 100 psf/ft depth (Table 1806.2) With consideration of 6. below, use: 200 psf/ft depth 3. Presumptive cohesion (clay): 130- psf (Table 1806.2) 4. Conservatively, the class of soil values used will be that of clay, .sandy clay, silty clay, clayey silt, silt and sandy silt. 5. The lateral bearing value will be increased for depth below grade, when establishing lateral soil resistance for the posts in accordance with CBC Section 1806.3.3 criteria. 6. Given the sound walls would not be adversely affected by a Y2 inch deflection at the base of the poles, lateral bearing capacities per Table 1806.2 may be doubled per Section 1806.3.4 when considering short-term lateral loads. rAl ri 11 ATtnk! CNFFT Project: Client: Page: 5 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including CoverSht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 2.0 DESIGN WIND FORCES qZ = 0.00256 * KZ*Ka*Kd*V2 (lb/ft2) velocity pressure (Eq 27.3-1) V = 100 mph (Fig 1609C; uno by Owner/Jurisdiction) Kd 0.85 wind directionality factor (Table 26.6-1) KZ = 2.01*(z/zg)2/a Velocity Pressure Exposure if 15'<z<zg (Table 29.3-1) z = 24 ft If z<15' then set z=15' zg 900 ft (Tab 26.9-1; atmospheric boundry layer height) a 95 (Tab 26.9-1; 3 sec gust speed power law exponent) Kn = (1+Kf*K2*K3)2 topographic factor (Eqn 26.8-1) IF terrain is flat then Kt = 1 Kf K2 = 1 K3 =' 0' Kn = 1 Calculate pressures at appropriate wall elevations: 0-15 0.849 1185 16 0.860 187 17 0.872 1'.4 18 0.882 1 19 0.892 19.4 20 0.902 19. 21 0.911 19.;8 22 0.920 20 0 23 0.929 20 2 24 0.937 20 0.85 Gust effect factor (Section 26.9) (use of 0.85 is conservative in lieu of calculation) Per Fig. 29.4-1: B/s >/= 10 s/h = 1 so, Cf = 130 Case C not used since site is fully enclosed by walls. F = (gz)(G)(Cf)(Af) Ibs, Egn:29.4-1 CALCULATION SHEET Project: Client: Page: 6 John D. Morgan Park -Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 24 FT High Post Forces: Exposure. C Height Above Grade eft) Wind Wind qZ (psf) Tributary Vertical Section of Wall S (ft) Post Spacing B (ft) Tributary Area Af W) Tributary Wind F (Ibs) Tributary Moment M (ft-lb) 0 to 15 18.5 15.0 10 150.0 3061.7 22962.7 16 18.7 1.0 10 10.0 206.9 3207.0 17 19.0 .1.0 10 10.0 209.6 3457.8 18 19.2 1.0 10 10.0 212.1 3711.7 19 19.4 1.0 10 10.0 214.5 3968.8 20 19.6 1.0 10 10.0 216.9 4228.7 21 19.8 1.0 10 10.0 219.1 4491.5 22 20.0 1.0 10 10.0 221.3 4756.9 23 20.2 1.0 10 10.0 223.3 5025.0 24 20.4 1.0 10 10.0 225.3 5295.5 otaI OTM ft-Ibs = 61,105.5 , Total Wind Force Note: For designs using Allowable Stress design methods, applV load factor of 0.6 per load combinations. rel rill ATInN cNF1=T Project: Client: Page: 7 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 3.0 FRAMING DESIGN 3.1 COLUMNS (W12x26 POSTS) a) Load Combination: LRFD 1.21D + 1.OW 0.9D ± 1.OW (Uplift Cases) Note: All other load combinations do not govern so are not evaluated c) Posts in Flexure (Moment) Ma = Required Strength Mn = Nominal Strength 0 = Strength Reduction Factor 0 Mn = Design Flexural Strength For this case: Ma = 1.0 x 61,106 ft-lb ; from Table on page 6 = 61,106 ft-lb 0 = 0.90 ; Section F1 (1); AISC 360-10 See next sheet for Moment Capacity check taking into account unbraced length. Cb = 1.67 per Section F1 (3), See User note for Cantilevered Section with one end having Zero moment. This is arrived at by working equation (F1-1). Post Lateral Restraint The posts are restrained laterally and against rotation by the panel system in combination with the clamp system every 8 ft in height. Take unbraced length to be 16 ft to be rAl rill ATION SHFFT Project: Client: Page: 8 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 C C C C C C C N n O M M r IOD O II II II 11 II II II II v s UJ N ' U O O O O O O O 0 0 0 0 O O O O O— M f O M( N M W 1 M N MC-i T M M Oi m rn Wcli W H�s OM1 n 6 tt6 6 QQ V M M M N N N IO 10 ICI M t0 IO 9 10 10 N N In N t0 to .p N O O O M h Q OD N n O It1 O m W N OI O O O O) O Ol O O � r0 W O) wm If) 7 M M N 0 0 O Q N —�- O--— . r. f0 N N O M M M N N N 0 0 QI O) O) 7 M ID W O N m 7 M IO W O O tIl to tO . M M Q Q O y r 1v tD � � N N N M M v Mn O Q M Q Q O IO IOM IO O f0 o O l 0QO? m M cJ Ih r n Q 7 Ir Q on Q onQo rr Mo O Q N O O O N C) 0r- t00 OQI M n 'Oa' GMO N [gyp O pNp N N a rel Mill AT1nK1 SHFFT Project: Client: Page: 9 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 3.2 ACOUSTICAL PANELS - Panel Tube Framing 4L4, 5='ON3 f z"x,,eK I'r Aq.5q is LaaLO-ss ,wrap Note: Since member "c" is fairly rigid, consider that the resulting linear load distributed to members "a" and "b" due to the wind pressure are equal. 2" x 2" x 14 Ga Sq Tube Properties: Wind Parameters: Sx = 0.289 in Cf = 1.30 Zx = 0.375 in G = 0.85 Fy = 46 ksi Avg. Design Wind Pressure on wall = 19.6 psf Total Design Force on Panel = 8' x 20' x 19.6 psf x Cf x G = 8'x 20'x 19.6 psf x 1.3 x 0.85 = 3465.28 Ibs a) CHECK SQ TUBE: Uniform Load on ea. tube: = 3465.28lbs = 57.8 Ibs/ft (3 tubes x 20' ) So, W = 0.0048 k/in Highest moments occur at cantileverd end: L = 5 ft = 60.0 in = 0.6 x WLZ = 5.20 k-in (0.6 = ASD load factor) 2 O = 1.67 (Fy)(Zx) = 46 ksi x 0.375 in3 = 17.3 k-in K/O = 10.3 k-in > K Conclusion: 2" x 2" x 14 Ga Square Tube is OKI rAl rlll ATl()M C41FFT Project: Client: Page: 10 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including CoverSht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 b) CLAMP TO W12 POST DESIGN 00 C3x4.1 5/16"x2" BENT FLAT BAR (EACH SIDE) 0 2"x5/16" FLAT BAR 1 /2" 0 BOLT & NUT C3x4.1 10 3/4" 1 /2" 0 BOLT & NUT 1/4 p N SECTION A -A W1.2x 26 COLUMN 2"x2" PANEL TUBES 1/8" R (INSIDE) rAl rl II ATIM] Sl4FFT Project: Client: Page: 11 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 Assessment of Load Paths in Clamp: -The bolt does not experince any tension force. Shear forces are negligible (i.e. self - weight of the clamp generates only shear.) - Tension in bent plates - Bending in bent plate ends - Tension in bent plate causes waek axis bending in the channel. i) CHECK CRITICAL WELDS & BOLT Consider a miimum of 4 clamps per panel: - Spaced @ 10 ft horizontally & 8 ft vertically. Tributary area supported = 8' x 10' = 8( - To establish critical clamp forces, use the avg. wind pressure of the top 8'x20' pane WELD: Wind Press., q = Design Clamp Force, _ (AS D) _ 19.6 psf 0.6 x 80 sf x 19.6 psf 941 Ibs Weld Length @ bent bar to channel connection: 2"+2"+1,1+111= 6" Weld Size = 1/4" fillet A1ft /-Y 5UfforITW S2 = 2.0 AKeA Weld Strength = 0.707 x 1/4" x 6" x 2 legs x (0.6 x 70 ksi) (1/0) = 44.5 kips > 0.941 kips OK! BOLT: Bolt Capacity, Fnt/O = 1/2" (� Bolt Area = So, Capacity = 22.5 ksi, (ASTM A307 or better) 0.196 in 4.41 kips 0.941 kips OK! TYACAU CI AMP CAI M11 _ATION SHEET Project: Client: Page: 12 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 ii) CHECK CHANNEL CAPACITY Take moment arm to be distance between bolt center and edge of bent pl. Ma = 3.25 in x 0.9408 k x 1/2 = 1.529 k-in Assume C3 x 4.1 (or larger); Zy = 0.401 in M,10 = (Fy)(Zx) / 1.67 = (36 ksi x 0.401 in3) / 1.67 = 8.64 k-in > 1.529 k-in iii) 5/16" BENT PLATE TENSION Width,b = 2 in Thk, t = 0.3125 in X Sectional Area = 2 in x 0.3125 in = 0.625 in Pr, = Fy A9 = 36 ksi x 0.625 in2 = 22.5 kips So, P'/Q = 13.5 kips iv) BENDING (cD- HOOKED ENDS Reaction, P = 0.9408 kips x 1/2 = 0.470 kips Moment, K = 0.4704 kips x 1 in = 0.470 k-in Z� (pl) = 1.5 x Sx (pl) = 1.5 x (bt2)/6 = 0.0488 in Mn/f) _ (Fy)(Zx)/1.67 = 1.053 k-in > 0.470 k-in OK! > 0.941 k-in OK! ft TvE�J S CS�� nap OK! r'el CIII ATIM] C41FFT Project: Client: Page: 13 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 4.0 FOUNDATION Broms' Method for Laterally Loaded Short Piles Task: Determine the minimum required embedment, L(ft), of the steel Columns/posts given the design wind forces and presumptive soil conditions per code: Parameters: Per ASD Load Combination = Design wind load, P per leg = 0.6(W) = 0.6x (Ult. Wind Force Calculated in Section 2.0) P = 3,006.6 Ibs : Applied horizontal design force, Results Table in Section 2.0 of Calc Per Section 1.2 e) 6. of Calc, Code Table value doubled, Cu =100 psf x 2 = 200 psf (Conservative) Location of maximum bearing located at approx. L/3: say 3.5 ft to be conservative Cu @ depth = 700 Ibs/ftz Soil bearing at depth D = 6.49 in Diameter (Bearing Width) of Foundation (Sleeve) e = 12 ft Eccentricity; Distance above grade of resolved load f = P / [9 x Cu x (D / 12)] = 0.88 ft Mmax = P x [e + 1.5(D/12) + 0.5f] = 2.25(D/12)x gZ x C" = 39,844.8 ft-Ib So, g = (Mmax/ [2.25(D/12)X C„])1/2 = 6.84 ft L = 1.5(D/ 12) +f +g = 8.53 ft Say, 9' - 0" ft to be conservative Conclusion: The Soundwall posts should be embedded 9' below grade ENGINEERING CALCULATIONS John D. Morgan Park - Well 44 540 W Rincon Ave., Campbell, CA 24 ft. High Temporary Soundwall Structural Design Date: October 5, 2015 Rev: 0 Prepared for. - CASCADE DRILLING, L.P. 120 S 23RD STREET, RICHMOND, CA 94804 Prepared by. ENVIRONMENTAL NOISE CONTROL IC U} C 7a/ - P633 13806 Inglewood Avenue, Hawthorne CA 90250 Edwin O. 'Clk Professional Bill Helms From: Sent: To: Subject: Attachments: Good Morning Bill - Susan OBrien <obriencode@gmail.com> Friday, November 06, 2015 11:54 AM Bill Helms John D Morgan Park - Structural Plan Review JD Morgan Park.pdf I have reviewed the calculations for this project and have a questions for the engineer regarding the wind exposure (B) used in the calculations. Based on the site configuration, the prevailing wind direction, and ASCE 7-10 Section 26.7, it appears that the correct wind exposure to be used in the calculations should be Exposure C. I've included attached to this email a google map measurement showing the distance of Surface Roughness B exceeding 1,500 feet to justify my concerns. I would like to reach out to the engineer, but there is no telephone number or email on any of the calculations or plans to contact the engineer directly. Will you please let me know if you have any contact information for the engineer. Or, if you prefer I can issue a formal comment letter to you for you to distribute to the applicant. like I typically do for the Building Department. Please let me know how you would like me to proceed. Thanks! Susan O'Brien, P.E., LEED AP, CASp Principal O'Brien Code Consulting, Inc. P.O. Box 112346 Campbell, CA 95011-2346 (408) 370-1585 Thanks, Tom Santa Clara Valley Water District 6 THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@valleywater.org Bill Helms From: Bill Helms Sent: Tuesday, October 27, 2015 1:30 PM To: 'Thomas Mohr' Cc: Michelle Quinney Subject: RE: Minimum width for parking lot lanes? Hi Tom Sorry for the delay in response. Engineering staff does not have any appropriate bid documents that would be useful. They have suggested that your application can be submitted without this information and that they would specify the required treatment as a part of the Permit. On another item, the sound wall enclosure structural calculations have been referred to a local codes consultant that Campbell uses for structural reviews. That review will require payment of an additional $500 as a part of the Encroachment Permit application review. M From: Thomas Mohr [mailto:tmohr@vallgywater.oral Sent: Wednesday, October 21, 2015 8:41 AM To: Bill Helms Cc: Vanessa De La Piedra; Roger Pierno Subject: RE: Minimum width for parking lot lanes? ME Does the City have any bid documents for resealing/restriping City parking lots that I can use for reference re: the City's preferred methods/standards? If so, please send a PDF or a link. Thanks, Santa ®aravolley Water DistdcE 6 THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408) 630-2051 tmohr@valleywater.ors From: Bill Helms[mailto:BILLH@cityofcampbell.coml Sent: Tuesday, October 20, 2015 1:34 PM To: Thomas Mohr Subject: RE: Minimum width for parking lot lanes? Hi Tom Minimum lane widths for commercial parking lots in Campbell are 25 feet for two way traffic and 12 feet for one way flow A ENGINEERING CALCULATIONS John D. Morgan Park - Well 44 540 W Rincon Ave., Campbell, CA 24 ft. High Temporary Soundwall Structural Design Date: November 23, 2015 Rev: 1 Prepared for.• CASCADE DRILLING, L.P. 120 S 23RD STREET, RICHMOND, CA 94804 Prepared by. ENVIRONMENTAL NOISE CONTROL 13806 Inglewood Avenue, Hawthorne CA 90250 Edwin O. O/we?yam' Professional Engineer ref r 111 ®TInM C1441=FT Project: Client: Page: 2 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 Table of Contents Section 1.0 Design Criteria 1.1 Applicable Codes and Standards 1.2 Design Parameters 2.0 Design Wind Forces 3.0 Framing Design 3.1 Column (Posts) 3.2 Acoustical Panels 4.0 Foundation Design Paqe 3 3 3 5 7 7 9 13 rAl rill ATION SHEET Project: Client: Page: 3 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 1.0 DESIGN CRITERIA 1.1 APPLICABLE CODES AND STANDARDS 1. California Building Code (CBC); 2013 Edition 2. ASCE Standard, ASCE/SEI 7-10; Minimum Design Loads for Buildings and Other Structures 3. ANSI/AISC 360-10; Specification for Structural Steel Buildings; 14th Edition; June 22, 2010 1.2 DESIGN PARAMETERS a) Wind Criteria: Wind design is performed in accordance with the CBC 2013 Edition Ultimate Design Wind Speed, VuLT: Nominal Design Wind Speed, VASD: Exposure: Risk Category: (Temporary Structure) b) Seismic Criteria: 100 mph (Fig. 1609C) 78 mph (Eqn. 16-33) C I (Table 1604.5) Seismic design does not govern for this light framed structure. Design wind loads are far greater. The weight of the wall is less than 7.0 psf while the design wind pressure is greater than 15 psf. In addition, the ASD load combination reduces the seismic loads to 0.7. Seismic design is therefore concluded to be enveloped by the wind load. c) Structural Materials: d) Weight: Steel Shapes ................... ASTM A992, Fy = 50 ksi Steel Plates ...................... ASTM A36, Fy = 36 ksi, or better Steel Pipe and (Tube)......... ASTM A500, Gr. B, Fy = 42 ksi, (46.ksi,) Bolts: .............................. ASTM A307 (U.N.O.) Welds: ............................. E70xx Electrodes - The erected wall weighs no more than 7 psf CAI C111 ATlnKl C41FFT Project: Client: Page: 4 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwali Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 Unit'Welight Length 1N1dth Area - Total Wt" Item Sx20Panel Upper&Base, `Length; Area ft ft ft? Ib/ft lbjftZ Ibs HSS 2 x 2 x 14 Ga , Galvanized 94 --- --- 2.02 --- 189.9 STC-25 or 32Acoustical Cladding 20 8.0 160 --- 1.75 280.0 W12x26 (2 per Panel) 24 --- --- 26 --- 624.0 Miscellaneous (@ 10%) --- --- --- --- --- 23.5 Wall_ Total WeghtlN Wall wt /Sf ( W / 160 sf) 7 0 e) Soil Classification: No soils report is available for this project. The presumptive load -bearing values provided in the CBC Section 1806 are assumed. - It shall also be noted that this project is for a temporary light -weight non - building structure. - One condition to be met is that the soil conditions at the site shall not include mud, organic silt, organic clays, peat or unprepared fill; unless it is deemed acceptable for this lightweight and temporary structure per the Exception noted in Section 1806.2. Thus, the following CBC acceptable presumptive values are used: 1. Presumptive vertical soil bearing pressure: 1500 psf (Table 1806.2) 2. Presumptive lateral soil bearing pressure: 100 psf/ft depth (Table 1806.2) With consideration of 6. below, use: 200 psf/ft depth 3. Presumptive cohesion (clay): 130 psf (Table 1806.2) 4. Conservatively, the class of soil values used will be that of clay, sandy clay, silty clay, clayey silt, silt and sandy silt. 5. The lateral bearing value will be increased for depth below grade, when establishing lateral soil resistance for the posts in accordance with CBC Section 1806.3.3 criteria. 6. Given the sound walls would not be adversely affected by a %Z inch deflection at the base of the poles, lateral bearing capacities per Table 1806.2 may be doubled per Section 1806.3.4 when considering short-term lateral 1oads. ('_AI r`111 AT[nM S1dFFT Project: Client: Page: 5 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 2.0 DESIGN WIND FORCES qZ = 0.00256 ' KZ*KZf*Kd*V2 (lb/ft2) velocity pressure (Eq 27.3-1) V = 100 mph (Fig 1609C; uno by Owner/Jurisdiction) Kd = , 0.85 wind directionality factor (Table 26.6-1) KZ = 2.01*(Z/z9)2ra Velocity Pressure Exposure if 15'<z<zg (Table 29.3-1) For Exposure C Z = 24 ft If z<15'then set z=15' z9 900Y ft (Tab 26.9-1; atmospheric boundry layer height) a 9.5(Tab 26.9-1; 3 sec gust speed power law exponent) KZf = (1+Ki*K2*K3)2 topographic factor (Eqn 26.8-1) IF terrain is flat then Kt = 1 Kf = 1 K2 1 K3 0 Kn = 1 Calculate pressures at appropriate wall elevations: � Elevatjon z ft' KZ qz 0-15 0.849 18.5 16 0.860 18.7 17 0.872 19.0 18 0.882 19.2 19 0.892 19.4 20 0.902 19.6 21 0.911 19.8 22 0.920 20.0 23 0.929 20.2 24 0.937 20.4 0.85 ; Gust effect factor (Section 26.9) (use of 0.85 is conservative in lieu of calculation) Per Fig. 29.4-1: B/s >/= 10 s/h = 1 so, Cf = 1.30 Case C not used since site is fully enclosed by walls. F = (gz)(G)(Cf)(Af) Ibs, Egn:29.4-1 CAI CI11 ATION SHEET Project: Client: Page: 6 John D. Morgan Park -Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 24`FT High, Post Forces.,Fposur® C Height �0� Grade (ft) Wind Press. qZ (psf) Tributary Vertical Section of Wall S (ft) Post Spacing B (ft) Tributary Area Af (fe) Tributary Wind F (lbs) Tributary Moment M (ft-lb) 0 to 15 1 18.5 15.0 10 150.0 3061.7 22962.7 16 18.7 1.0 10 10.0 206.9 3207.0 17 19.0 1.0 10 10.0 209.6 3457.8 18 19.2 1.0 10 10.0 212.1 3711.7 19 19.4 1.0 10 10.0 214.5 3968.8 20 19.6 1.0 10 10.0 216.9 4228.7 21 19.8 1.0 10 10.0, 219.1 4491.5 22 20.0 1.0 10 10.0 221.3 4756.9 23 20.2 1.0 10 10.0 223.3 5025.0 24 20.4 1.0 10 10.0 225.3 5295.5 Total OTM (ft-lbs) =,61,105,5 Total Wind Force = 5,010.7 Note: For designs using Allowable Stress design methods, apply load factor of 0.6 per load combinations. , CAI rill ATHIN C411=1=T Project: Client: Page: 7 John D. Morgan Park — Well 44 Cascade Drilling, L.P. (including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 3.0 FRAMING DESIGN 3.1 COLUMNS (W12x26 POSTS) a) Load Combination: LRFD 1.2 D + 1.OW 0.91D ± 1.OW (Uplift Cases) Note: All other load combinations do not govern so are not evaluated c) Posts in Flexure (Moment) Ma = Required Strength Mn = Nominal Strength 0 = Strength Reduction Factor 0 Mn = Design Flexural Strength For this case: Ma = 1.0 x 61,106 ft-lb ; from Table on page 6 = 61,106 ft-lb ( = 0.90 ; Section F1 (1); AISC 360-10 See next sheet for Moment Capacity check taking into account unbraced length. Cb = 1.67 per Section F1 (3), See User note for Cantilevered Section with one end having Zero moment. This is arrived at by working equation (F1-1). Post Lateral Restraint The posts are restrained laterally and against rotation by the panel system in combination with the clamp system every 8 ft in height. Take unbraced length to be 16 ft to be conservative. Fy t 50 ,(ksi Lb Reqd M. Req'd M Cb Actual MnRegd/Act ft(� ft k ft-k ft-k Firld,LightesiSectlori' 67.89 1 86.76 Good V 3 '} 144.88 ,F Good Section: &. W,12=' Note: This sheet does not check for flange buckling reduction. Section Properties Computed Section Quantities d = 12.2 in tf = 0.38 in S. = 33.4 in' Z = 37.2 in' ry = 1.51 in ly = 17.3 in" CW, = 607 J = 0.3 in c= 1 r,, = 1.75 in ha = 11.8 in LP = 64.0 in = 5.3 ft Lr = 178.7 in = 14.9 ft Mp = 1860 in-k = 155.0 ft-k M, = 1169 in-k = 97.4 ft-k Graph Data: Cb: l ' l 1 S7 • ° �" j 7 Lb Lb I mMn I ' dtJ[n •: e4 0 0.0 139.5 139.5 93.0 p 64.0 5.3 139.5 139.5 93.0 p 64.0 5.3 139.5 139.5 93.0 75.5 6.3 134.3 139.5 93.0 86.9 7.2 129.1 139.5 93.0 98.4 8.2 124.0 139.5 93.0 109.9 9.2 118.8 139.5 93.0 121.4 10.1 113.6 139.5 93.0 132.8 11.1 108.4 139.5 93.0 144.3 12.0 103.2 139.5 93.0 155.8 13.0 98.0 139.5 93.0 167.3 13.9 92.9 139.5 93.0 r 178.7 14.9 87.7 139.5 93.0 r 178.7 14.9 87.6 139.5 93.0 217.4 18.1 64.4 107.5 93.0 256.1 21.3 50.5 84.4 93.0 294.7 24.6 41.4 69.2 77.1 333.4 27.8 35.1 58.6 65.3 372.0 31.0 30.5 50.9 56.6 410.7 34.2 26.9 44.9 50.0 449.4 37.4 24.1 40.3 44.8 488.0 40.7 21.9 36.5 40.6 526.7 43.9 20.0 33.4 37.2 565.4 47.1 18.4 30.8 34.3 604.0 50.3 17.1 28.6 31.8 642.7 53.6 16.0 26.7 29.7 681.3 56.8 15.0 25.0 27.8 720.0 60.0 14.1 23.5 26.2 Lateral Bracing Limit States Steel Construction Manual 360-10, Sections F2 $ F3 160.0 3 + 140.0 120.0 t ' 100.0 .31 A Factored Load, Normal Cb 80.0 -Factored Load, Modified Cb -Working Load, Modified Cb N,; '� o Applied Factored Moment 60.0 r s © Lp & Lr 40.0 - � Jr \ 20.077 0.0 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 Lb (ft) rAl rill eTlnM R14FFT Project: Client: Page: 9 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 3.2 ACOUSTICAL PANELS - Panel Tube Framing ✓ W se"Im3 Z!, 7c Z,i K 1tt 6.. `q T 5 OSjLA53 low OTW"5*r 5' 5r 54 Note: Since member "c" is fairly rigid, consider that the resulting linear load distributed to members "a" and "b" due to the wind pressure are equal. 2" x 2" x 14 Ga Sq Tube Properties: Wind Parameters: SX = 0.289 in Cf = 1.30 Z = 0.375 in G = 0.85 Fy = 46 ksi Avg. Design Wind Pressure on wall = 19.6 psf Total Design Force on Panel = 8' x 20' x 19.6 psf x Cf x G = 8'x 20'x 19.6 psf x 1.3 x 0.85 = 3465.28 Ibs a) CHECK SQ TUBE: Uniform Load on ea. tube: = 3465.28lbs = 57.8 Ibs/ft (3 tubes x 20 ' ) So, W = 0.0048 k/in Highest moments occur at cantileverd end: L = 5 ft = 60.0 in = 0.6 x WLz = 5.20 k-in (0.6 = ASD load factor) 2 C = 1.67 K = (Fy)(Z,) = 46 ksi x 0.375 in3 = 17.3 k-in K/O = 10.3 k-in > !Vla Conclusion: 2" x 2" x 14 Ga Square Tube is OK! CAI rill _ATION SHEET Project: Client: Page: 10 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 b) CLAMP TO W12 POST DESIGN M I C3x4.1 5/16"x2" BENT FLAT BAR (EACH SIDE) A 2"x5/16" FLAT BAR 1 /2" 0 BOLT & NUT C3x4.1 10 3/4" 1 /2" 0 BOLT & NUT 1/4/ \ YI E SECTION A -A W12x 26 COLUMN 2"x2" PANEL TUBES --1 /8" R (INSIDE) rAI (_I11 ATInN S41FFT Project: Client: Page: 11 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 Assessment of Load Paths in Clamp: -The bolt does not experince any tension force. Shear forces are negligible (i.e. self - weight of the clamp generates only shear.) - Tension in bent plates - Bending in bent plate ends - Tension in bent plate causes waek axis bending in the channel. i) CHECK CRITICAL WELDS & BOLT Consider a miimum of 4 clamps per panel: - Spaced @ 10 ft horizontally & 8 ft vertically. Tributary area supported = 8' x 10' = 8( - To establish critical clamp forces, use the avg. wind pressure of the top 8'x20' pane TA21R >E Wind Press., q = Design Clamp Force, _ (ASD) _ 19.6 psf 0.6 x 80 sf x 19.6 psf 941 Ibs Weld Length @ bent bar to channel connection: 211+211+111+111= 6" Weld Size = 1/4"fillet A`EM,� 5uffoa:rep 4 = 2.0 Weld Strength = 0.707 x 1/4" x 6" x 2 legs x (0.6 x 70 ksi) (1/0) 44.5 kips > 0.941 kips OK! BOLT: Bolt Capacity, Fnt/SQ = 1/2" (� Bolt Area = So, Capacity = 22.5 ksi, (ASTM A307 or better) 0.196 in 4.41 kips 0.941 kips OK! TYACIV. CL"? r`AI rill ATInN SIdFFT Project: Client: Page: 12 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 ii) CHECK CHANNEL CAPACITY Take moment arm to be distance between bolt center and edge of bent pl. Ma = 3.25 in x 0.9408 k x 1/2 = 1.529 k-in Assume C3 x 4.1 (or larger); Zy = 0.401 in Mn/f) = (Fy)(Z,) / 1.67 = (36 ksi x 0.401 in3) / 1.67 = 8.64 k-in > 1.529 k-in iii) 5/16" BENT PLATE TENSION Width,b = 2 in Thk, t = 0.3125 in X-Sectional Area = 2 in x 0.3125 in = 0.625 in Pn = Fy A9 = 36 ksi x 0.625 in2 = 22.5 kips So, Pn/Q = 13.5 kips iv) BENDING Ca) HOOKED ENDS Reaction, P = 0.9408 kips x 1/2 = Moment, Ma = 0.4704 kips x 1 in = Zx (Pl) = 1.5 x SX (Pl) = 1.5 x (bt2)/6 = 0.0488 in Mn/Q = (Fy)(Z,)/1.67 = 1.053 k-i OK! n ('Al (_i 11 ATInN CFIFFT Project: Client: Page: 13 John D. Morgan Park —Well 44 Cascade Drilling, L.P. (Including Cover Sht) 24 Ft High Temporary Soundwall Design Total: 13 Subject: By: Date: Structural Design of Framing and Foundation EO 10/5/2015 4.0 FOUNDATION Broms' Method for Laterally Loaded Short Piles Task: Determine the minimum required embedment, L (ft), of the steel Columns/posts given the design wind forces and presumptive soil conditions per code: Parameters: PerASD Load Combination = Dbsign wind load, P per leg 0.6(W) = 0.6 x (Ult. Wind Force Calculated in Section 2.0) _ (0.6 x 5,011) Ibs P = 3,006.6 Ibs : Applied horizontal design force, Results Table in Section 2.0 of Calc Per Section 1.2 e) 6. of Calc, Code Table value doubled, Cu =100 psf x 2 = 200 psf (Conservative) Location of maximum bearing located at approx. L/3: say 3.5 ft to be conservative Cu @ depth = 700 Ibs/ftz Soil bearing at depth D = 6.49 in Diameter (Bearing Width) of Foundation (Sleeve) e = 12 ft Eccentricity; Distance above grade of resolved load Solution: f = P/ [9x Cu x (D/ 12)] 0.88 ft Mmax = P x [e + 1.5(D/12) +0.5f] = 2.25(D/12)x gz x C„ 39,844.8 ft-Ib So, g = (Mmax/ [2.25(D/12)x Cu])1/2 6.84 ft L = 1.5(D/ 12) +f +g = 8.53 ft Say, 9' - 0" ft to be conservative Conclusion: The SounclWall posts should be embedded 9' below grade JOHN D. MORGAN PARK WELL 44 DRILLING PROJECT 24 FT HIGH TEMPORARY S iCtl C11 RAL 049RQ A`ii CEPGPV -CfE FOR COMPLIANCE WITH THE APPLICABLE 2013 CALIFORNIA BUILDING AND RESIDENTIAL CODES AS AMENDED BY THE JURISDICTION PLAN REVIEW ACCEPTANCE OF DOCUMENTS DOES NOT AUTHORIZE CONSTRUCTION TO PROCEED IN VIOLATION OF ANY MFP,,,L STATE. OR L AL REGULATION BY:DATE: O'®RIEN CODE CO LTING. INC. IECT DATA' CONTRACTOR - CASCADE DRILLING, L.P 120 S 23RD STREET RICHMOND, CA 94804 SITE ADDRFS$; JOHN D. MORGAN PARK, WELL 44 — OFF BUDD AVE.. 540 W RINCON AVE CAMPBELL, CA 95008 POIF INSTAI I ATION SPECIFICATION- 1.0 EXCAVATION 1.1 POLES SHALL BE INSTALLED IN PRE—AUGERED HOLES AS INDICATED IN THE DRAWINGS. 1.2 THE HOLES WILL BE AUGERED USING MECHANICAL DRILUNG OR EXCAVATION EQUIPMENT. 1.3 IF CAVE—INS OCCUR DURING EXCAVATION, SUCH THAT THE SIDEWALLS OF THE HOLE ARE DEEMED TO BE UNSTABLE, STEEL CASING OR DRILLING SLURRY SHALL BE USED TO STAB I UZE THE EXCAVATION. 1.4 THE CONTRACTOR SHALL ASSESS THE SOIL CONDITIONS DURING EXCAVATION TO OBSERVE THAT THE SOIL CONDITIONS AT THE SITE DO NOT INCLUDE MUD, ORGANIC SILT, ORGANIC CLAYS, PEAT OR UNPREPARED FILL. SHOULD ANY OF THESE CONDITIONS BE PRESENT OR SUSPECTED THE ENGINEER OF RECORD SHALL BE NOTIFIED FOR FURTHER ASSESSMENT. 2.0 DENSIFICATION 2.1 BACKFILL SHALL BE SUITABLE EXCAVATED NATIVE MATERIAL, OR OTHER SUITABLE COMPCATED AGGREGATE MATERIAL. 2.2 A TAMPER OR OTHER MECHANICAL IMPACT DENSIFICATION APPARATUS SHALL BE EMPLOYED TO DENSIFY THE BACKFILL SOIL AFTER THE POLE/POST IS INSTALLED IN THE AUGRERED HOLE. 2.3 THE APPARATUS SHALL APPLY DIRECT IMPACT ENERGY TO EACH LIFT OF BACKFILL SOIL. .2.4 THE BACKFILL SHALL BE COMPACTED IN 36^ HIGH LIFTS OR LESS TO 90% OF MAXIMUM DENSITY AS DETERMINED IN ACCORDANCE WITH ASTM D1557. DRnrvN er: ,n cNx•D er: Eo 3 1V� 4 MSRIGA— - E. En Hf: GD fllE DATE: IDS • Ew'mi. � ENGINEER: DNVINO\AII:\'!AL i m � .Mml.rm�nm^mr. SITE G \ .�...... i _. eJ cA �� f -� Jr5 6 �t CODES AND. STANDARDS 1. CALIFORNIA BUILDING CO CB }- 2 13 ED ION 2. ASCE STANDARD. ASCE/ Et 7.,,10; M MUM DESIGN ADS FOR BUILDINGS AND OTHE STR'C URES 3. ANSI/AISC D-6�PECIFICATION FOR STRUCTURAL STEEL BUILDINGS; 14TH EDITIWTi{D DESIGN WH PARAMETERS. WIND: SPEED: EXPOSURE. RISK CATEGORY: I OCCUPANCY: GRO P U, TILITY & MISC. STRUCTTRAL MATERIALS: STEEL SHAPES (W SEC110NS):_ASTM 99 FY = 50 161 STEEL PLATES: AST. 4 . FY = 36 KSI STEEL PIPE: AST 53, GR. B. FY = 35 KSI STEEL TUBE: AS A500, GR. B, FY= 46 KSI BOLTS: AS A307 (U.N.O.) WELDS: E70xx ELECTRODES SOIL CLASSIFICATION: CODE ACCEPTABLE VALUES ARE ASSV.fEDD- 1. ALLOW. SOIL BEARING PRESSURE: 200 PSF (CBCTABLE 1806.2 ) 2. ALLOW. SOIL LAT. BEARING PRESSURE: 200 LB/FT/FT DEPTH (SEE 5. BELOW) 3. A 1.33 ALLOWABLE INCREASE IS APPLICABLE PERCBC SECTION 1806.1 4. SOIL AT THE SITE SHALL BE CLAY, SANDY —CLAY, CLAYEY —SAND, CLAYEY— GRAVEL OR CLAYEY —SILT, AND SANDY —SILT OR BETTER. 5. A % INCH DEFLECTION AT THE BASE OF THE POLES WOULD NOT ADVERSELY AFFECT WALL STABILITY. PER CBCSECTION 1806.3.3LATERAL BEARING CAPACITIES PER TABLE 1806.2 ARE DOUBLED. SPECIAL INSPECTION:. NO SPECIAL INSPECTION IS REQUIRED FOR THIS TEMPORARY SOUNDWALL STRUCTURE PER DEC SECTION 1704.2, EXCEPTION 2. FOR OCCUPANCY U STRUCTURES. WALL CLADDING PARAMETERS, 1. THE WALL SHALL HAVE 'A MINIMUM EFFECTIVE RATING OF STC-25. SHEET YULE: TITLE SHEET : NOTES & SPECIFICATIONS JOHN D. MORGAN PARK — WELL 44 24 FT. HIGH TEMPORARY SOUNDWALL Ia1515 „ 138061ngiewood Aoenoe, ENE oRwc No. S- 14—thome, CA 90250 ENC-SWA-001 ME 4 80'-0" SITE PLAN — JOHN D. MORGAN PARK SOUNDWALL LAYOUT 3/32'-V-0' ■0 Jf GNN'D Bl: F00 SHEET TRLE: may, oEq�i DESICNEo Br: Eo ArpvO ar: SITE PLAN &POSTS LAYOUT F4 JOB NO. sCALE: IS NO1F0 GAO n1 - I DATE: 10 09 19 PROJECT/OWNER: �1 w I. ENGINEER: FSYINOVIEWAL JOHN D. MORGAN PARK — WELL 44 24 FT. HIGH TEMPORARY SOUNDWALL e o�' rir• - 1 10 09 ]015 IssusD FaR coNslucnaN o�u�15 {_��if.»D 13806Inglewood Atrnue. Exc D— x°, oaxe No, sNr 0. RE, uNeER TOLE 0.17E REV OESCRIPRON Bt Cxxb APPR'v Hawthome.CA90S0 2 x REFERENCE DRAWINGS REVISIONS J ENC-SWA-001 5 0 BI 10 A B C F I III '1 '•. III I pyr :.III 1 II,'I III III ,' - TYPICAL.A000STICAL WALL FRAMING - ELEVATION 'TYPICAL , 8'x20' ACOUSTICAL l; PANEL. SEE DETAIL 1 T. (EO. GROUND LEV -TYPICAL DRILLED HOLE T TO RECEIVE STEEL I (RE -FILL WITH I 'EXCAVATED SOIL AFTER INSTALLING COLUMN) III . DIA .. ASPHALT VARIES) POST . E F �yp°'E�ey, p ✓�. AO]ryxli + co:wJVle 0 ION!.5 17 ORAwx Rr: n CHx•D W-. EO SnEET 1tD.E: ELEVATION & SECTIONS . ocsicNm m: Eo Arsvo ft ro J00 W. SLLLE: AS NORO PROJER/OWNER: JOHN D. MORGAN PARK - WELL 44 24 FT. HIGH TEMPORARY SOUNDWALL H CAD {ilE DATL 10 OS 13 - ENwNEER: E..,Ro.nc.�Ai. 138061nglewood'Av e, �V'VI H-ft-, CA 90250 10 0s 201s IMED roR CONS CMW one xuuRER WIN REFERENCE DRAWINGS. wrE REv DEscRwraN REVISIONS er CWD APPR nu oRWc ra. ENC-$WA-001 sNr xo. REv. 3 5 O - _ 11 2 1 141 5 6 1 7 11 BI EI FI #10 HEX HEAD SELF TAPPING SCREWS 0 2'-6' MAX O/C ON ALL FRAMING MEMBERS VINYL ACOUSTICAL CLADDING OVERLAY OR BETTER (FASTENS ACOUSTICAL FABRIC TO FRAME) ACOUSTICAL FABRIC/CLADDING HSS 2.2.14 1YP 2--0' TYP. NM CLADDING SHALL HAVE FLAPS AS NEEDED TO COVER GAPS AT PANEL JOINTS. T%i-�AL $!i€-e`.A$HiCA�-GOUSiYCA1_ Pd%E FRAMfNG DETAIL 3/4'=1'-B' 3 (EACH SIDE) 9 1/2" 1/2' 0 BOLT & NUT c0= 1 �A W12 COLUMN _C —212' PANEL TUBE 6" TYPICAL PRE -FABRICATED CLAMP SECTION 2"x5/16" FLA 1/2" 0 BOLT & Nt PANEL TUBES R (INSIDE) SECTION _-w E F G �1"p O�yO'FE' � y' wRy� WJO./16 E c o // IO�S�IS / OMwN ar: E.ED Br: n LE. C- Br: APPV'D EY: EO EO SKET mLE: DETAIL &FRAMING ELEVATIONS J09 �� PRJJFCi/OWNER: JOHN D. MORGAN PARK — WELL 44 R 24 FT. HIGH TEMPORARY SOUNDWALL [AD IEEE: ILE: MIE: 10/OS/15 ENGINEER: E:\I'INONfIf.�'fAl, 138061Dgle d A—, Hawlho .CA 90250 to os/zom Issueo FOR coxoslucnoN Gwc xuu9ER mLE REFERENCE DRAWINGS WEE REv ESCRWRON REVISIONS er ErWD APPa wEw DawG No. Dawc No. sNr xo. REv. 4 ENC—SWA-001 5 D 1 1 2 4 5 fi 7 B9 10 EI FI 4 Vww,Y TYPICAL PRE -FABRICATED CLAMP SECTION 3'=1'-0" �:vviNovusui, VINYL ACOUSTICAL CLADDING 01 ACOUSTICAL FABRIC/CLADDING TYP -3' MIN 5T EV GS 4 (h 1 ATE 13806 Inglewood Avenue, Hawt6ome, CA 90250 #10 HEX HEAD SELF TAPPING SCREWS 0 2'-6- MAX 0/C. ON ALL FRAMING MEMBERS OR BETTER (FASTENS ACOUSTICAL FABRIC TO FRAME) ��--- 2"o STD SCH 40 PIPE TYP 5'-1 3/4'31/4- 3' 10'-3 1/2'i1/2- POST PRE -FABRICATED ACOUSTICAL DOOR PANEL FRAMING 5- r� e a 3 16 3 16 SECTION s"E" 1QLE ELEVATION & SECTIONS PRJJEef/OWNER: JOHN D. MORGAN PARK — WELL 44 24 FT. HIGH TEMPORARY SOUNDWALL RWc No. ENC-SWA-001 5 NS From: Thomas Mohr [mailto:tmohr@valleywater.org] Sent: Tuesday, October 20, 2015 12:48 PM To: Bill Helms Cc: Vanessa De La Piedra; Roger Pierno Subject: Minimum width for parking lot lanes? Hello Bill — We're preparing a traffic flow plan for temporary restriping of the parking lot. Are you aware whether County Fire or Campbell PD requires a minimum lane width for emergency vehicles? I did not find this in the CC, CSJ, or green book specs. Thanks, Tom Santo CkuoVolleg THOMAS MOHR Water Dist d SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@valleywater.ors 2 Bill Helms From: Thomas Mohr <tmohr@valleywater.org> Sent: Thursday, October 29, 2015 116 PM To: Michelle Quinney Cc: Roger Pierno; Vanessa De La Piedra; Bill Helms; Todd Capurso Subject: RE: Morgan Park parking lot - seal coat, or slurry seal? Thank you Michelle —this helps! Sonia aafaValleg THOMAS MOHR Water'Distdct SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408) 630-2051 tm oh r@va l leywater.ora From: Michelle Quinney [mailto:MichelleQ@cityofcampbell.com] Sent: Thursday, October 29, 2015 2:46 PM To: Thomas Mohr Cc: Roger Pierno; Vanessa De La Piedra; Bill Helms; Todd Capurso Subject: RE: Morgan Park parking lot - seal coat, or slurry seal? Hi Thomas, The City's requirements for temporary striping of the JDM parking lot and the necessary restoration at the completion of all work can probably be best determined by City staffs review of a detailed plan submitted as a part of an Encroachment Permit application. We discussed at our meeting that a plan could be developed for the `interim/temporary' striping which could. involve "blacking out" of the existing striping and installation of some type of temporary striping. Blacking out of the existing parking lines should work if the time frame for construction is only a few months. Once the work is done, pavement restoration in the area of the construction would be a major concern given all of the pavement cuts necessary for the sound wall and the potential damage from heavy equipment in/around the construction zone. A pavement restoration plan for this area would most likely need to include the removal and replacement of the asphalt surface (the depth of removal/replacement will depend on the actual depth of the ac in area disturbed but may be something like a 2" ac grind and replace). It is also likely that both the temporary and `blacked out' striping will need to be removed by grinding prior to a slurry seal being placed over the area that has not been removed and replaced. The type of slurry seal that we would use would most likely be a standard Type II latex/polymer slurry seal. Two coats of paint would be required for the restriping. I believe your most recent plan involved temporary restriping of a majority of the parking lot, so I would anticipate that a slurry seal of the entire lot would be necessary (excepting the portions of ac that have been removed and replaced in the construction zone), but we can discuss the limits more clearly once you submit a plan. Michelle Quinney I City Engineer michellegAcityofcampbell.com 408.866.2150 1408..376-0958 (fax) 70. N. First Street I CampbeH, CA 95008 www.CityofCamabell.com From: Thomas Mohr frhailto:tmohr@valleywater.org] Sent: Wednesday, October 28, 2015 12:20 PM To: Michelle Quinney Cc: Roger Pierno; Vanessa De La Piedra Subject: Morgan Park parking lot - seal coat, or slurry seal? Michelle — In our last meeting you indicated that the City prefers that the District prep the parking lot before restriping. Vanessa and I could not recall the specific term you used, and our recollections differ on the extent of the prep work. Can you please clarify: • Seal coat, or slurry seal? • Seal the whole lot, or just the areas where damage was repaired? That would mean blacking out temporary striping and restriping original striping in the majority of the lot where no damage was repaired. We're prepared to meet the City's requirements, but I want to be sure I understood your request. At the moment, we're dealing with a sub -contractor bid that is outside the expected cost range, so we may need more time to line up a contractor to do the work at a reasonable cost. Thanks, Tom Santa dafaValleg THOMAS MOHR Water DistricE SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District 11 (408)630-2051 tmohr@valleywater.ors 2 Bill Helms From: Sent: To: , Subject: Hi Thomas, Michelle Quinney Thursday, October 29, 2015 2:24 PM Bill Helms RE: Morgan Park parking lot - seal coat; or slurry seal? I believe we were hoping that a plan could be developed for the `interim/temporary' striping which would involve "blacking out" of the existing striping and installation of some type of temporary . striping. Blacking out of the existing parking lines should work if the time frame for construction is only a few months. Once the work is done, pavement restoration in the area of the construction would be a major concern given all of the pavement cuts necessary for the sound wall and the potential damage from heavy equipment in/around the construction zone. A pavement restoration plan for this area would most likely need to include the removal and replacement of the asphalt surface (the depth of removal/replacement will depend on the actual depth of the ac in area disturbed but may be something like a 2" ac grind and replace). It is also likely that both the temporary and 'blacked out' striping will need to be removed by grinding prior to a slurry seal being placed over the area that has not been removed and replaced: The type of slurry seal that we would use would be a standard Type II latex/polymer slurry seal. Two coats of paint would be required for the restriping. I believe your plan involved temporary'restriping of a majority of the parking lot, so I would anticipate that a slurry seal of the entire lot would be necessary, but we can discuss the limits more clearly once you submit a plan. 1, Michelle Quinney I -City Engineer michelleaAcityofcamubell.com 408.866.2150 i 408.376-0958 (fax) 70. N. First Street I Campbell, CA 95008 www.CityofCamDbell.com From: Thomas Mohr [mailto:tmohr0yalleywater.org] Sent: Wednesday, October 28, 2015 12:20 PM To: Michelle Quinney Cc: Roger Pierno; Vanessa De La Piedra Subject: Morgan Park parking lot - seal coat, or slurry seal? Michelle — In our last meeting you indicated that the City prefers that the District prep the parking lot before restriping. Vanessa and I could not recall the specific.. term you used, and our recollections differ on the extent of the prep work. Can you please clarify: • Seal coat, or slurry seal? Seal the whole lot, or just the areas where damage was repaired? That would mean blacking out temporary striping and restriping original striping in the majority of the lot where no damage was repaired. We're prepared to meet the City's requirements, but I want to be sure I understood your request. At the moment, we're dealing with a sub -contractor bid that is outside the expected cost range, so we may need more time to line up a contractor to do the work at a reasonable cost. Bill Helms From: Bill Helms Sent: Tuesday, October 27, 2015 1:30 PM To: 'Thomas Mohr' Cc: Michelle Quinney Subject: RE: Minimum width for parking lot lanes? Hi Tom Sorry for the delay in response. Engineering staff does not have any appropriate bid documents that would be useful. They have suggested that your application can be submitted without this information and that they would specify the required treatment as a part of the Permit. On another item, the sound wall enclosure structural calculations have been referred to a local codes consultant that Campbell uses for structural reviews. That review will require payment of an additional $500 as a part of the Encroachment Permit application review. M1 From: Thomas Mohr [mailto:tmohr@valleywater.org] Sent: Wednesday, October 21, 2015 8:41 AM To: Bill Helms Cc: Vanessa De La Piedra; Roger Pierno Subject: RE: Minimum width for parking lot lanes? ME Does the City have any bid documents for resealing/restriping City parking lots that I can use for reference re: the City's preferred methods/standards? If so, please send a PDF or a link. Thanks, Tom Santo Oaravalleg Water District 151 "1 [OILY,I_�l-kh[iPT;1 SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@vallevwater.ore From: Bill Helms[mailto:BILLH@cityofcampbell.com] Sent: Tuesday, October 20, 2015 1:34 PM To: Thomas Mohr Subject: RE: Minimum width for parking lot lanes? Hi Tom Minimum lane widths for commercial parking lots in Campbell are 25 feet for two way traffic and 12 feet for one way flow 01 From: Thomas Mohr [mailto:tmohr@valleywater.org] Sent: Tuesday, October 20, 2015 12:48 PM To: Bill Helms Cc: Vanessa De La Piedra; Roger Pierno Subject: Minimum width for parking lot lanes? Hello Bill — We're preparing a traffic flow plan for temporary restriping of the parking lot. Are you aware whether County Fire or Campbell PD requires a minimum lane width for emergency vehicles? I did not find this in the CC, CSJ, or green book specs. Thanks, Tom Sonia (IwoVolleg THOMAS MOHR Wder Dish[CE SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@valleywater.or� Bill Helms From: Thomas Mohr-<tmohr@valleywater.org> Sent: Wednesday, September 30, 2015 2:17 PM To:. Bill Helms Cc: Todd Capurso; Michelle Quinney; Roger Pierno; Vanessa De La Piedra Subject: - Morgan Park monitoring well drilling project: Proposal to relocate soil stockpile to flatter area Attachments: Morgan Park Grading Plan4.pdf Hello Bill — We met with the drilling contractor and prospective earthworks contractors today to size up the job'of moving and replacing the earthen berm adjacent to the Budd Ave parking lot of John D. Morgan Park. The original area we had designated for the stockpile is at the crest of the berm, which has insufficient area and creates a challenge for controlling runoff. To provide sufficient space for the stockpile and to simplify the stockpiling operation and maintenance of the stockpile, we recommend moving the stockpile to a flatter area as shown in the attached figure. The haul distance will be shorter, so the disturbed area and the overall project footprint and turf replacement area will be smaller if the City can approve the new location. Relocating the stockpile will also reduce the disturbance to the neighbor to the east. The stockpile will be protected with plastic sheeting held in place with roped sand bags and encircled with straw wattles. A temporary chain link fence will secure the stockpile from kids. The stockpile cover and security will be maintained by the drilling personnel on an ongoing basis for the duration of the project. Please let us know ASAP whether the City can approve the new location, so that we can advise bidders by tomorrow, as we're closing bid questions on Friday. We now anticipate submitting the encroachment permit on Tuesday 10/6. Thanks, Tom' SQ610 THOMAS,MOHR 64�fQle(DistritE SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District- (408) 630-2051 tmohr@vallevwater.ors 1 draifuBo Inkt protoctlon et both parking bt draiirs Indirect Potable Reuse Monitoring Well Installation =Br Roger Memo John D Morgan Park, Campbell Sheet No. Ch..— '°" by. Excavation and Grading Plan oar: 9/30/2015 Bill Helms From: Thomas Mohr <tmohr@valleywater.org> Sent: Tuesday, September 22, 2015 3:46 PM To: Todd Capurso cc:. Bill Helms; Michelle Quinney; Al Bito; Vanessa De La Piedra; Roger Pierno; Linda Lezotte Subject: Update on Schedule for Morgan Park Monitoring Well Encroachment Permit Application Todd — We have encountered delays obtaining the structural calculations from the sound wall subcontractor, so we have not yet completed. our encroachment permit package. We anticipate completing the package later this week and having it ready for Bill's review by Tuesday next week. That means that if Bill finds the application complete and can approve it by 10/7, we can start site work and sound wall construction in the week of'10/12, and drilling in the week of 10/19. Please advise Mr. Linder so that he can respond to any questions from the Council. We will mail out the neighbor notice once we have finalized the permit application and checked in with you regarding any scheduling considerations. Thanks for your patience, Tom Santo Clafavolley THOMAS MOHR Water Di5l d SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 fmohr@valleywater.ors r 1 MEMORANDUM CITY OF CAMPBELL City Clerk's Office To: Bill Helms, Executive Project Manager Date: August 18, 2015 From: Andrea Sanders, _Deputy City Clerk Subject: Encroachment Permit and Easement to Santa Clara Valley Water District for Monitoring Wells At its regular meeting of August 18, 2015, City Council authorized the City Manager to negotiate issuance of an Encroachment Permit and Easement to Santa Clara Water District for Monitoring Wells in John D. Morgan Park. Bill Helms From: Thomas Mohr <tmohr@valleywater.org> Sent: Friday, September 04, 2015 12:57 PM To: Todd Capurso; Bill Helms Cc: Vanessa De La Piedra; Roger Pierno; Kristen Yasukawa Subject: FW: revisions -to -Campbell -Pk -neighbor notice Attachments: GW Drilling - Campbell FINAL.pdf Hello Todd — I'm sending an updated neighbor notice that reflects some of the changes we discussed. This draft mentions closing the lot, which you have not yet authorized. We are waiting until you've had a chance to consider whether temporary restriping or lot closure is preferred before we send this out. If you see any other changes we should make, please let us know. Thanks, Tom Santa Clam Vale THOMAS MOHR Water Districk SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408) 630-2051 tmohr@valleywater.ors From: Kristen Yasukawa Sent: Friday, September 04, 2015 12:44 PM To: Thomas Mohr Cc: Vanessa De La Piedra; Jose Villarreal Subject: RE: revisions —to —Campbell —Pk —neighbor notice Hi Tom: Here's the updated notice. Please let me know when this is ready tb mail. I've already sent this to the translation vendor to develop a Spanish language version, per the school's request. Thanks! Kristen Santo (IwoValleg KRISTEN YASUKAWA Water Usti ick District Communications Unit 5750 Almaden Expy, San Jose, CA 95118 Office: (408) 630-2876 l — j Y0� Cell: (408) 755-0333 ®� i kyasukawa@valleywater.ors 1 Ensuring a reliable water supply A safe, clean and reliable water supply is essential to sustain Silicon Valley's economy and quality of life. As the drought continues to worsen, the Santa Clara Valley Water District has prioritized recycled water and purified water as an important local water source to address challenges such as growing water demands and the risk of land subsidence (sinking). Recycled water is treated wastewater that meets standards for irrigation and industrial uses. Recycled water can be further cleaned using advanced, multi- stage technologies to produce a new water source, called purified water. At the Silicon Valley Advanced Water Purification Center, the water district produces purified water and it will be tested and strictly monitored to ensure it meets or exceeds state and federal drinking water standards. Purified water is a locally developed and reliable water supply that can be added to our existing water system, referred to as potable reuse. The water district is accelerating its plan to add purified water to replenish local groundwater basins to help meet water supply shortfalls. The water district has identified future project sites in Campbell, Saratoga, Santa Clara and San Jose where purified water can be used to replenish groundwater supplies. Before starting the projects, the water district must install monitoring wells at the project sites to collect data needed to acquire state permits and monitor the groundwater quality. In your neighborhood In Campbell, the water district will install monitoring wells at John D. Morgan Park and conduct drilling work at Page and McGlincy percolation ponds. See the reverse side of this notice for more information about the construction work at each project site indicated on the map. Campbell Middle - Schoo hn D. Morga Park Ca p II ®y Edith Budd Ave °° - p- Mori a a Budd ► e e' t P nds 1 Ml Poids Su nr ak a -i P nos 0/72 --- OSe P ge p urtner . v ` Pon s 17 L� ptos _ a reek Pa Map of project sites in Campbell. continued on back , John D. Morgan Park Page and McGlincy ponds The water district will start the well drilling in late September and take approximately ten weeks to complete.* Project work hours are 8 a.m. to 5 p.m., Monday through Friday. No work is scheduled for weekends or holidays. The park will remain open during construction. The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will be closed for two days at the start and end of the project. During the rest of the time the parking lot will be open, andup to 20 parking spaces will be occupied on weekdays and up to 8 spaces will be occupied on weekends. Traffic will be routed around the site. The water district is working closely with the City of Campbell to minimize impacts to the community as much as practical. • Noise reduction measures will include adding special mufflers on the equipment and installing a temporary sound wall around the construction area that meets city requirements (see photo on the right). • —1 In�tn=7 il=rnntrnr�tnre-�ai.i'It.�n`nr�+'Harr=rr-cr— r.c— • -Some-turf,-landscaping and picnic tables may need to be removed or relocated during construction, and will be replaced following completion of the project. • The water generated by constructing the wells will be reused to irrigate the park. After the project is complete, the wells will be enclosed in a utility box level with the ground and will not impact park visitors. * Project start dates and duration may vary due to site conditions and equipment availability. The water district will drill geotechnical borings over two days in late October.* Project work hours are 8 a.m. to 5 p.m., Monday through Friday. No work is scheduled for weekends or holidays. Neighbors may experience construction noise. Temporary sound walls will not be installed because of the short duration of the work. AtJohn D. Morgan Park, the project site is located at the south parking lot at the Budd Avenue entrance. This is an example of the temporary sound wall that will be built around the John D. Morgan Park construction area to reduce noise. © 2015 Santa Clara Valley Water District e August 2015 KY [Qy 3,1281 Bill Helms From: Thomas Mohr <tmohr@valleywater.org> Sent: Friday, September 04, 2015 2:42 PM To: Bill Helms Cc: Vanessa De La Piedra; Michelle Quinney Subject: Will encroachment permit require submittal of a grading plan? Hello Bill — I hope you had a relaxing Holiday weekend. The decision has been reached by Todd and Vince in Parks to put the drilling operation on the north side of the Budd Ave parking lot, with the sound wall straddling the berm in the park., -We will therefore temporarily move the berm to a soil stockpile, then reconstruct the berm. For this temporary soil removal and replacement, would the encroachment permit submittal requirements include a grading plan? Please let us know at your earliest convenience so that we can include it if required. Thanks, Tom Sant® OnfaValley THOMAS MOHR Water w(Ick SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@valleywater.ors 1 From: Thomas Mohr Sent: Thursday, September 03, 2015 5:02 PM To: Kristen Yasukawa Cc: Vanessa De La Piedra Subject: revisions—to—Campbell—Pk'neighbor notice Kristen — Please use these revisions or words to the same effect to update the notice. I am still awaiting confirmation from Campbell PW for permission to shut down the lot during sound wall erection. Because the permit filing will be delayed, we will not begin construction until 9/28, which still gives us time to send this out next Tuesday or Weds. Tom Santa aafaValleg I V9fater Distract f i E i THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tm o h r @va I I eywate r. o r� Ensuring a reliable water supply A safe, clean and reliable water supply is essential to sustain Silicon Valley's economy and quality of life. As the drought continues to worsen, the Santa Clara Valley Water District has prioritized recycled water and purified water as an important local water source to address challenges such as growing water demands and the risk of land subsidence (sinking). Recycled water is treated wastewater that meets standards for irrigation and industrial uses. Recycled water can be further cleaned using advanced, multi- stage technologies to produce a new water source, called purified water. At the Silicon Valley Advanced Water Purification Center, the water district produces purified water and it will be tested and strictly monitored to ensure it meets or exceeds state and federal drinking water standards. Purified water is a locally developed and reliable water supply that can be added to our existing water system, referred to as potable reuse. The water district is accelerating its plan to add purified water to replenish local groundwater basins to help meet water supply shortfalls. The water district has identified future project sites in Campbell, Saratoga, Santa Clara and San Jose where purified water can be used to replenish groundwater supplies. Before starting the projects, the water district must install monitoring wells at the project sites to collect data needed to acquire state permits and monitor the groundwater quality. In your neighborhood In Campbell, the water district will install monitoring wells at John D. Morgan Park and conduct drilling work at Page and McGlincey percolation ponds. See the reverse side of this notice for more information about the construction work at each project site indicated on the map. -WNW Campbell Middle Schoo N D. Moir Park Well construction (.2 mo:nths,) • - Drilling. 1 Drilling Map of project sites in Campbell. continued on back » John D. Morgan Park The water district will start the well drilling in September, after Labor Day, and take approximately two months to complete.* Project work hours are 8 a.m. to 5 p.m., Monday through Friday. No work is scheduled for weekends or holidays. The park will remain open during construction. The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site. The water district is working closely with the City of Campbell to minimize impacts to the community as much as practical. • Noise mitigation measures will include adding special mufflers on the equipment and installing a temporary sound wall around the construction area that meets all city requirements. eont"ractors � illspark their cars=on=neighb-orhoodmstreets cl.�r�i.ng! working he�rorr and-wil4-have=ay shb z�rd sign: tosi.ndcate�they�are�wo`rking on"the protect • Some turf, landscaping and picnic tables may need to be removed during construction and will be replaced following completion of the project. • The water generated by constructing the wells will be reused to irrigate the park. After the project is complete, the wells will be enclosed in a utility box level with the ground, and will not impact park visitors. Page and McGlincey ponds The water district will drill geotechnical borings over two days in October.* Project work hours are 8 a.m. to 5 p.m., Monday through Friday. No work is scheduled for weekends or holidays. Neighbors may experience construction noise. Temporary sound walls will not be installed because of the short duration of the work. e, C AtJohn D. Morgan Park, the project site is located at the south parking lot at the Budd Avenue entrance. This is an example of the temporary sound wall that will be built around the John D. Morgan Park construction area to mitigate noise. * Project start dates and duration may vary due to site conditions and equipment availability. © 2015 Santa Clara Valley Water District • August 2015 KY [Oiy 3,1281 city Council Report Item: Category: New Business Meeting Date: August 18, 2015 TITLE'. Authorization to Negotiate Issuance of Encroachment Permit and Permanent Easement to Santa Clara Valley Water District for Construction and Operation of Monitoring Wells in John D. Morgan Park RECOMMENDATION That the City Council authorize the City Manager to negotiate issuance of an encroachment permit and a permanent access and operations easement to Santa Clara Valley Water District for construction and operation of Monitoring Wells in John D. Morgan Park. BACKGROUND Santa Clara Valley Water District (SCVWD) staff has requested that the City of Campbell authorize the construction of permanent deep groundwater monitoring wells in the. Budd Avenue parking lot area at. John D. Morgan Park. The monitoring wells are necessary for the District to evaluate the feasibility of constructing injection wells in this vicinity for the purpose of introducing purified recycled water to replenish groundwater losses and to permanently monitor groundwater conditions. The SCVWD's request is attached as Exhibit A. DISCUSSION City staff from the Departments of Public Works and Recreation and Community Services met with District staff at the proposed construction site and believe that this important project can be constructed and operated successfully at this location with minimum disruption to the adjacent neighborhood and park recreation programs. SCVWD has provided information indicating that noise generated during the estimated two months construction of the monitoring wells will not exceed levels allowed by Campbell Municipal Code construction noise limitations. The 7 a.m. — 6 p.m. proposed hours of construction exceed the normal 8 a.m. — 5 p.m. hours allowed but could be approved by the City, if determined necessary. This issue will be closely reviewed as a part of the Encroachment Permit preparation. FISCAL IMPACT None at this time Authorization to negotiate issuance of Encroachment. Page 2 Permit and permanent easement to Santa Clara Valley Water District for construction and operation of Monitoring Wells in John D. Morgan Park August 18, 2015 ALTERNATIVES Do not authorize the City Manager to negotiate issuance of an Encroachment Permit Prepared by: Reviewed by: Reviewed by: Approved by: Bill Helms, Executive Project Manager Michelle Quinney, City Engineer Todd Capurso, Public Works Director Mark Linder, City Manager Attachment: Exhibit A — SCVWD Project Proposal Exhibit A Santa Clara Valley Water District Request to Construct Monitoring Wells in John D. Morgan Park Introduction The Santa Clara Valley Water District has requested permission to drill and construct two deep monitoring wells in the south parking lot of John D. Morgan Park. The monitoring wells will support the District's expedited project to improve water supply reliability by using purified recycled water to replenish groundwater through several District percolation ponds in Campbell. The District will also be drilling shallow geotechnical borings at its Page Ponds and McGlincey Ponds facilities. Background The District works to protect and augment groundwater, which provides nearly half of the water used in Santa Clara County each year. The district replenishes groundwater using local surface water and water imported from the Delta by releasing it to streams and percolations ponds, such as the ones in Campbell. Due to the ongoing and unprecedented drought, there has not been sufficient local and imported water to keep the percolation ponds filled and continuously recharge groundwater. Consequently, groundwater levels have been declining, increasing the risk of long-term land subsidence. To sustain the groundwater supply and bolster water supply reliability, the. District is expediting a proposed project to deliver purified recycled water that meets drinking water standards to selected percolation ponds in Campbell. To ensure that high quality groundwater is protected and to comply with state requirements, the District is conducting groundwater studies to verify project feasibility. These studies require the installation of monitoring wells near the percolation ponds that would receive purified water. Monitoring well installation will allow collection of soil core samples that will be used to evaluate potential water quality or permeability changes from the recharge of purified water. The District will also conduct ongoing water quality testing and water level measurement at the monitoring wells. The District has requested permission to install monitoring wells near the south parking lot of John D. Morgan Park along Budd Avenue, because groundwater replenished by the District's Budd percolation ponds flows beneath the park. Project Information The monitoring wells will be up to 400 feet deep and will be drilled and developed.by District contractors. Well construction activities are scheduled to occur over a two month period, beginning the second week of September, 2015. Drilling and well construction is expected to take 6 weeks, and well development and park restoration will take an additional two weeks. The well drilling activities will include periods of drilling on a 10-hour per day basis, from 7 a.m. to 6 p.m., Monday through Friday, with no drilling scheduled for Saturdays, Sundays or the Holidays. All construction will be limited to daytime working hours. The construction area will be fully enclosed to ensure safety. To minimize noise impacts to neighbors and park visitors, the drilling operation will be fully enclosed in.a 24 foot high sound wall. Due to the height of the temporary sound wall, the contractor will need to drill auger holes within the parking lot for structure support. These holes will be 4 inches in diameter and 5 feet deep, and will be spaced every 10 feet along the length of the sound wall. It may be necessary to remove some turf or landscaping to stage well drilling equipment. Replacement landscaping will be planted as part of the project following completion of monitoring well installation. Any damage to asphalt, curbs, sprinklers, or any other park facilities will also be restored by the District. The completed wells will be housed in at -grade utility boxes and will not limit any uses of the park. Monitoring well drilling and development will include the. use of roll -off bins lined with plastic to contain drilling mud. All of the clean water generated during drilling operations (potentially 30,000 to 60,000 gallons during well development) will be re -used for park irrigation in coordination with City of Campbell Exhibit A staff. This project is expected to produce non -hazardous soil cuttings, which will be hauled away for reuse or disposal at the District's expense. The District's request includes an encroachment permit application for the well construction activities, which will be followed by an easement or fee title acquisition of the small area to be occupied by the monitoring wells (approximately 10 feet by 3 feet). The wells will be constructed to allow sampling and measurement at multiple intervals down to a depth of 400 feet. In view of the importance and considerable cost of the wells, the District wishes to secure permanent access to the wells by completing easement or fee title acquisition within one year after the drilling and construction is completed, i.e. by the end of November, 2016. In advance of construction activities, the District will mail project information, including District contact numbers, to residents located near the drilling site. The District will also work with the Recreation and Parks Department to notify John D. Morgan Park users of the construction. The project will occupy 10 to 20 parking spaces in the parking lot with equipment, materials storage, and the sound walls for up to eight weeks. Parking lot traffic will be routed around the drilling operation, but the remaining spaces in the parking lot and the all areas within the park will remain open for use. The District will post information at the project site to inform park visitors of the schedule, nature and benefits of the monitoring well project. The geotechnical borings to be drilled in the District's Page and McGlincey Ponds will be drilled over the course of two days at each location. The Page Ponds location is surrounded by homes and apartments, while McGlincey Ponds is surrounded by industrial and warehouse land uses. Page and McGlincey Ponds neighbors will experience some noise for which mitigation with sound walls is not planned due to the short duration of drilling (2 days). The figures below indicate the locations and appearance of the drilling work: -�eU `ag- I` 1 I McGli ands nnyoj. Ponds a /px x Figure 1. Location map of monitoring wells in Morgan Park on Budd Avenue, and geotechnical borings in Page and McGlincey Ponds Bill Helms From: Bill Helms Sent: Tuesday, September 01, 2015 10:43 AM To: 'Billh @ci.campbell.ca.us' Subject: FW: Safety buffer during sound wall construction - change to Neighbor Notice we will need to have the following submitted with the application: • Explanation of the project, proposed duration of the project, and schedule of work for the project. The permit may require updates to this information as the project proceeds. • Plans for the exact location of the project within the parking lot, include the location and number of parking spaces that will be impacted. • Details of the sound wall, including design and calculations signed and stamped by a structural engineer. • Traffic control plan for the area showing how traffic, parking and access is proposed to be modified during construction. The project will need to maintain safe pedestrian, bicycle, and vehicular access around the construction site. • Location of stockpiles, staging areas, and contractor parking (City streets may not be used for this purpose). • Plans for the proposed reconstruction of the parking lot following the well installation. The City will evaluate the permit plans and will specify the type of pavement rehabilitation required. This may include a 2" deep grind and replace of the pavement in the area of construction, as well as restriping of the parking stalls. All work shall be done per the City of Campbell Standard Specifications and Details for Public Works Construction. Based on a review of the above, the City will determine any necessary special provisions for the permit before issuing the encroachment permit. In addition to special provisions resulting from the items listed above, the City will most likely include the following additional items as special provisions to the permit: • Work hours for the project will be specified as 8-5. • A requirement for public outreach and public notification prior to any construction activity, and potential updates -to the public notifications. This should include phone numbers of who to call at the SCVWD with questions or concerns on the project. • A 24 hour contact number for the project manager or project superintendent. The number must not direct calls to an automated answering service. • A project sign notifying the public and park users of the SCVWD project and the expected duration of the project. Michelle Quinney I City Engineer michelleQA)cityofcamabell.com 408.866.2150 1 408.376-0958 (fax) 70. N. First Street I Campbell, CA 95008 www.CitvofCami)bell.com From: Todd Capurso Sent: Wednesday, August 26, 2015 3:31 PM To: 'Thomas Mohr'; Al Bito Cc: Michelle Quinney; Bill Helms; 'Vanessa De La Piedra'; 'Kristen Yasukawa' Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Thanks Tom. We do need to talk soon. I believe Bill Helms left a voice message earlier today as well. We do need to issue an encroachment permit prior to the District performing any work on site. We will require several details including the strucrural calcilautoin related to the temporary soundwall and a revised striping plan for how park users will access the parking lot during the installation of the wall and then during the duration of construction. We also need to revisit the parking situation for the contractor employees. I believe you have recommended in the public notice that they will be on the adjacent neighborhood streets, but parking in the park parking lot on the Rincon (north) side of the park may be more convenient for the contractor and have less impacts on the neighborhood. I can be available tomorrow anytime except between 10 and 10:30 and between 3:00 and 3:30. 1 would like to attend the site meeting, but getting there at 2:30 as you suggest would mean that I would need to leave by 2:45 for a meeting at City Hall. If you and Vanessa are available at 3:30, that may work best, but I will leave that to you. Plate Friday morning is also a possibility. Thanks. Todd Todd Capurso Director City of Campbell Public Works Department Office: 408.866.2150 1 ]Fax: 408.376.0958 70 N. First Street I Campbell, CA 95008 toddcgcityoffcampbell.com www.cityofeamj2bell.com From: Thomas Mohr[mailto:tmohrCa)valleywater.org] Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra; Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice Hello Todd — The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1% to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking. Our neighbor notice, attached, does not mention the temporary closure of a larger area. We therefore propose adding a sentence to the end of the second paragraph on Page 2, as shown in underlined text: Bill Helms From: Thomas Mohr <tmohr@valleywater.org> Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra; Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice Attachments: GW Drilling - Campbell FINAL.pdf Hello Todd — The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1% to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking. Our neighbor notice, attached, does not mention the temporary closure of a larger area. We therefore propose adding a sentence to the end of the second paragraph on Page, 2, as shown in underlined text: The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed.around the site for two months. Parking will be further restricted for two days at the start and end of the project for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Tom Santo Caro Volley Water Distf'rct 6 THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2651 t m o h r@ va I I evwate r. o rs 4 John D. Morgan Park Page and McGlincy ponds The water district will start the well drilling in September, after Labor Day, and take approximately two months to complete.* Project work hours are 8 a.m. to 5 p.m., Monday through Friday. No work is scheduled for weekends or holidays. The park will remain open during construction. The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site. The water district is working closely with the City of Campbell to minimize impacts to the community as much as practical. • Noise reduction measures will include adding special mufflers on the equipment and installing a temporary sound wall around the construction area that meets city requirements (see photo on the right). • Up to 10 contractors will park their cars on neighborhood streets during working hours and will have a dashboard sign to indicate they are working on the project. • Some turf, landscaping and picnic tables may need to be removed during construction and will be replaced following completion of the project. • The water generated by constructing the wells will be reused to irrigate the park. After the project is complete, the wells will be enclosed in a utility box level with the ground, and will not impact park visitors. * Project start dates and duration may vary due to site conditions and equipment availability. The water district will drill geotechnical borings over two days in October.* Project work hours are 8 a.m. to 5 p.m., Monday through Friday. No work is scheduled for weekends or holidays. Neighbors may experience construction noise. Temporary sound walls will not be installed because of the short duration of the work. AtJohn D. Morgan Park, the project site is located at the south parking lot at the Budd Avenue entrance. This is an example of the temporary sound wall that will be built around the John D. Morgan Park construction area to reduce noise. © 2015 Santa Clara Valley Water District • August 2015 KY [Qy 3,1281 Bill Helms From: Thomas Mohr <tmohr@valleywater.org> Sent: Tuesday, August 25, 2015 8:55 AM To: Todd Capurso Cc: Bill Helms; Michelle Quinney; Vanessa De La Piedra Subject: Morgan Park drilling project site walk this Thursday afternoon + sound wall logistics Importance: High Hello Todd, Bill, and Michelle - We will be meeting with our consultant and contractors at the drilling site in Morgan Park this Thursday afternoon at_1:30 to review the logistics for constructing the sound wall before starting drilling —We- will welcome attendance by you, or whomever you're able to send. We plan to work out a few remaining details, and we'll be ready to explain the sequence of deliveries, equipment and materials staging, and construction sequence if you arrive at about 2:30. The sound wall contractor is a subcontractor to the driller, which is a subcontractor to the District's consultant. This chain of subcontractors has unfortunately led to a miscommunication and misunderstanding on my part, regarding the holes that will be drilled to install the support beams for the 24-foot high sound wall and the method and space requirements for erecting the sound wall. We now understand that the beams will be set in holes augered to 18 inches in diameter, to a depth of ten eet, on ten foot s-p -ac -in —gs.-A-d U i ion aI-d-e-tails regarding -sound wall cons ruction are as follows: • The sound wall panels and beams will be delivered on an 18 wheeler, 48 foot semi -truck with trailer, and will remain in the parking lot for offloading for about 3 to 4 hours. The equipment used to offload the truck and install the sound wall is a 17-ton crane. • The sound wall panels and beams will be staged within the allocated 20 parking spaces and park area. We will need to cordon off this area the evening prior to delivery.. • We will provide Campbell Public works with a map marked to show where panels will be off loaded, which parking spaces must be cordoned off to prevent safety hazards from the crane lifting heavy beams, i.e. where the crane will need to operate and how much of a safety buffer will be required. The map will be submitted with the encroachment permit by Friday morning this week. • It will take 3 days to erect the sound wall (one day to auger the holes and 2 days to build the wall). It will be necessary to cordon off a temporary safety buffer around the work space (i.e. beyond the area enclosed by the sound wall) to ensure no possibility of injuries or damage to park users or their vehicles during the two days needed to erect the wall. This means'we will need to restrict access to additional parking area for two days. • The holes will be augered with a backhoe equipped with an auger ("pier driller"), which we're told is relatively quiet. To auger the holes, we will remove a patch of asphalt 2 ft by 2 ft for each hole. • The sound wall contractor will be responsible for shoveling/sweeping/disposing of cuttings and other debris generated from sound wall construction -the will leave the site broom clean after the sound wall is installed. • Once the drilling is completed and the drilling equipment has been removed, the sound wall is removed from the interior using a crane and a man -lift. • Upon removal of the sound wall, the sound wall contractor will backfill; the holes and compact the- backfill, and restore the asphalt surface. If there is wider asphalt damage from the drilling rig, delivery of roll -off bins, etc., we will determine the method of asphalt restoration that best satisfies Campbell Public Works by meeting you at the parking lot. • The sound wall contractor will have 5 or 6 field techs on site with one large 24 foot crew cab and 1 smaller-ppickup neighborhood. • 4 Will the City of Campbell require a structural ca wall? If so, please let us know ASAP. �— nd drawing package for the sound I regret -that we did not have all these details in hand when we approached the City for approval of this project, and I apologize for the inconvenience this may cause. If you have concerns you wish to discuss ahead of the field meet this Thursday, please call me at 408-630- 2051, or Vanessa at 408-630-2788. Thanks, Soma anrQ Vallea� Water DiSWCE THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408) 630-2051 t m o h r@ va I l eywa to r. o rs Exhibit A Santa Clara Valley Water District Request to Construct Monitoring Wells in John D. Morgan Park Introduction The Santa Clara Valley Water District has requested permission to drill and construct two deep monitoring wells in the south parking lot of John D. Morgan Park. The monitoring wells will support the District's expedited project to improve water supply reliability by using purified recycled water to replenish groundwater through several District percolation ponds in Campbell. The District will also be drilling shallow geotechnical borings at its Page Ponds and McGlincey Ponds facilities. Background The District works to protect and augment groundwater, which provides nearly half of the water used in Santa Clara County each year. The district replenishes groundwater using local surface water and water imported from the Delta by releasing it to streams and percolations ponds, such as the ones in Campbell. Due to the ongoing and unprecedented drought, there has not been sufficient local and imported water to keep the percolation ponds filled and continuously recharge groundwater. Consequently, groundwater levels have been declining, increasing the risk of long-term land subsidence. To sustain the groundwater supply and bolster water supply, re liability, the District is expediting a proposed project to deliver purified recycled water that meets drinking water standards to selected percolation ponds in Campbell. To ensure that high quality groundwater is protected and to comply with state requirements, the District is conducting groundwater studies to verify project feasibility. These studies require the installation of monitoring wells near the percolation ponds that would receive purified water. Monitoring well installation will allow collection of soil core samples that will be used to evaluate potential water quality or permeability changes from the recharge of purified water. The District will also conduct ongoing water quality testing and water level measurement at the monitoring wells. The District has requested permission to install monitoring wells near the south parking lot of John D. Morgan Park along Budd Avenue, because groundwater replenished by the District's Budd percolation ponds flows beneath the park. Project Information The monitoring wells will be up to 400 feet deep and will be drilled and developed by District contractors. Well construction activities are scheduled to occur over a two month period, beginning the second week of September, 2015. Drilling and well construction is expected to take 6 weeks, and well development and park restoration will take an additional two weeks. The well drilling activities will include periods of drilling on a 10-hour per day basis, from 7 a.m. to 6 p.m., Monday through Friday, with no drilling scheduled for Saturdays, Sundays or the Holidays. All construction will be limited to daytime working hours. The construction area will be fully enclosed to ensure safety. To minimize noise impacts to neighbors and park visitors, the drilling operation will be fully enclosed in a 24 foot high sound wall. Due to the height of the temporary sound wall, the contractor will need to drill auger holes within the parking lot for structure support. These holes will be 4 inches in diameter and 5 feet deep, and will be spaced every 10 feet along the length of the sound wall. It may be necessary to remove some turf or landscaping to stage well drilling equipment. Replacement landscaping will be planted as part of the project following completion of monitoring well installation. Any damage to asphalt, curbs, sprinklers, or any other park facilities will also be restored by the District. The completed wells will be housed in at -grade utility boxes and will not limit any uses of the park. Monitoring well drilling and development will include the use of roll -off bins lined with plastic to contain drilling mud. All of the clean water generated during drilling operations (potentially 30,000 to 60,000 gallons during well development) will be re -used for park irrigation in coordination with City of Campbell Exhibit A staff. This project is expected to produce non -hazardous soil cuttings, which will be hauled away for reuse or disposal at the District's expense. The District's request includes an encroachment permit application for the well construction activities, which will be followed by an easement or fee title acquisition of the small area to be occupied by the monitoring wells (approximately 10 feet by 3 feet). The wells.will be constructed to allow sampling and measurement at multiple intervals down to a depth of 400 feet. In view of the importance and considerable cost of the wells, the District wishes to secure permanent access to the wells by completing easement or fee title acquisition within one year after the drilling and construction is completed, i.e. by the end of November, 2016. In advance of construction activities, the District will mail project information, including District contact numbers, to residents located near the drilling site. The District will also work with the Recreation and Parks Department to notify John D. Morgan Park users of the construction. The project will occupy 10 to 20 parking spaces in the parking lot with equipment, materials storage, and the sound walls for up to eight weeks. Parking lot traffic will be routed around the drilling operation, but the remaining spaces in the parking lot and the all areas within the park will remain open for use. The District will post information at the project site to inform park visitors of the schedule, nature and benefits of the monitoring well project. The geotechnical borings to be drilled in the District's Page and McGlincey Ponds will be drilled over the course of two days at each location. The Page Ponds location is surrounded by homes and apartments, while McGlincey Ponds is surrounded by industrial and warehouse land uses. Page and McGlincey Ponds neighbors will experience some noise for which mitigation with sound walls is not planned due to the short duration of drilling (2 days). The figures below indicate the locations and appearance of the drilling work: 9 nnVoAs Pondsit I !.° s rIt{I ` ri Figure 1. Location map of monitoring wells in Morgan Park on Budd Avenue, and geotechnical borings in Page and McGlincey Ponds Exhibit A Figure 2. Monitoring wells drilling site — location within John D. Morgan Park. Temporary Fence Bore Pipe Truck i 1 Drill Rig Hole FTabyl8ce alis Shaker Mud Limp Soil and Fluid Containers Figure 3. Equipment layout within 40 foot by 100 ft area for monitoring well drilling — enclosed by sound walls and security fencing. Exhibit A Figure 4. Example of Drilling Operation Enclosed by 24-foot high Sound Wall Ensuring a reliable water supply A safe, clean and reliable water supply is essential to sustain Silicon Valley's economy and quality of life. As the drought continues to worsen, the Santa Clara Valley Water District has prioritized recycled water and purified water as an important local water source to address challenges such as growing water demands and the risk of land subsidence (sinking). Recycled water is treated wastewater that meets standards for irrigation and industrial uses. Recycled water can be further cleaned using advanced, multi- stage technologies to produce a new water source, called purified water. At the Silicon Valley Advanced Water Purification Center, the water district produces purified water and it will be tested and strictly monitored to ensure it meets or exceeds state and federal drinking water standards. Purified water is a locally developed and reliable water supply that can be added to our existing water system, referred to as potable reuse. The water district is accelerating its plan to add purified water to replenish local groundwater basins to help meet water supply shortfalls. The water district has identified future project sites in Campbell, Saratoga, Santa Clara and San Jose where purified water can be used to replenish groundwater supplies. Before starting the projects, the water district must install monitoring wells at the project sites to collect data needed to acquire state permits and monitor the groundwater quality. In your neighborhood In Campbell, the water district will install monitoring wells at John D. Morgan Park and conduct drilling work at Page and McGlincy percolation ponds. See the reverse side of this notice for more information about the construction work at each project site indicated on the map. Campbell Middle Schoo '<d hn 'D. Morga Park Ca ®yam - +c Edith Budd Ave Mori a� B dd ,A a �` � J P rids McGli P& , Su n a a i P nds o?i — ose -P ge p urtner . v Pon s ® 17 L s-Gcltos _ reek' Pa Map of project sites in Campbell. continued on back » Bill Helms From: Joy Francois Sent: Wednesday, August 26, 2015 11:04 AM To: Bill Helms; Michelle Quinney Subject: FW: Water District well project brochure Attachments: GW Drilling - Campbell 8.20.15.pdf From: Todd Capurso Sent: Friday, August 21, 2015 11:44 AM To: Joy Francois Subject: FW: Water District well project FYI. Thanks. Todd Capurso I Director City of Campbell I Public Works Department Office: 408.866.2150 1 Fax: 408.376.0958 70 N. First Street I Campbell, CA 95008 torlr➢ekeityofcampbell.com www.citvoffcamnbell.com From: Kristen Yasukawa[mailto:KYasukawa(aOvalleywater.or Sent: Thsday,Augus g,2ONh5�11:00 AM To: AI Bito Cc: Todd Capurso; Jose Villarreal; Thomas Mohr Subject: RE: Water District well project Hi Al: As you may have heard, the Campbell City Council approved the well project on Tuesday so we are eager to move forward with outreach. We've prepared a neighborhood notice for the project area, see draft attached. We are open to your feedback on the notice and recommendations for the mailing area. Our mailing list includes -about 3,000 parcels from John D. Morgan Park down to Page Ponds and the immediate businesses surrounding McGlincey Ponds. Your council also recommended including the Corinthian House Residences senior facility, the nearby mosque and the community gardens area near McGlincey Ponds. . �e plan �o mail the no.fi�ce�tom�rrow�-or��rl�.e� A vue.e Y_ �sa well+as::post the�infprm�io�,s�' ��our w.ebs`i.te Thanks! Kristen Santa Clam vhlley KRISTENYASUKAWA Water Disldct District Communications Unit 5750 Almaden Expy, San Jose, CA 95118 Office: (408) 630-2876 Y I Cell: (408) 755-0333 kyasukawa@valleywater.org From: Al Bito [mailto:Alb(a)cityofcampbell.com] Sent: Monday, August 17, 2015 12:25 PM To: Kristen Yasukawa Subject: RE: Water District well project Thanks for your help and coordination, Kristen. Contact me if I can be of any help. All Bito I Deputy City Manager City of Campbell i City Manager's Office alb@cityofcampbel1.corn n 408.866.2128 1 a 408.871.5002 �vg: 70 N. First Street I Campbell, CA 95008 www.CityofCampbell.com From: Kristen Yasukawa [mailto:KYasukawaCOvaIleywater.org] Sent: Monday, August 17, 2015 12:02 PM To: Al Bito Cc: Thomas Mohr; Jose Villarreal Subject: Water District well project Hi Al: Great chatting with you this morning about our potential well drilling project at John D. Morgan Park. As we discussed, the Campbell city council will vote on the project (item 14) at tomorrow's meeting. I've shared the Campbell outreach opportunities with the project manager, Tom Mohr (cc'd). Tom will be at the meeting tomorrow and, if prompted, will share that the water district will coordinate with you to distribute information about the project to the neighborhood and respond to public and media inquiries. I like your suggestion of targeting the Morgan Park neighborhood through Next Door and linking the project info on the Campbell CIP webpage. If broader communications.are needed, we can post on Facebook, your cable channel 26 and include an article in the quarterly city newsletter. We are working on the neighborhood notice mailer now and I'll share it with you when it is ready. The notice includes the project information, construction dates and anticipated impacts, such as building a temporary sound wall in the south parking area. Contractors may park their cars on neighborhood streets. Per your question, we have not provided any notice to the community about the agenda item tomorrow. Tom has been workingclosely with your Public Works staff, Bill Helms, Michelle Quinney and Todd Capurso. Looking forward to working with you. Thanks! Kristen Santa Clara, Valley KRISTIN YASUKAWA Water Distric' District Communications Unit 5750 Almaden Expy, San Jose, CA 95118 Office: (408) 630-2876 You m III Cell: (408) 755-0333 fit)im You I kvasukawa@vallevwater.ors 1. The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site for two months. Parking will be further restricted for two days at the start and end of the project for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Tom Sonia ®ofaVbR% wrier Districk 6 THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408) 630-2051 tmohr@valleywater.ors The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site for two months. Parking will be further restricted for two days at the start and end of the project for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Tom Santa ClaroVolleng THOMAS MOHR Water Qi5tfkl � SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@valleywater.ora The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site for two months. Parking will be further restricted for two days at the start and end of the project for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Tom Sonia 4ara%lley THOMAS MOHR Water DistrICE SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District 11 (408) 630-2051 tmohr@valleywater.ors The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site for two months. Parking will be further restricted for two days at the start and end of the project for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Tom Sonia Oafavolleg THOMAS MOHR Wrier Didfic SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@valleywater.org 70. N. First Street I Campbell, CA, 95008 www.CityofCampbell.com From: Todd Capurso Sent: Wednesday, August 26, 2015 3:31 PM To: 'Thomas Mohr'; Al Bito Cc: Michelle Quinney; Bill Helms; 'Vanessa De La Piedra'; 'Kristen Yasukawa' Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Thanks Tom. We do need to talk soon. I believe Bill Helms left a voice message earlier today as well. We do need to issue an encroachment permit prior to the District performing any work on site. We will require several details including the strucrural calcilautoin related to the temporary soundwall and a revised striping plan for how park users will access the parking lot during the installation of the wall and then during the duration of construction. We also need to revisit the parking situation for the contractor employees. I believe you have recommended in the public notice that they will be on the adjacent neighborhood streets, but parking in the park parking lot on the Rincon (north) side of the park may be more convenient for the contractor and have less impacts on the neighborhood. I can be available tomorrow anytime except between 10 and 10:30 and between 3:00 and 3:30. 1 would like to attend the site meeting, but getting there at 2:30 as you suggest would mean that I would need to leave by 2:45 for a meeting at City Hall. If you and Vanessa are available at 3:30, that may work best, but I will leave that to you. Plate Friday morning is also a possibility. Thanks. Todd Todd Capurso Director City of Campbell Public Works Department Office: 408.866.2150 1 Fax: 408.376.0958 70 N. First Street I Campbell, CA. 95008 toddc(&cityoffcampbell.com www.citvoffeampbell.com From: Thomas Mohr[mailto:tmohr(a)valle)water.org] Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra; Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice Hello Todd — The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1% to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking. Our neighbor notice, attached, does not mention the temporary closure of a larger area. We therefore propose adding a sentence to the end of the second paragraph on Page 2, as shown in underlined text: 10. N. First Street I Campbell, CA 95008 www.CitvofCamobell.com From: Todd Capurso Sent: Wednesday, August 26, 2015 3:31 PM To: 'Thomas Mohr'; Al Bito Cc: Michelle Quinney; Bill Helms; 'Vanessa De La Piedra'; 'Kristen Yasukawa' Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Thanks Tom. We do need to talk soon. I believe Bill Helms left a voice message earlier today as well. We do need to issue an encroachment permit prior to the District performing any work on site. We will require several details including the strucrural calcilautoin related to the temporary soundwall and a revised striping plan for how park users will access the parking lot during the installation of the wall and then during the duration of construction. We also need to revisit the parking situation for the contractor employees. I believe you have recommended in the public notice that they will be on the adjacent neighborhood streets, but parking in the park parking lot on the Rincon (north) side of the park may be more convenient for the contractor and have less impacts on the neighborhood. I can be available tomorrow anytime except between 10 and 10:30 and between 3:00 and 3:30. 1 would like to attend the site meeting, but getting there at 2:30 as you suggest would mean that I would need to leave by 2:45 for a meeting at City Hall. If you and Vanessa are available at 3:30, that may work best, but I will leave that to you. Plate Friday morning is also a possibility. Thanks. Todd Todd Capurso Director City of Campbell Public Works Department Office: 408.866.2150 1 Fax: 408.376.0958 70 N. First Street I Campbell, CA 95008 told egeityofcampbell.com www.citvofeampbell.com From: Thomas Mohr[mailto:tmohr(abvalleywater.org] Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra; Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice Hello Todd — The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1% to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking. Our neighbor notice, attached, does not mention the temporary closure of a larger area. We therefore propose adding a sentence to the end of the second paragraph on Page 2, as shown in underlined text: 70. N. First Street I Campbell, CA 95008 www.CitvofCami)bell.com From: Todd Capurso Sent: Wednesday, August 26, 2015 3:31 PM To: 'Thomas Mohr'; Al Bito Cc: Michelle Quinney; Bill Helms; 'Vanessa De La Piedra'; 'Kristen Yasukawa' Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Thanks Tom. We do need to talk soon. I believe Bill Helms left a voice message earlier today as well. We do need to issue an encroachment permit prior to the District performing any work on site. We will require several details including the strucrural calcilautoin related to the temporary soundwall and a revised striping plan for how park users will access the parking lot during the installation of the wall and then during the duration of construction. We also need to revisit the parking situation for the contractor employees. I believe you have recommended in the public notice that they will be on the adjacent neighborhood streets, but parking in the park parking lot on the Rincon (north) side of the park may be more convenient for the contractor and have less impacts on the neighborhood. I can be available tomorrow anytime except between 10 and 10:30 and between 3:00 and 3:30. 1 would like to attend the site meeting, but getting there at 2:30 as you suggest would mean that I would need to leave by 2:45 for a meeting at City Hall. If you and Vanessa are available at 3:30, that may work best, but I will leave that to you. Plate Friday morning is also a possibility. Thanks. Todd Todd Capurso Director City of Campbell Public Works Department Office: 408.866.2150 1 Fax: 408.376.0958 70 N. ]First Street I Campbell, CA 95008 toddc(&cityofcampbel➢.com www.citlofeampbe➢l.com From: Thomas Mohr rmailto:tmohr@valleywater.orgj Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra;-Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice Hello Todd — The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1Y to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking: Our neighbor notice, attached, does not mention the temporary closure of a larger area. We therefore propose adding a sentence to the end of the second paragraph on Page 2, as shown in underlined text: Bill Helms From: Bill Helms Sent: Tuesday, September 01, 2015 10:38 AM To: 'Billh @ci.campbell.ca.us' . Subject: FW: Safety buffer during sound wall construction - change to Neighbor Notice will need to have the following submitted with the application: • Explanation of the project, proposed duration of the project, and schedule of work for the project (we may already have this?). The permit may require updates to this information as the project proceeds. • Plans for the exact location of the project within the parking lot, include the location and number of parking spaces that will be impacted. • Details of the sound wall, including design and calculations signed and stamped by a structural engineer. • Traffic control plan for the area showing how traffic, parking and access is proposed to be modified during construction. The project will need to maintain safe pedestrian, bicycle, and vehicular access around the construction site. • Location of stockpiles, staging areas, and contractor parking (City streets may not be used for this purpose). • Plans for the proposed reconstruction of the parking lot following the well installation. The City will evaluate the permit plans and will specify the type of pavement rehabilitation required. This may include a 2" deep grind and replace of the pavement in the area of construction, as well as restriping of the parking stalls. All work shall be done per the City of Campbell Standard Specifications and Details for Public Works Construction. Based on a review of the above, the City will determine any necessary special provisions for the permit before issuing the encroachment permit. In addition to special provisions resulting from the items listed above, the City will most likely include the following additional items as special provisions to the permit: • Work hours for the project will be specified as 8-5. • A requirement for public outreach and public notification prior to any construction activity, and potential updates to the public notifications. This should include phone numbers of who to call at the SCVWD with questions or concerns on the project. • A 24 hour contact number for the project manager or project superintendent. The number must not direct calls to an automated answering service. • A project sign notifying the public and park users of the SCVWD project and the expected duration of the project. Michelle Quinney I City Engineer michelleaAcityofcamubell.com 408.866.2150 1408.376-0958 (fax) Bill Helms From: Bill Helms Sent: Tuesday, September 01, 2015 10:38 AM To: 'Billh @ci.campbell.ca.us' Subject: FW: Safety buffer during sound wall construction - change to Neighbor.Notice will need to have the following submitted with the application: • Explanation of the project, proposed duration of the project, and schedule of work for the project (we may already have this?). The permit may require updates to this information as the project proceeds. • Plans for the exact location of the project within the parking lot, include the location and number of parking spaces that will be impacted. • Details of the sound wall, including design and calculations signed and stamped by a structural engineer. • Traffic control plan for the area showing how traffic, parking and access is proposed to be modified during construction. The project will need to maintain safe pedestrian, bicycle, and vehicular access around the construction site. • Location of stockpiles, staging areas, and contractor parking (City streets may not be used for this purpose). • Plans for the proposed reconstruction of the parking lot following the well installation. The City will evaluate the permit plans and will specify the type of pavement rehabilitation required. This may include a 2" deep grind and replace of the pavement in the area of construction, as well as restriping of the parking stalls. All work shall be done per the City of Campbell Standard Specifications and Details for Public Works Construction. Based on a review of the above, the City will determine any necessay special provisions for the permit before issuing the encroachment permit. In addition to special provisions resulting from the items listed above, the City will most likely include _the following additional items as special provisions to the permit: • Work hours for the project will be specified as 8-5. • A requirement for public outreach and public notification prior.to any construction activity, and potential updates to the public notifications. This should include phone numbers of who to call at the SCVWD with questions or concerns on the project. • A 24 hour contact number for the project manager or project superintendent. The number must not direct calls to an automated answering service. • A project sign notifying the public and park users of the SCVWD project and the expected duration of the project. Michelle Quinney I City Engineer w.ichelleg(eDcityofeamPhell.com Bill Helms From: Bill Helms Sent: Tuesday, September 01, 2015 10:38 AM To: 'Billh @ci.campbell.ca.us' Subject: FW: Safety buffer during sound wall construction - change to Neighbor Notice will need to have the following submitted with the application: • Explanation of the project, proposed duration of the project, and schedule of work for the project (we may already have this?). The permit may require updates to this information as the project proceeds. • Plans for the exact location of the project within the parking lot, include the location and number of parking spaces that will be impacted. • Details of the sound wall, including design and calculations signed and stamped by a structural engineer. • Traffic control plan for the area showing how traffic, parking and access is proposed to be modified during construction. The project will need to maintain safe pedestrian, bicycle, and vehicular access around the construction site. • Location of stockpiles, staging areas, and contractor parking (City streets may not be used for this purpose). • Plans for the proposed reconstruction of the parking lot following the well installation. The City will evaluate the permit plans and will specify the type of pavement rehabilitation required. This may include a 2" deep grind and replace of the pavement in the area of construction, as well as restriping of the parking stalls. All work shall be done per the City of Campbell Standard Specifications and Details for Public Works Construction. Based on a review of the above, the City will determine any necessary special provisions for the permit before issuing the encroachment permit. In addition to special provisions resulting from the items listed above, the City will most likely include the following additional items as special provisions to the permit:, • Work hours for the project will be specified as 8-5. • A requirement for public outreach and public notification prior to any construction activity, and potential updates to the public notifications. This should include phone numbers of who to call at the SCVWD with questions or concerns on the project. • A 24 hour contact number for the project manager or project superintendent. The number must not direct calls to an automated answering service. • A project sign notifying the public and park users of the SCVWD project and the expected duration of the project. Michelle Quinney I City Engineer michelleci(eDcityofeamobell.coan Bill Helms From: Michelle Quinney Sent: Wednesday, August 26, 2015 6:59 PM To: Todd Capurso; Bill Helms Cc: Syed Wahidi Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Hi Todd, Bill, and Syed, Here is what I would recommend for the encroachment permit process.... The encroachment permit fees for the SCVWD parking lot work would include a permit application fee plus a plan check and inspection fee. The permit application fee would be $395. The plan check and inspection fee should be based on the engineer's estimate of work, which I would recommend be considered the remediation work necessary for the parking lot following the project. If the SCVWD could give us their estimate for what it will cost to rehabilitate the parking lot (resurface and restripe) as necessary following their well installation, we can calculate the inspection fee for this work. As part of the encroachment permit package, we will need to have the following submitted with the' application: • Explanation of the project, proposed duration of the project, and schedule of work for the project (we may already have this?). The permit may require updates to this information as the project proceeds. • Plans for the exact location of the project within the parking lot, include the location and number of parking spaces that will be impacted. • Details of the sound wall, including design and calculations signed and stamped by a structural engineer. • Traffic control plan for the area showing how traffic, parking and access is proposed to be modified during construction. The project will need to maintain safe pedestrian, bicycle, and vehicular access around the construction site. • Location of stockpiles, staging areas, and contractor parking (City streets may not be used for this purpose). • Plans for the proposed reconstruction of the parking lot following the well installation. The City will evaluate the permit plans and will specify the type of pavement rehabilitation required. This may include a 2" deep grind and replace of the pavement in the area of construction, as well as restriping of the parking stalls. All work shall be done per the City of Campbell Standard Specifications and Details for Public Works Construction. Based on a review of the above, the City will determine any necessary special provisions for the permit before issuing the encroachment permit. In addition to special provisions resulting from the items listed above, the City will most likely include the following additional items as special provisions to the permit: • Work hours for the project will be specified as 8-5. • A requirement for public outreach and public notification prior to any construction activity, and potential updates to the public notifications. 'This should include phone numbers of who to call at the SCVWD with questions or concerns on the project. • A 24 hour contact number for the project manager or project superintendent. The number must not direct calls to an automated answering service. • A project sign notifying the public and park users of the SCVWD project and the expected duration of the project. I tried to put this together really quickly, so I may have missed -some items. Syed may have additional items to add?? Please let me know if you have any other questions or comments regarding this process. Michelle Quinney I City Engineer michellep (a,cityofcamnbell.com 408.866.2150 1 408.376-0958 (fax) 70. N. First Street I Campbell, CA 95008 From: Todd Capurso Sent: Wednesday, August 26, 2015 3:31 PM To: 'Thomas Mohr'; Al Bito Cc: Michelle Quinney; Bill Helms; 'Vanessa De La Piedra'; 'Kristen Yasukawa' Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Thanks Tom. We do need to talk soon. I believe Bill Helms left a voice message earlier today as well. We do need to issue an encroachment permit prior to the District performing any work on site. We will require several details including the strucrural calcilautoin related to the temporary soundwall and a revised striping plan for how park users will access the parking lot during the installation of the wall and then during the duration of construction. We also need to revisit the parking situation for the contractor employees. I believe you have recommended in the public notice that they will be on the adjacent neighborhood streets, but parking in the park parking lot on the Rincon (north) side of the park may be more convenient for the contractor.and have less impacts on the neighborhood. I can be available tomorrow anytime except between 10 and 10:30 and between 3:00 and 3:30. 1 would like to attend the site meeting, but getting there at 2:30 as you suggest would mean that I would need to leave by 2:45 for a meeting at City Hall. If you and Vanessa are available at 3:30, that may work best, but I will leave that to you. Plate Friday morning is also a possibility. Thanks. HITra Todd Capurso Director City of Campbell Public Works Department Office: 408.866.2150 1 Fax: 408.376.0958 70 N. First Street I Campbell, CA 95008 toddc(d)cityofcamp bell. com www.citlofeampbell.com From: Thomas Mohr rmailto:tmohr@valleywater.org] Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra; Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice 2 Hello Todd — The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1% to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking. Our neighbor notice, attached, does not mention the temporary closure of a larger area., We therefore propose adding a sentence to the end of the second paragraph on Page 2, as shown in underlined text: The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site for two months. Parking will be further restricted for two days at the start and end of the proiect for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Tom Santo ClaroValley THOMAS MOHR Wder Dik SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tmohr@valleywater.ors Bill Helms From, Bill Helms Sent: Tuesday, September 01, 2015 10:38 AM To: 'Billh @ci.campbell.ca.us' Subject: FW: Safety buffer during sound wall construction - change to Neighbor Notice will need to have the following submitted with the application: • Explanation�of the project, proposed duration of the project, and schedule of work for the project (we may already have this?). The permit may require updates to this information as the project proceeds. • Plans for the exact location of the project within the parking lot, include the location and number of parking spaces that will be impacted. • Details of the sound wall, including design and calculations signed and stamped by a structural engineer. • Traffic control plan for the area showing how traffic, parking and access is proposed to be modified during construction. The project will need to maintain safe pedestrian, bicycle, and vehicular access around the construction site. • Location of stockpiles, staging areas, and contractor parking (City streets may not be used for this purpose). • Plans for the proposed reconstruction of the parking lot following the well installation. The City will evaluate the permit plans and will specify the type of pavement rehabilitation required. This may include a 2" deep grind and replace of the pavement in the area of construction, as well as restriping of the parking stalls. All work shall be done per the City of Campbell Standard Specifications and Details for Public Works Construction. Based on a review of the above, the City will determine any necessary special provisions for the permit before issuing the encroachment permit. In addition to special provisions resulting from the items listed above, the City will most likely include the following additional items as special provisions to the permit: • Work hours for the project will be specified as 8-5. •. A requirement for public outreach and public notification prior to any construction activity, and potential updates to the public notifications. This should include phone numbers of who to call at the SCVWD with questions or concerns on the project. • A 24 hour contact number for the project manager or project superintendent. The number must not direct calls to an automated answering service. • A project sign notifying the public and park users of the SCVWD project and the expected duration of the project. Michelle Quinney I City Engineer anichellee(gDcityofcaa:aRhell.eoen 70. N. First Street I Campbell, CA 95008 www.CityofCampbell.com From: Todd Capurso Sent: Wednesday, August 26, 2015 3:31 PM To: 'Thomas Mohr'; Al Bito Cc: Michelle Quinney; Bill Helms; 'Vanessa De La Piedra'; 'Kristen Yasukawa' Subject: RE: Safety buffer during sound wall construction - change to Neighbor Notice Thanks Tom. We do need to talk soon. I believe Bill Helms left a voice message earlier today as well. We do need to issue an encroachment permit prior to the District performing any work on site. We will require several details including the strucrural calcilautoin related to the temporary soundwall and a revised striping plan for how park users will access the parking lot during the installation of the wall and then during the duration of construction. We also need to revisit the parking situation for the contractor employees. I believe you have recommended in the public notice that they will be on the adjacent neighborhood streets, but parking in the park parking lot on the Rincon (north) side of the park may be more convenient for the contractor and have less impacts on the neighborhood. I can be available tomorrow anytime except between 10 and 10:30 and between 3:00 and 3:30. 1 would like to attend the site meeting, but getting there at 2:30 as you suggest would mean that I would need to leave by 2:45 for a meeting at City Hall. If you and Vanessa are available at 3:30, that may work best, but I will leave that to you. Plate Friday morning is also a possibility. Thanks. �.rr Todd Capurso Director City of Campbell Public Works Department Office: 408.866.2150 1 Fax: 408.376.0958 70 N. First Street I Campbell,. CA 95008 toddc(a-)cityofcampbell.com ,ter+ "F 6" % `2/ www.citlofcampbell.com 'From: Thomas Mohr[mailto:tmohrCa)valleywater.org] Sent: Wednesday, August 26, 2015 2:05 PM To: Todd Capurso; Al Bito Cc: Michelle Quinney; Bill Helms; Vanessa De La Piedra; Kristen Yasukawa Subject: Safety buffer during sound wall construction - change to Neighbor Notice Hello Todd — h* "� The construction of the sound wall for the Morgan Park monitoring well drilling project will involve lifting the support beams with a crane and lowering them into the augered holes in the parking lot. To prevent any possibility of accidents, our contractors will require a safety buffer of 35 feet around the perimeter of the sound wall for the 1% to 2 days needed to erect the sound wall. We'll therefore need to cordon off a larger portion of the parking lot than the 20 spaces we previously indicated for the two days of sound wall construction,. This will be repeated at the end of the project in November, when the sound wall will be removed. We'll confirm the details at the field meeting tomorrow afternoon, but at this time it appears that for the two days of sound wall erection, it will be necessary to barricade a larger area, leaving the spaces closest to Budd Avenue and at the west end of the parking lot available for parking.. Our neighbor notice, attached, does not mention the temporary closure of a larger area. We therefore propose adding a sentence to the end of the second paragraph on Page 2, as shown in underlined text: The wells will be drilled near the park's south parking lot at the Budd Avenue entrance (see diagram on the right). The parking lot will remain open during construction. The construction will occupy up to 20 parking spaces and traffic will be routed around the site for two months. Parking will be further restricted for two days at the start and end of the project for the construction of the temporary sound wall. We'd like to distribute the neighborhood notice now to allow park users and neighbors ample time to get acquainted with the change and get their questions answered. Please confirm that this change is acceptable. Thanks, Tom Song ®®roVolley Wcker Distrid 0 THOMAS MOHR SENIOR HYDROGEOLOGIST HG 98 Groundwater Monitoring and Analysis Unit Water Supply Division Water Utility Enterprise Santa Clara Valley Water District (408)630-2051 tm o h r @va I I eywate r. o ra Bill Helms From: Thomas Mohr <tmohr@valleywater.org> Sent: Thursday, August 06, 2015 8:38 PM To: Bill Helms Cc: Vanessa De La Piedra Subject: District Access Agreement + City Encroachment Permit Attachments: Template_Right_of_Entry_and_Well_Acess_Agreement_data_OK_for_external_use.pdf, Template_Right_of_Entry_and_Well_Acess_Agreement_data_OK_for_external_use.docx Hello Bill - If the City Council approves the District's request to drill in Morgan Park, we intend to complete a City of Campbell Encroachment Permit application to do the drilling work. Once the well is installed, we will request that the City enter into an Access Agreement (attached) to allow the District recurring access to measure and sample the well. The access agreement is a placeholder, to be superseded within a year by granting fee title or an easement to the District for the small area occupied by the wells (-3 ft by 10 ft for the two wells). Because the 8-week project represents a substantial investment to secure a critical piece of monitoring infrastructure for the indirect potable reuse project, the District wants to protect the well site from any future park reconfiguration that might build a structure over the location of the well. I will be out tomorrow, but Vanessa can be reached at 408-630-2788. 1 will be in on Monday, and I will check my e-mail tomorrow. best regards, Tom Thomas Mohr Groundwater Monitoring and Analysis Unit Santa Clara Valley Water District From: Roger Pierno Sent: Thursday, August 06, 2015 5:13 PM To: Thomas Mohr Subject: Access Agreements I included pdf and doc Roger Pierno, ext. 2738 Groundwater Monitoring and Analysis Unit O-f •C�1' ; City Item: 0 v 1 1 Category: New Business © © Co un c l Meeting Date: August 18, 2015 G� Report • "RCHAR9 ' TITLE: Authorization to negotiate issuance of Encroachment Permit and permanent easement to Santa Clara Valley Water District for construction and operation of Monitoring Wells in John D. Morgan Park RECOMMENDATION That the City Council authorize the City Manager to negotiate issuance of an Encroachment permit and a permanent access and operations easement to Santa Clara Valley Water District for construction and operation of Monitoring Wells in John D. Morgan Park BACKGROUND Santa Clara Valley Water District (SCVWD) staff has requested that the City of Campbell authorize the construction of permanent deep groundwater monitoring wells in the Budd Avenue parking lot area at John D. Morgan Park . The monitoring wells are necessary for the District to evaluate the feasibility of constructing injection wells in this vicinity for the purpose of introducing purified recycled water to replenish groundwater losses and to permanently monitor groundwater conditions. DISCUSSION City staff from the Departments of Public Works and Recreation and Community Services met with District staff at the proposed construction site and believe that this important project can : be constructed and operated successfully at this location with minimum disruption to the adjacent neighborhood and park recreation programs. SCVWD has provided information indicating that noise generated during the estimated two months construction of the monitoring wells will not exceed levels allowed by Campbell Municipal Code construction noise limitations. The 7am — 6pm proposed H:\SCVWD Monitoring Wells.doc (Rev. 03/08) Title of Council Report Page 2 Date hours of construction exceed the normal 8am — 5pm hours, allowed but could be approved by the City, if determined necessary. This issue will be closely reviewed as a part of the Encroachment Permit, preparation. FISCAL IMPACT None at this time ALTERNATIVES Do not authorize the City Manager to negotiate issuance of an Encroach ment'Permit Prepared by: Reviewed by: Bill Helms, Executive Project Manager Michelle Quinney, City Engineer Reviewed by: Todd Capurso, Public Works Director Approved by: Mark Linder, City Manager Attachment: Exhibit A — SCVWD Project Proposal DRAFT subject to revision Santa Clara Valley Water District Request to Construct Monitoring Wells in John D. Morgan Park Introduction The Santa Clara Valley Water District has requested permission to drill and construct two deep monitoring wells in the south parking lot of John D. Morgan Park. The monitoring wells will support the District's expedited project to improve water supply reliability by using purified recycled water to replenish groundwater through several District percolation ponds in Campbell. The District'will also be drilling shallow geotechnical borings at its Page Ponds and McGlincey Ponds facilities. Background The District works to protect and augment groundwater, which provides nearly half of the water used in Santa Clara County each year. The,district replenishes groundwater using local surface water and water imported from the Delta by releasing it to streams and percolations ponds, such as the ones in Campbell. Due to the ongoing and unprecedented drought, there has not been sufficient local and imported water to keep the percolation ponds filled and continuously recharge groundwater. Consequently, groundwater levels have been declining, increasing the risk of long-term land subsidence. To sustain the groundwater supply and bolster water supply reliability, the District is expediting a proposed project to deliver purified recycled water that meets drinking water standards to selected percolation ponds in Campbell. To ensure that high quality groundwater is protected and to comply with state requirements, the District is conducting groundwater studies to verify project feasibility. These studies require the installation of monitoring wells near the percolation ponds that would receive purified water. Monitoring well installation will allow collection of soil core samples that will be used to evaluate potential water quality or permeability changes from the recharge of purified water. The District will also conduct ongoing water quality testing and water level measurement at the monitoring wells. The District has requested permission to install monitoring wells near the south parking lot of John D. Morgan Park along Budd Avenue, because groundwater replenished by the District's Budd percolation ponds flows beneath the park. . Project Information The monitoring wells will be up to 400 feet deep and will be drilled and developed by District contractors. Well construction activities are scheduled to occur over a two month period, beginning the second week of September, 2015. Drilling and well construction is expected to take 6 weeks, and well development and park restoration will take an additional two weeks. The well drilling activities will include periods of drilling on a 10-hour per day basis, from 7 am to 6 pm, Monday through Friday, with no drilling scheduled for Saturdays, Sundays or the Holidays. All construction will be limited to daytime working hours. The construction area will be fully enclosed to ensure safety. To minimize noise impacts to neighbors and park visitors, the drilling operation will be fully enclosed in a 24 foot high sound wall. Due to the height of the temporary sound wall, the contractor will need to drill auger holes within the parking lot for structure support. These holes will be 4 inches in diameter and 5 feet deep, and will be spaced every 10 feet along the length of the sound wall. It may be necessary to remove some turf or landscaping to stage well drilling equipment. Replacement landscaping will be planted as part of the project following completion of monitoring well installation. Any damage to asphalt, curbs, sprinklers, or any other park facilities will also be restored by the District. The completed wells will be housed in at -grade utility boxes and will not limit any uses of the park. Monitoring well drilling and development will include the use of roll -off bins lined with plastic to contain drilling mud. All of the clean water generated during drilling operations (potentially 30,000 to 60,000 gallons during well development) will be re -used for park irrigation in coordination with City of Campbell staff. This project is expected to produce non -hazardous soil cuttings, which will be hauled away for reuse or disposal at the District's expense. The District's request includes an encroachment permit application for the well construction activities, which will be followed by an easement or fee title acquisition of the small area to be occupied by the monitoring wells (approximately 10 feet by 3 feet). The wells will be constructed to allow sampling and measurement at multiple intervals down to a depth of 400 feet. In view of the importance and considerable cost of the wells, the District wishes to secure permanent access to the wells by completing easement or fee title acquisition within one year after the drilling and construction is completed, i.e. by the end of November, 2016. In advance of construction activities, the District will mail project information, including District contact numbers, to residents located near the drilling site. The District will also work with the Recreation and Parks Department to notify John D. Morgan Park users of the construction. The project will occupy 10 to 20 parking spaces in the parking lot with equipment, materials storage, and the sound walls for up to eight weeks. Parking lot traffic will be routed around the drilling operation, but the remaining spaces in the parking lot and the all areas within the park will remain open for use. The District will post information at the project site to inform park visitors of the schedule, nature and benefits of the monitoring well project. The geotechnical borings to be drilled in the District's Page and McGlincey Ponds will be drilled over the course of two days at each location. The Page Ponds location is surrounded by homes and apartments, while McGlincey Ponds is surrounded by industrial and warehouse land uses. Page and McGlincey Ponds neighbors will experience some noise for which mitigation with sound walls is not planned due to the short duration of drilling (2 days). The figures below indicate the locations and appearance of the drilling work: Xx Bud 1 MCGli onds nnyos Ponds 1,7 B Figure 1. Location map of monitoring wells in Morgan Park on Budd Avenue, and geotechnical borings in Page and McGlincey Ponds i-igure 1. monitoring wells drilling site — location within John D. Morgan Park. Temporary Fence Bore Pipe Truck • Drill Rig lHolel. I Analysis Shaker Mud wnp Table Soil and Fluid Containers Figure 3. Equipment layout within 40 foot by 100 ft area for monitoring well drilling —enclosed by sound walls and security fencing. Figure 4. Example of Drilling Operation Enclosed by 24-foot high Sound Wall