Loading...
96-236 CITY OF C~PfEIJ- .,. r '"" DEPT. OF PUBLIC \VORKS\ . 70 North First St. Campbell. CA 95@J(P 2 a 199c (408) 866-2150 . ,D Fax (408) 376-0958 .u;.t)jy1~N~S'j k f~ j{).. ENCROACHMENT PERMIT (for working within the public ript-of-way) Issued (1--25- fC: Permit expires in 12 mo~tr , Permit No. X-Ref. file 9(,-).)' Application Date 1'- d tJ- ;;6 Application expires in 6 months APPLICATION - Appliallion is hereby IIIIIIc for I PlIbIic WOIb Pamil ill 1l:COI..... widI CaqIbcI1 ~ Code. Sec:doD 11.04. (AppIicaIioa apUa ill 6111ll11b1 if die permit is DOt issued. Applicllion Fee is __rdmdIble.) A. WOItIddress Cll'tract' Hamilton AVernle from Salmar AVernle to Winchester Blvd. Utility Il'aldllocItion Excavation: Hamilton Avenue west of Esther (See Plan) B. NllURofwort Rehab. 2.880 l.f. of sanitary trunk sewer by using Institufonn sewer repair method. c. AIudt four (4) a1pies of ID qineered plans IbowiDI die Ioc:aioa and ClIIIIft of die wort. and four (4) a1p_ of die pnIlaaDry ~'a IiadmIIe of wort. Tbe pIIDa IbaII allow die reIIIion of die propoaed wort to llIistins aurfIl:e and lIIIderpauJId iqIrovcmaIII. Wbeo IppI'OWd by die cay~. laid pIID IIciaIaa I pmt of lhiI permit. D. All wort sblll CXIIIform to the City of CaqIbelI SlaudIn:I Spcclfic:Itioas and DclaiIa for PIIbIic worts c-tnIc:Uoa; die GcacrII Pamil CoIIdiIioas Iiated 011 die reverse aide; and lbe Special Provisions for !his permit. listed bcIow. FIiIurc to Ibidc by lbac c:oadilioas and provisioal .., reauIl ill job ....4JwD ratlCII' forfeiIurc of Flilhful Paformance Sureties and cash deposilS. (See GencnI Permit (,oaditions I and 2.) E. THE CONTRACTOR MUST HAVE THIS PERMIT AND APPROVED PLANS AT THE SITE AND MUST NOTIFY THE PUBUC WORKS DEPARTMENT AT LEAST TWO DAYS BEFORE STARTING WORK. NOTICE MUST BE GIVEN TO PUBUC WORKS AT LEAST:Z4 HOURS BEFORE RESTARTING ANY WORK. NIDIC of AppJicanl West Valley Sanitation District {prim) Addras 100 E. Sunnvoaks A\T~ Campbell, CA 95008 T~ (408) 378-2407 :Z4 HOUR EMERGENCY TELEPHONENO(408) 378-2407 II !his wort beiDa clone by the property owner at their own residence? Yes X No Tbe ApplicantlPcrmiuee hereby aarccs by afflXiDa their sipanue to !his permit to bold die City of CaqIbelI. iIs officen. ... and employers free. life and harmIea &om any claim or demand for cIIuDa&cs rcsuIq from die wort covered by !his permit. Tbe ApplicantlPermiaee hereby &:knowled&a thIllbey bavc r.t and undcntIDd boIb die rro.. and bIdt of lhiI permit, and 1bey wW inform 1bcir ClOIIII'IaDr(s) of die information. Aca:plecI WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY KD-Mi1IJ' - D Wft- - - F:~C.( SERVING RESIDENTS OF CITY OF CAMPBELL TOWN OF LOS GA TOS CITY OF MONTE SERENO CITY OF SARA TOGA UNINCORPORA TED AREA 100 East Sunnyoaks Avenue Campbell, California 95008 Telephone (408) 378-2407 TO: All Propective Bidders E ' C t: .1. II AUS2fj " V E 0 ...., 1996 4D " - '. ""'N/SiR. "'.. 4 1101\ August 28, 1996 FROM: Jonathan K. Lee, Engineering Coordinator RE: Hamilton Avenue Sewer Rehabilitation Project -- Notice of Addendum No. I This Notice serves as Addendum No. I for the Hamilton Avenue Sewer-Rehabilitation Project. Please replace page A-I with the attached. Please acknowledge the receipt of this addendum on your bid proposal. Kcv~- PlL(WL t.~i'l ~t ~ ~l IA- -to r) (/Vc.t,x>i] A,v).Q~.\:::I PC\/\":('+) -n.r \" \;e rtJYQ- LLIt1 6.N o...fL f',,{,(O '- '- (FORMERLY COUNTY SANITATION DISTRICT NO.4) NOTICE OF PRE-BIDDING MEETING SANITARY SEWERAGE PROJECT HAMILTON AVENUE SEWER REHABILIT A nON PROJECT All persons interested in submitting Bids on the above-entitled project are invited to attend a pre- bidding meeting to be held at the offices of West Valley Sanitation District of Santa Clara County at 100 East Sunnyoaks Avenue, Campbell, California on Tuesday, September 10, 1996, at 2:00 p.m. The project is in the City of Campbell, Santa Clara County. The scope of work is to rehabilitate approximately 878 meters (2880') of existing VCP sewer system with diameters of 25 and 38 centimeters (10" & 15") within that portion of Hamilton Ave. between Winchester Blvd. and Salmar Ave. and reconnect current users to the newly rehabilitated lines. With the exception of point repairs, rehabilitation by open-cut excavation method is not permitted in this project. All work must be done by using trenchless construction method. Questions concerning the Project will be answered at that time. A-l WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY SERVING RESIDENTS OF CITY OF CAMPBELL TOWN OF LOS GA TOS CITY OF MONTE SERENO CITY OF SARA TOGA UNINCORPORA TED AREA 100 East Sunnyoaks Avenue Campbell, California 95008 Telephone (408) 378-2407 August 22, 1996 RECEIVED AUG. 2 3'996 PUULlC WORKS ADMINISTRA TlON Michelle Quinney Department of Public Works City of Campbell 70 North First Street Campbell, CA 95008 RE: Hamilton A venue Sanitary Sewer Rehabilitation Project Encroachment Permit Application Dear Michelle: In anticipating with the City's Hamilton Avenue Median Improvement Project, West Valley Sanitation District will rehabilitate the Hamilton Avenue trunk sewer system affected by the city project. The Hamilton Avenue Sanitary Sewer Rehabilitation Project involves the rehabilitation of the old VCP sewer system from Winchester Blvd. to Salmar. Except the point repair by excavation at Sta. 0+22 (west of Esther Ave.), all work will be done by using trenchless technology. Because the point repair will be in the median area, we anticipate minimal traffic disruption from the contractor's operation. The project is being advertised for bids and construction may be completed by December 1. With this letter, the district is requesting the issuance of an Encroachment Permit from your office. Enclosed are the plans and specifications for your review. Please call if you have any questions. Very truly yours, Robert R. Reid Distr' ct M er and Engineer nathan K. Lee ineering Coordinator enclosures (FORMERLY COUNTY SANITA TION DISTRICT NO.4) @ '. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY, CALIFORNIA 100 EAST SUNNYOAKS AVENUE CAMPBELL, CA 95008 STANDARD SPECIFICATIONS FOR SANIT ARY SEWER PROJECT HAMILTON AVENUE SEWER REHABILITATION PROJECT Approved: Robert R. Reid District Manager/Engineer Approved: ~~ Board of Directors Res. 96 - 8 -27 Date: ~ /4,1996 Date: August 14, 1996 TABLE OF CONTENTS A. CONTRACT DOCUMENTS 1. Notice of Pre-Bidding Meeting......................................................................... A-I 2. Notice Inviting Sealed Proposals or Bids .........................................................A-2 3. Bid Proposal.............. ............ ............................ ........ ........... ............................. A-4 Exhibit "A" - Bidder Qualification Form........................................................A-8 Exhibit "B" - List of Subcontractors ...............................................................A-9 Exhibit "c" - Noncollusion Affidavit....... .......... .............. .......... ......... ......... A-lO 4. Contract for Sanitary Sewerage Project..........................................................A-I2 Exhibit "A" - Insurance Agreement .............................................................. A-I7 Exhibit "B" - Certificate ofInsurance.... .............. .......... ............ ................... A-19 Exhibit "c" - Primary Insurance Endorsement.............................................A-21 Exhibit "D" - Additional Insured Endorsement ............................................ A-22 Exhibit "E" - Aggregate Limits Endorsement...............................................A-23 Exhibit "F" - Subrogation Endorsement .......................................................A-24 Exhibit "G" - Cancellation Endorsement ...................................................... A-25 Exhibit "H" - Faithful Performance Bond.....................................................A-26 Exhibit "I" - Labor and Materials Bond........................................................A-27 B. GENERAL PROVISIONS 1. Examination of Site, Drawings and Specifications........................................... B-1 2. Test Borings ...................................................................................................... B-1 3. Interpretation of Plans and Documents, & Issuing ................................................ Addenda ... ........................ ................. ..................... ................................... ........ B-1 4. Proposal and A ward of Contract....................................................................... B- 3 5. Prosecution and Progress of the Work.............................................................. B-4 6. Insurance .......... ....... ............................................................ ..... ............... .......... B-5 7. Control of the Work. ........................................................... .............................. B-6 8. Liability............................................................................................................. B-6 9. Definitions...................................................................... ....... ............................ B- 7 10. General Guarantee..... ............ .................... ..................................................... ...B-7 11. Personal Interest ofthe District's Officials ....................................................... B-7 12. Contract Bonds............................ ................................ ...................................... B-8 13. Reports.................................... .............................. ............................................ .B-8 14. Mutual Responsibility of Contractors...... .............. ........... ....... ....... .......... ........ B-8 15. Materials for the Project.................................................................................... .B-8 16. Notice and Service Thereof............................................................................. ...B-9 C. SPECIAL PROVISIONS 1. Location................... .......... ..................... ........... .............................. ..... ............ C-I 2. Scope of Work. ........................................................... ................... ..... .............. C-I 3. Time of Completion........................ .......................................... ........................ C-I 4. Inspection and Inspection Costs....... ................................... .......... .................... C-I 5. Public Convenience and Safety ........................................................................ C-I 6. Materials Furnished by the District................................................................... C-I 7. Estimated Quantities......................................................................................... C- 2 8. Equipment Rental Rates......... ......................... ........ ........... ............... ....... ......... C-2 9. Protective Bedding.......................................................................... .................. .C-2 10. Pipe MateriaL............................................................................. ...... ...... ........... .C-2 II. Cleaning.......................... ................................................. ................ .................. C-2 12. TV Inspections.................................................................. ....................... ......... .C-3 11 TABLE OF CONTENTS, Continued 13. Flow Diversion Bypass Pumping.......................... ................... ................... ...... C-3 14. Encroachment Permit ....................... ............................................................... .C-4 D. PLANS AND PROFILES (Separate Document) 111 NOTICE OF PRE-BIDDING MEETING SANITARY SEWERAGE PROJECT HAMIL TON A VENUE SEWER REHABILIT A nON PROJECT All persons interested in submitting Bids on the above-entitled project are invited to attend a pre- bidding meeting to be held at the offices of West Valley Sanitation District of Santa Clara County at 100 East Sunnyoaks Avenue, Campbell, California on Tuesday, September 10, 1996, at 2:00 p.m. The project is in the City of Campbell, Santa Clara County. The scope of work is to rehabilitate approximately 878 meters (2880') of existing VCP sewer system with diameters of 25 and 38 centimeters (10" & 15") within that portion of Hamilton Ave. between Winchester Blvd. and Salmar Ave. and reconnect current users to the newly rehabilitated lines. Questions concerning the Project will be answered at that time. A-I NOTICE INVITING SEALED PROPOSALS OR BIDS WEST V ALLEY SANITATION DISTRlCT OF SANTA CLARA COUNTY, CALIFORNIA 100 East Sunnyoaks Avenue Campbell, California 95008 SANITARY SEWERAGE PROJECT HAMIL TON AVENUE SANITARY SEWER REHABIL T AnON PROJECT The Board of Directors of the West Valley Sanitation District of Santa Clara County ("DISTRICT") invites sealed proposals or bids for the construction of sanitary sewer mains, wye branches, risers, manholes and building sewers, as more particularly described in Resolution 96 . 8 . 27 , adopted by the Board on August 14, 1996, which resolution is on file in the office of the DISTRICT's Secretary and which is incorporated herein by this reference and hereby expressly referred to for a more particular description of that portion of the work to be performed. All of the work is to be performed at the locations, and according to the forms, sizes, dimensions, materials, lines, grades and elevations set forth in the plans, profiles and specifications for the above- entitled Project, which were preliminarily approved by the Board on August 14, 1996. Bids are solicited for work on Units shown in the plans and specifications. A copy of the Contract Documents, consisting of this Notice, Proposal, Time for Completion, Estimated Quantities, Noncollusion Affidavit, Bidder Qualification Form, Subcontractors Form, Signature Form, General and Special Provisions, Contract for Sanitary Sewerage Project, Insurance Agreement, Certificate of Insurance, Endorsement of Primary Insurance, Additional Insured Endorsement, Endorsement of Aggregate Limits of Insurance per Project, Waiver of Subrogation Endorsement, Worker's Compensation Insurance, Notice of Policy Cancellation Endorsement, Standard Drawings, Plans, Profiles and Specifications, Faithful Performance Bond and Labor and Materials Bond, may be reviewed, and copies may be obtained at the office of the DISTRICT's Secretary at 100 East Sunnyoaks Avenue, Campbell, California, upon payment of$10.00 which is nonrefundable. Sealed proposals will be received at the office of the DISTRICT's Secretary, 100 East Sunnyoaks Avenue, Campbell, California, until 2:00 p.m. on Tuesday, September 17, 1996, [which date shall be at least fourteen days from the time of first publication of this Notice], at such time they will be publicly opened and the comparative totals read. The proposals will be referred to and considered by the Board at its meeting at 6:00 p.m., on Wednesday, September 25, 1996. All proposals or bids shall be accompanied by cash, a cashier's check or certified check payable to the "West Valley Sanitation District of Santa Clara County," in the amount often percent (10%) of the bid, or by a bond in said amount payable to same. Said bond shall be signed by the bidder and a corporate surety, or by the bidder and two (2) sureties who shall justify before any officer competent to administer an oath, in double said amount and over and above all statutory exemptions. Said cash or check shall be forfeited or said bond shall become payable to the DISTRICT in case the bidder depositing the same does not enter into the Contract with the DISTRICT within fifteen (15) days after written notice that the Contractor has been awarded the Contract. A-2 All bids shall be compared using the estimated quantities prepared by the DISTRICT's Engineer and the Unit Prices submitted. No incomplete or interlineated proposal or bid will be accepted. Bidders are required to bid on all items of the proposal. No bids will be awarded to a Contractor who is not licensed in accordance with the provisions of Division 3 of Chapter 9, "Contracts" of the California Business and Professions Code. The Contract shall not be awarded to any bidder who does not possess a General Engineering Contractor's License. The DISTRICT reserves the right to award the Contract to any qualified bidder based on the proposal that is most advantageous to the DISTRICT. The DISTRICT also reserves the right to reject any or all bids or to waive any irregularities in the bidding procedures, provided the variance does not affect the amount of the bid or does not give a bidder an advantage or benefit not allowed other bidders. The Contractor shall furnish to the DISTRICT a Faithful Performance Bond and a Labor and Material Bond as required in the specifications. It shall be mandatory upon the Contractor to whom the Contract is awarded, and upon all subcontractors, to pay no less than the general prevailing wage rates to all workers employed in the performance of the Contract as provided for in Section 7.2.2 of the Standard Specifications and in accordance with the Labor Code. Payments to the Contractor will be made in cash by the DISTRICT in accordance with the provisions of Section 9.3 of the Standard Specifications, and upon submission by the Contractor and approval by the DISTRICT's Engineer of a progress billing which reflects the value of the work completed. The progress payments made as work progresses will be payments on account and will not be considered as an acceptance of any part of the material or workmanship required by the Contract. Pursuant to Section 4590 of the California Government Code, the Contractor will be permitted, upon request and its sole expense, to substitute securities for any monies withheld by the DISTRICT to ensure performance under the Contract. Said securities will be deposited either with the DISTRICT or with a state or federally chartered bank as escrow agent. Securities eligible for this substitution are those listed in Section 16430 of the California Government Code or bank or savings and loan certificates of deposit. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon. Dated: August 14, 1996 WEST VALLEY SANIT A nON DISTRICT OF SANTA CLARA COUNTY Published: 8/21/96 8/28/96 A-3 BID PROPOSAL SANITARY SEWERAGE PROJECT HAMIL TON AVENUE SANITARY SEWER REHABILITATION PROJECT TO: THE MANAGER/ENGINEER, WEST VALLEY SANIT A nON DISTRICT OF SANTA CLARA COUNTY ("DISTRICT"), STATE OF CALIFORNIA: 1. In compliance with the Plans, Specifications, and other Contract Documents furnished for the Hamilton A venue Sanitary Sewer Rehablitation Project, I, the undersigned, hereby declare that I have read the proposal requirements, familiarized myself with the Contract conditions and cost of work for the Project, visited the site and examined the specifications. I, the undersigned, hereby propose to do all work required to complete the Project in accordance with the Plans, Specifications, and other Contract Documents, within the time stipulated, in a workmanlike manner, for an amount computed upon the basis of the quantity of work actually performed at the following unit prices. A-4 BID PROPOSAL Unit Total Item Quantity Unit Description Price Price ------ ----------- ----------------------------------------------------- ----------- -------------- 1. 1 L.S. Mobilization. $ $ 2. 878 meter Cleaning and television inspections (2880') as required per specifications. $ $ 3. 651 meter Sta.O+OO to Sta.6+51. Rehabilitate existing (2135') 25 cm (10") diameter sanitary sewer per plans and specifications. $ $ 4. 227 meter Sta.6+51 to Sta.8+ 70. Rehabilitate existing (745') 38 cm (15") diameter sanitary sewer per plans and specifications. $ $ 5. 18 each Various locations. Re-open all building sewer connections by using an internal robotic cutting method per plans and specifications. $ $ 6. 1 each Sta.0+22.5. Repair an offset joint at the wye with open-cut method. Complete in place per plans and specifications. $ $ 7. 1 L.S. Revocable bid item. Bypass pumping as needed. $ $ 8. 1 L.S. Traffic control and safety protections in accordance with applicable orders. $ $ ---------------------------------------------------------------------------------------------------------------------- TOTAL BID: $ On the lines provided below, the bidder will acknowledge receipt of addenda (by date of transmittal letter) issued by the DISTRICT. A-5 2. I, the undersigned, agree that if this proposal is accepted, I will enter into a Contract for the Project with the DISTRlCT, to provide all labor, materials, equipment, tools, sales tax, use tax and other taxes, licenses, utilities, transportation and any other services necessary to perform the work covered in the Contract. 3. I, the undersigned, agree that if this proposal is accepted, I am obligated to use the sewer rehabilataion method and pipe material designated in this Bid Proposal as follows: Construction Method: Pipe Material/SDR Rating: 4. I, the undersigned, agree to bid all Units of the Project and understand that all Units will be awarded to one Contractor. 5. I, the undersigned, having carefully checked the above-provided bids, understand that the DISTRlCT will not be responsible for any errors or omissions on the part of the undersigned in making up this Bid. 6. I, the undersigned, understand that the DISTRlCT reserves the right to reject any and all bids or to waive any irregularities in the procedures, and to award a Contract to other than the lowest bidder. 7. I, the undersigned, agree that this bid may not be withdrawn until forty-five (45) days have expired from the date on which the bids were opened. 8. Attached hereto is the required certified check, cashier's check, or bid bond in the amount of Dollars ($ ), which is ten percent (10%) of the total amount of the bid for combined Units and which it is agreed, pursuant to the Notice Inviting Sealed Proposals, shall be retained as liquidated damages by the DISTRlCT if the undersigned fails to execute the Contract and provide the required bonds within fifteen (15) days from the date of the notification of the award of the Contract to the undersigned. 9. Attached hereto and incorporated herein by this reference are the following Exhibits: Exhibit "A" - Bidder Qualification Form Exhibit "B" - List of Subcontractors Exhibit "C" - Noncollusion Affidavit IF YOU ARE AN INDIVIDUAL, SO STATE. IF A FIRM OR CO-PARTNERSHIP, STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION, NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER AND AFFIX THE CORPORATE SEAL. THE STATEMENTS CONTAINED IN THIS BID ARE MADE UNDER PENALTY OF PERJURY. A-6 DATED: NAME: CAPACITY: (Individual, Firm, Corporation...) Name and Signature of Bidder (Print) (Signature) Address: Telephone Number: Contractor's License No.: Expiration Date: [NOTE: Bidder shall not add any conditions or qualifying statements to this bid, otherwise the bid may be declared irregular as being nonresponsive to the Notice Inviting Sealed Proposals or Bids. Failure to attach the Bidder Qualification Form, List of Subcontractors, and Noncollusion Affidavit will be grounds for disqualification of a bid by the DISTRICT.] A-7 BIDDER QUALIFICA nON FORM The bidder has been engaged in the contracting business under State License No. a period of years. for The bidder's three similar most recently completed contracts are: I 2 3 Title of Project Owner Project Cost Telephone No. Engineer in Charge Date Accepted Reference is hereby made to the following bank or banks as to the financial responsibility of the bidder: Name of Bank Address The reference is hereby made to the following surety companies as to the financial responsibility and general reliability of the bidder: Company: Address: Company: Address: Signature of Bidder EXHIBIT "A" A-8 LIST OF SUBCONTRACTORS The following information is furnished relative to each subcontractor who will perform word or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid. The undersigned agrees that any portions of the work in excess of one-half of one percent of the total amount of this bid and for which no subcontractor is designated herein, will be performed by the undersigned. NAME OF PROPOSED SUBCONTRACTOR -- IF ANY (Section 4104 of Government Code) Name of Subcontractor Mailing Address Work To Be Done 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 Signed Title EXHIBIT "B" A-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element ofthe bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name and Signature of Bidder: (Print) (Signature) Date: EXHIBIT "C" A-IO STATE OF CALIFORNIA, ) ) ss. COUNTY OF SANTA CLARA ) On , 19 _, before me, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature Seal A-II CONTRACT FOR SANITARY SEWERAGE PROJECT This CONTRACT was made and entered on , 199_, by the WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY, ("DISTRICT"), and , ("CONTRACTOR"). WITNESSETH WHEREAS, the Board of Directors of the DISTRICT has awarded a contract to CONTRACTOR for performing the work hereinafter mentioned in accordance with CONTRACTOR's sealed proposal. IT IS HEREBY AGREED by the DISTRICT and CONTRACTOR as follows: 1. CONTRACT DOCUMENT. This Contract shall consist of the following documents, each of which shall be maintained by the DISTRICT's Secretary: a. Notice of Pre-Bidding Meeting; b. Notice Inviting Sealed Proposals or Bids; c. Bid Proposal; d. Contract for Sanitary Sewerage Project; e. General Provisions; f. Special Provisions; g. Standard Specifications; h. Standard Drawings; and i. Plans and Profiles. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in another, is to be executed the same as if mentioned in all of the documents. The above documents are sometimes referred to as the "Contract Documents." In case of conflict between the Plans and the Specifications on one hand, and this Contract on the other, the Plans and Specifications shall prevail. 2. SCOPE OF WORK. CONTRACTOR shall furnish all the labor, materials, equipment, transportation and utilities necessary to perform and complete in a good and working order, the work on construction and installation of the improvements more particularly described in Resolution No. _-_-_, adopted by the legislative body of the DISTRICT on August 14, 1996. Such work shall be done in the manner designated in, and in strict conformity with, the Plans and Specifications prepared by the DISTRICT's Engineer and adopted by the DISTRICT, which Plans and Specifications are entitled, Hamilton A venue Sanitary Sewer Rehablitation Project, and which are identified by the signatures of the parties to this Contract. It is agreed and understood that said labor, materials, equipment, transportation and utilities shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction of CONTRACTOR, but subject to the inspection and approval of the DISTRICT, or its representative. 3. CONTRACT PRICE. The DISTRICT agrees to make payments to CONTRACTOR for the work herein agreed to be done, at the times and in the manner provided in the Specifications, and at the unit prices stated in CONTRACTOR's bid. With respect to any retention of payment by the DISTRICT to ensure the performance of this Contract, CONTRACTOR will be entitled to substitute securities as provided in Section 4590 of the California Government Code, which is more fully described in the DISTRICT's Notice Inviting Sealed Proposals. A-12 4. TIME OF PERFORMANCE AND DAMAGES. CONTRACTOR shall begin work within fifteen (15) days from the date of the official notice by the DISTRICT's Engineer to proceed with the work, and CONTRACTOR shall diligently complete the work in accord with the Special Provisions. The parties agree that in the event that the work under this Contract is not finished or completed within the time as set forth herein, the DISTRICT will sustain damages to the extent that cost of engineering, inspection, supervision and overhead expenses will be increased by such delay. Therefore, it is agreed that CONTRACTOR shall pay to the DISTRICT the cost of such services incurred by the DISTRICT for each and every day's delay in finishing the work in excess of the time herein prescribed. CONTRACTOR further agrees that if said damages are not paid, the DISTRICT may deduct the amount of the damages owed from any monies due or that may become due the CONTRACTOR under this Contract. 5. TERMINATION, AMENDMENT OR MODIFICATION. This Contract may be terminated, amended or modified, with the mutual written consent of the parties. The compensation payable, if any, for such termination, amendment or modification, shall be determined either by reference to the Unit Price bid, if applicable, the Standard Specifications, or in accordance with the agreement of the parties. 6. APPRENTICES. CONTRACTOR and any of its subcontractors shall comply with the requirements of Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices. Information regarding 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. 7. HOURS OF LABOR. CONTRACTOR shall forfeit as a penalty to the DISTRICT, twenty-five dollars ($25.00) for each worker employed by CONTRACTOR, or by any subcontractor, in execution of work under this Contract, for each day during which any worker is required or permitted to labor more than eight hours during anyone day, and more than forty hours during any one week, in violation of the provisions of the Labor Code, Sections 1810 et seq.; except that work performed by employees to CONTRACTOR, or any subcontractor, in excess of eight hours per day and in excess of 40 hours during anyone week, shall be permitted upon compensation for all excess hours worked at not less than one and one-halftimes the basic rate of pay as provided in Section 1815 of the Labor Code. 8. WAGE SCALE. Compliance shall be had with Sections 1770 et seq. of the Labor Code. Pursuant to Sections 1770 and 1773 ofthe Labor Code, the DISTRICT has obtained from the Director of the Department of Industrial Relations the general prevailing rate for holidays and overtime work for each craft, classification or type of worker required to perform this Contract. A copy of said prevailing rate of per diem wages is on file in the DISTRICT's office and will be made available to any interested party upon request, also a copy shall be posted at the job site. In accordance with Section 1775 of the Labor Code, CONTRACTOR shall forfeit as a penalty to the DISTRICT, not more than fifty dollars ($50.00) for each day, or portion thereof, for each worker paid less than the stipulated prevailing rates for such work or craft in which the worker is employed for any work done under this Contract by such worker, or any subcontractor under the worker, in violation of the provisions of the Labor Code, in particular Sections 1770 to 1780, inclusive. In addition to such penalty and according to the amount paid to each worker for each day, or portion thereof, for which each worker was paid less than the stipulated rate, CONTRACTOR shall pay the prevailing wage rate to each such worker. A-13 9. LABOR DISCRIMINATION. Compliance shall be had with Section 1735 of the Labor Code, which states as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." 10. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and signed either by the party giving such notice, or by an authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following manner: (a) if the notice is given to the DISTRICT, either by personal delivery to the DISTRICT's Engineer, or by depositing the notice in the United States mails, enclosed in a sealed envelope, addressed to the DISTRICT at 100 East Sunnyoaks Avenue, Campbell, California 95008, postage prepaid and certified; (b) if the notice is given to CONTRACTOR, either by personal delivery to CONTRACTOR, or to CONTRACTOR's authorized representative at the site of the Project, or by depositing the notice in the United States mails, enclosed in a sealed envelope, addressed to , postage prepaid and certified; or (c) ifnotice is given to CONTRACTOR's surety or any other person, by depositing the notice in the United States mails, enclosed in a sealed envelope, properly addressed, postage prepaid and certified. 11. ASSIGNMENT OF CONTRACT. Neither this Contract, in whole or in part, nor monies due or to become due hereunder, shall be assigned by CONTRACTOR without the prior written approval of the DISTRICT. 12. COMPLIANCE WITH SPECIFICATIONS AND MATERIALS. Whenever in the Specifications, any material or process is indicated or specified by patent or propriety name, or by name of manufacturer, such Specifications must be met by CONTRACTOR, unless the DISTRICT agrees in writing to some other material or process offered by CONTRACTOR which is equal in all respects to the one specified. It shall be CONTRACTOR's responsibility to prove equality of any such material or process offered as a substitution to the one specified. 13. INSURANCE. (a) Worker's Compensation and Emplover's Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Contract Worker's Compensation and Employer's Liability Insurance for all of CONTRACTOR's employees employed at the site of the Project. In case any work is sublet, CONTRACTOR shall require any and all subcontractors to provide Worker's Compensation and Employer's Liability Insurance for all of the subcontractor's employees unless such employees are covered by the protection afforded to CONTRACTOR. A-14 In signing this Contract, CONTRACTOR makes the following certification, required by Section 1861 of the Labor Code: "I am aware of the provisions of Section 3700 ofthe Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of the Labor Code, and I will comply with such provisions before commencing the performance of the work of this Contract." (b) Before CONTRACTOR performs any work at, or prepares or delivers materials to, the Project site, CONTRACTOR shall furnish certificates of insurance evidencing the insurance coverages set forth in Exhibit "A" hereto, and such certificates shall provide the name and policy number of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty (30) days written notice to the DISTRICT. (c) Attached hereto and incorporated herein by this reference are the following Exhibits: Exhibit 'A' - Insurance Agreement Exhibit 'B' - Certificate of Insurance to the District Exhibit 'c' - Endorsement of Primary Insurance Exhibit 'D' - Additional Insured Endorsement Exhibit 'E' - Aggregate Limits Endorsement Exhibit 'F' - Subrogation Endorsement Exhibit 'G' - Cancellation Endorsement Exhibit 'H' - Faithful Performance Bond Exhibit 'I' - Labor & Materials Bond 14. ACCIDENT PREVENTION. Precaution shall be exercised at all times for the protection of persons, including employees, and property. The safety provisions of applicable laws, building codes and construction codes shall be observed. Machinery, equipment and other hazards shall be guarded or eliminated in accordance with the safety provisions of the Construction and Safety Orders issued by the Industrial Accident Commission of the State of California. 15. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. CONTRACTOR shall not be responsible for the cost of repairing or restoring damage to the work caused by Acts of Nature. NEVERTHELESS, CONTRACTOR shall, if the insurance premium is a separate bid item, obtain the insurance to indemnify the DISTRICT for any damage to the work caused by Acts of Nature. "Acts of Nature" shall include only the following occurrences and effects: earthquakes and tidal waves, when such occurrences have been proclaimed a disaster or state of emergency by the President of the United States or by the Governor of the State of California, or were of a magnitude at the site of the work sufficient to have caused a proclamation of disaster or state of emergency having occurred in a populated area. Subject to the foregoing, the DISTRICT shall not, in any manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said work or equipment during the construction and installation of the improvement(s) and before acceptance of completion of this Contract by the DISTRICT. 16. CONTRACTOR'S GUARANTEE. CONTRACTOR unqualifiedly guarantees the first-class quality of all work and of all materials and equipment used or installed by CONTRACTOR or by any subcontractor or supplier in the Project which is the subject of this Contract; unless a lesser quality is expressly authorized in the Plans and Specifications, in which event CONTRACTOR unqualifiedly guarantees such lesser quality; and that the work as performed by CONTRACTOR will conform with the Plans and Specifications or any written authorized deviations therefrom. In A-IS case of all defect in the work, materials or equipment, whether latent or patent, revealed to the DISTRICT within one year of the date of acceptance of completion of this Contract by the DISTRICT, CONTRACTOR will forthwith remedy such defects without cost to the DISTRICT. The DISTRICT shall give notice of observed defects with reasonable promptness. IN WITNESS WHEREOF, the parties have executed this Contract, the day and year first hereinabove written. WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY CONTRACTOR: By: By: Chairperson Its: Attest: District Secretary Notary acknowledgment is required. If a corporation, corporate seal & corporate notary acknowledgment are required. If not a corporation, a Social Security # or Federal Tax J.D. # is required. APPROVED AS TO FORM: S.S. # or Federal Tax J.D. District Counsel A-16 mSURANCEAGREEMENT A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for worker's compensation or undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of this Contract. B. Contractor and all subcontractors will carry worker's compensation insurance for the protection of its employees during the progress of the work. The insurer shall waive its rights of subrogation against the District, its directors, agents and employees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operations hereunder, commercial or comprehensive general liability insurance, automobile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the District and shall be evidenced by the issuance of a certificate in a form prescribed by the District and shall be underwritten by insurance companies satisfactory to the District for all operations, subcontract work, contractual obligations, product or completed operations, all owned vehicles and non-owned vehicles. Said insurance coverage obtained by the Contractor, excepting worker's compensation coverage, shall name the District, its engineer and each of its directors, officers, agents and employees, as determined by the District as additional insureds on said policies. Insurers must be licensed to do business in the State of California. The Insurers must also have an "A" policy holder's rating and a financial rating of at least Class VII in accordance with the current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages and such certificates shall provide the name and policy number of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty (30) days written notice to the District. Contractor shall maintain all of the foregoing insurance coverages in force until the work under this Contract is fully completed. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the District by Contractor under this Contract and for the duration ofthe warranty period. Notwithstanding nor diminishing the obligations of Contractor with respect to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract, the following insurance in amounts not less than the amounts specified and issued by a company admitted in California and having a Best's Guide Rating of A, Class VII or better. A-I? Worker's Compensation Liability. Public Liability - either commercial general liability or comprehensive general liability , including provisions for contractual liability, personal injury, independent contractors and property damage coverages. Builder's All Risk Automobile Liability - covering owned, non-owned and hired automobiles. (Contractor's Name) In accordance with the Worker's Compensation Act of the State of California - $1,000,000 per occurrence. Combined single limit of 1.0 million per occurrence; $2.0 million in the aggregate. Amount equal to 100% of the contract price bid; $25,000 deductible is allowed. Combined single limit of comprehensive $500,000.00 per occurance. By: Dated: _, 19 EXHIBIT A A-18 CERTIFICATE OF INSURANCE TO THE DISTRICT This certifies to the District that the following described policies have been issued to the insured named below and are in force at this time. Insured: Address: Description of operations/locations/products insured (show contract name and/or number, if any): WORKER'S COMPENSA nON * Statutory Min. *Employer's Liability (Name ofInsurer) $ $ $ Insurance Company's State License No. Check Policy Type: Each Occurrence $ Comprehensive General Liability [ ] Premises/Operations General Aggregate $ (if applicable) [ ] Owners & Contractors Protective Aggregate $ [ ] Contractual for Specific Contract Personal Injury $ [ ] Products Liability [ ] XCU Hazards [ ] Broad Form P.D. Fire Damage (anyone fire) $ [ ] Severability of Interest Clause [ ] Personal Injury with Medical Expense Employee Exclusion Removed (anyone person) $ or Commercial General Liability Self-insured Retention $ (Name of Insurer) A-19 Policy No. AutomotiveN ehicle Liability Commercial Form Liability Coverage Expiration Date Bodilv Iniury Each Person Prooertv Damage Each Accident $ Each Accident $ (Name ofInsurer) $ or Combined Single Limit $ Policy No. Expiration Date Builder's Risk "All Risk" This is to certify that the following policy has been issued by the below-stated company in conformance with the requirements specified in the General Provisions and is in force at this time: (Name of Insurer) POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY DEDUCTIBLE A copy of all Endorsements to the policy(ies) which in any way limit the above-listed types of coverage are attached to this Certificate ofInsurance. (agent's initial) This Certificate of Insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or any other document with respect to which this Certificate of Insurance 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. IT IS HEREBY CERTIFIED that the above policy(ies) provide liability insurance as required by the Contract between the District and the insured. By: Dated _,19_ Attach Certificate of Insurance and Additional Insured Endorsement on company forms. EXHIBIT "B" A-20 ENDORSEMENT OF PRIMARY INSURANCE In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: The insurance afforded by this policy is primary insurance, and no additional insurance held or owned by the designated additional insured(s) shall be called upon to cover a loss under said additional policy. POLICY INFORMATION 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of This Endorsement: _,19_ 4. Insured: All notices herein provided to be given by the Insurance Company to the District in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the District at 100 East Sunnyoaks Avenue, Campbell, California 95008. I, (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. (Signature of Authorized Representative) (Original signature required on all Endorsements furnished to the District) (Names of Agent/Agency) (Title) ( ) (Address) (Telephone) ( ) (Facsimile) EXHIBIT "C" A-21 ADDITIONAL INSURED ENDORSEMENT In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: The District, and its directors, officers, engineers, agents and employees, and all public agencies from whom permits will be obtained and their directors, officers, engineers, agents and employees are hereby declared to be additional insureds under the terms of this policy, but only with respect to the operations of the Contractor at or upon any of the premises within the District in connection with the Contract with the District or acts or omissions of the additional insureds in connection with, but limited to its general supervision or inspection of said operations. POLICY INFORMA nON 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of This Endorsement: ,19_ 4. Insured: All notices herein provided to be given by the Insurance Company to the District in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the District at 100 East Sunnyoaks Avenue, Campbell, California 95008. I, (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. (Signature of Authorized Representative) (Original signature required on all Endorsements furnished to the District) (Title) (Names of Agent/Agency) ( ) (Telephone ) (Address) ( ) (Facsimile) EXHIBIT "D" A-22 COMPREHENSIVE GENERAL LIABILITY/COMMERCIAL GENERAL LIABILITY ENDORSEMENT OF AGGREGATE LIMITS OF INSURANCE PER PROJECT In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: This Endorsement modifies the insurance provided under the General Liability Coverage part of the below-referenced policy of insurance. The general aggregate limit under LIMITS OF INSURANCE applies separately to the project described as POLICY INFORMATION 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of This Endorsement: _,19_ 4. Insured: All notices herein provided to be given by the Insurance Company to the District in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the District at 100 East Sunnyoaks Avenue, Campbell, California 95008. I, (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. (Signature of Authorized Representative) (Original signature required on all Endorsements furnished to the District) (Names of Agent/Agency) (Title) ( ) (Telephone) (Address) ( ) (Facsimile) EXHIBIT "E" A-23 WAIVER OF SUBROGATION ENDORSEMENT WORKER'S COMPENSATION INSURANCE In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: It is agreed that with respect to such insurance as is afforded by the policy, the Insurance Company waives any right of subrogation it may acquire against the District and each of its directors, officers, agents, consultants and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performance of the Contract with the District. POLICY INFORMATION 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of This Endorsement: _,19_ 4. Insured: All notices herein provided to be given by the Insurance Company to the District in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the District at 100 East Sunnyoaks A venue, Campbell, California 95008. I, (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. (Signature of Authorized Representative) (Original signature required on all Endorsements furnished to the District) (Names of Agent/Agency) (Title) ( ) (Telephone) (Address) ( ) (Facsimile) EXHIBIT "F" A-24 NOTICE OF POLICY CANCELLATION ENDORSEMENT In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits, or materially altered, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the District. POLICY INFORMA nON 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of This Endorsement: _,19_ 4. Insured: All notices herein provided to be given by the Insurance Company to the District in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the District at 100 East Sunnyoaks Avenue, Campbell, California 95008. I, (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. (Signature of Authorized Representative) (Original signature required on all Endorsements furnished to the District) (Names of Agent/Agency) (Title) ( ) (Telephone) (Address) ( ) (Facsimile) EXHIBIT "G" A-25 FAITHFUL PERFORMANCE BOND THAT WE, Principal, as (Contractor's Name) and , as Surety, (Bonding Company's Name) are held and firmly bound unto the District and the Town of Campbell, in the sum of lawful money of the United States, for the payment of which will and truly to be made, we bind ourselves, our heirs, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the foregoing obligation is such that, WHEREAS, the Principal has entered into a contract with the District, dated , 19 _ with the Obligee to do and perform the following work to-wit: Rehabilitate approximately 878 meters (2880') of sanitary sewer main, with diameters of 25 cm (10") and 38 cm (15") sanitary sewer main, and its appurtenances on Hamilton Avenue, Campbell, Santa Clara County, California, all in accordance with the plans and specifications prepared by West Valley Sanitation District. NOW, THEREFORE, if the said Principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety this day of , 19 _0 (To be signed by Principal and Surety. Notary acknowledgments required) CONTRACTOR: (Principal) (Surety) By: (Attorney) The above bond is accepted and approved this _ day of ,19_ EXHIBIT "H" A-26 LABOR AND MATERIALS BOND WHEREAS, the District, and hereinafter designated as "Principal" have entered into or are about to enter into a contract providing for the installation, construction, and erection by Principal of more particularly described in said contract; and incorporated herein by reference. WHEREAS, said Principal is required to furnish a bond in connection with said contract, providing that if said Principal, or any of his or its subcontractors, shall fail to pay for materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety on said bond shall pay the same to the extent hereinafter set forth; NOW, THEREFORE, WE, (Contractor's Name) as Principal, and , as Surety, (Bonding Company's Name) firmly bind ourselves, our executors, administrators, successors and assigns, jointly and severally, unto the District and the Town of Campbell, and any and all materialmen, persons, companies, or corporations furnishing materials, provisions, provender or other supplies used in, upon, for or about the performance of the aforesaid work contracted to be executed or performed under the contract hereinabove mentioned, and incorporated herein by reference, and all persons, companies or corporations lending or hiring teams, implements or machinery, for or contributing to said work to be done, and all persons who perform work or labor upon the same, and all persons who supply both work and materials, whose claim has not been paid by Principal or by any other person, in the just and full sum of THE CONDITION OF THIS OBLIGATION IS SUCH THAT if said Principal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, or any and all damages arising under the original contract, then said Surety will pay the same and also will pay in case suit is brought upon this bond, such reasonable attorney's fee as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 1184.1 of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. EXHIBIT "I" A-27 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 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 specifications. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety this _ day of , 19 (To be signed by Principal and Surety. Notary acknowledgments required.) CONTRACTOR (Principal) (Surety) By: (Attorney) The above bond is accepted and approved this _ day of ,19_. EXHIBIT "I" A-28 PART B GENERAL PROVISIONS 1. Examination of Site. Drawin2s and Specifications (a) It shall be the responsibility of the Bidder to thoroughly examine the Project site prior to submitting a bid to the DISTRICT, and to satisfy himself/herself as to conditions to be encountered in performance of the work being bid for. Any claim against the DISTRICT for unusual conditions shall not be allowed if such conditions could have been ascertained upon a visual site inspection. (b) It shall be the responsibility of the Bidder to thoroughly examine and be familiar with the Specifications and Drawings for the Project. The failure of any Bidder to receive or examine any form, instrument, addendum or other document or to visit the Project site and become acquainted with the site conditions shall not relieve the Bidder from any obligations with respect to his/her bid or to the Contract. (c) The submission of a bid shall be prima facie evidence of compliance with this section. 2. Test Borin~s The DISTRICT did not make any test borings for this project. Thickness of the pavement iis estimated to be 25 cm (9")in some areas. The Bidder may make other borings or tests that he/she deems necessary, subject to the Bidder obtaining permission to conduct the testes) from the owners of the effected properties or from the agency having control of streets. 3. Intet:Pretation of Plans and Documents. and Issuin~ Addenda (a) If any prospective bidder is in doubt as to the meaning of any part of the Specifications and Drawing or other Contract documents, or finds discrepancies in, or omissions from the Specifications and Drawings, he/she may submit to the DISTRICT a written request for an interpretation or correction thereof, otherwise, the DISTRICT will not be responsible for explanations or interpretations of the Contract documents. The person submitting the request shall be responsible for its timely delivery to the DISTRICT. Any interpretations or corrections of the Contract documents will be made only by written addendum issued by the DISTRICT, with a copy of the addendum mailed or delivered to each Bidder receiving a set of the Contract documents. No oral interpretations of any provision in the Contract documents shall be made to any Bidder. (b) The DISTRICT may, when it deems necessary, issued addenda to the plans and specifications to amend, clarify or correct matter contained therein. Such addenda shall constitute a part of said plans and specifications and shall be equally binding with them. Addenda shall be forwarded to all prospective bidders. Bidders shall acknowledge in writing receipt of addenda at the time of bidding. B-1 4. Proposal and Award of Contract (a) Proposal Forms. The DISTRICT will furnish to each bidder a standard Bid Proposal form, which, when filled out and executed may be submitted as the Contractor's bid. Bids not presented on forms so furnished will be disregarded. (b) Submission of Bids. Bids are to be submitted at such time and placed as stated in the Notice Inviting Sealed Proposals or Bids. All blanks in the Bid Proposal form, including the Bidder Qualification, List of Subcontractors and Noncollusion Affidavit, must be appropriately filled in. Bids containing less than the above-stated forms, or bids containing incomplete forms, will be disregarded. All bids must be submitted in sealed envelopes bearing on the outside the name of the Bidder, hislher address and the name of the Project for which the bid is submitted. It is the Bidder's sole responsibility to ensure that hislher bid is received in a timely manner. Any bid received after the scheduled closing time for receipt of bids will be returned to the Bidder unopened. (c) Unit and Total Price. Wherever called for, a unit price and total price shall be sho~ for each item. The prices may be indicated by numbers only and need not be written in words. The total price shall be the product of the Bidder's unit price and the Engineer's estimated quantity. After the bids have been opened and before any official decision is reached, the Engineer shall check all bids for correctness. If a discrepancy is found between the unit price and the total price, the unit price shall be deemed to reflect the Bidder's intention and the total price shall be recalculated accordingly. (d) Preparation of Bids. (1 ) Erasures. The bid submitted must not contain any erasures, unless such correction is authenticated by affixing the left margin immediately opposite the correction, the surname(s) of the person(s) signing the bid. (2) Modifications. Changes in or additions to the bid for, recapitulations of the work bid upon, alternative proposals or any other modification of the Bid Proposal form which is not specifically called for in the Contract documents may result in the rejection of the bid as not being responsive to the invitation. No oral or telephonic modification of any bid submitted will be considered except when a written confirmation is received by the DISTRICT prior to the opening of the bids. (3) Si~nature. Bidders must affix their authorized signature to the Bid Proposal form. If the Bidder is an individual, hislher business address must be sho~. If the Bidder is a firm, partnership or corporation, the business address of the firm, partnership or corporation shall be sho~. For a corporation, the state in which incorporated shall be sho~ and the corporate seal shall be affixed to the bid. (e) Subcontractors. Each Bidder must submit a List of Subcontractors with the bid stating the following: (1) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the Contractor's total bid; and B-2 (2) The portion of the work which will be done by each subcontractor under the Contract. The Contractor shall list only one subcontractor for each portion as defined in the bid. (1) Withdrawal of Bids. Any time prior to the scheduled closing time for receipt of bids, Bidders may withdraw their bid, either personally. by written request. or by telephonic request as long as written confirmation is received by the DISTRICT prior to the opening of the bids. (g) Bidders Interested in More Than One Bid. No person, firm or corporation shall be allowed to make or file more than one bid for the same work unless alternate bids are specifically called for. A person, firm or corporation that has submitted a subproposal to a Bidder, or that has quoted prices of materials to a Bidder, is not thereby disqualified from submitting a subproposal or quoting prices to other Bidders or from making a prime proposal. (h) Contract Documents. The Contract shall consist of the following documents, each of which is on file in the office of the DISTRICT's Secretary and are incorporated herein by this reference: (I) (2) (3) (4) (5) (6) (7) (8) (9) Notice of Pre-bidding Meeting; Notice Inviting Sealed Proposals or Bids; Bid Proposal, including Bidder Qualification Form. List of Subcontractors, Noncollusion Affidavit; Contract for Sanitary Sewerage Project, including Insurance Agreement, Certificate of Insurance to the DISTRICT, Endorsement of Primary Insurance, Additional Insured Endorsement, Aggregate Limits Endorsement, Subrogation Endorsement, Cancellation Endorsement, Faithful Performance Bond, Labor and Material Bond; General Provisions; Special Provisions; Standard Specifications; Standard Drawings; and Plans and Profiles (i) Award of Contract. The DISTRICT reserves the right to award the Contract to any qualified bidder based on the proposal that is most advantageous to the DISTRICT. The DISTRICT also reserved the right to reject any or all bids or to waive any irregularities in the bidding procedures, provided the variance does not affect the amount of the bid or does not give a bidder an advantage or benefit not allowed other bidders. G) Execution of Contract. The successful bidder, as Contractor, shall execute the Contract and provide the Contract bonds and insurance certificates required therein, within fifteen (15) days, excluding Saturdays, Sundays and legal holidays, after the bidder has received the Contract for execution. Failure to execute the Contract documents within the 15 day period, may result in annulment of the award and forfeiture of the proposal guarantee. (k) Return of Proposal Guaranties. Within 10 days after award of the Contract, the DISTRICT will, upon demand, return the proposal guaranties accompanying the proposals of all Bidders except those of the three lowest responsible Bidders as determined by the DISTRICT. The proposal guaranties of the three lowest responsible Bidders will be held until the Contract has been executed, after which they will be returned to the respective Bidders. (1) Wage Schedule. Contractor shall keep fully informed of all existing and future State and Federal laws which in any manner affect those engaged or employed in the work. Contractor shall comply with Sections 1770 et seq. ofthe Labor Code. Pursuant to Sections 1770 and 1773 of the Labor Code, the DISTRICT has obtained from the Director of the Department ofIndustrial Relations B-3 the general prevailing rate for holidays and overtime work for each craft, classification or type of worker required to perform the Contract. A copy of said prevailing rate of per diem wages is on file in the DISTRICT's office and will be made available to any interested party upon request, also a copy shall be posted at the job site. (01) Contractor's Registration, It shall be unlawful for any person who is not a sewer or plumbing contractor, whichever is applicable, licensed under the State Contractor's License Law, to install, construct or repair any sanitary public or building sewer in Public Rights-of-Way or Sanitary Sewer Easements within the DISTRICT. All such licensed contractors shall register with the DISTRICT prior to commencing or carrying out any such work. 5. Prosecution and Pro~ress of the Work (a) Progress of the Work. The Contractor shall begin work under the contract on the date stated in the DISTRICT's Notice to Proceed, and shall diligently and continuously execute the work to completion within the number of working or calendar days as shown in the Special Provisions. (b) Assessment of Damages Due to Delays. It is agreed by the parties to the Contract that in case all the work called for under the Contract, in all parts and requirements, is not completed within the number of days specified in the Special Provisions, damage will be sustained by the DISTRICT to the extent that cost of engineering, inspection, supervision and overhead expenses will be increased by such delay. Thus, the Contractor agrees to pay to the DISTRICT the cost of such services incurred by the DISTRICT for each and every day's delay in completing the work in excess of the prescribed completion date. Further, if such damages are not paid, the Contractor agrees that the DISTRICT may deduct the amount of damages incurred from any monies due or that may become due the Contractor under the Contract. (c) Extension of Completion Date; Damages. It is agreed that in case the work called for under the Contract, in all parts and requirements, is not completed within the number of days specified in the Special Provisions, the DISTRICT shall have the right to extend the time or not, whichever is deemed to be in the DISTRICT's best interest, and if the DISTRICT decides to extend the time of completion, the DISTRICT shall have the right to charge the Contractor, its heirs, assigns or sureties, and to deduct from the final payment for the work, in whole or in part, the actual cost of engineering, inspection, supervision and other overhead expenses which are directly chargeable to the Contract and which accrue during the period of such extension, excluding the cost of the final inspection and preparation ofthe final progress payment. The DISTRICT's Engineer will determine the amount of extra time to be allowed pursuant to the Standard Specifications. It is further agreed that any extension of time allowed for completion of the Contract is intended by both parties to be that reasonably necessary to complete the work on the basis of eight hours per working day and forty hours per working week with no overtime, weekend or holiday work, and that in the event any work is performed on overtime or on weekends or holidays during the extended period, additional damages may be sustained by the DISTRICT to the extent the overall cost of engineering, inspection, supervision and overhead expenses will be increased. Accordingly, it is agreed that the Contractor will pay the DISTRICT the amount of such increase in said expenses incurred by the DISTRICT and caused by such overtime, weekend or holiday work, and the Contractor agrees to pay such damages as herein provided, and in case such damages are not paid, agrees that the DISTRICT may deduct the amount of said damages from any monies due or that may become due the Contractor under the Contract. (d) Liquidated Damages. In addition to the damages set forth in this section, it is agreed by the parties to the Contract that in case all the work called for under the Contract, in all parts and B-4 requirements. is not completed within the number of days speci tied in the Special Provisions and any extensions allo\'.ed pursuant to this section. additional damagl?s will be sustained by the DISTRICT. It is further agreed that it is and will be impracticable and extrl?mely difficult to ascertain and determine the actual additional damages which the DISTRICT will sustain in the event of or by reason of such delay. It is therefore agreed that the Contractor will pay to the DISTRICT the sum of $1,000.00 per day for each and every calendar day of delay in completing the work in excess of the number of days prescribed. The Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the DISTRICT may deduct the amount thereof from any monies due or that may become due to the Contractor under the Contract. In no event, however, shall the Contractor be assessed liquidated damages for delay in completion of the work when such delay was caused by failure of the DISTRICT or the owner of the utility to provide for removal or relocation of existing utility facilities. The Contractor shall notify the DISTRICT's Engineer in writing of the causes of delay \\ithin ten (l0) days from the beginning of any such delay in order to be relieved of said liquidated damages or other penalties. The Engineer shall ascertain the facts and make findings regarding the extent of delay. The Engineer's findings shall be final and conclusive. 6. Insurance (a) Before the Contractor performs any work at, or prepares or delivers materials to, the Project site, the contractor shall furnish certificates of insurance evidencing the insurance coverages set forth below, and such certificates shall provide the name and policy number of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty (30) days written notice to the DISTRICT. The Contractor shall maintain in full force and effect during the life of the Contract, the following insurance in amounts not less than the amounts specified, and issued by a company admitted in California and having a Best's Guide Rating of A-Class VII or better: Worker's Compensation Liability. In accordance with the Worker's Compensation Act of California- $1.0 million per occurrence. Combined single limit of 1.0 milliion per occurrence; $2.0 milliion in the aggregate. Public Liability - either commercial or comprehensive general liability; provisions for contractual liability, personal injury, independent contractors and property damage coverages. Builder's All Risk Amount equal to 100% of the Contract price bid; $25,000 deductible is allowed. Automobile Liability - covering owned, non-owned and hired vehicles. Combined single limit of comprehensive $500,000.00 per occurrence. (b) Worker's Compensation and Unemployment Insurance. Prior to entering into the contract, the Contractor shall furnish to the DISTRICT satisfactory proof that the Contractor has a policy of worker's compensation and unemployment insurance for its employees, that conforms to the provisions of Division 4, commencing with Section 3200, of the Labor Code or of the Unemployment Insurance Code, in effect for the entire period covered by the Contract. B-5 7. Control of the Work (a) Authority to Deviate from the Approved Plans. Deviations from the approved plans or specifications for the Project must be authorized in writing by the DISTRICT's Engineer. (b) Inspection. All work done by Contractor shall be inspected by the DISTRICT. No work shall be covered until it has been inspected and approved by the DISTRICT. Any work that has been covered without approval shall be uncovered for inspection at Contractor's expense, upon request by the DISTRICT. If the work does not meet the DISTRICT's standards and requirements, the DISTRICT may order disconnection of the work from its sewer system, or other corrective measures, at Contractor's expense. All work done by Contractor shall be accomplished between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, or as specified in the Special Provisions, unless otherwise authorized in writing by the DISTRICT's Engineer. Contractor shall give the DISTRICT at least 24 hours advance notice that inspection of the work is requested. (c) Monuments. It shall be Contractor's responsibility to properly guard, protect and preserve all street and highway monuments, all property corner and property line monuments and all D.S.C. and G.S. monuments in their proper places until their removal is authorized in writing by the DISTRICT's Engineer. Any monument removed without proper authority shall be replaced at Contractor's expense. (d) Utilities. It shall be Contractor's responsibility to verify the location of all existing utilities. Contractor shall have all of the utilities, underground mains and services that may conflict with the Project site located. Contractor shall contact Underground Service Alert ("U .S.A. If) at (800) 642- 2444, forty-eight (48) hours in advance of any work. Due caution shall be exercised by Contractor to insure that underground irrigation systems, electrical systems and other utilities are not damaged during construction of the Project. During excavation, appropriate techniques shall be employed which safeguard all existing utilities and underground facilities. Damage to such utilities and underground facilities shall be repaired at Contractor's expense iflocated by U.S.A. or shown on the plans or described by the DISTRICT's Engineer. Any notations or delineations showing utility locations (underground) on the Contract Plans and Profiles are approximations only and do not relieve Contractor of its obligations under this section. 8. Liability (a) Indemnity. Contractor shall indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the DISTRICT, its officers, employees, agents and board from all claims, losses, damage, including property damage, personal injury, including death, and liability of every kind arising out of or in any way connected with the negligent acts, errors or omissions, or the willful misconduct of Contractor or any person directly or indirectly employed by, or acting as agent for Contractor, directly or indirectly related to the performance of the work on this Project, but not including the negligence or the willful misconduct of the DISTRICT. Contractor shall also indemnify the DISTRICT against and hold it harmless from any and all loss, damage, costs and attorney's fees suffered or incurred on account of any breach by Contractor, or its employees, agents or subcontractors, of the Contract between Contractor and the DISTRICT for this Project. B-6 (b) Responsibility for Damages. The DISTRICT, its engineer. employees or agents shall not be answerable or accountable in any manner for any loss or damage that may occur to the work, or any part thereof, any material or equipment used in performing the work. or for injury or dan1age to any person, either workers or the public. or for damage to adjoining property from any cause whatsoever during the progress of the work or at any time before final acceptance by the DISTRICT. Contractor shall be solely responsible for any liability for injuries to or death of any person. including workers and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance by the DISTRICT. 9. Definitions The definitions contained in the Standard Specifications shall apply with the following modifications: (a) "Agency" and "DISTRICT" means the West Valley Sanitation District of Santa Clara County. (b) "Contractor" means any person or persons. firm, partnership, corporation or combination thereof, and includes subcontractor and specialty contractor. (c) "Building Sewer" means a house connection sewer, (d) "Easement" means rights in real property granted to the District for the construction, replacement, maintaining of operating of a sanitary sewer main and its appurtenances, together with the reasonable right of access to such easement and said purposes over the land of the grantor. 10. General Guarantee Neither the final certificate of payment, nor any provision in the Contract, nor partial or entire use of the Project by the DISTRICT, shall constitute an acceptance of work not done in accordance with the Contract or relieve Contractor of liability respecting any express warranties or responsibility for faulty materials or workmanship. Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom which appear within a period of one year from the date of final acceptance of the work by the DISTRICT, unless a loner period is specified in the Special Provisions. The DISTRICT shall give notice of observed defects with reasonable promptness. 11. Personal Interest of the DISTRICT's Officials No official of the DISTRICT who is authorized to negotiate, make, accept or approve any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the Project on behalf of the DISTRICT, shall become directly or indirectly interested personally in the Contract for this Project. No officer, employee, architect, attorney, engineer or inspector of, or for, the DISTRICT who is authorized to exercise any executive, supervisory or other similar functions on behalf of the DISTRICT in connection with the construction of the Project, shall become directly or indirectly interested personally in the Contract for this Project, including any material supply contract, subcontract, insurance contract or any other contract resulting from the performance of the Contract for this Project. 12. Contract Bonds B-7 Pursuant to the conditions of Section 2-4 of the Standard Specifications the Contractor shall file with the DISTRICT a "Faithful Performance Bond" for 100% of the Contract price. The Contractor shall file with the DISTRICT a "Labor and Materials Bond" meeting all the requirements of said Section 2-4, except that the Bond shall be in the amount of 100% of the Contract price. 13. Reports Contractor and each subcontractor shall submit to the DISTRICT any schedules of quantities and cost, progress schedules, payrolls, estimates, records, miscellaneous data and other reports pertaining to the Contract for this Project as may be requested by the DISTRICT. 14. Mutual Responsibility of Contractors If, through acts of neglect on the part of Contractor, any other contractor or subcontractor, suffers loss or damage on the Project, Contractor agrees to settle with such other contractor or subcontractor by agreement or arbitration, if such contractor or subcontractor will so settle. lithe other contractor or subcontractor tiles a claim against the DISTRICT for any alleged damage, the DISTRICT shall notify Contractor who shall indemnify and hold the DISTRICT harmless against any liability and/or loss arising out of any such claim. Contractor must ascertain to its own satisfaction the scope of the Project and the nature of any other contracts that have been or may be awarded by the DISTRICT in the performance of the Project so that Contractor may perform this Contract in light of other contracts, if any. Nothing herein contained shall be interpreted as granting Contractor exclusive occupancy of the Project site. Contractor shall not cause any unnecessary hindrance or delay to any other contractor working on the Project. If the performance of any contract for the Project is likely to be interfered with by the simultaneous execution of another contract, the DISTRICT shall decide which contractor shall temporarily cease work and which contractor shall continue, or whether the work can be coordinated so the contractors may proceed simultaneously. The DISTRICT shall not be responsible for any damage suffered or extra costs incurred by Contractor, resulting directly or indirectly from the award, performance or attempted performance of any other contract on the Project, or caused by any decision or omission of the DISTRICT concerning the order of precedence in the performance of contracts. 15. Materials for the Project (a) Contractor shall furnish all materials required to complete the work, except such materials as are designated in the Special Provisions to be furnished by the DISTRICT. (b) Upon written request by Contractor, materials furnished by the DISTRICT will be delivered within a reasonable time at the locations designated in the Special Provisions. The materials shall be unloaded and hauled to the Project site by Contractor, at hislher expense. The cost of handling the materials after delivery to Contractor, shall be included in the Contract prices for the items in connection with which the materials are used. (c) Contractor shall be responsible for all materials delivered to him/her, and deduction will be made from any monies due Contractor for any shortages from any cause wha~soever which may B-8 occur after delivery of the materials, or for any damage caused by Contractor's negligence in handling of the materials. 16. Notice and Service Thereof Any notice from one party to the other under this Contract shall be in writing, and shall be dated and signed either by the party giving notice, or by an authorized representative of such party. Notice shall not be effective unless served in the following manner: (a) If notice is given to the DISTRICT, either by personal delivery to the DISTRICT's Engineer, or by depositing the notice in the United States mails, enclosed in a sealed envelope, addressed to the DISTRICT at 100 East Sunnyoaks Avenue, Campbell, California 95008, postage prepaid and certified; (b) If notice is given to Contractor, either by personal delivery to Contractor, or to Contractor's authorized representative at the Project site, or by depositing the notice in the United States mails, enclosed in a sealed envelope, addressed to at postage prepaid and certified; or (c) Ifnotice is given to Contractor's surety or any other person, by depositing the notice in the United States mails, enclosed in a sealed envelope, properly addressed, postage prepaid and certified. B-9 PART C SPECIAL PROVISIONS 1. Location This work is entitled, "Hamilton Avenue Sanitary Sewer Rehabilitation Project," and is located on the following streets within the DISTRICT: That particular portion of Hamilton Avenue west of Highway 1 7 and east of Winchester Blvd. in Campbell, Santa Clara County. 2. Scope of Work The work is to rehabilitate approximately 878 meters (2880') of vitrified clay pipe sewer system by trenchless construction method, all within the public right-of-way of Hamilton Avenue in Campbell. 3. Time of Completion The work shall be commenced by Contractor on the date to be stated in the District's Notice to the Contractor to Proceed, and shall be completed by Contractor within the following number of working days: 25. All work must be completed by December 1, 1996. 4. Inspection and Inspection Costs All work shall be inspected by the DISTRICT at the District's expense, except when the work exceeds the allotted number of working days, in which event the inspection costs shall be paid for by Contractor at the rate, and in the manner, provided in Sections 10.010 and 10.020 of the District's Ordinance Code. 5. Public Convenience and Safety Contractor shall so perform the work as to cause the least possible obstruction and inconvenience to public trafflc. Contractor shall furnish, erect and maintain sufficient warning and directional signs, barricades and lights, and furnish sufficient flagmen to give adequate warning to the public at all times construction is underway, and of any dangerous conditions encountered as a result thereof. Traffic detour plans shall conform to the latest issue ofCaltran's "Manual of Traffic Controls for Construction and Maintenance -- Work Zones." All traffic control costs shall be included in the total contract bid price and no extra payment will be made for such costs. Contractor shall practice proper safety procedures in accordance to Cal OSHA requirements. 6. Materials Furnished bv the DISTRICT The DISTRICT will not furnish any material for this Project. C-l 7. Estimated Ouantities It is specifically pointed out that the quantities listed in the proposal and specifications are estimates only and being given on a basis of comparison of bids and that the DISTRICT does not agree that the actual amount of work will correspond, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit items, that may be deemed necessary by the DISTRICT's Engineer. THE QUANTITY LISTED FOR EACH ITEM MAYBE INCREASED OR DECREASED UP TO TWENTY -FIVE (25) PERCENT OF THE CONTRACT QUANTITIES WITH NO CHANGE IN UNIT PRICE BID. Item Description Est. Ouantitv Unit A. 25 cm (10") sewer 651 meter B. 38 cm (15") sewer 227 meter C. 10 cm (4") building sewer to be reinstated 18 each D. 10 cm (4") building sewer not to reinstated 22 each E. Point Repair 1 each 8. Equipment Rental Rates The equipment rental rates provided in the Standard Specifications shall apply subject to the following amendment: "Regardless of ownership, the rates to be used in determining equipment rental costs shall not exceed those listed in the current equipment rental contract of the Santa Clara County Public Works Department, unless the equipment used, or a close equivalent, does not appear upon that list, in which case the current listed price of local equipment rental agencies shall be used." 9. Protective Bedding For all point repairs, the pipe shall be placed in a 6" envelope (from 6" below to 6" above) of 3/4" crushed rock (See Type B in Section 200.1.2 of the Standard Specifications.) 10. Pipe Material Unless otherwise specified, all existing sewers are vitrified clay pipes. 11. Cleaning Pipeline cleaning shall be performed prior to closed circuit television inspection and rehabilitation. The Contractor shall protect the manholes to withstand forces generated by C-2 equipment, water or air pressure. The Contractor shall verify the inside minimum and maximum diameter of the pipeline. The recent television inspection by District revealed the accumulation of mastic, to 4 cm (1- 1/2") thick, at the bottom of the pipe joints. Contractor is required to remove the mastic to a thickness of no more than 0.75 cm (1/4"). Removal of the mastic is a contract requirement and any costs incurred by the contractor will only be paid as part of the total price bid for cleaning and inspection. The Contractor shall be responsible for the removal of a minimum of 98 percent of the original diameter or area, as shown on the Plans or in the specifications. Pipeline debris is described as, but not limited to, sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid materials. The Contractor shall dispose of all debris removed from the pipeline in accordance with current applicable regulations. Any hazardous waste material encountered during the project shall be considered as a changed condition. Refer to Section 3-4 of the "Greenbook" Standard Specifications for Public Works Construction. The Contractor shall immediately report to the Engineer of any obstruction other than accumulated debris or mastic that cannot be removed by remotely operated equipment. At the Engineer's instruction, the Contractor shall remove the obstruction. The Contractor will be compensated in accordance with the unit price under Bid Item 6 of the Bid Proposal. 12. TV Inspections The District conducted television inspection of the sewer system. A copy of the original report is attached in Appendix A for the Contractor's information. The video tape will be available to the Contractor after the District's Board of Directors accept the bid from the low bidder. Closed circuit television (CCTV) inspection will be required prior to rehabilitation to document the condition of the host pipeline and to verify that it was cleaned per Section C-ll. A post-installation CCTV inspection shall be performed to'determine if the rehabilitation method selected was installed per the Contract Documents and that all building sewers have been re- connected as required. All video inspection shall utilize VHS format video tapes for' documentation. The television inspection system shall include television camera with pivoted head, a television monitor, cables, power sources, and other equipment. The system to be utilized on the project shall be approved by the Engineer. The Contractor shall televise the pipeline during optimum low-flow level conditions as pre- approved by the Engineer. 13. Flow Diversion Bypass Pumping Sewage can be diverted to the north of Hamilton Ave. via the manhole at the intersection of Winchester Blvd. and Hamilton Ave. Peak flow at this manhole is estimated at 800 thousand gallons per day. Contractor shall conduct trial diversion for at least two consecutive days~ before beginning rehabilitation work. Contractor shall submit a contingency plan that outlines the precautions to be implemented to prevent sewage from entering the storm drain system to the Engineer for approval. C-3 Contractor shall be responsible for all bypass pumping of flows necessary for the acceptable completion of the new sanitary sewer. Bypass pumping shall consists offumishing, installing, and maintaining all power, primary and standby pumps, appurtenances, bypass piping and temporary plugs required to maintain existing flows and services. Bypass pumping shall be done in such a manner as to not damage private or public property, nor create nuisance. Sufficient measures must be taken to prevent any sewage overflow and excessive surcharge. Contractor shall be responsible for all costs associated with the clean up of sewage spills resulting from equipment malfunction and/or improper operating procedures. 14. Encroachment Permit The District is in the process of obtaining the permit from the City of Campbell. It will be available as soon as the permit is issued. All costs related to the permit requirements shall be included in the unit prices of the Bid proposal, and there will be no additional compensation to the Contractor. It is anticipated that all traffic controls shall conform to the latest CalTrans requirements. Campbell's 'Trench Restoration-Method A" will be required for all point repairs. 15. Technical Specifications Acceptable sewer rehabilitation methods for this project are: Cured-In-Place Liner Pipe (CIPLP) and Folded Plastic Liner Pipe. Unless otherwise specified, all process must conform to Section 500 of the 1994 Edition of the APW A Standard Specifications. Attached are technical specifications for CIPLP and Folded Plastic Liner Pipe. Only licensed and manufacturer-certified contractors may perform the sewer rehabilitation project. C-4 TECHNICAL SPECIFICATION CURED-IN-PLACE LINER PIPE PART 1- GENERAL 1.01 THE REQUIREMENT A. This Specification covers the work necessary to furnish and install, complete, the cured-in-place liner pipe (CIPLP). The CONTRACTOR shall provide all materials, labor, equipment, and services necessary for bypass pumping and/or diversion of sewage flows, cleaning and television inspection of sewer to be lined, liner installation, reconnection of service connections, and fmal television inspection and testing of lined pipe system. 1.02 REFERENCE SPECIFICA nONS, CODES, AND STANDARDS A. The following references are part of this Specification. In case of conflict between the requirements of this Specification and those of the listed documents, the requirements of this Specification shall prevail. The latest edition of the following references shall be used: ASTM D543 Standard Test Methods for Resistance of Plastics to Chemical Reagents ASTM D790 Standard Test Methods for Flexural Properties ofUnreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM FI216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of Resin-Impregnated Tube g:\...\# 1 040\15\curedin.ts August 12, 1996 I 1.03 CONTRACTOR SUBMIrr ALS A. The CONTRACTOR shall provide submittals on all lining materials and resins, and shall furnish manufacturer certification that the liner materials are in compliance with the specifications, codes, and standards referenced herein. The submittals shall include details of all component materials and construction details including complete manufacturer's recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, and trimming and finishing. The CONTRACTOR shall also provide manufacturer's certification, field measurements, and pipe sizing calculations which demonstrate that the liner has been properly undersized to avoid the creation of wrinkles or folds. B. The CONTRACTOR shall submit bypass pumping and/or diversion plans for review by the ENGINEER at least 10 working days prior to the work. The CONTRACTOR shall notify the ENGINEER 24 hours prior to commencing with the bypass pumping operation. The CONT ACTOR's plan for bypass pumping shall be satisfactory to the ENGINEER before the CONTRACTOR shall be allowed to commence bypass pumping. C. The CONTRACTOR shall submit shop drawings that identify the liner insertion and bypass pumping locations and methods with sufficient detail to assure that the work can be accomplished without sewage spill. The bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping system. D. The CONTRACTOR shall submit the resin manufacture's heating requirements. Additionally, the CONTRACTOR shall conceptually discuss with the ENGINEER the general curing guidelines. 1.04 QUALITY ASSURANCE A. The finished liner shall be continuous over the entire length of an insertion run between two manholes or access points and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and delamination. B. Wrinkles in the finished liner pipe that reduce the hydraulic capacity of the pipe are unacceptable and shall be removed and repaired by the CONTRACTOR at the CONTRACTOR's expense. The CONTRACTOR shall remove a section of pipe, if so directed by the ENGINEER, to determine if a void between the wrinkle and pipe wall exists. If so proven that a void does exist, the CONTRACTOR shall repair and replace that section of pipe at the CONTRACTOR's expense. If a void does not exist, the g:\... \# 1 040\ 15\curedin.ts August 12, 1996 2 1.05 WARRANTY CONTRACTOR shall repair and replace that section of pipe at the OWNER's expense. Methods of repair shall be proposed by the CONTRACTOR and submitted to the ENGINEER for review. A. The CONTRACTOR shall provide a warranty to be in force and effect for a period of one year from the date of fmal acceptance. The warranty shall cause the CONTRACTOR to repair or replace the liner should failure result from faulty materials or installation. PART 2 - PRODUCTS 2.01 MATERIALS A. g:\...\# 1040\15\curedin.ts August 12, 1996 Liner Tube. 1. The liner tube shall consist of one or more layers of flexible needled felt or an equivalent woven and/or nonwoven material capable of carrying resin, withstanding installation pressures and curing temperatures, and is compatible with the resin system used. The liner shall be fabricated to a size that, when installed, will fit the internal circumference of the existing pipe without any annular space between the liner and existing pipe wall. 2. The resin used shall be compatible with the rehabilitation process, shall be able to cure in the presence or absence of water and the initiation temperature for cure shall be as recommended by the resin manufacturer and reviewed by the ENGINEER. 3. The liner shall be fabricated from materials which when cured, will be chemically resistant to withstand internal exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, methane, petroleum hydrocarbons, saturation with moisture, diluted sulfuric acid, and other chemical reagents determined by the ENGINEER. 4. The minimum tube length shall be that deemed necessary by the CONTRACTOR to effectively span the distance from the inlet to the outlet of the respective manholes, or access points, unless otherwise specified. The CONTRACTOR shall verify the lengths in the field before impregnation of the tube 3 B. with resin. Individual insertion runs may be made over one or more manhole sections as determined in the field by the CONTRACTOR and reviewed by the ENGINEER. 5. Prior to insertion, the liner shall be free of all visible tears, holes, cuts, foreign materials, and other defects. 6. Prior to insertion, the CONTRACTOR shall provide data on the maximum allowable stresses and elongation of the tube. The exterior of the manufactured tube shall be marked along its length at regular intervals not to exceed five feet. These marks shall be used as a gauge to measure elongation during insertion. Should the overall elongation of a reach exceed five percent, the liner tube shall be rejected and replaced. Resin. 1. Unless otherwise specified, provide a general purpose, unsaturated, thermosetting, polyester, vinyl ester, or epoxy resin able to cure in the presence or absence of water, and a catalyst system compatible with the insertion process. 2. Resin shall not be subjected to ultraviolet light and shall form no excessive bubbling or wrinkling during lining. 2.02 PHYSICAL PROPERTIES A. The CIPP system shall conform to and comply with the minimum standards listed below. Test Polyester Vinylester and _ Characteristic Method Resin Epoxy Resins Flexural Strength ASTM D790 4,500 psi 5,000 psi Flexural Modulus (short ASTM D790 250,000 psi 300,000 psi term) Flexural Modulus (long 125,000 psi 150,000 psi term) B. The liner thicknesses are based on a pipe ovality of 5 percent and the resin's physical properties shown in Section 2.02.A. If the CONTRACTOR uses resins having different physical properties, the CONTRACTOR shall submit detailed calculations of the proposed liner thickness for review by the ENGINEER. g:\...\#1040\15\curedin.ts August 12, 1996 4 PART 3 - EXECUTION 3.01 PREPARATION A. B. g:\...\# 1 040\15\curedin.ts August 12, 1996 Bypass Pumping. 1. The CONTRACTOR shall provide bypass pumping and/or diversion when required for acceptable completion of the liner installation. Bypass pumping shall consist of furnishing, installing, and maintaining all power, primary and standby pumps, appurtenances and bypass piping required to maintain existing flows and services. 2. Bypass pumping shall be done in such a manner as not to damage private or public property, or create a nuisance or public menace. The pumped sewage shall be in an enclosed hose or pipe that is adequately protected from traffic, and shall be redirected into the sanitary sewer system. Dumping or free flow of sewage on private property, gutters, streets, sidewalks, or into storm sewers is prohibited. 3. The CONTRACTOR shall take all necessary precautions including constant monitoring of bypass pumping to insure that no private residences or properties are subjected to a sewage backup or spill. The CONTRACTOR shall be liable for all cleanup, damages, and resultant fmes in the event of a spill. After the work is completed, flow shall be restored to normal. Cleaning and Inspection of Existing Sewer. 1. The CONTRACTOR shall be responsible for cleaning, inspecting, confmning the inside diameter and determining the condition of each manhole- to-manhole segment to be lined. The cleaning process shall include the removal of all roots. A television inspection shall be performed by the CONTRACTOR after the sewer cleaning operation, point repairs, and grouting is completed. The television inspection shall be completed in the same direction each time and shall be done with a CCTV color camera recorded in VHS format. A pivot head camera shall be used for all pipelines that are 6-inches in diameter or greater to allow detailed lateral inspection. A copy of the television inspection video tapes from all televising operations shall be provided to the ENGINEER for review prior to the liner installation.c 5 c. D. E. Point Repairs. 1. It shall be the responsibility of the CONTRACTOR to clear the line of obstructions such as solids, offset joints, protruding service connections or collapsed pipe that will prevent liner insertion. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment or by remotely performed point repair methods acceptable to the ENGINEER, then the CONTRACTOR shall make a point repair excavation to uncover and remove or repair the obstruction. Before any point repair excavation is pursued, the CONTRACTOR shall give the ENGINEER three (3) working days notice. Point repair excavation shall proceed only with the ENGINEER's written authorization. Protruding laterals shall be removed either internally with a hydrojet cutter or by external point repair. The type and location of the repairs are included with the Project Documents. Grouting of Severe Defects. 1. It shall be the responsibility of the CONTRACTOR to grout severe open joints and cracks in the pipeline. The CONTRACTOR shall be required to grout all open joints and cracks that in the CONTRACTOR's opinion will impede the specified performance of the liner except that all open joints greater than l-inch shall be grouted irrespective of the CONTRACTOR's assessment. An estimate of the number of locations to be grouted is provided in the bid schedule. The locations shall be determined by the CONTRACTOR based on video tapes provided with the Project Documents. Manholes. 1. The CONTRACTOR shall protect the manholes to withstand forces gener- ated by equipment, water or air pressure used while inserting the tube. 3.02 INST ALLA nON A. g:\...\# 1 040\ 15\curedin.ts August 12, 1996 Resin Impregnation. 1. The uncured resin in the original containers and the unimpregnated fiber- felt tube shall be impregnated by vacuum or other means prior to installation. The materials and "wet-out" procedure shall be subject to inspection by the ENGINEER. A resin and catalyst system that are compatible with the requirements of the method shall be used. 6 B. c. g:\...\# 1 040\15\curedin.ts August 12, 1996 2. The impregnated liner bag shall be transported to and stored at the site in such a manner that it will not be damaged, exposed to direct sunlight, or result in any public safety hazard. The impregnated liner bag shall be kept cool during shipment and storage. All materials shall be subject to inspection and review prior to installation. Liner Installation. 1. The impregnated tube shall be inserted through an existing manhole or other access approved by the ENGINEER by means of the installation process. The application of hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. 2. The liner shall be installed at a rate less than 10 feet per minute at all times. Curing. 1. After placement is completed a suitable heat source and distribution equipment shall be provided. The equipment shall be capable of circulating hot water, air, and/or steam throughout the section by means of a pre-strung hose which has been perforated in accordance with the manufacturer's recommendations or other methods acceptable by the ENGINEER to raise the temperature uniformly above the temperature required to effect a resin cure. This temperature shall be determined by the manufacturer based on the resin/catalyst system employed. 2. The heat source piping shall be fitted with continuous monitoring thermocouples to gauge the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin manufacturer as measured at the heat source inflow and outflow return lines. At the direction of the ENGINEER, the CONTRACTOR shall provide standby equipment to maintain the heat source supply. An additional continuous monitoring thermocouple shall be placed between the impregnated felt tube and the pipe invert at the remote manhole and at a point midway between the upstream and downstream manholes to determine the temperature during the cure. The temperature during the cure shall not be less than 130 degrees F at the boundary between the pipe wall and the liner unless otherwise directed by the ENGINEER because of the resin system used. 7 D. 3. The initial cure shall be deemed to be completed when inspection of the exposed portions of the liner appear hard and sound and the remote temperature sensors indicate that an exotherm has occurred. The cure period shall be of duration recommended by the resin manufacturer during which time the recirculation of the water, steam, and/or air and cycling of the heat exchanger continuously maintain the required temperature. 4. Temperature shall be maintained during the curing period as recommended by the resin manufacturer, and shall follow the heating schedule supplied by the manufacturer and reviewed by the ENGINEER. Cool Down. 1. The hardened liner shall be cooled to a temperature below 100 degrees F before relieving the static head or pressure in the lined pipe and returning normal flow back into the system. The cool down may be accomplished by introducing cool water or air into the lined pipe. Care shall be taken in the release of the static head or pressure so that a vacuum will not develop which could damage the newly installed liner. 2. If the liner fails to make a tight seal at the manhole walls, a seal consisting of a resin mixture compatible with the liner/resin system shall be applied in accordance with manufacturer specifications and approved by the ENGINEER. 3.03 SERVICE LINE RECONNECTION A. The CONTRACTOR shall be responsible for reconnecting service connections to the lined pipe. Reconnections of service connections shown on the plans shall be completed by one of the following methods: g:\...\#1040\15\curedin.ts August 12, 1996 1. Internally reconnected by using a pivot-head CCTV camera and a remote cutting tool to locate the service connections from inside the lined pipe, cutting a hole matching the service connection diameter, and grouting the area where the service connection enters the lined pipe to produce a water tight seal approved by the ENGINEER. CONTRACTOR shall provide a nearly full-diameter hole, free from burrs or projections and with a smooth and crack-free edge. The hole shall be 95 percent minimum and 100 percent maximum of the original service connection diameter. The invert of the service connection shall match the bottom of the reinstated service opening. 8 2. By excavating by hand and/or mechanical equipment to the location of the service connections tie-in, cutting the existing pipe and liner material, and installing a saddle acceptable to the ENGINEER. The excavation process shall be completed by mechanical means as defined in the project documents or by hand digging as required. 3. Other remote methods as approved by the ENGINEER. B. An estimate of the number of service connections to be reconnected by the CONTRACTOR is provided in the bid schedule. 3.04 TESTING A. B. g:\...\# 1 040\15\curedin.ts August 12,1996 Material Testing. 1. All material testing shall be performed by a registered independent, third- party laboratory. 2. The CONTRACTOR shall provide certified test results of the short term properties of the cured lining material from the actual installed liner at a minimum of one location per each liner insertion setup. 3. The cured liner shall be sampled and tested for flexural strength and flexural modulus (short term). Flexural strength and modulus shall be tested in accordance with the requirements of ASTM D790. The liner shall be in compliance with the physical properties stated under Section 2.02 of this specification. A certificate of compliance shall be provided for long term flexural modulus. 4. Corrosion resistance requirements shall be as stated in ASTM F1216, Section X2, Chemical Resistance Tests. 5. Delamination testing shall be in accordance with ASTM F1216, Section 8.4 if required by the ENGINEER. Field Testing. 1. Test line for exfiltration in accordance with ASTM F1216, Section 8.2 prior to service line reconnections. Testing shall exclude maximum pressure limitation (4.3 psi) at lowest end. Leakage testing shall be performed after all dry and non-bondable hoses and tubes are completely removed from the pipe. 9 2. After completion of all liner insertions, service reconnections, and finish work at the manholes, the sewer shall be televised with a color CCTV tilt-head camera recorded in VHS format. The original tape shall be provided to the ENGINEER. PART 4 -- PAYMENT 4.01 CURED-IN-PLACE PIPE A. Payment will be made for the actual length of cured-in-place pipe installed. The length shall be measured from centerline of manhole to centerline of manhole. The unit price per linear foot installed shall include all materials, labor, equipment and supplies necessary for the complete liner installation, CCTV inspections, trimming of intruding laterals, flow diversion, sealing at manholes, testing, and restorations. 4.02 SERVICE LINE RECONNECTIONS A. Internal Cutting or Other Remote Methods. Payment will be made for the actual number of needed service lines reconnected by internal cutting or other remote methods. The unit price per service line connected shall include all materials, labor, equipment and supplies necessary to complete the work as specified. B. Point Excavation. Payment will be made for the actual number of needed service lines reconnected by point excavation. The unit price per service line connected shall include all materials, labor, equipment and supplies necessary to complete the work as specified. - END OF SECTION - g:\...\#1040\15\curedin.ts August 12, 1996 10 TECHNICAL SPECIFICATION FOLDED PLASTIC LINER PIPE PART 1 -- GENERAL 1.01 THE REQUIREMENT A. This specification covers the work necessary to furnish and install, complete, folded plastic liner as specified and shown. The CONTRACTOR shall provide all materials, labor, equipment, and services necessary for bypass pumping and/or diversion of sewage flows, cleaning and television inspection of sanitary sewer to be lined, installation of folded plastic liner, reconnection of active service connections, and television inspection and testing of completed lined pipe system. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. The following references are part of this Specification. In case of conflict between the requirements of this Specification and those of the listed documents, the requirements of this Specification shall prevail. The latest edition of the following references shall be used: ASTM D638 Test Method for Tensile Properties of Plastics ASTM D790 Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM 01 248 Specification for Polyethylene Plastics Molding and Extrusion Materials ASTM D1784 Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds g:\... \#1040\ 15\foldplas.ts August 12, 1996 1 ASTM D3261 Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing ASTM D3350 Specification for Polyethylene Plastics Pipe and Fittings Materials ASTM F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter 1.03 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall verify liner size, length, thickness, and material composition by submitting for ENGINEER's review liner size and thickness calculations and assumptions used as a basis for the calculations. B. CONTRACTOR shall submit for ENGINEER's review certified test results on all lining materials, and shall furnish manufacturer certification that the liner materials are in compliance with the standards and codes referenced herein. C. The CONTRACTOR shall submit for ENGINEER's review details of all component materials and construction details including complete manufacturer's recommendations for storage and temperature control, handling, installation and reforming procedures, and service reconnection methods. D. The CONTRACTOR shall submit liner installation locations and sewage bypass pumping and/or diversion plans for review by the ENGINEER at least 10 days prior to liner procurement. The sewage bypass pumping and/or diversion plans shall include an emergency response plan to be followed in the event of a failure of the bypass pumping and/or diversion system. The CONTRACTOR shall notify the ENGINEER 24 hours prior to commencing the bypass pumping operation. The CONTRACTOR'S plan for sewage bypass pumping and/or diversion shall be satisfactory to the ENGINEER before the CONTRACTOR shall be allowed to commence sewage bypass pumping and/or diversion. E. The CONTRACTOR shall submit proposed cleaning methods and equipment. g:\.. .\#1040\ 15\foldplas.ts August 12, 1996 2 1.04 QUALITY ASSURANCE A. The installed liner shall be continuous over the entire length of a pull between two manholes or access points and conform to the walls of the existing pipe. The installed liner shall be free from visual defects such as tears, foreign inclusions, and pinholes. B. The physical properties of the installed liner shall be tested as specified herein. C. The CONTRACTOR shall televise the installed liner after existing services have been reconnected and manhole work has been completed. The original television inspection video tape shall be provided to the ENGINEER. 1.05 WARRANTY B. The CONTRACTOR shall provide to the OWNER a warranty to be in force and effect for a period of one (1) year from the date of final acceptance by the OWNER. The warranty shall require the CONTRACTOR to repair or replace the liner should leakage, separation, collapse or other failure result from faulty materials or installation as determined by the ENGINEER. PART 2 -- PRODUCTS 2.01 LINER MATERIAL REQUIREMENTS A. Material for PVC liner shall conform to the requirements of ASTM 01784 for Cell Class 12111-C or 13223-B as defined herein. B. Polyethylene liner shall be high molecular weight, high density polyethylene (HOPE). The material shall be listed by the Plastic Pipe Institute (PPI) with a designation of PE 3408 and have a minimum cell classification of 3454340 or E (inner wall shall be white) as described in ASTM 03350. The HOPE liner material shall meet the requirements for Type III, Class B, Category 5, Grade P34 material as described in ASTM 01248. The liner shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material pipe. The HOPE liner shall be made in conformance with ASTM F714 and ASTM D3261 as modified for g:\...\#1 040\ 15\foldplas.ts August 12, 1996 3 the specified material. The liner is not required to meet the bending radius requirements of ASTM F714. The HDPE liner shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions or other injurious defects. It shall be uniform in color, opacity, density, and other physical properties. Any liner not meeting these criteria shall be rejected. 2.02 FINISHED LINER PROPERTIES A. The minimum length shall be that deemed necessary by the CONTRACTOR to effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The CONTRACTOR shall verify the lengths in the field before rerounding. Individual runs can be made over one or more manhole sections as determined in the field by the CONTRACTOR and approved by the ENGINEER. B. The physical properties of the installed liner shall have the following minimum strength requirements: 1. Tensile strength at yield for PVC and HDPE liner - minimum 3,200 psi or its higher designated cell classification per ASTM D638. 2. Flexural modulus for PVC and HDPE liner - minimum 136,000 psi or its higher designated cell classification per ASTM D790. C. The physical properties of the installed liner shall be verified through field sampling and laboratory testing as approved by the ENGINEER. The CONTRACTOR shall cut a sample from a section of installed liner pipe at the upstream, downstream, or an intermediate manhole/access pit that has been inserted through a same diameter pipe acting as a mold. Liner pipe samples shall be submitted to a certified laboratory which has been pre- approved by the ENGINEER and tested in accordance with ASTM D638 and ASTM D790 to confirm that the liner pipe conforms to the minimum requirements specified. 2.03 LINER DESIGN AND SELECTION A. Unless otherwise specified, the CONTRACTOR shall verify the size, length, thickness, and material composition of the liner, and warrant its suitability for the particular application and purpose as specified and shown. g:\.. .\#1040\ 15\foldplas.ts August 1 2, 1996 4 B. The liner shall be sized in accordance with the design parameters shown below: 1 . All pipes shall be considered fully deteriorated. 2. All pipes shall be subjected to soil load of 120 Ibs./ft3., with applicable live load. 3. All pipes shall be subjected to a water table 5 feet above the top of the pipe. 4. All pipes shall have a minimum of 2 percent ovality in the circumference. 5. A Modulus of Soil Reaction (E's) of 750 psi shall be used. C. Unless otherwise indicated, PVC liner shall have a minimum wall thickness of SDR 32.5 and HDPE liner shall have a minimum wall thickness of SDR 26. PART 3 -- EXECUTION 3.01 GENERAL A. The CONTRACTOR shall protect manholes from damage by forces generated by equipment, water or air pressures used to perform the work. 3.02 PREPARATION A. All work shall be performed as specified herein and supervised by personnel experienced in the installation of the liner. 3.03 BYPASS PUMPING A. The CONTRACTOR shall provide bypass pumping and/or diversion when required for acceptable completion of the liner installation. Bypass pumping shall consist of furnishing, installing, and maintaining all power, primary and standby pumps, appurtenances and bypass piping required to maintain existing flows and services. The CONTRACTOR shall submit a plan for bypass pumping and/or diversion in accordance with Paragraph 1.030 of this specification. The bypass pumping and/or diversion plan g:\...\#1 040\ 15\foldplas.ts August 12, 1996 5 shall include an emergency response plan to be followed in the event of a failure of the bypass pumping and/or diversion system. B. Bypass pumping shall be done in such a manner as not to damage private or public property, or create a nuisance or public menace. The pumped sewage shall be in an enclosed hose or pipe that is adequately protected from traffic, and shall be redirected into a sanitary sewer system. Dumping or free flow of sewage on private property, gutters, streets, sidewalks, or into storm sewers is prohibited. The CONTRACTOR shall be liable for all cleanup, damages, and resultant fines in the event of a spill. After the work is completed, flow shall be returned to the rehabilitated sewer. C. The CONTRACTOR shall take all necessary precautions to ensure that no private properties are subjected to a sewage backup or spill. D. The CONTRACTOR shall pump out or otherwise positively drain all locations, a minimum of once every 24 hours, where the building sewer is disconnected from the main sewer for more than one day. More frequent pumping shall be used in locations where wastewater flows exceed the capacity of temporary storage provided by the CONTRACTOR. The CONTRACTOR shall provide a barrier between the disconnected building sewer and the main sewer which prevents water from flowing into or against the main sewer. No water shall flow into the main sewer after it is cleaned and ready for the liner from the service connections where external reinstatement of the building sewers will be performed. 3.04 CLEANING AND INSPECTION A. The CONTRACTOR shall be responsible for cleaning, inspecting, confirming the inside diameter and determining the condition of each manhole-to-manhole segment of the existing sewer to be lined. The CONTRACTOR shall note that the existing sewer may have heavy solids, such as drain rock and collapsed pieces of pipe or other debris. The cleaning operation shall be performed with nozzles and water pressure so as to minimize further damage to the existing pipe. Mechanical equipment or balling shall not be used unless approved by the ENGINEER. 3.05 POINT REPAIRS g:\...\#1 040\ 15\foldplas.ts August 12, 1996 6 A. The CONTRACTOR shall repair the pipe where point repairs are identified on the plans. If this is not shown, it will constitute extra work when approved by the ENGINEER. The work shall include verifying the location of the point repair through internal television inspection of the pipe, locating all interfering utilities, excavation, dewatering, pipe repairs or replacement, backfilling, surface restoration, temporary flow bypassing, sewer dewatering, and traffic control. B. Pipe and repair materials shall be the same a.s the existing pipe. The CONTRACTOR shall provide a flexible rubber repair coupling with type 316 stainless steel bands at each end of the replaced section in order to connect it with the existing sanitary sewer. It is not the intent to require the CONTRACTOR to fabricate a piece of pipe with a custom diameter to exactly match the replaced pipe section. The replaced section of pipe shall however, provide a smooth transition from the existing pipe to the new pipe. 3.06 TELEVISION INSPECTION A. An internal television inspection shall be performed by the CONTRACTOR after the sewer cleaning operation, point repairs, and grouting is completed and before flow is reintroduced into the sewer. The television inspection shall be completed in the same direction each time and shall be done with a color camera in VHS format. A copy of the television inspection video tapes from all televising operations shall be provided to the ENGINEER for review prior to the liner installation. A pan and tilt camera shall be used for all pipelines that are greater than 6 inches in diameter. 3.07 LINER INSTALLATION A. Prior to installation, the liner shall be free of all visible tears, holes, cuts, and foreign materials. 3.08 REFORMING A. The heat source piping shall be fitted with continuous monitoring thermocouples to gauge the temperature of the incoming and outgoing water, steam, or air supply. Water, steam, or air temperature during the reform period shall meet the requirements of the manufacturer as measured at the heat source inflow and outflow return lines. The g:\...\#1 040\ 15\foldplas.ts August 12, 1996 7 CONTRACTOR shall have standby heat source equipment available to bring on-site if necessary. B. Temperature shall be maintained during the reforming period as recommended by the manufacturer, and shall conform with the heating schedule supplied by the manufacturer and reviewed by the ENGINEER. 3.09 END SEALS A. A minimum of 1 2 inches at the beginning and end of the new liner shall be sealed to the rehabilitated pipeline. The sealing process and material shall be compatible with the liner, shall provide a watertight seal, and shall be approved by the ENGINEER. 3.10 RECONNECTIONS OF EXISTING SERVICES A. All existing services shall be reconnected internally unless indicated otherwise in the contract documents. B. All existing services to be externally reconnected shall be exposed and disconnected before liner installation. C. Reconnections of existing services shall be made after the liner has been installed and successfully tested. It is the CONTRACTOR'S responsibility to make sure that all active service connections are reconnected. D. A CCTV camera and remote cutting tool shall be used for internal reconnections. The machined opening shall be at least 95 percent of the service connection opening and the bottom of both openings must match. The opening shall not be more than 100 percent of the service connection opening. The edges of the opening shall not have pipe fragments or liner fragments which may obstruct flow or snag debris. PART 4 -- PAYMENT 4.01 FOLDED PLASTIC LINER PIPE g:\...\#1 040\ 15\foldplas.ts August 12. 1996 8 C. Payment will be made for the actual length of folded plastic liner installed. The length shall be measured from centerline of manhole to centerline of manhole. The unit price per linear foot installed shall include all materials, labor, equipment and supplies necessary for the complete liner installation, trimming of intruding laterals, sealing at manholes, testing, and restorations. 4.02 SERVICE LINE RECONNECTIONS A. Internal Cutting or Other Remote Methods. Payment will be made for the actual number of needed service lines reconnected by internal cutting or other remote methods. The unit price per service line connected shall include all materials, labor, equipment and supplies necessary to complete the work as specified. B. Point Excavation. Payment will be made for the actual number of needed service lines reconnected by point excavation. The unit price per service line connected shall include all materials, labor, equipment and supplies necessary to complete the work as specified. - END OF SECTION - g:\...\#1 040\ 15\foldplas.ts August 12, 1996 9 APPENDIX A TV INSPECTION REPORT .~.. ~ Ie If) c iN 5- \Z ~e I~. ~ ':'\ '- \J ).~ ~ ~ ~ \ t\ ~I~ ii Ci~ ~ ~~~~~ ~~ *'~"o~ ~ ~ I\X ZBCO ~ ~ ~ ~ ~ R ~\~l' I I I ~ oRif z .................. r; ~ t\ l'\ t"< ~ ~ L~' t- o I~ ~~~, ~~"~ . t-~i (I) LLI" ~ &LI &&f-a: i ti o'c < LLI :: .~ &IJ>-~cz ~ G:l&lt- ... c~CI)2,""a: . ,....- t-t.. ~If) a:: !N (j- ~c, z~ ;!O .: o a:: p ;) ~z C"'( ~ i g o ~ 8 - ~ ~ ~u~ ,..... 1&J c::> \'\5>/(1) ~"Z ~~ ~~ -: a: ~> c l" :IE ~ &a.I a: - ~ -x:' ~ \) \< 'it( '>( -~ ~ ~4 t-l~~~\\ ~ t~ ~ , ~ ~ ~,~ ~0j V\ ~,....~ '{.\ ~ ~.~I~~\ 0 \) ~ ~ \, '-~ _{. ~ ~ ~ ~ r- ~'- .:: ~ ~ ~ ~. L v~ .... ~ ~'\;~ ,. ~ ~ I ':\ ~ I"" ~:" -.L" ~ ~ ''-J ~ __ " '-J " ~ ...;:: \-... ~ "- ...... ~ ~ I ~ ~ ~ , ~~ )<''t( >< '<t x \(x -.( -.(l<.. ~ I ><.. ~~~~~~ ~&~ ~~ ~~ \J'\.l" ........ " '" " "~N \\ ~ ~ t ~ ~ .:; i ~ ~I (:) -~ ~ ,ro. '-Sl.l"" M ..........~~ ~ ~~ ~~~~~.......~ ~ ~ ~ r+-\ \ll ~', J ~ ~ 't ~ ~- ~~~ ~~ \~~ ~~' -...... ~ \ ,~ex ~ ~, \ ~ ~ \ ~ l);.~ ~~ ~ ~ ~ ~ ~'~ J ~ ~ ~ oJ..... C) 3 1: ~..J 3 3 1 ~" ~ 3 '3 ~ ~ ~ ~ ~I ~ &IJ a. A: W,,- !::!o U)w Wa. 9:~ c:L..... .~ i5 ~ ~o ~ .0 ~_ .... Z \.,"" "".- ~ \9 ~ ~ ~ \J V\ " ~ ~ ,~ " ~~ \ ~ ~ 'iii 2 o - t- z- OO -2 1-0 SU Zw (I) 0-1 ~ uow~ &&1:1:04 a.242 _Ca:&&I Q.2(!)~ .. @~~ ~ co ~ ~ . Cl ... 0( :J o .... ~ o = z c :~ t a:: ~~ z~ 11.I' u~ ." o ~ i, 1~ 1 t- Z t .... a .... a:: ::t . C .... ;2 ~ z 0 t= u III a: Zi ...1 .. ~ ._ =11) >< C i w '< 'i -x::: '>< 5 - I~ ~ ~ '< ~G I z! ;!Q )... f'.,.~ ~ Y\~ ~~ l'- ~~ ~; tv) ~ ~I) f\. f\ '" ~ ~ ,,~ ~ Z ~ ~:~ ,,";i ~ ~ ~~I~~~i~~~I~ ~ ~4 ~1= ~ u ~ ~~ ~ ~ '- ~ t:t ~.~ ~ U) -d ~ N ~ t~ 1 ~ ~ ~ ~ ": ,1 '~ '> c 1 ~ "j ~ ~~I~ 'J ~ . =t I\) ~~"~. ~ \ t- &aJ ~ ~ ~ J 3 l J ~\ ;: ~ ~ ~ 0:: ~;~'1:: ~ J~~~~3~~ ~ ~ ~ ~ ~ -h. ~~,~ K .~ .... ~ ~ ~ ~ ~ ~ ~ I~ ~ Q.. w~ t:!0 01&1 1&1 a. 9:>- 0-'" ~.. I = lit ':X It iN 1& - . X I>< tjG z! ~ ~ M" I ~ " '"' - ;;" ~ ~ ~ ~ ~ ~~ ~ ~ ~ ~~" ~ "1 Q. C\ '\ ex (\ ~ ~ ~I~ ~ i !60 ~ R ~ ~I\~ ~ ~ ~I ~I I ~ ~I I Of z ~ ~ ~ ~ I ~ ~ '.(I p~ ~ . \:11 \r\ . ~ ~ .... :'\ ~~~: ~ l~ ~..... i en I ~ , IIJ~ ~ ~ ,,;: 1&1 ilia:: ~ ~, -l 'cl ~ ~ .~ <iEi-~ ~ '-J~'~ ~ ~ ~~~ " l&.I >- ~ZC ~ \,. ':'If'''''~ ~~ \.; s '!\ a:""~ ... 'i. ~ ~..J ~ ~ N ~ "l ~ Cl ~ CI) 2...0:: .... ~~ ~ V\ \..J "I::::::: _~ ~ ~ t ....... ~ ~ ..... 3 \1' ~ \~l ~ ~ ~ ~ q~ lJ\ ~ ~ ~ \:::'< ~l , I x x 'x .'" - .~ i5 ~ ~o ~ .0 ~~ I&.IZ ..,..,. W~ " ~ l.... " \l , ;:) ~ { ~ ~ \J ~ ~ ~ ~::s ~ '{) ~ ~ \ ~ 'J ~ ~ ~ \b ...... ~ ~z~"l 2 ~ ~ !:: ~)........ z ZQ 'l:-~ 0 2z ~~ ;:: ....0 ~~ u su ~~. ~ Z&aJ cn~ S O.J ~.J uowa: w:&:c4-0 Q.zc2 _C~&&.I a. 2(!) a: . @~~. ~ co . ~ " 0 ... < 5 .... .oJ o % Z C a '" o II: All ... Z All U a o II: '" 1 ' 1 ) -~ ~ ... Z All a All II: :) fI) c w 2 t ~'1-~ ')()(Iv I :x ~t.. ~(II) CEN ~ ~'X' -~ I~ I~ ~G ~I I~. ~i~ ct-- .~ \1\ ~ '" ~ ~ "'-1. ~ ~ '" r~ 'j.. ~i;~~~~~~&~~~~~~~~~ ....... ~ 'b - \K.'Si ~ ~~ ~I~~~ ~ ~lti~I~~II~i~~ ~o~i~~~~~~~ ~j~I~~~~I~~ ~ ~t- ' 2 \f\ "rI) ~ '- . ~ ~-., i'CI) &IJ~ ~ &IJ &&I'a: % ti is "4 C U) 1&.1 % '2 ~~G:i IA.I 4xti2a: " ~ ~ J ~ ~J~, JI~ ~ .;: ";:i~ .:; ~ ~ -b ~ J .~ ~~~~ ~~~{ -:J--- V\ ~~,~ ~ ~;~ ~ ~ ~ t~ ~~~ ~\~ o ~~ ~ ~ ~ ~ ~ C'>-' '- ~~.; ~ .....'" ..J ~ ~ - "-l", -.. ........ ........ - -, ~ ~ ~......~ --~"~-,""- ~ ...t.. ._ e(ll) CE iN I 5- x \(' ~I ~a, I z~ \J-.." 'f\ ,,~ ~0... ~ ('('I ~ e! ~ ~ SJ ~ ~~ V\~ " ~~ 0 ~ sa: """~'"",-................,~~ -z ~o ~ ~ ..~ ~ ~ 1;;- ~'~'I~I~I~ ~ &' ~ MOO ~Z ~ ~ ~ ~ ~ :t ~ st ~ ~ ~ ~ ~ ::::: f'.- " ('y t- <:5 '~O 'i ~~ ~ ~ (I)) CI) "2 ~ -: a: > c . 2 t- i&J a: ~ ~ ~':a.r ,~ \.c >( '>< ><1 - ~ I .,) .... ~ ........ ~ ::- ~~ ~~ N) Ii 0,) ~ ~ ~........ ~ ~~~~~]~ ~~~ ~ l~ ,~t ~ ~ ~ ~ ~ ~ ,\ 1 ~ ~ " ...... ~ ___-:-1...... ~......,... i"' ~ "0 ~ ~ ~ ~ ...-.....:........;: ~ ," ,...:--.... ~ e "- ~ ~ ~.~ ~~ ~~ ~ ~ ~ ~ &IJ ~ " " ~ 0. - - Q. ""&I.. !::f 0 · (1)1&.1 IIJQ. 0.)- 0:.... a: ~~i~ ~Q i \);' . 0 I \1;"- IAIZ ~ ""., z o - ... z- OO -Z 1-0 SU ZL&J (I) O.J X uow~ ",%gC o.Zcl:2 _4111:;1&.1 a.. 2C!> II:; .. @-tN! ~. .. ~ . 0 ... < =' o W ..J ~ ~ z c a "- o IE W ~ Z W u a o a: ~ 1 ~ ':J' 1 ~ Z &II a '" ! . c '" 2 ~ z o ;:: U III II: is I I I I I .- @~ co . ~ . c ... < ~ 0 I I i I I I I -- ..t.. ell) CIC iN :) 0-. ~I z- ca. .-c ~ !\.~ ~ sl! - '~t! i i ~ ~ t- g\~ ~~ ml~ . ~ ...:!~ ~ U) ILl..... ~ LIJ I&I-a:: :c ti 0 "4 cr en &II % .~ LIJ >- a: Z .. a: &II ~ C ~ !!:! C~(I)2~ ~ .~ ..t.. -. ....-- =1') II: iN IX :) X- c;.- tI~~ ~~!l~" ,,~ !~!~ '- .......I~ 2\ ~ ~ Sll~' )-..~I..s-~ ~~ -z ~ )o~* ~~~~ ~'O ~ ~z ~ ~ ~ ~ <::\~ ~1= ~ ~~~ ~ ~G.~ _ ~ \-~ ~ ~~ J ~~ ~ ~ ~~ ~ ~ ~ ~ . 2 ~ ~ ~ ~i} to- 1&J ..)~~ ,~ a: ,~ 3 { ~,~~" - "'" ~ -- -......." I '1 ~ II: i:! ~! .a I&IZ ,..- I I I I ~ ~ I I \ ILl 0. - 0. &&Ju. t:!O 0&11 &lJa. 0.)- 0:... z o - ... Z- OO -Z ....0 aU ZLIJ (I) O.,J ~ UOILID: lLIiQ~ A.CC&IJ G::.ia: 1&1 ..J o % Z C 2 "- o II: 1&1 .. Z 1&1 U 2 o a: "- 1 1 .. Z 1&1 :E 1&1 ~ G) C 1&1 :2 ~ z o ;:: U 1&1 a: C ..f. ~ )( \(" '<I\( ~ Y. v ~ Iv Y- ell>> ~ SN a-. ..j WI . ~!Si~~t~~~~~~~~&~~t~ ~~~,c !~( ~~ ~~, ~{i Si ~ri ~ ~ ~ ~~ ~1''tI~11 ~I~I~~ o if "'" ~ " "" ~ ~ ~ "" ...... ~I ~ ~ '" ~ ~'~ o ~ o ~I' m~~" . ""- 0, ~~ ~ z (I) '" ~ LLI "'-a:: it;~c :5 >- ~ %cz -~ ~I&I'" ... Cllx U) 2 a: JJJ JJ ~ }' ~ ~v\i ~ J ~ j J V) J j j ~ ~ ~ ~'i--.-- (:) ~ ~ ~ " ~ ~ ~ ~ .... tl~ ~ ~ :l: i'- - ,-"-'" ~~tt":O::~~ ~ ~ ,~~ ~ ~~~~~~ ~~ ~ -:- _ ~ ~ " ,~~ ~ ~ ~ - J '- ........ ,. ......... ........ r"I/l--"-.......::- '- ~ ....~ .J .1)................. - '- .- ...f. ~If) II: iN &- ~I z- ~~ sl I ~~~~ ~~~ ~~~~~~ I~ ~ ~ ~ ~ ~ ~ g~ ~ ~ ~ l~ <:l~~~~~~ M ......../)~ ~ ~~ ~ ~ ~ ~ ~~I~~" ~x '" x X1~ ~ x- x x )( ')( ~~ ~ 'z '""" ~o M 0 ~ ~z f'.. - c6 C1b~ ~I.&J~ -l ~Q.~ ~~}~ ~~ ~~J~ ~J ~ · a::;.- ~l'J :!1-.::;..,Jv..'5- > c' ~ ~ J 'St:f:~ ... ~ ~ ~ . 2 ~ ... ~~~"'r--,-> ~ \. ... &&J'~~~ s~~~t~~ ~~ ~ a::: ~ ~ ~ ~ ~~ ~ ~ . ~,- :::.. ~'" ~.) ,~ .... ~~ ..,)"'-"C) -........ '" .......... f\.... ~ '\.:~ ,iLl '1;)"'-' - Q. - Q. "'.... !::Io (I)", &lJQ. 9:>- 0...... ~ II: ~5~ ~c ~ .c .' '" Z \Xl W'~ ~ ~ ~ 'i. ~ - "- I.~ z o - ~ z- OO -Z ~o SU Z'" (I) 0-1 ~ uo",a: w%QCl a..ZCl:E _Ca:'" a.:lc>a: " @~~ ~ co . ~ . Q ... ~ -. (5 '" -' 0 % Z C a .... 0 II: t '" .. z '" u a 0 II: .... 1 " f'... ~ 1 ... Z IaI a '" 1 ~ e C '" 2 ~ z 0 ~ u '" a: is ..t.. ')( ~... IN 15 - .X x'iy 'i ~ ~ x :>( ><. x 2f')( tll 10.60 \) ~ ~ ~ '\'--."-~ ~ '- " \..: ~ '\) ~ .-C ~ r?\ "\ ~'\)-.. ~ ~ ~ '" ~ ~ '-::( . t" ~ Ir\.');~ "'- " " "" "<" ~ t'{ C'f\ ~ ~ ~ ~ \() ...I~ rq \ Ill' ~~~i~o ~~~~~ '1~1-~ ~~II~llii~ ~I~.~ ~ 0 iz (j JQ , " ~ ~ ~ ~ ~ ~ ~It ~ ~ l~ ~ I~t- o '-l ~~ ~l~ ___ ~l *' c)' ..j- +-~ z (I) LLI ~ &&.I "'I-a:: i ti O'C c( &IJ % . 411II: lIJ )- a: Zc ~ a:"'t- ... c( ~ CI) 2 ..G: ~ ~ S~~~J ~~J ~J~ ~ ~~~~ ~ -~ ~--t~~ 3~~ ~ ~ \ ~\ ;) ~ 6 & -~ ~ ~ ~ ~ '~~~~~ ~~,,~ \) :::-..... ...~ ~ ~ - 't , J- ,".... ~ - '- ~" C1 \ ~~'- .~ ..t.. =1') CIC iN 16- \/ X~)(~'x'>('~~\( I ~ I ~X ~ tic, z~ !! ~~~lx.'~~~I~~~~~ 011: . \ C"( \") V) ~) I . " C;o 1)'- CJ-.-. "- I~ ,,:;) ~; tv)..\ ~ ~~ I ~ I, ~I"" ~'oJ \"I~ IV.. ~ A 'I -J ~ <::::s I_N' ,. ~ ';: ~ :~~ii~~~~ ~I~~ ~~~t1" ~~ ~~ ~ 0.. ~ ~(I) (I) JJJJJ ~; "! 01 ~~ ~~~~~~il p..,: 2 I'~ ~f~~~~H:t~~ I\- ~ ~ _~ ~ ~ ~ ~ .... -l.... ~ ~ '" ~ ~..... ~, ~ 4-. " ) ~ ~-... ~ '='" - ~~,~,;; 'Q ...... ~'-~~-~-'-~ ~ A: &&1,-- !:fo CI)", &&I a. a.)- o:~ - II: I~ ~ we <3"- .JC ~ \ .c 00 wz w<<' ~ ~ '0 z o - ... z- OO -Z t-o SU ZlIJ en 0...1 ~ UOLLla: &&1:04 a.ZC:E _Ca:LIJ Q.2e>G: .. @~~ ~ co ~ ~ . Q ... ~ :l o ... ..I 0 % Z C a ~ 0 a: t ... ~ z ... u JE 0 II: ~ 1 .~ \Y) 1 ~ z t 1&1 a ... a: :) . c ... 2 ~ z 0 t= u ... II: - C "yV)/.~~ .... y. >< V. = II) " y.., i.. ~~ ~~ i5-. ,)( \( ~ ~I!~~~t~~~~~~~~~~~~ ~~~!i~ ~~.~~:~~ ~I~'~~I~I~I~I~I ~ ~ ~ .... O~\,J~ CD~ ~ ~ . ~ ,~O, ti ~~~ z ~ UJ -0: :z: ti "4 C CI) ""i-2 l&J >- a: c 1.1 D:""..- ... C x en 2 ""~ ~t~l~~ ~~l~~~~~ ~~ : ~ -~ i 1 ~ ~~] ~ ,t ~ II ~ i ~ f't ~ ~ ., ~ ."1 i'~ ~,,:: '- \j .~-...... \J ,,'-.J --...... <\ rc cc 'x 1>( ~ j.., x I ~ ~ ...f. ~ )l =.., ~ -.- C iN ~ 5- I~~ ~G I !i ~~ rx MY)~l~ P' ~ ~~" sJl! ~I"I~ C) ~~ ~~ ") ~ ~ ~ ~ _ ~ re. ~ ~ ~ ~ ~ ~ i~11 \' ~ ~ ~ ~ -~ Q i ~ ~ ~ ~ ~ " ~ ~I~I ~ ~ ~ ~ S ~~ ~ II ~5;~fh -i ~ J~J ~ ~:-ZJ~ ~ J ~ ~J~ ~.t~ ~-: ~~..J.J-~ -~~~~-+:l ~ ~ ~ ~ ~ 1 ~ \ 4l ~ ~~" ~ ~"j -I~ ~ ~~ ~,,~-~-~- ~'- ~ '= ~ ~ ",,->.;:~ .~ .... ~:::- \j <:) ......... -4 ,,;) "' ~ .......1- r"t '"' iIJ 1-:::" <:..-)......... C'\ \, ~ Q. a: W&L !::I 0 Cl)iIJ I&JQ. Q.)- ir... 10-0-- ~ ~~ ~ ~~~ . Q \..l"- ~! 60 ~ ~ '\ ~~V\ ~~ . z o - t- z- OO -z "-0 aU ZLIJ (I) O..J ~ UO&&JCI: L&J:tgC a.ZC2 _CCl:l&J a..2(!)CI: .. @~~ ~ co . ~ . c ... "' ::l o W .J 0 % Z C ~ ~ 0 ~ a:: w to- Z W U ~ 0 a: ~ 1 , ~ "'- l\) 1 to- ~ Z w :I w ! . c w :2 ~ Z 0 ;: u w a: is to- . I I C lit I c I I I i N ~ 15 - . I I I ~ tte z! ~ \S} co' .-c ~ ~ \'f\. !I C'\ 0 \ ~ ~ ~ I I I I I I ~~(i i~ ~ I I 0 ~ ~ ~ ~~ I I o ~~ CD ~ ~' 0 ~ -:s-~ ~z en '\ LII '~ ~ ~ t') ~... -a:: :4 I c0t1. :IE I ~ LII>-a:i 1&.1 ~ a:w~2 C~CI) a: '-> ~ ...f. '< 'x ~ V \l , VI \J l~ I I z If) I ..~ c a: I i N 6 - ~ I ~ I tic, ~ ~ z f'.- .~ ~ '- ........ N\ !~ ~ ~ C'\ ;J ~ ('.. - ~~ 0'-., "::>-.. .~ (' ~ If\.. sl (\ \\ \) '"'(. ~C'b <) \\ 0 "- tf\ ct 0 ra ~ ~ ~ ~ ~ 'A' I:"- ~12 ~ ~ ~ :z ~ )0 ~ ~ ~ & ~ l' o~ z ~ ~ " N ~~ f'v C'6 -~ \I N I I 1-(') ""- ~ U'J ...lJ ~ ~ I,,) ~ ~ ~, (I) (I) \,,) J ~ J r---. -..I.l "Z ~~ .~ J J J J J ~ ~ J ~ - a: ....... v ~ .... ~ "- G j \ l . C -t-.. ~ ""t-.. -- ~ ~ ~ > ~J ij' "jo.. I . :IE ~ ~ ~ '\ l ~ <oJ ~ ~ I- <~ ~ "- ~ ~ ~ 1&.1 ~ ...... t<.1 " ...i.L J ~ a:: -...l ~ ~ ~ , ,""" - ... , ..h -~ ,...~ ,;:- - ~ ~ , I'~ .......... au ~~ ... ... a. - - ........ ....... ....... ~ ........ <"'b "- ...... ,.,~ A: i~ LII~ ~o ~~ Cl)au - I~ a. .0 ->- IIJZ a.... ,., .r z o - ... z- OO -Z ....0 SU ZL&J CI) 0... ~ UOLIIG: &&J~Qc a.zc2 _Ca:LII Q..:lC!)~ " @-~ ~ ~. . ~ - Q .... < 5 ... ..J 0 : z c a ~ \' 0 II: ... to- Z ... U . ...... 0 ~ II: ~ ~ 1 1 to- ~ Z ... a ... II: ::) ft) c ... 2 ~ z 0 ;: u ... II: - Q .... z ell) IE iN 51- tieD zE ~\ co' I '~I~ =e oJ -'" ~ cD: ~~ d~ ~) Z [i ~ (~ o ~~ CD~ ~ ~ l~~ol .... ~ Z CI) &&J ~ &&J a.", ..... ~ U) 1&.1 -4 < 1&1 . .~ &&J >- a: Z .. $ 1&1 .... c &&.I _~U)2 II: - ~ ~:z 5:J ~.2 ~ ~~ d.., CJ 0 "U1&Jj Q. CI) --z - . > .-: ..L" z ell) a:L... iN ::)- 101- tJ~ !~ , .e ~ 01 "- io ~ ~ ~z ~~ CI) ~ a:: cf) ~ C \ -2 %~ LLI ~ ~ II: ~ II: ~~ ~ ~! ~ . 0 <J:' ... z &=> ". - I I I I I I I I I I I \ I I I I I I I I I I I I I I \ I I L '= ~... Z \0 ~ 2 '" z~ 00 &&J - Z Q.t:o _OU &&J Q. Z LLI en N"-O..J ~ c;;ouO&&Ji ~~~!~~ 0. ... CL.2 I. a: I I I I I @! " ~ ~. . ~ . c .... c 6 ..... ... o = z c a ... o II: ..... .... z ..... u a o II: ... l~ 1 \ .... z I t ::) G) c ..... :2 ~ z o ~ u W II: 2i ~ ,! "- -'l'&~ ~ 1-.:.:\..... \... ~ ~~ ~,\~ ~ ~ ~ v.~ ~ - <5' ~ ~ J ~ I .., ......I.{ to---"I ~ ~ l ~ ~ l~,i ~ ~~ ~ t I~ ~ :: ~ ~ ~ ~ .1~ ~.... 3 ~ ~ '- t= ~ '__ ~ ~I'- ~ '\.: '- '- \[) Z - ...." ~ 'J -" 0 0 &IJ-Z Q.t-O - S (.) &AI Q. Z &IJ (I) ....aLl-O..J ~ - 0 (.) 0 ... ~ en - ... ,." &IJ &IJ &&I Z Q ~ ~~~~I~ ..... :- lit iN L~- . ~CI z 50' l' . '-c N ~ . &II " v;.. 1'-. \1) " is a: tv'\ l'l\' ~~ ~ ~d~ ~ ~ ~ ~t- g~~). 'f ~~o, t- ~~ Z tn \ L&I" .x 'J I&J &IJ -,., "- ....-' ~ .... "- en L&I 0-4 ~ &5 >- ~ i -:IE ~ ~ a: &&I ... C &1.1 ~ cxen2~a:'::: ~ ....... I I I I I I I I ~)( ~ <i I I X.J... -.~ ...t.. z e'" lit iN ~ 51- ~G z! ~o '- ,,, ~ I\. !!; \\' :;--" ~ N\ ':'\ "-r- <>' e, "Il ~ o r'\: ~-)::: ~ "'-. ~<< ~ \\ ~\'\ ~ ;) ~ ~ ;. ~ \2\ ~ - ~ e;:-I~ ~ ~ fi! ~ ~ ;1 , ~ \it ~ ~ ~I~ ~ ~ S' r-: f... ~ N t"{ ~ ~~I~ ~ ~ ~ ~ ~ ~ I~ 1...:'>< ~-~ \\~ ~ '.:J.) 0 <:) ~ J~~ '" ~CI) en ~~~ . cD: >--c . ) 2 ... &IJ a: - .~ i5~ ~ Q ci--- .0 \ 1&12 ).. J ", ., V9 1'< \.. o ~ .... ~ ~ ~ ~ ~ .~ ~ X \ - ~ ~ ~ '-.J ~ -- Cl\ J @-.. ~ ., ~ ~ . 0 ... < 6 1&1 .J o % Z C a "" i '\ 1&1 U a o CIC II. 1 " .~ \!) N) 1 ... z I t CI) C 1&1 :I ~ z o ;:: U 1&1 a: D 1...1..1 1 zl- ell) c- ~:. til 10' I 1\ I. - ;c 1-- "Ii l': c II! \)..'o~ "( ~ ~i ~ ~.... o ~ -:~~~, .... "z f/) ti .~~ % .... -0:: cCl)w:C &aJ ~ ~ i "2 ~ IIJ ... 4 &a.I ClXI(I)42 ~a: I ~ 1 I I I I I I I I I I I I I I I ! I I I - I I - - - I I I I I i - I I , i I ' I I I I I I , , I I , I I I , I I X I I I - - -I' ~i.! z ell') &:..... !~ ~- tlG z! ~a .c 01 ~~ ~ 0 I~~ '- ~ ~ z I~ ~ ~ f'l\ f"'-.-Z C\OC) ...~ o~ ~ " ~ f/) .}~\' f' >: C~; ... S '" ~ &a.I .:s ~ 0:: ~ ~ i~ ~ ~~ ;. I . Q ~\::::I 1~51~ I I I I I I I I I , I I \ I L- I - Z \. g -~ .... .....""'Z- ~ 2~ ...... &aJ ... 0 0.-0 -0 CL ~~8~l&Ii LLlI&II&IXOC I~I~ !: ~ 4 2 til...,o.:I2Iil~1 @-O\1i - ~ _ z co . < . ct ... ~ 5 III .J o : z c a ~ o a: III ~ III U a o a: ~ 1\1 1 't j t a: ::t . C IaI 2 ~ z o i= u '" a: C5 ........... ..... ctft C IN 0-. tie ~ 51. .-c ~sl ~~{~lrl1 ~ '- t- g",~f' CD rlo.. "'.... '-I' " . '- 0, ...1- I- Z en L&J ~ &IJ II.I-a:: %l;iC5-c 4( CI) 1&1 % .~ &aJ >- a: i 1&.1 a: &II I- .. ~ C ~ (I) _ ...... ...1.. =1') -- a: iN 5- X ~c, z~ (\I\~ ~~ ~~ ~~~V\ sl ~"""~ ~ ^^ =z ) ~~ '~~~ ~I~ I~-- ~.2 ~i ~~ ~ ~I~R~I~ ~I-\) U <"( ~ ~ ~ ~~1'~ >c . '2 I- .1&.1 a:: ~ I\< \(rx: "Q "- '0 ~ l' \{ \ ~,,~~ 'i ~~ ~) ~ · ~ ~ :~ ~~ ~ \\ - ~ I~~ ~c -.,),- . .:I~ IIIZ I ~ ".,., I I ! I I I I I I I I I I I I i I I I ~ - ~ ... \Q. L&J G. i: ""~ !::to (1)&&1 L&lG. G.)- it... z o - .- z- OO -Z 1-0 aU Zw en O.J ~ UOL&J~ ",:QC G.Z~2 A:ii~ . @~~ ~ ~ . ~ . 0 ... c: ~ o '" -I o : z c : ~ II: '" ~ z '" u a o II: ~ 1 1 - .~ ~ ~ ! t :>> eft c '" :2 ~ z o t= Co) '" II: a