Loading...
HomeMy WebLinkAboutSlover Avenue Sewer_Preliminary EngineeringPRELIMINARY ENGINEERING REPORT FOR THE SOUTH FONTANA SEWERS Prepared For: CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 Prepared By: L.D. KING, INC. 2151 Convention Center Way, Suite 100 Ontario, California 91764 Telephone: (909) 937-0200 Fax: (909) 937-0202 fESS/ C 21032rn IPA.o� CAM, Douglas H. Mays, P.E. March, 2000 R.C.E. 21062 01.• LET Table of Contents CITY OF FONTANA South Fontana Sewers Preliminary Engineering Report March, 2000 DESCRIPTION PAGE I. EXECUTIVE SUMMARY 1 II. INTRODUCTION 2 A. Study Area 2 B. Existing Land Usage 3 C. Existing Sewer Facilities 3 D. Ultimate Land Usage 3 E. Other Proposed Facilities 3 F. Design Criteria 4 III. STUDY 5 A. Records Research 5 B. Study Area Map 6 C. Field Review 6 D. Preliminary Profiling 6 E. Flow Projection Criteria 7 F. Wastewater Flow Projections 7 G. Sewer Diameters 7 1. Slover Avenue Sewer (Reach VI) and Existing Cypress Avenue Sewer7 2. Slover Avenue Sewer (Reach V) and Citrus Avenue Sewer 8 3. Slover Avenue Sewer (Reach IV) and Existing Poplar Avenue Sewer9 4. Existing Beech and Hemlock Avenues Sewers and Slover Avenue Sewer (Reaches II and III) 10 S. Proposed Cherry Avenue Sewer 11 6. Slover Avenue Sewer (Reach I) 11 7. Proposed Calabash Avenue Sewer 11 IV. CONCLUSIONS 12 V. TABLE Table I - Summary of Findings 13 Table II - Unit Flow Generations Rates 14 Table III - Area Average Flow Calculations 15-25 Table IV - Existing Sewer Capacities 26 Table V - Sewer Peak Flows 27 Table VI - Future Sewer Capacities 28 VI. FIGURES Figure la - Proposed Gravity Sewers 29 Figure lb and lc — Aerial Photograph 30-31 Figure 2 - Study Area Limits 32 Figure 3 - Tributary Area Map 33 Figure 4a through 4f - Preliminary Profile 34-39 Figure 5 Sewer Capacities and Loading Conditions 40 Figure 6 - Land Use Map 41 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT I. EXECUTIVE SUMMARY The City of Fontana (City) proposes to construct sewers in the South Fontana area along the following streets: ® Slover Avenue between Calabash Avenue and Sierra Avenue O Calabash Avenue between Jurupa Avenue and Slover Avenue O Cherry Avenue between Jurupa Avenue and Slover Avenue 0 Citrus Avenue between Jurupa Avenue and Slover Avenue Locations of the proposed sewers are shown on attached Figure 1 a. The proposed sewers are divided into reaches as shown on Figure 1 a. The proposed sewers will connect to existing City or Inland Empire Utilities Agency (IEUA) gravity sewers. The purpose of the study was to determine ultimate peak wastewater discharge, and appropriate sewer diameters with corresponding minimum slopes to convey ultimate peak wastewater discharge to downstream facilities. Refer to the attached Table I which summarizes of the study findings. 1 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT II. INTRODUCTION The City of Fontana (City) proposes to construct sewers in the South Fontana area to promote development and to encourage annexation to the City. The proposed improvements are presented on Figure l a. In addition, an aerial photograph (dated February 1999) of the area is included as Exhibit lb and lc. In order to determine the required facilities to adequately provide sewer service to the South Fontana area, ultimate peak wastewater discharge for each sewer was determined. Thereafter, appropriate sewer diameters with corresponding minimum slopes (to convey ultimate peak wastewater discharge to downstream facilities) for each sewer reach were determined. To determine ultimate peak flows, areas tributary to each sewer reach were identified. The project study area considered all areas that may potentially be tributary to each sewer. In the following paragraphs, a description of the study area limits, existing land usage and existing sewer facilities, ultimate land usage, other proposed facilities, and design criteria are presented. A. STUDY AREA LIMITS The study area is located in both the incorporated areas of the City and the unincorporated areas of the County. The study area is generally bounded by Jurupa Avenue to the south, Etiwanda Avenue to the west, Highland Avenue to the north and the City's current sphere of influence boundary to the east. Highland Avenue was selected since it is potentially the most northerly 2 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT 1 boundary for the eastern portions of the City. The City's current sphere of influence is shown on 1 the attached Zoning Map, Figure 6. The limits of the study area are shown on Figure 2. 1 B. EXISTING LAND USAGE 1 The study area currently consists of low -density residential, commercial, industrial and agricultural land usages. Most lots have sparse vegetative coverage and little to no asphalt or ' concrete coverage. 1 C. EXISTING SEWER FACILITIES A number of existing sewer facilities are located in the project study area. The major facilities are shown on the attached Figure 3. The existing system discharges major portions of the City's wastewater through the City's ' Cypress Avenue, Poplar Avenue and Jurupa Avenue sewers to IEUA's Jurupa Avenue Interceptor. 1 D. ULTIMATE LAND USAGE Ultimate land usage is based on the City's Land Use Policy Map, dated June 1998. A reduced 1 copy is attached as Figure 6. CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT E. OTHER PROPOSED FACILITIES The City proposes to construct sewers along San Bernardino. Avenue and Valley Boulevard. Each are shown on Figure 3. The proposed San Bernardino Avenue Trunk Sewer may extend easterly to Palmetto Avenue. The actual extent will be determined by the City as part of the Master Sewer Plan preparation. The proposed San Bernardino Avenue Trunk Sewer will intercept major portions of wastewater discharge from areas north of San Bernardino Avenue and will deliver it to IEUA's Regional Plant No. 4 (RP 4). Although construction of the San Bernardino Avenue Trunk Sewer is not anticipated to occur for many years, it will ultimately create excess wastewater capacity in the Cypress Avenue and Poplar Avenue Sewers south of Interstate 10. The proposed Valley Boulevard Trunk Sewer will intercept wastewater discharge from areas west of Beech Avenue, between San Bernardino Avenue and Interstate 10 and will deliver it to existing Mulberry Avenue Sewer. The proposed diversion will create excess capacity in the Poplar Avenue sewer south of Interstate 10. F. DESIGN CRITERIA Sewers are designed to convey ultimate wastewater discharge from existing service areas (Areas 1 and 2) shown on Figure 3 and South Fontana area also shown on Figure 3 (Areas 3 through 11). Depth ratio for various size sewers are average discharge peaking formula are presented on Figure 5. 4 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT III. STUDY To determine the appropriate diameters with corresponding minimum slopes for the proposed sewers, locations of existing and other proposed sewers were established, areas tributary to the proposed South Fontana Sewers (limits of study area) were determined, ultimate flow directions were determined, future land uses were estimated, and projected ultimate wastewater discharge in each proposed South Fontana Sewer were established. The scope of the study included researching records, preparing a project study map, field reviewing existing sewer flow directions, preparing preliminary sewer profiles, developing flow projection criteria, estimating ultimate wastewater discharges, establishing ultimate wastewater flow directions, and determining proposed South Fontana sewer diameters with corresponding minimum slopes. Each are more fully described in the following sections: A. RECORDS RESEARCH Records research included assembling sewer records, assessors parcel maps, City Land Use Policy Maps, aerial photographs, major underground utility drawings, street improvement drawings and digital topographic data. Sewer records were obtained from the City and included existing and future facilities. Assessors parcel maps were assembled for all areas adjacent to the proposed sewers. The current Land Use Policy Map (dated December 1, 1998), aerial photographs dated June 1999, and storm drain utility records were obtained from the City. MWD Pipeline record drawings were obtained from MWD. Street improvement drawings were obtained from the City and the County. Digital topographic data for Slover Avenue was obtained from the County of San Bernardino and digital topographic data for Citrus and Cherry Avenues were prepared by Analytical Photogrammetric Surveys, Inc. (APS). CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT 1 B. STUDY AREA MAP ' Existing and future sewers (including the San Bernardino Avenue and Valley Boulevard Interceptors) and proposed South Fontana Sewers together with the directional flow arrows were plotted on a digital U.S.G.S. Quad Sheet for the study area. Using that data, areas tributary to ' existing sewers and future sewers were estimated. In addition, areas tributary to the proposed South Fontana Sewers were estimated and are shown on the Tributary Area Maps, Figure 3. ' C. FIELD REVIEW For San Bernardino Avenue at Cypress Avenue and Valley Boulevard at Cypress Avenue, field reviews were performed to confirm flow directions. The Project Studywas revised Map as required, to accurately reflect the current operating conditions that were observed. D. PRELIMINARY PROFILING Using the street improvement drawings and the topographic data, preliminary profiles for each sewer reach were prepared. Since neither street improvements nor topographic data was ' available, preliminary profiling for Calabash Avenue between Jurupa Avenue and Slover Avenue ' was not prepared. For that reach, field checks were performed to confirm that no major obstructions exist. 1 ' Sewers, storm drains, and MWD pipeline vertical alignments were added to the preliminary profiles to determine if major facility obstructions to the proposed sewers would occur. 1 Preliminary profiles are attached as Figure 4a through 4f. CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT E. FLOW PROJECTION CRITERIA Unit flow generation rates for various land uses were obtained from the City's Draft Master Sewer Plan, dated May 1992. Rates used to estimate wastewater flows for the study area are presented in Table II. Sewer capacities were estimated in accordance with the City's Master Sewer Plan using Manning's Equation and using the diameter maximum depth criteria presented in Figure 5. A Manning's Roughness Coefficient of 0.013 was used in the calculations. Peak flow was estimated using the "peaking formula" shown on Figure 5. F. WASTEWATER FLOW PROJECTIONS Using the study area map, nonresidential tributary areas and the undeveloped residential tributary areas were estimated. Using aerial photographs, existing residential units were estimated. For undeveloped residential areas, future residential units were estimated based on proposed land uses. Areas and units were multiplied by appropriate unit rates to estimate average wastewater discharge for each sewer reach. Average Flow Calculations are presented in Table III. G. SEWER DIAMETERS Capacities for existing sewers (Cypress Avenue, Poplar Avenue, Beech Avenue and Hemlock Avenue) in the South Fontana area, are presented in Table IV. Estimated flows (after flows are diverted to the future San Bernardino Avenue Interceptor) from Areas 1 and 2 are presented in Table V. A discussion of each existing and proposed sewer is presented below: 7 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT 1. Slover Avenue Sewer (Reach VI) and Existing Cypress Avenue Sewer Tributary Area 3, as shown on Figure 3, will contribute wastewater flow to the Slover Avenue Sewer (Reach VI). Slover Avenue Sewer (Reach VI) should be designed to convey the ultimate peak wastewater discharge from Tributary Area 3 to the existing Cypress Avenue Sewer. As presented in Table V, average flows from the area is peaked using the "peaking formula" presented in the City's Draft Master Sewer Plan, dated May, 1992, and as shown on Figure 5. Tributary Areas 1 and 3 will contribute wastewater flow to the existing Cypress Avenue Sewer. As presented in Table V, average flows are combined to estimate the total average flow. Thereafter, average flows are peaked using the peaking formula. Table V demonstrates that more than sufficient capacity is available in the Cypress Avenue Sewer to convey ultimate peak wastewater discharge from Tributary Areas 1 and 3 to downstream facilities. Preliminary profiling of Slover Avenue Sewer (Reach VI) did not reveal any utility obstructions that would prevent the proposed sewer from connecting to the existing Cypress Avenue Sewer. 2. Slover Avenue Sewer (Reach V) and Citrus Avenue Sewer Tributary Area 4 will contribute wastewater flow to the Slover Avenue Sewer (Reach V). As presented in Table V, the average flow is peaked. The Slover Avenue Sewer (Reach V) should be designed to convey the ultimate peak wastewater discharge from Tributary Area 4 to Citrus Avenue Sewer. 8 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT Tributary Areas 4 and 9 will contribute wastewater flow to the proposed Citrus Avenue Sewer. As presented on Table V, these flows are combined to estimate the total average flow. Thereafter, average flows are peaked using the peaking formula. Citrus Avenue Sewer should be designed to convey the ultimate peak wastewater discharge from Tributary Areas 4 and 9 to downstream facilities. Preliminary profiling of Slover Avenue (Reach V) and Citrus Avenue did not reveal any subsurface obstructions that would prevent the proposed sewers from connecting to the existing Jurupa Avenue Sewer. 3. Slover Avenue Sewer (Reach IV) and Existing Poplar Avenue Sewer Tributary Area 5 will contribute wastewater flow to the Slover Avenue Sewer (Reach IV). As presented on Table V, the average flow is peaked. The Slover Avenue Sewer (Reach IV) should be designed to convey the ultimate peak wastewater discharge from Tributary Area 5. Tributary Areas 2 and 5 will contribute wastewater flow to the existing Poplar Avenue Sewer. As presented on Table V, average flows from each area are combined to estimate the total average flow. Thereafter, average flows are peaked using the peaking flow formula. Table V also demonstrates that sufficient capacity is available in the Poplar Avenue Sewer to convey ultimate peak wastewater discharge from Tributary Areas 2 and 5 to downstream facilities. Preliminary profiling of the Slover Avenue Sewers (Reaches III and IV) revealed the depth of the existing Poplar Avenue Sewer at Slover Avenue is relatively shallow (approximately seven [7] feet from the top of street to the invert) and revealed that MWD's 12' diameter feeder 9 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT pipeline which crosses Slover Avenue, approximately 500 feet west of Poplar Avenue, has a depth of cover of approximately six (6) feet. Since the MWD facility will prevent crossing at appropriate depth, the wastewater flow from Tributary Area 5 will be diverted to the existing Poplar Avenue Sewer. 4. Existing Beech and Hemlock Avenues Sewers and Slover Avenue Sewer (Reaches II and III) Portions of Tributary Area 6 may contribute wastewater flow to the existing Beech Avenue Sewer. However, based on the preliminary profiling of the Slover Avenue Sewer (Reach Ill), a storm drain obstruction will not permit the proposed sewer to connect to the existing Beech Avenue Sewer. Therefore, Tributary Area 6 will continue toward Hemlock Avenue. As presented on Table V, average flow is peaked using the peaking formula. Table V also demonstrates that the Hemlock Avenue Sewer does not have sufficient capacity to convey the ultimate peak wastewater discharge from Tributary Area 6 to downstream facilities. Therefore, Area 6 flow will be directed westerly along Slover Avenue through Tributary Area 7 to the proposed Cherry Avenue Sewer. Tributary Areas 6 and 7 will contribute wastewater flow to the Slover Avenue Sewer (Reaches II and III). As presented in Table V, the average flows are peaked. The Slover *Avenue Sewers (Reaches II and III) should be designed to convey ultimate peak wastewater discharge from Tributary Area 6 and Tributary Area 7. Preliminary profiling of Slover Avenue Sewer (Reach II) did not reveal any obstructions that would prevent the proposed sewers from connecting to the Cherry Avenue Sewer. 10 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT 5. Proposed Cherry Avenue Sewer Tributary Areas 6, 7, and 10 will contribute wastewater flow to the proposed Cherry Avenue Sewer. As presented on Table V, these flows are combined to estimate the total average flow. Thereafter, average flows are peaked. Cherry Avenue Sewer should be designed to convey the ultimate peak wastewater discharge from Tributary Areas 6, 7, and 10. Preliminary profiling did not reveal any sub -surface obstructions that would prevent the proposed sewer from connecting to the existing IEUA interceptor in Jurupa Avenue. 6. Slover Avenue Sewer (Reach I) Tributary Area 8 will contribute wastewater flow to Slover Avenue Sewer (Reach I). As presented on Table V, the average flow is peaked. The Slover Avenue Sewer (Reach I) should be designed to convey the ultimate peak wastewater discharge from Tributary Area 4. Preliminary profiling did not reveal any obstructions that would prevent the proposed sewer from connecting to the Calabash Avenue Sewer. 7. Proposed Calabash Avenue Sewer Tributary Areas 8 and 11 will contribute wastewater flow to the proposed Calabash Avenue Sewer. The Calabash Avenue Sewer is not intended to convey wastewater discharges from any other areas (i.e., Valley Boulevard Trunk Sewer). Other discharges will be diverted westerly along Slover Avenue to other future sewers. As presented on Table V, these flows are combined to estimate the total average flow. Thereafter, average flows are peaked. Calabash Avenue Sewer should be designed to convey the ultimate peak wastewater discharge from Tributary Areas 8 and 11 to downstream. Field review of Calabash Avenue did not reveal any obstructions that would prevent the proposed sewer from connecting to the IEUA interceptor in Jurupa Avenue. 11 CITY OF FONTANA March, 2000 SOUTH FONTANA SEWERS — PRELIMINARY ENGINEERING REPORT IV. CONCLUSIONS Calculations to determine required sewer diameters (with corresponding minimum slopes) are presented in Table VI. Table I summarizes the findings of the Preliminary Sewer Study and includes ultimate peak wastewater discharge, minimum sewer diameter with corresponding minimum sewer slopes and flow velocities for each reach of sewer. Sewer Services for the South Fontana area will be provided with construction of the Sewer System presented in Table I. 12 EMI Ell I MI INIIM.Mill MN Table 1 City of Fontana South Fontana Sewers Preliminary Engineering Summary of Findings PEAK 3) TRIBUTARY 2) WASTEWATER SEWER 4) REACH 1) REACH DESCRIPTIONS AREAS DISCHARGE DIAMETER MINIMUM SLOPE 4) VELOCITY 4) (MGD) ( inches) (ft / ft) (ft/sec ) Slover Ave. from 8 0.461 10 0.0043 2.63 Calabash Ave. to Cherry Ave. 12 0.0024 2.12 15 0.0017 1.86 II Stover Ave. from 6 & 7 1.138 12 0.0098 4.49 Cherry Ave. to Hemlock Ave. 15 0.0017 2.33 18 0.0014 2.16 III Stover Ave. from 6 0.672 10 0.0090 3.81 Hemlock Ave. to Poplar Ave. 12 0.0034 2.65 15 0.0017 2.05 IV Stover Ave. from 5 0.396 10 0.0032 2.27 Poplar Ave. to Citrus Ave. 12 0.0024 2.03 15 0.0017 1.77 V Stover Ave. from 4 0.429 10 0.0037 2.44 Citrus Ave. to Cypress Ave. 12 0.0024 2.08 15 0.0017 1.80 VI Stover Ave. from 3 0.664 10 0.0088 3.77 Cypress Ave. to Sierra Ave. 12 0.0034 2.65 15 0.0017 2.05 VII Cherry Ave. from 6, 7 & 10 1.891 12 0.0270 7.45 Stover Ave. to Jurupa Ave. 15 0.0025 2.98 18 0.0014 2.44 VIII Citrus Ave. from 4 & 9 0.873 10 0.0152 4.95 Stover Ave. to Jurupa Ave. 12 0.0058 3.45 15 0.0017 2.19 IX Calabash Ave. from 8 & 11 0.912 10 0.0166 5.18 Stover Ave. to Jurupa Ave. 12 0.0063 3.60 15 0.0017 2.21 1) See Figure 1 2) See Figure 2 3) From Table V 4) From Table VI Preliminary Hydraulic Calculations.xls Proposed Sewer Capacities 3/20/00 Page 13 Table II City of Fontana South Fontana Sewers Preliminary Engineering Unit Flow Generation Rates Land Use Existing Development Future Development (Gal/Day) (Gal/Day) Per Net Per Equivalent Per Net Per Equivalent No. Type Description Acre Dwelling Unit Acre Dwelling Unit 1 RE Residential Estates 279 279 2 RIE Industrial Estates 279 279 3 RL Low Density Residential 279 279 4 RPC Planned Community Residential 279 279 5 RSF Single Family Residential 279 279 6 RM Medium Density Residential 279 279 7 RMH Medium -High Density Residential 279 279 8 R30 Route 30 Corridor 9 CC Community Commercial 1500 1500 10 CR Regional Commercial 1500 1500 11 CG General Commercial 1500 1500 12 CO Office Commercial 1500 1500 13 IG General Industrial 1250 3000 14 IP Industrial Park 1250 3000 15 ISP Industrial Specific Plan 1250 3000 16 PI Public Institutional 4500 4500 17 PPF Public Facility 1500 1500 18 PR Park/Rec. Facility 200 200 19 PS Schools 2400 2400• 20 OSR Open Space, Resource 21 OSN Open Space, Natural 22 PUC Public Utility Corridor 23 EDUS Point Loadings in EDU's 279 279 Preliminary Hydraulic Calculations.xls Unit Flow Rates 3/20/00 Page 14 EMI 1E11 1 — — MN 11111 — Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 1 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAL/DAY) (GAL/DAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 1130 161 0.360 2 RMH Medium -High Density Residential 279 279 31 196 0.009 3 RML Medium -Low Density Residential 279 279 - - 4 RM Medium Density Residential 279 279 - 31 0.009 5 CG General Commercial 1500 1500 123.74 - 0.186 6 CO Office Commercial 1500 1500 3.27 - 0.005 7 CC Community Commercial 1500 1500 59.63 - 0.089 8 PR Park / Rec. Facility 200 200 12.77 - 0.003 9 PI Public Institution 4500 4500 42.53 0.191 10 PS Schools 2400 2400 5.22 0.013 11 PPF Public Facility 1500 1500 - 12 IP Industrial Park 1250 3000 109.16 - 0.136 TOTAL: 356.32 TOTAL: 1.000 Preliminary Hydraulic Calculations.xls Area 1 Flow 3/20/00 Page 15 r— 1— I N r-- N o 1 I I E NS E 1 11111 Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 2 Area Average Flow Calculations Existing Development Future Development Equivalent Land Use (GAL/DAY) (GAUDAY) Acreage Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 720 245 0.269 2 RMH Medium -High Density Residential 279 279 - - 3 RML Medium -Low Density Residential 279 279 - 4 RM Medium Density Residential 279 279 - 5 CG General Commercial 1500 1500 - 66.2 0.099 6 CO Office Commercial 1500 1500 7 CC Community Commercial 1500 1500 16.53 - 0.025 8 PR Park/ Rec. Facility 200 200 13.81 0.003 9 PI Public Institution 4500 4500 - 10 PS Schools 2400 2400 13.81 - 0.033 11 PPF Public Facility 1500 1500 - 12 IP Planned Industrial 1250 3000 43.58 53.64 0.215 TOTAL: 87.73 119.84 TOTAL: 0.645 Preliminary Hydraulic Calculations.xls Area 2 Flow 3/20/00 • Page 16 — E — — r — — llllA — INN — NM is — — MN 1 NM NM Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 3 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GALIDAY) (GAL/DAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 - 2 RMH Medium -High Density Residential 279 279 - 3 RML Medium -Low Density Residential 279 279 - 4 RL Low Density Residential 279 279 - 5 RM Medium Density Residential 279 279 - 6 RIE Industrial Estates 279 279 - - 7 CO Office Commercial 1500 1500 - - 8 CC. Community Commercial 1500 1500 7.4 - 0.011 9 PR Park / Rec. Facility 200 200 10 CR Regional Commercial 1500 1500 27.55 - 0.041 11 PS Schools 2400 2400 - - 12 PPF Public Facility 1500 1500 - - 13 IP Industrial Park 1250 3000 88.5 23.44 0.181 14 IG General Industrial 1250 3000 TOTAL: 123.45 23.44 TOTAL: 0.233 Preliminary Hydraulic Calculations.xls Area 3 Flow 3/20/00 Page 17 EN BIM M I NM NM E O N Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 4 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAUDAY) (GAUDAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 2 RMH Medium -High Density Residential 279 279 3 RML Medium -Low Density Residential 279 279 4 RL Low Density Residential 279 279 7 0.002 5 RM Medium Density Residential 279 279 6 RIE Industrial Estates 279 279 7 CO Office Commercial 1500 1500 - 8 CC Community Commercial 1500 1500 19.34 - 0.029 9 PR Park / Rec. Facility 200 200 10 PI Public Institution 4500 4500 - 11 PS Schools 2400 2400 12 PPF Public Facility 1500 1500 13 IP Industrial Park 1250 3000 90.62 0.113 14 IG General Industrial 1250 3000 TOTAL: 109.96 TOTAL: 0.144 Preliminary Hydraulic Calculations.xls Area 4 Flow 3/20/00 Page 18 Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 5 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAL/DAY) (GAL/DAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 2 RMH Medium -High Density Residential 279 279 3 RML Medium -Low Density Residential 279 279 4 RL Low Density Residential 279 279 5 RM Medium Density Residential 279 279 - - 6 RIE Industrial Estates 279 279 - 7 CO Office Commercial 1500 1500 8 CC Community Commercial 1500 1500 4.85 - 0.007 9 PR Park / Rec. Facility 200 200 10 PI Public Institution 4500 4500 11 PS Schools 2400 2400 12 PPF Public Facility 1500 1500 13 IP Industrial Park 1250 3000 74.63 - 0.093 14 IG General lndustrial 1250 3000 24.99 0.031 TOTAL: 104.47 TOTAL: 0.132 Preliminary Hydraulic Calculations.xls Area 5 Flow 3/20/00 Page 19 Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 6 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAUDAY) (GAL/DAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 2 RMH Medium -High Density Residential 279 279 - - 3 RML Medium -Low Density Residential 279 279 4 RL Low Density Residential 279 279 5 RM Medium Density Residential 279 279 - 6 RIE Industrial Estates 279 279 - 7 CO Office Commercial 1500 1500 8 CC Community Commercial 1500 1500 9 PR Park / Rec. Facility 200 200 - - 10 PI Public Institution 4500 4500 11 PS Schools 2400 2400 12 PPF Public Facility 1500 1500 - - 13 IP Industrial Park 1250 3000 45.40 21.35 0.121 14 IG General lndustrial 1250 3000 49.59 17.76 0.115 TOTAL: 94.99 39.11 TOTAL: 0.236 Preliminary Hydraulic Calculations.xls Area 6 Flow 3/20/00 Page 20 MINI MI S — — — I M Mil I — r M M r r r r I Table in City of Fontana South Fontana Sewers Preliminary Engineering Area 7 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAL/DAY) (GAL/DAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 - 2 RMH Medium -High Density Residential 279 279 3 RML Medium -Low Density Residential 279 279 4 RL Low Density Residential 279 279 5 RM Medium Density Residential 279 279 6 RIE Industrial Estates 279 279 7 CO Office Commercial 1500 1500 - 8 CC Community Commercial 1500 1500 9 PR Park / Rec. Facility 200 200 10 PI Public Institution 4500 4500 - 11 PS Schools 2400 2400 - 12 PPF Public Facility 1500 1500 13 IP Industrial Park 1250 3000 44.16 23.53 0.126 14 IG General lndustrial 1250 3000 47.52 0.059 TOTAL: 91.68 23.53 TOTAL: 0.185 Preliminary Hydraulic Calculations.xls Area 7 Flow 3/20/00 Page 21 r MI N UN all MI EN M r r 1-- EN 1— 1 r 1 Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 8 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAUDAY) (GAUDAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 - 2 RMH Medium -High Density Residential 279 279 - - 3 RML Medium -Low Density Residential 279 279 - 4 RL Low Density Residential 279 279 - 5 RM Medium Density Residential 279 279 - - 6 RIE Industrial Estates 279 279 15 170 0.052 7 CO Office Commercial 1500 1500 8 CC Community Commercial 1500 1500 - - 9 PR Park / Rec. Facility 200 200 - - 10 PI Public Institution 4500 4500 - 11 PS Schools 2400 2400 12 PPF Public Facility 1500 1500 2.58 0.004 13 IP Industrial Park 1250 3000 - - 14 IG General Industrial 1250 3000 80.24 0.100 TOTAL: 82.82 TOTAL: 0.156 Preliminary Hydraulic Calculations.xls Area 8 Flow 3/20/00 Page 22 Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 9 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAL/DAY) (GAL/DAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 - - 2 RMH Medium -High Density Residential 279 279 - 3 RML Medium -Low Density Residential 279 279 - - 4 RL Low Density Residential 279 279 41 570 0.170 5 RM Medium Density Residential 279 279 - - 6 RIE Industrial Estates 279 279 - 7 CO Office Commercial 1500 1500 - 8 CC Community Commercial 1500 1500 9 PR Park / Rec. Facility 200 200 - 10 PI Public Institution 4500 4500 - 11 PS Schools 2400 2400 - 12 PPF Public Facility 1500 1500 - - 13 IP Industrial Park 1250 3000 14 IG General Industrial 1250 3000 - - TOTAL: 0.00 TOTAL: 0.170 Preliminary Hydraulic Calculations.xls Area 9 Flow 3/20/00 Page 23 E Ma— 1 w N — — NS M — I 1— 1 N V — 1 Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 10 Area Average Flow Calculations Existing Development Future Development Equivalent Land Use Acreage (GAL/DAY) (GAL/DAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 2 RMH Medium -High Density Residential 279 279 - - 3 RML Medium -Low Density Residential 279 279 4 RL Low Density Residential 279 279 - 5 RM Medium Density Residential 279 279 - - 6 RIE Industrial Estates 279 279 - 7 CO Office Commercial 1500 1500 - - 8 CC Community Commercial 1500 1500 - - 9 PR Park / Rec. Facility 200 200 - 10 PI Public Institution 4500 4500 11 PS Schools 2400 2400 - - 12 PPF Public Facility 1500 1500 - - 13 IP Industrial Park 1250 3000 31.55 56.00 0.207 14 IG General lndustrial 1250 3000 14.92 29.50 0.107 TOTAL: 46.47 85.50 TOTAL: 0.315 Preliminary Hydraulic Calculations.xls Area 10 Flow 3/20/00 Page 24 Table III City of Fontana South Fontana Sewers Preliminary Engineering Area 11 Area Average Flow Calculations Land Use Existing Development Future Development Acreage Equivalent (GAL/DAY) (GALIDAY) Dwelling Units Per Net Per Equivalent Per Net Per Equivalent Flow Rate No. Type Description Acre Dwelling Unit Acre Dwelling Unit Existing Future Existing Future (MGD) 1 RSF Single Family Residential 279 279 - 2 RMH Medium -High Density Residential 279 279 - 3 RML Medium -Low Density Residential 279 279 4 RL Low Density Residential 279 279 5 RM Medium Density Residential 279 279 6 RIE Industrial Estates 279. 279 48 45 0.026 7 CO Office Commercial 1500 1500 - - 8 CC Community Commercial 1500 1500 9 PR Park / Rec. Facility 200 200 - 10 PI Public Institution 4500 4500 - 11 PS Schools 2400 2400 - 12 PPF Public Facility 1500 1500 - 13 IP Industrial Park 1250 3000 43.39 31.34 0.148 14 IG General Industrial 1250 3000 - - TOTAL: 43.39 31.34 TOTAL: 0.174 Preliminary Hydraulic Calculations.xls Area 11 Flow 3/20/00 Page 25 NM SIN NE MI all l♦ MI NIB MIN NEI NEI l♦ MIN EN EN EN NIB 11111 11111 Table IV City of Fontana South Fontana Sewers Preliminary Engineering Existing Sewer Capacities Pipe Min. Pipe Assumed Water Wetted Hydraulic Sewer Diameter Slope Manning's Depth Ratio Depth Theta" Areal') Perimeter" Radius" Velocity" Sewer Capacity" D S n d/D d 4r S A P R V Q (in) (ft/ft) (in) (radians) (degrees) (ft2) (ft) (ft) (fps) (cfs) (MGD) Cypress Ave. 27 0.0090 0.013 0.75 20.25 4.19 240.00 3.20 4.71 0.68 8.38 26.792 17.315 Poplar Ave.. 21 0.0033 0.013 0.75 15.75 4.19 240.00 1.94 3.67 0.53 4.29 8.300 5.364 Beech Ave. 8 0.0104 0.013 0.50 4.00 3.14 180.00 0.17 1.05 0.17 1.78 0.616 0.398 Hemlock Ave. 8 0.0040 0.013 0.50 4.00 3.14 180.00 0.17 1.05 0.17 3.53 0.311 0.201 Notes: 1.) 4=2*COS-1(1-2" (d/D)) 2.) A=D2*(9r SIN(9))/8 3.) P=S*(D/12)/2 4.) R=A/P 5.) V=(1.486/n)*R2i3S112 6.) Q=VA Preliminary Hydraulic Calculations.xls Existing Sewer Capacities 3/20/00 Page 26 OM 1 MI -- i MI MB N-- 1 N 1 MO OM 1 1111 Table V City of Fontana South Fontana Sewers Preliminary Engineering Sewer Peak Flows Sewer Stover Avenue ( Reach VI ) Cypress Avenue (Existing) Stover Avenue ( Reach V ) Citrus Avenue (Reach VIII) Existing Maxium Contributing Average Total Average Total Peak Downstream Areas Flow Flow Flow Capacity (MGD) (MGD) (MGD) (MGD) 3 0.233 0.233 0.664 N/A 1 1.000 3 0.233 1.234 3.027 17.315 4 0.144 0.144 0.429 N/A 4 0.144 9 0.170 0.315 0.873 N/A Stover Avenue ( Reach IV) 5 0.132 0.132 0.396 5.364 Poplar Avenue (Existing) 2 0.645 5 0.132 0.776 1.986 0.201 Hemlock Avenue (Existing)" 6 0.236 0.236 0.672 N/A Slover Avenue ( Reach III) 6 0.236 0.236 0.672 N/A Slover Avenue ( Reach II) 6 0.236 7 0.185 0.421 1.138 N/A Cherry Avenue (Reach VII) Stover Avenue ( Reach I ) Calabash Avenue (Reach IX) 6 0.236 7 0.185 10 0.315 0.736 1.891 N/A 8 0.156 0.156 0.461 N/A 8 0.156 11 0.174 0.330 0.912 N/A Notes: 1.) Insufficient Capacity, Will Not Be Used. Preliminary Hydraulic Calculations.xls Combined Flow 3/20/00 Page 27 NIB MN =II MI Ell OM 11111 MN M OM =I I= IMO I= =11 INN OM UM M Table VI City of Fontana South Fontana Sewers Preliminary Engineering FUTURE SEWER CAPACITIES Peak Wastewater Pipe Min. Pipe Assumed Water Wetted Hydraulic . Reach Tributary Areas Discharge Diameter Slope Manning's Depth Ratio Depth Thetas') Areas') Perimeter'') Radius4a Velocity" . Sewer Capacity6 D S n d/D d Sr 8 A P R V Q (MGD) (in) (ft/ft) (in) (radians) (degrees) (ft2) (ft) (ft) (fps) (cfs) (MGD) I 8 0.461 10 0.0043 0.013 0.50 5.00 3.14 180.00 0.27 1.31 0.21 2.63 0.718 0.464 12 0.0024 0.013 0.45 5.40 2.94 168.52 0.34 1.47 0.23 2.12 0.727 0.470 15 0.0017 0.013 0.36 5.40 2.57 147.48 0.40 1.61 0.25 1.86 0.738 0.477 II 6 & 7 1.138 12 0.0098 0.013 0.50 6.00 3.14 180.00 0.39 1.57 0.25 4.49 1.763 1.140 15 0.0017 0.013 0.60 9.00 3.54 203.07 0.77 2.22 0.35 2.33 1.789 1.156 18 0.0014 0.013 0.47 8.46 3.02 173.12 0.82 2.27 0.36 2.16 1.767 1.142 III - 6 0.672 10 0.0090 0.013 0.50 5.00 3.14 180.00 0.27 1.31 0.21 3.81 1.039 0.672 12 0.0034 0.013 0.50 6.00 3.14 180.00 0.39 1.57 0.25 2.65 1.039 0.671 15 0.0017 0.013 0.44 6.60 2.90 166.22 0.52 1.81 0.29 2.05 1.066 0.689 IV 5 0.396 10 0.0032 0.013 0.50 5.00 3.14 180.00 0.27 1.31 0.21 2.27 0.620 0.400 12 0.0024 0.013 0.41 4.92 2.78 159.26 0.30 1.39 0.22 2.03 0.615 0.398 15 0.0017 0.013 0.33 4.95 2.45 140.25 0.35 1.53 0.23 1.77 0.626 0.405 V 4 0.429 10 0.0037 0.013 0.50 5.00 3.14 180.00 0.27 1.31 0.21 2.44 0.666 0.431 12 0.0024 0.013 0.43 5.16 2.86 163.90 0.32 1.43 0.23 2.08 0.671 0.433 15 0.0017 0.013 0.34 5.10 2.49 142.67 0.37 1.56 0.24 1.80 0.663 0.428 VI 3 0.664 10 0.0088 0.013 0.50 5.00 3.14 180.00 0.27 1.31 0.21 3.77 1.028 0.664 12 0.0034 0.013 0.50 6.00 3.14 180.00 0.39 1.57 0.25 2.65 1.039 0.671 15 0.0017 0.013 0.44 6.60 2.90 166.22 0.52 1.81 0.29 2.05 1.066 0.689 VI I 6, 7 & 10 1.891 12 0.0270 0.013 0.50 6.00 3.14 180.00 0.39 1.57 0.25 7.45 2.927 1.892 15 0.0025 0.013 0.75 11.25 4.19 240.00 0.99 2.62 0.38 2.98 2.945 1.903 18 0.0014 0.013 0.65 11.70 3.75 214.92 1.22 2.81 0.43 2.44 2.973 1.921 VIII 4 & 9 0.873 10 0.0152 0.013 0.50 5.00 3.14 180.00 0.27 1.31 0.21 4.95 1.351 0.873 12 0.0058 0.013 0.50 6.00 3.14 180.00 0.39 1.57 0.25 3.45 1.357 0.877 15 0.0017 0.013 0.51 7.65 3.18 182.29 0.63 1.99 0.32 2.19 1.377 0.890 IX 8 & 11 0.912 10 0.0166 0.013 0.50 5.00 3.14 180.00 0.27 1.31 0.21 5.18 1.411 0.912 12 0.0063 0.013 0.50 6.00 3.14 180.00 0.39 1.57 0.25 3.60 1.414 0.914 15 0.0017 0.013 0.52 7.80 3.22 184.58 0.64 2.01 0.32 2.21 1.423 0.919 Notes: 1.) 8=2*COS1(1-2*(d/D)) 2.) A=D2*(8, SIN(8))/8 3.) P--9*(D/12)/2 4.) R=A/P 5.) V=(1.486/n)*R°S1n 6.) Q=VA Preliminary Hydraulic Calculations.xls Table VI 3/20/00 Page 28 VALLEY BLVD. >- Legend J Proposed South Fontana Sewers Existing Sewers Direction of Flow City/County IJne San Bernardino County i SLOVER Reach 1 e es a. O . . . . . . . . >- . a. . 7d . . . .c zd M. 0 A BUPA. AVE, . . . . . . 10 FREEWAY Reach 1 SANTA ANA J IEUA Owned each 11I < AVE. City Owned um - IV. Reach v Rea ILL h VI W SCALE: 1” = 2000' L'XIflG LD. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100 ONTARIO, CA 91764 (909) 937-0200 CITY OF FONTANA FIGURE 1 a PROPOSED GRAVITY SEWERS PAGE 29 • 641244.14 t 3.74 ; 43, 240-124 , 3r3.4 134::\°14St " 44 1 1 t 4it • ,.3.33. SCALE: 1" = 1000' LocinG LD. KING. INC. 2151 CONVENTION CENTER WAY SUITE 100 ONTARIO, CA 91764 (909) 937-0200 CITY OF FONTANA FIGURE 1 b AERIAL PHOTOGRAPH (FEB. '99) Page 30 A'? Ar'4;. • all4g3141210r4"1"11'111'1106' 00111011riff et' 7 SCALE: 1 = 1000' Lociric LD. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100 ONTARIO, CA 91764 (909) 937-0200 CITY OF FONTANA FIGURE 1 c AERIAL PHOTOGRAPH (FEB. '99) Page 31 IL .—a VI v Effir Fal I I I .:4011k • .7 a im4 • 5 O • LL II . Hill 1111116 1 ace } n cn CS RUP_ BERN AVE. HIGHLAND I AVE. i LD(U'IG LD. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100 ONTARIO, CA 91764 (909) 937-0200 Legend Study Area Boundary Sphere of Influence Boundary Line SCALE: 1 " = 4000' CITY OF FONTANA FIGURE 2 STUDY AREA LIMITS PAGE 32 s 4' RANDALL AVE. J \SAN BERNARDINO AV i0 FRE! AREA imr..—. KReach AREA ■r ■ e SANTA ANA El m ■ ■ ■ r • ARIA 7 ■ AREA 10 AVE. ■ ■ I ■ W ✓ IEUA Owned V !JRUP4AY!• 71. Legend I t Reach 1 m . fReach 1— s City Owned Area 1 Area 1 Sewers Area 2 Area 2 Sewers — — Existing Sewers ------ Proposed Areas 3 — 11 Sphere of Influence Boundary Line Proposed Interceptors Study Limit .._•.. • • SCALE: 1" = 2000' ■ 11.1.1.1...— eolith V Reach VI 'mz-Nrs' C Air-4T NI cc . A 111 ■ • ■ AVE. BLVD. U SLOVER . MIN=.._—.. AVE. El 1 ■ • 1■ • SANTA AV►.. ....r_ .. 1- H I N LD(IflG LD. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100 ONTARIO, CA 91764 (909) 937-0200 CITY OF FONTANA FIGURE 3 TRIBUTARY AREA MAP PAGE 33 ll�1�:1: :11111111111111111111111111 I..i�llilillliiii11111111111 L.igiliiJlillllllll!.uu...uui.i.uiu.i, mill ■•■ ■ ■■i..■■■■...illy!■■.■■■■■■■:rC.i■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■.■■■■■■■.■■11■■■■■■■■■ - ll .y�� m■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■11■■■■■m■■. .■.■■■■C3�Ir.■■ .......... a.■■.■.■..■■■■� �+lt■■..■■■■■■■■mm.......�.■■■■uJ1■■■■*a■■. ��I>I■■■■■■■■■■nL1Cs'■■■■■■■■■■■iii■■■■■■■■■■■■■■■■.... =....:....■■■■■■■■■■il I■■■■iliC■■■ •UR•U.E'.:L't7.■■/! -■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■1�.■■■■■■■■ 1111111iill i■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■11111111 11 11111111■1111111111111111 ■■■■■■■■■..■■■■■■! ' mummr!*!1■■■■■■! !1■■■■■■mmum■■■■mmumm ■■■R!mm ■■ ■■..■Rr■■.■■■!!!1■■■r.■■■■■■■■ 111111111111'1111b11111i1:1111111f1111111ii:: mmrn:m■w..■■■■NQ■■■■■■agim■■■■■�u■■■■■■iaWm■■ mmillmummahummommigamm n'+: mmu ...........■..............................IINMPRI....^.!*11111111A1111111111111■■■■■■■.■■■■■.■■■■■■■■■� .■..■■■■. .■■..■..■■■■'��:■■■■■.■■■■■■■■■■■■■■■■■.■■■■■■■■.■�i .• /I �, T i ■■■■■� • 1L N A ■■.■■■■■.■■■■■■.■■■■■■■■■■■■■.■■■■■■E- ■.■■■■.■. ■■■■*{'.■■■■.a;=■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■MAIIAAWL.611.i■■■■WAY■■■ AAAN.A.664 alMMI■■■■■.■■■■■■■.■■■■■■■.■■■■■m■■■■fri 'r■■.*1M■■■ mummaiimummulnimummummommummummommummumminumummimmumeammmommummummummummommummommummommommumtzummmiiimm ■■■■■■■■■■■■.■■■■■■■■■■■■■...■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■.■■■■..■■■■■■■■ 11111111hIHhlllllllllll11111111111IIIII 1:IIIIH iuIuuIIuHiii IHn:1111111111111111 IIIIC:::::::1 11111•aaiu::::::uaaaa:: ■■:111111111111111 11111111 1iii1iiIIIIIIIIIIIIIIIIIIII ■■■.■■■■■■.■.■■..■■.■■■■■■■■■■.■■ 111111111111111 IIIIIIllllllllllll1111111111111i11111111111::� 11111111111111111: 111"' liiill11111111111!:!liiiiiiiiiiii8 ...■■■■■■ 111111 .... .. ■■■■■■■■ell 111111111 ., 1111■■:■■1111111111111111111111111111■■ IIIIIIIIIIIIIIflHHhIIIIIHIHI1111::::„ iaa.uuu.a..•i„11111111111...uaa::::::'■:::::::1111111 1111111 .■■[;tm■■■■■■■■■m:■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■ri■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■m■■■A■m•m■Cmu:'�Ri■ 1111U1111111111111111111::::::aaa.aau..u.a:'■:::::-::C::::����:::..-uI!!!111!:■:::::::i1.■■■■.■■■■■■■■■.■■■■■■■■■■■■■■.■■■■■c_-1i■11111■■■■■■■■■■■■■■■■■■■■■1i■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■ ,a RauiLi.■■■■■■■■.■■mmemmCm■ii■r..u..■■..■..■■■..■■■■■.■■■■■■■■■■■■■■Ii■■.■■■■■■■■■■■■■■■.■■.■■■■■■..■■■■■■■■■■■■■■■■au. C3■■■■■■■. .■.E?41----■Gii■r■■■■-.■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■I-■■■■■■■■■■■■■■■■■■■— ----ii■.■■■�m...��------ -..0 �■■■.■.. .*1'!t#] 11■■■■■■■■■■■■■■■.■■.■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■I�■■■■..ill■■.■■■•.••••�•�••_ _.-.-s.....ice■■■■■iiiaa■■..t'i.■*It.■. mmalp �1E■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■wr■■■■■■■■■■■■ill■■■■._..._----_-_-__------..::ill■■■iiiii■■■■■■■■■■■■■■■■■■■■■■■■■■■■ilWM .■■■IMUMMIT: ■■■■■.■■■■■■■■■■■■■■■■■■I•ill■E milm.. am...ii■■■li■■■■■■■■■■■■■.■■■■■■■■■■■■.■■.■■■.■■■■■■■■■■■■■■■■■■■■.■■■. ■..C�ia 11[:��AMMEN■■■■■mmo•••���---------.....um.im■■■■.r■iEM.■■■.■■■■■■■■li■.■.■■■.■■■■■■■■■■■■■■.■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■. .■■C]1'====_--.:...■■■.iiiii■■■■■■.■■■.■■■■■■■■■■■■■■■■■■11111111111""""■"""""'■"■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■. ■■■■EMINI■.::■::■■.■■■■■■■■.�11�111111�111111�111111��11■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■. .■■■■.■■■■■■■l��.■■..■R!!1■■■. �■ ■■■■MMIHNI■M■!lM■■■■■■!IN■■■■■■NMEM■■■■RMEM■■■■!P!1■.■ MEWM■■■■■■■■■■■■■■■■. .■..■..■■■■.■limmum■i ammu■■liiimmu .wmom■■■■liammu mill ■..■■mlr■■■■1 mmiill■.■■■Biel■. milmil■■.■■■mir■■■■■■Mama■ ■■■minimum■■■.■■■■■■■. illirl■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■-�,-.rTT7' 7■■.■■.■c-■■■■■■r.Tra'1Trr I111■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■.SIR.■. ■iriill■is3:■■■■■■■■■■■■.■■■■■.■■■■■■■■■■■■■■■■■■■■■■■�7 9,��J► �1 -i .i■■■■.■■=..■■■.t,•i1 - ► 1' 1-4■■■.■■■■■.■■■.■■.■■■■■■■■■■■■■■■■■■■■milli.■. ■■■■■1F"11 II■........■....■■.■..■■.■....■EM■■■■■■.rm■r■■rr■■1111111111111111111:1111111111111111111111111••■■•■■■■■•■•■•■■■•■■■■ ■ ■■■■m■■■11111111111111111111111 s' n e MOLE HORZ vERT.ir-2o LocinG INC. 2151 a:VENTI0N CENTER WAY . SUITE 100 og9-i 0290164 CITY OF FONTANA FIGURE 4a SLOVER AVE. PREUMINARY PROFILES 1:14' RIMY Page 34 IIII•■■■■■■■■■■■■■■!■■■■■■■■■■. ■■IIII■■■■■!IIII■■■■.!!■■!■■■■II ME .:.`1► - t ■■■■■■!■■■■■■■■■■■IIII■■■■■■■.■UI!■■!■.!■ira■■■■■■i .■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■� raMI ■■■■■NiOn■■!■■■■■■■■■■■■!■■■ee!■■■■■■■siiimi■■ IIII■. .!■■■■■■■!■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■!■■■r.e■■■■■■■■■■■■■■!■■■a■e===e■INe■■■■■iii■■■■■■■■■■■■■■i11111IIEI.■■II 01111111111111MEHHEISMENETENMEEMEEMINIESIBIBEIMBEIBMIN !.■.■..1.111111111�•- •••••=•••• i■"""'•••••••••••••••••••••••••••••••1:�1�;�■�*�■::::::::�■■�'�i�:°'°■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■®■■■■■■■■■_■■■■■■■■■III'.7L't1Yiii`iU IIII■■ii..■■■■■■■■■II■■■■■■■■■■■■■■■■■■■■■■■■■�■■■■■■■■■■■■■■■■�■l.. IN Etifi■■■II ■!■.■■■■ri II■■■■■■■■■.■■■■■■■■.■MM■■■!!M■iii.■■■EM■!■■■■■.■■■■.!■■II ■!■■!■!■II■■■■■■■■■■■■ MNM,■••fit/a1��.�..�..-.--_._IIII....m.. iii CJ;A■ii■■■II II!■■■.■EM1d ■■■■■■■MME■■1MMEM■IEMENO ■■■■■■■■■■!■■■■■■■■■■■■■!■■■■■.■■.■l■■...■■-mmm�.._- IIII.....mmom 1inNIU IIU■■■■■■■■■■O MINIM■■■■■M .■■■■■■t#iiCl1;II■�7..■■■■■■■■■■■■■■■.!■■■■■■■■■■■■■■E■■■.■■■E'�...'------.�.:lanai■1■■■IIMMI�■■■■■■■■■■■■!■■!■■■.!■■■■■■■.!■!■■■.■■. II■■■II■!Sa!!!■ =vim;- ■■■■■■■■■E l'J�7�■■■nEm.__===___,_--zzaw i.i■■mi■lii■■■■■■■■■■■■■■■■■■■■■■■■■■!■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■. ■■■■■■■i1;'J i 1�..ecA�i�,�i�m.�.�---__-__-.:zaiii..■■■■!■■i■■!■■■■■■■■■.■1.!■■II■■■■!.■■■■■.■■■■■■■■■■■.!■■■■■!■■■■■■■■■■...■■■■■■■■■.■■II IRIU•R•L 1 II: ammin::::ml:::::::::::::::::::11111111111II::III:::u::::::R::::' :�::::� ':::m::::�::::::�.::::�■:I .,rra■■■■IU MM■■■■■+I■!■■■■r�M■■■■■■MN■■■■■■RN■■■■■■ UM �. ■ RM■ ■■■■RM■■■■■■■■■nWR. ■i1i`ii■■■■■■■!■■■!■Yid■■■■■■agamm■■.iia■■■!■■iiu■■■■■■Wii1■■■■■■ ium■■■■■uumm■■llifii■■■■■■1ii/■■■■■.Yi/■■!■■■umm■■■uniim ■■■Ka■■■■■■.■■Yarn. ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■^T■r.t. 7,o',1-i.1■■■■!3■■■!I'`II '1-►III-■■■■!■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■N II■■■■■■■■■■ILOMM■!■■■■■■■■.■■■■!■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■INMEM■■r..■■■■■■■■■■■■■!■IIII■!■■■■■■.■!!■■■■!■■■■■■■■■■■.!■■■■■■II 111111111111AIIIIIIIIIIIIIIII::IIIIIIIIIIIII:IIIIIIIIIIIIIIIIIMIIII:IIIIIIIIII::III:IIII:IIIIIIIIIIII::IIIIIIIIIIIIIIIIIII II■!■..mummOol.....................■..■■.■!■■■■■■■■■■.!■■..!■■■end■■■!■!.■l...1u1mm1u1m1m1I1I1IIu1IImImIIIuImmmummomill 1111111111111111 II.■!■■■.....11.....■■!.■■!!■ll.........!■■!■.■■■■■■..■.■.■■■.■■■.Nzamm..'1111111111!■■■........l.■!.■!■ II.l...l.!■■!!■!■■■■■...!■!■■■..■!.■■■■......■■■■■■■!■■!■.■■■■■■■■■■!■■■■.!.■■■■■■■■■••■■■■■■■■■■■■■■■■1111111111111 •• I11■ IIIIIIIIIIIIIIIIuiillllllllllllllllllllllllfl'lllllillillllllllllllllillillll��••� m1111111••••••••••••••••••••••••••••••••• 111HMiiiiiiiiiirm11111111111111111111 1111111IhI::: 111111:'11 IIII 1 II........■....111111li -■::: ..............::::::......L:::inu.'iiiiiifliilHllflh,HIII.IIflhiIflhIIIIIIIIII.ill■■■ii1111l1111111I111111111111 I 1 Hii.uu.j' ��l� �..R .11I11I1iiii1I111I111InI11IIIIMI111INI1 „m"n"ouon'n'u"I011OI'OIP'mmm,Im',' II1I.......I1111I111 .111111111................. IIIIIIII .:. ■.■■!■■■■!■■■■■■■■■■■■.50!■■illJ■lIIIICII■iIIIIII=■II�1•■II■IIIIII.r■■■■■■■■I3�a��:■::ism II■■■■■■.■■■■■■■■■■■■!.■■■■■■■■■■■■■!■......■....■..■..im ------------------ E#Jf!■■■ II!■■■■■■■■!■■MME■■■!■■■■.■■■■■■■MIUM ■■!■!_:Z=■■II■M■■■■■■■■■■■■ N!!!■■■■■■■■■■■■■■■■■■■■■■■■IPTT►:�%►iICM■■■■!■■■■■■IIC31!■■■■■■■!■■II II■■■■■■■[] :■■ERTIEN■hill■.bill■.i.ii■■■■11!■■■■!■■!■■II.■!■■■IIII■■■■ d• ■■■.!■■■■■■■■■■■■■..II1��■LI1Wr'A3.■■!■■■■!■■II CJ;i■.■■IIII■.■■II im!■rur i ■■!n*'m■■■■■■■■■I.!■■■■.!!■■.■■III■II■■■■■■■■■II!!!.■■■■■!■!■■rE ■■!■!■rmaTL.�mu■■■!..■!■ia■!■IIII■■i�`!■■■■■■■■■■IIII IIt7■■wTl..■!■II IIii�iii'aaLaFi i ■/m-i■■■■■■■.■■i.■■■■■■■■■■■■■IIII■IIII■■■■!■■■■EyLI t a..■mm ■ .iII■■■■IIII■■■■■■■■■■■■■■■.■■■■.iris■!■■■■II ■■■!rL!O.LJ:2 r iuM■■■■■■■■■■■11■■■■■■■■■■■■■IIU■UR■.■■■_ _.n__-___zzIl■!■■II! ■!.■■■■■■■■■■■■■■■■■■■■■l/ ■■■■■■■.■■!.!■■■■■■■■■.■■■■■■II immELmulls ■■ on■■■■■■■■■mommu ..■■mmum:__==-a�iii.■■■■•■■■■■■■■.■■■■■■■■II■■■!■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ IIII■■■ II■!■■iara!!■■!_i■■.••m___:=____=.�:...■■iiii■■■■■■■■■■■!■■■■■■■■■■i.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■!■■■■111111I1■.■■II II■■.■Imf;im-_--___a....!l�i::!■■■..■■■■■11.■■■■■■■■■■■■■■■..■■■■■■.■■■■11111111■•!■■■■■•■■■■■!••l•••IIIIIIIIIIIIIC■••■■■■■■■II■■■■II II■■■■■ ■II.■II■i.. 1■■■■.■■■■■■■■■■■■■■■■■■■■IIII■■ ■■■■■■■■■■II■II.■■■■■■! �: ■■11161111111111■■■■■■i.. 111 •111111.111111111111!■■■■■■■■■allii1111II11111Iiimml11111iIl1111111111111 ..IIIIIIIII1111111�11111111I I�111111111111111,0111111011111111141111...mo ■..■ ■m■■■■■■rmiu ■!■!.■■.!■■...■■II IIII.!■..■■■■■■■■■IIIIII■!..■■■®■■.�■..■Il.■■!.■�•1:1111111 111111111111111111111111111111111111111111111111 11111111 uxinG2L151 CVEIVTiON CENTER WAY SUITE 100 (! 9) 937 0200 WY of FONTANA FIGURE 4b SLOVER AVE. PRELIMINARY PROFILES WV IONSMOM Page 35 II . Ifl III!ll11II!!!! ••'■■■■■■'■■■■■""' • 11 ' _...1r■ r ■ ■ d ■ ■■.■■ ■■ ■■■■.■■■■.■■■■■■■.■■.■■■■�!J�!.■■.■■. ,,J I' .....����■■..i■■i■■. .111!IIIIIHhIIIIllIHhIInuuuuu::u!!!ull'-="--..■■■"■■ II....nIa■■�■■■..■■. !l11111:11111111111111::::'.::::::::_:::1:..i■____■■...■■■....■.■.■__.■:M2:■■.■:■■■■::■..IMMIM::■:::MUMMI IMMEMM EMME IMMEMMEM .■■■■■■.■■■■■■■■■■■■■■■■■.■.!!C■■M■■■■■■■■.■■■■■■■■■■■■.■.■iIEi■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■IK AE ■■■■■■■■ ■■■■■■■■■.:!M!■■-E!'!■GGiii.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■N■■■■■■■■.■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■. �1�■■a■■■■.■■■ ..■■■■■■..■■■■■::■■■■■■■■■■■■■■■■.■■■■■■■...■..■.■.1:1W■■■..■.■.■■■■■■.■■■■■■■■....■■■■■■■■■■.■..■.... U1■.�.■■■.■■. ■■■■■■■Va■■.■■■■■■.■■■■■■■■■■■.■■■■■■.■■■■:■ll1l1!!i■■■■■■■■■■. ■■■■■■■■■■■.■■■■■■■■■■■ MIUJjI••- ------_i.:■■i.ra■■■■■■■.■■■ ■■.■■■■m.■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■,.ila■■.■.■■..■■■u...■■..m_=_____::■®■.ii■.■■■■■■■■.�■■■■■■■.■.■■■ ■■■■.*�r.�xa.■.■■■■■■■■.■■■■■■.■.■■■...■.■■.■...■..■■■■■■■■■■■■■�■■■.■•-------------- ..■u winixi..■.■■■■■■.■■■■.■■■■.■.■■����m�..■.■■m...■••-= iiiiii..■■■..■■■■■■■..■■..■.■.■■■■.■...■■■■.■■■■■.m:s.■..■■. .■■■■■■C■!!.■■■■■■■■.■■■..■■■■m ■..■�'si'�=-==--_ z:..i iiiil�li�'i■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ .■■■.■■tki.■..■..■......____________■■...■■■■■■■■■■■■.■■■rr› ra■■■■■■■■■■■■■■■■.■■■■■■■■■■.■■■■■■■■■■■■■■!11!!!■■■■.■■■.■■■■.■■■■. ■■■■■■■■ci-____--::::■.i■ii■i■■■■■■■■■.■■■■■■■■■■■■■■■■■ui�1■■■■■■■■■■■■■■■.■.■■■■■■■■.■■■■■■■■■■■■■■■■ ■■■■■■.■■■■■■■■.■■■ ■■■■■■■■■. ii■■■■■rm■■■■■ri■■..■■rim■■■■■■r.u■■■■■rm■■■■■■mum■■■m■■■■■■pry■■■■■■m■■■■■■ra■■■■■■pu■■■■■em■■■■■■■■■■■■■■■■■■■■. ..■■■■■■■.■■■■■■MA■■■■■■IGA■■■■■■cA■■■■■■MA■■■■■■EA■■■■■■GA■■M.■■`■■■■.■MM■■■■■■W■■■■■■NA■■■■■■IM■■■■■■SU■■■■■■■■■■■■■■■■..■.. MMEMMOMMOMMEMOMMINIMMEMMEMEMMEMMOMMUMEMEMEMMEMMIMMINMEMMUMMIOMMIUMMINIMMEMMEMIMMIMMINIMMMEMMEMMEMEMMIUMMINIMEMEMMIMMIMME ■■■■■■■■■■■■■■■■■■■■.■.■■■■■■■■■■■■■■■■■■■■■■■■■■■.111 ra=7■F=■.■■■■■/1CTI=Tr-T=■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■. ■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■..■■■■1nl■'%■■■■■■■C.'i1-iL'1-■■■■■■■■■■■■■■■■■■■.■■■■■■■■■.■.■■■■■■■■■■■■.■■. .■■■■■■■■■■■■■■.■■■■■■■..■.■■■■■■■■■■■■■■■■■■■■.■.■■■.■■■■■■■,►■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ milllII11'■■■■■■.■■■■■■■■■. 6Eliltlllllllll8888::888�.........1...........:: 11111""" !! ""■■■■.■ 1111 11111IlIl...l..1 .■■■. ill11111111111111111!l............1l1111!■■■■■....■■■■■■■■■■■■■.■■■■■■■. ■■. .....■■■...■...■■■■■■■■■■■■■■■■■■■■■■■..■■.■■■■■■. ■■■.■■■■■■ 11111111HH11fl IIIIIlIIII111111111111IH111111!���1111MM11111111111II■■■■■■■■■■■■■■■■■■■IIIIII■■■■ .►IRII■IIIIII■■■■IIIIII■■■IIIIII■■■II 11111111111111 ■■■■-.,..........■■...............................IIG3l��I.,.1,,...■............................. "" 1 11111iiiiilllllllllll:iiiiillllllllll111111111111111111"""'iiiiiiiiiiiiiiiiiiiiii ' ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■1!!"'111111111:::■■■.■■■■■11111!u... .■■■■■.■■■ 1......■IIIIIIIM1IIIIIIIIIIIII■■■■■■■■■■..■■..._I■■..■■■■■..■■■■■■■■■■■■■■■. ., .■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■_..■■■■■■■■■■■■■■■■■.■■■■■..■■■■■■■■■■■.__M■i..■■■■■■■■■■■■■■■■■■■■■■■■■■■■.111111,- .■■■■■■■■■■■■■■.■■.■■■■■■■■■■■■■■■■_.■■■■■■■■■■■■■■■■■■■■■.■■■■■■■.•■.___.■..■■■■■■■■.■■.■■■■■■■■■■.■■■.■■■■■■■IIIIII1 MIIIII11 ■■■■■■■.■■■■■■■■■■■■.■■■■■■■■■■■■MU■■■■■■■■M...■RE■IMAM■..■■■■■11.■.■.■.....■.■■...■■■■■.■..■...■■■■■■...■.■■.■ :111pol1!!"■■■■■■■■■■■■..■■m■■.►,1:=_:■■:::■■■■:.■■■■■■■■■■■■■■■11.■■■■■■■■■■■■.■■■■■■■■■■■■.■■■■■■.■■■■■■■■.■■■■..■■■. .ta■■■.■■. .■■�m■■■rm■■Gii..■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■11■■■■■■■■■■■■■■■■■■■■■■■■■.■■■.■■■■■■■ ■m■■..■mmm--.if�■.'�1!r.■. ..■■iriG..■.!m.I�■r■.■■■■...■■■■.■■■■■..■.■■■■■■■■■■■■.■■■■■■■■.■■I1.■■■■■■■■■■■■■■■■■■■■umlI.].m�m------- -- ..■■■■.■■■■■■■■■■■■..■■■....■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■11■■■■■�■..■...im------ __..-..■■..■■�u■■■■■i•iu .■■■■■■■■■.1.�x■■■■■■■■■■■■■■■■■■■.■O■■■■■■■■■■■■■■■■■�■....■inm--..-- ----_m..■■■.■■mums■■■■■■■■■.■■■■..■■■■■■■■. ■■■■■■■■■■!'�C:�i■■■■■■.■■■■■■■■■■mm1p•■..■.r�.�--_- ----___.._-...i��..■���■■.■.■■.■■.■■■.■.■.■■..■.■.■■■...■.■.■■.■. .■■■■■■■■■`._r■_■_■mmu_m.._•_■_�-••"---••_-..■i■■i.11■iiii■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■.■■■■■■■. __ ----------------=-=■■::::.■■■■■■■■■■■11■!!!!!1■■■■■■■■■■■■■■■■■■■■■.■■.■■■■■■■!!ll!l111■■■■■■■.■■■■.■. .■.■■■.■■.! ----N_----..■.■■■■■■■■■■■■■■■■■.■■■■■■.■■■■...■..■11■■■■■■■■■■■■■■■■■■llll!■■■■.■■■■■■■■■■■■■.■■■■■■■■■■■■■■■ .■■■■■■■■.■■.■■i■■i■■■■■■■■■■.■■■■■■■■■■.■■■...■.■..■■■■■■.■■■■■11■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■.■■■■■■■■■.■■■■■ .■■■■■■■■■■■■■■■■PRIM■■■■I) ■■■.■■!!!■■■■■W■! �■■■■■NIMMI■!!7■■..■■M■■■■.!P!■■■■■■!I■■.r!! ■■■■■■■■■/M■■■■■P1I■■■■■.M■■ ■■■■■■■■.■■ .■■■■■■■■■■■■■■■■`i■■■■■■LW■■■■■■samm ■■■Lamm■■■Gid■■■■■■cammo ■■GW■■■■■■sii■■■■.■Ciii■■■■■■ ammu■■ ii■■■■■..W■■■■■■.tii■■■■■■■■■■■■. ■■■■R.■■■.■■■■■■■■■■.■■■■■■■■■■■■.■■■■■■■■.■■■■■■■■■■■■■■■■■..■CI■■■■■■■■■■■■■■■■..■■■■■■■■■■■.■■■.■■■■■■■■■■■■EN■■■■■■■■■■I.RI1.■. .■■■CiQ■.■%i^...■■■■■.■.■■■■■...■■■■.■..■■■■■.■.■■■■■M■■■■.■.■.■■■ :: "■■■.■.■■■■.■.■■.■■■■■■.■■.■■■■■■■■■■■■■■■■■■■i _J■...■■■■■WQME■ .■■.■■■.■n■■.■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■."-n.:srr4-■■■■ a■■.■rlor-n,�T.■■.■■■■■■.■■■■■■■■1111111!!!!!! !!Il!■■■■■■.■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ L/=AJ 'fit]■■■ ..MIMM■LOILLLla!Inl■■■■■■■■■■■■■■■■■■ ■■■■■■■■. ■■■.■■■■■...1?�a..■■..■■■■■..■■......■■■■.■.■.■..■■■■.■■..■■■■tea■■■■■.■■■.■■■■ IIIIII111a11111111H111111IIIIIII hIlH!1!lIIIIIIII■■■■■■■■■■Ls"III■■■■■■■■.■■■■■■■■■■■.■■■■■■■■■■■11■■.■..:��.■■■■■■■■■■■■. 111111!!!!!!!!!!!11!!1!!!i1!!!!1!!!!!11!!!!1!!!!!!!1!!!!111111111111111!!!!!1!!!!!1!!!!!!!!!!1!!1!!l111111111!!1!!1!!!!!!!!!1!!i I L'XIflG LD. KING, INC. 2151 10 �T10N CENTER WAY l64 09) 937 0200 FIGURE 4c SLOVER AVE. PRELIMINARY PROFILES QM Page 36 1 mum mil ■■■■■■.■■■.■■■.■■■■■■■■■...■..■■■■■■■■■■■■■■■■■■■■.■.■■■■.■■■■........■■■■■.......■■■■■■■■■■■■.11111111111111110111111111111111_ ••••••••••■•••••••••••••■•••■•••••••1111111111111"""'■ {��'�1�� �!�11■■■■■.■■...... mmi.i■■■■.■■111111_i �limmo:1:: ■.■..■■■■.■■■■.■■■■.■■■■.■■■■■■■■■■■■.■■■.■■.■.■■..■■.■/IIII ■cur�tr■■rrr..■■III ill.■...■■■■■.■■■.■■■■■■IIram—�`���� ■..■■■■■■..■■1111111111■■••■■••••••••••••• mEmi • momm.■■■.■■■■■■■■.■■JE: 11■■.■■■■■■■■■■■■■■■.. ------ ___-,i.■■■■■■■■■ ■■■■'!�■.■■.■. ■IIII■■■.■■■■■.■■■■■■■■.■■/i.■■■■■■■m!_'ii�ie■■■■■■■■■■11■■■■■■■■■■.■//mm ■.■■■■■■■11■■■■■■■■■■ ■■..�iN■..■.■..■■■■■..■■. .■■■...■.■■■■.■■■■■Om%■.Emma/■■■■.■■■■■■■■■■■■■■■lieu■..mm!��� ��i�■■■.■■■■■■■■■■■■■■■■■11■.■■■pia■■■ ■■■■■■■■..■■..■■■■■■■■■.■■.■■■■■■..■.■.■■■■/_■ei.ice■■■..■■■■■■■■■■■■■AI!!!■■■■■./�m•C.2i&/■11■■■■■■■■■.■■.■■■■■■.■■■■■■11■■■■■■.■■■ ■■■■■■■■[]■■■■■■■■■■■■■■■■■■■■■E■u!uEC■i.%■■.■■■■■■■■.■■■■■■.■■■■■■EL'jlt4!C► �:iii■■11■■■■■..■■.■.■■■■■■■■■■■■..■■■.■■..11.■■■■■■■■■ MIMMIUMWMAMPMEMEMSEMSECMCZEMailidiMMEMMEMMEMMUMMEMMINIMMOIMMOMMITMErialiMMIUMMIUMMEMEMIUMIMMEMMEMEMMEMEMEMMMEMMINIMMENIMMINIMEM ■■■■■.■i■■I........■........■....u.■...■.u........u�.■!C��=��i.■��..■........11.........■.....■..................■..11■■■■■■■■■■ ■■■■■■■r �■�I■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■IIII �����ii■.■■■■■■■■■■■■■■■■■■■11■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■u ■■■■■■■.■ ■■■■■REFTAM■I■...■■■■■.■..■.■■■■■■.■■ME//-=__===:i■■1u■■■■.■■■.■..■■■■■.■■...■■■11■■■■■■.■■■■■■■■.■.■■.■■■■■■..■■..■111i11■■■■.■■■■ .■■.■■■C■I!■■I■m.1:1�■■■■■■■■s■.e/w!:ia■*■■.■■■.u■...■■u■■■■■■■■.■■■■■■■u■..11■■■■■■u■.■■■■■■■■■■.■■.■...■■■■u■■■.■11■■■■....■■ ■■■...■Cki mm�"m"''''`"".....■■■■■■............■...■■■■■■.■....■■■■■■■■.■■11■■■■■■■■■■■■■■■■■■■■■■■■.....■■■■■■■u11■■■■■■■■■■ ■■e■Rr■■ m iiiu■■■■■■■..■u..■■.■■■■...uu..■■u...■.■■■..uu...■u.u.■u.uu.■■■......Ile.u.u■■u■■■■■■■■.u■u■■■■■■u■■■■■.u.■u11■■■■.Im■■■ ■■■■ii1i1■■■■■■I■■■■u■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■u■■■■■■u■■■■■■■■■■Ilea■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■II■■■■■iiil■■■ ■■■■■■■■■■■■I■■■■■.■.■■■■■■■■■■■■■■u■■■■■■■■■■■■u■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■11.■u■■.■■■■■■■■■■■■■.■■■■■■■■■■■■■u■■■11■■■■■■■■■■ ■■■■■■■■■■■■■■■■■rmmu■■■Ire■■■■■■ri■■■■■■ri■■■■■■rs■■■■■m■■■.e■r■■■■■■.m■■■■■■r'■■■■■■rn■■■...rn■■■■.■r■.■■■■■m■■■.■■■■■■■■■ ■■■■■■■■EMILA■■■trA■■■■■M■■■■■.■W■■MMIUMA■.....■■■■ERNMW.■■.■■S■■■■■.■IrA....■MA■.■■■.S■■■■■■■NA■■■■■.`■■■■■■WA■.■.■■.■■■■■■ ■■■■.■..■■ra■■■■■■■■■■■■.■■■■■.■.■■■■■■■.■■■■■■■PITMWMPRMI■■■■.■■■■■MMOMPIN �IN■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■.■■■■■■■■I�+■■.■■■■■■■ ■■■■■■■■■■■OMMII■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■Ir fa i :1 : i1'i.■...■■■■r • 11' / =1 1 1 1 1■/AA■■■■.■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■tic+ ■■■■■■■ ■..■ .■ ■■■■l.: OMMI■■■■■■■..■■..■■■■■■■■■■■.■■■■■m. L iii.WLIM■■■■■■■■■I.I1Ai_i W6i_■INAIMM■■.■■■■.■■■■■■■■■■■■■■■.■■■■■■■■E ;i■■■■■.■■■ ■■■■■■■■■.Laq■■■■u■■■■■■■■■■■■■■■.■■.■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■U53■■■.■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■L''i■■■■■■■■■ ■....■.■■■rAJ■■■■■■■■.■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■.■■■■■Eti■■■■■■■■■.■.■■■■■■■■■■■■.■■■■.■■■■■Et!i■■■■■■■.■ ■■■■■■■■MIM51..■..■■■■■■■■..■.■.■.■.....■....■■■■..■...■■■■■■■■■■■■■■■■■■■■�111111111111111■■IIIIII■11111111111 ■MMINNIUMMU .■■■ ■■■■■■■■■■*NN■■■■■■■■■■■■■.■■■■■■■■■■.■■■■■■■■■■■.■■■■■■■■■■■ ■■■■■..■■ ■ :::1111111111111111111111111. 111111111111I:111 �! ,� ' "Iu•u•u::::::':::::u•• :: .■■■■■■■■■....■■■■■■■■■■■■.■■■..■.■.■...■..■.■..■■■.I1111111811•111/111111■■■■■■■■..■■■■■■■■.1111111111111■1 111111161111111111111111 Iliiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii111111■■■■■■■■■■■■■■■■■■■■■■■■■■1111111 ■■■■■.■■■■■■■■■■ 11111111 1111111111111111I11111111111111111IIKI11111111111 ........ ............... IIIIOIOIIIIIIIIIIIIIIiiIIiiI1IIIIII1IIiiiiiiilli».. 1111111 111111 111:11 ....■.■...111I1111111111111 I:lli11 111111 11111 ■■ee■■■■■■■■■..■■.■.■■.■e..■■..■■■..■..■..■■. ■■■■■■■■.■■■M■■PII II!I 11111,II1 .,: 11111111111111111111111111111111111IIIIIIIIIIm III IIIIIIIIIIIIIIIIIIIII11111111111111111::::::::::::■l:11111111111111 1 " ' 1111111111111:::::::11111111:1::::II:::111:111111111I111:w:::Iummum::::::ummummummu:::il:iiii:imummum::::::::::i:::: M1•mu•••: ■.■.Rm■■■■■.■■■■■.■■■■■■■..■■■.■■■■■■■■■■■■■.■■■mum2nAm,;■ninmAm■.■■..■■■■■■■■■■■■■■■■..■■■■■■..■■.■■■■■.w•----------_ ■.....uu............u.....■.■■■■.■..■�.�r!J■A/■Al�.■C!�!C!u.�!'JC:uGiii-■u......■...■...e��'Ji�y��Ci■■...u..■...■.■.uu......■■.u.......■ ■■■.■.■....................■el=�i:■is�i1111111111..■e......■.........■■.......���■__��:�:■..■..■.■■s..........e.......■■1111111111 ■■■■■■■■■■■■■■■■■■■■■■■■e9■■■■■■■■■■■■■IMMMIMMUMMUMMIMIMMIMMEIMMIMMIM■■■....■..■.■■■.....■■■■.■��!!��■■.■■■■■■■■■■■■■.■.■■■■■■■.....■■■■■ ■■■■■■■■■■■■■■■..............■t•........./■■■....::■...............■..■■■...........■.........■■■■......■■ ■■■.■■..�le:m■I'■E�■■■■■.■.■■....■■■■�.■..■■wmt/— �------ -----.....■■■■■■■■■.■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ .■■.RTi■■.■e■.■.■..■■■■■■■..■o-----��•=C:ZEiii■■■■■■■■iii■■■■■■■■■■■■■■■■■■■■.■■■■■■■■....■■MINER■■.■■■■■■■■■■■■■■■■■■■■■RTC■■■ ■■e■E'�1■■■■■■.■.■■r�RT,u/!Ei�Ci ill ii i.ir,■■■■■■■■■■■■■■.■■■■■■■•!wA■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■u■■■■■■■e■...■■■■■■■..■W'il■■■ ■RMIR 'M■■■■■■■■ice_ MO■..■■.■■■■■.■..■■..■■■■.■■■■■■..■■■■OVAlAI.■■■■.■■■■■■■■.■■....■.■■■■■■■■■■■■■■■■■■■■■■.■■■■■u.■■■■■■■■■ ■■■.N�'a``��.■.m.ma...■■■.■■■■e..■■■■■■■■■■■■■■..■■■■■■■■■■■■i�■m■■.■■■■■.■■■■■■■■...■.■.■■■■.........■■■■■■■■■....■■.■■■■.....■.■ ■•■•••�'`1-1 9-7"mm ••• millIIIIIIIIIIIIIIIIm••••••umm1111111111111111111111111111111111111111■ m"111111111111111111111 IIIIIIIIiIiflIhiIIIIIIHhinii RIIIIIil!iiiliglII. ■'iliIIl!IIIIIIIII111111�1111111111111 1; :11zio1■ it ►:1/94"1 „► A ,. k wanc 2151 �( VIENT10N CENTER WAY SUITE 100 (9O9 937 0200 CITY OF FONTANA FIGURE 4d CHERRY AVE. PRELIMINARY PROFILES MY FORM ws Page 37 ■■.■■■■■■■■■■..■■.......■..........■■■■■■.■.■■..■■ �.-a►-� .,. r-•., 111111111111111111l�!!1!l111 1111111111111111111111111111111111111111111 111111111111111111111111��� ��� u""""""" .■■.... _..iii�i��i1ii��i i�iNII111®11!_.■II■■i���....��....1..■...■ ...■■......■■.:1111111111111�'.�IIII:EE::=_191:'•=' ••••:::::::::sm. -4 ':um. """"""""""'lllllllllll""""""""""""' 111111111111111 .■.lrm■■■..........■■ ■.....■..■....■..■■.■... ■■..■�.w2E:mc::■mmum■■■■■. ■.■■■.■...�■■•==..wT..■ ■■■■-wi■■■■■.■.■.■■■....■■...■....■.■.■■■.■.■■■■■■.■..■■11m1.m1cai■■.■■■■■■.■■.■r■■.■■■■■■■■■■.■.■■■■.■.■■Rm_=___a::■.•.u..r�r�.■.■ .■■■■■■■■■■■..■■■.■■.■■■■■■■.■■■.■■.■■■■■■.■■■■■.E■i!!!CC:ir.■■■■■■■■■■■■■■■.■■■■�I■■■■■■■■■■■■u■i■E•—====.Giii.UI.■■■■.■.■i■■.■.■. ■■■■■■■..■....■■..■■.■■.■.■■..■■■■■■■■■■■■msmai■■.■11.■■..■■■.■■■■■■■■■■■.■.■■■�l■■■■■�■e.'-====zip i■iu■■■■■■■■.■■■....■■uI..u■■. ■■..■■■■■■■■■■■■■■■■■■■■■■■■■■■.■.W!!C:ii.■■■■■.■.■■11■.■■■■.■.■.■U■■■■■■■■U■�!!!;-_�_= iii■M.■■■■■.■..■■.■■■■■■■■■■■.■■■II.■■■.■■ ::::::::[7:M:■M:'.INEEEM : M:M:6ME:■■:::MEMO::::::::::::III■■:IR ii NE`t=i!i!---- --.m■�I■■■■■■■■■.■■■■■■■■■■..■■■■.■■■■■■■■■■■.�I■■■■.■■ ■■■■■■■r1■■.■.■.■.■■■■.■.■■■■■.11■■■...■.•-----::iil-------■■■■■■.■■■■.■■■■■■..I■■■■■■■.■■■..■.■.■■■■...■.■■.■■■■■■■■■■/1■■■■.■■ ■IU■■■■■■■■■■■■■■■■■■■■■■■M■■■■■■■■■■■.■■■■■■■■■■.■...■■.■.■■■.■■■E■.■.■■■ OMMUMMEXAMMEMMEMMUMMUMMMUMNIMMREEMEMMEMMIUMMEMEMMEMMOMMUMMEMEMEMEMIUMMEMUMMEMMEMMIMOMMINIMMEMMEMEMMEMMIMMIMMUMMO IIIIMMIRTOM_ i..■.■MM".mm■■ .UM■■■■■....■■■■11■■■■■■■ .■■■■..■■■..■■■■■.■II■ . .■ ■...■■■.■..■■.■.■....■■■■.■■.■■.■.■II■!'�1�!■.■ ■.■.iR"ii. __-_-=.liu..u.■■..■.■■■..■■■.■■■...■■11■■■.■■■.■■■■■■.■■■..■.■■.■iI■■■■■■■■■■■■■■■■■■■..■■■.......■■.■■■■.IUUMiM.■ ■.■..■.CJ±4===ii!■ME■■.■■■.■■■■■■■■.■■■■■■■■■.■■.■.■■11■■■■.■..■■.■■■■■■.■■.■■■■■II■■■■■■■■■■■■.■■■■■■■.■■■.■■■■■■.■■■■■■■l.■■.■■■ ■.■■■.■■LJ MU■■■.■■■■■■■■.■■■■■■■.■■.■.■■■■■■.■■■...■■I1.■■■■■■■.■..■■■■■■■■.■.■■.II■■■■....■■.■.■.■■■■■■■■■■.■■■■■■■..■..■I■■■■■.■ ■■■■■■■■■■!■■.■■■■..■■.■■■.■.■.■■■■■■■■■■■■■■■■■■■■■■11■■■■■■■■■■■■■■■■■■..■■■■■■II■■■■■■■■■■■■■■■■.■■■■■■■■.■■■■■■■■■■■■■1■■■.■■■ ■.■■■■■.■■■■■.■■■ro■■■■■■m■■■11..m....■.rim■..■■■r imom■.r mumm■■r!■■..■■r..m■..■.■rm■.■.■■ri■■■...m.■■■■■rmumm .■rm■.■.■.■■.■■■. ■■.■■■■■■■■■.K■■■6MMEM■■■IWii■■.■■.Ili.■■■■■iW■■■■■■!ii■■■■■■INAMEM.■■GAMMINI■■6i■■■■.■`rY■■■■■■EAMM■■.■Ciri■■■■■■iiM■.■■■■<ri■■■■■ ■■■..■■■ .■■■■■.■■■■■■,■■■■............■■■■■■■■■■■■.■■■■■.■■r=r':Tm`■■■■■■■■■■/'[Tim,TTri■■■■■■■.■■!.■■■■■■■...■.....■■■■■■■....■■■■■.■.■ .■■■■■■■■■■■■On■■■■■.■■.■■■■■■■■■■■■■.■■■■■■■■■■.■■i'M 1i L. t' r- ■.■■■■.■.■ IL 1-I ► i' .a•1.■■■■■■■■■■■■■.■■■■■■■.■.■■.■■.■■.■■■■.r•Wa.■■■■. ■■.■■■■■■■.■■■.■■■■..■■■■■■■.■■■■■■■■■.■■■■■■.■.■......■.■■.■■■■■■■i........rTTl■■■■..■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■...g7I■■■■■■ ■■■■■■■■■■■.tMg..■■■■■.■..■...■■■■..■..■■■.■■■■■■■■■IPal9.■.■.■.■■■■■■■■■..■..■MIUMA■■.■■■■■■■.■■■■.■■■■..■..■■■..■.■■MMEEtrA.■■■■■ ........■moue m■■■■■..■..■........■.■..■..■■.■■■■■■mminu ■■■.■.■■.■■.■■.■■■■rnmoo■ mums..■■......■......■■■■..■...mromm ■..■ ■..■■■■■..■■/m!■■■■■■■.■■■■■.■...■.■■■■.■■.■.■■..■■.1-ma■■■■■■■:■■■■■■■■■■■■■■■.■fs,.■■.■■■■■■...■..■.■.........■.■..■.■madam■■ .. ■■■■■■.■•'■••■r■■..■■.....■■■.■.■.■■■■..■.■.■■■■.■EImiJIIIII LGlaMMOOIIWM::::i:MUMMI ::::::MINIMM:::::::i::::::i:::::i:::::::::::: :IIIIIII1::::EE:E::E::E:::::EE:::::E:E::'■■■'■■'■' ■■■.■■.■..■■.■..■.■..■.■■■... 11■.■......■■.■■.■■.■■..�I■..�■■M ■■.■■■■■ ..........................■..MI...:::::::::........::::::Mlillliillli ...............::IIII::::::::: ::::::::::::::::::::::::::::::EE:EM::■.1 1111.........111111111..................:............... ...■..■■■■■■■■■■■■.....■......■■■■.■■■■.■■.■■■■■■■■■■■■■■■■■.■.■■■■■■■.... ......111IMEMMMINIMMEMMUMM .■■■■■■■.■■■■..■...■..■.................................IIII■■■.■■..■. ..■..■.■....■■■■ ...................I000.1lllllllllli11111U......'...............'...'.... II............'■...■.III ■:::::::::::::::::::::::::::■■I1111111111111111:::111111111111111111..■ ■..■..■■..■■■■.■■■....11IUIIIIIIIIIIIIIIIIIIIIIIIII■■■IIIIII■■IIIIII■■■.■....■.■..■...■.■....■■.■.■..■......■.■.■■.... ■.I■ MEMEMM::::::::::::IllllllllllllllllllllllilMIMMWO::::::::::EOM::::::::::E■■:::::::::::: :MEMMEMOMM: i�'Ii : �= E1111111111111111 ■■■■■■■■...■■.....■■.■■■■■■■■■ .■.■■■■■■■mune!}mIl'lr�min7■■■■■■.i......■...■m..■_Em:■:::.■■i■■■■....■ rzmum...■ ■■.■■■.■■■..■■■■■■■■■.■■■..■■■■■■■■■■■.■■■■■.■■■.■■■■.■■.IPMFIOUWQWM2CW LVii'■■■■■■■.■■■■M■!_■c::■..■■■■■■■.■■.■■.■.■■■■■■EWAMM■■■■. ■ ■■■■■■■■■■■■■..■■.■■■.■.■■.■■■■■.■■■■.■..■■■■■■■..■■.■./�/■■■■.■...■■■■.■.■■■.ONEiiiii..■■■■.■■■■■■■■■■■■■■■■■■...■.■C1N.■■.■.. ..■!*IT■■■...■..■■■■■■.■■■..■ ■ ■■ ■■..■..■■■■■■■■■■■■■ ■■/W.■■■■■■■■■■■■E.1�!!•CC■SiNIUMM■■■■■■■■■■■■■■.■■■ -■■.■■■■■■..■E■- C 1■!*1!4!.■■ ■.■.ils.■■■■■■.■■.■..■...■■.■.■■■■■■■■■.■..........■mi.... .■.emmiimi.■......■.■■..■.......■...■.■■■ mamm,____---- =..:iii......■■■■■■■■■■■■■■.■■■■■.■■■■■■.�■e_ ..■i..C7..if.S�■. ■■■■■■■■■■■■.■■■■■■■■■■.■■■■■■■..■■.■■sammii■i.■■.■■.■■■■■■■■■■■.■■■■■■.■■■■■■'-�-rmmAi.■um-___ zigi.A■■■■..■■■■.■■.■■■■■■■■■..■■■. ■■..■■■■■■■■■■■■■■■■.■. ■■■emummam.■��■■■■■■..■■■■■..■■..■...■..■■.■....�.m■■--___ ■■■■■■■■■.■ ■■ ■mum.G■u..■■■■■■..■■■.■.■.■■■■■■■■■■■.■.■..■■�..■■era immu■m■■■■■■■■■■■.■■..■■.■■■.■■■■■■■■■.■■■■. ■.■..■....i■iiu.■mram ■■.......■■.■.■■■.■■.■■.■■....■.i■m-_;==.�iim.■ME■■■■■■■■■■.■...■.■.■■■■.■■■■.■■■■■■■■■■■.■■■■■■■■■■■.■■. ■■.....■■■■■.■■■I■■■..■.■..■■■.■■■■.■■■■■■.iRim-_-��ii■i.em■■■■■■■■■.....■■■■■■■■■■■■■■..■■■■■■.■■■■■.....■■■■■■■■■■■■.■■...■ ■■■■..■■■■.■.■.aTi�.i9..■..■■.■■■■■1�!■.■.�■■!! -- iiI•..ME.■■■■■■■■■■■■■.■.■■■■■.■■■■.■■■■...■■■■■..■■■■■■■■■■■■■■■■■.■.■..■■.■■..■■. ■.■■■■■■.■■■■■i1■r.■■■■■■i■.■mtm�f:!!: iilii■i.■.■■.■■■■■■■■■■■.■■■■■■■■■■■.■■■■■■■■■.■■■■■■■■■■■■■■..■....■■.■■■■■.......■■■.■.■. ■..!*19!■Ur 7MINI■■■..■■■■.■I!! -ii/■■■.■■■■■.■■■■■....■.........■......■.■..■■■.■■■■■■■.■■■■.■■.....■■■■■...■..■■■■■■■...!*1!�i■. mummimmaluNium ■mwm===:iii.■■■.■■■■■.■...■........■■■...................■...■■.■.■.■.■.......■■.■.■.......■■■■■■■■■..■■..ilmm ■■■■■■■...Oli\e===-i■.■■.■■.■..■■■■■■■■.■.■■.■■■.■■■■■■■■■■■■■■■■■■■■■■.■■■■.■.■.■■.■■■■■■■..■■■■■..■■■■.■.■■■■■..■■■■■.■.■■..■■ .■..■■..■.■■mind■M■■■■■minim■■■■■!' ■■■■■■mm■.■■■!1! ■■■.■■C! ■■.■■■ !I■■■■■■m■■■■■■rmim ■■.r! .■■■■■!! ■■■■■.r!'1...■■■rA■.■■.■■■■..■■ ■.■.■■■■■■■■■.■.■■iIi■■■■.■rii■■■o.■vie■.■.■■vi.■■■■.NANI■■■■itiAMMU■■f ii.■■■■■Giii■..■.■f v■.■.■■Lii■■■.■■Nils■■■■■■NAMME■■Mii■■■■■■■.■■... ■■■■.■■......n1m.■■■■■■■■■.■■■■.■■.■.■■■..■■■■■■■■■■■■■■■■_.■■■■.■■■■■.■■■■■■■■■■■■■■..■■■■■■..■.■.■■......■■■■■..■■■.■.■■■■.■■ 1111111111111t11111111111111MUMM MMEMI ::::::UMWOI.F�11= :::::::::OrWT-11UL411MMU:::::::::::::0""""""""'"""""" : " " II■•••••■•••••■•■■•■■■11111111111111111111111111111 -� ` ■■..■■■■■■■■...■ III L'XIflG i51 KlcNoNVE 1110N CENTER WAY SUITE 100 909) 937 0200 64 CITY OR FONTANA FIGURE 4e CITRUS AVE. PREIJMINARY PROFILES - Page 38 IIN 11 IIhhIIhIIIII0III.hjhfImmm=J. 1 '1I1uMI11111I11MmM111M o III tee. �1Me II aeI_ =- ;_.M + ex::e!lB=YIY911ri�mia'o:o9AlIIIlOO,Mmoleemayene.ianunx' 'a1ei�mmA�'oui'ea'aiiueameeeuaem�- einemxmo����ameu0enpea�xoniSi�ou1. mmii:aie�axeaiirasr::. 3gae::sxoaeIi9:" � �� �1II � °tp�liial�e1Ylllil1l 11i911p.�.I,1���1� 0 v 1111111111111111111111 IIIIIIIIIII1IIIIImmmI' la�xiim�n1e1 1111111111111111111111111111 IR��1118 �Y��l��� RI��a�YY�I���Ni��lll�ll!l'l■l�l�l�l�pn�l�ll�ppl�llllMBA ���•��i�meMOMMMEMEMMEMMMEMOMMMC�i��emeo�nBe��e!a��sao���i�s�`�GSn"i�inm�����1li�l�.,,... :��mmam■�ee�o��mn������2�a9�ii9F=se:�ae.xa:2e��,..emp.�....�a..M-:il�n��n �me�o�egexsRx_•� o:_ .o�.�a. moou�ol11O1F@RRaA101119Ya1N09�,I��IIIOYi��muii�i i�9��iienin�! �iiinein'eiis'uiaie'es�aii�i��"__.. ".�� - e � ���:�p�I����I�A Ih�"�91��u�'ieuie�iAi��������ii��� �1'R�'� ' 'pi1��-Ms m��a�ea e��a�� sii o0T 2 A. ( I I 1 wanc LD. KING. INC. MITE NVENhbCN CENTER WAY (9909) 937-02AR00 CA 64 OFPONTANA FIGURE 4f SLOVER AVE. PREUMINARY PROFILES 161161 roam 9646 Page 39 60. 0 MAXIMUM SAFE LOADING CAPACITY FOR SEWERS NORMAL DESIGN CAPACITY FOR SEWERS D/d = 1.00 DEFICIENT MARGINAL D/d = 0.90 r/v ACCEPTABLE Peaking Formula •tonI"0.91 Qp■2.5 Q In MGD Qp■ Peak Flow Q n ■ Average Flow .. D/d = 0.50 FOR 8 — 12" SEWERS D/d = 0.75 'FOR LARGER SEWERS L'XIflG LD. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100 ONTARIO. CA 91764 (909) 937-0200 WV OF FONTANA FIGURE 5 SEWER CAPACITIES do LOADING CONDITIONS Page 40 41r, • 0 :ISLOVER AV .1 I ANTA ANA AV > < Zr<11 Z < :I 17-7 It r `-* JURUPA AV atO MOT ,110. 01. IWP. too wX VALLEY BLVD 1-10 FREEWAY 44. rt. L VALLEY BLVD MOFREEWAY UNION PACIFIC RR SANTA ANA AV f 4 JURUPA AV N.T.S LocinG LD. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100 ONTARIO, CA 91764 (909) 937-0200 WY OF FONTANA FIGURE 6 LAND USE MAP Page 41 PROPOSAL BID SHEET FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 Item Description No. 1 Clearing and Grubbing . 2. Traffic Control, Signing and Striping 3. Potholing 4. 12" Extra Strength Vitrified Clay Pipe Sewer 5. 8" Extra Strength Vitrified Clay Pipe Sewer 6. 8" Class 250 Ductile Iron Pipe Sewer 7. Sewer Manhole per City of Fontana Standard Detail No. 112 8. Sewer Manhole with flat top entry shaft per City of Fontana Standard . Detail No. 112 Estimate Unit Quantity Amount N/A LS Unit Total Price Amount N/A )q,330 N/A LS N/A 30 ,310 also— I 35 3090 658 EA LF LF -3l0- t�6 - LIZ,"Y")o 161 LF %1245 11 EA 2'200 30, $00 3 9. . Connection to existing ' Sewer Manhole per Detail 'A', Sheet No. 6, including manhole base reconstruction and related work. N/A 10. 6" Sewer lateral per City of Fontana Standard Nos. 125, 125A and 125B. , 11. Temporary Asphalt Concrete Pavement for 12' Travel Lane and Driveways (See Construction Note No. 8) EA 2550), L O LS 32 EA 525 TONS N/A ),000 $SZ' 27,2J,U/ P-13 Item Description Estimate Unit Unit Total No. Quantity,.. Amount Price Amount 12. Permanent Asphalt Concrete Pavement (Hemlock Avenue) 100 TONS '$a 231000 — 13. Class 2 Aggregate Base 50 CY Wr I p6O TOTAL AMOUNT OF BID (Sum of Bid Items 1 through 1 )• noo too- Dollars $ detiVul—AA i &llec (Word (Figures) P-14, SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 PREPARED FOR CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 (909) 350-7610 PREPARED BY L.D. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100B ONTARIO, CALIFORNIA 91764 PHONE: (909) 937-0200 FAX: (909) 937-0202 AUGUST, 1999 These plans and specifications are the exclusive property of the OWNER and shall not be used in any manner without prior consent of the OWNER. Any reuse of these contract documents by OTHERS shall be at the other's sole risk and without liability to OWNER. SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 Prepared Under the Supervision of: DOUGLAS H. MAYS, P.E. R.C.E. 21062, Expires 09-30-01 L.D. KING, INC. 164711 Signature Date Approved: CITY ENGINEER DATE: ROBERT W. WEDDLE, P.E. Owner: SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 Phone: (909) 350-7610 Construction Mr. Gregory J. Bucknell, P.E. Manager: CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 Phone: (909) 350-6646 Civil L.D. KING, INC. Engineer: 2151 Convention Center Way Suite 100B Ontario, California 91764 Phone: (909) 937-0200 Attention: Mr. Michael P. Thornton, P.E., P.L.S. Geotechnical LOR GEOTECHNICAL GROUP, INC. Engineer: 6121 Quail Valley Court Riverside, California 92507 Phone: (909) 653-1760 Attention: Mr. John Leuer, G.E. TABLE OF CONTENTS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 NOTICE INVITING SEALED BIDS NB-1 - NB-2 INSTRUCTIONS TO BIDDER IB-1 - IB-5 PROPOSAL DOCUMENTS P-1 - P-17 Proposal P-1 Bidder's Information P-3 Contractor's Licensing Statement P-4 List of Subcontractors P-5 References P-6 Designator of Sureties P-7 Bid Bond P-8 All Purpose Acknowledgement P-10 Non -Collusion Affidavit P-11 Certification of Non -Discrimination by Contractors p-12 Proposal Bid Sheet P-13 Proposal P-16 Addendum No. Acknowledgment P-17 CONTRACT DOCUMENTS CA-1 - CA-20 Agreement CA-1 Contract Performance Bond CA-4 Payment Bond CA-8 General Liability Endorsement CA-12 Automobile Liability Endorsement CA-15 Worker's Compensation/Employer's Liability CA-18 GENERAL CONDITIONS GC-1 - GC-10 Scope of Work GC-1 Location of Work GC-1 Notice to Proceed GC-1 Time of Completion GC-2 Liquidated Damages GC-2 Traffic Requirements GC-2 Hazardous Materials GC-2 Utility Requirements GC-3 Utilities Service Charges GC-6 Flow and Acceptance of Water GC-6 TABLE OF CONTENTS (continued) Removal of Water GC-6 Furnishing and Applying Water GC-7 Cleanup and Dust Control GC-7 Trench Safety and Sheeting, Shoring, and Bracing Excavation GC-7 Standard Specifications GC-8 Wage Rates and Labor Code Requirements ' GC-9 Apprentices GC-10 Clayton Act and Cartwright Act GC-10 SPECIAL PROVISIONS SP-1 - SP-31 PART 1 - GENERAL PROVISIONS SP-1 Section 1 Terms, Definitions, Abbreviations and Symbols SP-1 1-2 . Definitions SP-1 Section 2 Scope and Control of the Work SP-2 2-1 Award and Execution of Contract SP-2 2-4 Contract Bonds SP-2 2-5 Plans and Specifications SP-2 2-8 Right of Way SP-3 2-9 Surveying SP-3 Section 3 Changes in Work ' SP-3 3-2 Changes Initiated by the Agency SP-3 3-3 Extra Work SP-3 Section 4 Control of Materials SP-4 4-1 Materials and Workmanship SP-4 Section 5 Utilities SP-4 5-1 Location SP-4 Section 6 Prosecution, Progress and Acceptance of the Work SP-4 6-1 Construction Schedule and Commencement of Work SP-4 6-4 Default by Contractor SP-5 6-7 Time of Completion SP-5 6-8 Completion and Acceptance SP-6 6-9 Liquidated Damages SP-6 TABLE OF CONTENTS (continued) Section 7 Responsibilities of the Contractor SP-6 7-1 Contractor's Equipment and Facilities SP-6 7-2 Labor SP-6 7-3 Liability Insurance SP-6 7-5 Permits SP-8 7-8 Project Site Maintenance SP-8 7-9 Protection and Restoration of Existing Improvements SP-9 7-10 Public Convenience and Safety SP-9 7-15 Certified Payroll Records SP-12 Section 9 Measurement and Payment SP-12 9-3 Payment SP-12 PART 2 CONSTRUCTION MATERIALS SP-13 Section 201 Concrete, Mortar, and Related Materials SP-13 201-1 Portland Cement Concrete SP-13 201-2 Reinforcement for Concrete SP-16 201-3 Expansion Joint Filler and Joint Sealants SP-16 201-4 Concrete Curing Materials SP-16 201-5 Cement Mortar SP-17 Section 211 Soils and Aggregate Tests SP-13 211-2 Field Density SP-13 PART 3 CONSTRUCTION METHODS SP-17 Section 300 Earthwork SP-17 300-1 Clearing and Grubbing SP-17 300-2 Unclassified Excavation SP-19 300-3 Structure Excavation & Backfill SP-20 Section 301 Treated Soils, Subgrade Preparation and Placement of Base Materials SP-20 301-1 Subgrade Preparation SP-20 301-6 Soil Sterilant SP-21 Section 302 Roadway Surfacing SP-22 302-5 Asphalt Concrete Pavement SP-22 TABLE OF CONTENTS (continued) Section 303 Concrete and Masonry Construction SP-23 303-1 Concrete Structures SP-23 303-2 Air Placed Concrete SP-26 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Driveways and Alley Intersections SP-26 303-7 Rock Slope Protection (Rip Rap) SP-26 Section 306 Underground Conduit Construction SP-27 306-1 Open Trench Operations SP-27 306-5 Abandonment of Conduits and Structures SP-28 Section E Traffic Signing, Striping, Markings, and Markers SP-28 APPLICABLE STANDARD PLANS APPENDIX I SOILS DATA (For Reference Only) APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III GENERAL PERMIT CONDITIONS AND TRENCH SPECIFICATIONS SAN BERNARDINO COUNTY TRANSPORTATION DEPARTMENT APPENDIX IV GUIDELINES FOR DEVELOPMENTS IN THE AREA OF FACILITIES, FEE PROPERTIES AND/OR EASEMENTS OF THE METROPOLITAN WATER DISTRICT OF SOUTHERN CALIFORNIA APPENDIX V PLANS SEPARATE DOCUMENTS • SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 DRAWING NO. 2767, SHEET NO. 1 THROUGH 8 NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF FONTANA, as CITY, invites sealed bids for the above stated project and will receive such bids in the offices of the City Clerk up. to the hour of 2:00 p.m. on the 16th day of September, 1999, at which time they will be publicly opened and read aloud. The work of improvement consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications and Contract Documents for the above stated project. The general items of work to be done hereunder consist of construction of a sewer and appurtenances complete and in place including pavement removal, earthwork sewer, manholes and all related work required for a complete gravity sewer system. Copies of Plans, Specifications, and Contract Documents are available from the City of Fontana (CITY), at 8353 Sierra Avenue, Fontana, California 92335, (909) 350-7610, upon payment of a Thirty-five Dollars ($35.00) non-refundable fee ($45.00 if mailed). Any questions pertaining to this project should be directed to Gregory J. Bucknell, P.E. at (909) 350-6646. Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond available to the CITY in the amount of at least ten -percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. A payment bond and a performance bond, each in an amount equal to 100 % of the total contract amount, shall be required concurrently with the execution of the contract and shall be in the form set forth in the contract documents. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Labor Code Section 1735 requires that no discrimination 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 Government Code Section 12940. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required. The CITY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. NB-1 The contract documents call for monthly progress payments based upon the engineer's estimate of the percentage of work completed. The CITY will retain 10 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the CITY will pay the amounts so retained upon compliance with the requirements of Public Contract Code Section 22300 and the provisions of the contract documents pertaining to Substitution of Securities. Bids must be prepared on the City provided proposal forms and completely filled out in conformance with the Instructions to Bidders and all proposal forms must be submitted in a sealed envelope plainly marked on the outside "SEALED BID FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE - DO NOT OPEN WITH REGULAR MAIL". The CITY reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of ninety five (95) days. At the time of contract award, the prime contractor shall possess a Class "A" contractor's license and/or any combination of Class "C" specialty contractors license(s) sufficient to perform the work. BY ORDER OF CITY OF FONTANA Dated this 20th day of July, 1999. CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 (909) 350-7610 NB-2 INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 PROPOSAL FORMS Bids shall be submitted in writing on the Proposal Forms provided by the CITY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these requirements. PROPOSAL GUARANTEE BID BOND) Proposals must beaccompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond payable to the CITY in the amount of at least ten percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the CITY. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. All required bonds and insurance shall be issued by companies which are admitted surety insurers in the State of California and which have a rating of B plus 5 or better in the current edition of Best's key rating guide. The lowest responsible bidder must execute the contract documents and provide the insurance certificates and bonds no more than ten (10) days after the Notice of Award. Acceptable bond forms and insurance policy endorsements are enclosed. NON -COLLUSION AFFIDAVIT Bidder shall declare that the only persons or parties interested in the proposal as principals are those named therein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that the proposal is in all respects fair and without collusion or fraud. The Non -Collusion Affidavit shall be executed and submitted with the proposal. NON-DISCRIMINATION AFFIDAVIT Labor Codes Section 1735 requires that no discrimination be made in the employment of persons upon public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940. Bidder shall declare that it does not discriminate in its employment with regard to such factors. The Non -Discrimination Affidavit (on enclosed form) shall be executed and submitted with the proposal. IB-1 PROPOSAL BID SHEET Bidders shall give unit prices for each and all of the items set forth. No aggregate bids shall be considered. The bidder shall set forth for each item of work, in clearly legible figures, a unit item price and a total for the item in the respective spaces provided for this purpose. The quantities listed in the Bid Sheets are supplied to give an indication of the general scope of work, but the accuracy of figures is not guaranteed and the bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the Bid. REJECTION OF BIDS The CITY reserves the right to reject any or all bids or waive any informality in any one or all bids received. EQUIPMENT RENTAL AND LABOR RATES Bidder shall submit a schedule of equipment rental and labor rates which may be applicable to any extra work which is performed. DELIVERY OF PROPOSAL Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids." Late proposals will not be considered. Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE - DO NOT OPEN WITH REGULAR MAIL." WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids". The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. IB-2 DISQUALIFICATION OF BIDDERS In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. At the time of contract award, the prime contractor shall possess a Class "A" contractor's license or a combination of Class "C" licenses as required to perform the work. No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code. INTERPRETATION OF PLANS AND DOCUMENTS If any bidder contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, or finds discrepancies in,or omissions from, the drawings or specifications, bidder may submit to Gregory J. Bucknell, P.E., (909) 350-6646 of said CITY a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving a set of such documents. Interpretations or corrections received within 5 days prior to bid opening will not be answered. The ENGINEER will not be responsible for, any other explanation or interpretations of the proposed documents. ADDENDA OR BULLETINS All bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each bidder shall be fully responsible for informing himself as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid, and said addenda shall be made a part of the contract documents and shall be returned with them. Failure to cover in his bid any such addenda issued may render his bid irregular and may result in its rejection by the CITY. LEGAL RESPONSIBILITIES All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same are expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and Contract Documents, and to full compliance therewith. AWARD OF CONTRACT Following a review of the bids, the CITY shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as IB-3 determined solely by the CITY. At the time of contract award, the successful Bidder shall hold a Class "A" Contractors License or a combination of Class "C" license (s), as required to perform the work, issued by the State of California. Additionally, the CITY reserves the right to reject any or all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the "Notice Inviting Sealed Bids", all as may be required to provide for the best interests of the CITY. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. No bidder may withdraw his proposal for a period of ninety-five (95) days after the time set for opening thereof. However, the CITY will return all proposal guarantees within ten (10) days after the award of the contract or rejection of the bids, as the case may be, to the respective bidders whose proposals they accompany. LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the CITY has obtained the general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are on file with the CITY, and copies will be made available to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. The Contractor and all subcontractors shall comply with the provisions of Section 1774 of the Labor Code and other statutes relating to prevailing wages, benefits, overtime and so forth. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. Pursuant to the provisions of Section 1770 of the Labor Code, the general prevailing rate of wages has been ascertained (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. The CITY will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid, and will not under any circumstances be considered as the basis of a claim against the CITY on the contract. The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age (of such employee), except as provided in Section 3077. IB-4 WORKER'S COMPENSATION CERTIFICATE Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self -insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate which is included with the Contract Agreement, and submit same to CITY along with the other required contract documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work. CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgment by the parties. SUBSTITUTION OF SECURITIES In conformance with the State of California Public Contract Code, Section 22300, the contractor may substitute securities for any monies withheld by the CITY to ensure performance under the contract. At the request and expense of the contractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by CITY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY'S Attorney. SUBLETTING AND SUBCONTRACTING Pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Government Code), bidders are required to list in their proposal the name and location of place of business of each subcontractor who will perform work or labor or render services in or about the construction of the work or improvement or a subcontractor who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of 1% of this prime contractor's total bid. Failure to list a subcontractor for a portion of the work means that the prime contractor will do that portion of the work. It is the CITY's intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work. The list of subcontractors (on enclosed form) shall be executed and submitted with the proposal. IB-5 BIDDER'S NAME PROPOSAL FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 TO CITY OF FONTANA, as CITY: In accordance with CITY'S "Notice Inviting Sealed Bids", the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and Contract Documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the Bid Bond accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum .prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER certifies that it has visited the construction site and familiarized itself with local conditions under which the work is to be performed. Furthermore, BIDDER certifies that it will be responsible for incorporating into it's bid whatever contingencies which are discernible by a reasonable investigation. BIDDER agrees and acknowledges that it is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workman's compensation or to undertake self-insurance in accordance with the provisions of that code, and that the BIDDER will comply with such provisions of that code before commencing the performance of this. Contract if awarded to it. BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. P-1 BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that he possesses a Class "A" or a combination of Class "C" licenses as required to perform the work. BIDDER declares that his license number is and that the license expiration date is DATED: ,19 BIDDER: BIDDER'S ADDRESS: BY: PHONE: FAX NO: TITLE: P-2 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: Business Address: Telephone: Fax : State Contractor's License No. and Class: Original Date Issued: Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: P-3 CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance with the laws of the State of California providing for the registration of Contractors. Contractor's License Number: License Classification: Expiration Date: Name of Individual Contractor (Print or type): Signature of Owner: Business Address: or Name of Firm: Business Address: Name: Title: Address: Name Title: Address: or Name of Corporation: Business Address: Corporation organized under the laws of the State of Signature of President of Corp. Signature of Secretary of Corp. Date P-4 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under Which Subcontractor is Licensed License No. Address of Office, Mill or Shop Percent of Total Contract Specific Description of Subcontractor ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5%) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 REFERENCES The following are the names, addresses, phone numbers and contact person for three public agencies for which BIDDER has performed similar work within the past two years: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: P-6 DESIGNATOR OF SURETIES 1 The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: NAME/TITLE: ADDRESS: 1 PHONE: FAX: NAME/TITLE: ADDRESS: 1 PHONE: FAX: 1 NAME/TITLE: ADDRESS: ' PHONE: FAX: P-7 . BID BOND FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, , (hereafter called "Principal"), and (hereafter called "Surety"), are held and firmly bound unto the CITY OF FONTANA (hereafter called "OWNER"), in the sum of dollars ($ ), for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves and our successors and assigns. SIGNED this day of , 19_ The condition of the above obligation is such that whereas the Principal has submitted to the OWNER a certain Bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for the construction of the Slover Avenue (Hemlock Avenue to Poplar Avenue). NOW THEREFORE, a. If said Bid is rejected, or b. If said Bid is accepted and Principal executes and delivers a contract in the attached Agreement form within then (10) days after acceptance (properly completed in accordance with said Bid), and furnishes insurance certificates and endorsements, bonds for faithful performance of said Contract and for the payment of all persons performing labor or furnishing materials in connection therewith, and all other required documents, then this obligation shall be void; otherwise, the same shall remain in force and effect, it being expressly understood and agreed that the liability of Surety for any and all claims hereunder shall, in no event, exceed the amount of this obligation as herein stated. For value received, Surety hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any bidding errors or extension of the time within which the OWNER may accept such Bid, and said Surety hereby waives notice of any such extension. (Page 1 of 3) P-8 IN WITNESS WHEREOF, Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, on the day and year first set forth above. PRINCIPAL: ATTEST: (if corporation) By: By: Title: Title: Corporate Seal) SURETY: ATTEST: By: By: Title: Title: (Corporate Seal) IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and address of Surety) (Name and address of agent or representative for service of process in California, if different from above) (Telephone number and FAX number of Surety and agent or representative for service of process in California) (Page 2 of 3) P-9 ALL-PURPOSE ACKNOWLEDGEMENT STATE OF ) )ss. COUNTY OF On this , before me, DATE , NAME, TITLE OF OFFICER personally appeared NAME (S) OF SIGNER (S) [ ] personally known to me -OR- [ ] or proven 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 than 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 OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. (Page 3 of 3) P-10 NON -COLLUSION AFFIDAVIT STATE OF ) )ss. COUNTY OF ) , being first duly sworn, (Name of Affiant) says that he/she is c (Title) (Name of Bidder) 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 of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. (Signature) (Typed Name) (Title) NOTARY PUBLIC IN AND FOR THE STATE OF SUBSCRIBED BEFORE ME on this day of , 19 My Commission Expires: Notary Public P-11 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 requires that no discrimination 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 Government Code Section 12940. The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in Labor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM: TITLE OF PERSON SIGNING: SIGNATURE: DATE: Please include any additional information available regarding equal opportunity employment programs now in effect within your company. P-12 PROPOSAL BID SHEET FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 Item Description Estimate Unit Unit Total No. Quantity Amount Price Amount 1 Clearing and Grubbing N/A LS N/A 2. Traffic Control, Signing and Striping N/A LS N/A ' 3. Potholing 35 EA 4. 12" Extra Strength Vitrified Clay ' Pipe Sewer 3090 LF 5. 8" Extra Strength Vitrified Clay ' Pipe Sewer 658 LF ' 6. 8" Class 250 Ductile Iron Pipe Sewer 161 LF 7. Sewer Manhole per City of Fontana Standard Detail No. 112 11 EA 8. Sewer Manhole with flat top entry shaft per City of Fontana Standard Detail No. 112 9. Connection to existing Sewer 3 EA Manhole per Detail 'A', Sheet No. ' 6, including manhole base reconstruction and related work. N/A LS N/A 10. 6" Sewer lateral per City of Fontana Standard Nos. 125, 125A and 125B. 32 EA 11. Temporary Asphalt Concrete ' Pavement for 12' Travel Lane and 525 TONS Driveways (See Construction Note No. 8) P-13 1 Item Description Estimate Unit Unit Total No. Quantity Amount Price Amount 12. Permanent Asphalt Concrete Pavement (Hemlock Avenue) 13. Class 2 Aggregate Base 100 TONS 50 CY TOTAL AMOUNT OF BID (Sum of Bid Items 1 through 13): Dollars $ (Words) (Figures P-14 PROPOSAL BID SHEET FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 NOTE: The estimated quantities listed in the Proposal Bid Sheet(s) are supplied to give an indication of the general scope of the work, but the accuracy of these figures is not guaranteed and the bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. The Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of work required to be performed by the Contractor with its own organization. The CITY reserves the right to reject any and or all bids, or to waive any information on any one or all bids received. The CITY specifically reserves the right to delete, reduce all or any portion of the work at any time prior to authorization to proceed with this portion of work. BIDDER'S NAME: TELEPHONE NUMBER: FAX NUMBER: P-15 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this day of , 19_ BIDDER Subscribed and sworn to this day of , 19_. NOTARY PUBLIC By Title The undersigned representative of the CITY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of at least ten percent (10%) of the total bid. By Title P-16 PROPOSAL BID SHEET FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 ADDENDUM ACKNOWLEDGMENT I have received the Addendums listed below: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: BIDDER'S NAME: NAME/TITLE: SIGNATURE: TELEPHONE NO.: FAX NO.: P-17 CONTRACT AGREEMENT FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 THIS CONTRACT AGREEMENT is made and entered into for the above stated project this day of , 19_, BY AND BETWEEN THE CITY OF FONTANA, as CITY, and As CONTRACTOR. WITNESSETH that CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I The CONTRACT DOCUMENTS for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal Documents, General Conditions, Standard Specifications, Special Provisions, Plans (Dwg. No. 2767, Sheets 1 through 8), and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said CONTRACT DOCUMENTS are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid CONTRACT DOCUMENTS. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the PROPOSAL BID SHEET(S) as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during Its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. CA-1 ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR shall defend, indemnify and hold harmless CITY, County of San Bernardino, its officers, officials, agents, employees and contractors from and against all claims, damages, losses and expenses, including attorneys fees, arising out of or resulting from performance of work under this Contract and which are attributable to bodily injury, sickness, disease or death, or to injury to or destruction of property, including the loss of use resulting therefrom, caused in whole or in part by any act or omission of the Contractor or anyone directly or indirectly employed or engaged by it or for whose acts it may be liable. Without limiting the generality of the foregoing paragraph, Contractor specifically agrees to indemnify and hold harmless CITY, County of San Bernardino, its officers, officials, agents, employees, and contractors from and against all claims, damages, losses, penalties, fines and expenses (including attorney's fees and litigation costs) arising out of or in any way resulting from Contractor's failure to perform the work required of it under this Contract in the manner required by this Contract and applicable provisions of federal and state law. ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract Agreement represent all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest herein. ARTICLE VIII If any legal action is required to enforce or interpret the Contract Documents, then the prevailing party shall have the right to recover from the losing party all costs of such action including attorney fees. CA-2 CONTRACT AGREEMENT IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first written. CITY OF FONTANA CONTRACTOR: A Municipal Corporation Kenneth R. Hunt City Manager Name/Title ATTEST: SUBSCRIBED BEFORE ME, A NOTARY Beatrice Watson City Clerk APPROVED AS TO LEGAL FORM: Clark Alsop or Stephen P. Deitsch City Attorney Frank A. Schuma Community Development Director Gracie Fernandez Harmon Risk Management PUBLIC IN AND FOR THE COUNTY OF STATE OF , ON THIS' day of , 19 Notary My Commission Expires: CA-3 CONTRACT PERFORMANCE BOND ' (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF I SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 IKNOW ALL MEN BY THESE PRESENTS: I TIIAT WHEREAS, the. CITY OF FONTANA (sometimes referred to hereinafter as ee") has awarded to (Hereinafter Designated as the "Contractor"), an agreement for the work described as follows: All I traffic control including furnishing and installing all arrow boards, barricades, signs, delineators, and flagmen; all utility location and verification; excavating, exposing, and verifying top, bottom, and side of utility facility; all pavement removal and disposal; all I earthwork, including trenching, shoring, dewatering, bedding, backfilling, including select imported material or select native material and compacting; furnishing and installing all sewer and appurtenances; testing all sewer and appurtenances; connecting to existing sewers, I protecting in place or removing and replacing all existing improvements; removing and replacing all Portland Cement Concrete; replacing destroyed survey monuments; disposing of excess soil and rock material and restoring all areas and improvements to pre -construction I conditions (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for Ithe performance and guaranty thereof. NOW, THEREFORE, we, , the IUndersigned Contractor, as Principal, and a corporation organized and existing Under the laws of the State of , and duly authorized to transact business under the laws of the State of , as Surety, are held I and firmly bound unto the OBLIGEE in the sum of Dollars ($ ), said sum being not less than one hundred percent (100%) of the total amount payable by the said OBLIGEE under the terms of the said Contract, for which amount Iwell and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. ITHE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, I and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as. therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and I meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the OBLIGEE, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and I effect. (Page 1 of 4) CA-4 i 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 way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the OBLIGEE and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay OBLIGEE'S reasonable attomey's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this Day of ,19. PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney -in -Fact (Page 2 of 4) CA-5 The rate of premium on this bond is per thousand. The total amount of premium charged: $ (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a Certificate of Authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of Process in California if Different from above) (Telephone Number and Fax Number Of Surety and Agent or Representative for service of Process in California) (Page 3 of 4) CA-6 ALL-PURPOSE ACKNOWLEDGMENT STATE OF ) ) ss. COUNTY OF ) On before me, DATE NAME, TITLE OF OFFICER Personally appeared NAME (S) OF SIGNER (S) [ ]. 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 than 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 OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) CA-7 PAYMENT BOND CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the CITY OF FONTANA (sometimes referred to hereinafter as "Obligee") has awarded to (Hereinafter Designated as the "Contractor"), an agreement for the work described as follows: All traffic control including furnishing and installing all arrow boards, barricades, signs, delineators, and flagmen; all utility location and verification; excavating, exposing, and verifying top, bottom, and side of utility facility; all pavement removal and disposal; all earthwork, including trenching, shoring, dewatering, bedding, backfilling, including select imported material or select native material and compacting; furnishing and installing all sewer and appurtenances; testing all sewer and appurtenances; connecting to existing sewers, protecting in place or removing and .replacing all existing improvements; removing and replacing all Portland Cement Concrete; replacing destroyed survey monuments; disposing of excess soil and rock material and restoring all areas and improvements to pre -construction conditions (hereinafter referred to as the "Public Work"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, We, undersigned Contractor, as Principal; and existing under the laws of the State of under the laws of the State of , the , a corporation organized and , and duly authorized to transact business , as Surety, are held and firmly bound unto the CITY and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the sum of Dollars ($ ), said sum being not less than one hundred percent (100%) of the total amount payable by the said OBLIGEE under the terms of the said Contract, for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery or power used in, upon for or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due (Page 1 of 4) under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the OBLIGEE and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay OBLIGEE'S reasonable attorney's 'fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this _ day of , 19 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney -in -Fact (Page 2 of 4) CA-9 IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent Or Representative for Service of process in California if different From above) (Telephone Number and FAX Number of Surety and Agent Or Representative for service Of process in California) (Page 3 of 4) CA-10 ALL-PURPOSE ACKNOWLEDGMENT STATE OF ) ) ss. COUNTY OF ) before me, DATE NAME, TITLE OF OFFICER Personally appeared NAME (S) OF SIGNER (S) [ ] 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 than 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 OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) CA-11 GENERAL LIABILITY ENDORSEMENT CITY OF FONTANA t8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 A. POLICY INFORMATION Endorsement # ' 1. Insurance Company: Policy Number: ' 2. Policy Term (From): (To): ' Endorsement Effective Date: 3. Named Insured: 4. Address of Named Insured: ' Additional Insured (s): CITY OF FONTANA Address of Additional Insured (s): 8353 SIERRA AVENUE FONTANA, CA 92335 5. Limit of Liability Any One Occurrence/Aggregate I$ 6. Coverage is equivalent to: Comprehensive General Liability form GL0002 (Ed. 1/73) 1 Commercial General Liability "Occurrence" form CG0001 t7. Bodily injury and Property Damage Coverage is "occurrence" ' Note: The CITY (OWNER) standard insurance requirements specify "occurrence coverage." "Claims -made" coverage is not acceptable. If commercial general liability form or equivalent is used, the general aggregate must apply separately to this location/project or the general aggregate must be twice the occurrence limit. ' 8. Description of Project: CA-12 B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. As respects any work performed on the above -described Project, the CITY, County, its elected or appointed officers, officials, employees, consultants, and volunteers are included as insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured on the above -described Project for or on behalf of the CITY or (b) products sold by the Named Insured to the CITY for use on the Project; or (c) premises leased by the Named Insured from the CITY, the insurance afforded by this policy shall be primary insurance as respects the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured's schedule underlying primary coverage. In either event, any other insurance maintained by the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1) (2) (3) Insurance Services Office Form Number GL 0002 (Ed. 1/73), Comprehensive General Liability Insurance and Insurance Services Office form number GL 0404 Broad Form Comprehensive General Liability endorsement; or Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 0001; or If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the CITY, its elected or appointed officers, officials, employees, consultants or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. CA-13 C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (Title) (Department) (Company) (Street Address) (City) (State) (Zip Code) (Telephone Number) (Fax Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to bind the below ' (Print/type name) listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the. CITY) ORGANIZATION: TITLE: t ADDRESS: TELEPHONE: FAX No: CA-14 AUTOMOBILE LIABILITY ENDORSEMENT CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 A. POLICY INFORMATION Endorsement # 1. Insurance Company: Policy Number: 2. Policy Term (From): (To): Endorsement Effective Date: 3. Named Insured: 4. Address of Named Insured: 5. Additional Insured (s): CITY OF FONTANA 6. Address of Additional Insured (s): 8353 SIERRA AVENUE FONTANA, CA 92335 7. Limit of Liability Any One Occurrence/Aggregate $ / 8. Description of Project: B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The CITY, County, its elected or appointed officers, officials, consultants, employees and volunteers are included as insured with regards to damages and defense of claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured regardless of whether liability is attributable to the Name Insured or a combination of the Name Insured the CITY, its elected or appointed officers, officials, employees, consultants or volunteers. CA-15 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the CITY, the insurance afforded by this policy shall: (a) be primary insurance as respects the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers; or (b) stand in an unbroken chain of coverage in excess of the Named Insured's primary coverage. In either event, any other insurance maintained by the CITY, its elected or appointed officers, officials, employees, consultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the Named Insured at least as broad as: (1) Insurance Services Office form number CA 00001 (Ed. 1/78), Code 1 ("any auto") and endorsement CA 0025. (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding Section (1). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respect to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the OWNER and the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY, at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (Title) (Department) (Company) (Street Address) (City) (State) (Zip Code) (TelephoIne Number) CA-16 (FAX Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE ' INSURER 1 I, , warrant that I have authority to bind the below listed insurance (Print/type name) company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the CITY) ORGANIZATION: TITLE: ADDRESS: TELEPHONE: FAX NO: t 1 CA-17 1 t t WORKERS COMPENSATION/EMPLOYER S LIABILITY ENDORSEMENT CITY OF FONTANA ' 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 A. POLICY INFORMATION Endorsement # 1. Insurance Company: ("the Company") 1 Policy Number: ' 2. Effective Date of This Endorsement: 3. Named Insured: 1 4. Additional Insured(s): CITY OF FONTANA 5. Address of Additional Insured(s) 8353 SIERRA AVENUE FONTANA, CA 92335 6. Employer's Liability Limit (Coverage B): 1 B. POLICY AMENDMENTS 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: 1 1. Cancellation Notice. The insurance afforded by this policy shall not be cancelled suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY at least 45 days prior to the Ieffective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. Insurance Code Section 674 provides that a policy of liability insurance issued to a local public entity, including CITY, as a name insured shall not be cancelled or renewal of such a policy declined for reasons other than nonpayment of premium unless notice is mailed by Icertified mail return receipt requested has been given to the CITY at least 45 days prior to the effective date of the nonrenewal or at least 30 days prior to the effective date of i cancellation. CA-18 1 2. Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the CITY, its elected or appointed officers, officials, agents and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the CITY. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (TITLE) (DEPARTMENT) (COMPANY) (STREET ADDRESS) (CITY) (STATE) (ZIP CODE) (TELEPHONE NUMBER) (FAX NUMBER) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to bind the below listed insurance (Print/type name) company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the CITY.) ORGANIZATION: TITLE: ADDRESS: TELEPHONE: FAX NO: CA-19 WORKER'S COMPENSATION INSURANCE CERTIFICATION Pursuant to Section 1861 of the State Labor Code, (amended by Stats. 1979, C.373, p. 1343,) each contractor to whom a contract has been awarded shall sign the following certificate and shall submit same to the OWNER prior to performing any work on the contract. I am 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 to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract. Contractor: By: Title: Date: Section 3700 of the State Labor Code reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways:" (A) "By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state." (B) "By securing from the Director of Industrial Relations, a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his employee." (Amended by State. 1978, c. 1379, p. 4571) CA-20 GENERAL CONDITIONS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, transportation, services and incidentals as required by the contract documents to complete the work for the above stated project. The general items of work to be done hereunder consist of construction of: CITY Plans, Drawing No. 2767, Sheets 1 through 8, as per these Specifications and Special Provisions. Contractor shall furnish all material, equipment, and labor and perform all operations necessary to construct sewer and appurtenances as per the contract documents. The Work shall consist of all traffic control (including furnishing and installing all barricades, signs, delineators, arrow boards, and flagmen); all utility location and verification (excavating, exposing and verifying locations, depths, and dimensions of utility facilities); all pavement removal and disposal; all earthwork (including trenching, shoring, dewatering if required, blasting if required, bedding, backfilling and compacting); furnishing and installing all sewer fittings, appurtenances and making all related connections; testing all sewers; protecting in place or removing and replacing all existing utilities and public and private improvements; removing and replacing all asphalt and Portland cement concrete pavement; paving striping and restriping as required; disposing of excess soil and rock material; restoring all areas and improvements to pre -construction conditions. LOCATION OF WORK The general location and limits of the work are as follows: Construct 12-inch and 8-inch sewer and appurtenances along Slover Avenue between Hemlock and Poplar Avenues in the City of Fontana and the County of San Bernardino, California. NOTICE TO PROCEED Only after County clearing and grubbing and all utility relocations are complete, City will issue Contractor a Notice to Proceed on the sewer construction. GC-1 TIME OF COMPLETION The Contractor shall complete all work in every detail, with 45 WORKING DAYS after the date of Notice to Proceed, exclusive of maintenance periods. The Contractor shall place the ' order for materials within 10 working days following project award by CITY. Verification of order shall be presented to CITY. LIQUIDATED DAMAGES ' Failure of the contractor to complete the work within the time allowed will result in damages being sustained by the CITY. The amount prescribed in the Special Provisions, pursuant to the authority of Public Contract Code Section 10226 to be paid to the CITY or to be deducted ' from any payments due or to become due the Contractor for each consecutive calendar day in completing the whole or any specified portion of the work beyond the time allowed in the specifications are prescribed in the Special Provisions, pursuant to Public Contracts •Code Section 10226. TRAFFIC REQUIREMENTS Unless specifically noted otherwise, a minimum of one (1) travel lane in each direction P Y shall be maintained on all paved streets within the construction zone at all times unless specified otherwise. Access shall be provided to all intersecting local streets and driveways at all times. The Contractor shall furnish traffic control in accordance with the Traffic Control drawings. Said plan shall identify construction phasing which shall not disrupt existing traffic circulation patterns. Delineation shall be in accordance with the California Department of Transportation Traffic Manual as approved by the City Traffic Engineer. No street closures shall be made without prior approval of the ENGINEER and other agencies involved. t HAZARDOUS MATERIALS Steel plate covers shall be installed per Work Area Traffic Control Handbook (Place Bridging) over all open trenches at the close of construction each day so that a minimum of one (1) travel lane in each direction can be maintained during non -construction hours. Public Contract Code Section 7104 requires a contractor to notify the public entity of various problems, including the existence of possible hazardous materials, as follows: If the work entails digging a trench or other excavation four (4) feet or more in depth, contractor shall promptly, and before the following conditions are disturbed, notify the CITY in writing or any material that the contractor believes may be hazardous waste; any subsurface and latent physical conditions at the site differing from those indicated; or any unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as in inherent in the work of the character provided for in the contract. GC-2 UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the Underground Service Alert by calling 1-800-227- 2600. Contractor shall contact USA as specified and shall provide the Agency with proof of contact with USA upon request. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures. The utility companies listed below can be contacted as indicated. 1. Fontana Water Company Local Telephone: (909) 822-2201 USA Member Utility, Phone 1-800-227-2600 2. Marygold Mutual Water Company Local Telephone: (909) 877-0516 3. Pacific Bell (Riverside Engineering Division) Local Telephone: (909) 359-2520 USA Member Utility, Phone 1-800-227-2600 4. Southern California Edison Company (909) 357-6223 Local Telephone: (909) 357-6223 (No. of Merrill Ave.) (909) 357-6231 (So. of Merrill Ave.) USA Member Utility, Phone 1-800-227-2600 5. Southern California Gas Company Local Telephone: John Oates USA Member Utility, Phone 1-800-227-2600 (909) 335-7744 Fax (909) 335-7527 1-800-227-2600 6. Fontana Community Development Department (Sewers and Storm Drain) Local Telephone: 7. Comcast Cable Local Telephone: 8. Inland Empire Utilities Agency Local Telephone: 9. Southern Pacific Railroad Local Telephone: Fiber Optic Cable: GC-3 (909) 350-7610 (Engineering) (909) 350-6760 (Maint. yard) (909) 390-4738 (909) 357-0241 (213) 629-6161 (800) 283-4237 10. Cal Trans Local Telephone: 11. Metropolitan Water District of Southern California Local Telephone: 12. U.S. Sprint Local Telephone: 13. San Bernardino County Flood Control District Local Telephone: 14. GTE (Order) Local Telephone: 15. AT&T Local Telephone: 16. Kindergarten Energy Partners Local Telephone: (909) 383-4536 (213) 250-6432 (909) 874-8860 (909) 387-2738 (800) 482-6711 (909) 526-2556 (714) 560-4400 17. West San Bernardino Water Company Local Telephone: (909) 875-1804 The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The Contractor shall notify the Southern California Gas Company's Headquarters Planning Office at 909/793-2725 at least two (2) working days prior to the start of construction. The Contractor shall exercise extreme care to protect all existing utilities in place whether shown on the plans or not, and shall assume full responsibility for all damage resulting from his operations. The Contractor shall coordinate with each utility company as to the requirements and methods for protection of their facilities during the construction period, and shall be responsible for preparation and processing of any required plans or permits. The Contractor shall assume full responsibility to maintain uninterrupted service for all utilities, including temporary service connections. By submitting a bid, the Contractor acknowledges the above referenced utility work to be done in conjunction with this project. The contract shall schedule the work and conduct the operations so as to permit access and time for the required utility work to be accomplished during the progress of the work. The Contractor shall coordinate with each utility company as to the extent of required work and the time required to do so. The Contractor shall include this time the his schedule. Payment for the above, including coordination, protection in place, and temporary connections, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. GC-4 To the extent required by Government Code Section 4215, the CITY shall compensate Contractor for the costs of locating and repairing damage to utility facilities not due to the failure of Contractor to exercise reasonable care, and for removing or relocating main or trunk line facilities not indicated in the plans with reasonable accuracy, and for equipment necessary idled during such work. Contractor shall not be assessed liquidated damages for delay caused by failure of CITY to provide for removal or relocation of such utility facilities. The Contractor shall "pothole" to determine the exact horizontal and vertical location of the underground utilities and conduits including but not limited to existing water, gas, storm drain, sewer, electric, telephone, cable T.V. and signalization conduits where the conduits will cross as shown on the plans, marked in field, or as directed by the ENGINEER, in conformance with Section 5-1 of the Standard Specifications, and shall immediately notify the Engineer in case of conflict. This shall be the first item of work completed. The Contractor shall be responsible for obtaining the horizontal and vertical measurements to the utility once exposed. The area of pavement removed for potholing shall be the minimum required to perform the work. Pavement removal, if required, shall be by saw cutting. Following excavation in paved areas, the existing soil shall be replaced and compacted to 95% or greater to a level of one foot below the existing pavement. Asphalt cold mix shall then be added and compacted to a level flush with the existing finished surface. In areas without paving, the soil shall be replaced and compacted to a level even with the adjacent grade. All backfilling and compacting for potholing shall be completed under the supervision of the Inspector. Any backfilling or compaction done without proper inspection will require submittal of a soils report confirming compaction of subgrade and base and gradation conformance prior to final release. Compaction testing will be performed by the CITY. For potholing done without the proper supervision, the cost of testing shall be deducted from the compensation paid to the Contractor for potholing. The Inspector may, at his discretion, order testing for any area he believes to be below the required compaction, whether he has reviewed the work or not. If the suspect area fails to meet the required compaction, the Contractor shall rework the area until the specified density is obtained. The CITY shall then retest the area for compliance. The cost of all testing within these areas shall be deducted from the compensation due to the Contractor. If the suspect area meets the compaction requirements, the testing will be at the CITY'S expense and the cost will not be deducted from the compensation due. Cold mix patches shall remain in place a minimum of five working days to assure proper compaction. Cold mix patches within the proposed areas to be repaved may remain in place until such time as the final paving is undertaken. The Contractor shall maintain full responsibility for the temporary cold mix patch and shall complete all required maintenance and repairs until final paving is completed. Following approval of the waiting period by the CITY, the Contractor shall remove the temporary cold mix in areas outside the repaving limits and construct the final patch using a C2- AR4000 hot mix asphalt. A tack coat shall be applied to the pavement edges and surrounding areas. The thickness of the asphalt concrete layer shall be one inch greater than the existing section, but not less than four inches. GC-5 If no separate line item for potholing is included on the Bid Proposal sheets, the costs of potholing shall be included in the other bid items and shall include furnishing all materials, labor, tools and equipment to provide potholing, complete in place, including pavement removal, excavation, measurement, backfilling, compacting, temporary and final patch, maintenance, temporary and permanent striping and all appurtenant related work and no additional compensation will be allowed. UTILITIES SERVICE CHARGES The contractor is responsible for all utilities service charges related to the work during the course of construction and construction maintenance periods until the project has been accepted by the CITY. Payment for the utilities service charges shall be considered as included in the prices paid for various items of work and no additional compensation will be made therefor. FLOW AND ACCEPTANCE OF WATER It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly; and Contractor submitting a bid assumes all said risk. The Contractor shall conduct his operations in such a manner that storm or other existing waters may proceed uninterrupted along their existing drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the ENGINEER, are not subject to probability of damage. The Contractor shall obtain written permission from the applicable public agency or property owner before any diversion of water outside of street right of way will be permitted. REMOVAL OF WATER The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. No concrete footing or floor shall be laid in water nor shall water be allowed to rise over them until the concrete or mortar has set at least two (2) hours. Water shall not be allowed to rise unequally against the wall for a period of twenty-eight (28) days. Dewatering for the structures and pipelines shall commence when ground water is first encountered, and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method which will insure a dry hold and preservation of final lines and grade of the bottoms of excavation, all subject the approval of the ENGINEER. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter -Cologne Water Quality Control Act, 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefor. GC-6 FURNISHING AND APPLY WATER Furnishing and applying water shall conform to the applicable provisions of the Standard Specifications. Full compensation for furnishing and applying water will be considered as included in the prices paid for various items of work and no additional compensation will be made therefor. The Contractor shall make application for a permit for a temporary water meter as required. CLEANUP AND DUST CONTROL Cleanup and dust control shall conform to Section 7-8.1 of the Standard Specifications. Full compensation for furnishing all labor materials, equipment, and incidentals to clean up and control the dust as specified above shall be considered as included in various items of work and not additional compensation will be allowed therefor. TRENCH SAFETY AND SHEETING, SHORING, AND BRACING EXCAVATION The Contractor shall utilize sheeting, shoring and bracing as required to minimize the trench width or to protect existing improvements or utilities in place as required for this project. In accordance with Sections 6500 and 6705 of the Labor Code, the Contractor is required to obtain a permit from the Division of Industrial Safety for any trench or excavation which is five feet or more in depth and into which a person is required to descend. The Contractor shall furnish all labor, equipment, and materials required to design, construct, andremove all sheeting, shoring and bracing or other equivalent method of support of this project. Excavation for any trench five (5) feet or more in depth shall not begin until the Contractor has received an acknowledgement from the ENGINEER of the Contractor's detailed plan for worker protection from hazards of caving ground. Such plan shall be submitted at least five (5) days before the Contractor intends to begin excavation and shall show the details of the design of shoring, bracing, shielding or other provisions to be made for worker protection during excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than required by Construction Safety Orders of the Division of Industrial Safety and if such Plan varies from the shoring system standards established by the Construction Safety Orders, the Plan shall be prepared and signed by a Professional Engineer who is registered as a Civil or Structural Engineer in the State of California. Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing to the ENGINEER someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it is to supervise the installation and removal of sheeting, shoring and bracing. Prior to beginning excavations requiring shoring, the Contractor shall submit the shoring plans to the County for acceptance. Contractor shall not begin excavations until County written acceptance has been acquired and provided to the City. GC-7 In addition to shoring the excavations in accordance with the minimum requirements of Industrial Safety Orders, it shall be the Contractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those desired by using the criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsible for any damages which may result from his failure to provide adequate shoring the excavation under any or all of the conditions of loading which may exist or which may arise during construction of the project. The Contractor is advised that the CITY has provided the Contractor with evidence of existing right of way and temporary construction easements as approved to date. The Contractor by submitting a bid agrees to work within the right of way as provided and no other compensation for tight working areas will be provided. Payment for sheeting, shoring, bracing, and all appurtenant related work shall be considered as included in the in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the 1997 edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, ("Green Book") including all current supplements as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of -the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher: Building News, Incorporated 10801 National Boulevard, Suite 100 Los Angeles, California 90064 (800) 873-6397, Fax: (714) 535-8078 The Standard Specifications set forth above will control the general provisions, construction material, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents. The section numbers of the following Special Provisions coincide with those of the Standard Specifications for Public Works Construction. Only those sections requiring amendment or elaboration, or specifying options, are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. References in the Special Provisions to "CALTRANS Standard Specifications" shall mean the Standard Specifications (latest edition) of the State of California, Department of Transportation. Copies of these specifications and standard drawings may be obtained from: GC-8 State of California - Department of Transportation Central Publication Distribution Unit 6002 Folsom Blvd. Sacramento, CA 95819 References Special Provisions to Standard Plans shall mean the Standard Plans of the CITY or other governing agencies' as specified. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place and that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment and incidentals, and do all the work involved in executing the contract. WAGE RATES AND LABOR CODE REQUIREMENTS Wage Rates The Contractor and all Subcontractors shall be required to adhere to the general prevailing rate of per diem wages as determined and published by the State Director of the Department of Industrial Relations, pursuant to Sections 1770, 1773, and 1773.2 of the California Labor Code. Copies of these rates and the latest revisions thereto are on file in the Office of the Secretary of the Board of Directors and are available for review upon request. th pa an de rec co Cs Attention is directed to the provisions of Sections 1774, 1775, 1776, 1777.5 and 1777.6 of State Labor Code. Sections 1774 and 1775 require the contractor and all subcontractors to not less than the prevailing wage rates to all workmen employed in the execution of the contract specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those :mined by the State Director of the Department of Industrial Relations. Section 1776 aims the Contractor and all Subcontractors to keep accurate payroll records, specifies the tents thereof, their inspection and duplications procedures and certain notices required of the ntractor pertaining to their location. The Contractor and all subcontractors shall be required to pay travel and subsistence pa ments as defined in applicable collective bargaining agreements and Labor Code Sections 17 73.1 and 1773.8. Eight (8) hours of labor shall constitute a legal days work, and the time of service of any worker employed on the work shall be limited and restricted to eight (8) hours during any one calendar day and forty (40) hours in any one calendar week, except when payment of overtime is made at not less than one and one-half (1-1/2) of the basic rate for all hours worked in excess of eight (8) hours per day. The Contractor shall forfeit to the CITY, as a penalty, $25 for each worker employed in the execution of this contract by him, or by any subcontractor under him, for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day or forty (40) hours in any one calendar week without such compensation for overtime. GC-9 APPRENTICES Section 1777.5 requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the contract. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade and if other Contractors on the public work site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professional Code, arising from the purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the contractor without further acknowledgment by the parties. GC-10 SPECIAL PROVISIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 EXCEPT AS SPECIFIED BELOW, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (SSPWC), COMMONLY REFERRED TO AS "THE GREEN BOOK", WILL APPLY TO, AND CONTROL THIS WORK. PART 1- GENERAL PROVISIONS SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS City - City of Fontana Agency/Owner City of Fontana Board - City Council County County of San Bernardino Engineer City Engineer Federal United States of America State - State of California Caltrans State of California Department of Transportation SSPWC Standard Specifications for Public Works Construction SBCFCD - San Bernardino County Flood Control District Civil Engineer L.D. King, Inc. Geotechnical Engineer - LOR Geotechnical Group, Inc. SP-1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT [Replace with the following]: Within ten (10) working days after the date of the Notice to Award, the Contractor shall execute and return the following contract documents to the CITY: Contract Agreement Contract Performance Bond Payment Bond General Liability and Automobile Liability Insurance Certificate and Endorsement Forms Worker's Compensation and Employer's Liability Insurance Certificate and Endorsement Forms Construction Schedule Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the CITY until executed by the authorized CITY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the CITY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-4 CONTRACT BONDS [Add the following]: Both the Contract Performance Bond and the Payment Bond shall each be for not less than one hundred percent (100%) of the total contract amount. The Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Contract Performance Bond will not be released until one year after said date. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General [Replace the first paragraph with the following]: The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as -built conditions. Upon completion of all work, the Contractor shall return the control set to the ENGINEER. Final payment will not be made until this requirement is met. Payment for the as -built plans shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefor. SP-2 2-5.3 Shop Drawings and Submittals [Add the following]: All shop drawings and submittals required by the plans and specifications shall be submitted to the CITY'S PROJECT MANAGER. Contractor shall submit within ten (10) working days following "Notice to Proceed", a schedule of required submittals and shop drawings to the CITY'S PROJECT MANAGER. 2-8 RIGHT-OF-WAY [Add the following]: The CITY will acquire all rights of way, easements and rights of entry as required for this project. The Contractor shall verify that the acquisition(s) is completed prior to beginning any work outside the public right of way. All cost for remobilization, downtime, etc., due to delays in obtaining the required rights of way, easements, and rights of entry shall be included in the lump sum price bid for Clearing and Grubbing and no additional compensation will be allowed. 2-9 SURVEYING 2-9.2 Survey Service [Replace the first two paragraphs with the following]: The CITY will provide surveying and construction staking required for the construction of this project as determined by the ENGINEER. The cost of any additional surveying and/or construction staking primarily for the convenience of the Contractor, not in conformance with usual and customary practices, and for replacement of stakes lost as a result of the Contractor's operations will be the responsibility of the Contractor. The cost of said additional surveying shall be deducted from the Contractor's progress payments. The Contractor shall make all requests for construction stakes in writing at least 48 hours in advance of the day required. The Contractor shall set finish elevation control stakes in the field and provide "cut" sheets 48 hours in advance for review and approval by the ENGINEER. Payment for setting fmish elevation control stakes shall be considered as included in the price bid for the applicable items of work. SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE CITY 3-2.1 General [Add the following]: The term "Contract Price" as specified herein shall serve to mean the total dollar value of the Contractor's original bid for all of the various items of work combined and shall not be construed to mean the subtotal shown on any singular item of work. 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup [Add the following as the first paragraph]: The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers and other personnel not working directly on the change order and pickup or yard trucks used by the above personnel. These costs shall not SP-3 be reported as labor or equipment elsewhere except when actually performing work directly on the change order and then shall only be reported at the labor classification of the work performed. SECTION 4 - CONTROL OF MATERIALS The Contractor's attention is directed to the provisions of Section 4, including the provisions regarding inspection and testing, and use of equivalent materials. The CITY will pay for inspection and materials testing. The Contractor shall pay for retests due to failure to meet specifications. 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General [Replace the third paragraph with the following]: If at any time defects in the work shall be found, the Contractor shall promptly correct such defects, remove and dispose of all defective and unsatisfactory work or materials. Should the Contractor fail or refuse to remove and renew any defective work performed, or to make any necessary repairs in an acceptable manner, and in accordance with the Contract Documents, the CITY shall cause the unacceptable or defective work to be removed or renewed, or such repairs as may be necessary to be made at the Contractor's expense. Any expense incurred by the CITY in making these removals, renewals, or repairs, which the Contractor has failed or refused to make, shall be deducted from any monies due or which may become due the Contractor, with Contractor being obligated to reimburse the CITY for any sums incurred in excess of monies due or which may become due. SECTION 5 - UTILITIES 5-1 LOCATION [Add the following paragraph]: The Contractor shall notify the utilities designated in the General Conditions at least 48 hours in advance of excavating around any of their structures. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK [Replace with the following]: The Contractor's proposed Construction Schedule shall be submitted to the ENGINEER within ten (10) working days after the date of the Notice of Award of Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. Prior to issuing the Notice to Proceed, the ENGINEER will schedule a preconstruction meeting with the Contractor to review the proposed Construction Schedule and delivery dates, arrange the utility coordination, discuss construction methods and clarify inspection procedures. The Contractor shall submit periodic Progress Reports to the ENGINEER by the tenth day of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports.. SP-4 The Contractor is advised as to the possibility of award of other construction projects within the proposed construction zone by the CITY, other governing agencies, or private companies. In the event of such award(s), the Contractor shall coordinate with the applicable parties as to the ' extent of and time required to complete their work and shall schedule his work and conduct his operations so as to permit access and time as required for the concurrent work. The Contractor shall immediately notify the CITY and the ENGINEER in the event of a delay in scheduling ' caused solely by this concurrent work. Payment for the above, if any, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. 6-4 DEFAULT BY CONTRACTOR [Replace the first paragraph with the following]: The CITY has the right to suspend the work in whole or in part or cancel the contract without liability for damages, when in the CITY'S opinion the Contractor is not complying in good faith, has become insolvent, has assigned or subcontracted any part of the work without CITY'S consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the CITY to suspend the work as provided in this section, the ' Contractor shall not be entitled to any additional compensation for labor, materials, or other cost or expenses which may be incurred as a result thereof. CITY shall further have the right to withhold from the Contractor, any reasonable estimated sums as determined by the ENGINEER as may be ' required to correct the result of the Contractor's failure to abide by the provisions of the Contract Documents. The Contractor shall remain liable to the CITY for any correction cost in excess of cost incurred. Should work be suspended in part, Contractor shall continue with other work ' unaffected by the work suspended in accordance with the regular schedule or construction practices. 6-7 TIME OF COMPLETION 6-7.1 General [Add the following]: ' The time for completion shall be as set forth in the General Conditions (Time of Completion) page GC-1. 6-7.2 Working Day [Replace with the following]: ' The Contractor's activities shall be confined to the hours between 7:00 AM and 4:00 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the CITY and the ENGINEER, except in emergencies involving ' immediate 'hazard to persons or property. The Contractor shall obtain approval for any deviation from regular working hours or days by submitting a written request to the CITY and the ENGINEER at least 5 working days in advance, for approval by the CITY and the ENGINEER ' In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The service fees will be deducted from any amounts due the Contractor. SP-5 6-8 COMPLETION AND ACCEPTANCE [Replace the second paragraph with the following]: The date as certified by the CITY and the ENGINEER and/or accepted by the CITY and the ENGINEER when the construction of the project or specified construction 'schedule thereof is sufficiently completed. Completion will be in accordance with the Contract Documents, all applicable codes and to the full satisfaction and acceptance of the CITY, County, State and Federal authorities, having jurisdiction over the project so that the project or specified construction can be utilized for the purpose for which it was intended. Substantial completion shall include Contractor's furnishing of all contractor's "As -Built" data as required by the CITY and the ENGINEER to comply with the requirements of the appropriate governmental authorities and acceptance by any governmental authority or municipality. 6-9 LIQUIDATED DAMAGES [Replace last sentence of the first paragraph with the following]: If the work is not completed within the period provided in the General Conditions, the CITY and the Contractor agree that it would be impractical or extremely difficult to assess the actual resulting damages to CITY and therefore, they agree that the sum of Five Hundred ($500) Dollars for each every calendar day of such delay is a reasonable estimate of the same and shall constitute liquidated damages to CITY in such event. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES [Add the following]: A noise level limit of 86 dbA at a distance of fifty feet shall apply to all construction equipment on or related to the job, whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR 7-2.2 Laws [Add the following]: The Contractor, and all subcontractors, suppliers and vendors shall comply with applicable CITY, STATE and FEDERAL orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. 7-3 LIABILITY INSURANCE [Replace the entire Subsection with the following]: 7-3.1 Indemnification The contractor's obligation to provide indemnification shall be as set forth in Article VI of the Contract Agreement. 7-3.2 Insurance Requirements The Insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, SP-6 to the CITY at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. The Contractor shall maintain during the life of the contract a protective liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $1,000,000 each person $2,000,000 each occurrence $1,000,000 each accident for products and completed operations Property Damage $1,000,000 each accident Worker's Compensation Statutory Automobile Liability Insurance to include all owned, non -owned or hired vehicles, including loading and unloading thereof: Automobile Bodily Injury $1,000,000 each person $2,000,000 each accident Automobile Property Damage $1,000,000 each occurrence All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the CITY shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. The following statement shall be included on the insurance certificate: Additional Insured: The insurer agrees that the CITY, County of San Bernardino, its City Council/Board, and/or all City Council/Board appointed groups, committees, boards and any other City Council appointed body, and/or elective and appointive officers, servants, agents or employees of the CITY when acting as such are additional insured hereunder, for the acts of the insured, and such insurance shall be primary to any insurance of the CITY/County of Bernardino. The Contractor agrees to protect, defend and indemnify the CITY/County of San Bernardino against loss, damage or expense by reason of any suit claims, demands, judgments and causes of action caused by the Contractor, his employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at his option, may include such coverage under his General Liability coverage. 7-3.3 Contractor's Liability The CITY, its City Council or the ENGINEER shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the public; or for damage to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or any one employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly SP-7 guard. The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless as set forth in Article VI of the Contract Agreement, the CITY, its City Council and the ENGINEER from all suits or actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the CITY may be retained by the CITY until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the ENGINEER, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the ENGINEER may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the ENGINEER may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due or becoming due the Contractor. Failure of the ENGINEER to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. 7-3.4 Certificates of Insurance The Contractor shall not commence work until Contractor had delivered to the CITY a Certificate of Insurance executed by a duly authorized agent of the insurance carrier specifying that the insurance affords coverage for all matters set forth in this contract in at least the minimum amount required. All of said certificates must show the correct job reference and location of the job site and are not to state "covering all tracts." Contractor at his own cost and expense, shall insure this interest against loss resulting from fire, earth settlement, theft, embezzlement, riot or any other cause whatsoever. 7-5 PERMITS [Replace the first sentence with the following]: Prior to the start of any work, the Contractor shall take out the applicable CITY/County permits and make arrangements for CITY/County inspections. The Contractor and all subcontractors shall each obtain any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or public utility. Payment for this work shall be included in the bid items of work and no additional compensation will be allowed. The CITY will waive the usual CITY encroachment permit fees. The Contractor shall provide the CITY with copies of all permits prior to commencement of construction. If the permit or license of any agency or public utility is more restrictive than the standard specifications, standard drawings or the special provisions, the requirements of the permit or license shall take precedence for that portion of the work in the agency or public utility right-of-way. 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power, and Water [Add the following]: The contractor shall be responsible for installation of required temporary and permanent utility service meters. Meters shall be paid for as shown in the bid proposal sheet for meter installation and shall include full compensation for application, coordination and all related work and no additional compensation will be allowed. SP-8 Utilities service charges for electric, gas, water and telephone shall be the responsibility of the contractor during construction and construction maintenance periods. Payment for utilities service charges shall be considered as included in the prices paid for various items of work and no additional compensation will be allowed. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS [Add the following]: In addition to standard specifications, special attention shall be given to the following: Contractor shall notify the CITY of utility to be crossed. Contractor shall protect in place said utility and provide all labor, materials, tools and equipment necessary for shoring, bracing or other support and backfill required by utility owner or CITY and no additional compensation will be allowed. Existing irrigation lines and landscape areas in the parkway or front yards that need to be removed for construction shall be replaced/reconstructed. Compensation for this item shall be considered as included in the item of work originating thiswork and no separate payment shall be made to the contractor. Contractor shall prevent tracking tack coat, asphalt concrete emulsions onto existing concrete such as driveways, cross gutters, spandrels, and other adjacent improvements by sanding or other methods approved by the Engineer. Any material tracked onto existing improvements shall be removed to the satisfaction of the Engineer and the Owner of the improvements, at the Contractor's expense. [Replace the last sentence of Paragraph 3 with the following]: Lawns shall be repaired by installing sod of similar variety as that which was removed. Installation shall be in accordance with the grower/supplier's instructions. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access [Add the following]: (Special attention is called out for in Section 7-10.1 in whole, and especially as highlighted:) The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the ENGINEER SP-9 Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossing, of the Work at intervals not exceeding 300 feet (90 m), also shall be maintained unless otherwise approved by the ENGINEER Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to such extent that safe access may be provided, and the street is opened to local traffic, the contractor shall immediately clear the street and driveways and provide and maintain access. The contractor shall cooperate with the various parties involved in the delivery of mail and the collection or removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway, excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half of the roadway at one time. One-half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall include in its Bid all costs for the above requirements. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The Contractor shall. notify all affected property owners of the proposed schedule a minimum of 48 hours, but not more than 72 hours, in advance of any limitation or closure of access to their property. Form of said notice shall be as approved by the ENGINEER and shall contain the date and time of the closure. In the event of delay, whether beyond the control of the Contractor or not, the Contractor shall notify all affected property owners as to the extent of the delay and his revised schedule. In the event of delay over 72 hours, the Contractor shall re -notify the property owners as described above. Payment for notification and coordination as per Section 7-10 as modified herein shall be included in the compensation paid•for the various items of work and no additional compensation will be allowed. 7-10.2 Storage of Equipment and Materials in Public Streets [Add the following]: No more than 500 linear feet of pipeline shall be stockpiled on the site, regardless of size. The Contractor shall assume full responsibility for any damage caused by stockpiling and shall repair same at his expense. The Contractor shall also be responsible for providing traffic control as required to protect the public from hazards caused by stockpiling within the right of way. The Contractor shall be responsible for obtaining the applicable CITY permit for stockpiling within the public right of way (Permit Fees will be waived for CITY contracts). Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. SP-10 The Contractor may, at his own expense, maintain and operate a work and storage area outside the public right-of-way. In such case the Contractor shall submit to CITY written authorization from the owners of the subject property prior to occupation. Occupation of site without written authorization shall be grounds for immediate suspension of work. Location of site to be approved by CITY. Condition and operation of yard shall conform to these specifications. The Contractor shall assume full responsibility for all damage to the site resulting from his operations and shall repair and/or replace same, at his own expense, to the satisfaction of the owner of the subject property. The Contractor shall vacate site and return it to pre -project condition within five (5) working days following completion of work for which it was intended. The Contractor shall obtain a written release from the property owner accepting the conditionof the vacated site and releasing the Contractor from any further clean-up or restoration work and shall submit a copy of such release to the CITY. The Notice of Completion will not be issued until said release is submitted. 7-10.3 Street Closures, Detours and Barricades [Add the following]: The Contractor shall maintain the minimum traffic requirements designated in the General Conditions. COMPENSATION FOR TRAFFIC CONTROL SHALL include street detours, grading, restoration, arrow boards, signs, flagmen, barricades, flashers, temporary striping, removal and replacement of miscellaneous signs, fences and all appurtenances and shall be paid for at the lump sum contract price for traffic control and no additional compensation will be allowed. All existing stop signs, street name signs and regulatory signs shall be maintained in visible locations during construction and permanently relocated or removed as directed by the plans and the ENGINEER. Signs which need not be maintained during construction or permanently relocated shall be salvaged to the applicable government authority. Any deviation from the Traffic Control plans as provided shall be approved by the CITY Traffic Engineer and other agencies representatives. No street or access closure to through traffic will be allowed without the express approval of the ENGINEER. The following statement applies to all permits for work within public rights -of -way: The "State of California Manual of Traffic Control for Construction and Maintenance Work Zones" provides information necessary to carry out proper and safe traffic control. Should a contractor not provide proper traffic control after the first advisory warning, the CITY may cite the contractor or other contracting agency under City Ordinance 997. The penalty for not providing for the required proper traffic safety in the public right-of-way is a misdemeanor with a fine of up to $1,000.00 or up to 6 months in jail or both. SP-11 Contractor shall provide strict traffic control at all times using the signs, barricades, delineations, warning lights, flagged control and flashing arrow signs, as required. The normal lane to be maintained is 12 feet wide. Any deviation from this may require temporary pavement markings. Consult with the CITY INSPECTOR if you require assistance. 7-10.4 Public Safety [Add the following]: 7-10.4.1 Safety Orders The Contractor shall comply with the provisions of any CITY ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 CERTIFIED PAYROLL RECORDS [Add the following]: Certified Payroll Records shall be submitted to the CITY by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General [Replace the first paragraph with the following]: Contractor will be paid only for the quantities as listed in the Bid Schedule and constructed in accordance with the Plans and Specifications. Should any pay item contained in the Contract Documents be found unnecessary for the proper completion of, the work, the CITY may, upon written Change Order to the Contractor, eliminate such pay items from the contract, and such action shall in no way invalidate the contract. Any pay items added to the contract as a result of unforeseen circumstances or required work not included on the plans and specifications will be paid only if those items were approved by the CITY, a cost was agreed to by all parties and a written Change Order was approved and submitted to the CITY prior to the construction of said work. Before any payment shall be made, Contractor shall have provided CITY with releases executed by persons who might have mechanics liens, stop notices or labor and materials bond rights against the project and arising out of the work. 9-3.2 Partial and Final Payment [Replace the last paragraph with the following]: The closure date for periodic progress payments will be five (5) working days prior to the first Monday of each month. The final progress payment will not be released until the Contractor returns the control set of the Plans and Specifications showing the as -built conditions. The full ten percent (10%) retention will be deducted from all payments. The final retention will be authorized for payment thirty-five (35) days after the date of recordation of the Notice of Completion by the CITY. SP-12 In conformance with the State of California Public Contract Code, Section 22300, the Contractor may substitute securities for any monies withheld by the CITY to secure performance under the contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the Contractor upon notification by CITY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY Attorney's office. Before the CITY shall make the final payment, Contractor shall execute and file with the CITY a release in the form supplied by the CITY, releasing its officers, employees, representatives, and agents from any and all claims for liability relating to any undisputed contract amounts for work performed in relation to the undisputed amounts. 9-3.3 Delivered Materials [Replace with the following]: Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress payment. 9-3.4 Mobilization [Replace with the following]: Mobilization shall consist of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings and other facilities necessary for the work on this project; and for all other work and operations which must be performed or cost incurred prior to the beginning of work on the various contract items on the project site. The compensation paid for mobilization shall be included in the contract lump sum price for clearing and grubbing and shall be full compensation for all costs incurred by the Contractor for doing all work involved in mobilization as specified herein. Payment for mobilization will be included in the first monthly progress payment and shall be considered full compensation for the cost of such mobilization and administered for the entire contract. PART 2 - CONSTRUCTION MATERIALS SECTION 201- CONCRETE, MORTAR and RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE In addition to the materials outlined in Section 201-1 of the Standard Specifications, the following materials are included under Portland Cement Concrete unless otherwise covered by, specific bid item. 201-1.1.1 General [Add the Following]: A. Quality Assurance SP-13 1. Concrete Mix Design: Requirements for mixes designed by an Independent. Testing Laboratory (ITL), approved by the CITY, are: a. Prove by preliminary tests prior to concrete or provide historical data to substantiate design strengths. Procedure: a. Use plant batched concrete. b. Conform to ACI 318-77 Building Code Requirements for Reinforced Concrete and ASTM C-94 Specification for Ready - Mixed Concrete. 3. Tests: a. The CITY may employ and pay for an ITL to test materials and design concrete mixes. b. Aggregate Test: Test for Sieve or Screen Analysis of Fine and Coarse Aggregates (ASTM C-136). B. Submittals 1. Mix Design: Submit in triplicate for each strength of concrete specified stating the proposed slump, proportions of each ingredient and location of usage. 2. Test Reports: Submit in triplicate to the CITY within 3 days after tests are made. 3. Color Chart: Submit in triplicate of • texture masonry paint samples to CITY. Color and texture to be selected at time of installation by CITY'S authorized representative. 201-1.1.2 Concrete Specified by Class [Add the Following]: A. Refer to the Standard Specifications. Contractor shall utilize Concrete Class 520- C-2500 for walks and slabs; for retaining walls, foundation and footings utilize class 560-C-3250. B. Maximum Slump: 5" for concrete containing superplastizer admixture 201-1.1.4 Test for Portland Cement Concrete [Add the Following]: A. Evaluation of Test Results and Failure to Meet Strength Requirements; SP-14 1. Evaluate test results according to the Recommended Practice for Evaluation of Compression Test Results of Field Concrete (ACI 214). 2. Consider evaluations valid only if the samples have been taken and tests have been conducted in accordance with American Concrete Institute and American Society for Testing and Materials specifications and methods are applicable. 3. If strength tests performed on the concrete cylinders, cast at the time the concrete is placed, fail to meet the specified 28-day value, or if the samples have not been taken and tests conducted as specified, consider the concrete represented by such tests questionable and subject to further testing. . Conduct additional tests of questionable concrete in accordance with Standard Method of Obtaining and Testing Drilled Cores and Sawed beams of Concrete (ASTM C-42) when concrete cores may be obtained in the field or by load tests conducted and results evaluated in accordance with Chapter 20 of Building Code Requirements for Reinforced Concrete (ACI 318). 5. Test results obtained by the use of an impact hammer or sonoscope, unless correlated with other test data, will not be considered conclusive in evaluating strengths of concrete. 6. If the additional tests fail to demonstrate strengths adequate for the intended purpose or the member or members in question, as determined by the CITY, removed and replaced the questionable concrete. 201-1.2 Materials [Add the Following]: A. Contraction Joint: Plastic KWIK joint or equal. B. Waterproof Paper or Polyethylene Film: ASTM C-171. C. Quick -Set Concrete: Pour stone. Mix and apply in accordance with manufacturers specifications. D. Filter Fabric: Outline 80 by Wellman Inc. Use around drainage system at retaining seatwall. E. Silica Sand #16. 201-1.2.2 Aggregates [Add the Following]: A. Provide evaluation of aggregates for susceptibility to an alkali -aggregate reaction. B. Regard fine and coarse aggregates as separate ingredients. C. Maximum size of coarse aggregate: 1" for footings; 3/4" for slab and walls. SP-15 201-1.2.4 Admixtures [Add the Following]: A. Water reducing admixture conforming to ASTM C-494 Type A, Plastocrete or equal. B. Superplastizer high range water reducing admix conforming to ASTM C-494 Type A and K Sikament 300 or equal. C. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0.05% chloride ions are not permitted. 201-2 REINFORCEMENT FOR CONCRETE [Add the following]: In addition to the materials outlined in Section 201-2 of the Standard Specifications, the following materials are included under Steel Reinforcement for Concrete unless otherwise covered by specific bid item. A. Furnish reinforcing bars cut to length and bent, chair, spacers, ties, and temperature steel necessary to complete reinforced concrete work shown on the Drawings. B. Smooth Bar Dowels: ASTM A-615, Grade 60 or ASTM A-36, plain round bars. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS In addition to the materials outlined in Section 201-3 of the Standard Specifications, the following materials are included under Expansion Joint Filler and Joint Sealants unless otherwise covered by specific bid item. 201-3.2 Premolded Joint Filler [Add the Following]: Refer to the Standard Specifications. Contractor to utilize Nonextruding and Resilient Filler ASTM D 1751 (Bituminous Type). 201-3.4 Type "A" Sealant [Add the Following]: Refer to the Standard Specifications. Contractor to utilize type "A" Sealant. 201-4 CONCRETE CURING MATERIALS In addition to the materials outlined in Section 201-4 of the Standard Specifications, the following materials are included under Concrete Curing Compound unless otherwise covered by specific bid item. 201-4.1 General [Add the Following]: A. Liquid Membrane: The compound shall be clear styrene acrylate type, 30% solids content minimum, and have test data from and independent testing laboratory indicating a maximum moisture loss of 0.030 grams per square centimeter when SP-16 applied at a coverage rate of 300 square feet per gallon. Compound shall be "Super Rez Seal" or "Super Pliocure" by The Euclid Chemical Company, "Masterseal 66" by Master Builders, or approved equal, manufacture's certification required. Apply in strict accordance with manufacturer's recommendations. B. Dissipating Resin Curing Compound: The compound shall be a dissipating resin compound, conforming to ASTM C-309, Type, "Kurez DR" by The Euclid Chemical Company, or approved equal. The film must chemically break down in a two to four week period. 201-5 CEMENT MORTAR In addition to the materials outlined in Section 201-5 of the Standard Specifications, the following materials are included under Cement Mortar unless otherwise covered by specific bid item. 201-5.6 Quick Setting Grout [Add the Following]: Set non -shrink grout manufactured by the Master Builders Co., Upcon Construction Grout manufactured by the Upcon Chemical Division of USM Corporation, 5-Star Grout manufactured by the Grout Corporation, Crystex Grout manufactured by L & M Construction Chemicals, Inc., or approved equal. SECTION 211- SOILS AND AGGREGATE TESTS 211-2 COMPACTION TESTS 211-2.2 Field Density [Add the following paragraph]: Field density tests will be made by the Geotechnical Engineer during the course of construction at the expense of the CITY. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed by the Geotechnical Engineer at the Contractor's expense. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1.1 General [Add the following]: Contractor shall field verify existing grades and shall accept site as is, for no other grading shall be performed by AGENCY. 300-1.3 Removal and Disposal of Materials 300-1.3.1 General [Replace the first sentence]: SP-17 All materials removed shall be disposed of in a legal manner at an appropriate Disposal Site. 300-1.3.2 Requirements [Add the following]: (a) Bituminous Pavement [Replace second sentence with the following]: Saw cutting of edges to be joined is required. (d) Miscellaneous [Add the following]: In addition to the work outlined in Section 300-1.1 of the Standard Specifications, the following items of work are included under the Sewer Construction unless otherwise covered by specific bid item. 1. Mobilization and demobilization in accordance with Section 9-3.4 of the Standard Specifications. 2. Maintaining dust control at all times by watering during the entire time of the project, whether extended or not, including developing a water supply and furnishing and placing all water for all work done in the contract, including water used for extra work. 3. Provide for necessary traffic control, including all signs, barricades, flashers and flagmen necessary to maintain proper control along street rights of way and easements. 4. Application of soil sterilant. 5. Protection of utilities, structures, improvements and other facilities within the construction zone, except those specifically shown on the plans to be removed or relocated. 6. Removal and disposal of existing natural and artificial objectionable material within the limits of construction. 7. Verification of existing locations and elevations as shown on the plans or directed by the ENGINEER other than that designated as "potholing." 8. Replacement of disturbed traffic signs, street names, mailboxes, property owner signs, fences, landscaping, protection of temporary construction fences and all appurtenances, striping and markings as required to the satisfaction of the ENGINEER. Tree removal and disposal of trees in a legal manner including removal of all roots and vegetative material, over -excavation if applicable, and recompaction to 95% minimum relative compaction (ASTM D-1557). Tree removal permit shall be obtained from the appropriate agency. SP-18 10. Provide for the replacement of trees and plants, of the same kind, to the reasonable satisfaction of the property owners whether indicated on the plans or not. 11. This item shall also be interpreted to include the removal or relocation of any additional items not specifically mentioned herein or covered by specific bid item, which maybe found within the work limits whether shown or not shown on the plans to be removed or relocated. 300-1.4 Payment [Add the following]: Unless otherwise specified, compensation for clearing and grubbing shall include full compensation for Items described above, and shall be paid for at the lump sum contract price and no additional compensation will be allowed. Payment shall include full compensation for furnishing, all labor, materials, tools and equipment and doing all work involved in clearing and grubbing as specified, including saw -cutting, loading, hauling, stockpiling and disposal. Special note to the Contractor that the majority of clearing and grubbing work within the project area will be performed by others. Tree removal, fence relocation and rough grading for proposed street will be performed by others prior to sewer Contractor move -in on the project. 300-2 UNCLASSIr•1ED EXCAVATION 300-2.1 General [Add the following]: Unless separately designated, unclassified excavation shall include excavating, loading, stockpiling, hauling and disposing of surplus material to the depth indicated on the plans or as directed by the ENGINEER. Any remnants of structures, foundations, and fences within limits of construction shall be removed and disposed of in the legal manner and will be considered part of Unclassified Excavation. Removal of existing asphalt concrete pavement shall be included in this item of work unless covered by a specific bid item, 300-2.2 Unsuitable Material [Add Subsection 300-1.3.2 (a) Bituminous Pavement" as Subsection 300-2.2.3 and amend as follows]: Bituminous Pavement and Concrete removals shall be saw -cut at the designated lines of removal shown on the Plans or as designated by the ENGINEER. 300-2.6 Surplus Material [Add the following]: All surplus materials shall be disposed of in a legal manner at the Contractor's expense. 300-2.9 Payment [Replace with the following]: Payment for Unclassified Excavation shall be deemed as included in the compensation paid for the related bid item and no additional compensation will be allowed. SP-19 Payment for removal of existing asphalt concrete pavement, concrete driveways, and concrete curb and gutter shall be included in prices for various items of work and no additional compensation will be made therefor, and shall include furnishing all labor, materials, tools, and equipment involved, including saw -cutting, loading, hauling, stockpiling and disposal. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General [Add the following]: Structure excavation and backfill shall be limited to the areas shown on the plans. In making structure excavations for the project, the Contractor shall be fully responsible for designing, checking, providing and installing adequate sheeting, shoring, bracing, lagging, cribbing and piling as may be necessary as a precaution against slides, slippage or cave-in and to protect all existing and temporary improvements of any kind, either public or private property, fully from damage. 300-3.5 Structure Backfill 300-3.5.1 Requirements [Add the following]: The relative compaction of all structural fill and backfill shall be 95 percent. 300-3.6 Payment [Add the following]: Payment for structure excavation and backfill shall be considered as included in the various items of which they are a part, and no additional compensation will be allowed therefor. SECTION 301- TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.2 Preparation of Subgrade [Add the following]: Preparation of the subgrade shall conform to the provisions of Section 301-1 of the Standard Specifications and these provisions. Subgrade preparation for areas of new pavement shall include scarification, moisture conditioning, and compaction of the upper approximately 12 inches of subgrade. If areas of soft, saturated, or otherwise unsuitable materials are encountered, they should be removed to competent underlying material, as evaluated in the field by the geotechnical consultant, and replaced with compacted fill. Fill should be placed in horizontal lifts approximately 8 inches in loose thickness and compacted by appropriate mechanical methods. Fill should be generally free of rocks or hard chunks of material in excess of 6 inches in diameter. Fill material placed to support structures, such as pavements, curbs, and gutters, should be compacted to 95 percent or more relative compaction in accordance with ASTM D 1557-91 at a moisture content at or near optimum. SP-20 301-1.3 Relative Compaction [Replace with the following]: Relative compaction of finished subgrade under paved areas and concrete curb and gutter shall be modified to require 95% minimum relative compaction of the top 12" of the subgrade. All material removed and replaced for remedial grading, trenching, or disturbed by tree removal shall be compacted at 95% minimum relative compaction, even where it extends beyond 12" below finished subgrade. Relative compaction of all other areas outside of curb and gutters, gutters and paved areas shall require 90% minimum compaction. Compensation for subgrade preparation shall be deemed to be included in the unit price bid for respective bid item and no additional compensation will be allowed. 301-1.7 Payment [Replace the first paragraph with the following]: Payment for subgrade preparation shall be included in the unit price bid for respective bid item and shall include, hauling, exporting, screening, spreading and compacting and no additional compensation will be allowed. 301-6 SOIL STERILANT [Add the following Subsection]: 301-6.1 General All areas to receive Asphalt Concrete Pavement shall be prepared in accordance with applicable sections of the Standard Specifications concerning subgrade preparation. In addition, after the compaction is completed, the Contractor shall apply a non -migrating soil sterilant to the subgrade. Application shall be by spray equipment which provides good mechanical agitation and even coverage of the area to be treated. Spray equipment shall be calibrated before material is applied and the CITY Inspector's decision as to the effectiveness of the spray equipment shall be final. Great care shall be taken to apply soil sterilant to the designated areas only. Aggregate base may be placed immediately after placement of soil sterilant. 301-6.2 Operator's License The Contractor's operator applying the soil sterilant shall be licensed by the State of California, Department of Food and Agricultural Affairs and registered with the Office of the Agricultural Commissioner of San Bernardino County as pest control officer. 301-6.3 Application Any soil sterilant, which is approved in writing by a licensed pest control advisor (for the purpose of which it will apply) may be used upon acceptance by the ENGINEER. The dye shall not stain concrete or masonry. Certification shall be furnished to the ENGINEER showing the purchase receipt and manufacturer's recommended rate of application of the material. SP-21 301-6.4 Payment The Contractor shall supply all labor, materials and equipment to apply the soil sterilant and shall include the cost for application in the lump sum contract price bid for clearing and grubbing and no additional compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General [Replace the last paragraph with the following:] Asphalt Concrete shall conform to the requirements of Subsection 203-6.1 and Section 302-5 of the Standard Specifications, as modified by these Special Provisions. 302-5.4 Tack Coat [Add the following]: A tack coat shall be applied uniformly upon the existing pavement planes and joints, gutters, inlets, manholes, etc. prior to placing the asphalt concrete. The tack coat shall be SS-lh emulsified asphalt per Section 203-3. The surface to be covered shall be free of water, foreign material, vegetation or dust before application of the tack coat. Payment for tack coat, labor, equipment, and material and doing all other appurtenant work shall be deemed as included in the unit price bid for asphalt concrete and no additional compensation shall be allowed. 302-5.5 Distribution and Spreading [Add the following]: Asphalt concrete pavement for resurfacing shall be at least 4" thick, regardless of the thickness of the pavement removed and shall be placed in two or more courses. The base courses shall be no more than three inches thick and shall be B-AR-4000. The finish course shall be a minimum one inch thick and shall be C2-AR-4000. The courses shall be machine placed. All trench resurfacing shall be completed to the base course level within five working days following underground construction. Placement of the finish course shall not be completed until completion of all underground construction unless waived by the ENGINEER. At those locations where new asphalt concrete pavement overlay joins existing asphalt pavement, the Contractor shall rake out all aggregate 3/8 inch or larger and feather the new paving to form a smooth transition to join the existing pavement. Contractor shall suspend all paving operations when the CITY Inspector determines the weather conditions are not suitable for paving. 302-5.9 Measurement and Payment [Add the following]: Asphalt Concrete pavement for resurfacing shall include the full depth patch and shall be SP-22 measured by the ton. The weight shall be determined as provided in Subsection 302-5.8 of the Standard Specifications. Payment shall be made at the contract unit price bid per ton and shall include full compensation for subgrade preparation, including tack coat where required. Payment will only be made for resurfacing of areas of pavement removal within the "pay limits" as shown per detail on the plans and measured in the field. Resurfacing of areas removed outside of these limits will be at the Contractor's expense. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General [Add the following]: Concrete structures shall conform to the provisions of Section 303-1 of the Standard Specifications for Public Works Construction as modified by the applicable Standard Plans and herein. Concrete in other agencies right-of-way shall be done as per other agencies permit requirements. Steel Reinforcement for Concrete. All steel reinforcement for concrete structures shall conform to the provisions in Section 201-2 of the Public Works Standards unless otherwise noted in the Plans or these Special Provisions. Section 52-1.04 of the State Standard Specifications shall apply in lieu of Section 201-2.5 of the Public Works Standards. Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. The surfaces of all concrete structures shall receive an ordinary surface finish. All concrete inlets shall have chamfered edges. 12" Concrete Bond Beam shall have rounded edges at tie in points. The Contractor shall furnish all labor, tools, and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The exact proportions of aggregate and water to be used in all classes of concrete shall be determined by the Contractor and submitted to the ENGINEER for review at least ten (10) working days prior to its use under this contract. Unless otherwise specified, transverse construction joints shall be placed in all reinforced sections at intervals of not less than 10 feet or more than 50 feet. The joints shall be in the same plane for the entire structure and for concrete thickness greater than 6 inches shall be keyed as directed by the ENGINEER. The concrete for surface improvements shall be Class 560-C-3250, while that for inlet structures and junction structures shall be Class 560-C-3250, and while that for box culverts shall be Class 650-C-4000. 303-1.3 Forms [Add the following]: SP-23 Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 1/4 inch when checked with a 10 foot straight edge. Concrete in walls with side slopes flatter than 3/4:1 shall be placed on suitable material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used where the slide slope is 3/4:1 or steeper. A clear non -staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost of furnishing and placing form release agent shall be included in the cost of Portland Cement Concrete. Contractor shall be responsible for the design, engineering, construction and safety of removable form work. Contractor shall design removable forms for the loads and lateral pressures outlined in the American Concrete Institute Standard "Recommended Practice for Concrete Formwork" (ACI 347-78). 303-1.7 Placing Reinforcement 303-1.7.1 General [Add the following]: Aluminum and plastic supports for reinforcement shall not be used. Bars shall be accurately spaced as shown on the Plans and spacing of first bar immediately adjacent to transverse construction joint shall be one-half the required spacing shown on the Plans. In no case shall the clear distance between parallel bars be less than 2-1/2 diameters of the bar, or a minimum of 2 inches. Unless otherwise shown on the Plans, embedment of reinforcing steel (other than stirrups and spacers) shall be 1-1/2 inches clear depth for #8 bars or smaller and shall be 2 inches clear for #9 bars and larger. Where placement of reinforcing steel required alternate bars of different size, embedment requirements shall be governed by the larger bar. Stirrups and spacers shall be embedded not less than one inch clear depth. Measurement of embedment shall be from the outside of the bar to the nearest concrete face. Tack welding or butt welding of reinforcing bars will not be permitted. 303-1.7.2 Splicing [Add the following]: Reinforcing bars may be continuous at locations where splices are shown on the Plans, at the option of the Contractor. The location of splices, except where shown on the Plans, shall be determined by the Contractor based upon using available commercial lengths where applicable. Splices shall consist of placing the reinforcing bars in contact and wiring them together in such a manner as to maintain the alignment of the bars and to provide minimum clearances. No lapped splices will be permitted at locations where the concrete section is not sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar. The clearances to the surface of the concrete shall not be reduced. SP-24 Where grade 60 reinforcing bars are required, the length of lapped splices shall be as follows: Reinforcing bars No. 8, or smaller, shall be lapped at least 45 diameters of the smaller bar to be joined, and reinforcing bars Nos. 9, 10, and 11 shall be lapped at least 60 diameters of the smaller bar to be joined, except where otherwise shown on the plans. Splices of tensile reinforcement at points of maximum stress shall be avoided; however, any deviation from splices shown on the Plans shall be approved by the ENGINEER. 303-1.8 Placing Concrete 303-1.8.1 General [Add the following]: The Contractor shall exercise caution in placement of concrete walls and congested areas to ensure proper consolidation and that there are no voids, and protection of waterstops in position. Adequate provisions shall be made for easy visual inspection of concrete placement, consolidation and waterstop protection. Pouring of walls in lifts, use of smaller maximum aggregate sizes, or other methods as necessary may be proposed by the Contractor and will be permitted only after evaluation by the ENGINEER. 303-1.9 Surface Finishes 303-1.9.2 Ordinary Surface Finish [Add the following]: Ordinary Surface Finish shall not apply to rock pockets, which in the opinion of the ENGINEER, are of such extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement. In such cases, the ENGINEER may declare the concrete defective and require the removal and replacement of the structure affected. 303-1.10 Curing [Amend first paragraph with the following]: Exposed concrete surfaces shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. 303-1.11 Payment [Replace paragraph one with the following]: Portland Cement Concrete structures will be paid for as shown in the proposal bid sheet for each item and shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to construct the respective structure in conformity with the plans and specifications. Payment for concrete manhole structures, junction structures, catch basins, collars, and bulkheads shall be made at the contract unit price bid for each respective type of structure as bid and shall include full compensation for furnishing all materials, labor, tools and equipment, and doing all work required to provide each respective item of work complete in place as shown on the plans or specified herein, including removal of existing improvements, and no additional compensation will be allowed. Payment for concrete catch basins shall include compensation for the local depression as shown on the plans. In areas of existing pavement, catch basins shall be constructed by saw -cutting SP-25 and removing the existing pavement one foot from the edge of the local depression. Following construction of the basin and local depression, the void shall be patched with 6" thick full depth asphalt concrete pavement in accordance with Section 302-5 of these Specifications. Payment for adjustment of concrete manholes or junction structures to grade shall be included in the compensation paid for the respective structure. Removal of existing structures shall be paid for at the contract unit price per each regardless of size and no additional compensation will be allowed. 303-2 AIR PLACED CONCRETE 303-2.1 Requirements 303-2.1.1 General [Add the following]: Air -blown mortar (concrete drainage swale) shall conform to the provisions in CALTRANS Standard Specification, Section 53, "Air -Blown Mortar" and Section 72, "Slope Protection" and these special provisions. The contract price paid per linear foot for air -blown mortar (concrete drainage swale) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing air -blown mortar, including preparing the foundation, reinforcement, and structure backfill, as shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the ENGINEER. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, DRIVEWAYS AND ALLEY INTERSECTIONS [Add the following]: The applicable provisions of Section 303-5 shall apply to concrete paving for Bus Bays and placement of drainage inlet aprons. Concrete shall be Class 560-C-3250 for the Bus Bays and drainage inlet aprons. Concrete driveway reconstruction shall consist of embankment, excavation, removal of existing asphalt and/or concrete driveways and placement of concrete driveways all to match driveways to new street grade as determined by the ENGINEER. Concrete driveways shall be a 4 inch minimum thickness. 303-7 ROCK SLOPE PROTECTION (Rip Rap) [Add this Subsection] Concreted rock slope protection shall conform to CALTRANS Standard Specifications (Latest Edition), Section 72, "Slope Protection". The unit price paid for concreted rock slope protection shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the rock slope protection (rip rap), complete in place, as shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the ENGINEER. SP-26 SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation 306-1.1.2 Maximum Length of Open Trench [Replace with the following]: The maximum length of open trench shall not exceed 500 feet, including length of pipe laid but not backfilled, pipe laying construction, and open trench excavation. All excavations shall be backfilled to finish grade at the completion of daily operations. Temporary asphalt patch shall be placed as soon as possible after pipe is laid in paved areas. 306-1.2.1 Bedding [Add the following]: Pipe bedding for underground conduits shall conform to plans and Section 306-1.2.1 of the Standard Specifications. The cost of providing and installing said bedding material shall be included in compensation paid for the respective bid item for construction and no additional compensation will be allowed. Where additional rock bedding is required by the ENGINEER to stabilize unstable subgrade due to existing ground conditions (not attributable to the Contractor's operation), such rock bedding shall be considered extra work as provided in Subsection 3-3 of the Standard Specifications as amended herein. Additional bedding placed in excess of the limits shown per the Standard Plan for the convenience of the Contractor shall not be subject to additional compensation. 306-1.3 Backfill and Densification [Add the following]: Contractor is advised that rock or unacceptable trench backfill material may be encountered during trenching operations. Where such material is encountered, Contractor, shall at no additional cost to the City, furnish and install suitable bedding and backfill material in accordance with the Contract Documents. 306-1.3.1 General [Add the following]: No rocks greater than 6" in any dimension shall be allowed in the backfill. No nesting of rocks shall be allowed. 306-1.3.4 Compaction Requirements [Replace with the following]: All trench backfill and bedding shall be densified to 90% minimum relative compaction as required per Section 301-1 of these specifications. Relative compaction of top 12" of subgrade in paved areas shall require 95% relative compaction of the subgrade. Relative compaction of the pavement section's aggregate base shall be 95%. Placed backfill and the granular bedding material shall be compacted to 90% minimum relative compaction. In STATE right-of-way trench backfill material will require 95% minimum relative compaction and/or as directed by the STATE representative. Labor to install backfill shall be included in the unit cost of the item of work requiring excavation and backfilling. Jetting will not be permitted unless specifically approved in advance by the ENGINEER. Asphalt Concrete shall not be used for backfill unless it has been crushed to a maximum size 3/4". No rocks greater than 6" diameter shall be allowed in the backfill. SP-27 All surplus material 3" or smaller shall be uniformly spread and compacted in the street subgrade. No material greater than 3" in any dimension shall be used in the top 12" of the subgrade. No nesting of rocks shall be allowed. 306-1.6 Basis of Payment for Open Trench Installation [Add the following]: Payment for open trench installation of pipe and conduit shall be made at the contract unit price bid per linear foot, for the respective pipe size, as measured along the centerline of pipe and shall include full compensation for furnishing all materials, labor, tools and equipment and doing all work involved to provide these items of work, complete in place, including excavation, furnishing and installing the pipe, bedding, backfilling, compaction as shown on the plans or as directed by the ENGINEER and no additional compensation will be allowed. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES [Add the following]: The above shall apply to all utilities and underground conduits. SECTION E - TRAFFIC SIGNING, STRIPING, MARKINGS, AND MARKERS Traffic signs, strips, legends and raised pavement markers shall conform to the California Department of Transportation Traffic Sign Specification, Standard Plans and CALTRANS Standard Specifications. Traffic signs shall be mounted on a "Quick Punch Post" 2" X 2" (12 GA.) with 7/16" holes, 1" on centers, on four sides that can be punched out. Length to vary with sign installation to maintain minimum heights. Traffic sign post anchor shall be a heavy duty one piece, 2 1/2" X 30" X 6 gauge, (non - perforated), to fit a 2" square steel post, prepunched at mid -point of anchor with one 7/16" hole on each side, and at top. Traffic striping and pavement markers shall conform to the California Department of Transportation CALTRANS Standard Specification Section 84 and these Special Provisions. Signal Ahead signs (W41) shall be of the highest reflectivity available with a graffiti coating material on the sign surface. Traffic control shall be as per the "State of California Manual of Traffic Controls." Raised pavement markers shall conform to the CALTRANS Standard Specifications Section 85 and shall be type as called for on the plans. Pavement legends shall conform to CITY stencils. Stripes and pavement legends shall be reflectorized. LAYOUT, ALIGNMENT AND SPOTTING Layout -The Contractor shall furnish the necessary control points for all striping and markings and shall be responsible for the completeness and accuracy thereof to the satisfaction of the ENGINEER. SP-28 Spotting shall be completed prior to the removal of any existing stripes or markings. Existing stripes and marking shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends or holidays. Paint for layout, alignment and spotting shall be of the same color as the strip of pavement marking to be painted. APPLICATION OF PAINT Application of thermoplastic materials and glass beads shall conform to Section 84-2.04 of the CALTRANS Standard Specifications and these Special Provisions. MEASUREMENT AND PAYMENT Compensation for traffic signs, striping and markings shall be at the lump sum contract price bid for Traffic Control, Signing and Striping installation. Payment shall include full compensation for furnishing all labor, material (including adhesives, glass beads and paint), tools, equipment and incidentals; and for doing the work involved in installing traffic signs, striping and markers complete in place, including removal of existing stripes, raised pavement markers and salvaging and stockpiling existing obsolete signs and necessary traffic control, as shown on the plans and as specified in these Special Provisions and as directed by the ENGINEER, and no additional compensation will be allowed. SP-29 APPENDIX I APPLICABLE STANDARD PLANS Mcnhole Frame & Cover Alhombro Foundry Co, Ltd. No. A- 1170 TOP Pavement-7 } 12" Min. PLAN A.C. Pavement to surfocs 2" A.C. Pavement to surface Inner Pan Alhambra Foundry Ca Ltd. No. A- 1172 NOTE : Not to be furnished unless called for in specifications. 12"Min. -I TOP Pave ment7 7- NOTES: Manhole Barrel SECTION A -A JSAME AS EXISTING -3"min. 9 6"max. ® Revised 8.88 tk./.;:� d Re ✓,aid 4.77 tktd ip CITY OF FONTANA CALIFORNIA' STD. MANHOLE FRAME & COVER AND REINFORCED CONCRETE COLLAR Scale:I11 I' Drawn By • Checked By• � Approved c�T�iJE e2yo�. Date ` 9L'1 • /4 S STD. DETAIL 109 Sur'cce yof, Ground of • 1� N:'rc•e ..— f, __.. f - F,crne 9 rc.er _.j- Noe too 2!/51 -`� siep cenectn frcme Alternate cross wire bend to dotted' ° • line. ° . is 1• .._ e•-.4;1 . — —.. 15/E-41 Z re f' • 1 T • ,• °•.•d•� . : . • `, e•: ,• • .•e• ` 4 ' - 8 1i4° --� Closs°B"Concrets lOutlet . -N 2 1/2° i .., 1 1 44 } 4 I ( 1/s 1/4" C. _I._ SECTION OF TOP RINGS a (Fie -Cast R.C. NOTES: :/2. O M 3/3211 4 v "h'-`-4811dio. CONE HALF -SECTION (Pre -Cast R.C.) 1-1— 4 I/8° — +� • �� "� : •4! Li_ N 1 JOINT DETAIL L See Std Detoil Nos. III, 1138 114 for drop 8 junction details and typical junctions. 2. Eccentric cone may be used in lieu of concentric cones. • 3. The lowest rxxinhole step Shall bg placed not kss than 16 nor more than 24 above snelt. 4. The . upper manhole step shall be placed ' between the top of manhole and the manhole cover frame and shall project not more than 3 inside manhole. 5. All joints stall be mortored. 6. 3/4" 0 goty. Iron step or plastic steps per ASTM A-e2, ASTM C-478, ASTM Type II Grade 43758. 5/6/86 Type Steps .4JS V20/84 No. of Top Rings CITY OF FONTANA CALJFORNIA STANDARD PRE -CAST MANHOLE Reinforced Concrete for 6" to 24" Pipe Scales I": 2' Drown By Rae. Checked By• Approved �, N Dote Md9 • i 9s ' STD. DETAIL I I 2 •/; SEE STANDARDS 1254 AND 1258 ON SEWER CLEANOUT 8OXES- 11411;"'L. 41= V.C.P. RISER w z J cc PROVIDE WATER TIGHT PLASTIC PLUG W/ TIGHTENING BANDS-0 SEWER MAIN 45° 1/8 BEND 4"- 45WYE MIN. 2% SLOPE UNLESS OTHERWISE DIRECTED BY CITY ENGINEER ELEVATION SEWER MAIN CONSTRUCTION . NOTES' I. RESIDENTIAL SEWER SHALL BE 4" MINIMUM V.C.PPIPE. . 2 ALL COMMERCIAL SEWER CONNECTIONS SPIALL BE 6" VC.? SEWER LATERAL, WYE 8 RISER. 3.ALL SEWER CONSTRUCTION IN THE PUBLIC RIGHT-OF-WAY SHALL BE VITRIFIED CLAY PIPE. 4. CONCRETE BOX SHALL BE INSTALLED WHENEVER LATERAL RISER WILL BE IN A CONCRETE AREA, IE. DRIVEWAY. SEE STANDARD DETAIL I25 A . 5. PLASTIC BOX SHALL BE INSTALLED WI-ENEVER.. LATERAL RISER WILL BE IN TURF AREA, IE. PARKWAYS. SEE STANDARD DETAIL 125 BReviscl 5-93 - 4" V.C.P. LATERAL 45°-I/8 imsBEND gmwT1-0,4„.. r Ay.% V,. Na 25126 0 E* 12/31/93 ,* (Or CITY OF FOI TANA, CALIFORNIA SEWER LATERAL HOUSE CLEANOUT n. t. s. DRAWN BY C.V. CHECKED BY G.N_ APPROVED A DATE a -!!- s3 STD. DETAIL 125 NO.37—T CAST IRON TRAFFIC COVER NO.37 BODY • The Cleanout Box to be .a Brooks No. 37 with Cost Iron Cover or Equal. . Box to be Installed to allow Maximum Access to PL Cleanout. This Concrete Box is to be Installed Whenever the V.C.P. Lateral Riser will be in a Concrete Area, ie. driveway, side —walk. ACAD STD. SET. 93L6010 ITY OF FONTANA, CALIFORNIA EWER . CLEANOUT BOX N.T.S. Signed: Date: 8 •ice •'3 Drown By Checked By ate__ Approved By Date J•/'•'� STD. .DETAIL 125 A 1 d 19 CR 1419 i SERIES COVER 1419 SERIES BODY The Cleanout Box . to be a Brooks No. 1 419 Series with Plastic Cover or Equal. Box to be Installed to allow Maximum Access to PL Cleanout. �. This Plastic Box is to be Installed Whenever the V.C.P. Lateral Riser will be in a Landscape Area. ACAD STD. DET. 93L6012 Signed: Date:. w• ITY OF FONTANA, CALIFORNIA ;EWER CLEANOUT BOX N.T.S. Drawn By Checked By Approved By Date ge•lt• STD. DETAIL 125 B AR-4000 3/8"MAX., HOT MIX A.C. BAR-4000 3/4" MAX.,HOT MIX A.C. W XISTING A.C. SELECTED NATIVE SOIL PER CITY PLANS 8 SPECS. BEDDING SHALL BE IN ACCORDANCE W/NOTE II, PIPE CL.B D-LOADING in.I2" O.D.'4-12 MIN. CENTRAL NOTS. 1. All excavation within the City of Fontana right-of-way Teavir.s an excavation permit from the Public Works Department. 2. Underground Service Alert shall be notified 2 verging says prior to start of vary 1-600- 422.4133. 3. All excavations 'Hall be made. protected, and suportsd as re,uitel for safety and in the manner set forth in the operations rules. order'', and regulations prescribed by the California Division of Inesscrtal Safety. 12„ ' Jlll// • Ral.WaAF4 _ ua 3"MAX. SIZE NATIVE - SOIL, COMPACTED 95% 6" MAX. SIZE NATIV SOIL, COMPACTED 90 ° '(WI_ A S=LL-:RCPt. D ,7IPaAI.:G3_:.:coy ; CV A - . . A W2 TRENCH WIDTH OAt OUTSIDE DIAMETER OF PIPE * : 12" MINIMUM OR AS DIRECTED 7. A11 setae of existing pavemeae being Joined and surface nein% overlaid shall reeaiva a tact coat of asphalt emulsion. S. Trenches of 300 feet or sori to be paved with a self-propelled paving setting. y. Any street paved or resurfaced in chi previous 36 months vn.re the treoeo ex- tends from tne curs more than 7 feet or is in a traveled lane. will revisit, an overlay 25 feet in both directions Prom the centerline of trench. Per number S above. 4. Compactfos of backfill shall be verified ►y contractor and approved by the Department of 10. Public works prior to the piecing of tie p.rma- neat paveseet. . 5. Persanest pavement shall be replaced vtthts 5 days of excavation. a laminae 2-inch thieka..a of tesperary asphalt paving shall be placed rate• in.tne trench area until wariest repair is la completed. The temporary paving shall be placed and compacted in such • manner as. to pro- 11. 'vide a safe and smooth tray.led.surface. ?emit. tee shall maintain the teeporary pavement in • safe and smooth coalition until permanent paving is in place. 6. Prior to placement of permanent paving. existing pavement small be cut to a neat stratgnt line. Pavement cracked ad,acset to the trench shall be removed. If trench failure should occur. the per- mtttes/developer. will be notified of such *Witt eoei.sAnd allowed to remove. replace, ritually this work. Upo■ iri3ura of the contracter co proantly comply and under order of the City Lag , trench failures shall be remedied. removed. re- placed at permitt.ellev. 10,r sole exposes. Sodding material shall be sand. gravel. crushed aggregate. or natty, free -drain - Ins granular material having a sand eaut- valent of not less teen 30. and shall have a percentage comoesition by warn which conforms to the following grading, Sieve Sties Percents!, Passing Sieves 2-112 90.100 No. 35-100 TY_.-c,OIL-$T z- - -= CC=R_ i) P!:IOR 't) ?T.:.0 OE' ?^z NT PA` ...,-... e: n Y of FONTANA, CALIFORNIA TANDARD TRENCH REPAIR I DRAWN BY '•"i:K • CHECKED BY CA/- AW, :77/.. r� APPROVED BY / - „ _ �" City Engineer DATE /- STC DETA 131 APPENDIX II SOILS DATA (For Reference Only) GEOTECHNICAL GROUP, INC. L R Soil Engineering ♦ Geology ♦ Environmental SUBSURFACE SOILS INVESTIGATION PROPOSED GRAVITY SEWER PHASE I, REACH III FONTANA, CALIFORNIA PROJECT NO.: 61228.1 AUGUST 10, 1999 Prepared for: L.D. King, Inc. 2151 Convention Center Way, Suite 1006 Ontario, California 91764 Attention: Mr. Michael P. Thorton 6121 Quail Valley Court ♦ Riverside, California 92507 A (909) 653-1760 A Fax (909) 653-1741 GEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental August 10, 1999 L.D. King, Inc. 2151 Convention Center Way, Suite 100E Ontario, California 91764 Attention: Mr. Michael P. Thorton Gentlemen: Transmitted with this letter is our report entitled Subsurface. Soils Investigation, Proposed Gravity Sewer, Phase I, Reach III, Fontana, California, Project No. 61228.1. This report was based upon a scope of services generally outlined in verbal communications with your office. It has been our pleasure assisting you on this project. If you have any questions or comments concerning the information in this report, please contact us. Respectfully submitted, LOR Geotechnical Group, Inc. Leuer, G.E. dent AAT:qam Distribution: Addressee (6) 6121 Quail Valley Court • Riverside, California 92507 ♦ (909) 653-1760 ♦ Fax (909) 653-1741 TABLE OF CONTENTS Page No. INTRODUCTION 1 PROJECT CONSIDERATIONS 1 FIELD INVESTIGATION 1 LABORATORY TESTING PROGRAM 2 SUBSURFACE CONDITIONS 2 CONCLUSIONS 3 RECOMMENDATIONS 3 Pipeline Construction 3 LIMITATIONS 4 CLOSURE 5 APPENDICES Appendix A - Index Map and Plat Appendix B - Field Investigation and Boring Logs Appendix C Laboratory Testing Program GEOTECHNICAL GROUP, INC. L.D. King, Inc. Project No. 61228.1 August 10, 1999 INTRODUCTION During June of 1999, a Subsurface Soils Investigation was performed by LOR Geotechnical Group, Inc. for the proposed gravity sewer, Phase I, Reach III, in the City of Fontana, California. The investigation for Phase I of the project was part of a larger investigation. which included Phase II and III of the proposed gravity sewer project. Phases II and III will be reported in a separate report at a later date. The purpose of this investigation was to evaluate the subsurface conditions encountered in our exploratory borings and to provide geotechnical design recommendations for the proposed gravity sewer installation. The scope of our services included: 1) A subsurface field investigation; 2) Laboratory testing of selected soil samples obtained during the field investigation; 3) Development of geotechnical recommendations for the storm drain installation; and 4) Preparation of this report. To orient our investigation at the site, a copy of the Preliminary Project Plans were furnished for our use. The generalized proposed gravity sewer street alignment was indicated on this plan. The precise alignment had not been determined at the time of. this investigation. The findings of our investigation, as well as our conclusions and recommendations, are presented in the following sections of this report. PROJECT CONSIDERATIONS Phase I will consist of installing 4000 ± linear feet of gravity sewer within Stover Avenue between Hemlock Avenue and Poplar Avenue. The proposed gravity sewer is anticipated to be 10 ± feet below the existing ground. The location of the project area within its regional setting is indicated on Enclosure A-1, within Appendix A. The proposed alignment of the Phase I gravity sewer is shown on the attached Plat, Enclosure A-2, within Appendix A. FIELD INVESTIGATION Our field exploration program, for Phase I of the project, was conducted on June 29, 1999 and consisted of drilling four exploratory borings with a truck -mounted CME 55 drill rig equipped with an eight inch diameter hollow stem auger. The borings were GEOTECHNICAL GROUP, INC. L.D. King, Inc. August 10, 1999 Project No. 61228.1 1 drilled to a maximum depth of 25 feet below the existing ground surface. The ' approximate location of the borings are graphically presented on the attached Plat, Enclosure A-2 within Appendix A. Logs of the subsurface conditions encountered in the exploratory borings were maintained by a staff geologist from this firm. Relatively undisturbed and bulk samples were obtained at a maximum depth interval of five feet and returned to the laboratory in sealed containers for further testing and evaluation. A detailed description of the field exploration program and the boring Togs are presented within Appendix B. LABORATORY TESTING PROGRAM Selected soil samples obtained during the field investigation were subjected to ' laboratory testing to evaluate their physical and engineering properties. Laboratory testing included moisture content, drydensity, compaction characteristics, direct shear, sieve analysis, sand equivalent, and soluble sulfate content. A detailed 1 description of the laboratory testing program and the test results are presented within Appendix C. 1 SUBSURFACE CONDITIONS IData from our exploratory borings within Phase I indicate that the soil profile along the proposed sewer alignment consists of lenticular strata of silty sands with gravel and gravelly sands with lessor units of silty sand/sandy silt to the maximum depth attained. The materials encountered were generally damp, with the upper materials in a loose to medium dense state, generally becoming denser with depth. Theborings were drilled to their desired depth without experiencing refusal. No free p groundwater was encountered within any of the borings. Significant caving was not noted in any of the exploratory borings, however, caving may be anticipated due to the relatively cohesionless soils anticipated to comprise the trench walls. The subsurface conditions encountered in our exploratory borings are indicative of the locations explored. They are not to be construed that these conditions are present the ' same throughout the project alignment. GEOTECHNICAL GROUP, INC. 1 L.D. King, Inc. Project No. 61228.1 August 10, 1999 A more detailed description of the subsurface soil conditions, as encountered within our exploratory borings is presented on the attached Boring Logs within Appendix B. CONCLUSIONS On the basis of our field investigation and testing program, it is the opinion of LOR Geotechnical Group, Inc. that the proposed Phase I gravity sewer pipeline is feasible from a soil engineering standpoint, provided the following recommendations are incorporated into design and implemented during grading and construction. RECOMMENDATIONS Pipeline Construction 1. Bedding material should consist of crushed rock as specified by the pipe manufacturer. To minimize the infiltration of fines into the crushed rock from the native backfill, a filter fabric may be used. The filter fabric should be placed between the crushed rock pipe bedding and the native backfill. 2. The natural soils are generally suitable for use as trench backfill above crushed rock bedding material. Backfill and densification operations should be performed in accordance with Section 306-1.3.1, .2, .3, and .4 of the Standard Specifications for Public Works Construction "Greenbook". Care should be exercised so that the pipe is not damaged or displaced during densification of the backfill. Backfill materials should be free from organic material, trash, debris, and other objectionable materials. Backfill should be mechanically compacted to at least 90 percent relative compaction (ASTM D 1557). The upper 6 inches of subgrade materials that are to be paved should be compacted to at least 95 percent relative compaction (ASTM D 1557). 3. Following the California Occupational Safety and Health Act (CAL -OSHA) requirements, excavations deeper than five feet should be sloped or shored. All excavations and shoring should conform to CAL -OSHA requirements. R. GEOTECHNICAL GROUP, INC. L.D. King, Inc. Project No. 61228.1 August 10, 1999 Short term excavation greater than 5-feet deep shall conform to Title 8 of the California Code of Regulations, Construction Safety Orders, Section 1504 and 1539 through 1547. Based on our exploratory borings it appears that type C soils are the predominant type of soil on the project and all short term excavation should be based on this type of soil. Deviation from the standard short term slopes are permitted using option 4, Design by a Registered Professional Engineer (Section 1541.1). 4. Shoring placed below grade that is restrained against free movement at the top should be designed to resist a lateral earth pressure between active and at rest conditions. For this condition we recommend an equivalent fluid pressure of 45 pcf be used. Additional surcharge Toads, (i.e. equipment, excavation spoil, etc.), placed within a horizontal distance equal to the height of the excavation should be added to the above recommended pressure. LIMITATIONS This report contains geotechnical conclusions and recommendations developed solely for use by L.D. King, Inc. and their designates, for the purposes described earlier. It may not contain sufficient information for other uses or the purposes of other parties. The contents should not be extrapolated to other areas or used for other facilities without consulting LOR Geotechnical Group, Inc. The recommendations are based on interpretations of the subsurface conditions concluded from information gained from subsurface explorations. The interpretations may differ from actual subsurface conditions, which can vary horizontally and vertically across the site. If conditions are encountered during the construction of the project, which differ significantly from those presented in this report, this firm should be notified immediately so we may assess the impact to the recommendations provided. Due to possible subsurface variations, all aspects of field construction addressed in this report should be observed and tested by the project geotechnical consultant. The report was prepared using generally accepted geotechnical engineering practices under the direction of a state licensed geotechnical engineer. No warranty, express or implied, is made as to conclusions and professional advice included in this report. Any persons using this report for bidding or construction purposes should perform such R GEOTECHNICAL GROUP, INC. L.D. King, Inc. Project No. 61228.1 August 10, 1999 independent investigations as deemed necessary to satisfy themselves as to the surface and subsurface conditions to be encountered and the procedures to be used in the performance of work on this project. CLOSURE It has been a pleasure to assist you with this project. We look forward to being of further assistance to you as construction begins. Should conditions be encountered during construction that appear to be different than indicated by this report, please contact this office immediately in order that we might evaluate their effect. Should you have any questions regarding this report, please contact us. The following are attached and complete this report: Respectfully submitted, LOR Geotechnical Group, Inc. Andrew A. Tardie Staff Geologist . Leuer, GE 2030 dent AAT:JPL:gam R. GEOTECHNICAL GROUP, INC. APPENDIX A GEOTECHNICAL GROUP, INC. 1 M M 111111MINI M— s— M■ NM M-- —— MIN I I, 1 = - • • • r • .' f : i 1 •• •LeV..• — aIwot . • ••• • J.I . Y _ • • Park •�•• . o "• •{i\ . ss •• 2 - ...f, �= n f' . E ram, : oo , .............._� II••t� L�l:___.�f • ; ;,, Trader �� Park . :: L: •■ ,. -� - - - -. • •.. �•, • /\n riveter, _ } ..... ..tit••- -Well 1--= 11 `BERIvaaDlNo---.._.-._ .. - _ --- - -- ---- tt •---•� _•-. fANr-- • SaN �� • ' II11 1000 0 f000 2000 . =rj - :/• � ..-'v:• •-:-••:: :: :• -.. �•• • —Il�` -- - I-•. ,--a ,-, I •. •. • `�• - l • = • • •`.` �• 1'..:.:. d Trailchl •' ■•� •11 • • .-. c . ,T'.- ;-- ---- _ :.L-.- II _:., • ��j i • .•• r �L'` ! �. •:._. _::._.__ • I.e. , • ...• _. SI r 1 •n 444FFFrrr--- 3toto o"vS' -L4JT- �• - I' •' SITE•• . ; . •-. . • , _11.1r: r_ /099 t, S�E UUtPI ! n H " i�, ,�: "�S �` " ip4o �_rr ■�•r' • ode•. • • ■. I II _..- Trailer — II I ' ' ' .* Park• ... . • r \. . Q W j 1 O •Q I� d �' `�' . n O. O. I Soso_ 2 VAN AIfC }J' : •'Ave ___: x r -i -�r---� JJ --- J70/8 .. 6 p--==__==-F=a".— • •i .• •-• /OG9 —•-.� /oc O s • 1 ° n n r- _- __�p 25 •— • ' j• '\• _ --- • r • r• � n " II — Icli ====ter I n <4I I II II 1. j\ J• .. r — •' ' . ' 1 � �• _ JURUPA •. I 0 E • I ri ' I. 1 • Well° • AVE /•• 011 .L �. ,.• .' : Rest] , Weller 99d� ....•'•,:.: /056 _ ___%00mk:: J II 77 30 %- FONTANA, CALIF. / ,60 rTi • la •ripe E •11 INDEX MAP PROJECT: PROPOSED GRAVITY SEWER, PHASE I, REACH 111, FONTANA, CA PROJECT NO.: 61128.1 CLIENT: L.D. KING, INC. ENCLOSURE NO. A-1 LOR Geotechnical Group, Inc. DATE: AUGUST 1999 SCALE: AS SHOWN APPENDIX B GEOTECHNICAL GROUP, INC. APPENDIX B FIELD INVESTIGATION Subsurface Exploration The site was investigated on June 29, 1999 and consisted of advancing four exploratory borings to a maximum depth of 25 ± feet below the existing ground surface. The approximate locations of the borings are shown on Enclosure A-2, within Appendix A. The exploration was conducted using a CME-55 drill rig equipped with an eight -inch diameter hollow stem auger. The soils were continuously logged by our staff geologist who inspected the site, maintained detailed logs of the borings, obtained undisturbed, as well as disturbed, soil samples for evaluation and testing, and classified the soils by visual examination in accordance with the Unified Soil Classification System. Relatively undisturbed samples of the subsoils were obtained at selected intervals in the borings by driving a steel split -barrel sampler using a 140 pound automatic trip hammer dropping 30 inches. The number of blows required to advance the sample were recorded and have been converted to Standard Penetration Test data. The maximum depth between the samples obtained was five feet. The soil samples were retained in brass sample rings of 2.41 inches in diameter and 1.00 inch in height, and placed in sealed plastic containers. Disturbed soil samples were obtained at selected levels within the borings and placed in sealed containers for transport to the laboratory. All samples obtained were taken to our laboratory for storage and testing. Detailed Togs of the borings are presented on the attached Boring Logs, Enclosures B-1 through B-4. A Sampling Key is presented on Enclosure B. MAJOR DIVISIONS ioc1 a TYPICAL DESCRIPTIONS CONSISTENCY OF SOILS SANDS GRAVEL AND CLEAN GRAVELS oR NO ' : GW WELLGRAOEO GRAVELS. GRAVEL.SANO MIXTURES. LITTLE OR NO FINES BLOWS CONSISTENCY ow:?T GRAINED GRAVELLY SOILS (LITTLE FINES) �X- `� GP POORLYGRADED GRAVELS. MIXTURES. GRAVEL -SAND OR trrrtE oR NO FINE$ SOILS 0 - 4 Very loose 0 Loose 10 '30 Medium dense I+oaE TNAN sow OF Om GRAVELS war(RETNNEO GM SILTY GRAVELS. GRAvE1SANa. stl7 MIXTURES 30 - 50 Dense aver 50 Very dense Ho. A SIEVEFINES AMOUNTrt / ' GC CLAYEY GRAVELS. GWIVEL. SANOGLAY MLXruRES COHESIVE SOILS DT BLOWS CONSISTENCY SAND AND CLEAN SAND RATTLE oR No .- ==: SW wELLGRADEDSANDs GRAVELY SANDS. UT7LE OR NO FINES J - 2 Very soft - 4 soft 11.4O41E THAN Sow OF AI a LAAGER GER MAN SANDY SOILS . SP POORLY -GRADED SANDS. GRAVELLY SANDS. UTTLE OR NO FINES Medium 200 SIEvE SIZE 4 - 8 3 - 15 Stiff 15 - 30 Very stiff T? PASSmG NO.4 sANFINES— os WITH NES ' • •, . SM SILTY SAND, SANDSIL7 MIXTURES 30 - 60 Hard aver 50 Very Hard s AMo T wbeREaI s) / SC CLAYEY SANDS. SANUCLAY uaruREs MI- INORGATDC S=LTS AND VERY FINE SANDS. A0GX fLOVIL silt OR CLAYEY FIRE SANDS OR CLAYEY SILTS WITH SUCILr PULSTIQTY SAMPLING KEY GRAINED SILTS OF LOW TO PU,• INORGANIC � Y SOILS LEAP,.;YS CLAYS '� CIAYS. SANDY GUYS, SILTY CLAYS. LEAN curs DESCRIPTION I I I ORGANIC S0.1S AND ORGANIC SILTY CLAYS OF LOw • INDICATES RELATIVELY UNDISTURBED % 1 17 OL t'LASTIcnY • SOIL SAMPLE RETAINED IN BRASS SAMPLE RINGS OF 2.41 INCHES DIAMETER AND 1.00 INCH IN HEIGHT. MH OR 04 INORGANIC SeLTs. I RNECUS oon so&s FINE SAND INDICATES SANG CONE OR NUCLEAR OF MAMMAL suAUf i THAN SILTS U04.110 LliaT AND GREATER THAN So CH VIORGANIC CLAYS OF RICH PtAST1CtrY, FAT CLAYS DENSITY TEST �+o. CLAYS ORGANIC CLAYS OF t./COIUM i INDICATES BAG SOIL SAMPLE O OH TO HIGH PLLST1CnnY., ORGANIC SILTS INDICATES BULK SOIL SAMPLE INDICATES R VALUE SAMPLE HIGHLY ORGANIC SOILS WIZ +L* r yL PT PEAT. HUMUS. SWAMP SOILS WITH HIGH ORGANIC CONTENTS NOTE DUAL SYMBOLS ARE USED TO INDICATE 80ROe1U NE SOLI CLASSIFICATIONS. PARTICLE SIZE LIMITS BOULDERS COBBLES GRAVEL SAND COARSE FINE COARSE MEDIUM FINE SILT OR CLAY 12" 3" 3Y." No. 4 No.10 No. 40 200 (U.S. STANOARD SIEVE SC D UNIFIED SOIL CLASSIFICATION SYSTEM T: PROPOSED GRAVITY SEWER, PHASE I, REACH III, FONTANA, CA PROJECT NO: 61128.1 L.D. KING, INC. ENCLOSURE: B Geotechnical Group, Inc. DATE: AUGUST 1999 SCALE: AS SHOWN TEST DATA 3 o 1.4 o x' z � a` ›. a a F a & En.a r ° x 1- U w LOG OF BORING B-11 DESCRIPTION 0 ASPHALT CONCRETE 5 INCHES THICK, NO BASE. SM SILTY SAND, approximately 20% coarse • grained sand, 20% medium grained sand, 40% fine grained 13 5 2.1 106 SP sand, 20% silty fines, dry, light brown. 0 2 feet SAND, approximately 20% medium grained sand, 70% fine grained sand, 10% silty fines, dry, loose, brown. 13 2.5 112 0 5 feet materials encountered are generally the same as described above. .0 54 1.7 103 ; 0 10 feet materials encountered are generally the same as described above, except dense. 0 12 feet gravel to 1". •5 57 • @ 15 feet no recovery. .0 42 2.5 121 ; - • , SM 0 20 feet SILTY SAND with GRAVEL, approximately 20% gravel to 1", 20% coarse grained sand, 20% medium grained 30% fine 20% silty fuses, damp, dense, :5 sand, grained sand, brown. END OF BORING No fill No caving No groundwater ' 30 No bedrock PROJECT: FONTANA GRAVITY SEWER PROJECT NUMBER: 61228.1 CLIENT: L.D. KING, INC. DATE DRILLED: June 29,1999 LOR GEOTECHNICAL GROUP INC. EQUIPMENT: CME 55 HOLE DIA.: 8" ENCLOSURE: B-1 J 1 o vNi o ~i� o to o DEPTH IN FEET TEST DATA BLOW COUNTS SPT MOISTURE CONTENT (%) DRY DENSITY (PCF) SAMPLE TYPE LITHOLOGY U.S.C.S LOG OF BORING B-12 DESCRIPTION !! SM ASPHALT CONCRETE 3 INCHES THICK, NO BASE. ALLIIVIIIM: SILTY SAND with GRAVEL, approximately 36 2.6 125 ' .. • 20% gravel to 1", 15% coarse grained sand, 25% medium grained sand, 25% fine grained sand, 15% silty fines, damp, brown. 0 3 feet materials encountered are generally the same as described above, except medium dense. 21 2.5 127 ' • 0 5 feet materials encountered are generally the same as described above, except moist. 51 2.1 128 ' ' -'•T- . SW .• T @ 10 feet GRAVELLY SAND, approximately 20% gravel to 3/4", 25% coarse grained sand, 25% medium grained sand, 25% fine grained sand, 5% silty fines, moist, dense, brown. 38 8.5 123 t .s •60% SP @ 15 feet SAND, approximately 30% medium grained sand, fine grained sand, 10% silty fines, moist, medium dense tc dense, brown. �::7+- t'TR - •;= SW 0 18 feet GRAVELLY SAND, approximately 20% gravel to 1", 25% coarse grained sand, 25% medium grained sand, 25% fine grained sand, 5% silty fines, moist, brown. 72 ' .: •.••• .'T, ::�:- 0 20 feet materials encountered are generally the same as described above, no recovery. END OF BORING No fill No caving No groundwater No bedrock PROJECT: FONTANA GRAVITY SEWER PROJECT NUMBER: 61228.1 CLIENT: L.D. KING, INC. DATE DRILLED: June 29,1999 LOR GEOTECHNICAL GROUP INC. EQUIPMENT: CMESS HOLE DIA.: 8" ENCLOSURE: B-2 I TEST DATA 1 I)L•l'I Il IN HA: 0 5 :0 :5 10 30 SAMPLE TYPE LITHOLOGY LOG OF BORING B-13 DESCRIPTION 22 1.6 42 1.8 32 3.0 118 19 13.6 93 74 2.1 } SM SP SM SP ASPHALT CONCRETE 2 INCHES THICK, NO BASE. ALLUVIUM* SILTY SAND, approximately 10% coarse grained sand, 20% medium grained sand, 40% fine grained sand, 30% silty fines, dry, brown. (� 2 feet materials encountered are generally the same as described above, except gravel to 1", medium dense, damp. 5 feet SAND WITH GRAVEL, approximately 15% gravel to 1", 25% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 10% silty fines, damp, medium dense, brown. 10 feet materials encountered are generally the same as described above. 15 feet SILTY SAND, approximately 30% medium grained sand, 50% fine grained sand, 20% silty fines, medium dense, damp, dark brown. @ 20 feet SAND WITH GRAVEL, approximately 15% gravel to 1", 25% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 10% silty fines, moist, very dense. END OF BORING No fill No caving No groundwater No bedrock ROJECT: :LIENT: FONTANA GRAVITY SEWER L.D. KING, INC. PROJECT NUMBER: 61228.1 ,OR GEOTECHNICAL GROUP INC. DATE DRILLED: June 29,1999 EQUIPMENT: CME 55 HOLE DIA.: 8" ENCLOSURE: B-3 1 TEST DATA ULI'III IN l•LLl 0 5 10 15 20 25 z 0t 0 LITHOLOGY LOG OF BORING B-14 DESCRIPTION 30 23 1.6 19 1.9 16 6.2 103 29 8.6 97 60 1.3 1 • • • • • • • • • • • • • • • • • SM SM ML SM ASPHALT CONCRETE 3 INCHES THICK, NO BASE. ALLUVIUM* SILTY SAND, approximately trace of gravel to 3/8", 20% coarse grained sand, 20% medium grained sand, 40% fine grained sand, 20% silty fines, damp, brown. 0 3 feet materials encountered are generally the same as described above, except medium dense, increase in gravel to 1". 0 5 feet SILTY SAND, approximately 10% gravel to 1", 30% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 10% silty fines, damp, medium dense, brown. 0 6 feet SILTY SAND/SANDY SILT, approximately 10% medium grained sand, 40% fine grained sand, 50% silty fines, dry. 0 10 feet materials encountered above are generally the same as described above, except medium dense. 0 15 feet materials encountered are generally the same as described above, except medium dense. 0 20 feet SILTY SAND with GRAVEL, 10% gravel to 1", 20% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 20% silty fines, dry, very dense, brown. END OF BORING No fill No caving No groundwater No bedrock PROJECT: CLIENT: FONTANA GRAVITY SEWER L.D. KING, INC. PROJECT NUMBER: 61228.1 OR GEOTECHNICAL GROUP INC. DATE DRILLED: June 29,1999 EQUIPMENT: CME 55 HOLE DIA.: 8" ENCLOSURE: B-4 1 APPENDIX C GEOTECHNICAL GROUP, INC. APPENDIX C LABORATORY TESTING General Selected soil samples obtained from the borings were tested in our laboratory to evaluate their physical and engineering properties. The laboratory testing program performed in conjunction with our investigation included moisture content, dry density, laboratory compaction, sieve analysis, direct shear, sand equivalent, and soluble sulfate tests. Descriptions of the laboratory tests are presented in the following paragraphs. Moisture-Densitv Tests The moisture content and dry density information provides an indirect measure of soil consistency for each stratum, and can also provide a correlation between soils on this site. The dry unit weight and field moisture content were determined for selected undisturbed samples, and the results are shown on the boring logs, Enclosures B-1 through B-4, within Appendix B, for convenient correlation with the soil profile. Sieve Analyses A sieve analyses was performed for selectedsamples in accordance with the ASTM D 422 laboratory test procedure. The analyses is performed by passing the soil through a series of sieves, and recording the weights of retained particles on each screen. The results of the sieve analyses are presented graphically on Enclosure C-1. Direct Shear Tests Shear tests are performed with a direct shear machine at a constant rate -of -strain (usually 0.05 inches/minute). The machine is designed to test a sample partially extruded from a sample ring in single shear. Samples are tested at varying normal loads in order to evaluate the shear strength parameters, angle of internal friction and cohesion. Samples are tested in undisturbed condition at field moisture content and. soaked, according to conditions existing in the field. The results of the direct shear tests are presented in the following table: DIRECT SHEAR TESTS Boring Number Sample Depth (feet) Soil Description Angle of Internal Friction (degrees) Cohesion (psf) 11 5 (SM/SP) SILTY FINE SAND 36 225 Sand Equivalent The sand equivalent of selected subgrade soils were evaluated using the California Sand Equivalent Test Method, Caltrans Number 217. The results of the sand equivalent tests are presented on Enclosure C-1 and in the following table: SAND EQUIVALENT TESTS Boring Number Sample Depth (feet) Soil Description Sand Equivalent 11 10 (SP) SAND 44 13 10 (SP) GRAVELLY SAND 47 14 10 (SM/ML) SILTY SAND/SANDY SILT 9 Soluble Sulfate Content Tests The soluble sulfate content of selected subgrade soils were evaluated. The concentration of soluble sulfates in the soils was determined by measuring the optical density of a barium sulfate precipitate. The precipitate results from a reaction of barium chloride with water extractions from the soil samples. The measured optical density is correlated with readings on precipitates of known sulfate concentrations. The test results are presented on the following table: 1 SOLUBLE SULFATE CONTENT TESTS Boring Number Sample Depth (feet) Soil Description Sulfate Content 12 5 (SM) SILTY fine to medium SAND with coarse and gravel to 1", brown <50mg/L Laboratory Compaction Selected soil samples were tested in the laboratory to determine compaction characteristics using the ASTM D 1557-91 compaction test method. The results are presented in the following table: LABORATORY COMPACTION Boring Number Sample Depth (feet) Soil Description Maximum Dry Density (pcf) Optimum Moisture Content (percent) 11 5-6 (SM/SP) SILTY FINE SAND 130.5 8.5 13 3-4 (SP) SAND 131.0 6.5 U.S. SIEVE OPENING IN INCHES 6 4 3 2 1.5 13 41/2 8 3 6 810 1416 20 30 40 50 70 100140 200 I I U.S. SIEVE NUMBERS II 1 HYDROMETER )0 30 70 60 50 40 30 20 10 0 100 COBBLES • • • • 10 GRAVEL coarse fine • • • • 1 GRAIN SIZE IN MILLIMETERS coarse SAND medium fine 0.1 • • • • • 0.01 SILT OR CLAY 0.001 pecimen Identification B-11 2 FT. B-12 10 FT. B-13 5 FT. B-14 10 FT. pecimen Identification B-11 2 FT. B-12 10 FT. B-13 5 FT. B-14 10 FT. Classification SILTY SAND SM WELL GRADED GRAVEL with SAND GW D 100 9.50 25.40 19.00 9.50 GRAVELLY SAND SP SANDY SILT ML D60 0.20 9.79 3.03 0.09 D30 0.093 1.566 0.633 PROJECT FONTANA GRAVITY SEWER. PHASE I, REACH III - FONTANA, CALIFORNIA DIO 0.2268 0.1500 SE 9 RV 1m MN %Gravel 0.1 58.7 30.3 1.9 %Sand 78.2 37.4 63.4 41.8 %Silt Cc 1.11 0.88 Cu 43.1 20.2 %Clay 21.7 3.9 6.3 56.3 PROJECT NO. 61228.1 DATE 7/15/99 GRADATION CURVES LOR GEOTECHNICAL GROUP. INC 6121 QUAIL VALLEY CT. RIVERSIDE, CA Enclosure C-1 APPENDIX III TRAFFIC CONTROL MEMORANDUM 1 IVIENIORANDITK /1'0: CITY OF FONTANA FONTANA, CALIFORNIA. PLAN CHECK, INSPECTION, ENGINEERS, CONTRACTORS FROM: ROBERT W. WEDDLE, CITY ENGINEER �r CLYDE E. SWEET, DEPUTY CITY ENGINEER/CITY TRAr'r7.0 ENGINEERika, 'ATE: AUGUST 26, 1996 UBJECT:_ TRAFFIC CONTROL PLAN AND DETOUR PLAN SUBMISSION AND CHECK PROCEDURES WITEON 1Hli CITY OF FONTANA Where any construction within public right-of-way is necessary and approved by the City of Fontana, kraffic Safety Control Plans may be required prior to commencement of work. The following is a list of ical Traffic Control Plans and requirements: • VERY SMALL STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic will be maintained (such as with blanket permit users), the permittee will be required to follow Chapter 5 of the Caltrans Traffic Manual. There will be no formal Traffic Control Plan required; normal inspection and review fees will be as required by City Resolution. AVERAGE STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic flow may be affected or a lane closure is required, a Traffic Control Plan may be required. The permittee may not be required to submit a full Traffic Control Plan upon. approval of the City Traffic Engineer, after review of the Traffic Section. The determination is based upon review of actual street conditions. If a formal plan is not required, the permittee shall be required to follow Chapter 5 of the Caltrans Traffic Manual; normal inspection and review fees will required as per City Resolution. If a full Traffic Control Plan is required, the Plan sheet(s) will require about 10 days to review and process. This type of Traffic Control Plan would not require noticing, but normal inspection and review fees will be required. MAJOR TRAFFIC CONTROL OR DETOURS A road closure or traffic control which will be more than 8 hours duration will require a full Traffic Control Plan. The plan will be submitted on Traffic Control Plan sheets for approval by the City Traffic Engineer. A major Traffic Control or Traffic Detour Plan will normally require at least 30 days of checking, approval and notification. The following process is followed: A. Payment of Fee . Fees are calculated based upon the inspection and plan check fees in the City Fee Resolution. The final fee amount is subject to revision due to changes in the number of plan sheets or the duration of the control period. B. Plan Check Submittals following Ma ffi or Trac Control and/or Detour Plans normally are submitted during orr for J review and approval of construction plans. After the fees are paid, plans accuracy in meeting City requirements. The plans are also reviewed for format specifications as indicated below. The Engineer is advised by telephone of review findings to expedite the review process. Final plans require a Civil Engineer or Traffic Engineer's signature and stamp, except in instances where prior approval is obtained from the City Traffic Engineer. Following the checking process, authorization and notification is prepared and issued. Format Specifications 1. Sheet size of 24" x 36" with border and City title block (mylar) 2. Drawing to accurately proportioned to fit'sheet size 3. A signature block for any other affected jurisdiction(s) Authorization will describe the specific requirements n sfaPproval: 1. Notification of public, public agencies, and services 2. Closure conflict disclaimer 3. Notification of affected adjacent property owners 4. Earliest construction starting date 5. Plan signed and approved by an affected jurisdiction(s) RWW:CES:ke 1 STREET CLOSURE NOTIFICATION LIST Below is a list of agencies that need to be notified by certified mail when a complete or •artial street closure is necessary for construction on or near a Fontana city street. • AGENCY Irity of Fontana Police Department 17005 Upland Avenue ontana, California 92335 li Central Valley Fire Agency 5308 San Bernardino Avenue -ontana, California 92335 Iontana School District Transportation 680. Citrus Avenue ontana, California 92335 IFity of Fontana Public Services Dept. 6489 Orange Way Fontana, California 92335 IFof Fontana, Inspection 8353 Sierra Avenue Fontana, California 92335 1 Com-Center (Central Emergency Dispatch) 7925.Center Avenue 1ancho Cucamonga, CA 91730 CONTACT PERSON TELEPHONE Traffic Sergeant John Roberts Ken Jeske Carlos Navarro . Bob Savant (909)350-7700 (909)829-4441 (909) 35775000 (909) 350-6760 (909) 350-6760 (909) 823-5045 News Release is to be submitted to local papers. The local papers are listed.below for your information. khe Sun The Fontana Herald News 99 North D Street 16920 Spring Avenue San Bernardino, California Fontana, California 92335 Itnland Valley Daily Bulletin Ontario, California 1 1 1 1 COI\IMUNITY DEVELOPMENT DEPARTMENT DEPARTMENT POLICY PRIORITY FOR MAINTAINING CONTINUOUS TRAFFIC SIGNAL OPERATION DURING CONSTRUCTION ACTIVITY There arc priority streets and intersections that arc essential to the regional highway system.- Streets adjacent to frccways arc also emergency routes for times when a freeway might have to be closed. In addition, major Itruck routes arc the means of transport for the goods moving in and out of the region. These streets and intersections arc identified in the following discussion. During any construction activity on or near the priority routcs and intersections, traffic signals need to be in continuous operation. ' MAJOR TRUCK ROUTES. STATE IIIGIIWAYS AND ROADWAYS ADJACENT TO A FREEWAY , Traffic signals or roadways adjacent to frccways will have a high priority. A high level of response during construction is required. The traffic signals will be required to remain in operation for the maximuin extent possible during any construction involving the traffic signal, or the street near the traffic signal. Examples: Valley Blvd., Stover Avenue, Citrus Avcnuc, Chcrry Avenue; Baseline Avcnuc, Sierra Avenue south of Valley Blvd., and Foothill Blvd (State Route 66) ARTERIAL ROADWAYS AND MINOR TRUCK ROUTES . Traffic signals on roadways that arc not truck routes and are not adjacent to a freeway have some tolerance for longer periods of interrupted signal operation. however, traffic signals at locations like Sierra and Peril anente and Sierra And Marygold require a high priority response on weekdays but can tolerate flashing 'red or dark indication periods on weekends. Sierra Avenue north of Valley Blvd., Alder Avenue, San Bernardino, Merrill Avenue. Arrow Blvd. Examples: 1 DEFINITIONS IMajor Truck Route - A roadway parallel to a freeway on the regional highway system carrying over 5 percent of total vehicles as trucks. 1 Minor Truck Route - A roadway serving as a local or inter -city route with Tess than 2 percent of total vehicles as trucks. 1 Truck - A vehicle with at least six tires on the ground ranging from a dual rear wheel pick up (CiV W of 5000 pounds) to a tractor trailer vehicle; this does not include large trucks with "STAA" designation. (Max. of 48 ft. trailer length and max. of 8.5 feet wide) CES December 8, 1997 • Frank A. Schuma Community Development Director VCP) 5-ttWgMraraMr eilVAilettor..419!cr 0 z CC CC 111 0 10 FREEWAY • CC Reach 11 C30' VCP) IC I I cli3 B-14 Immicg3B-13 -1*—g, B-12 Reach III 1 0 (27VCP) (21' VCP) (42' VCP) Existing Control Structure B-11 ea h IV 0 cc CC Reach V .1 C33' VCP) .• ' Reach VI w a. cc EXPLANATION . (Locations Approximate) - INDICATES EXPLORATORY BORING LOCATION PLAT PROJECT: PROPOSED GRAVITY SEWER, PHASE I, REACH III, FONTANA, CA PROJECT NO: 61128.1 CLIENT: L.D. KING, INC. ENCLOSURE: A-2 LOR Geotechnical Group, Inc. H DATE: AUGUST 1999 SCALE: NO SCALE APPENDIX IV SAN BERNARDIN O COUNTY TRANSPORTATION DEPARTMENT GENERAL PERMIT CONDITIONS AND TRENCH SPECIFICATIONS SAN BERNARDINO COUNTY TRANSPORTATION DEPARTMENT GENERAL PERMIT CONDITIONS AND TRENCH SPECIFICATIONS Effective December 1,1998 TABLE OF CONTENTS 1 - GENERAL 1.1 Standards and Specifications 1.2 Changes or Additions to Permit 1.3 Relocation 1.4 Utility Construction 1.5 Licensed Contractor 1.6 Permit Possession 1.7 Sanitary Facilities 1.8 Permittee Responsibility 1.9 Hold Harmless 1.10 Notification 1.11 Inspection 1.12 Failure to Comply 2 - PUBLIC CONVENIENCE AND SAFETY 2.1 Traffic and Access 2.2 Traffic Control 2.3 Working Hours 2.4 Dewater Operations 2.5 Closing Roads 3 - PRESERVATION OF PROPERTY 3.1 3.2 3.3 3.4 Protection of Property County Facilities Traffic Signals Survey Monuments 4 - PROJECT SITE MAINTENANCE 4.1 Clean-up and Dust Control 4.2 Haul Routes 4.3 Storage in County Roads 4.4 Snow Removal 4.5 Emergency Response 4.6 Maintenance of Trenches 5 - MATERIALS AND EQUIPMENT 5.1 Pavement Traffic Markings & Striping . 5.2 Asphalt Concrete 5.3 Base Material 5.4 Grading Equipment 5.5 Track Equipment 5.6 Paving Equipment 6 - TRENCHING 6.1 Cal OSHA 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10 6.11 New Roads Depth of Installation Pavement Removal Open Trench Trench Bridging Protective Fencing Trench Backfill Narrow Trench Inclement Weather Manhole Construction 7 - COMPACTION 7.1 Relative Compaction (RC) 7.2 7.3 7.4 7.5 Compaction Frequency and Location Test Reports Mechanical Compaction Water Densification Trench Pavement Repair - General Permanent AC Paving Repair Trench Pavement Repair Options Overlay Paving Excessive Pavement Removal Pavement Resurfacing Driveway. Approaches 8.9 Portland Cement Concrete '8.10 Trench Failure and Repair 8 - TRENCH CONSTRUCTION & REPAIR 8.1 Temporary Pavement 8.2 8.3 8.4 8.5 8.6 8.7 8.8 1-GENERAL 1.1 Standards and Specifications -- The work shall be done in accordance with the current San Bemardino County Standards and Specifications and these Conditions and Specifications. Any deviation shall be approved in writing by the Permit Engineer. 1.2 Changes or Additions to Permit — The Transportation Department reserves the right to make any changes or additions to -a permit after issuance-if-suctrchanges or additions are believed necessary for the protection of the roads or for the health and safety of the public. 1.3 Relocation — If any part of an installation interferes with the present use of roads by the general public or is in conflict with future or current County improvement projects, it shall be removed or relocated as directed by the Transportation Department at the expense of the Permittee or his successor in interest. 1.4 Utility Construction — Permits for utility trenching, including utility service trenching, within County right-of-way, shall be issued to the respective utility purveyor or a California licensed contractor. The permittee shall warranty the trench repair for one year from the Transportation Department approval date. Following the permittee warranty period, the respective utility purveyor shall be responsible for the trench repair. 1.5 Licensed Contractor — All excavation, repair and restoration in County road right-of-way shall be performed by a contractor with the appropriate license issued by the State of California Contractors License Board or by utility purveyor's regular employees. 1.6 Permit Possession — Other than emergency repairs, there shall be no work performed in County road right-of-way until a road permit is issued. A copy of this permit, a set of approved plans and permits required by any other legally constituted authority shall be on site at all times construction is in progress. Permits that require excavation shall be valid only after an Underground Service Alert inquiry identification number is issued. All permitted work in the mountain regions shall cease between October 31 and April 15 of the following year unless approved by the Transportation Department. Start work approval shall be dependent on weather conditions. 1.7 Sanitary Facilities — The Permittee shall provide and maintain enclosed toilets for the use of employees at all times while work is in progress. 1.8 Permittee Responsibility — In addition to all conditions herein, the Permittee is responsible for safety and construction requirements within the limits of the project. The Permittee or his employees shall abide by ` all the regulations of any legally constituted authority. 1.9 Hold Harmless — The Permittee shall preserve and save harmless the County and -each officer and employee thereof, from any liability or responsibility for any accident, loss of damage to persons or property happening or occurring as a proximate result of Permittee's negligence or the negligence of Permittees' agents, servants, employees or contractors in the design or performance of any work undertaken under any permit granted to Permittee pursuant to the application [51.0113 County Code]. 1.10 Notification — Except in emergencies, the Permittee shall notify the assigned Inspector one working day, excluding weekends and holidays, prior to starting a project and for each. ' phase of construction. In addition, the Permittee shall notify USA 48 hours prior to any excavation. 1.11 Inspection — All construction performed in relation to a road permit shall be inspected prior to and during installation by County personnel. Construction performed without inspection may be subject to removal and replacement. The entire cost of removal and replacement shall be borne by the Permittee, regardless of whether the installation removed was found to be defective. 1.12 Failure To Comply — Should a Permittee fail to comply with the provisions of the road permit or the requirements of any legally constituted authority, the Transportation Department may order the Permittee to stop work, wholly or in part, until the discrepancies have been resolved to the Department's satisfaction. Upon satisfactory completion of corrections, written approval from the Department shall be required before work resumes. Failure to comply shall result in revocation of permits. The Department may perform the work required or arrange for the work to be done and the entire cost of the required work shall be borne by the Permittee. 2 - PUBLIC CONVENIENCE AND SAFETY 2.1 Traffic and Access — The Permittee's operation shall cause no unnecessary inconvenience to the public. The access rights of the public shall be considered at all times and unless otherwise authorized, traffic shall be permitted to pass through the work area at all times. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants, residences, commercial and industrial establishments, churches, schools, parking Tots,, service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Department's Traffic Engineer. 2.2 Traffic Control - Traffic Control shall conform to the .current Caltrans Manual of Traffic Controls. The handbooks published by American Traffic Safety Services Association Guide and the .Work Area Traffic Control Handbook or other traffic control manuals may be used with approval of the Department's Traffic Engineer. , 2.3 Working Hours - Except for emergency repairs, no work shall be performed within County road right-of-way on weekends, County holidays, before 7 AM or after 4:30 PM unless ' authorized by the Permit Engineer. 2.4 Dewater Operations Release of, or the directing of water onto County roads shall be authorized only by the Transportation Department and shall include traffic control per Section 2.2 , clean-up per Section 4.1 and erosion control. If erosion occurs, grading shall be as required in Section 5.4. Discharges shall comply with the National Pollutant Discharge , Elimination System and with Federal law, State law and local ordinance. 2.5 Closing Roads — No road shall be closed without authorization from the Transportation Department except in the case of an emergency under the direction of an authorized agency. An authorized road closure will allow the detour of through traffic only. The Permittee shall provide a smooth dust controlled route that allows unimpeded access for emergency vehicles and residents at all times. A minimum of ten (10) working days are required to process the application. To apply for a road closure authorization, submit the following to the Road Permit Section, 825 E. Third Street, San Bernardino, CA 92415-0835. • Written request for the closure with the time schedule included. • Detour route and sign locations, a detour plan designed by a Registered Civil or Traffic Engineer, if required by the Department. 3 - PRESERVATION OF PROPERTY 3.1 Protection of Property — The Permittee shall be responsible for the protection of public and private property adjacent to the work and shall exercise due caution to avoid damage to such property. The Permittee shall repair or replace all existing improvements damaged within the right-of- way which are not designated for removal on the approved plans to match the original in finish and dimension. Trees, lawns and shrubbery that are not designated for removal on the plans shall be protected from damage or injury. If damaged or removed because of the Permittee operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible as approved by- Department personnel. The Permittee strati give seven (7) days notice to occupants or owners of adjacent property to allow. them to salvage or relocate plants, trees, fences, sprinklers and other improvements within the right-of-way which are designated for removal on the plans and would be destroyed because of the work. 3.2 County Facilities — Prior to construction, the Permittee shall assess the condition of County facilities within project limits and report to the inspector all • damaged, defaced or missing pavement, sidewalk, curb, gutter, traffic signs, pavement markings or hazardous conditions that may exist before work is started. Prior to final acceptance of the project, all County facilities shall be in the same or better condition as determined by Department personnel. 3.3 Traffic Signals — Traffic signal detector loops, wiring or appurtenant facilities damaged by the Permittee's operation shall be reported immediately to the Traffic Division of the Transportation Department, 825 East Third Street San Bernardino, CA 92415, telephone (909) 387-2833. Any damage shall be repaired immediately at no expense to the County as directed by the Transportation Department. 5 3.4 Survey Monuments — The Permittee shall locate, protect or tie -out all survey monuments which may be disturbed or destroyed. Survey monuments shall be located, referenced and a Comer Record filed .with the County Surveyor prior to the start of construction. Following completion of the work, the monuments shall be reset in the surface of the new construction, a suitable monument box placed thereon, or permanent witness monuments set and a Comer Record filed with the County Surveyor prior to final project notice of completion issued by the Transportation Department. All work shall be performed under the direction of . a licensed Land Surveyor or registered Civil Engineer at no expense to the County. 4 - PROJECT SITE MAINTENANCE Surplus dirt, debris, rocks or building materials shall be contained during permit work and the site broomed daily to reduce possibility of being carried by runoff into a storm drain, stream or natural drainage course or lake. At the completion of the permit work, the previous drainage patterns must be restored. Material shall not be placed in such a manner which might result in the blockage of any drainage structure at either the inlet or outlet. 4.1 Clean-up and Dust Control -- Throughout all phases of construction, including suspension of work, the Permittee shall keep the work site clean and free from rubbish and debris. The Permittee shall also abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. The use of water resulting in mud on roads or drainage facilities will not be allowed as a substitute for sweeping or other cleaning methods. All soil and construction material shall be removed prior to that portion of the road being made available tolraffic. 4.2 Haul Routes -- When required by the Department, obtain a haul route permit before beginning work. Permits are issued approximately five (5) working days after filing of proper plans, fees and application to the Transportation Department. Care shall be exercised to prevent spillage on, or damage to County roads. Any such spillage or damage shall be removed or repaired immediately. Dust control and traffic control shall be provided for all hauling operations. 4.3 Storage in County Roads — There shall be no equipment or materials stored or stockpiled in road right-of-way. Equipment and materials shall be removed from road right-of- way when not in use and at the end of each working day, except as approved by the Transportation Department. 4.4 Snow Removal — The Transportation Department will remove snow on all County maintained roads that are safe for the snow removal operation. If conditions are such as to endanger personnel or equipment due to Pemiittee operation (sunken trenches, irregular paving, or other hazards) the Department will cease snow removal operations. The Permittee shall then be responsible for removal of snow to the surface of the road and maintain such, including sanding operations, for a minimum width of 20-feet or as directed by Department personnel. 6 4.5 Emergency Response — Before work is started, the Permittee shall furnish names and telephone numbers of persons on -call if emergency work is required by the County. The Department, at its sole discretion, may elect to perform emergency work if it is judged as necessary for the protection of the roads or for the health and safety of the public. All emergency work shall be accomplished at no expense to the County. 4.6 Maintenance of Trenches — Permittee shall perform continuing maintenance of all trenches, including periods of suspension of work, during the course .of construction and shall maintain the trench for the life of the installation in accordance with County Ordinance No. 2377. 5 - MATERIALS AND EQUIPMENT 5.1 Pavement Traffic Markings and Striping — Pavement traffic markings and striping shall be constructed of thermoplastic material and all damaged or removed markings shall be replaced with thermoplastic material unless otherwise approved by Department personnel.. Visual uniformity, as determined by Department personnel, may require that adjacent markings and all markings within an intersection be replaced with thermoplastic material by the Permittee at no cost to the County. 5.2 Asphalt Concrete — Paving asphalt shall be AR4000 1/2-inch Type B maximum, medium shall be used. Asphalt dike shall be AR8000 paving asphalt with Type B 3/8-inch maximum, medium grading. 5.3 Base Material — Base shall be Class II Aggregate Base or as approved by Department personnel. 5.4 Grading Equipment — Grading of soil roads or soil shoulders may be accomplished by any means that will provide a smooth, compacted and uniform surface that varies Tess than 0.1-foot in 10-feet for line or grade up to 300-feet. Projects greater than 300-feet in length will require grading be performed by an approved motor grader. 5.5 Track Equipment — Track equipment and outriggers used on paved surfaces shall be equipped with street pads and be operated so as not.to mar the surface or cause damage to any County facility. If pavement is marred, it shall be resurfaced over the entire width as required in Section 8, Trench Resurfacing. If County facilities are damaged, they shall be replaced or repaired as specified in Section 3, Preservation of Property. 5.6 Equipment — Paving 6-feet wide or wider in a driving lane shall be accomplished by use of a paving machine approved by Department personnel. Shoulder paving and miscellaneous paving shall be as approved by the Inspector. 6 -TRENCHING 6.1 CaIOSHA — All excavations shall conform to the requirements of the State of Califomia Division of Occupational Safety and Health. The applicant for a road permit shall possess a permit to excavate from the Division of Industrial Safety, Department of Industrial Relations, State of Califomia. • 7 6.2 New Roads — Trenches installed in roads that have been paved within 3 years shall not be open -cut unless otherwise authorized by the Permit Engineer. If authorized, the trenching will be subject to additional requirements as specified by the Permit Engineer. 6.3 Depth of Installation — Underground Installations shall have a minimum of 2.5-feet of cover below finished grade. Refer to San Bernardino County Standard Plan No. 311 for recommended locations. 6.4 Pavement Removal — Paving shall be cut for removal and excavated in a manner that does not disturb the adjacent pavement. Paving shall be sawcut or cold planed for permanent repair as specified in Section 8. Remnant strips of paving Tess than 2-feet wide shall be removed and included in the replacement paving. Replacement paving along the edge of paving that does not have curb and gutter, AC dike or AC berm shall be a minimum of 2-feet wide. 6.5 Open Trench - The maximum length of open trench (excavation or backfill not resurfaced) allowed during construction shall be the distance of construction which can be reasonably installed in a single day. • An open trench shall be attended by contractor's personnel at all times. Where pavement has been removed, a minimum of 2-inches of. temporary paving shall be placed before that area is made available to traffic. Before leaving the project and at the end of each day, all areas of pavement removal, including sidewalk, drainage courses and driveway approaches shall be backfilled, compacted and surfaced with temporary asphalt. Upon approval of the Department personnel, appropriate areas of the trench maybe protected by plate bridging or protective fencing. 6.6 Trench Bridging — Plate bridging in the traveled way shall be as shown in the Work Area Traffic Control Handbook and the Plate Bridging Standard drawing herein. 6.7 Protective Fencing — When protective fencing is used to secure an area, it shall be constructed of 6-foot high, pipe framed chain link panels or equal material, secured into position and placed in a manner that there are no gaps larger than 3-inches. Fencing shall be placed a minimum of 4-feet from the nearest driving lane and shall be protected by appropriate signing and barriers per Section 2.2, Traffic Control. 6.8 Trench Backfill Unless otherwise specified, the material obtained from the project excavations will be suitable for use as fill or backfill, provided that all -organic material and other objectionable material is removed. Rocks, plain concrete rubble and pavement grindings obtained from the project will be permitted in the fill subject to the following limitations: • In trenches up to 3-feet wide, the maximum dimension of any piece used shall be 6-inches; in trenches more than 3-feet wide, 1-foot is the maximum 'dimension. • Pieces larger than 4-inches shall not be placed within 1-foot of any structure. • Pieces Iarger than 3-inches shall not be placed within 1-foot of the subgrade for paving. Rocks or rubble included in the fill shall be mixed with approved material to eliminate voids. Slurry (1-1/2 sack) is also an acceptable option for backfill. 6.9 Narrow Trench -- Unless otherwise authorized, trenches in paved areas, 1-foot or Tess in width, shall be backfilled to pavement subgrade with 1-1/2 sack aggregate/cement slurry. The slurry shall be protected until cured and pavement placed per Section 8, Trench Resurfacing. 6.10 Inclement Weather — Other than emergency repairs or as directed by the Transportation Department, there shall be no excavation within. the traveled way of County roads during periods of inclement weather. 6.11 Manhole Construction — Manholes shall remain below the grading plane until final ' paving has been completed and then•set flush with the surface, except in areas that require snow removal, the manhole frame shall be set 1/2-inch to 3/4-inch below pavement surface. In graded earth shoulders or earth flowline areas, asphalt concrete shall be placed to a ' minimum width of 3-feet around the manhole and paved out at 45 degrees to the edge of existing pavement per San Bernardino County Standard Plan No. 311A. Backfill and testing shall be per Section 7, and shall be independent of the main line trench tests. 7.- COMPACTION ' 7.1 Relative Compaction (RC) — RC of 95% minimum shall be required for asphalt pavement, paving base material and that portion of backfill which is within 0.5-foot of the paving base material.. RC of 90% minimum shall be required for all other fill or backfill. All ' compaction shall be in accordance with California Test No. 216 or No. 231 (ASTM. D-1556 or D-1557-70). Use ofan altemate compaction test method .(e.g. Dynamic Cone. Penetrometer) must be approved in advance and will be approved on a case -by -case basis. 7.2 Compaction Testing Frequency And Location -- Trench backfill testing shall be at 250- foot maximum intervals. One test shall be performed for each 4-foot of depth or fraction ' thereof. Pavement subgrade and pavement base material shall be tested at 500-foot intervals. Tests for backfill shall be taken at mid -depth of each 4-feet of backfill starting at the top of the installation. 20% of laterals and 100% of manholes shall be tested independently of the main line. Failure of a compaction test will result in the entire area represented by that test being uniformly reworked and retested at a random location. ' 7.3 Test Reports — Tests shall be certified by a registered Califomia civil or geotechnical engineer or testing laboratory in accordance with the State of California test requirements. Test locations shall be determined by Department personnel. Test reports shall be listed ' individually for each trench or for each type and phase of construction that includes an accurate description of the test location. Compaction reports shall be submitted to Inspector prior to permanent paving. If an alternate compaction method is approved per Section 7.1, altemate test reports specified at time of permit issuance shall be submitted. 7.4 Mechanical Compaction . — Backfill shall be placed in horizontal layers of thickness ' compatible to the material being -placed and the type of equipment being used. Each layer shall be evenly spread then tamped or rolled until the specified relative compaction is attained. � 9 7.5 Water Densification -- Densifing by ponding and jetting will not be allowed within 4-feet of finish grade unless confined to the pipe zone and approved by the Inspector. Water. densification may be allowed when, as determined by Department personnel, the base and backfill materials have a sand equivalent of 20 or greater (California Test No. 217) and are of such character that they will be self -draining when compacted and the foundation material will not soften, or otherwise be damaged by the applied water. For authorization to use water densification, 'submit request and test reports representing the foundation soils and backfill material, at a maximum of 1000-foot intervals to the Inspector five (5) working days prior to starting work. 8 - TRENCH RESURFACING 8.1 Temporary AC Pavement — Temporary asphalt compacted to 2-inches thick shall be placed and maintained in a smooth and compacted condition at all locations where paving has been removed and before traffic is allowed to pass over areas of pavement removal. Temporary asphalt shall be removed for permanent repair. 8.2 Pavement Repair -General — Damaged paving adjacent to the trench edges shall be sawcut and removed in rectangular sections. Remnant strips of paving 2-feet wide or Tess will be removed and that area included in the paving repair. Asphalt paving shall be placed in a minimum of two lifts and be in accordance with Caltrans Standards Section 39 and be a minimum of 95% RC. The repaired section shall be 1-inch thicker than the existing paving but not less than 3-inches thick. Paving shall be placed within thirty (30) days of completion of the subsurfaceinstallation in accordance with Section 1.5. Areas to be joined with asphalt paving shall be cleaned of all soil and foreign material an tacked 100% coverage of asphaltic emulsion or paint binder. 8.3 Permanent Pavement Repair — Base paving will be in compacted lifts a maximum of.3- inches thick and the use of 3/4-inch MC AR4000 may be required at the discretion of the Permit Inspector. Finish course shall be a minimum of 1-inch and a maximum of 2-inches thick of 1/2-inch MM AR4000 flush with the existing paving. Trench sections over 6-feet in width shall utilize a self-propelled vibrating screed paving machine (Barber -Greene or equivalent) and may be subject to additional requirements. 8.4 Trench Options • T-Cut Trench — After backfill is completed, trench edges shall be sawcut or ground to straight lines a minimum of 1.0-foot from the edge of the excavation or pavement removal and shall be parallel and at right angles to the centerline of the road (see Trench Detail A). • Optional T-Cut Trench — In cases where the existing pavement has a thickness in excess of 4-inches, grinding a minimum of 1-foot from each edge of the excavation or pavement removal to a minimum depth of 2-inches may be allowed at the discretion of the Permit Inspector (see Trench Detail B). • Non T-Cut Trench Altemative — Trench Detail C requires overlay paving in accordance with Section 8.5 for trenches over 300-feet. 10 8.5 Overlay Paving — When the T-cut trench or T-cut option is used to repair or restore pavement removal to 300-feet or longer, an overlay shall not be required unless the road has been paved within three years or the road has a superelevation, or tilt cross section. When the non T-cut trench is used to repair or restore pavement removals of 300-feet or longer, an overlay shall be required. The determination of the overlay shall be made by the County Transportation Department at the prebid/preconstruction meeting or prior to issuance of the permit. Substantial damage to the roadway beyond the trench excavation as a result of negligence by the permittee or their contractor shall meet or exceed prior street conditions and will be determined by the Transportation Department. The overlay, when required, shall be a minimum of 1-inch thick of AR4000 3/8-inch MM placed with a.paving machine per Section 5.6 and shall extend beyond pavement removal a minimum of 1-foot laterally and 5-feet longitudinally and shall cover the driving lane or shoulder full width. Roads that have a superelevation or tilt cross section may require full road width overlay in the area of the superelevation or tilt section. 8.6 Excessive Pavement Removal — Removal of six or more separate areas of pavement or the removal of 15% of the total area of a lane or shoulder by a Permittee within 300-foot length of street, may require an overlay per Section 8.5. 8.7 Pavement Surfacing — Where there are existing surface coats on the existing paving, open graded paving, chip seal or any type of surfacing that has been removed, the surfacing and paving shall be replaced in -kind. 8.8 Driveway Approaches — Driveway approaches constructed of asphalt concrete shall be repaired as required and shall also be overlaid 1-inch thick full width to the property line or slurry sealed per Caltrans Section 37-2.01. 8.9 Portland Cement Concrete — Potholes or trenches in .PCC shall be repaired by sawcutting or grinding and removed in full panels at the score lines or as directed by Department personnel. 8.10 Trench Failure and Repair — When the Transportation Department notifies Permittee of a failure of the trench (settlement, excessive cracking or alligatoring, etc.) the Permittee shall coordinate the proposed trench repair method and schedule with the Transportation Department. Rev. 12/98 422SPEC.DOC 11 PLATE BRIDGING WIDTH OF TRENCH 1.0 FOOT TO 3 FOOT 4.0 FEET MINIMUM PLATE THICKNESS 1 INCH 1-1/4 INCH SPANS ,GREATER THAN 4 FEET, A STRUCTURAL DESIGN SHALL BE PREPARED BY A REGISTERED CIVIL ENGINEER AND APPROVED BY DEPARTMENT PERSONNEL. SURFACE OF STEEL PLATES MAY BE ROUGHENED, TAPED OR COATED TO PROVIDE A NON-SKID SURFACE BRIDGING SHALL BE SECURED AGAINST MOVEMENT BY USING HOLDING DEVICES SUCH AS ADJUSTABLE CLEATS, ANGLES, BOLTS, TACK WELDING OR OTHER DEVICES. ASPHALT RAMPS STEEL PLATES 12" MIN. OVERLAP TYPICAL TRENCH OVERLAY CENTER LINE 5 FEET TYPICAL EP HALF WIDTH 5 FEET TYPICAL /// //, 5 FEET TYPICAL EP EP FULL WIDTH EP /// CENTER LINE i /// // PAVEMENT REMOVAL WITHIN 1 FOOT OF CENTER LINE EP EP SHOUCC E/R DRIVING CENTER LINE DRIVING LANE TO SHOULDER /// 12' MIN. EP SI'i0/ULDER LANE. CENTER LINE EP /// SHOULDER DRIVING 12' MIN. LANE CENTER LINE 4 DRIVING LANE AND SHOULDER /// EP SHOULDER PAVEMENT REMOVAL WITHIN 1' OF DRIVING LANE CENTER LINE NOTE: OVERLAY TO EXTEND BEYOND TRENCH A MINIMUM 5' LONGITUDENLY AND 1' TRANSVERSELY. PAVING JOINTS SHALL BE AT THE EDGES OF THE DRIVING LANES OR SHOULDERS. LEGEND: TRENCH OVERLAY 2' OR LESS FROM EDGE, REMOVE AND INCLUDE IN REPAIR SAWCUT OR COLD PLANE FOR TRENCHING 95% R.C. AC PAVEMENT TO BE 3" MIN.. AND 1" THICKER THAN EXISTING. TOP 1" - 2" TO BE AR 4000 1/2" MM. REMAINING MAY REQUIRE AR 4000 3/4" MC 90% RC. 12" WIDE OR LESS USE 1-1/2 SACK CEMENT SLURRY. SAWCUT OR COLD PLANE 1' FROM TRENCH CUTS • \\\ A • \•As\,\‘,.; • ... 6* Min 95 % RC. CLASS II BASE(IF EXISTING; MATCH EXISTING THICKNESS OR 4" MIN. 90% R.C. NOTES: 1. ALL EXCAVATIONS WITHIN COUNTY RIGHT-OF-WAY REQUIRE AN EXCAVATION PERMIT FROM THE ROAD PERMIT SECTION. 2. ROAD PERMITS ARE NOT VALID WITHOUT FULL COMPLIANCE OF UNDERGROUND SERVICE ALERT REQUIREMENTS. 3. ALL EXCAVATIONS SHALL BE CONSTRUCTED AS PRESCRIBED BY CAL. OSHA. 4. TEMPORARY PAVING 2" THICK COMPACTED SMOOTH AND FLUSH, SHALL BE PLACED IN ALL AREAS PAVING WAS REMOVED PRIOR TO OPENING TO TRAFFIC AND AT THE END OF EACH DAY. 5. COMPACTION TEST ON BACKFILL IN THE 90% RC ZONE SHALL BE AT VARYING DEPTHS ON 250' INTERVALS AND SUBMITTED TO INSPECTION PRIOR TO PERMANENT PAVING. CLASS II -AGGREGATE BASE AND THE GRADING PLANE SHALL BE 95% RC ON 500' INTERVALS. 6. NOTIFY PERMIT INSPECTOR ONE WORKING DAY PRIOR TO STARTING A PROJECT AND FOR EACH PHASE OF CONSTRUCTION. 7. OVERLAY PAVING WILL NOT BE REQUIRED PER SECTION 8.5 EXCEPT FOR ROADS THAT HAVE BEEN PAVED WITHIN THREE YEARS AND ROADS THAT HAVE SUPERELEVATIONS OR TILT CROSS SECTIONS. T-CUT TRENCH TRENCH DETAIL A 2' OR LESS FROM EDGE REMOVE AND INCLUDE IN REPAIR SAWCUT OR COLD PLANE \ FOR TRENCHING 2" AR 4000 1/2" MM SURFACE COURSE REMAINING MAY BE AR 4000 3/4" MC 90% RC. 12" WIDE OR LESS USE 1-1/2 SACK CEMENT SLURRY 2" MIN. COLD PLANE 1' FROM TRENCH CUTS 95%RC. AC PAVEMENT TO BE 4" MIN. AND 1" THICKER THAN EXISTING. 95% RC. CLASS II BASE (IF EXISTING) MATCH EXISTING THICKNESS OR 4" MIN. NOTES : 1. ALL EXCAVATIONS WITHIN COUNTY RIGHT-OF-WAY REQUIRE AN EXCAVATION PERMIT FROM THE ROAD PERMIT SECTION. 2. ROAD PERMITSARE NOT VALID WITHOUT FULL COMPLIANCE OF UNDERGROUND SERVICE ALERT REQUIREMENTS. 3. ALL EXCAVATIONS SHALL BE CONSTRUCTED AS PRESCRIBED BY CAL. OSHA. 4. TEMPORARY PAVING 2" THICK COMPACTED SMOOTH AND FLUSH, SHALL BE PLACED IN ALL AREAS PAVING WAS REMOVED PRIOR TO OPENING TO TRAFFIC AND AT THE END OF EACH DAY. 5. COMPACTION TESTS IN THE 90% RC PIPE ZONE SHALL BE ON 250' INTERVALS AND SUBMITTED TO INSPECTION PRIOR TO PERMANENT PAVING: 6. NOTIFY PERMIT INSPECTOR ONE WORKING DAY PRIOR TO STARTING A PROJECT AND FOR EACH PHASE OF CONSTRUCTION. 7. OVERLAY PAVING WILL NOT BE REQUIRED PER SECTION 8.5 EXCEPT FOR ROADS THAT HAVE BEEN PAVED WITHIN THREE YEARS AND ROADS THAT HAVE SUPERELEVATIONS OR TILT CROSS SECTIONS. • OPTIONAL T-CUT TRENCH TRENCH DETAIL B 2' OR LESS FROM EDGE, REMOVE AND INCLUDE IN REPAIR SAWCUT OR COLD PLANE 95% R.C. AC PAVEMENT TO BE 3" MIN. AND 1" THICKER THAN EXISTING. TOP 1" - 2" TO BE AR 4000 1/2" MM. REMAINING MAY REQUIRE AR 4000 3/4" MC 90% RC. '` K 12" WIDE OR LESS USE 1-1/2 SACK CEMENT SLURRY. NOTES : r 6" Min. 95 % RC. CLASS II BASE(IF EXISTING) MATCH EXISTING THICKNESS OR 4" MIN. 90% RC. 1. ALL EXCAVATIONS WITHIN COUNTY RIGHT-OF-WAY REQUIRE AN EXCAVATION PERMIT FROM THE ROAD PERMIT SECTION. ROAD PERMITS ARE NOT VALID WITHOUT FULL COMPLIANCE OF UNDERGROUND SERVICE ALERT REQUIREMENTS. 3. ALL EXCAVATIONS SHALL BE CONSTRUCTED AS PRESCRIBED BY CAL. OSHA. 4. TEMPORARY PAVING 2" THICK COMPACTED SMOOTH AND FLUSH, SHALL BE PLACED IN ALL AREAS PAVING WAS REMOVED PRIOR TO OPENING TO TRAFFIC AND AT THE END OF EACH DAY, 5. COMPACTION TEST ON BACKFILL IN THE 90% RC ZONE SHALL BE AT VARYING DEPTHS ON 250' INTERVALS AND SUBMITTED TO INSPECTION PRIOR TO PERMANENT PAVING. CLASS II AGGREGATE BASE AND THE GRADING PLANE SHALL BE 95% RC ON 500' INTERVALS. 6 NOTIFY PERMIT INSPECTOR ONE WORKING DAY PRIOR TO STARTING A PROJECT AND FOR EACH PHASE OF CONSTRUCTION. OVERLAY SHALL BE REQUIRED PER SECTION 8.5 OF THE TRENCH SPECIFICATIONS FOR TRENCHES OVER 300 FEET. TRENCHES UNDER 300 FEET DO NOT REQUIRE AN OVERLAY. NON T-CUT TRENCH TRENCH DETAIL APPENDIX V GUIDELINES FOR DEVELOPMENTS IN THE AREA OF FACILITIES, FEE PROPERTIES, AND/OR EASEMENTS OF THE METROPOLITAN WATER DISTRICT OF SOUTHERN CALIFORNIA UI/1U/UU 14:0Z rAA .111:1AV1 VL11.'1.• Guidelines for Developments in the Area of Facilities, Fee Properties, and/or Easements •of The Metropolitan Water District of Southern California 1. Introduction a. The following general guidelines should be followed for the design of proposed facilities and developments. in the area of Metropolitan's facilities, fee properties, and/or easements. b. We require that 3 copies of your tentative and final record maps, grading,' paving, street improvement, landscape, storm drain, and utility plans be submitted for our review and written 'approval as they pertain to Metropolitan's facilities, fee properties and/or easements, prior to the commencement of any construction work. 2. Plans, Parcel and Tract Maps . The following are Metropolitan's requirements for the identification of its facilities, -fee properties, and/or easements on your plans, parcel maps and tract•maps: a. Metropolitan's fee properties and/or easements and its pipelines and other•facilities must be' -fully shown and identified as Metropolitan's on all applicable plans. .b.. Metropolitan's fee properties and/or easements must be shown and identified as Metropolitan's with'the official recording data on all applicable parcel and tract maps. c. Metropolitan's fee properties and/or easements and existing survey monuments must be dimensionally tied to the parcel or tract boundaries. _ _ d.. • Metropolitan's records of surveys must be referenced on the parcel and tract maps. Vi/lViVV 19.Jv L. 2 3. Maintenance of Access Along Metropolitan's Rights -of -Way a. Proposed cut or fill slopes exceeding 10 percent are normally not allowed within Metropolitan's fee properties or easements. This is required to facilitate the use of construction and maintenance equipment, and provide access to its aboveground and belowground facilities. b. We require that 16-foot-wide commercial -type driveway approaches be constructed on both sides of all streets crossing Metropolitan's rights -of -way. Openings are required in any median island. Access ramps, if necessary, must be at least 16-feet-wide. Grades of ramps are normally not allowed to exceed 10 percent. If the slope of an access ramp must exceed 10 percent due to the topography, the.ramp must be paved. We require a 40-foot-long level area on the driveway approach to access ramps where the ramp meets the street. At Metropolitan's fee properties, we may require fences and gates. c. The terms of Metropolitan's permanent easement deeds normally preclude the building or maintenance of structures of any nature or kind -within its easements, to ensure safety and avoid interference with operation and maintenance of Metropolitan's pipelines or other facilities. Metropolitan must have vehicular access along the easements at all times for inspection, patrolling, and for maintenance of the pipelines and other, facilities on a routine basis. We require a'20-foot-wide clear zone around'all above -ground facilities. for this routine access. This clear zone should slope away from our facility on a grade not•to exceed 2 percent. We must also have access along the easements with construction equipment.. Anexample of this is shown on .Figure 1. - -- d. The footings of any proposed buildings adjacent to Metropolitan's fee properties and/or easements must not encroach into the fee property or easement -or impose additional loading on Metropolitan's pipelines or other. facilities therein. A typical situation is shown on Figure 2. Prints of the detail plans of the footings for any building or structure adjacent to the fee property or easement must be submitted for our'review and written approval as they pertain to the pipeline or other facilities therein. Also, roof eaves of buildings adjacent to the easement or fee property must not overhang into the fee property or easement area. V 1 / 1J/ JJ 1'1 • V 1 :aL 3 OEM e. Metropolitan's pipelines and other facilities, e•.g. structures, manholes, equipment, survey monuments, etc. within its fee properties and/or easements•must be protected from damage by the easement holder on Metropolitan's property or the property owner where Metropolitan has an easement, at no expense to Metropolitan. If the facility is a cathodic protection station it shall be located prior to .any grading or excavation. The exact location, description and way of protection shall be shown on the related plans for the easement area. 4. Easements on Metropolitan's Property • a. We encourage the use of Metropolitan's fee rights - of -way by governmental agencies for public street and utility purposes, provided that such use does not interfere with Metropolitan's use of the property, the entire width of the property is accepted into the agency's public street system and fair market value is paid for such use of the right-of-way. b. Please contact the Director of Metropolitan's Right. of Way and Land Division,• telephone (2131 250-6302, concerning easements for landscaping, street, storm drain, sewer, water or. other public facilities -proposed within Metropolitan's fee properties. A map and legal description of the requested• easements• must be submitted. Also, written evidence must be submitted that shows' the city or county will accept the-easement'•for the specific purposes into its public system.. The grant of the easement will be subject to Metropolitan's rights to use its land for water pipelines and related purposes to the same extent as if such grant had not been made. There will be a charge for the. easement. Please note that, if entry is required on the property prior to issuance of the easement, an entry permit must be obtained. There will also be a charge for the entry permit. 5. Landscaping Metropolitan's landscape guidelines for its fee properties and/or easements are as follows: a. A green belt may be allowed within Metropolitan's fee property or easement. • b. A11•landscape plans•shall show the locationand size of Metropolitan's fee property and/or easement and the location and size of Metropolitan's pipeline or other facilities therein. V , i V •.... te a ..... ..... - 4 - c. Absolutely no trees will be allowed within 15 feet of the centerline of Metropolitan's existing or future pipelines and facilities. d. Deep-rooted trees are prohibited within Metropolitan's fee properties and/or easements. Shallow - rooted trees are the only trees allowed. The shallow -rooted trees will not be permitted any closer than 15 feet from the centerline of the pipeline, and such trees shall not be taller than 25 feet with a root spread no greater than 20 feet in diameter at maturity. Shrubs, bushes, vines, and ground cover are permitted, but larger shrubs and bushes should not be planted directly over our pipeline. Turf is acceptable. We require submittal of landscape plans for Metropolitan's prior review and written approval. (See Figure 3). e. The landscape plans must contain provisions for Metropolitan's vehicular access at all times along its' rights -of -way to its pipelines or facilities therein. Gates capable of accepting Metropolitan's locks are required in any fences across its rights -of -way. Also, any walks or.drainage facilities across its'access route must be constructed to AASHTO E-20 loading standards. f. Rights to landscape any of Metropolitan's fee properties must be acquired from its Right of Way and Land Division. Appropriate. entry.permitsImust be obtained prior to any entry on its property. There will be a charge for any entry permit or easements required. 6. Fencing Metropolitan requires that perimeter fencing of its fee properties and facilities be constructed•of universal chain link, 6 feet in height and topped with 3 strands of barbed wire angled upward and outward at a 45 degree angle or an approved equal for a total fence height of 7 feet. Suitable substitute fencing may be considered by Metropolitan. (Please see Figure 5 for details). 7. Utilities in Metropolitan's Fee Properties and/or Easements or Adjacent to Its Pipeline in•Publa.c Streets Metropolitan's policy for the alinement of utilities permitted within its fee properties and/or easements and street rights -of -way is as follows: VI/1J/JJ tY •a/•t 1:LA a. Permanent structures, including catch basins, manholes, power poles, telephone riser boxes, etc., shall not be located within its fee properties and/or easements. b. We request that permanent utility structures within public streets, in which Metropolitan's facilities are constructed under the Metropolitan Water District Act, be placed as far from our pipeline as possible, but not closer than 5 feet from the outside of our pipeline. c. The installation of utilities over or under Metropolitan's pipeline(s) must be in accordance with the requirements shown .on the enclosedprints of Drawings Nos. C-11632 and C-9547.. Whenever possible we .request a minimum of one foot clearance between Metropolitan's pipe and your•facility.. Temporary support of Metropolitan's pipe may also be required at undercrossings of its pipe in -an open trench. The temporary support plans must be reviewed and approved by Metropolitan. d. Lateral utility crossings of Metropolitan's pipelines must be as perpendicular to its pipeline alinement as practical. Prior to any excavation our pipeline shall be located manually and any excavation within two feet of our pipeline must be done by hand. This shall be noted on the appropriate drawings.' e. utilities constructed longitudinally within Metropolitan's. rights -of -way must be located outside the theoretical trench.prism'for uncovering its. pipeline and must be located parallel to and as close toits rights - of -way lines as practical. f. Wheri piping is jacked or. installed in jacked casing or tunnel under Metropolitan's pipe, there must be at least two feet of vertical clearance between the bottom of Metropolitan's pipe and -the top of the jacked pipe, jacked casing or•:tunnel. We also require that detail drawings of the shoring for=the jacking or tunneling pits be submitted for our review and approval. Provisions must be made to grout any voids around the exterior of the jacked pipe, jacked casing or tunnel. If the piping is installed in a jacked casing -or tunnel the annular space between the piping•and the jacked casing or tunnel must be filled with grout. ye 14.:)4 fAA .u1_11,va viaara.� :aa a,at - 6 g. Overhead electrical and telephone line requirements: 1) Conductor clearances are to conform to the California State Public Utilities Commission, General Order 95, for Overhead Electrical Line Construction or at a greater clearance if required by Metropolitan. Under no circumstances shall clearance be less than 35 feet. 2)- A marker must be attached to the power pole showing the ground clearance and line voltage, to help prevent damage to your facilities during maintenance or other work being done in the area. 3) Line clearance over Metropolitan's fee properties and/or easements shall be shown on the drawing to indicate the lowest point of the line under the most adverse conditions including consideration of sag, wind load, temperature change, and support type. We require that overhead lines be located at least 30 feet laterally away from all above -ground structures on the pipelines. 4) When underground electrical conduits,- 120 volts or greater, are installed within Metropolitan's fee property and/or easement, the conduits must - be incased in a • minimum . of three inches of red concrete. Where possible, above ground warning signs must also be placed at. the right-of-way.:lines where the conduits enter and'exit the right-of-wway. h. The construction of sewerlines in Metropolitan's fee properties and/or easements must. conform to the California Department:.of Health Services Criteria for the Separation of Water.1ains and. Sanitary Services and the local City or County Health.Code Ordinance as it relates to installation of sewers in the vicinity of pressure waterlines. The construction of sewerlines :should also conform to these standards in.street rights -of -.way. i. Cross sections shall be provided for all pipeline crossings showing Metropolitan's fee property. and/or easement limits and the location of our pipeline(s). The exact locations of the crossing pipelines and their elevations shall be marked on as -built drawings for our information. j. Potholing of Metropolitan's pipeline is required if the vertical clearance between a utility and Metropolitan's.pipeline is indicated on the plan to be one foot or less. If the.indicated clearance is between one and two feet, potholing is suggested. Metropolitan will provide a representative to assists others .in locating and identifying its pipeline. Two -working days notice is requested. k. Adequate shoring and bracing is required for the full depth of the trench when the excavation encroaches within the zone shown on Figure 4. 1. The location of utilities within Metropolitan's fee property and/or easement shall be plainly marked to help prevent damage during maintenance or other work done in the area. Detectable tape over buried utilities should be placed a minimum of 12 inches above the utility and shall conform to the following requirements: 1) Water pipeline: A two-inch blue warning tape shall be imprinted with: "CAUTION BURIED WATER •PIPELINE". 2) Gas, oil, or chemical pipeline: •A two-inch yellow warning•tape shall be imprinted with:.. `CAUTION BURIED ... PIPELINE" . 3) Sewer or storm drain pipeline: A two-inch green warning tape shall be imprinted with: "CAUTION BURIED �� PIPELINE" • • 4) Electric, street lighting, or traffic signals conduit: A two-inch red warning tape shall be imprinted with: "CAUTION BURIED CONDUIT" 5) Telephone, or television conduit: A two-inch orange warning tape shall be imprinted with: "CAUTION BIIRIED CONDUIT° m. Cathodic Protection requirements: .,1) If there is a cathodic protection station for Metropolitan's pipeline in the area.of the proposed work, it shall be located prior to any grading or excavation. The exact location, description and manner of protection shall be shown on all applicable plans. Please contact Metropolitan's Corrosion Engineering Section, located at Metropolitan's F. E. Weymouth Softening and Filtration Plant, 700 North Moreno Avenue, La Verne, California 91750, telephone (714) 593-7474, for the locations of Metropolitan's cathodic protection stations. 2) If an induced -current cathodic protection system is to be installed on any pipeline crossing Metropolitan's pipeline, please contact Mr. Wayne E. Eisner at (714) •593-7474 or (213) 250-5085. He will review the proposed system and determine if any conflicts will arise • with the existing cathodic protection systems installed by Metropolitan. 3) Within Metropolitan's rights -of -way, pipelines and carrier'pipes (cmg5ngal shall be. coated with an approved protective coating to conform to Metropolitan's•requirements, and shall be maintained in a neat and orderly condition as directed by Metropolitan. The application and monitoring of cathodic protection on the pipeline and casing shall conform to Title 49 of the Code of Federal•' Regulations,•' Part 195. 4) If a steel carrier pipe (casing) is used: (a) Cathodic protection shall be provided by use . of a sacrificial magnesium anode (a sketch showing the cathodic protection details can be provided for the designers information). (b) The steel carrier pipe shall be protected with a coal tar enamel coating inside and out in accordance with AWWA C203 specification. n. All trenches shall be excavated to comply with the CAL/OSHA Construction Safety Orders, Article 6, beginning with Sections 1539 through 1547. Trench backfill:'shall be placed in 8-inch lifts and shall be compacted to 95 percent relative compaction (ASTM D698) across roadways and through protective dikes. Trench backfill elsewhere will be compacted to 90 percent relative compaction (ASTM D698). 9 'o. Control cables connected with the operation of Metropolitan's system are buried within streets, its fee properties and/or•easements. The locations and elevations of these cables shall be shown• on the drawings. The drawings shall note that prior to any excavation in the area, the control cables shall be located and measures shall be taken by the contractor to protect the cables in place. • p. Metropolitan is a member, of Underground.Service Alert (USA). The contractor (excavator) shall contact USA at 1-800-422-4133 •(Southern California) at least 48 hours prior to 'starting any excavation work. The contractor. will be liable for any damage to Metropolitan'•s•facilities as a result of the construction. 8. •Paramount Right Facilities constructed within Metropolitan's fee properties and/or'easements shall be subject to the 'paramount right of Metropolitan to use•its fee properties •and/or easements for the purpose for which they were acquired. If at any time Metropolitan or•its assigns should, in the exercise of their rights, find it necessary to remove any of the facilities from the fee properties and/or easements, such removal and replacement shall be at the expense of the owner of the facility. 9. Modification:of Metropolitan's Facilities •When a ma.nhole••or other of;Metropolitan's facilities must be modified to accommodate_ your construction or recons- truction, Metropolitan will modify the facilities with its forces. This should be noted on the construction plans. 'The estimated cost to perform this modification will be given to you and we will require a deposit for this amount before the work is performed. Once the deposit is received, we will schedule the work. Our forces will.coordinate the work with your contractor. Our final billing will be based on actual cost incurred, and will include.materials, construction, • engineering plan review, inspection, and administrative overhead charges calculated in accordance, with Metropolitan's standard accounting practices. If the cost is less than the deposit, a refund will be made; however, if the cost exceeds the deposit, an invoice will be -forwarded for payment of the additional amount. V I/ 1 iI • J it .l 9• V V 1: ill 10 - 10. Drainage a. Residential or commercial development typically increases and concentrates the peak storm water runoff as well as the total yearly storm runoff from an area, thereby increasing the, requirements for storm drain facilities downstream of the development. Also, throughout the year water from landscape irrigation, car washing, and other outdoor domestic water uses flows into the storm drainage system resulting in weed abatement, insect infestation, obstructed access and other problems. Therefore, it is Metropolitan's usual practice not to approve plans that show discharge of drainage from developments onto its fee properties and/or easements. b. If water must be carried across or discharged onto Metropolitan's fee properties and/or easements, Metropolitan will insist that plans for development provide that itbe carried by closed conduit or lined open channel approved in writing by Metropolitan. Also the drainage facilities must be maintained by others, e.g., city, county, homeowners association, etc. If the development proposes changes to existing.drainage features, then the developer shall make provisions to provide for replacement and these changes must be approved by Metropolitan in writing. 11. Construction Coordination.: During construction, Metropolitan's field representative will make periodic inspections. We -request that a stipulation be added to the plans -or specifications for notification of Mr. = of Metropolitan's Operations Services Branch, telephone 213) 250- • , at least two'working•days prior to any work in the vicinity of our. facilities.' 12. Pipeline.Loading Restrictions a.. Metropolitan's pipelines_ and conduits,vary in structural strength, and. some.. are not adequate for AASHTO H-20 loading. Therefore, specific. loads over, the specific sections of pipe or conduit must be reviewed.and approved by.Metropolitan. However, Metropolitan's pipelines are typically;.adequate;for AASHTO B-20 loading provided that .the cover over the pipeline Is.not less than four feet or the cover is not substantially increased. .If the•temporary cover over the pipeline during construction is between three and four feet, equipment must restricted to that which V I / iV. VV ii • V V ♦ •♦.♦ imposes loads no greater than AASHTO H-10. If the cover is between two and three feet, equipment must be restricted to that of a Caterpillar D-4 tract -type tractor. If the cover is less than two feet, only hand equipment• may be used. Also, if the contractor plans to use any equipment over Metropolitan's pipeline which will impose loads greater than AASHTO H-20, it will be necessary to submit the specifications of such equipment for our review and approval at least one week prior to its use. More restrictive requirements may apply to the loading guideline over the San Diego Pipelines 1 and 2, portions of the Orange County Feeder, and the Colorado River Aqueduct. Please contact us for loading restrictions on all of Metropolitan's pipelines and conduits. • b. The existing cover over the pipeline shall be maintained unless Metropolitan determines that proposed changes•do not pose a hazard to the integrity of the pipeline or an impediment to its maintenance. 13. Blasting a. At least 20 days prior to the start of any drilling for rock • excavation blasting, or any blasting, in the vicinity of Metropolitan's facilities, a two-part preliminary conceptual plan shall be submitted to Metropolitan as follows: . . . b. Part 1 of.the conceptual plan.shall include a complete summary of, proposed. transportation, handling, storage, and use of explosions.* c. Part 2 shall include the proposed general concept for blasting, including controlled blasting techniques and controls of .noise, fly rock, airblast, and ground vibration. 14. CEQA Requirements • a. When Environmental Documents Rave Not Been Prepared . 1) . Regulations implementing the California Environmental Quality Act (CEQA) require that Metropolitan have an opportunity to consult with the agency or consultants preparing any environmental documentation. We are'required to review and consider the environmental effects of the project as shown in the'Negative Declaration or Environmental Impact Report (EIR) prepared for your project before committing Metropolitan to approve your request. - 12 - 2) In order to ensure compliance with the regulations implementing CEQA where Metropolitan is not the Lead Agency, the following minimum procedures to ensure compliance with the Act have been established: a). Metropolitan shall be timely advised of any determination that•a Categorical Exemption applies to the project: The Lead Agency is to advise.Metropolitan that it and other agencies, participating in the project have complied with the requirements of CEQA prior to Metropolitan's participation. b) Metropolitan is to be consulted during the preparation of the Negative Declaration or EIR. 0. c) Metropolitan is to review and submit any necessary comments on the Negative Declaration or draft EIR. d) Metropolitan is to be indemnified for any costs or liability arising out of any violation of any laws or regulations including. but not limited to the California Environmental Quality Act and its implementing regulations. b. When Environmental Documents Have•Been Prepared If environmental documents have been prepared for your project, please furnish•us a copy for our review and files in a timely manner so that•we may -have sufficient'time to review and comment. The following steps must also be accomplished: - •I). The -Lead Agency is to advise Metropolitan that it and other agencies participating in the project have complied with the requirements of CEQA prior to Metropolitan's participation. _. 2) You must agree to indemnify Metropolitan, its officers, engineers, and agents for any costs or liability.arising out of any violation of any laws or regulations including but not limited to' the California Environmental Quality. Act and i'ts implementing regulations. 15. Metropolitan's Plan -Review Cost a. An engineering review of your proposed facilities and developments and the preparation .of a letter response - 13 - giving Metropolitan's comments, requirements and/or approval that will require 8 man-hours or less of effort is typically performed at no cost to the developer, unless a facility must be modified where Metropolitan has superior rights. If an engineering review and letter response requires more than 8 man-hours of effort by Metropolitan to determine if the proposed facility or development is compatible with its facilities, or if modifications to Metropolitan's manhole(s) or other facilities will be required, then all of Metropolitan's costs associated with the project must be paid by the developer, unless the developer has superior rights. b. A deposit of funds will be required from the developer before Metropolitan can begin its detailed engineering plan review that will exceed 8 hours. The amount of the required deposit will be determined after a cursory'xeview of the plans for the proposed development. c. Metropolitan's final billing will be based on actual cost incurred, and will include engineering plan review, inspection, materials, construction, and administrative overhead charges calculated in accordance with Metropolitan's standard accounting practices. If the cost is less than the deposit, a refund will be made; however, if the cost exceeds the -deposit, an invoice will be forwarded for payment of the additional amount. Additional deposits may be required if the cost of Metropolitan's review exceeds the amount of the initial deposit. • 16. Caution We advise you that Metropolitan's plan reviews and responses are based upon information available to 'Metropolitan which was prepared by or on behalf of Metropolitan for general record purposes only. Such. information may not be sufficiently detailed or accurate for your purposes. No warranty of any kind, either express or implied, is attached to the information therein conveyed as to its accuracy, and no inference should be drawn from Metropolitan's failure to comment on any aspect of your project. You are therefore cautioned to make such surveys and other field investigations as you may deem prudent to assure yourself that any plans for your project are correct. - 14 •- 17. Additional Information Should you require additional information, please contact: Civil Engineering Substructures Section Metropolitan Water District of Southern California • P.O. Box 54153• Los Angeles,•California 90054-0153 • (213) 217-6000 JEH/MRW/lk Rev: January 22; 1989 Encl. , DACKNOE OR TRENCHER NEEDED f'OR TRENCHERj. - MINIMUM WIDTH FOR FULLY TIMBERED TRENCH 00w4 Me too teas OAP ►A. 11o.ss•s11s► LAYING CRANE -ALSO DUMP TRUCK PARKING TN£ METROPOLITAN WATER' DISTRICT ar aoo►r/t+n CIIMC.4fruf REQUIRED CONSTRUCTION WIDTHS FIGURE I DIMS. .15 1. 1{ seal • De'OM Moe/ NO PERMANENT STRUCTURES PERMITTED M.ff'D. PERMANENT RIGHT OF WAY NO ROOF OVERHANG PERM/TTED -.+-t FOOTING MUST NOT , ENCROACH INTO RIGHT OF WAY FINISHED SURFACE BUILDING ADJACENT TO RIGh'T OF WAY 1i_h..Jj 1 AZOV/RED I DEPTH OF 1 FOOTING 45° 1 TY.P/CAL 1 • E AMC'. PIPELINE NOTE: N D PIPELINE WIDTHOF PER ANENT RIGHT OF WAY VARIES. METRSPOLITAN wary 11STR(CT R£OUIREMFNTS FOR BUILDINGS AND FOOTINGS ADJACENT TO M.W.D. R/GHT OF WAY 1240 FIGURE 2 all 11111 111111 MN INN 11111 111111 NM NMI MIMI MINI INS MN NE 3 MAD. PERMANENT RIGHT OF WAY NO DEEP t• NO TREES NO DEEP ROOTED TREES' ONLY APPROVED SHALLOW ROOTING . SHRUBS OR GRASSES l5' ROOTED TREES FINISHED SURFACE E MWD PIPE THE M TflOPOLJTAM WATER IJ1.irRlcT D1 JOUFXIRN mg-xi LANDSCAPE GUIDELINES FOR M. W D. RIGHT OF WAY nY NA ymorn %fn.•co DJI�N?fRtt61141Mo[O.._ motto, ••• ••••• ••• ••_• ctRcw,o.... Arr,Dvro 1 FIGUR€ 3 r it r r r r re — r r r r r r am um r it r s PROPERTY LINE r `ADEQUATE SHORING AND BRACING / REQUIRED FOR THE FULL DERTN OF THE TRENCH WHEN THE EXCAVATION ENCROACHES WITHIN THIS ZONE-� E STREET r. 1• . • ThE METHOPOLJrAN WATER n,3r lcT d dam, GittIro SHORING AND BRACING REQUIREMENTS 7lflaAAPTIPOSTO FIGURE 4 IDNV NO IP ► 10ee H•►► r O. MO. U.dget MIN NMI NEI 111111 M EN N SPECIFICATIONS NO. SHEEP- NO. !CAC! 1O0•me,.nvrr rnarRRr MmsrA.v»I tI9 V INse• dose Iowa Afteroer. i yweier •~il lhN/ / r la e� kotdy eYr»ty: xtir a4 • 0 trr,.qe9yll eswnMgnn S r•►4 ,penEd AX END. CORNE74. AND POLL POST 6RACFN6 (Nee /. ,ee4) l.lsr.aedAorb.d•...1 /vay 1,#d .Fh o.hewred borbolforro 'p../,.r1 h, rp.I..Y eke tali oow, .r"•v I•01/0M4wr rent.U. toe*" • E./COITION Ar SNALLCW DRAB* GRRSSbVGs ore oP(4'Ave, L.rtg1A oil/reified w, phone eArr MAar • . i��fii• • ••'g1r'i i ib•� my, rer o+A Id Op.per0r 7►OY rearm red tobIn, cA*••V? read po AiM/m- Mrho9 IrerWeer MOO . R Rrkar., hl..reser Ma.!Ron AD or port DOUBLE SN7NU GATE 0£rA0. (AV/roar.4J Mare MS{ lora4d. wtr...•' .,lire/at oN9.arron er V rawer, War P4111 porr.r,(d' arm.. 0 eralitage OW Mir SrtrlON . (Ay/Aoma+1 C- 1v4rrirse•r GAPS 1 r- I ILvlFor -...frINS/O.V ARM, —MACG..A.n !( AY JY1fF(dar varrks !err *Ira "mosey -�• — c.+rrnfl lbWm, L Ymh —r eArr Par (1u real, MrrtyJ NOW Ara .2Aeroe o ST.rr$ iatarA J. aal, d rem ferbea4re /t•or Ire post Cb.•cmir f4'atny DE74fL OF curour FOR CHAIN AND LOCK (AN/Foxe*) wrid ,eA n...+4c.14 ersercoz, CAP -0,.•• 4vnur. Ca mrh Reeep /r anti ohl TYPICAL FENCE ON SLOPE (Abe ro ,t.L) • hwra A..JAcdA' $loons• Ote tr. d4 mh SATE POST !MCI Offs. I.MArreog ewe PRAY! 44 H mub lryp. 31.'r hs.- As. &nob op:woe/r'o, veil, poser. eAre PKAAE1 r &ire our r SPECIAL smelt -rim OAR 7bMy 4vmh cv7rn/r110, 4,- .1w.t, a d+o t 6'!4C. RP.rNC4o' . (:nglA ea spaced oepforo A Wet Ay o isTill wr • taw ie Met.r.cti r leer anti db, to.1.0.f•,r T- Mo..1l6w+or , OR . pert c..xwh Morbv SAVOL E SWING GATE DETAK (Mat lo,..:s+ lrNefelb A•07lS svoqo war foss A At' a rr.v. pare. o•I frsot •w4 .7.e be p*M,ir•el .AL# M1lrir.l err ! Adj,vl.A4 Nf9+r9.ry raw, be ...ore - itself x op•rl vhnQ Ae•v.p mt...ore- itselfiossre 6'l,l.•p !,/M,AR ono. Air tart.'.v..1N/ b, 4/44 e s64 rro, or wroopAf bA9 one rao.0 ervebod h IA. fop .f M. post wJ/A o . Arch rsurd A,.dr1Y.i' 114 ..I.R.ty, ones, .y4. e a .y /Mrs prior h.e ofe erne/a r...,M1M .Vh Y 4S I AV pet bow. obafb Prow dye, m...M, tro. r i001inotar n4P wrier IMS,170 deer • ,w.lg rd- er7pre.sd f *9/T am? d r4i,. !Some.. top hrpar/ with h ier• roved Aged re., (Are RUT IS 'hook+,-, inN A•.I4 Jrew i.ir//ere *WO .•M•Jofnent PP'? rove./ •rv✓rysiie a/Y.r lbHi}r/.bn A.s.reA..4 fl/p1e dr:nMerbn FENCE POSSA/A/ LY7E KILL h76 CONCRETE (NON CRE CORR/...../,/C(/l�a Ow rrp. s�Th ,,.,, alitAst1 IX t11, oo (A.c4..yf#. tgrl phme ,,. , ore Fnof M++r<,tPR pa Sri ro, a Ninor v. Aa. 0 .*00 wa,/l .10r 1.c ,',� VTth0•i,7mt �r+f rJ'••rAI, d.•clr. ,*'. pe pehJ* 7 4Q�•sr ! r1/II 1/ *974 50 4 9. r toter M r Wu .• rN9M) qebr Neer, Nei tr&-er ku 99 ,ZO4*A044,1 p4•4 v L1/1 171 1.6. pals fir ri.pl, rrr' g gets sae 0/F.1 MRe/ ores 13 ewe i. *AAA a.v .F..Ih #o*g ref.. roar .V IVA PO est, Mr :4 Ayr Tr mrYA - /IG aaro a,1 dd. pall ib- ,croft, H'.A9 gets art Al fir net ono- M 64f lnpidfA and ub. lit 'waist yet. ow - Al .M ter eVI avr Se Are i,.idrA PO. f Sal IIlr e+M. pose Rae "VA r a ram, ow At 40 in overt veld owl, Jig OW kr . s err II •,I1 taro t...I oe,h Rr rn+,•n aAA ib+rie 11.oil, PeAyr r AA'�t R•J,C• !laps [ •r 111 165 ;F9•- .Rr tOs past, ,br Mom bar ' rbora . ,r AM., 7r7M ALI nr ANr l Res 1R' _ Ace _An.. !M a Nrew. AAMO 7 It _PrAI . . An I • �n�P. IHI mrriorOl1►AN WAIRR OI9I1IC9 ti In W Ulr.•rrr OI)IR1lrrNr Intro • CHAIN LINK FENCE DETAILS ooaw Neal ern IMP OW pC err, uar.po -• .•-_ eorr.•w 1 I Ies Ammo ra FIGURE 5 Y O 7 1 3° x 6"prema/ded expansion Joint • . -1 filler Apertures os. directed • by the Engineer,totol volume not ro exceed z the volume of the supporting wall •,_ Concrete support wolf to be placed against undis- turbed ground SECTION "A -A" / Supporting wall shell have. o firm bearing on the subgrode and against the side of the excavation. 2. Premolded expansion joint filler per ASTM D-1751 73 to be used in support for steel pipe only. 3. /f trench width is 4 feet or greater, measured along centerline of M.W.D. pipe, concrete support must be constructed. ::" r l{ridth •is;less Mon, 4 feet, clean sand bock- ao acte =t '90% densny in • dccorddnce with 1be^provisions 'of •ASTMl Stcno'arn'O /557:;70:moy sed-tn- //etn of :Me • concrete w,ov_o�1 wall.' ,,.n OKTC.•C....OgT toss 00 CROSS SECTION SECTION _ "B-B" KETROPT2LITAN WATER DISTRIC7" TYP/CAL SUPPORT FOR M.WD. PIPEL/NE � �J[CXT. -jC-9547 Ht r•U'OY MO reel r re au Wyet Trench width ,c 3"Preformed expansion joint filler NOTES /• This method to be •used where the utility line is 24'or preo/er in diameter and the cleoronce between the utility /ine and M.K.D. pipe is I2" or less. non —^� 2. Special protection may be required I 4 I if the utility line diome/er is I 1 greater than M.W D. pipe or if the cover over the utility line fa the street surface is minima/ and there is /e or less clearance between pipe ono' the utility line. 3. Preformed expansion joint filler to comply with A.5DM designation D-175/-73• 4. M. W D. requests 12 ~ minimum clearance whenever possible. SECTION Sond Dockfill Excavation limits MEgic .0 O.75D Preformed expansion joint filler CROSS SECT/ON 77fr MC7140/72trr w WA Di. 77 7 a•ay..ai ca+.000..• TYP/CAL EXPANSION ✓O/NT FILLER PROTECTION FOR OVERCROSS/NG OF M.W.D. PIPELINE C-//632 .,.R ipairrafte".iporrpad * 1' Nis SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 PREPARED FOR CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 (909) 350-7610 PREPARED BY L.D. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100B ONTARIO, CALIFORNIA 91764 PHONE: (909) 937-0200 FAX: (909) 937-0202 AUGUST, 1999 These plans and specifications are the exclusive property of the OWNER and shall not be used in any manner without prior consent of the OWNER. Any reuse of these contract documents by OTHERS shall be at the other's sole risk and without liability to OWNER. SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 Prepared Under the Supervision of: DOUGLAS H. MAYS, P.E. R.C.E. 21062, Expires 09-30-01 L.D. KING, INC. Signature -//A/” Date Approved: CITY ENGINEER DATE: ROBERT W. WEDDLE, P.E. Owner: SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 Phone: (909) 350-7610 Construction Mr. Gregory J. Bucknell, P.E. Manager: CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 Phone: (909) 350-6646 Civil L.D. KING, INC. Engineer: 2151 Convention Center Way Suite 100B Ontario, California 91764 Phone: (909) 937-0200 Attention: Mr. Michael P. Thornton, P.E., P.L.S.. Geotechnical LOR GEOTECHNICAL GROUP, INC. Engineer: 6121 Quail Valley Court Riverside, California 92507 Phone: (909) 653-1760 Attention: Mr. John Leuer, G.E. TABLE OF CONTENTS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 NOTICE INVITING SEALED BIDS NB-1 - NB-2 INSTRUCTIONS TO BIDDER IB-1 - IB-5 PROPOSAL DOCUMENTS P-1 - P-17 Proposal P-1 Bidder's Information P-3 Contractor's Licensing Statement P-4 List of Subcontractors P-5 References P-6 Designator of Sureties P-7 Bid Bond P-8 All Purpose Acknowledgement P-10 Non -Collusion Affidavit P-11 Certification of Non -Discrimination by Contractors p-12 Proposal Bid Sheet P-13 Proposal P-16 Addendum No. Acknowledgment P-17 CONTRACT DOCUMENTS CA-1 - CA-20 Agreement CA-1 Contract Performance Bond CA-4 Payment Bond CA-8 General Liability Endorsement CA-12 Automobile Liability Endorsement CA-15 Worker's Compensation/Employer's Liability CA-18 GENERAL CONDITIONS GC-1 - GC-10 Scope of Work GC-1 Location of Work GC-1 Notice to Proceed GC-1 Time of Completion GC-2 Liquidated Damages GC-2 Traffic Requirements GC-2 Hazardous Materials GC-2 Utility Requirements GC-3 Utilities Service Charges GC-6 Flow and Acceptance of Water GC-6 TABLE OF CONTENTS (continued) Removal of Water GC-6 Furnishing and Applying Water GC-7 Cleanup and Dust Control GC-7 Trench Safety and Sheeting, Shoring, and Bracing Excavation GC-7 Standard Specifications GC-8 Wage Rates and Labor Code Requirements GC-9 Apprentices GC-10 Clayton Act and Cartwright Act GC-10 SPECIAL PROVISIONS SP-1 - SP-31 PART 1 - GENERAL PROVISIONS SP-1 Section 1 Terms, Defmitions, Abbreviations and Symbols SP-1 1-2 Definitions SP-1 Section 2 Scope and Control of the Work SP-2 2-1 Award and Execution of Contract SP-2 2-4 Contract Bonds SP-2 2-5 Plans and Specifications SP-2 2-8 Right of Way SP-3 2-9 Surveying SP-3 Section 3 Changes in Work SP-3 3-2 Changes Initiated by the Agency SP-3 3-3 Extra Work SP-3 Section 4 Control of Materials SP-4 4-1 Materials and Workmanship SP-4 Section 5 Utilities SP-4 5-1 Location SP-4 Section 6 Prosecution, Progress and Acceptance of the Work SP-4 6-1 Construction Schedule and Commencement of Work SP-4 6-4 Default by Contractor SP-5 6-7 Time of Completion SP-5 6-8 Completion and Acceptance SP-6 6-9 Liquidated Damages SP-6 TABLE OF CONTENTS (continued) Section 7 Responsibilities of the Contractor SP-6 7-1 Contractor's Equipment and Facilities SP-6 7-2 Labor SP-6 7-3 Liability Insurance SP-6 7-5 Permits SP-8 7-8 Project Site Maintenance SP-8 7-9 Protection and Restoration of Existing Improvements SP-9 7-10 Public Convenience and Safety SP-9 7-15 Certified Payroll Records SP-12 Section 9 Measurement and Payment SP-12 9-3 Payment SP-12 PART 2 CONSTRUCTION MATERIALS SP-13 Section 201 Concrete, Mortar, and Related Materials SP-13 201-1 Portland Cement Concrete SP-13 201-2 Reinforcement for Concrete SP-16 201-3 Expansion Joint Filler and Joint Sealants SP-16 201-4 Concrete Curing Materials SP-16 201-5 Cement Mortar SP-17 Section 211 Soils and Aggregate Tests SP-13 211-2 Field Density SP-13 PART 3 CONSTRUCTION METHODS SP-17 Section 300 Earthwork SP-17 300-1 Clearing and Grubbing SP-17 300-2 Unclassified Excavation SP-19 300-3 Structure Excavation & Backfill SP-20 Section 301 Treated Soils, Subgrade Preparation and Placement of Base Materials SP-20 301-1 Subgrade Preparation SP-20 301-6 Soil Sterilant SP-21 Section 302 Roadway Surfacing SP-22 302-5 Asphalt Concrete Pavement SP-22 TABLE OF CONTENTS (continued) Section 303 Concrete and Masonry Construction SP-23 303-1 Concrete Structures SP-23 303-2 Air Placed Concrete SP-26 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Driveways and Alley Intersections SP-26 303-7 Rock Slope Protection (Rip Rap) SP-26 Section 306 Underground Conduit Construction SP-27 306-1 Open Trench Operations SP-27 306-5 Abandonment of Conduits and Structures SP-28 Section E Traffic Signing, Striping, Markings, and Markers SP-28 APPLICABLE STANDARD PLANS APPENDIX I SOILS DATA (For Reference Only) APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III GENERAL PERMIT CONDITIONS AND TRENCH SPECIFICATIONS SAN BERNARDINO COUNTY TRANSPORTATION DEPARTMENT APPENDIX IV GUIDELINES FOR DEVELOPMENTS IN THE AREA OF FACILITIES, FEE PROPERTIES AND/OR EASEMENTS OF THE METROPOLITAN WATER DISTRICT OF SOUTHERN CALIFORNIA APPENDIX V PLANS SEPARATE DOCUMENTS • SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 DRAWING NO. 2767, SHEET NO. 1 THROUGH 8 NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF FONTANA, as CITY, invites sealed bids for the above stated project and will receive such bids in the offices of the City Clerk up to the hour of 2:00 p.m. on the 16th day of September, 1999, at which time they will be publicly opened and read aloud. The work of improvement consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications and Contract Documents for the above stated project. The general items of work to be done hereunder consist of construction of a sewer and appurtenances complete and in place including pavement removal, earthwork sewer, manholes and all related work required for a complete gravity sewer system. Copies of Plans, Specifications, and Contract Documents are available from the City of Fontana (CITY), at 8353 Sierra Avenue, Fontana, California 92335, (909) 350-7610, upon payment of a Thirty-five Dollars ($35.00) non-refundable fee ($45.00 if mailed). Any questions pertaining to this project should be directed to Gregory J. Bucknell, P.E. at (909) 350-6646. Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond available to the CITY in the amount of at least ten -percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. A payment bond and a performance bond, each in an amount equal to 100 % of the total contract amount, shall be required concurrently with the execution of the contract and shall be in the form set forth in the contract documents. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Labor Code Section 1735 requires that no discrimination 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 Government Code Section 12940. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required. The CITY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. NB-1 The contract documents call for monthly progress payments based upon the engineer's estimate of the percentage of work completed. The CITY will retain 10 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the CITY will pay the amounts so retained upon compliance with the requirements of Public Contract Code Section 22300 and the provisions of the contract documents pertaining to Substitution of Securities. Bids must be prepared on the City provided proposal forms and completely filled out in conformance with the Instructions to Bidders and all proposal forms must be submitted in a sealed envelope plainly marked on the outside "SEALED BID FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE - DO NOT OPEN WITH REGULAR MAIL". The CITY reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of ninety five (95) days. At the time of contract award, the prime contractor shall possess a Class "A" contractor's license and/or any combination of Class "C" specialty contractors license(s) sufficient to perform the work. BY ORDER OF CITY OF FONTANA Dated this 20th day of July, 1999. CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 (909) 350-7610 NB-2 1 1 INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 111 PROPOSAL FORMS Bids shall be submitted in writing on the Proposal Forms provided by the CITY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these requirements. 111 PROPOSAL GUARANTEE BID BOND) Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond payable to the CITY in the amount of at least ten percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the CITY. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. All required bonds rand insurance shall be issued by companies which are admitted surety insurers in the State of California and which have a rating of B plus 5 or better in the current edition of Best's key rating ' guide. The lowest responsible bidder must execute the contract documents and provide the insurance certificates and bonds no more than ten (10) days after the Notice of Award. Acceptable bond forms and insurance policy endorsements are enclosed. NON -COLLUSION AFFIDAVIT Bidder shall declare that the only persons or parties interested in the proposal as principals are those named therein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that the proposal is in all respects fair and without collusion or fraud. The Non -Collusion Affidavit shall be executed and submitted with the proposal. NON-DISCRIMINATION AFFIDAVIT ' Labor Codes Section 1735 requires that no discrimination be made in the employment of persons upon public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in ' Government Code Section 12940. Bidder shall declare that it does not discriminate in its employment with regard to such factors. The Non -Discrimination Affidavit (on enclosed form) shall be executed and submitted with the proposal. PROPOSAL BID SHEET Bidders shall give unit prices for each and all of the items set forth. No aggregate bids shall be considered. The bidder shall set forth for each item of work, in clearly legible figures, a unit item price and a total for the item in the respective spaces provided for this purpose. The quantities listed in the Bid Sheets are supplied to give an indication of the general scope of work, but the accuracy of figures is not guaranteed and the bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the Bid. REJECTION OF BIDS The CITY reserves the right to reject any or all bids or waive any informality in any one or all bids received. EQUIPMENT RENTAL AND LABOR RATES Bidder shall submit a schedule of equipment rental and labor rates which may be applicable to any extra work which is performed. DELIVERY OF PROPOSAL Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids." Late proposals will not be considered. Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE - DO NOT OPEN WITH REGULAR MAIL." WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids". The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. IB-2 DISQUALIFICATION OF BIDDERS In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. At the time of contract award, the prime contractor shall possess a Class "A" contractor's license or a combination of Class "C" licenses as required to perform the work. No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code. INTERPRETATION OF PLANS AND DOCUMENTS If any bidder contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, or finds discrepancies in,or omissions from, the drawings or specifications, bidder may submit to Gregory J. Bucknell, P.E., (909) 350-6646 of said CITY a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving a set of such documents. Interpretations or corrections received within 5 days prior to bid opening will not be answered. The ENGINEER will not be responsible for. any other explanation or interpretations of the proposed documents. ADDENDA OR BULLETINS All bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each bidder shall be fully responsible for informing himself as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid, and said addenda shall be made a part of the contract documents and shall be returned with them. Failure to cover in his bid any such addenda issued may render his bid irregular and may result in its rejection by the CITY. LEGAL RESPONSIBILITIES All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same are expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and Contract Documents, and to full compliance therewith. AWARD OF CONTRACT Following a review of the bids, the CITY shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as IB-3 determined solely, by the CITY. At the time of contract award, the successful Bidder shall hold a Class "A" Contractors License or a combination of Class "C" license (s), as required to perform the work, issued by the State of California. Additionally, the CITY reserves the right to reject any or all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the "Notice Inviting Sealed Bids", all as may be required to provide for the best interests of the CITY. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. No bidder may withdraw his proposal for a period of ninety-five (95) days after the time set for opening thereof. However, the CITY will return all proposal guarantees within ten (10) days after the award of the contract or rejection of the bids, as the case may be, to the respective bidders whose proposals they accompany. LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the CITY has obtained the general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are on file with the CITY, and copies will be made available to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. The Contractor and all subcontractors shall comply with the provisions of Section 1774 of the Labor Code and other statutes relating to prevailing wages, benefits, overtime and so forth. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. Pursuant to the provisions of Section 1770 of the Labor Code, the general prevailing rate of wages has been ascertained (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. The CITY will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid, and will not under any circumstances be considered as the basis of a claim against the CITY on the contract. , The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age (of such employee), except as provided in Section 3077. IB-4 WORKER'S COMPENSATION CERTIFICATE Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self -insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate which is included with the Contract Agreement, and submit same to CITY along with the other required contract documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work. CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgment by the parties. SUBSTITUTION OF SECURITIES In conformance with the State of California Public Contract Code, Section 22300, the contractor may substitute securities for any monies withheld by the CITY to ensure performance under the contract. At the request and expense of the contractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by CITY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY'S Attorney. SUBLETTING AND SUBCONTRACTING Pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Government Code), bidders are required to list in their proposal the name and location of place of business of each subcontractor who will perform work or labor or render services in or about the construction of the work or improvement or a subcontractor who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of 1% of this prime contractor's total bid. Failure to list a subcontractor for a portion of the work means that the prime contractor will do that portion of the work. It is the CITY's intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work. The list of subcontractors (on enclosed form) shall be executed and submitted with the proposal. IB-5 BIDDER'S NAME Bonadiman-McCain, Inc. PROPOSAL' FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 TO CITY OF FONTANA, as CITY: In accordance with CITY'S "Notice Inviting Sealed Bids", the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and Contract Documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the Bid Bond accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER certifies that it has visited the construction site and familiarized itself with local conditions under which the work is to be performed. Furthermore, BIDDER certifies that it will be responsible for incorporating into it's bid whatever contingencies which are discernible by a reasonable investigation. BIDDER agrees and acknowledges that it is aware of the provisions of Section 3700 of the Labor Code which requiresevery employer to be insured against liability for workman's compensation or to undertake self-insurance in accordance with the provisions of that code, and that the BIDDER will comply with such provisions of that code before commencing the performance of this Contract if awarded to it. BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. P-1 BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that he possesses a Class "A" or a combination .of Class "C" licenses as required to perform the work. BIDDER declares that his license number is 74600 and that the license expiration date is August 31, 2000 DATED: September 16, ,1999 BIDDER: Bonadiman-McCain, Inc. BIDDER'S ADDRESS: P 0 Box 6444 San Bernardino, CA 92412 PHONE: (909) 885-3435 FAXNO: (909) 889-3706 BYE TITLE: onaai Vice President P-2 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: Bonadiman-McCain, Inc. Business Address: P O Box 6444 San Bernardino, CA 92412 Telephone: (909) 885-3435 Fax: (909) 889-3706 State Contractor's License No. and Class: 74600 A, B, C 2 7 Original Date Issued: 10 / 16 / 4 2 Expiration Date: 8 / 31 / 0 0 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: William W. Bonadiman, President, Jeff C. Bonadiman, Vice President Penney Paulson, Secretary, Marie L. Bonadiman, Treasurer (Address and Phone Numbers use same as Corportion.) The dates of any voluntary or involuntary bankruptcy judgments against anyprincipal having an interest in this proposal are as follows: None All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: None P-3 CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance with the laws of the State of California providing for the registration of Contractors. Contractor's License Number: 7 4 6 0 0 License Classification: A, B, C 2 7 Expiration Date: 8 / 31 / 0 0 Name of Individual Contractor (Print or type): Signature of Owner: Business Address: Name of Firm: Business Address: Name: or Address: Name Address: Title: Title: or Name of Corporation: Bonadiman-McCain, Inc. Business Address: P 0 Box 6444, San Bernardino, CA 92412 Corporation organized under the laws of the State of California Sigture of President of Corp. William W. Bonadiman Penney Paul nature of Secretary of Corp. on September 16, 1999 Date P-4 1 1 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under Which Subcontractor is ' Licensed License No. Address of Office, or Shop Percent of Total Contract Specific Description of Subcontractor Ofarav„Co. S�-ri 0 n5 1 S __Mill l'n4am( CA 290+1- 6 i Pi - ) 1 \ Cone,. em-. 'b t 10 Ri uerside CAt , 7o--I- L• t•Act nolvs _os� . ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5%) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 REFERENCES The following are the names, addresses, phone numbers and contact person for three public agencies for which BIDDER has performed similar work within the past two years: ' NAME/TITLE: City of Highland, Tom Crowley, Engineer ADDRESS: 26985 Base Line Street / Highland, CA 92346 PHONE: (909) 864-6861 FAX• (909) 862-3180 1 NAME/TITLE: Riverside County Flood Control, Clyde Johnson, Inspector 1 ADDRESS: 1995 Market Street Riverside, CA 92501 PHONE: (909) 955-1288 FAX: (909) 788-9965 ,' NAME/TITLE: City of San Bernardino, Bob Butler, Inspector ADDRESS: 300 N. "D" Street IISan Bernardino, CA 92418 PHONE: (909) 384-5111 FAX: (909) 384-5155 DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: NAME/TITLE: Dodge, =Warren & Peters ,(Tony Ruiz) ADDRESS: 430 N. Vineyard Ave., Suite 330 Ontario, CA 91764 PHONE: (909) 937-2040 FAX: (909) 937-2045 NAME/TITLE: Davis & Graeber Ins. Serv. (Gordon Hill) ADDRESS: 470 E. Highland Ave. Redlands, CA 92373 PHONE: (909) 793-2373 FAX (909) 798-6983 NAME/TITLE: Ulico Casualty Company ADDRESS: 14726 Ramona Ave. Chino, CA 91710 PHONE: (909) 393-4712 FAX: (909) 393-5140 BID BOND FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SE-•04-00 KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, BONADIMAN-MCCAIN, INC, (hereafter called 'Principal"), and ULICO CASUALTY COMPANY , (hereafter called "Surety"), are held and firmly bound unto the CITY OF FONTANA (hereafter called "OWNER"), in the sum of TEN PERCENT OF THE TOTAL AMOUNT * dollars (S 10% ), for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves and our successors and assigns. SIGNED this 14th day of September ,1999 The condition of the above obligation is such that whereas the Principal has submitted to the OWNER a certain Bid, attached hereto and hereby made a part hereof; to enter into a contract in writing for the construction of the Stover Avenue (Hemlock Avenue to Poplar Avenge). NOW THEREFORE, a. If said Bid is rejected, or b. If said Bid is accepted and Principal executes and delivers a contract in the attached Agreement form within then (10) days after acceptance (properly completed in accordance with said Bid), and firmishes insurance certificates aridendorsements, bonds for faithful performance of said Contract and for the payment of all persons performing labor or furnishing materials in connection therewith, and all other required documents, then this obligation shall be void; otherwise, the same shall remain in force and effect, it being expressly understood and agreed that the liability of Surety for any and all claims hereunder shall, in no event, exceed the amount of this obligation as herein stated. For value received, Surety hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any bidding errors or extension of the time within which the OWNER may accept such Bid, and said Surety hereby waives notice of any such extension. * BID r•8 (Page 1 of 3) IN WITNESS WHEREOF, Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, on the day and year first set forth above. ATTES•(if corpo By: Penney ulson Title: Secretary Corporate Seal) ATTEST: By: Title: Title: ATTORNEY -IN -FACT PRINCIPAL: BONADIMAN-MCCAIN, INC. By: Je f"f C Wonadiman Title: Vice President (Corporate Seal) SURETY: ULICO CASUALTY COMPANY By: -`-L, c— I k-FIA-71j KENZIE THOMPSON IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and address of Surety) ULICO CASUALTY COMPANY 14726 RAMONA AVE. CHINO, CA 91710 (Name and address of agent or representative for service of process in California, if different from above) (Telephone number and FAX number of Surety and agent or representative for service of process in California) (909)393-4712 /FAX (909)393-5140 (Page 2 of 3) ALL-PURPOSE ACKNOWLEDGEMENT STATE OF ) ) ss. COUNTY OF ) On this , before me, DATE . NAME, TITLE 0 OFFICER personally appeared [ ] personally known to me -0 person(s) whose name(s) is/ he/she/they executed the s signature(s) on the . executed the instrument. AME (S) OF SIGNER (S) - [ ] or proven to me on the b • is of satisfactory evidence to be the subscribed to the within ins • ent and acknowledged to me than e in his/her/their authorized : pacity(ies), and that by his/her/their ent the person(s), or the entity up in behalf of which the person(s), acted, Witness my hand an 9 official seal. SIG ATURE OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. P-10. (Page 3 of 3) TOTAL P.04 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of Califomia County of San Bernardino On September 14, 1999 before me Kathleen Ryan, Notary Public Personally appeared Kenzie Thompson [X] personally known to me - to be the person whose name is subscribed to the within Iinstrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature A A A A A f. A A r A A w A f. I� "" KATHLEEN RYAN . on the instrument the person, or the entity upon behalf of I� 'r� COM U L1191315 which. the person acted, executed the instrument. ce `,4;,,ir t+�,=� NOTARY PUBLIC CALIFORNIA o �` SAN BERNARDINO COUNTY y '^ �� "' My Comm. Exp. Jul. 26, 2002 tA — — — - - _ WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT I[ ] INDIVIDUAL [ ] CORPORATE OFFICER: Title(s) I [ ] PARTNERS [ ] LIMITED [ ] GENERAL [X] ATTORNEY -IN -FACT [ ] TRUSTEE(S) [ ] GUARDIAN/CONSERVATOR [ ] OTHER: SIGNER IS REPRESENTING: Bid Bond Title or Type of Document 3 Number of Pages September 14, 1999 Date of Document Ulico Casualty Company Bonadiman-McCain, Inc. Signer(s) other than Named Above ULICO CASUALTY COMPANY 551 111 Massachusetts Avenue, N.W. Washington, DC 20001 1/11111111113 POWER OF ATTORNEY Know All Men By These Presents: That Ulico Casualty Company, A Delaware Corporation, having its principal office in Washington, DC, pursuant to the following resolution, adopted by the Board of Directors of the Corporation effective on the 28th day of January, 1993: RESOLVED: "That the Chairman and Chief Executive Officer be, and hereby is, authorized to execute Powers -of -Attorney, qualifying the attorney named in the Powers -of -Attorney to execute on behalf of the Corporation contract bonds and other related surety bonds, and to attach thereto the corporate seal of the Corporation, in the transaction of its surety business." RESOLVED: "That the signatures and attestations of such officers and the seal of the Corporation may be affixed to any such Power-of-Attomey or to any certificate relating thereto by facsimile, and any such Power -of -Attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any contract bond or other related surety bond to which it is attached." This Power of Attomey is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSTITUTE AND APPOINT: Peter Davis, Martin Davis, Kenzie Thompson and Gordon Hill, of Davis & Graeber Insurance Services, Inc., of Redlands, in the State of California, its true and lawful Attomey(s)-in-Fact with full) power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, without power of redelegation, as follows: Contract bonds and other (elated surety bonds: IN AN AMOUNT NOT TO EXCEED THREE MILLION ($3,000,000.00) DOLLARS; to bind Ulico Casualty Company thereby as fully and to the same extent as if such bond was signed by the duly authorized officers of Ulico Casualty Company, and all the acts of said Attomey(s)-in-Fact pursuant to the authority herein given are hereby ratified and confirmed. In Witness Whereof, Ulico Casualty Company of Dover, Delaware, has caused this Power of Attorney to be signed by its Chairman and Chief Executive Officer and its Corporate seal to be affixed this 1st day of July, 1998. This Power of Attorney is void unless the seal is readable, the text is in black ink, the signatures are in black ink, this notice is in red ink, and if attached to a document executed subsequent to March 31, 2001. Ulico Casualty District of Columbia ss: Executive Officer On this 1st day of July, 1998, before the subscriber, a Notary Public of the District of Co • mbia, duly commissioned and qualified, came Robert A. Georgine of Ulico Casualty Company to me personally known to be the individual and officer described erein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the Company, and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation, and that the resolution of the Company, referred to in the preceding instrument, is now in force. In Testimony Whereof, I have hereunto set my hand, and affixed my official seal at Washington, DC the day and year above written. • My ' mmission Expires March 31, 2001 CERTIFICATION I, Joseph A. Carabillo, Assistant Secretary of Ulico Casualty Company of Dover, Delaware, do hereby certify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Powers of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of the corpor tion this 14 th n day of September ,199 9 . Jos i A. Ca. abillo, Assistant Secretary i UCB-102-POA1 (06/98) NON -COLLUSION STATE OF CALIFORNIA ) ) ss. COUNTY OF SAN BERNARDINO ) AFFIDAVIT Jeff C. Bonadiman , being first duly sworn, (Name of Affiant) says that he/she is Vice President (Title) Bonadiman-McCain, Inc. (Name of Bidder) the party making the foregoingbid; 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 of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository; or to any member or agent thereof to effectuate a collusive or sham bid. (Signature) Jeff C. Bonadiman (Typed Name) Vice President (Title) NOTARY PUBLIC IN AND FOR THE STATE OF • CALIFORNIA SUBSCRIBED BEFORE ME on this 16th day of September , 19 9 9 My Commission Expires: May 20, 2002 ,t�^IIpPotsWINPAAVMMAAMOMMOIP PENNEY PAULSON iE e. ,r> a ;l COMM. #1185361 Z * . ' 1 NOTARY PUBLIC — CALIFORNIA 3 .� - SAN BERNARDINO COUNTY ; My Commission Expires May 30, 2002 otaryPublic Penney Paulson Notary Public P-11 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 requires that no discrimination 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 Government Code Section 12940. The firm listed below certifies that it does not discriminate in its employment with regard to .the factors set forth in Labor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. F1RM: Bonadiman-McCain, Inc. TITLE OF PERSON SIGNING: Vice Presiders SIGNATURE: X na•iman DATE: September 16, 1999 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. Bonadiman-McCain, Inc. has a company Affirmative Action Policy. P-12 PROPOSAL BID SHEET FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 Item No. Description Estimate Unit Quantity Amount Unit Total Price Amount 1 Clearing and Grubbing 2. Traffic Control, Signing and Striping 3. Potholing 4. 12" Extra Strength Vitrified Clay Pipe Sewer 5. 8" Extra Strength Vitrified Clay Pipe Sewer 6. 8" Class 250 Ductile Iron Pipe Sewer N/A LS N/A Ic1,330— N/A LS N/A 30 / 3")0 35 EA `ISO— S._S_' 3090 LF 658 161 7. Sewer Manhole per City of Fontana Standard Detail No. 112 11 8. Sewer Manhole with flat top entry shaft per City of Fontana Standard Detail No. 112 9. Connection to existing Sewer Manhole per Detail 'A', Sheet No. 6, including manhole base reconstruction and related work. 10. 6" Sewer lateral per City of Fontana Standard Nos. 125, 125A and 125B. 11. Temporary Asphalt Concrete Pavement for 12' Travel Lane and Driveways (See Construction Note No. 8) 3 N/A 69- 1123t0- LF (p6- LF y2,"Y)0 EA 2,200 30, ?OD EA c6S0— �], 650 — LS N/A 000 32 EA $s2 27, 525 TONS Z1,000 P-13 Item Description Estimate Unit Unit Total No. Quantity„ Amount Price Amount 12. Permanent Asphalt Concrete Pavement (Hemlock Avenue) 13. Class 2 Aggregate Base 100 TONS '30 '$ / 000 50 CYp5 TOTAL AMOUNT OF BID (Sum of Bid Items 1 through 1 ): -TitAltAttindad usat'd -tW 01n c 44n,uh-("► o1iCf ii0 toc) (Word Dollars $ 39 S,Ca (Figures) P-14 PROPOSAL BID SHEET FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 NOTE: The estimated quantities listed in the Proposal Bid Sheet(s) are supplied to give an indication of the general scope of the work, but the accuracy of these figures is not guaranteed and the bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. The Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of work required to be performed by the Contractor with its own organization. The CITY reserves the right to reject any and or all bids, or to waive any information on any one or all bids received. The CITY specifically reserves the right to delete, reduce all or any portion of the work at any time prior to authorization to proceed with this portion of work. BIDDER'S NAME: TELEPHONE NUMBER: FAX NUMBER: Bonadiman-McCain, Inc. (909) 885-3435 (909) 889-3706 P-15 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this 16 thlay of Sept . , 19 99 BIDDER Bonadiman-McCain Inc Jeff C. Bonadiman, Vice President William W. Bonadiman, President Subscribed and sworn to this 16th day of September , 199 R NOTARY PUBLIC Penney Paulson By Penne r Paulso Title Notary Public, Secretary PENNEY PAULSON COMM. #1185361 NOTARY PUBLIC - CALIFORNIA 3 SAN BERNARDINO COUNTY My Commission Expires May 30, 2002 The undersigned representative of the CITY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of at least ten percent (10%) of the total bid. By Title P-16 Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. PROPOSAL BID SHEET FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 ADDENDUM ACKNOWLEDGMENT I have received the Addendums listed below: Date: Date: Date: Date: Date: Date: Date: Date: BIDDER'S NAME: Bonadiman-McCain, Inc. NAME/TITLE: SIGNATURE: TELEPHONE NO.: Jeff C. Bonadiman, Vice Pre�ent (909) 885-3435 FAXNO.: (909) 889-3706 CONTRACT AGREEMENT FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 THIS CONTRACT AGREEMENT is made and entered into for the above stated project this 23rd day of September , 19 99, BY AND BETWEEN THE CITY OF FONTANA, as CITY, and Bonadiman-McCain, Inc. As CONTRACTOR. WITNESSETH that CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I The CONTRACT DOCUMENTS for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal Documents, General Conditions, Standard Specifications, Special Provisions, Plans (Dwg. No. 2767, Sheets 1 through 8), and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said CONTRACT DOCUMENTS are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid CONTRACT DOCUMENTS. ARTICLE III CONTRACTOR agrees to receive and 'accept the prices set forth in the PROPOSAL BID SHEET(S) as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during Its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. CA-1 ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR shall defend, indemnify and hold harmless CITY, County of San Bernardino, its officers, officials, agents, employees and contractors from and against all claims, damages, losses and expenses, including attorney's fees, arising out of or resulting from performance of work under this Contract and which are attributable to bodily injury, sickness, disease or death, or to injury to or destruction of property, including the loss of use resulting therefrom, caused in whole or in part by any act or omission of the Contractor or anyone directly or indirectly employed or engaged by it or for whose acts it may be liable. Without limiting the generality of the foregoing paragraph, Contractor specifically agrees to indemnify and hold harmless CITY, County of San Bernardino, its officers, officials, agents, employees, and contractors from and against all claims, damages, losses, penalties, fines and expenses (including attorney's fees and litigation costs) arising out of or in any way resulting from Contractor's failure to perform the work required of it under this Contract in the manner required by this Contract and applicable provisions of federal and state law. ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract Agreement represent all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest herein. ARTICLE VIII If any legal action is required to enforce or interpret the Contract Documents, then the prevailing party shall have the right to recover from the losing party all costs of such action including attorney fees. CA-2 CONTRACT AGREEMENT IN WITNESS WHEREOF the parties executed the day and year first written. CITY OF FONTANA A Municipal Corporation Kenneth R. Hunt City Manager ATTEST: 46;_ecriuze. Beatrice Watson City Clerk APPROVED AS TO LEGAL FORM: Clark Alsop or Stephen P. Deitsch City Attorney Frank A. Schuma Community Development Director acie Fernandez Harmon Risk Management hereto have caused this Agreement to be CONTRACTOR: Bonadiman-McCain, Inc. P 0 Box 6444 San Bernardino, CA 92412 Name/Title Jeff C. Bonadiman, Vice President SUBSCRIBED BEFORE ME, A NOTARY PUBLIC IN AND FOR THE COUNTY OF SAN BERNARDINO STATE OF CALIFORNIA , ON THIS 23rd day of September , 19 99. Notary My Commission Expires: May 30,;2002 r PENNEY PAULSON ..fit^I COMM. #1185361 NOTARY PUBLIC - CALIFORNIA E SAN BERNARDINO COUNTY r My Commission Expires May 30, 2002 CA-3 BOND IS ISSUED IN THREE (3) COUNTERPARTS CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 BOND #B99115297 PREMIUM: $6,929 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the CITY OF FONTANA (sometimes ,referred to hereinafter as "Obligee") has awarded to ' BONADIMAN—MCCAIN, INC. (Hereinafter Designated as the "Contractor"), an agreement for the work described as follows: All traffic control including furnishing -'and installing all arrow boards, barricades, signs, delineators, and flagmen; all utility location and verification; excavating, exposing, and verifying top, bottom, and side of utility facility; all pavement removal and disposal; all earthwork, including trenching, shoring, dewatering, bedding, backfilling, including select. imported material or select native material and compacting; furnishing and installing all sewer and appurtenances; testing all sewer and appurtenances; connecting to existing sewers, protecting in place or removing and replacing all existing improvements; removing and replacing all Portland Cement Concrete; replacing destroyed survey monuments; disposing of excess soil and rock material and restoring all areas and improvements to pre -construction conditions (hereinafter referred to as the "Public 'Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated 9 / 2 3 / 99 , (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, BONADIMAN—MCCAIN, INC. , the Undersigned Contractor, as Principal, and ULICO CASUALTY COMPANY a corporation organized and existing Under the laws of the State of _DELAWARE , and duly authorized to transact business under the laws of the State of CALIFORNIA , as Surety, are held and firmly bound unto the OBLIGEE in the sum of THREE HUNDRED NINETY—FIVE THOUSAND * Dollars ($ 395, 239.00 ), said sum being not less than one hundred percent (100%) of the total amount payable by the said OBLIGEE under the terms of the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the OBLIGEE, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. * TWO HUNDRED THIRTY—NINE AND NO/100 (Page 1 of 4) CA-4 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 way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the OBLIGEE and the' Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay OBLIGEE'S reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 21st Day of September , 19 99 . PRINCIPAIJCONTRACTOR: BONADIMAN-MCCAIN, INC. B onadiman, Vice President SURETY: ULICO CASUALTY COMPANY Page 2 of 4) 1 The rate of premium on this bond is $25.00/$15.00 thousand. The total amount of premium charged: $ 6,929.00 (The above must be filled in by corporate surety). per IMPORTANT: Surety companies executing bonds must possess a Certificate of Authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REOUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) ULICO CASUALTY COMPANY (Name and Address of Agent or Representative for service of Process in California if Different from above) 14726 RAMONA AVENUE CHINO, CA 91710 DAVIS AND GRAEBER INSURANCE SERVICES P.O. BOX 40 REDLANDS, CA 92373-0007 (Telephone Number and Fax Number (909) 393-4712 Of Surety and Agent or Representative for service of Process in California) FAX (909)393-5140 CA-6 (Page 3 of 4) STATE OF ALL-PURPOSE ACKNOWLEDGMEN ) ss. COUNTY OF ) • On DATE before me, TITLE OF OFFICER Personally appeared (S) OF SIGNER (S) [ ] Personally known to me -OR- [ , proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are sub ribed to the within instrument and acknowledged -to me than he/she/they executed the same ' 's/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument t - person(s), or the entity upon behalf of which the person(s), acted, executed the instrument. Witness my hand and o 3 cial seal. SIGNA f OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) CA-7 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On September 21, 1999 before me Kathleen Ryan, Notary Public Personally appeared Gordon Hill [X] personally known to me - to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. KATHLEEN RYAN COMM. #1191315 n NOTARY PUBLIC-CALIFORNIA 2 SAN BERNARDINO COUNTY to My Comm. Exp. Jul. 26, 2002 " WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER [ ] INDIVIDUAL [ ] CORPORATE OFFICER Title(s) [ ] PARTNERS [ ] LIMITED [ . ] GENERAL [X] ATTORNEY -IN -FACT [ ] TRUSTEE(S) [ ] GUARDIAN/CONSERVATOR [ ] OTHER: SIGNER IS REPRESENTING: Ulico Casualty Co. DESCRIPTION OF ATTACHED DOCUMENT Performance Bond Title or Type of Document 4 Number of Pages September 21, 1999 Date of Document Bonadiman-McCain. Inc. Signer(s) other than Named Above BOND IS ISSUED IN THREE (3) COUNTERPARTS PAYMENT BOND (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 KNOW ALL MEN BY THESE PRESENTS: BOND #B99115297 PREMIUM: INCLUDED THAT WHEREAS, the CITY -OF FONTANA (sometimes referred to hereinafter as "Obligee") has awarded to BONADIMAN-MCCAIN, INC. (Hereinafter Designated as the "Contractor"), an agreement for the work described as follows: All traffic control including furnishing and installing all arrow boards, barricades, signs, delineators, and flagmen; all utility location and verification; excavating, exposing, and verifying top, bottom, and side of utility facility; all pavement removal and disposal; all earthwork, including trenching, shoring, dewatering, bedding, backfilling, including select imported material or select native material and compacting; furnishing and installing all sewer and appurtenances; testing all sewer and appurtenances; connecting to existing sewers, protecting in place or removing and replacing all existing improvements; removing and replacing all Portland Cement Concrete; replacing destroyed survey monuments; disposing of excess soil and rock material and restoring all areas and improvements to pre -construction conditions (hereinafter referred to as the "Public Work"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, We, BONADIMAN-MCCAIN, INC. , the undersigned Contractor, as Principal; and ULICO CASUALTY CO. , a corporation organized and existing under the laws of the State of. DELAWARE , and duly authorized to transact business under the laws of the State of CALIFORNIA , as Surety, are held and firmly bound unto the CITY and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the sum of THREE HUNDRED NINETY-FIVE THOUSAND * Dollars ($ 395, 239.00 • ), said sum being not less than one hundred percent (100%) of the total amount payable by the said OBLIGEE under the terms of the said Contract, for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, . successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery or power used in, upon for or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due - * TWO HUNDRED THIRTY-NINE AND NO/100 (Page 1 of 4) CA-8 1 1 1 1 under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to .the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the OBLIGEE and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay OBLIGEE'S reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 21 day of September 19 99. PRINCIPAL/CONTRACTOR: BONADIMAN-MCCAIN INC. By: Jeff `�.`�onadiman,•Vice President SURETY: ULICO CASUALTY COMPANY By: GORDON HILL, ttdrney-in-Fact (Page 2 of 4) CA-9 IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) UL1C0 CASUALTY COMPANY (Name and Address of Agent Or Representative for Service of process in California if different From above) 14726 RAMONA AVENUE CHINO, CA 91710 DAVIS AND GRAEBER INSURANCE SERVICES P.O. BOX 40 REDLANDS, CA 92373-0007 (Telephone Number and FAX (909)393-4712 FAX (909)393-5140 Number of Surety and. Agent Or Representative for service Of process in California) (Page 3 of 4) CA-10 1 ALL-PURPOSE ACKNOWLEDGMENT STATE OF - ) ' ) ss. COUNTY OF ) 1 On before me, DATE , TITLE OF OFFICER Personally appeared (S) OF SIGNER (S) [ ] Personally known to me -OR- ] proved to me on the basis of satisfactory evidence to'be the person(s) whose name(s) is/are s • scribed to the within instrument and acknowledged to me than he/she/they executed the same his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument e person(s), orthe entity upon behalf of which the person(s), acted, executed the instrument. Witness my hand and • cial seal. SIGNA OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) 1 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On September 21, 1999 before me Kathleen Ryan, Notary Public Personally appeared Gordon Hill [X] personally known to me 011.--[]-13Feved-t-eiffe-en-the-basis-ef-sittifiteterfevidenee to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. iffiLEEN RYAN trn COMM.11191315 fl CI NOTARY PUBLIC-CALIFORNIA X U SAN BERNARDINO COUNTY T, i.v...z..7.7.c...34.43.v.v.orly Comm. E.x,5.‘,..1t!!:24,6,,,20,02,, t WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER [] INDIVIDUAL [ ] CORPORATE OFFICER Title(s) [ ] PARTNERS [] LIMITED [ ] GENERAL [X] ATTORNEY -IN -FACT [ ] TRUSTEE(S) [ ] GUARDIAN/CONSERVATOR [] OTHER: SIGNER IS REPRESENTING: Ulico Casualty Co. DESCRIPTION OF ATTACHED DOCUMENT Payment Bond • Title or Type of Document 4 Number of Pages September 21, 1999 Date of Document Bonadiman-McCain, Inc. Signer(s) other than Named Above ULICO CASUALTY COMPANY 554 111 Massachusetts Avenue, N.W. Washington, DC 20001 B C u 0 POWER OF ATTORNEY Know All Men By These Presents: That Ulico Casualty Company, A Delaware Corporation, having its principal office in Washington, DC, pursuant to the following resolution, adopted by the Board of Directors of the Corporation effective on the 28th day of January, 1993: RESOLVED: "That the Chairman and Chief Executive Officer be, and hereby is, authorized to execute Powers -of -Attorney, qualifying the attorney named in the Powers -of -Attorney to execute on behalf of the Corporation contract bonds and other related surety bonds, and to attach thereto the corporate seal of the Corporation, in the transaction of its surety business." RESOLVED: "That the signatures and attestations of such officers and the seal of the Corporation may be affixed to any such Power -of -Attorney or to any certificate relating thereto by facsimile, and any such Power -of -Attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any contract bond or other related surety bond to which it is attached." This Power of Attomey is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSTITUTE AND APPOINT: Peter Davis, Martin Davis, Kenzie Thompson and Gordon Hill, of Davis & Graeber Insurance Services, Inc., of Redlands, in the State of California, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, without power of redelegation, as follows: Contract bonds and other (elated surety bonds: IN AN AMOUNT NOT TO EXCEED THREE MILLION ($3,000,000.00) DOLLARS; to bind Ulico Casualty Company thereby as fully and to the same extent as if such bond was signed by the duly authorized officers of Ulico Casualty Company, and all the acts of said Attorneys) -in -Fact pursuant to the authority herein given are hereby ratified and confirmed. In Witness Whereof, Ulico Casualty Company of Dover, Delaware, has caused this Power of Attorney to be signed by its Chairman and Chief Executive Officer and its Corporate seal to be affixed this 1st day of July, 1998. This Power of Attorney is void unless the seal is readable, the text is in black ink, the signatures are in black ink, this notice is in red ink, and if attached to a document executed subsequent to March 31, 2001. District of Columbia ss: Ulico Casualty Co SEAL /ert A. Georgine,'M • v an and Chief Executive Officer On this 1st day of July, 1998, before the subscriber, a Notary Public of the District of Co . mbia, duly commissioned and qualified, came Robert A. Georgine of Ulico Casualty Company to me personally known to be the individual and officer described + erein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the Company, and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation, and that the resolution of the Company, referred to in the preceding instrument, is now in force. In Testimony Whereof, I have hereunto set my hand, and affixed my official seal at Washington, DC the day and year above written. My Commission Expires March 31, 2001 CERTIFICATION I, Joseph A. Carabillo, Assistant Secretary of Ulico Casualty Company of Dover, Delaware, do hereby certify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorneyissued pursuant thereto, are true and correct, and that both the Resolution and the Powers of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of the corporation this 21 s t,, day of September ,199 9 . } Josepl A. Ca abillo, Assistant Secretary UCB-102-POAI (06/98) SEP-20-1999 12:57 BONADIMAN-MCCAIN 909 889 3706 P.02 GENERAL LIABILITY ENDORSEMENT CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 A. POLICY INFORMATION Endorsement # 1A 1. Insurance Company: Transcontinental Insurance Company Policy Number: C163261682 2. Policy Term (From): 1 / 1 / 9 9 Endorsement Effective Date: 9 / 20/ 99 (To): 1/1/00 3. Named Insured: Bonadiman - McCain, Inc. 4. Address ofNamed Insured' P.O. Box 6444, San Bernardino, CA 92412 Additional Insured (s): CITY OF FONTANA Address of Additional Insured (s): 8353 SIERRA AVENUE FONTANA, CA 92335 5. Limit of Liability Any One Occurrence/Aggregate $ 1,000,000 / 2,000,000 6. Coverage is equivalent to: Comprehensive General Liability form GL0002 (Ed. 1/73) Commercial General Liability "Occurrence" form CG0001 YES 7. Bodily injury and Property Damage Coverage is: Occurrence coverage "occurrence" Note: The CITY (OWNER) standard insurance requirements specify "occurrence coverage." "Claims -made" coverage is not acceptable. It commercial general liability form or equivalent is used, the general aggregate must apply separately to this location/project or the general aggregate must be twice the occurrence limit. 8. Description of Project: si ovPr Avow RPWar frnm N I{ Agocnue to Poplar Avenue CA-12 SEP-20-1999 12:57 BONADIMAN-MCCAIN B.. POLICY AMENDMENTS 909 889 3706 P.03 This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. As respects any work performed on the above -described Project, the CITY, County, its elected or appointed officers, officials, employees, consultants, and volunteers are included as insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured on the above -described Project for or on behalf of the CITY or (b) products sold by the Named Insured to the CITY for use on the Project; or (c) premises leased by the Named Insured from the CITY, the insurance afforded by this policy shall be primary insurance as respects the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured's schedule underlying primary coverage. In either event, any other insurance maintained by the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1) (2) (3) Insurance Services Office Form Number GL 0002 (Ed. 1/73), Comprehensive General Liability Insurance and Insurance Services Office form number GL 0404 Broad Form Comprehensive General Liability endorsement; or Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 0001; or If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the CITY, its elected or appointed officers, officials, employees, consultants or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. CA-13 SEP-20-1999 12:58 BONADIMAN-MCCAIN 909 889 3706 P.04 •1 ' 1 C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ,1 ATTN: Liz Egan, Claims Dept. (Title) (Department) 1 ORGANIZATION: '1 Dodge, Warren & PP -Arc (Company) 765 The City Dr., #300 (Street Address) Orange. CA 92868 (City) (State) (Zip Code) (714) 748-0464 (714) 748-0474 (Telephone Number) (Fax Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER John A. Ruiz , warrant that I have authority to bind the below (Print/type name) listed insurance company and by my signature hereon do so bind this company. SIGN 1 • OF AUTHORIZED PRESENTATWE (Ori a in Signature required on endorsement furnished to the .CITY) Dodge, Warren & Peters TITLE: Vice President ADDRESS: 430 N. Vineyard .Ave., #330, Ontario, CA 91764 I TELEPHONE: (909) 937-2040 FAXNo: (909) 937-2045 : A-14 SEP-20-1999 12:58 BONADIMAN-MCCAIN 909 889 3706 P.05 AUTOMOBILE LIABILITY ENDORSEMENT CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 A. POLICY INFORMATION Endorsement # 1A 1. Insurance Company Transportation Insurance Company Policy Number: C1063261696 2. Policy Term (From): 1 / 1 / 9 9 (To): ,1 / 1 / 00 Endorsement Effective Date: 9 / 20/ 99 3. Named Insured: Bonadiman - McCain, Inc. 4. Address of Named ]assured: P.O. Box 6444, San Bernardino, CA 92412 5. Additional Insured (s): CITY OF FONTANA 6. Address of Additional Insured (s): 8353 SIERRA AVENUE FONTANA CA 92335 7. Limit of Liability Any One Occurrence/Aggregate $ 1,000,000 8. Description of Project: Slover .Avenue Sewer from Hemlock Avpnnp to Poplar Avenue B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The CITY, County, its elected or appointed officers, officials, consultants, employees and volunteers are included as insured with regards to damages and defense of claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured regardless of whether liability is attributable to the Name Insured or a combination of the Name Insured the CITY, its elected or appointed officers, officials, employees, consultants or volunteers. CA-15 SEP-20-1999 12:58 BONADIMAN-MCCAIN 909 889 3706 P.06 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the CITY, the insurance afforded by this policy shall: (a) be primary insurance as respects the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers; or (b) stand in an unbroken chain of coverage in excess of the Named' Insured's primary coverage. In either event, any other insurance maintained by the CITY, its elected or appointed officers, officials, employees, consultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the Named Insured at least as broad as: (I) Insurance Services Office form number CA 00001 (Ed. 1/78), Code 1 ("any auto") and endorsement CA 0025. (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding Section (1). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respect to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the OWNER and the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail retum receipt requested, to the CITY, at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: Liz Egan. Claims Dept. (Title) (Department) Dodge, Warren & Peters (Company) 765 The City Drive, ##300 (Street Address) Orange, CA 92868 (City) (714) 748-0464 (State) (Zip Code) (714) 748-0474 (Telephone Number) (FAX Number) CA•15 SEP-20-1999 12:59 BONADIMAN-MCCAIN 909 889 3706 P.07 D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER r. Y, John A. Ruiz , warrant that I have authority to bind the below listed insurance (Print/type name) company and by my signature hereon do so bind this company. SIGNAT4OF AUTHORIZED REPRNTATIVE (Original Signature required on endorsement furnished to the CITY) ORGANIZATION: TITLE: Dodge; Warren & Peters Vice President ADDRESS: TELEPHONE: FAX NO: 430 N. Vineyard Ave., Ste. 330, Ontario, CA 91764 (909) 937-2040 (909) 937-2045 CA.17 TOTAL P.07 - ACORD CERTIFICATE OF LIABILITY INSURANC NIIMG DATE (MM/DDIYY) 09/21/99 PRODUCER odge, Warren & Peters -Ontario 30 N. Vineyard Avenue,Ste330 ntario CA 91764 Phone:909-937-2040 Fax:909-937-2045 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE SURED BONADIMAN-MCCAIN, INC. 280 S. Lena Road San Bernardino, CA 92412 INSURER A: Transcontinental Insurance INSURER B: Transportation Insurance Co. INSURERC: American Casualty Co. Of INSURER D: INSURER E: COVERAGES ITHE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS INSR TYPE OF INSURANCE POLICY NUMBER POLICY ATE (MM/DD EFFECTIVE POLICY (MM/PDD/1 EXPIRATION LIMITS A I GENERAL LIABILITY COMMERCIAL GENERALLIABILITY C163261682 01/01/99 01/01/00 EACH OCCURRENCE $ 1 , 000 , 000 X FIRE DAMAGE (Any one fire) S 50,000 CLAIMS MADE X OCCUR MED EXP (Any one person) S 5,000 X X,C,U, INCLUDED PERSONAL&ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2 , 000 , 000 GEN'L AGGREGATE UMIT APPLIES PER; PRODUCTS • COMP/OP AGG S 2,000,000 7 POLICY fPRO- I�I JECT I I LOC I B I I AUTOMOBILE UABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Comp Ded $1 , 000 C1063261696 01/01/99 01/01/00 COMBINED SINGLE LIMIT (Ea accident) S1,000,000 X BODILY INJURY (Per person) S X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) S Coll Dec $500 GARAGE UABIUTY ANY AUTO AUTO ONLY • EA ACCIDENT S OTHER THAN EA ACC $ AUTO ONLY: AGG $ C I EXCESS LIABILITY CUP1079800069 01/01/99 01/01/00 EACH OCCURRENCE $5,000,000 OCCUR CLAIMS MADE AGGREGATE $5,000,000 DEDUCTIBLE RETENTION S SS $ I WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ni- I TORY�LIMITS ER E.L EACH ACCIDENT $ E.L. DISEASE • EA EMPLOYEE S E.L. DISEASE - POLICY LIMIT S I A A OTHER Bldg./Contents EQUIPMENT -SCHEDULE C163261682 C163261682 01/01/99 01/01/99 01/01/00 01/01/00 • BPP-Loc.1 $500,000 ALL RISK $749,700 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Certificate Holder is included as additional insured as per additional insured endorsements on General Liability and Auto Liability attached. (Project: Slover Avenue Sewer from Hemlock Ave to Poplar Ave. Bid No SB-04-00 CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CITFONT CITY OF FONTANA 8353 Sierra Avenue FONTANA CA 92335 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 25-S (7/97) AUTHORIZED REPRESENTATIVE ACORD C ORATION 1991 John A. Ruiz SEP-22-99 WED 10:49 AM P. 03/08 SEP-21-99 TUE 01:11 PIS •,. Sty •not;tataaut3 ;o am71cipair4 aq oo iosjd s/Gp oc ;seat ;s Yu tr.M0713.1a0a aq; ;o apip anuaa}I'a aql o;erolid dBp Sig;sust;1 X110 am of ring um, scq pa3sanbai;diaaax tt1 L TIM p ippg sCq past st aapots ssapun cungua.zd 3o Inatu,Cgduotx atm iat10 suosvax ao; pal m* Am, s t;ans;o pusua,t so paiiaal:Ls* aq lou netts pa.rnsnt.aazeu s se ` 0 Sttipnts*" caAilat� .A i::.:iC F.:xn �. 49:^] - mats 01,'Pass! 0311E111*i £ TTjgtt Jo C !pod s ;us sapuo1d pi,9 uonass apooit augtn µjt0 RP izaneneatssa,lo a;ap 0nga0J17 Aol ' ioud s&(&p q£ 1,58?' TO xo uog2o 1potu ao uolsoadstts'letAaII2ntou quo aisA0Al m ota 0; Ioud s:Csp Sq weal le 2u1D as o; `paisanbai;dtases wn3az q3 s q0 p psur st aapou ssatCnt panrtlaap,Cotlod a tlatts JO tzl t?uar io'pat 0410 ap porpcnta at;;outA'S :Cat104 s �4 pap.10 aatn:msuz atly riAr b tkef",euaau 61. 5u paaaQ st 31 `0tuagi pQq3pu2 Mtuasropsa iat[1 Aogod a nt yaattr, els lva2ststioaui dut. Zttt sg3? 8/E'd • ka;¢w:x .a::ofx:ulsn:xl:x eud At. Scu Ifi. lil:G ut y o ssazpp�' .S 44 /--9ho �1; MF Fmm �ry " a QT.)•dVgdW0 33iT8ItiSirj t .. 0�•!S1 0V 3uatxcauoptx3. t�ozz ©INI Z' at 00 x:m9 :(s)Pazasulitzzo?itPPY .j :'amain p2tu=N '£ :ittaWasiQP' 3 sitapa at a.+r .133 'Z :tagtzmrpdatiod 1.11 :max S££Z6 111tt?I031'JY0 `y�1Y1:IQ03 3i1A .Ad ViDirAIS £S£8 VislYJ,NO. 30.UID • • Imams -mama tiros silcaAorza xoLsVsuadIntoD'ss11ra,. a5 f r I�� CSS'--tom (sob) SI M £S _MS I4i ':60 66. 23 d3S SEP 22 '99 09:40AM 5CIF 53 CERTS (909) 324-4 5 P.4/8• 411. Waiver of Subrogation. The Insurance. Corepaay wees to waive all riegs of subrogation against the CITY, its elected or appointed office, officials, "ge glad tsnoleY°c: rot lo:ees paid under the terms of tills policy Which exile tom vkirit performed by the Named Insured for the CthC. CIDEiWT 'LAW OR'1'ING p Incidents and claims are to be reported to the insurer at: ATTN: cans) e4.5. (STREET A/3/ b ( ` DDRES P:M:Hr.6 ]Ii.?F.�:- C.�..y a A :ii!] R-�' !.Y.✓ B�t3 Itl�!tM1 $ ;,ii�.m. Fh1i�Al:h iiiF SLin /''�0414 ♦H[ r70:4i4'Rµrut. i r� ..yywwyy - w. ; N � n Si�4. ' ( r7'DE) . i 1 n i flo i µ ER} (pF�ART 44, ' rLL " REPRESENTATIVE ea Hrscanebt furnished to the Cf'FY ) ,:F * :� a LoM pyJSa1Or! Z4.5u/4 e uss• 37 I J Lp ,, %r i t5 . ger-s1 �'Ill(o 01 _,. 98 ' httt 'tELEPHONE: (g0 SV- 5t) j!W FAX NO3l `'� A O 605) • r *Ph LEE yy t ate beicrw listed in3t anCe TIM Ck49 lid Z: t0 3f11. 66-IZ-d3S 80/b0:'d WU 6b:01 IBM 66-Ze-ES 5EP.• 22 199 29139AM SCIF SS CERTS (SOS) 384-4553 .10111111.6 STATE echoic Ka.aT1or1 tINES ISR ,&NOE FUND • S£PTEXBEWOD • 1999.. P.O. BOX 420807. SAN FRANCISCO. CA 94142-0807 CERTIFICATE OF 1N0RRCERS''CQMPENSAT1ON INSURANCE Pb1.10.NUhtl3M •-,CERT.IfiCATE EXPIRZI3e r . . • • CITY OF FONTANA. • 8253 SIERRA I•P0WTAHA Ck 92335.. `• JOB: S p This is to certify that we hove as' a valid workers' Compensation insurp[toe pqt ensurence Commissioner to the employer named bolow for the•policy, hO ndie5to 1rai1C$wr • • L This policy is not subject to cancenation by the Fund except upon t • 45 We will silo give you TIN days advance,notice should the Tn. This certificate of insurance is not an insurawe p iiCY policies fitted herein. Notwithstanding prvecegtftyerne reepect•to which this cortifie tta of inOra n 4V be•. described herein is subject to ell th .r,e! 'us` AuTM4�IZE EMPLOYER • 2OKAAIOAX4CCAIN•IRC . P 0. •BOX •6414 • . SAN BERNARDIHO.•.CA 9.2412 MHO Wt LDERS' ROTUIGE:EFFECTIVE ART OF. T1:ftS POLIO'!. ' 146-99 UNIT CV06635 4 • 'California the ciiiiera244t ed by tam ion oirl nycort'ract oc awn:Teo+ nont with li*tartY I,t* e u ce f brd . ; the policies kiith, 4.p^i • 'arrEStbENT sa:r µw RAIrPiP1YER .EFFECTIVE i3 $vPOLICL WAIYER OF SUBROGA•TIOK EF.tECTIVE tDN ORIIS A PART OF THIS .POLICY. , COFONTANA • a • ;. v ;; , , THIS OOCUMENT,HA$ A BLUEPATTERNEO.BACKGtiQUND, V !CIF. in?G: IFrty. 80/ZO 'd WU 817c0I G3M 66—ZZ—d3S ssi 41AM C0164PENSATION iriso it A NCt FUND HOME Of CICE SAN FRANCISCO ALL EFFECTIVE DATES ARE AT 12:01 AM VAG' CIO STANDARD TIME OP THE TIME INCIIOATED AT PACIFIC STANDARD TIME SCIF SJ CERTS (Se9) 384-4553 AMMONAL rNMRYD EMPLOYER ENDORSEMENT AGREEMENT ANYTHING IN THIS POUCY TO THE CONTRARY NOTWITH& AGREED THAT (NAME OF ADDITIONAL TNSURED, ENDORSEMENT) '41 -F+o 4120 a .11 rig IS HEREBY NAMED,AWAD :rrioN • BUT ONLY AS gEStECI,IS EMPLOYEES RECORDS OE P 4101.1ft. Aff: .144. K;141.'.* 01, .1d1 . . mt. 7, FR.EDr rr-,-i75 frfel .4Is if GT ri• teki Fe.a El a Yak 0If.THIS POLICY DME PAYROLL R717 wilM.M: ,H,•OFFF.' gt,iLARt SUREDR/mT r 'THOSE EMPLOYEES ARE. iSIMMINEous DIRECTION AND CONTROL fADDMONAL INSURED EMPLOYER. '11:firE PAYMENT OF THE FULL PREMIUM DUE "POLICY SHALL REMAIN THE SOLE RESPONSIBILITY NotAING IN THIS ENDORSEMENT CONTAINED SHALL BE NEU) TO VARY, ALTER. WANE OsIR EXTEND ANY OF THE TERMS, CONDITIONS. AGREEMENTS: OR LIMITATIONS OF THIS POLICY OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL . BE HELD TO VARY. ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS 9P41141S.E.ELD 0 SEAI EN/Tv., ..1 • r...., • .---1 , • couNTERsIGNED.AND ISS A ......1:„,„ crr .42-govz, AUTHOR 12E0 REPRESENTATIVE ef *MAL elIK. • PRESIDENT 0015 • 80/90'd WU 08:01 OM 66-ea-d3S COUNTERSIGNED AND ISSUE 77i AUTHORIZED. REPRESENTATIVE •u••..nr..• • ,rw SEP 1 99 42AM SCIF SJ CERTS (909). 984-4553' COMPENSATION INSURANCE FUND Ho uE OFFICE SAN FRANCISCO . ALt EPFECTIvE OATES ARE AT MO AM PACIFIC STANDARD TIME OR THE TIME INDICATED AY PACIFIC STANDARD TIME P.7i8 CERTI "XCATE HOLDERS' NOTICE ENDORSEMENT AGREEMENT ANYTHING IN THIS POLICY TO THE CON AGREED THAT THIS POLICY SHAH NOT,.BE Tp4 1•• i!xa I S TE 14i93 trn. w g� 4}4PF °•4 e=: 4?t .4. H. E? 9:^C :Xjr N :.1_CH ELLATION HAS BEEN PLACED IN THE gliON I OLDERS OF CERTIFICATE OF WORKERS' *Mk-. tK11 _::.11:�N]R tl.! Cu:IK tltHMF ASHTAflP.'dr'flC 61!!:9 IB.flt4 -15.57 T µ T•ANDI TG, IT IS ECG _°THING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS. CONDITIONS. AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER. WAIVE OR LIMIT THE TERMS. CONDITIONS. AGREEMENTS OR LIMITATIONS OF T ura N C M • 206 PRESIDENT 80/L0 'd WU IS:O1 Q3M 66-2Z-d3S gEf22 ' 09:4PAP1 SCIF SSCERTS (909) '3E14-,4553 COMPENSATION • • AI EE OF SUBROGATION INSURANCE' FUND HOME OFFICE • CAN iaaNcliRCA ALL EFFECTIVE DATES ARE AT t2:O1 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME ENDORSEMENT AGREEMENT ANN.''THING IN THIS POLICY TO THE CONTRARY N.OT k� AGREED THAT THE STATE COMPENSATION INS1 RIGHT OP SUBROGATION AGAINST: (SPECIFY 3RD PARTY REQUESTING WAI eie.!e WHICH MIGHT ARISE Br .: xer. CONNECTION WIiph TiPot T^. CCfT TIENT ER" IIS CY IN e.o-_,: n R AIN PAYROLL ?ION OF EMPLOYEES OYER. THE EARNINGS OF SUCH EMPLOYEES b11X:Xx Ik&' OTkING IN THIS ENDORSEMENT CONTAINED SHALL AE HELD TO VARY, ALTER, WAIVE R EXTEND ANY OF THE TERMS, CONDITIONS. AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE )N THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS. CONDITIONS. AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN F ANCIS 2570 • 90/80 'd WU Z5:0I 03M 66-22-d3S WORKER'S COMPENSATION INSURANCE CERTIFICATION Pursuant to Section 1861 of the State Labor Code, (amended by Stats. 1979, C.373, p. 1343,) each contractor to whom a contract has been awarded shall sign the following certificate and shall submit same to the OWNER prior to performing any work on the contract. I am 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 to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the. performance of work of this contract. Contractor: Bonadiman-McCain, Inca Title: Jeff C. Bonadiman, Vice President Date: September 23, 1999 Section 3700 of the State Labor Code reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways:" (A) "By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state." (B) "By securing from the Director of Industrial Relations, a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his employee." (Amended by State. 1978, c. 1379, p. 4571) CA-20 GENERAL CONDITIONS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, transportation, services and incidentals as required by the contract documents to complete the work for the above stated project. The general items of work to be done hereunder consist of construction of: CITY Plans, Drawing No. 2767, Sheets 1 through 8, as per these Specifications and Special Provisions. Contractor shall furnish all material, equipment, and labor and perform all operations necessary to construct sewer and appurtenances as per the contract documents. The Work shall consist of all traffic control (including furnishing and installing all barricades, signs, delineators, arrow boards, and flagmen); all utility location and verification (excavating, exposing and verifying locations, depths, and dimensions of utility facilities); all pavement removal and disposal; all earthwork (including trenching, shoring, dewatering if required, blasting if required, bedding, backfilling and compacting); furnishing and installing all sewer fittings, appurtenances and making all related connections; testing all sewers; protecting in place or removing and replacing all existing utilities and public and private improvements; removing and replacing all asphalt and Portland cement concrete pavement; paving striping and restriping as required; disposing of excess soil and rock material; restoring all areas and improvements to pre -construction conditions. LOCATION OF WORK The general location and limits of the work are as follows: Construct 12-inch and 8-inch sewer and appurtenances along Slover Avenue between Hemlock and Poplar Avenues in the City of Fontana and the County of San Bernardino, California. NOTICE TO PROCEED Only after County clearing and grubbing and all utility relocations are complete, City will issue Contractor a Notice to Proceed on the sewer construction. GC- 1 TIME OF COMPLETION The Contractor shall complete all work in every detail, with 45 WORKING DAYS after the date of Notice to Proceed, exclusive of maintenance periods. The Contractor shall place the order for materials within 10 working days following project award by CITY. Verification of order shall be presented to CITY. LIQUIDATED DAMAGES Failure of the contractor to complete the work within the time allowed will result in damages being sustained by the CITY. The amount prescribed in the Special Provisions, pursuant to the authority of Public Contract Code Section 10226 to be paid to the CITY or to be deducted from any payments due or to become due the Contractor for each consecutive calendar day in completing the whole or any specified portion of the work beyond the time allowed in the specifications are prescribed in the Special Provisions, pursuant to Public Contracts .Code Section 10226. TRAFFIC REQUIREMENTS Unless specifically noted otherwise, a minimum of one (1) travel lane in each direction shall be maintained on all paved streets within the construction zone at all times unless specified otherwise. Access shall be provided to all intersecting local streets and driveways at all times. The Contractor shall furnish traffic control in accordance with the Traffic Control drawings. Said plan shall identify construction phasing which shall not disrupt existing traffic circulation patterns. Delineation shall be in accordance with the California Department of Transportation Traffic Manual as approved by the City Traffic Engineer. No street closures shall be made without prior approval of the ENGINEER and other agencies involved. Steel plate covers shall be installed per Work Area Traffic Control Handbook (Place Bridging) over all open trenches at the close of construction each day so that a minimum of one (1) travel lane in each direction can be maintained during non -construction hours. HAZARDOUS MATERIALS Public Contract Code Section 7104 requires a contractor to notify the public entity of various problems, including the existence of possible hazardous materials, as follows: If the work entails digging a trench or other excavation four (4) feet or more in depth, contractor shall promptly, and before the following conditions are disturbed, notify the CITY in writing or any material that the contractor believes may be hazardous waste; any subsurface and latent physical conditions at the site differing from those indicated; or any unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as in inherent in the work of the character provided for in the contract. GC-2 UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the Underground Service Alert by calling 1-800-227- 2600. Contractor shall contact USA as specified and shall provide the Agency with proof of contact with USA upon request. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures. The utility companies listed below can be contacted as indicated. 1. Fontana Water Company Local Telephone: USA Member Utility, Phone 2. Marygold Mutual Water Company Local Telephone: (909) 822-2201 1-800-227-2600 (909) 877-0516 3. Pacific Bell (Riverside Engineering Division) Local Telephone: (909) 359-2520 USA Member Utility, Phone 1-800-227-2600 4. Southern California Edison Company (909) 357-6223 Local Telephone: (909) 357-6223 (No. of Merrill Ave.) (909) 357-6231 (So. of Merrill Ave.) USA Member Utility, Phone 1-800-227-2600 , 5. Southern California Gas Company Local Telephone: John Oates USA Member Utility, Phone 1-800-227-2600 (909) 335-7744 Fax (909) 335-7527 1-800-227-2600 6. Fontana Community Development Department (Sewers and Storm Drain) Local Telephone: 7. Comcast Cable Local Telephone: 8. Inland Empire Utilities Agency Local Telephone: 9. Southern Pacific Railroad Local Telephone: Fiber Optic Cable: GC-3 (909) 350-7610 (Engineering) (909) 350-6760 (Maint. yard) (909) 390-4738 (909) 357-0241 (213) 629-6161 (800) 283-4237 10. Cal Trans Local Telephone: (909) 383-4536 11. Metropolitan Water District of Southern California Local Telephone: (213) 250-6432 12. U.S. Sprint Local Telephone: (909) 874-8860 13. San Bernardino County Flood Control District Local Telephone: (909) 387-2738 14. GTE (Order) Local Telephone: (800) 482-6711 15. AT & T Local Telephone: (909) 526-2556 16. Kindergarten Energy Partners Local Telephone: (714) 560-4400 17. West San Bernardino Water Company Local Telephone: (909) 875-1804 The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The Contractor shall notify the Southern California Gas Company's Headquarters Planning Office at 909/793-2725 at least two (2) working days prior to the start of construction. The Contractor shall exercise extreme care to protect all existing utilities in place whether shown on the plans or not, and shall assume full responsibility for all damage resulting from his operations. The Contractor shall coordinate with each utility company as to the requirements and methods for protection of their facilities during the construction period, and shall be responsible for preparation and processing of any required plans or permits. The Contractor shall assume full responsibility to maintain uninterrupted service for all utilities, including temporary service connections. By submitting a bid, the Contractor acknowledges the above referenced utility work to be done in conjunction with this project. The contract shall schedule the work and conduct the operations so as to permit access and time for the required utility work to be accomplished during the progress of the work. The Contractor shall coordinate with each utility company as to the extent of required work and the time required to do so. The Contractor shall include this time the his schedule. Payment for the above, including coordination, protection in place, and temporary connections, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. GC-4 To the extent required by Government Code Section 4215, the CITY shall compensate Contractor for the costs of locating and repairing damage to utility facilities not due to the failure of Contractor to exercise reasonable care, and for removing or relocating main or trunk line facilities not indicated in the plans with reasonable accuracy, and for equipment necessary idled during such work. Contractor shall not be assessed liquidated damages for delay caused by failure of CITY to provide for removal or relocation of such utility facilities. The Contractor shall "pothole" to determine the exact horizontal and vertical location of the underground utilities and conduits including but not limited to existing water, gas, storm drain, sewer, electric, telephone, cable T.V. and signalization conduits where the conduits will cross as shown on the plans, marked in field, or as directed by the ENGINEER, in conformance with Section 5-1 of the Standard Specifications, and shall immediately notify the Engineer in case of conflict. This shall be the first item of work completed. The Contractor shall be responsible for obtaining the horizontal and vertical measurements to the utility once exposed. The area of pavement removed for potholing shall be the minimum required to perform the work. Pavement removal, if required, shall be by saw cutting. Following excavation in paved areas, the existing soil shall be replaced and compacted to 95% or greater to a level of one foot below the existing pavement. Asphalt cold mix shall then be added and compacted to a level flush with the existing finished surface. In areas without paving, the soil shall be replaced and compacted to a level even with the adjacent grade. All backfilling and compacting for potholing shall be completed under the supervision of the Inspector. Any backfilling or compaction done without proper inspection will require submittal of a soils report confirming compaction of subgrade and base and gradation conformance prior to final release. Compaction testing will be performed by the CITY. For potholing done without the proper supervision, the cost of testing shall be deducted from the compensation paid to the Contractor for potholing. The Inspector may, at his discretion, order testing for any area he believes to be below the required compaction, whether he has reviewed the work or not. If the suspect area fails to meet the required compaction, the Contractor shall rework the area until the specified density is obtained. The CITY shall then retest the area for compliance. The cost of all testing within these areas shall be deducted from the compensation due to the Contractor. If the suspect area meets the compaction requirements, the testing will be at the CITY'S expense and the cost will not be deducted from the compensation due. Cold mix patches shall remain in place a minimum of five working days to assure proper compaction. Cold mix patches within the proposed areas to be repaved may remain in place until such time as the final paving is undertaken. The Contractor shall maintain full responsibility for the temporary cold mix patch and shall complete all required maintenance and repairs until final paving is completed. Following approval of the waiting period by the CITY, the Contractor shall remove the temporary cold mix in areas outside the repaving limits and construct the final patch using a C2- AR4000 hot mix asphalt. A tack coat shall be applied to the pavement edges and surrounding areas. The thickness of the asphalt concrete layer shall be one inch greater than the existing section, but not less than four inches. GC-5 If no separate line item for potholing is included on the Bid Proposal sheets, the costs of potholing shall be included in the other bid items and shall include furnishing all materials, labor, tools and equipment to provide potholing, complete in place, including pavement removal, excavation, measurement, backfilling, compacting, temporary and final patch, maintenance, temporary and permanent striping and all appurtenant related work and no additional compensation will be allowed. UTILITIES SERVICE CHARGES The contractor is responsible for all utilities service charges related to the work during the course of construction and construction maintenance periods until the project has been accepted by the CITY. Payment for the utilities service charges shall be considered as included in the prices paid for various items of work and no additional compensation will be made therefor. FLOW AND ACCEPTANCE OF WATER It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly; and Contractor submitting a bid assumes all said risk. The Contractor shall conduct his operations in such a manner that storm or other existing waters may proceed uninterrupted along their existing drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the ENGINEER, are not subject to probability of damage. The Contractor shall obtain written permission from the applicable public agency or property owner before any diversion of water outside of street right of way will be permitted. REMOVAL OF WATER The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. No concrete footing or floor shall be laid in water nor shall water be allowed to rise over them until the concrete or mortar has set at least two (2) hours. Water shall not be allowed to rise unequally against the wall for a period of twenty-eight (28) days. Dewatering for the structures and pipelines shall commence when ground water is first encountered, and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method which will insure a dry hold and preservation of final lines and grade of the bottoms of excavation, all subject the approval of the ENGINEER. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter -Cologne Water Quality Control Act, 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefor. GC-6 FURNISHING AND APPLY WATER Furnishing and applying water shall conform to the applicable provisions of the Standard Specifications. Full compensation for furnishing and applying water will be considered as included in the prices paid for various items of work and no additional compensation will be made therefor. The Contractor shall make application for a permit for a temporary water meter as required. CLEANUP AND DUST CONTROL Cleanup and dust control shall conform to Section 7-8.1 of the Standard Specifications. Full compensation for furnishing all labor materials, equipment, and incidentals to clean up and control the dust as specified above shall be considered as included in various items of work and not additional compensation will be allowed therefor. TRENCH SAFETY AND SHEETING, SHORING, AND BRACING EXCAVATION The Contractor shall utilize sheeting, shoring and bracing as required to minimize the trench width or to protect existing improvements or utilities in place as required for this project. In accordance with Sections 6500 and 6705 of the Labor Code, the Contractor is required to obtain a permit from the Division of Industrial Safety for any trench or excavation which is five feet or more in depth and into which a person is required to descend. The Contractor shall furnish all labor, equipment, and materials required to design, construct, and remove all sheeting, shoring and bracing or other equivalent method of support of this project. Excavation for any trench five (5) feet or more in depth shall not begin until the Contractor has received an acknowledgement from the ENGINEER of the Contractor's detailed plan for worker protection from hazards of caving ground. Such plan shall be submitted at least five (5) days before the Contractor intends to begin excavation and shall show the details of the design of shoring, bracing, shielding or other provisions to be made for worker protection during excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than required by Construction Safety Orders of the Division of Industrial Safety and if such Plan varies from the shoring system standards established by the Construction Safety Orders, the Plan shall be prepared and signed by a Professional Engineer who is registered as a Civil or Structural Engineer in the State of California. Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing to the ENGINEER someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it . is to supervise the installation and removal of sheeting, shoring and bracing. Prior to beginning excavations requiring shoring, the Contractor shall submit the shoring plans to the County for acceptance. Contractor shall not begin excavations until County written acceptance has been acquired and provided to the City. GC-7 In addition to shoring the excavations in accordance with the minimum requirements of Industrial Safety Orders, it shall be the Contractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those desired by using the criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsible for any damages which may result from his failure to provide adequate shoring the excavation under any or all of the conditions of loading which may exist or which may arise during construction of the project. The Contractor is advised that the CITY has provided the Contractor with evidence of existing right of way and temporary construction easements as approved to date. The Contractor by submitting a bid agrees to work within the right of way as provided and no other compensation for tight working areas will be provided. Payment for sheeting, shoring, bracing, and all appurtenant related work shall be considered as included in the in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the 1997 edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, ("Green Book") including all current supplements as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher: Building News, Incorporated 10801 National Boulevard, Suite 100 Los Angeles, California 90064 (800) 873-6397, Fax: (714) 535-8078 The Standard Specifications set forth above will control the general provisions, construction material, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents. The section numbers of the following Special Provisions coincide with those of the Standard Specifications for Public Works Construction. Only those sections requiring amendment or elaboration, or specifying options, are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. References in the Special Provisions to "CALTRANS Standard Specifications" shall mean the Standard Specifications (latest edition) of the State of California, Department of Transportation. Copies of these specifications and standard drawings may be obtained from: GC-8 State of California - Department of Transportation Central Publication Distribution Unit 6002 Folsom Blvd. Sacramento, CA 95819 References Special Provisions to Standard Plans shall mean the Standard Plans of the CITY or other governing agencies' as specified. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place and that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment and incidentals, and do all the work involved in executing the contract. WAGE RATES AND LABOR CODE REQUIREMENTS Wage Rates The Contractor and all Subcontractors shall be required to adhere to the general prevailing rate of per diem wages as determined and published by the State Director of the Department of Industrial Relations, pursuant to Sections 1770, 1773, and 1773.2 of the California Labor Code. Copies of these rates and the latest revisions thereto are on file in the Office of the Secretary of the Board of Directors and are available for review upon request. Attention is directed to the provisions of Sections 1774, 1775, 1776,1777.5 and 1777.6 of the State Labor Code. Sections 1774 and 1775 require the contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Section 1776 requires the Contractor and all Subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplications procedures and certain notices required of the Contractor pertaining to their location. The Contractor and all subcontractors shall be required to pay travel and subsistence payments as defined in applicable collective bargaining agreements and Labor Code Sections 1773.1 and 1773.8. Eight (8) hours of labor shall constitute a legal days work, and the time of service of any worker employed on the work shall be limited and restricted to eight (8) hours during any one calendar day and forty (40) hours in any one calendar week, except when payment of overtime is made at not less than one and one-half (1-1/2) of the basic rate for all hours worked in excess of eight (8) hours per day. The Contractor shall forfeit to the CITY, as a penalty, $25 for each worker employed in the execution of this contract by him, or by any subcontractor under him, for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day or forty (40) hours in any one calendar week without such compensation for overtime. GC-9 APPRENTICES ' Section 1777.5 requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the contract. The Contractor is required to make contributions to funds established for the administration. ' of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade and if other Contractors on the public work site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. ' CLAYTON ACT AND CARTWRIGHT ACT ' Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professional Code, arising from the purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the contractor without further acknowledgment by the parties. SPECIAL PROVISIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM HEMLOCK AVENUE TO POPLAR AVENUE BID NO. SB-04-00 EXCEPT AS SPECIFIED BELOW, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (SSPWC), COMMONLY REFERRED TO AS "THE GREEN BOOK", WILL APPLY TO, AND CONTROL THIS WORK. PART 1- GENERAL PROVISIONS SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS City City of Fontana Agency/Owner City of Fontana Board City Council County County of San Bernardino Engineer City Engineer Federal - United States of America State - State of California Caltrans State of California Department of Transportation SSPWC Standard Specifications for Public Works Construction SBCFCD San Bernardino County Flood Control District Civil Engineer L.D. King, Inc. Geotechnical Engineer - LOR Geotechnical Group, Inc. SP=1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT [Replace with the following]: Within ten (10) working days after the date of the Notice to Award, the Contractor shall execute and return the following contract documents to the CITY: Contract Agreement Contract Performance Bond Payment Bond General Liability and Automobile Liability Insurance Certificate and Endorsement Forms Worker's Compensation and Employer's Liability Insurance Certificate and Endorsement Forms Construction Schedule Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the CITY until executed by the authorized CITY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the CITY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-4 CONTRACT BONDS [Add the following]: Both the Contract Performance Bond and the Payment Bond shall each be for not less than one hundred percent (100%) of the total contract amount. The Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Contract Performance Bond will not be released until one year after said date. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. [Replace the first paragraph with the following]: The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as -built conditions. Upon completion of all work, the Contractor shall return the control set to the ENGINEER. Final payment will not be made until this requirement is met. Payment for the as -built plans shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefor. SP-2 2-5.3 Shop Drawings and Submittals [Add the following]: All shop drawings and submittals required by the plans and specifications shall be submitted to the CITY'S PROJECT MANAGER. Contractor shall submit within ten (10) working days following "Notice to Proceed", a schedule of required submittals and shop drawings to the CITY'S PROJECT MANAGER. 2-8 RIGHT-OF-WAY [Add the following]: The CITY will acquire all rights of way, easements and rights of entry as required for this project. The Contractor shall verify that the acquisition(s) is completed prior to beginning any work outside the public right of way. All cost for remobilization, downtime, etc., due to delays in obtaining the required rights of way, easements, and rights of entry shall be included in the lump sum price bid for Clearing and Grubbing and no additional compensation will be allowed. 2-9 SURVEYING 2-9.2 Survey Service [Replace the first two paragraphs with the following]: The CITY will provide surveying and construction staking required for the construction of this project as determined by the ENGINEER. The cost of any additional surveying and/or construction staking primarily for the convenience of the Contractor, not in conformance with usual and customary practices, and for replacement of stakes lost as a result of the Contractor's operations will be the responsibility of the Contractor. The cost of said additional surveying shall- be deducted from the Contractor's progress payments. The Contractor shall make all requests for construction stakes in writing at least 48 hours in advance of the day required. The Contractor shall set finish elevation control stakes in the field and provide "cut" sheets 48 hours in advance for review and approval by the ENGINEER. Payment for setting finish elevation control stakes shall be considered as included in the price bid for the applicable items of work. SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE CITY 3-2.1 General [Add the following]: The term "Contract Price" as specified herein shall serve to mean the total dollar value of the Contractor's original bid for all of the various items of work combined and shall not be construed to mean the subtotal shown on any singular item of work. 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup [Add the following as the first paragraph]: The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers and other personnel not working directly on the change order and pickup or yard trucks used by the above personnel. These costs shall not SP-3 be reported as labor or equipment elsewhere except when actually performing work directly on the change order and then shall only be reported at the labor classification of the work performed. SECTION 4 - CONTROL OF MATERIALS The Contractor's attention is directed to the provisions of Section 4, including the provisions regarding inspection and testing, and use of equivalent materials. The CITY will pay for inspection and materials testing. The Contractor shall pay for retests due to failure to meet specifications. 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General [Replace the third paragraph with the following]: If at any time defects in the work shall be found, the Contractor shall promptly correct such defects, remove and dispose of all defective and unsatisfactory work or materials. Should the Contractor fail or refuse to remove and renew any defective work performed, or to make any necessary repairs in an acceptable manner, and in accordance with the Contract Documents, the CITY shall cause the unacceptable or defective work to be removed or renewed, or such repairs as may be necessary to be made at -the Contractor's expense. Any expense incurred by the CITY in making these removals, renewals, or repairs, which the Contractor has failed or refused to make, shall be deducted from any monies due or which may become due the Contractor, with Contractor being obligated to reimburse the CITY for any sums incurred in excess of monies due or which may become due. SECTION 5 - UTILITIES 5-1 LOCATION [Add the following paragraph]: The Contractor shall notify the utilities designated in the General Conditions at least 48 hours in advance of excavating around any of their structures. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK [Replace with the following]: The Contractor's proposed Construction Schedule shall be submitted to the ENGINEER within ten (10) working days after the date of the Notice of Award of Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. Prior to issuing the Notice to Proceed, the ENGINEER will schedule a preconstruction meeting with the Contractor to review the proposed Construction Schedule and delivery dates,. arrange the utility coordination, discuss construction methods and clarify inspection procedures. The Contractor shall submit periodic Progress Reports to the ENGINEER by the tenth day of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. SP-4 • The Contractor is advised as to the possibility of award of other construction projects within the proposed construction zone by the CITY, other governing agencies, or private companies. In the event of such award(s), the Contractor shall coordinate with the applicable parties as to the extent of and time required to complete their work and shall schedule his work and conduct his operations so as to permit access and time as required .for the concurrent work. The Contractor shall immediately notify the CITY and the ENGINEER in the event of a delay. in scheduling caused solely by this concurrent work. Payment for the above, if any, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. 6-4 DEFAULT BY CONTRACTOR [Replace the first paragraph with the following]: The CITY has the right to suspend the work in whole or in part or cancel- the contract without liability for damages, when in the CITY'S opinion the Contractor is not complying in good faith, has become insolvent, has assigned or subcontracted any part of the work without CITY'S consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the CITY to suspend the work as provided in this section, the Contractor shall not be entitled to any additional compensation for labor, materials, or other cost or expenses which may be incurred as a result thereof. CITY shall further have the right to withhold from the Contractor, any reasonable estimated sums as determined by the ENGINEER as may be required to correct the result of the Contractor's failure to abide by the provisions of the Contract Documents. The Contractor shall remain liable to the CITY for any correction cost in excess of cost incurred. Should work be suspended in part, Contractor shall continue with other work unaffected by the work suspended in accordance.with the regular schedule or construction practices. 6-7 TIME OF COMPLETION 6-7.1 General [Add the following]: The time for completion shall be as set forth in the General Conditions (Time of Completion) page GC-1. 6-7.2 Working Day [Replace with the following]: The Contractor's activities shall be confined to the hours between 7:00 AM and 4:00 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the CITY and the ENGINEER, except in emergencies involving immediate hazard to persons or property. The Contractor shall obtain approval for any deviation from regular working hours or days by submitting a written request to the CITY and the ENGINEER at least 5 working days in • advance, for approval by the CITY and the ENGINEER. In the event of either a requested or emergency deviation, inspection service fees will be. charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The service fees will be deducted from any amounts due the Contractor. SP-5 6-8 COMPLETION AND ACCEPTANCE [Replace the second paragraph with the following]: The date as certified by the CITY and the ENGINEER and/or accepted by the CITY and the ENGINEER when the construction of the project or specified construction 'schedule thereof is sufficiently completed. Completion will be in accordance with the Contract Documents, all applicable codes and to the full satisfaction and acceptance of the CITY, County, State and Federal authorities, having jurisdiction over the project so that the project or specified construction can be utilized for the purpose for which it was intended. Substantial completion shall include Contractor's furnishing of all contractor's "As -Built" data as required by the CITY and the ENGINEER to comply with the requirements of the appropriate governmental authorities and acceptance by any governmental authority or municipality. 6-9 LIQUIDATED DAMAGES [Replace last sentence of the first paragraph with the following]: If the work is not completed within the period provided in the General Conditions, the CITY and the Contractor agree that it would be impractical or extremely difficult to assess the actual resulting damages to CITY and therefore, they agree that the sum of Five Hundred ($500) Dollars for each every calendar day of such delay is a reasonable estimate of the same and shall constitute liquidated damages to CITY in such event. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES [Add the following]: A noise level limit of 86 dbA at a distance of fifty feet shall apply to all construction equipment on or related to the job, whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR 7-2.2 Laws [Add the following]: The Contractor, and all subcontractors, suppliers and vendors shall comply with applicable CITY, STATE and FEDERAL orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. 7-3 LIABILITY INSURANCE [Replace the entire Subsection with the following]: 7-3.1 Indemnification The contractor's obligation to provide indemnification shall be as set forth in Article VI of the Contract Agreement. 7-3.2 Insurance Requirements The Insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, SP-6 to the CITY at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. The Contractor shall maintain during the life of the contract a protective liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $1,000,000 each person $2,000,000 each occurrence $1,000,000 each accident for products and completed operations Property Damage $1,000,000 each accident Worker's Compensation Statutory Automobile Liability Insurance to include all owned, non -owned or hired vehicles, including loading and unloading thereof: Automobile Bodily Injury Automobile Property Damage $1,000,000 each person $2,000,000 each accident $1,000,000 each occurrence All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the CITY shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. The following statement shall be included on the insurance certificate: Additional Insured: The insurer agrees that the CITY, County of San Bernardino, its City CouncilBoard, and/or all City Council/Board appointed groups, committees, boards and any other City Council appointed body, and/or elective and appointive officers, servants, agents or employees of the CITY when acting as such are additional insured hereunder, for the acts of the insured, and such insurance shall be primary to any insurance of the CITY/County of Bernardino. The Contractor agrees to protect, defend and indemnify the CITY/County of San Bernardino against loss, damage or expense by reason of any suit claims, demands, judgments and causes of action caused by the Contractor, his employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at his option, may include such coverage under his General Liability coverage. 7-3.3 Contractor's Liability The CITY, its City Council or the ENGINEER shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the public; or for damage to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or any one employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly SP-7 guard. The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless as set forth in Article VI of the Contract Agreement, the CITY, its City Council and the ENGINEER from all suits or actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the CITY may be retained by the CITY until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the ENGINEER, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the ENGINEER may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the ENGINEER may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due or becoming due the Contractor. Failure of the ENGINEER to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. 7-3.4 Certificates of Insurance The Contractor shall not commence work until Contractor had delivered to the CITY a Certificate of Insurance executed by a duly authorized agent of the insurance carrier specifying that the insurance affords coverage for all matters set forth in this contract in at least the minimum amount required. All of said certificates must show the correct job reference and location of the job site and are not to state "covering all tracts." Contractor at his own cost and expense, shall insure this interest against loss resulting from fire, earth settlement, theft, embezzlement, riot or any other cause whatsoever. 7-5 PERMITS [Replace the first sentence with the following] : Prior to the start of any work, the Contractor shall take out the applicable CITY/County permits and make arrangements for CITY/County inspections. The Contractor and all subcontractors shall each obtain any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or public utility. Payment for this work shall be included in the bid items of work and no additional compensation will be allowed. The CITY will waive the usual CITY encroachment permit fees. The Contractor shall provide the CITY with copies of all permits prior to commencement of construction. If the permit or license of any agency or public utility is more restrictive than the standard specifications, standard drawings or the special provisions, the requirements of the permit or license shall take precedence for that portion of the work in the agency or public utility right-of-way. 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power, and Water [Add the following]: The contractor shall be responsible for installation of required temporary and permanent utility service meters. Meters shall be paid for as shown in the bid proposal sheet for meter installation and shall include full compensation for application, coordination and all related work and no additional compensation will be allowed. SP-8 Utilities service charges for electric, gas, water and telephone shall be the responsibility of the contractor during construction and construction maintenance periods. Payment for utilities service charges shall be considered as included in the prices paid for various items of work and no additional compensation will be allowed. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS [Add the following]: In addition to standard specifications, special attention shall be given to the following: Contractor shall notify the CITY of utility to be crossed. Contractor shall protect in place said utility and provide all labor, materials, tools and equipment necessary for shoring, bracing or other support and backfill required by utility owner or CITY and no additional compensation will be allowed. Existing irrigation lines and landscape areas in the parkway or front yards that need to be removed for construction shall be replaced/reconstructed. Compensation for this item shall be considered as included in the item of work originating this work and no separate payment shall be made to the contractor. Contractor shall prevent tracking tack coat, asphalt concrete emulsions onto existing concrete such as driveways, cross gutters, spandrels, and other adjacent improvements by sanding or other methods approved by the Engineer. Any material tracked onto existing improvements shall be removed to the satisfaction of the Engineer and the Owner of the improvements, at the Contractor's expense. [Replace the last sentence of Paragraph 3 with the following]: Lawns shall be repaired by installing sod of similar variety as that which was removed. Installation shall be in accordance with the grower/supplier's instructions. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access [Add the following]: (Special attention is called out for in Section 7-10.1 in whole, and especially as highlighted:) The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the ENGINEER SP-9 1 1 Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossing, of the Work at intervals not exceeding 300 feet (90 m), also shall be maintained unless otherwise approved by the ENGINEER Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to such extent that safe access may be provided, and the street is opened to local traffic, the contractor shall immediately clear the street and driveways and provide and maintain access. The contractor shall cooperate with the various parties involved in the delivery of mail and the collection or removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway, excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half of the roadway at one time. One-half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall include in its Bid all costs for the above requirements. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The Contractor shall notify all affected property owners of the proposed schedule a minimum of 48 hours, but not more than 72 hours, in advance of any limitation or closure of access to their property. Form of said notice shall be as approved by the ENGINEER and shall contain the date and time of the closure. In the event of delay, whether beyond the control of the Contractor or not, the Contractor shall notify all affected property owners as to the extent of the delay and his revised schedule. In the event of delay over 72 hours, the Contractor shall re -notify the property owners as described above. Payment for notification and coordination as per Section 7-10 as modified herein shall be included in the compensation paid for the various items of work and no additional compensation will be allowed. 7-10.2 Storage of Equipment and Materials in Public Streets [Add the following]: No more than 500 linear feet of pipeline shall be stockpiled on the site, regardless of size. The Contractor shall assume full responsibility for any damage caused by stockpiling and shall repair same at his expense. The Contractor shall also be responsible for providing traffic control as required to protect the public from hazards caused by stockpiling within the right of way. The Contractor shall be responsible for obtaining the applicable CITY permit for stockpiling within the public right of way (Permit Fees will be waived for CITY contracts). Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. SP-10 The Contractor may, at his own expense, maintain and operate a work and storage area outside the public right-of-way. In such case the Contractor shall submit to CITY written authorization from the owners of the subject property prior to occupation. Occupation of site without written authorization shall be grounds for immediate suspension of work. Location of site to be approved by CITY. Condition and operation of yard shall conform to these specifications. The Contractor shall assume full responsibility for all damage to the site resulting from his operations and shall repair and/or replace same, at his own expense, to the satisfaction of the owner of the subject property. The Contractor shall vacate site and return • it to pre -project condition within five (5) working days following completion of work for which it was intended. The Contractor shall obtain a written release from the property owner accepting the condition of the vacated site and releasing the Contractor from any further clean-up or restoration work and shall submit a copy of such release to the CITY. The Notice of Completion will not be issued until said release is submitted. 7-10.3 Street Closures, Detours and Barricades [Add the following]: The Contractor shall maintain the minimum traffic requirements designated in the General Conditions. COMPENSATION FOR TRAFFIC CONTROL SHALL include street detours, grading, restoration, arrow boards, signs, flagmen, barricades, flashers, temporary striping, removal and replacement of miscellaneous signs, fences and all appurtenances and shall be paid for at the lump sum contract price for traffic control and no additional compensation will be allowed. All existing stop signs, street name signs and regulatory signs shall be maintained in visible locations during construction and permanently relocated or removed as directed by the plans and the ENGINEER. Signs which need not be maintained during construction or permanently relocated shall be salvaged to the applicable government authority. Any deviation from the Traffic Control plans as provided shall be approved by the CITY Traffic Engineer and other agencies representatives. No street or access closure to through traffic will be allowed without the express approval of the ENGINEER. The following statement applies to all permits for work within public rights -of -way: The "State of California Manual of Traffic Control for Construction and Maintenance Work Zones" provides information necessary to carry out proper and safe traffic control. Should a contractor not provide proper traffic control after the first advisory warning, the CITY may cite the contractor or other contracting agency under City Ordinance 997. The penalty for not providing for the required proper traffic safety in the public right-of-way is a misdemeanor with a fine of up to $1,000.00 or up to 6 months in jail or both. SP-11 Contractor shall provide strict traffic control at all times using the signs, barricades, delineations, warning lights, flagged control and flashing arrow signs, as required. The normal lane to be maintained is 12 feet wide. Any deviation from this may require temporary pavement markings. Consult with the CITY INSPECTOR if you require assistance. 7-10.4 Public Safety [Add the following]: 7-10.4.1 Safety Orders The Contractor shall comply with the provisions of any CITY ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 CERTIFIED PAYROLL RECORDS [Add the following]: Certified Payroll Records shall be submitted to the CITY by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General [Replace the first paragraph with the following]: Contractor will be paid only for the quantities as listed in the Bid Schedule and constructed in accordance with the Plans and Specifications. Should any pay item contained in the Contract Documents be found unnecessary for the proper completion of the work, the CITY may, upon written Change Order to the Contractor, eliminate such pay items from the contract, and such action shall in no way invalidate the contract. Any pay items added to the contract as a result of unforeseen circumstances or required work not included on the plans and specifications will be paid only if those items were approved by the CITY, a cost was agreed to by all parties and a written Change Order was approved and submitted to the CITY prior to the construction of said work. Before any payment shall be made, Contractor shall have provided CITY with releases executed by persons who might have mechanics liens, stop notices or labor and materials bond rights against the project and arising out of the work. 9-3.2 Partial and Final Payment [Replace the last paragraph with the following]: The closure date for periodic progress payments will be five (5) working days prior to the first Monday of each month. The final progress payment will not be released until the Contractor returns the control set of the Plans and Specifications showing the as -built conditions. The full ten percent (10%) retention will be deducted from all payments. The final retention will be authorized for payment thirty-five (35) days after the date of recordation of the Notice of Completion by the CITY. SP-12 In conformance with the State of California Public Contract Code, Section 22300, the Contractor may substitute securities for any monies withheld by the CITY to secure performance under the contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the Contractor upon notification by CITY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY Attorney's office. Before the CITY shall make the final payment, Contractor shall execute and file with the CITY a release in the form supplied by the CITY, releasing its officers, employees, representatives, and agents from any and all claims for liability relating to any undisputed contract amounts for work performed in relation to the undisputed amounts. 9-3.3 Delivered Materials [Replace with the following]: Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress payment. 9-3.4 Mobilization [Replace with the -following]: Mobilization shall consist of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings and other facilities necessary for the work on this project; and for all other work and operations which must be performed or cost incurred prior to the beginning of work on the various contract items on the project site. The compensation paid for mobilization shall be included in the contract lump sum price for clearing and grubbing and shall be full compensation for all costs incurred by the Contractor for doing all work involved in mobilization as specified herein. Payment for mobilization will be included in the first monthly progress payment and shall be considered full compensation for the cost of such mobilization and administered for the entire contract. PART 2 - CONSTRUCTION MATERIALS SECTION 201- CONCRETE, MORTAR and RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE In addition to the materials outlined in Section 201-1 of the Standard Specifications, the following materials are included under Portland Cement Concrete unless otherwise covered by specific bid item. 201-1.1.1 General [Add the Following]: A. Quality Assurance SP-13 1. Concrete Mix Design: Requirements for mixes designed by an Independent Testing Laboratory (ITL), approved by the CITY, are: a. Prove by preliminary tests prior to concrete or provide historical data to substantiate design strengths. 2. Procedure: a. Use plant batched concrete. b. Conform to ACI 318-77 Building Code Requirements for Reinforced Concrete and ASTM C-94 Specification for Ready - Mixed Concrete. 3. Tests: a. The CITY may employ and pay for an ITL to test materials and design concrete mixes. b. Aggregate Test: Test for Sieve or Screen Analysis of Fine and Coarse Aggregates (ASTM C-136). B. Submittals 1. Mix Design: Submit in triplicate for each strength of concrete specified stating the proposed slump, proportions of each ingredient and location of usage. 2. Test Reports: Submit in triplicate to the CITY within 3 days after tests are made. 3. Color Chart: Submit in triplicate of texture masonry paint samples to CITY. Color and texture to be selected at time of installation by CITY'S authorized representative. 201-1.1.2 Concrete Specified by Class [Add the Following]: A. Refer to the Standard Specifications. Contractor shall utilize Concrete Class 520- C-2500 for walks and slabs; for retaining walls, foundation and footings utilize class 560-C-3250. B. Maximum Slump: 5" for concrete containing superplastizer admixture 201-1.1.4 Test for Portland Cement Concrete [Add the Following]: A. Evaluation of Test Results and Failure to Meet Strength Requirements; SP-14 1. Evaluate test results according to the Recommended Practice for Evaluation of Compression Test Results of Field Concrete (ACI 214). 2. Consider evaluations valid only if the samples have been taken and tests have been conducted in accordance with American Concrete Institute and American Society for Testing and Materials specifications and methods are applicable. 3. If strength tests performed on the concrete cylinders, cast at the time the concrete is placed, fail to meet the specified 28-day value, or if the samples have not been taken and tests conducted as specified, consider the concrete represented by such tests questionable and subject to further testing. 4. Conduct additional tests of questionable concrete in accordance with Standard Method of Obtaining and Testing Drilled Cores and Sawed beams of Concrete (ASTM C-42) when concrete cores may be obtained in the field or by load tests conducted and results evaluated in accordance with Chapter 20 of Building Code Requirements for Reinforced Concrete (ACI 318). 5. Test results obtained by the use of an impact hammer or sonoscope, unless correlated with other test data, will not be considered conclusive in evaluating strengths of concrete. 6. If the additional tests fail to demonstrate strengths adequate for the intended purpose or the member or members in question, as determined by the CITY, removed and replaced the questionable concrete. 201-1.2 Materials [Add the Following]: A. Contraction Joint: Plastic KWIK joint or equal. B. Waterproof Paper or Polyethylene Film: ASTM C-171. C. Quick -Set Concrete: Pour stone. Mix and apply in accordance with manufacturers specifications. D. Filter Fabric: Outline 80 by Wellman Inc. Use around drainage system at retaining seatwall. E. Silica Sand #16. 201-1.2.2 Aggregates [Add the Following]: A. Provide evaluation of aggregates for susceptibility to an alkali -aggregate reaction. B. Regard fine and coarse aggregates as separate ingredients. C. Maximum size of coarse aggregate: 1" for footings; 3/4" for slab and walls. SP-15 201-1.2.4 Admixtures [Add the Following]: A. Water reducing admixture conforming to ASTM C-494 Type A, Plastocrete or equal. B. Superplastizer high range water reducing admix conforming to ASTM C-494 Type A and K Sikament 300 or equal. C. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0.05% chloride ions are not permitted. 201-2 REINFORCEMENT FOR CONCRETE [Add the following]: In addition to the materials outlined in Section 201-2 of the Standard Specifications, the following materials are included under Steel Reinforcement for Concrete unless otherwise covered by specific bid item. A. Furnish reinforcing bars cut to length and bent, chair, spacers, ties, and temperature steel necessary to complete reinforced concrete work shown on the Drawings. B. Smooth Bar Dowels: ASTM A-615, Grade 60 or ASTM A-36, plain round bars. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS In addition to the materials outlined in Section 201-3 of the Standard Specifications, the following materials are included under Expansion Joint Filler and Joint Sealants unless otherwise covered by specific bid item. 201-3.2 Premolded Joint Filler [Add the Following]: Refer to the Standard Specifications. Contractor to utilize Nonextruding and Resilient Filler ASTM D 1751 (Bituminous Type). 201-3.4 Type "A" Sealant [Add the Following]: Refer to the Standard Specifications. Contractor to utilize type "A" Sealant. 201-4 CONCRETE CURING MATERIALS In addition to the materials outlined in Section 201-4 of the Standard Specifications, the following materials are included under Concrete Curing Compound unless otherwise covered by specific bid item. 201-4.1 General [Add the Following]: A. Liquid Membrane: The compound shall be clear styrene acrylate type, 30% solids content minimum, and have test data from and independent testing laboratory indicating a maximum moisture loss of 0.030 grams per square centimeter when SP-16 applied at a coverage rate of 300 square feet per gallon. Compound shall be "Super Rez Seal" or "Super Pliocure" by The Euclid Chemical Company, "Masterseal 66"- by Master Builders, or approved equal, manufacture's certification required. Apply in strict accordance with manufacturer's recommendations. B. Dissipating Resin Curing Compound: The compound shall be a dissipating resin compound, conforming to ASTM C-309, Type, "Kurez DR" by The Euclid Chemical Company, or approved equal. The film must chemically break down in a two to four week period. 201-5 CEMENT MORTAR In addition to the materials outlined in Section 201-5 of the Standard Specifications, the following materials are included under Cement Mortar unless otherwise covered by specific bid item. 201-5.6 Quick Setting Grout [Add the Following]: Set non -shrink grout manufactured by the Master Builders Co., Upcon Construction Grout manufactured by the Upcon Chemical Division of USM Corporation, 5-Star Grout manufactured by the Grout Corporation, Crystex Grout manufactured by L & M Construction Chemicals, Inc., or approved equal. SECTION 211- SOILS AND AGGREGATE TESTS 211-2 COMPACTION TESTS 211-2.2 Field Density [Add the following paragraph]: Field density tests will be made by the Geotechnical Engineer during the course of construction at the expense of the CITY. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed by the Geotechnical Engineer at the Contractor's expense. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1.1 General [Add the following]: Contractor shall field verify existing grades and shall accept site as is, for no other grading shall be performed by AGENCY. 300-1.3 Removal and Disposal of Materials 300-1.3.1 General [Replace the first sentence]: SP-17 All materials removed shall be disposed of in a legal manner at an appropriate Disposal Site. 300-1.3.2 Requirements [Add the following]: (a) Bituminous Pavement [Replace second sentence with the following]: Saw cutting of edges to be joined is required. (d) Miscellaneous [Add the following]: In addition to the work outlined in Section 300-1.1 of the Standard Specifications, the following items of work are included under the Sewer Construction unless otherwise covered by specific bid item. 1. Mobilization and demobilization in accordance with Section 9-3.4 of the Standard Specifications. 2. Maintaining dust control at all times by watering during the entire time of the project, whether extended or not, including developing a water supply and furnishing and placing all water for all work done in the contract, including water used for extra work. 3. Provide for necessary traffic control, including all signs, barricades, flashers and flagmen necessary to maintain proper control along street rights of way and easements. 4. Application of soil sterilant. 5. Protection of utilities, structures, improvements and other facilities within the construction zone, except those specifically shown on the plans to be removed or relocated. 6. Removal and disposal of existing natural and artificial objectionable material within the limits of construction. 7. Verification of existing locations and elevations as shown on the plans or directed by the ENGINEER other than that designated as "potholing." 8. Replacement of disturbed traffic signs, street names, mailboxes, property owner signs, fences, landscaping, protection of temporary construction fences and all appurtenances, striping and markings as required to the satisfaction of the ENGINEER 9. Tree removal and disposal of trees in a legal manner including removal of all roots and vegetative material, over -excavation if applicable, and recompaction to 95% minimum relative compaction (ASTM D-1557). Tree removal permit shall be obtained from the appropriate agency. SP-18 10. Provide for the replacement of trees and plants, of the same kind, to the reasonable satisfaction of the property owners whether indicated on the plans or not. 11. This item shall also be interpreted to include the removal or relocation of any additional items not specifically mentioned herein or covered by specific bid item, which maybe found within the work limits whether shown or not shown on the plans to be removed or relocated. 300-1.4 Payment [Add the following]: Unless otherwise specified, compensation for clearing and grubbing shall include full compensation for Items described above, and shall be paid for at the lump sum contract price and no additional compensation will be allowed. Payment shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work involved in clearing and grubbing as specified, including saw -cutting, loading, hauling, stockpiling and disposal. Special note to the Contractor that the majority of clearing and grubbing work within the project area will be performed by others. Tree removal, fence relocation and rough grading for proposed street will be performed by others prior to sewer Contractor move -in on the project. 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General [Add the following]: Unless separately designated, unclassified excavation shall include excavating, loading, stockpiling, hauling and disposing of surplus material to the depth indicated on the plans or as directed by the ENGINEER. Any remnants of structures, foundations, and fences within limits of construction shall be removed and disposed of in the legal manner and will be considered part of Unclassified Excavation. Removal of existing asphalt concrete pavement shall be included in this item of work unless covered by a specific bid item. 300-2.2 Unsuitable Material [Add Subsection 300-1.3.2 (a) Bituminous Pavement" as Subsection 300-2.2.3 and amend as follows]: Bituminous Pavement and Concrete removals shall be saw -cut at the designated lines of removal shown on the Plans or as designated by the ENGINEER. 300-2.6 Surplus Material [Add the following]: All surplus materials shall be disposed of in a legal manner at the Contractor's expense. 300-2.9 Payment [Replace with the following]: Payment for Unclassified Excavation shall be deemed as included in the compensation paid for the related bid item and no additional compensation will be allowed. SP-19 Payment for removal of existing asphalt concrete pavement, concrete driveways, and concrete curb and gutter shall be included in prices for various items of work and no additional compensation will be made therefor, and shall include furnishing all labor, materials, tools, and equipment involved, including saw -cutting, loading, hauling, stockpiling and disposal. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General [Add the following]: Structure excavation and backfill shall be limited to the areas shown on the plans. In making structure excavations for the project, the Contractor shall be fully responsible for designing, checking, providing and installing adequate sheeting, shoring, bracing, lagging, cribbing and piling as may be necessary as a precaution against slides, slippage or cave-in and to protect all existing and temporary improvements of any kind, either public or private property, fully from damage. 300-3.5 Structure Backfill 300-3.5.1 Requirements [Add the following]: The relative compaction of all structural fill and backfill shall be 95 percent. 300-3.6 Payment [Add the following]: Payment for structure excavation and backfill shall be considered as included in the various items of which they are a part, and no additional compensation will be allowed therefor. SECTION 301- TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.2 Preparation of Subgrade [Add the following]: Preparation of the subgrade shall conform to the provisions of Section 301-1 of the Standard Specifications and these provisions. Subgrade preparation for areas of •new pavement shall include scarification, moisture conditioning, and compaction of the upper approximately 12. inches of subgrade. If areas of soft, saturated, or otherwise unsuitable materials are encountered, they should be removed to competent underlying material, as evaluated in the field by the geotechnical consultant, and replaced with compacted fill. Fill should be placed in horizontal lifts approximately 8 inches in loose thickness and compacted by appropriate mechanical methods. Fill should be generally free of rocks or hard chunks of material in excess of 6 inches in diameter. Fill material placed to support structures, such as pavements, curbs, and gutters, should be compacted to 95 percent or more relative compaction in accordance with ASTM D 1557-91 at a moisture content at or near optimum. SP-20 301-1.3 Relative Compaction [Replace with the following]: Relative compaction of finished subgrade under paved areas and concrete curb and gutter shall be modified to require 95% minimum relative compaction of the top 12" of the subgrade. All material removed and replaced for remedial grading, trenching, or disturbed by tree removal shall be compacted at 95% minimum relative compaction, even where it extends beyond 12" below finished subgrade. Relative compaction of all other areas outside of curb and gutters, gutters and paved areas shall require 90% minimum compaction. Compensation for subgrade preparation shall be deemed to be included in the unit price bid for respective bid item and no additional compensation will be allowed. 301-1.7 Payment [Replace the first paragraph with the following]: Payment for subgrade preparation shall be included in the unit price bid for respective bid item and shall include, hauling, exporting, screening, spreading and compacting and no additional compensation will be allowed. 301-6 SOIL STERILANT [Add the following Subsection]: 301-6.1 General All areas to receive Asphalt Concrete Pavement shall be prepared in accordance with applicable sections of the Standard Specifications concerning subgrade preparation. In addition, after the compaction is completed, the Contractor shall apply a non -migrating soil sterilant to the subgrade. Application shall be by spray equipment which provides good mechanical agitation and even coverage of the area to be treated. Spray equipment shall be calibrated before material is applied and the CITY Inspector's decision as to the effectiveness of the spray equipment shall be final. Great care shall be taken to apply soil sterilant to the designated areas only. Aggregate base may be placed immediately after placement of soil sterilant. 301-6.2 Operator's License The Contractor's operator applying the soil sterilant shall be licensed by the State of California, Department of Food and Agricultural Affairs and registered with the Office of the Agricultural Commissioner of San Bernardino County as pest control officer. 301-6.3 Application Any soil sterilant, which is approved in writing by a licensed pest control advisor (for the purpose of which it will apply) may be used upon acceptance by the ENGINEER. The dye shall not stain concrete or masonry. Certification shall be furnished to the ENGINEER showing the purchase receipt and manufacturer's recommended rate of application of the material. SP-21 301-6.4 Payment The Contractor shall supply all labor, materials and equipment to apply the soil sterilant and shall include the cost for application in the lump sum contract price bid for clearing and grubbing and no additional compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General [Replace the last paragraph with the following:] Asphalt Concrete shall conform to the requirements of Subsection 203-6.1 and Section 302-5 of the Standard Specifications, as modified by these Special Provisions. 302-5.4 Tack Coat [Add the following]: A tack coat shall be applied uniformly upon the existing pavement planes and joints, gutters, inlets, manholes, etc. prior to placing the asphalt concrete. The tack coat shall be SS-lh emulsified asphalt per Section 203-3. The surface to be covered shall be free of water, foreign material, vegetation or dust before application of the tack coat. Payment for tack coat, labor, equipment, and material and doing all other appurtenant work shall be deemed as included in the unit price bid for asphalt concrete and no additional compensation shall be allowed. 302-5.5 Distribution and Spreading [Add the following]: Asphalt concrete pavement for resurfacing shall be at least 4" thick, regardless of the thickness of the pavement removed and shall be placed in two or more courses. The base courses shall be no more than three inches thick and shall be B-AR-4000. The finish course shall be a minimum one inch thick and shall be C2-AR-4000. The courses shall be machine placed. All trench resurfacing shall be completed to the base course level within five working days following underground construction. Placement of the finish course shall not be completed until completion of all underground construction unless waived by the ENGINEER. At those locations where new asphalt concrete pavement overlay joins existing asphalt pavement, the Contractor shall rake out all aggregate 3/8 inch or larger and feather the new paving to form a smooth transition to join the existing pavement. Contractor shall suspend all paving operations when the CITY Inspector determines the weather conditions are not suitable for paving. 302-5.9 Measurement and Payment [Add the following]: Asphalt Concrete pavement for resurfacing shall include the full depth patch and shall be SP-22 measured by the ton. The weight shall be determined as provided in Subsection 302-5.8 of the Standard Specifications. Payment shall be made at the contract unit price bid per ton and shall include full compensation for subgrade preparation, including tack coat where required. Payment will only be made for resurfacing of areas of pavement removal within the "pay limits" as shown per detail on the plans and measured in the field. Resurfacing of areas removed outside of these limits will be at the Contractor's expense. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General [Add the following]: Concrete structures shall conform to the provisions of Section 303-1 of the Standard Specifications for Public Works Construction as modified by the applicable Standard Plans and herein. Concrete in other agencies right-of-way shall be done as per other agencies permit requirements. Steel Reinforcement for Concrete. All steel reinforcement for concrete structures shall conform to the provisions in Section 201-2 of the Public Works Standards unless otherwise noted in the Plans or these Special Provisions. Section 52-1.04 of the State Standard Specifications shall apply in lieu of Section 201-2.5 of the Public Works Standards. Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. The surfaces of all concrete structures shall receive an ordinary surface finish. All concrete inlets shall have chamfered edges. 12" Concrete Bond Beam shall have rounded edges at tie in points. The Contractor shall furnish all labor, tools, and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The exact proportions of aggregate and water to be used in all classes of concrete shall be determined by the Contractor and submitted to the ENGINEER for review at least ten (10) working days prior to its use under this contract. Unless otherwise specified, transverse construction joints shall be placed in all reinforced sections at intervals of not less than 10 feet or more than 50 feet. The joints shall be in the same plane for the entire structure and for concrete thickness greater than 6 inches shall be keyed as directed by the ENGINEER. The concrete for surface improvements shall be Class 560-C-3250, while that for inlet structures and junction structures shall be Class 560-C-3250, and while that for box culverts shall be Class 650-C-4000. 303-1.3 Forms [Add the following]: SP-23 Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 1/4 inch when checked with a 10 foot straight edge. Concrete in walls with side slopes flatter than 3/4:1 shall be placed on suitable material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used where the slide slope is 3/4:1 or steeper. A clear non -staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost of furnishing and placing form release agent shall be included in the cost of Portland Cement Concrete. Contractor shall be responsible for the design, engineering, construction and safety of removable form work. Contractor shall design removable forms for the loads and lateral pressures outlined in the American Concrete Institute Standard "Recommended Practice for Concrete Formwork" (ACI 347-78). 303-1.7 Placing Reinforcement 303-1.7.1 General [Add the following]: Aluminum and plastic supports for reinforcement shall not be used. Bars shall be accurately spaced as shown on the Plans and spacing of first bar immediately adjacent to transverse construction joint shall be one-half the required spacing shown on the Plans. In no case shall the clear distance between parallel bars be less than 2-1/2 diameters of the bar, or a minimum of 2 inches. Unless otherwise shown on the Plans, embedment of reinforcing steel (other than stirrups and spacers) shall be 1-1/2 inches clear depth for #8 bars or smaller and shall be 2 inches clear for #9 bars and larger. Where placement of reinforcing steel required alternate bars of different size, embedment requirements shall be governed by the larger bar. Stirrups and spacers shall be embedded not less than one inch clear depth. Measurement of embedment shall be from the outside of the bar to the nearest concrete face. Tack welding or butt welding of reinforcing bars will not be permitted. 303-1.7.2 Splicing [Add the following]: Reinforcing bars may be continuous at locations where splices are shown on the Plans, at the option of the Contractor. The location of splices, except where shown on the Plans, shall be determined by the Contractor based upon using available commercial lengths where applicable. Splices shall consist of placing the reinforcing bars in contact and wiring them together in such a manner as to maintain the alignment of the bars and to provide minimum clearances. No lapped splices will be permitted at locations where the concrete section is not sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar. The clearances to the surface of the concrete shall not be reduced. SP-24 Where grade 60 reinforcing bars are required, the length of lapped splices shall be as follows: Reinforcing bars No. 8, or smaller, shall be lapped at least 45 diameters of the smaller bar to be joined, and reinforcing bars Nos. 9, 10, and 11 shall be lapped at least 60 diameters of the smaller bar to be joined, except where otherwise shown on the plans. Splices of tensile reinforcement at points of maximum stress shall be avoided; however, any deviation from splices shown on the Plans shall be approved by the ENGINEER. 303-1.8 Placing Concrete 303-1.8.1 General [Add the following]: The Contractor shall exercise caution in placement of concrete walls and congested areas to ensure proper consolidation and that there are no voids, and protection of waterstops in position. Adequate provisions shall be made for easy visual inspection of concrete placement, consolidation and waterstop protection. Pouring of walls in lifts, use of smaller maximum aggregate sizes, or other methods as necessary may be proposed by the Contractor and will be permitted only after evaluation by the ENGINEER. 303-1.9 Surface Finishes 303-1.9.2 Ordinary Surface Finish [Add the following]: Ordinary Surface Finish shall not apply to rock pockets, which in the opinion of the ENGINEER, are of such extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement. In such cases, the ENGINEER may declare the concrete defective and require the removal and replacement of the structure affected. 303-1.10 Curing [Amend first paragraph with the following]: Exposed concrete surfaces shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. 303-1.11 Payment [Replace paragraph one with the following]: Portland Cement Concrete structures will be paid for as shown in the proposal bid sheet for each item and shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to construct the respective structure in conformity with the plans and specifications. Payment for concrete manhole structures, junction structures, catch basins, collars, and bulkheads shall be made at the contract unit price bid for each respective type of structure as bid and shall include full compensation for furnishing all materials, labor, tools and equipment, and doing all work required to provide each respective item of work complete in place as shown on the plans or specified herein, including removal of existing improvements, and no additional compensation will be allowed. Payment for concrete catch basins shall include compensation for the local depression as shown on the plans. In areas of existing pavement, catch basins shall be constructed by saw -cutting SP-25 and removing the existing pavement one foot from the edge of the local depression. Following construction of the basin and local depression, the void shall be patched with 6" thick full depth asphalt concrete pavement in accordance with Section 302-5 of these Specifications. Payment for adjustment of concrete manholes or junction structures to grade shall be included in the compensation paid for the respective structure. Removal of existing structures shall be paid for at the contract unit price per each regardless of size and no additional compensation will be allowed. 303-2 AIR PLACED CONCRETE 303-2.1 Requirements 303-2.1.1 General [Add the following]: Air -blown mortar (concrete drainage swale) shall conform to the provisions in CALTRANS Standard Specification, Section 53, "Air -Blown Mortar" and Section 72, "Slope Protection" and these special provisions. The contract price paid per linear foot for air -blown mortar (concrete drainage swale) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing air -blown mortar, including preparing the foundation, reinforcement, and structure backfill, as shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the ENGINEER. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, DRIVEWAYS AND ALLEY INTERSECTIONS [Add the following]: The applicable provisions of Section 303-5 shall apply to concrete paving for Bus Bays and placement of drainage inlet aprons. Concrete shall be Class 560-C-3250 for the Bus Bays and drainage inlet aprons. Concrete driveway reconstruction shall consist of embankment, excavation, removal of existing asphalt and/or concrete driveways and placement of concrete driveways all to match driveways to new street grade as determined by the ENGINEER. Concrete driveways shall be a 4 inch minimum thickness. 303-7 ROCK SLOPE PROTECTION (Rip Rap) [Add this Subsection] Concreted rock slope protection shall conform to CALTRANS Standard Specifications (Latest Edition), Section 72, "Slope Protection". The unit price paid for concreted rock slope protection shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals,. and for doing all the work involved in constructing the rock slope protection (rip rap), complete in place, as shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the ENGINEER. SP-26 SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation 306-1.1.2 Maximum Length of Open Trench [Replace with the following]: The maximum length of open trench shall not exceed 500 feet, including length of pipe laid but not backfilled, pipe laying construction, and open trench excavation. All excavations shall be backfilled to finish grade at the completion of daily operations. Temporary asphalt patch shall be placed as soon as possible after pipe is laid in paved areas. 306-1.2.1 Bedding [Add the following]: Pipe bedding for underground conduits shall conform to plans and Section 306-1.2.1 of the Standard Specifications. The cost of providing and installing said bedding material shall be included in compensation paid for the respective bid item for construction and no additional compensation will be allowed. Where additional rock bedding is required by the ENGINEER to stabilize unstable subgrade due to existing ground conditions (not attributable to the Contractor's operation), such rock bedding shall be considered extra work as provided in Subsection 3-3 of the Standard Specifications as amended herein. Additional bedding placed in excess of the limits shown per the Standard Plan for the convenience of the Contractor shall not be subject to additional compensation. 306-1.3 Backfill and Densification [Add the following]: Contractor is advised that rock or unacceptable trench backfill material may be encountered during trenching operations. Where such material is encountered, Contractor, shall at no additional cost to the City, furnish and install suitable bedding and backfill material in accordance with the Contract Documents. 306-1.3.1 General [Add the following]: No rocks greater than 6" in any dimension shall be allowed in the backfill. No nesting of rocks shall be allowed. 306-1.3.4 Compaction Requirements [Replace with the following]: All trench backfill and bedding shall be densified to 90% minimum relative compaction as required per Section 301-1 of these specifications. Relative compaction of top 12" of subgrade in paved areas shall require 95% relative compaction of the subgrade. Relative compaction of the pavement section's aggregate base shall be 95%. Placed backfill and the granular bedding material shall be compacted to 90% minimum relative compaction. In STATE right-of-way trench backfill material will require 95% minimum relative compaction and/or as directed by the STATE representative. Labor to install backfill shall be included in the unit cost of the item of work requiring excavation and backfilling. Jetting will not be permitted unless specifically approved in advance by the ENGINEER. Asphalt Concrete shall not be used for backfill unless it has been crushed to a maximum size 3/4". No rocks greater than 6" diameter shall be allowed in the backfill. SP-27 All surplus material 3" or smaller shall be uniformly spread and compacted in the street subgrade. No material greater than 3" in any dimension shall be used in the top 12" of the subgrade. No nesting of rocks shall be allowed. 306-1.6 Basis of Payment for Open Trench Installation [Add the following]: Payment for open trench installation of pipe and conduit shall be made at the contract unit price bid per linear foot, for the respective pipe size, as measured along the centerline of pipe and shall include full compensation for furnishing all materials, labor, tools and equipment and doing all work involved to provide these items of work, complete in place, including excavation, furnishing and installing the pipe, bedding, backfilling, compaction as shown on the plans or as directed by the ENGINEER and no additional compensation will be allowed. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES [Add the following]: The above shall apply to all utilities and underground conduits. SECTION E - TRAFFIC SIGNING, STRIPING, MARKINGS, AND MARKERS Traffic signs, strips, legends and raised pavement markers shall conform to the California Department of Transportation Traffic Sign Specification, Standard Plans and CALTRANS Standard Specifications. Traffic signs shall be mounted on a "Quick Punch Post" 2" X 2" (12 GA.) with 7/16" holes, 1" on centers, on four sides that can be punched out. Length to vary with sign installation to maintain minimum heights. Traffic sign post anchor shall be a heavy duty one piece, 2 1/2" X 30" X 6 gauge, (non - perforated), to fit a 2" square steel post, prepunched at mid -point of anchor with one 7/16" hole on each side, and at top. Traffic striping and pavement markers shall conform to the California Department of Transportation CALTRANS Standard Specification Section 84 and these Special Provisions. Signal Ahead signs (W41) shall be of the highest reflectivity available with a graffiti coating material on the sign surface. Traffic control shall be as per the "State of California Manual of Traffic Controls." Raised pavement markers shall conform to the CALTRANS Standard Specifications Section 85 and shall be type as called for on the plans. Pavement legends shall conform to CITY stencils. Stripes and pavement legends shall be reflectorized. LAYOUT, ALIGNMENT AND SPOTTING Layout -The Contractor shall furnish the necessary control points for all striping and markings and shall be responsible for the completeness and accuracy thereof to the satisfaction of the ENGINEER. SP-28 Spotting shall be completed prior to the removal of any existing stripes or markings. Existing stripes and marking shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends or holidays. Paint for layout, alignment and spotting shall be of the same color as the strip of pavement marking to be painted. APPLICATION OF PAINT Application of thermoplastic materials and glass beads shall conform to Section 84-2.04 of the CALTRANS Standard Specifications and these Special Provisions. MEASUREMENT AND PAYMENT Compensation for traffic signs, striping and markings shall be at the lump sum contract price bid for Traffic Control, Signing and Striping installation. Payment shall include full compensation for furnishing all labor, material (including adhesives, glass beads and paint), tools, equipment and incidentals; and for doing the work involved in installing traffic signs, striping and markers complete in place, including removal of existing stripes, raised pavement markers and salvaging and stockpiling existing obsolete signs and necessary traffic control, as shown on the plans and as specified in these Special Provisions and as directed by the ENGINEER, and no additional compensation will be allowed. SP-29 APPENDIX I APPLICABLE STANDARD PLANS Mcnhole Frome a Cover Alhombro Foundry Co. Ltd. No. A-II70 "TOP Pavement - 12" Min. PLAN A .C. Pavement to surface 2" A.C. Pavement to surface Inner Pan Alhambra Foundry Ca Lid. No. A- 1172 NOTE: Not to be furnished unless called for in specifications. 12 Min. El C//i//// Manhole Barrel NOTES: SECTION A —A MSAME AS EXISTING-3"min. 9 6"mcx. :iii �:•i•�iii••i•ii • • TOP Pave ment7 E6"min/. ® Revised 9-SS I clr.:! .r! d Revised 4,77 Ckd Air foal FH a11., MIS CITY OF FONTANA CALI FORN IA STD. MANHOLE FRAME & COVER AND REINFORCED CONCRETE COLLAR III is Drawn By Checked By • Approved. f CIi�ENOlee.ti Dote Sus. i�sd STD. DETAIL I09 ( Sur'cce of Ground - I} of • > v d-nv•e F. cme 9 Ctrer + .t • picce tco 5�2.�t step tenectn ^� 15 �'1 -, frame . ; ° e N It. Alternote -- ; cross wire - Dliend to dottedi °•• ne. 1 ►' 579- �� m I'. .5 • 'a t 4'-8Ih" —1 Closs"B"Concre to lOutlet Inlet a. —L. N i:I 1/4" 1/4" SECTION OF TOP RINGS ' (Fie -Cast R.C. 0 t/2'. ro M 0 v -1 2 3/32" ._ 4 Ve°' 48"dio. CONE HALF -SECTION (Pre- Cast R.C.) Ins-- 4 I/8" -� JOINT DETAIL NOTES: L See Std Detail Nos. III, 1138 114 for drop 8 junction details and typical junctions. 2 Eccentric cone may be used in lieu of concentric cones. 3. The lowest rrj+anhols step shell placed not less than 16 nor more than 24 above melt. 4. Theupper manhole step shall be placed • between the top of manhole and the manhole cover frame and shall project not more than 3 inside manhole. 5. All joints shall be mortared. 6. 3/4" IS goly. iron step or plastic steps per ASTM A-82, ASTM C-478, ASTM Type 11 Grade 43758. 5/6/86 7/20/84 Type Steps No. of Top Rings CITY OF FONTANA CALJFORNIA STANDARD PRE -CAST MANHOLE Reinforced Concrete for 6" to 24" Pipe Cnnls a tU, 71 Drown By ieae• Checked By• Approved Dote tfSd E« ,2,5 STD. DETAIL lit SEE STANDARDS 125A AND 125 8 ON SEWER CLEANOUT BOXES-- 4'= V.C.P. RISER PROVIDE WATER TIGHT PLASTIC PLUG W/ TIGHTENING BANDS-01 w 2 J cc SEWER MAIN 45° 1/8 BEND PLAN MIN. 2 % SLOPE UNLESS OTHERWISE DIRECTED BY CITY ENGINEER ELEVATION SEWER MAIN 4" V.C.P. LATERAL 45°-I/8 BEND CONSTRUCTION . NOTES' I. RESIDENTIAL SEWER SHALL BE 4" MINIMUM V.C.P PIPE.. 2 ME ALL COMMERCIAL SEWER CONNECTIONS SMALL BE 6- VC.P SEWER LATERAL,WYE 8 RISER. 3.ALL SEWER CONSTRUCTION IN THE PUBLIC RIGHT-OF-WAY SHALL BE VITRIFIED CLAY PIPE. 4. CONCRETE BOX : SHALL BE INSTALLED WHENEVER LATERAL RISER WILL BE IN A CONCRETE AREA, IE. DRIVEWAY. SEE STANDARD DETAIL 125 A . 5. PLASTIC BOX SHALL BE INSTALLED WHENEVER.. LATERAL RISER WILL BE IN TURF AREA, IE. PARKWAYS. SEE STANDARD DETAIL 125 BRirvisild 5-93 CITY OF FONTANA, CALIFORNIA SEWER LATERAL HOUSE CLEANOUT DRAWN BY C.V. CHECKED BY G.MM APPROVED/0-m A.A- STD. DETAIt 125 NO.37—T CAST IRON TRAFF !C COVER NO.37 BODY 14' 22 3/4• • is 3/c The Cleanout Box to be .a Brooks No. 37 with Cast Iron Cover or Equal. Box to be Installed to allow Maximum Access to PL Cleonout. This Concrete Box is to be Installed Whenever the V.C.P. Lateral Riser will be in a Concrete Area, ie. driveway, side —walk. ACAD STD DET. 93L6010 Signed: Date: s•/c• s3 ITY OF FONTANA, CALIFORNIA EWER .CLEANOUT BOX N.T.S. Drown By Checked By r= Approved By �w Date Alr•fe•'� STD. DETAIL 125 A 1419 CR 1419T ScRIEE COVER 1419 SERIES BODY The Cleanout Box to be a Brooks No. 1419 Series with Plastic Cover or Equal. Box to be Installed to allow Maximum Access to PL Cleanout. �. This Plastic Box is to be Installed Whenever the V.C.P..Lateral Riser will be in a Landscape Area. ACAD STD. DET. 93L6012 Signed: • Date: he• 3 ITY OF FONTANA, CALIFORNIA EWER.CLEANOUT BOX N.T.S. Drawn By Checked By CA/ Approved By Date a•ii• q.j STD. DETAIL 125 B AR-4000 3/8"MAX., HOT MIX A.C. AR-4000 3/4" MAX.,HOT MIX A.C. XISTING A.C. i SELECTED NATIVE SOIL PER CITY PLANS a SPECS. BEDDING SHALL BE IN ACCORDANCE w/NOTE II, PIPE CL.B D-LOADING CENEtu. N0T2S, 1. All excavation within the City of Pentane right-of-way requires an excavation permit from the Public Yorks Deparcaeet. 2. Underground Service Alert shall be notified 2 working days prior to start of wore 1.600- 422.4133. S. All excavations $Ka1l be made. protected. and imported for safety and in the manner set forth in the operations rules. orders. and regulations prescribed by the California Division of loauatrial Safety. 7. All edges of existing Joined and surface oe receive a tack coat 8. Trenches of 300 feet with a self-propelled 3"MAX. SIZE NATIVE SOIL, COMPACTED 95% 6" MAX. SIZE NATIV SOIL, COMPACTED 90 ° '(WITH A SELF-P RCP ILED %/IP:RAlING ...:--:..:CO 1 3/4!! !LAX. X CC..P ..- r`iT W: TRENCH WIDTH CD.: OUTSIDE DIAMETER OF PIPE 12" MINIMUM OR AS DIRECTED paveseet being ant overlaid shall of asphalt emulsion. or mori to be paved paving aacaips. 9. Any street paved or resurfaced in the previous 76 soothe vnere the trench ex- tends from gas euro sore chap 7 feet or is in a traveled lane, will renuire an overlay 25 f!st in both directions from the line of trench. Par number a above. 4. Compaction of bactftll shall be verified by contractor and approved by the Department of 10. If trench failure should occur. the per* Public works prior to the plating of tt.e perma- mitts,/developer will be notified of such deficiencies and allowed to remove. neat pavement. . .replace. remedy this work. Upon failure S. Permanent pavement shall be replaced within 5 •of the contractor to promstly comply and days of . a *litmus 2-loch coder order of the City Log ..ttsnch of temporary aepnalt paving shall be placed with... failures shall be remedied• removed. re- in,tne trench area until personate repair is :placed at permittee/level-!our sold expense. 1s completed. The temporary paving shall be placed and compacted in such a manner as to pro- 11. 'vide a safe and smooth travelsd.eurface. Permit* tee shall sain1aaa the temserary pavement in • safe and smooth condition until permanent paving is in place. Bedding material shall be sand, travel. crushed aggregate. or native tree-drain- 1n5 granular material having a sand eou►- vstent of not less than 30. and shall have a percentage composition by weight which conforms to the following 5radings .6. Prior to placement of permanent paving. foisting pavement shall ba cut t0 a neat atraig0t line. Sieve Sires Pereeetate Passing Sieves Pavement tracts• ad.eeeee to the trench anal/ be removed. 2.1/2 90-100 No. a 35-100 :I..I:QC=?.:I) PRIOR '-t) ?r.;.C':=:I OF ?"?,::r::z:NT PAVV «,i::', F'? :? :—:it;ORK Y of FONTANA, CALIFORNIA O A, TANDARD TRENCH REPAIR ORAWN BY CHECKED BY CA/•. F~/• t.7 /. /-/rC. APPROVED BY / 4 4,- - „ City Engineer DATE /- STE DETA 131 APPENDIX II SOILS DATA (For Reference Only) LORGEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental SUBSURFACE SOILS INVESTIGATION PROPOSED GRAVITY SEWER PHASE I, REACH III FONTANA, CALIFORNIA PROJECT NO.: 61228.1 AUGUST 10, 1999 Prepared for: L.D. King, Inc. 2151 Convention Center Way, Suite 100B Ontario, California 91764 Attention: Mr. Michael P. Thorton 6121 Quail Valley Court ♦ Riverside, California 92507 ♦ (909) 653-1760 ♦ Fax (909) 653-1741 GEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental August 10, 1999 L.D. King, Inc. 2151 Convention Center Way, Suite 100E Ontario, California 91764 Attention: Mr. Michael P. Thorton Gentlemen: Transmitted with this letter is our report entitled Subsurface. Soils Investigation, Proposed Gravity Sewer, Phase I, Reach III, Fontana, California, Project No. 61228.1. This report was based upon a scope of services generally outlined in verbal communications with your office. It has been our pleasure assisting you on this project. If you have any questions or comments concerning the information in this report, please contact us. Respectfully submitted, LOR Geotechnical Group, Inc. Leuer, G.E. dent AAT:qam Distribution: Addressee (6) 6121 Quail Valley Court ♦ Riverside, California 92507 ♦ (909) 653-1760 ♦ Fax (909) 653-1741 1 TABLE OF CONTENTS Page No. INTRODUCTION 1 PROJECT CONSIDERATIONS 1 FIELD INVESTIGATION 1 LABORATORY TESTING PROGRAM 2 SUBSURFACE CONDITIONS 2 CONCLUSIONS 3 RECOMMENDATIONS 3 Pipeline Construction 3 LIMITATIONS 4 CLOSURE • APPENDICES Appendix A - Index Map and Plat Appendix B - Field Investigation and Boring Logs Appendix C - Laboratory Testing Program GEOTECHNICAL GROUP, INC. L.D. King, Inc. Project No. 61228.1 August 10, 1999 INTRODUCTION During June of 1999, a Subsurface Soils Investigation was performed by LOR Geotechnical Group, Inc. for the proposed gravity sewer, Phase I, Reach III, in the City of Fontana, California. The investigation for Phase I of the project was part of a larger investigation which included Phase II and III of the proposed gravity sewer project. Phases II and III will be reported in a separate report at a later date. The purpose of this investigation was to evaluate the subsurface conditions encountered in our exploratory borings and to provide geotechnical design recommendations for the proposed gravity sewer. installation. The scope of :our. services included: 1) A subsurface field investigation; 2) Laboratory testing of selected soil samples obtained during the field investigation; 3) Development of geotechnical recommendations for the storm drain installation; and 4) Preparation of this report. To orient our investigation at the site, a copy of the Preliminary Project Plans were furnished for our use. The generalized proposed gravity sewer street alignment was indicated on this plan. The precise alignment had not been determined at the time of this investigation. The findings of our investigation, as well as our conclusions and recommendations, are presented in the following sections of this report. PROJECT CONSIDERATIONS Phase I will consist of installing 4000 ± linear feet of gravity sewer within Stover. Avenue between Hemlock Avenue and -Poplar: Avenue.. The proposed gravity sewer is anticipated to be 10± feet below the existing. ground.' The location of the project area within its regional setting is indicated on Enclosure:A-1; within Appendix A. The proposed alignment of the Phase I gravity sewer is shown on the attached Plat, Enclosure A-2, within Appendix A. FIELD INVESTIGATION Our field exploration program, for Phase I of the project, was conducted on June 29, 1999 and consisted of drilling four exploratory borings with a truck -mounted CME 55 drill rig equipped with an eight inch diameter hollow stem auger. The borings were GEOTECHNICAL GROUP, INC. L.D. King, Inc. Project No. 61228.1 August 10, 1999 drilled to a maximum depth of 25 feet below the existing ground surface. The approximate location of the borings are graphically presented on the attached Plat, Enclosure A-2 within Appendix A. Logs of the . subsurface conditions encountered in the exploratory borings were maintained by a staff geologist from this firm. Relatively undisturbed and bulk samples were obtained at a maximum depth interval of five feet and returned to the laboratory in sealed containers for further testing and evaluation. A detailed description of the field exploration program and the boring Togs are presented within Appendix B. LABORATORY TESTING PROGRAM Selected soil samples obtained during the field investigation were subjected to laboratory testing to evaluate their physical and engineering properties. Laboratory testing included moisture content, dry. density, compaction characteristics, direct shear, sieve analysis, sand equivalent, and soluble sulfate content. A detailed description of the laboratory testing program and the test results are presented within Appendix C. SUBSURFACE CONDITIONS Data from our exploratory borings within Phase I indicate that the soil profile along the proposed sewer alignment consists of lenticular strata of silty sands with gravel and gravelly sands with lessor units of silty sand/sandy silt to the maximum depth attained. The materials encountered were generally damp, with the upper materials in a loose to medium dense state, generally becoming denser with depth. Theborings were drilled to their desired depth withoutexperiencing refusal. No free groundwater was encountered within any of the borings. Significant caving was not noted in any of the exploratory borings, however, caving may be anticipated due to the relatively cohesionless soils anticipated to comprise the trench walls. The subsurface conditions encountered in our exploratory borings are indicative of the locations explored. They are not to be construed that these conditions are present the same throughout the project alignment. 2 GEOTECHNICAL GROUP, INC. f L.D. King, Inc. Project No. 61228.1 August 10, 1999 A more detailed description of the subsurface soil conditions, as encountered within our exploratory borings is presented on the attached Boring Logs within Appendix B. CONCLUSIONS IOn the basis of our field investigation and testing program, it is the opinion of LOR Geotechnical Group, Inc. that the proposed Phase I gravity sewer pipeline is feasible I from asoil engineering standpoint, provided the following recommendations are incorporated into design and implemented during grading and construction. IRECOMMENDATIONS Pipeline Construction 1. Bedding material should consist of crushed rock as specified by the pipe manufacturer.. To minimize the infiltration of fines into the crushed rock from ■ the native backfill, a filter fabric may be used. The filter fabric should be placed between 'the crushed rock pipe bedding and the native backfill. 2. The natural soils are generally suitable for use as trench backfill above crushed rock bedding material. Backfill and densification operations should be performed in accordance with Section 306-1.3.1, .2, .3, and .4 of the Standard Specifications for Public Works Construction "Greenbook". 111 Care should be exercised so that the pipe is not damaged or displaced during densification of the backfill. Backfill materials should be free from organic material, trash, debris, and other objectionable materials. .Backfill should be mechanically compacted to at least 90percent relative compaction (ASTM D 1557). The upper 6 inches of subgrade materials that are to be paved should be compacted to at least 95 percent relative compaction (ASTM D 1557). 3. . Following the California Occupational Safety and Health Act (CAL -OSHA) requirements, excavations deeper than five feet should be sloped or shored. All excavations and shoring should conform to CAL -OSHA requirements. 1 3 i R GEOTECHNICAL GROUP, INC. L.D. King, Inc. Project No. 61228.1 August 10, 1999 Short term excavation greater than 5-feet deep shall conform to Title 8 of the California Code of Regulations, Construction Safety Orders, Section 1504 and 1539 through 1547. Based on our exploratory borings it appears that type C soils are the predominant type of soil on the project and all short term excavation should be based on this type of soil. Deviation from the standard short term slopes are permitted using option 4, Design by a Registered Professional Engineer (Section 1541.1). 4. Shoring placed below grade that is restrained against free movement at the top should be designed to resist a lateral earth pressure between active and at rest conditions. For this condition we recommend an equivalent fluid pressure of 45 pof be used. Additional surcharge Toads, (i.e. equipment, excavation spoil, etc.), placed within a horizontal distance equal to the height of the excavation should be added to the above recommended pressure. LIMITATIONS This report contains geotechnical conclusions and recommendations developed solely for use by L.D. King, Inc. and their designates, for the purposes described earlier. It may not contain sufficient information for other uses or the purposes of other parties. The contents should not be extrapolated to other areas or used forother facilities without consulting LOR Geotechnical Group, Inc. The recommendations are based on interpretations of the subsurface conditions concluded from information gained from subsurface explorations. The interpretations may differ from actual subsurface conditions, which can vary horizontally and vertically across the site. If conditions: are encountered during theconstruction of the project, which differ significantly from those presented in this report, this firm should be notified immediately so we may assess the impact to the recommendations provided. Due to possible subsurface variations, all aspects of field construction addressed in this report should be observed and tested by the project geotechnical consultant. The report was prepared using generally accepted geotechnical engineering practices under the direction of a state licensed geotechnical engineer. No warranty, express or implied, is made as to conclusions and professional advice included in this report. Any persons using this report for bidding or construction purposes should perform such 4 R GEOTECHNICAL GROUP, INC. L.D. King, Inc. Project No. 61228.1 August 10, 1999 independent investigations as deemed necessary to satisfy themselves as to the surface and subsurface conditions to be encountered and the procedures to be used in the performance of work on this project. CLOSURE It has been a pleasure to assist you with this project. We look forward to being of further assistance to you as construction begins. Should conditions be encountered during construction that appear to be different than indicated by this report, please contact this office immediately in order that we might evaluate .their effect. Should you have any questions regarding this report, please contact us. The following are attached and complete this report: Respectfully submitted, LOR Geotechnical Group, Inc. .(N Andrew A. Tardie Staff Geologist 'Leuer, GE 2030 dent AAT:JPL:qam 5 R. GEOTECHNICAL GROUP, INC. APPENDIX A GEOTECHNICAL GROUP, INC. M N EN M I— I i -- I-- all I N NE 1 .LEY.. • JJ1' I'oplaM;% r•-----=7^—;r: l ��• iT.fi7��a`.:=���.IITI ,`�.• • �_ n� 11 :y • iW: •1:•—• - — • •_i. =i er`.• • Park ,s .—_ 'FF i-i: I'•••�� --- ',�,- a t .. 00 : ..r �, =S� 111_ __� /rrs'Traile I• Park ■ - •• • : • ... ; • \. 4 p rive•in� Theater _ .:Well --- r .... ....z„- •r '- BE!?NARDINO---'= = _ •'_ _ _ =-r—' - '� - rr,r= SAW- ..1 _ .' :: :' WOO 0 1000 2000 _� �� ` ` : \_ • .::: :. .'.. .. is •� (� ' .11: • Trailt_ry{I II • ITt - "_� • • 4rl South i +ri • I.. T•_ .. Siover— Sch .i r . r�• " 1 }._ • '{��—t—`1� uL lri . _)i. •. n 040 n \ koay . SITS'• r---_—_— �_r ■I•t• '< � rocs . ■ :•—..,..�_. .1 •• 111 �., ----- - -__'• _ — Trailer '•• Park ------ \--_ roes -.'----- .0 ... • 1. n Q 11 m \------ w ti ORes p • II• n• .. •• II • • = 99.7126 h -fir FRadio, Cility • . _ �'� �� ' ' ' �: \ r---------- Juru n Hills , 0 1 / Seh L rt w • y \l iAN—•A . ....kW 1 =v====a=5rr== = 0.______� ___=__==�/g1 'si _'r ... • •� •.•• /Oc9 I I p t -ai I. --- - 1 /06 25 • Well 93. 1 JURUPA AJ•! 1.___ Iti 'I •.. Ilk W 0 •—• II° u e II is II " AVE i • , �. L. • • •L0 1' 1 • �, 1' ) • '•1• T'•. 1.1 Read'•, -I Wen � 992 ri-- - .. . ..r•... .•' • ••••. :--. : /056------ -. et. , s I fr, �_ -/r• ' `. ` ®.,o r" nr__• }. _ r- ►wo+orrcvnto rose •' pn, ._ - -• n�� "r. reama._stnes •a 1 '. .• d . --- :� 'n � _�a ......... �� INDEX MAP PROJECT: PROPOSED GRAVITY SEWER, PHASE 1, REACH III, FONTANA, CA PROJECT NO.: 61128.1 CLIENT: L.D. KING, INC. ENCLOSURE NO. A-1 LOR Geotechnical Group, Inc. DATE: AUGUST 1999 SCALE: AS SHOWN APPENDIX B GEOTECHNICAL GROUP, INC. APPENDIX B FIELD INVESTIGATION Subsurface Exploration The site was investigated on June 29, 1999 and consisted of advancing four exploratory borings to a maximum depth of 25 ± feet below the existing ground surface. The approximate locations of the borings are shown on Enclosure A-2, within Appendix A. The exploration was conducted using a CME-55 drill rig equipped with an eight -inch diameter hollow stem auger. The soils were continuously logged by our staff geologist who inspected the site, maintained detailed logs of the borings, obtained undisturbed, as well as disturbed, soil samples for evaluation and testing, and classified the soils by visual examination in accordance with the Unified Soil Classification System. Relatively undisturbed samples of the subsoils were obtained at selected intervals in the borings by driving a steel split -barrel sampler using a 140 pound automatic trip hammer dropping 30 inches. The number of blows required to advance the sample were recorded and have been converted to Standard Penetration Test data. The maximum depth between the samples obtained was five feet. The soil samples were retained in brass sample rings of 2.41 inches in diameter and 1.00 inch in height, and placed in sealed plastic containers. Disturbed soil samples were obtained at selected levels within the borings and placed in sealed containers for transport to the laboratory. All samples .obtained were taken to our laboratory for storage and testing. Detailed logs of the borings are presented on the attached Boring Logs, Enclosures B-1 through B-4. A Sampling Key is presented on Enclosure B. MAJOR DIVISIONS Urn*. LOST' us. CS. TYPICAL DESCRIPTIONS CONSISTENCY OF SOILS SANDS PT BLOWS 3-4 4-10 10-30 30 - 50 Jeer 50 CONSISTENCY Very loose Loose Medium dense Dense Very dense COHESIVE SOILS DT BLOWS 3-2 ?-4 4-8 3-15 15-30 30-60 aver 60 CONSISTENCY Very soft Soft Medium Stiff Very stiff Hard Very Hard SAMPLING KEY DESCRIPTION INDICATES RELATIVELY UNDISTURBED '• SOIL SAMPLE RETAINED IN BRASS SAMPLE RINGS OF 2.41 MOWS DIAMETER AND 1.00 /NCH IN HEIGHT. INDICATES SAND CONE OR NUCLEAR DENSITY TEST INDICATES BAG SOU. SAMPLE INDICATES BULK SOIL SAMPLE INDICATES R.VALUE SAMPLE COARSE GRAINED SOILS MORE THAN SON, OF MATERNAL IS tMGER THAN 200 SIEVE SIZE FINE GRAINED SOILS MORE THAN 50N, OF l4ATEAIAL IS SMALLER THAN HN0.200 SIEVE SITE GRAVEL ANO GRAVELLY SOILS WORE THAN so% OF COARSE FRACTION RETNNED ON NO.4 SIEVE CLEAN GRAVELS turn.E OR ea GRAVELS WITH FINES IAPPREN.IABLE wOUNT OF FtNESI GW WELL -GRADED GRAVELS. GRAVEL-SANO MIXTURES. LITTLE OR NO FINES 41.7 GP POORLY -GRADED GRAVELS. GRAY$ -SANG MIXTURES. LITTLE OR NO FINES GM SILTY GRAVELS. GRAVELSAND- StLT MORURES GC CLAYEY GRAVELS. GRAVEL- SANO-CLAY MIXTURES SAND AND SANDY SOILS MORE THAN sow OF COARSE FRACTION PASS/NG 140. A SIEVE SILTS AND CLAYS CLEAN SANO tome rovEoR N0 SW WELLGRAOED SANDS. GRAVELLY SANOS. UTTLE OR NO FINES SP POORLYGRAOEO SANOS. GRAVELLY SANDS. UTTL.E OR NO FINES SANDS WITH FINES (APPREOAQLE .& COUNT of FINEST LIOUW Lima LESS THAn so SM SILTY SAND. SANOStLT MIXTURES A. SC ML CLAYEY SANDS, SAND CLAY MIXTURES INORGANIC SILTS ANO VERY FINE SANDS, RO0( FLOW . STY OR CLAYEY FINE SANOS OR CLAYEY SILTS WIN SUGtrT PLASTID Y l Itt II CI OL • INORGANIC COWS OF LOW TO &Naxuu PLASIIOTY. GRAVELLY CLAYS. SANDY GAYS. SILTY CLAYS. LEAN CLAYS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY SILTS AND CLAYS UOuuO taw GREATER THAN S0 MH INORGANIC SILTS. WCAGEOUS OR DIATOMACEOUS FINE SANO OR SILTY SOILS CH" INORGANIC CLAYS OF RICH PLASTICITY. FAT CLAYS OH ORGANIC CLAYS OF MEDIUM./ TO HIGH PLASTICITY. ORGANIC SILTS HIGHLY ORGANIC SOILS MAC S2Z 1f/ PT PEAT. HUMUS. SWAMP SOUS WITH THIGH ORGANIC CONTENTS NOTE ' DUAL SYMBOLS ARE USED TO INDICATE 30RO8IU NE SILL CLASS FICATIO Ns. PARTICLE SIZE LIMITS BOULDERS COBBLES GRAVEL SAND COARSE FINE COARSE MEDIUM FINE SILT OR CLAY 12 3" iG" No. 4 No. 10 (U.S. STANOARO SIEVE SIZE) No. 40 200 UNIFIED SOIL CLASSIFICATION SYSTEM T: PROPOSED GRAVITY SEWER, PHASE I, REACH III, FONTANA, CA L.D. KING, INC. PROJECT NO: 61128.1 ENCLOSURE: B Geotechnical Group, Inc. DATE: AUGUST 1999 SCALE: AS SHOWN 1 O ut O in C to © ULF LLL H4 P L'L' 1 N th A w w BLOW COUNTS SPT N r N ra MOISTURE CONTENT in in ►- (%) F.. I..r FA DRY DENSITY N w Lra a (PCF) LOG OF BORING B-11 DESCRIPTION ASPHALT CONCRETE 5 INCHES THICK, NO BASE. ALL 11VflJM: SILTY SAND, approximately 20% coarse grained sand, 20% medium grained sand, 40% fine grained sand, 20% silty fines, dry, light brown. Q 2 feet SAND, approximately 20% medium grained sand, 70% fine grained sand, 10% silty fines, dry, loose, brown. 0 5 feet materials encountered are generally the same as described above. 0 10 feet materials encountered are generally the same as described above, except dense. 0 12 feet gravel to 1". 0 15 feet no recovery. 0 20 feet SILTY SAND with GRAVEL, approximately 20% gravel to 1", 20% coarse grained sand, 20% medium grained 30% fine 20% silty fines, damp, dense, sand, grained sand, brown. END OF BORING No fill No caving No groundwater No bedrock PROJECT: FONTANA GRAVITY SEWER PROJECT NUMBER: 61228.1 CLIENT: L.D. KING, INC. DATE DRILLED: June 29,1999 LOR GEOTECHNICAL GROUP INC. EQUIPMENT: CME 55 HOLE DIA.: 8" ENCLOSURE: B-1 J TEST DATA DEPTH IN FEET 0 5 10 15 20 25 30 O U tr- 0 W L)) Aa cd LITHOLOGY LOG OF BORING B-12 DESCRIPTION 36 2.6 125 21 2.5 127 51 2.1 128 38 8.5 123 72 1 1 MUNI • • • • • • • • • • • • • • • SM SW SP SW ASPHALT CONCRETE 3 INCHES THICK, NO BASE. AT.T TTV1TTM- SILTY SAND with GRAVEL, approximately 20% gravel to 1", 15% coarse grained sand, 25% medium grained sand, 25% fine grained sand, 15% silty fines, damp, brown. a 3 feet materials encountered are generally the same as described above, except medium dense. 5 feet materials encountered are generally the same as described above, except moist. (c� 10 feet GRAVELLY SAND, approximately 20% gravel to 3/4", 25% coarse grained sand, 25% medium grained sand, 25% fine grained sand, 5% silty fines, moist, dense, brown. i� 15 feet SAND, approximately 30% medium grained sand, 60% fine grained sand, 10% silty fines, moist, medium dense tc dense, brown. i� 18 feet GRAVELLY SAND, approximately 20% gravel to 1", 25% coarse grained sand, 25% medium grained sand, 25% fine grained sand, 5% silty fines, moist, brown. 20 feet materials encountered are generally the same as described above, no recovery. END OF BORING No fill No caving No groundwater No bedrock ROJECT: ;LIENT: FONTANA GRAVITY SEWER L.D. KING, INC. PROJECT NUMBER: 61228.1 OR GEOTECHNICAL GROUP INC. DATE DRILLED: June 29,1999 EQUIPMENT: CME 55 HOLE DIA.: 8" ENCLOSURE: B-2 TEST DATA UEI' Ili IN I ISb l 0 :0 :0 15 30 o� 0 SAMPLE TYPE LITHOLOGY LOG OF BORING B-13 DESCRIPTION 22 1.6 42 1.8 32 3.0 118 19 13.6 93 74 2.1 1 1 MIN • • • • • • • • • • • • • SM SP SM SP ASPHALT CONCRETE 2 INCHES THICK, NO BASE. ALLIB IIIM: SILTY SAND, approximately 10% coarse grained sand, 20% medium grained sand, 40% fine grained sand, 30% silty fines, dry, brown. 2 feet materials encountered are generally the same as described above, except gravel to 1", medium dense, damp. 5 feet SAND WITH GRAVEL, approximately 15% gravel to 1", 25% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 10% silty fines, damp, medium dense, brown. (� 10 feet materials encountered are generally the same as described above. it? 15 feet SILTY SAND, approximately 30% medium grained sand, 50% fine grained sand, 20% silty fines, medium dense, damp, dark brown. l� 20 feet SAND WITH GRAVEL, approximately 15% gravel to 1", 25% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 10% silty fines, moist, very dense. END OF BORING No fill No caving No groundwater No bedrock ROJECT: :LIENT: FONTANA GRAVITY SEWER L.D. KING, INC. PROJECT NUMBER: 61228.1 OR GEOTECHNICAL GROUP INC. DATE DRILLED: June 29,1999 EQUIPMENT: CME 55 HOLE DIA.: 8" ENCLOSURE: B-3 TEST DATA ULI'III IN I•LLl 0 5 10 15 20 SAMPLE TYPE LITHOLOGY LOG OF BORING B-14 DESCRIPTION 25 23 1.6 19 1.9 30 16 6.2 103 29 8.6 97 60 1.3 1 SM SM ML SM • • • • • • • • ASPHALT CONCRETE 3 INCHES THICK, NO BASE. MMJ.UVTi1M: SILTY SAND, approximately trace of gravel to 3/8", 20% coarse grained sand, 20% medium grained sand, 40% fine grained sand, 20% silty fines, damp, brown. 0 3 feet materials encountered are generally the same as described above, except medium dense, increase in gravel to 1". 0 5 feet SILTY SAND, approximately 10% gravel to 1", 30% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 10% silty fines, damp, medium dense, brown. 0 6 feet SILTY SAND/SANDY SILT, approximately 10% medium grained sand, 40% fine grained sand, 50% silty fines, dry. 0 10 feet materials encountered above are generally the same as described above, except medium dense. 0 15 feet materials encountered are generally the same as described above, except medium dense. 0 20 feet SILTY SAND with GRAVEL, 10% gravel to 1", 20% coarse grained sand, 20% medium grained sand, 30% fine grained sand, 20% silty fines, dry, very dense, brown. END OF BORING No fill No caving No groundwater No bedrock PROJECT: CLIENT: FONTANA GRAVITY SEWER L.D. KING, INC. PROJECT NUMBER: 61228.1 OR GEOTECHNICAL GROUP INC. DATE DRILLED: June 29,1999 EQUIPMENT: CME 55 HOLE DIA.: 8" ENCLOSURE: B-4 APPENDIX C 1 GEOTECHNICAL GROUP, INC. APPENDIX C LABORATORY TESTING General Selected soil samples obtained from the borings were tested in our laboratory to evaluate their physical and engineering properties. The laboratory testing program performed in conjunction with our investigation included moisture content, dry density, laboratory compaction, sieve analysis, direct shear, sand equivalent, and soluble sulfate tests. Descriptions of the laboratory tests are presented in the following paragraphs. Moisture -Density Tests The moisture content and dry density information provides an indirect measure of soil consistency for each stratum, and can also provide a correlation between soils on this site. The dry unit weight and field moisture content were determined for selected undisturbed samples, and the results are shown on the boring logs, Enclosures B-1 through B-4, within Appendix B, for convenient correlation with the soil profile. Sieve Analyses A sieve analyses was performed for selectedsamples in accordance with the ASTM D 422 laboratory test procedure. The analyses is performed by passing the soil through a series of sieves, and recording the weights of retained particles on each screen. The results of the sieve analyses are presented graphically on Enclosure C-1. Direct Shear Tests Shear tests are performed with a direct shear machine at a constant rate -of -strain (usually 0.05 inches/minute). The machine is designed to test a sample partially extruded from a sample ring in single shear. Samples are tested at varying normal loads in order to evaluate the shear strength parameters, angle of internal friction and cohesion. Samples are tested in undisturbed condition at field moisture content and. soaked, according to conditions existing in the field. The results of the direct shear tests are presented in the following table: 1 1 1 t 1 DIRECT SHEAR TESTS Boring Number Sample Depth (feet) Soil Description Angle of Internal Friction (degrees) Cohesion (psf) 11 5 (SM/SP) SILTY FINE SAND 36 225 Sand Equivalent The sand equivalent of selected subgrade soils were evaluated using the California Sand Equivalent Test Method, Caltrans Number 217. The results of the sand equivalent tests are presented on Enclosure C-1 and in the following table: SAND EQUIVALENT TESTS Boring Number Sample Depth (feet) Soil Description Sand Equivalent 11 10 (SP) SAND 44 13 10 (SP) GRAVELLY SAND 47 14 10 (SM/ML) SILTY SAND/SANDY SILT 9 Soluble Sulfate Content Tests The soluble sulfate content of selected subgrade soils were evaluated. The concentration of soluble sulfates in the soils was determined by measuring the optical density of a barium sulfate precipitate. The precipitate • results from a reaction of barium chloride with water extractions from the soil samples. The measured optical density is correlated with readings on precipitates of known sulfate concentrations. The test results are presented on the following table: 1 1 SOLUBLE SULFATE CONTENT TESTS Boring Number Sample Depth (feet) Soil Description Sulfate Content 12 5 (SM) SILTY fine to medium SAND with coarse and gravel to _1 ", brown < 50mg/L Laboratory Compaction Selected soil samples were tested in the laboratory to determine compaction characteristics using the ASTM D 1557-91 compaction test method. The results are presented in the following table: LABORATORY COMPACTION Boring Number Sample Depth (feet) Soil Description Maximum Dry Density (pcf) Optimum Moisture Content (percent) 11 5-6 (SM/SP) SILTY FINE SAND 130.5 8.5 13 3-4 (SP) SAND 131.0 6.5 1 )0 30 30 70 60 50 40 30 20 10 0 1 1 1 1 1 1 1 U.S. SIEVE OPENING IN INCHES I U.S. SIEVE NUMBERS 6 4 3 2 1.5 1 3 41/2 'g 3 6 810 1916 20 30 40 50 70100140200 I I�'f�l l • • • • • 1 1 1 1 • • • • • HYDROMETER 100 COBBLES 10 GRAVEL coarse fine 1 GRAIN SIZE IN MILLIMETERS coarse SAND medium fine 0.1 0.01 SILT OR CLAY 0.001 pecimen Identification B-11 2 FT. B-12 10 FT. B-13 5 FT. B-14 10 FT. pecimen Identification B-11 2 FT. ' B-12 10 FT. B-13 5 FT. B-14 10 FT. Classification SILTY SAND SM WELL GRADED GRAVEL with SAND GW D 100 9.50 25.40 19.00 9.50 GRAVELLY SAND SP SANDY SILT ML D60 0.20 9.79 3.03 0.09 D30 0.093 1.566 0.633 D10 0.2268 0.1500 SE 9 RV %Gravel 0.1 58.7 30.3 1.9 %Sand 78.2 37.4 63.4 41.8 %Silt Cc 1.11 0.88 Cu 43.1 20.2 %Clay 21.7 3.9 6.3 56.3 PROJECT FONTANA GRAVITY SEWER. PHASE I. REACH III - FONTANA, CALIFORNIA PROJECT NO. 61228.1 DATE 7/15/99 GRADATION CURVES LOR GEOTECHNICAL GROUP. INC 6121 QUAIL VALLEY CT. RIVERSIDE, CA Enclosure C-1 i � APPENDIX III I TRAFFIC CONTROL MEMORANDUM 1 1 1 i CITY OF FONTANA FONTANA, CALIFORNIA MORANDUM TO: PLAN CHECK, INSPECTION, ENGINEERS, CONTRACTORS "[ROM: ROBERT W. WEDDLE, CITY ENGINEER CLYDE E. SWEET, DEPUTY CITY ENGINEER/CITY TRAFFIC ENG1NEER.B a. LATE: AUGUST 26, 1996 IUBJECT:. TRAFFIC CONTROL PLAN AND DETOUR PLAN SUBMISSION AND CHECK PROCEDURES WITHIN CTIY OF FONTANA ere any construction within public right-of-way is necessary and approved by the City of Fontana,. raffic Safety Control Plans may be required prior to commencement of work. The following is a list of ical Traffic Control Plans and requirements: 1. VERY SMALL STREET OPENINGS OF LESS THAN 8 HOURS DURATION 1 1 1 t 1 1 u. 1 When normal traffic will be maintained (such as with blanket permit users), the permittee will be required to follow Chapter 5 of the Caltrans Traffic Manual. There will be no formal Traffic Control Plan required; normal inspection and review fees will be as required by City Resolution. AVERAGE STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic flow may be affected or a lane closure is required, a Traffic Control Plan ' may be required. The permittee may not be required to submit a full Traffic Control Plan upon. approval of the City Traffic Engineer, after review of the Traffic Section. The .determination is based upon review of actual street conditions. If a formal plan is not required, .the permittee . • shall be required to follow Chapter 5 of the Caltrans Traffic Manual; normal inspection and review fees will required as per City Resolution. If a full Traffic Control Plan is required, the Plan sheet(s) will require about 10 days to review and process. This type of Traffic Control Plan would not require noticing, but normal inspection and review fees will be required. MAJOR TRAFFIC CONTROL OR DETOURS A road closure or traffic control which will be more than 8 hours duration will require a full Traffic Control Plan. The plan will be submitted on Traffic Control Plan sheets for approval by the City Traffic Engineer. A major Traffic Control or Traffic Detour Plan will normally require at least 30 days of checking, approval and notification. The following process is followed: t 1 A. Payment of Fee Fees are calculated based upon the inspection and plan check fees in the City Fee Resolution. The final fee amount is subject to revision due to changes in the number of plan sheets or the duration of the control period. B. Plan Check Submittals following Major Traffic Control and/or Detour Plans normally are submitted d g or vfor review and approval of construction plans.. After the fees are paid, plans accuracy in meeting City requirements. The plans are also reviewed for format specifications as indicated below. The Engineer is advised by telephone of review findings to expedite the review process. Final plans require a Civil Engineer or Traffic Engineer's signature and stamp, except in instances where prior approval is obtained from the City Traffic Engineer. Following the checking process, authorization and notification is prepared and issued. Format Specifications 1. Sheet size of 24" x 36" with border and City title block (mylar) 2. Drawing to accurately proportioned to fit'sheet size 3. A signature block for any other affected jurisdiction(s) Authorization will describe the specific requirements nof approval: : 1. Notification of public, public agencies, and 2. Closure conflict disclaimer 3. Notification of affected adjacent property owners 4. Earliest construction starting date 5. Plan signed and approved by an affected jurisdiction(s) 1 RWW:CES:ke 1 STREET CLOSURE NOTIFICATION LIST IeloW is a list of agencies that need to be notified by certified mail when a complete or artial ,street closure is necessary for construction on or near a Fontana city street. AGENCY CityII AGENCY of Fontana Police Department 17005 Upland Avenue .ontana, California 92335 CONTACT PERSON TELEPHONE Traffic Sergeant (909)350-7700 Central Valley Fire Agency John Roberts (909)829-4441 IL53oSan Bernardino Avenue B ontana, California 92335 Iontana School District Transportation (909)35775000 680 Citrus Avenue Fontana, California 92335 1, ity of Fontana Public Services Dept. Ken Jeske (909)350-6760 16489 Orange Way Fontana, California 92335 �itof Fontana, Inspection .Carlos Navarro (909)350-6760 Y 8353 Sierra Avenue Bob Savant 1ontana, California 92335 Com-Center (Central Emergency Dispatch) (909)823-5045 I925 Center Avenue ancho Cucamonga, CA 91730 News Release is to be submitted to local papers. The local papers are listed.below for your information. -The Sun 399 North D Street 'an Bernardino, California Inland Valley Daily Bulletin ntario, California Ir The Fontana Herald News 16920 Spring Avenue Fontana, California 92335 COF4t''1UNITY DEVELOPMENT DEPARTMENT DEPARTMENT POLICY PRIORITY FOR MAINTAINING CONTINUOUS TRAFFIC SIGNAL OPERATION DURING CONSTRUCTION ACTIVITY • There arc priority streets and intersections that arc essential to the regional highway system. Streets adjacent • Ito freeways arc also c►ncrgcncy routes for times when a frccway might have to be closed. In addition, major truck routes arc the means of transport for the goods moving in and out of the region. These streets and intersections arc identified in the following discussion. During any construction activity on or near the priority routcs and intersections, traffic signals need to be in continuous operation. jvIAJOR TRUCK ROUTES. STATE 111G11WAYS AND ROADW AYS ADJACENT TO A FREEWAY I Traffic signals or roadways adjacent to freeways will have a high priority. A high level of response during construction is required. The traffic signals will be required to remain in operation for the iflaxilllulll extent ,possible during any construction involving the traffic signal or the street near the traffic sigmil. Examples: Valley Blvd., Stover Avcnuc, Citrus Avcnuc, Cherry Avenue, 13aselinc Avenue, ' Sierra Avenue south of Valley Blvd., and Foothill Blvd (State Route 66) ARTERIAL ROADWAYS AND MINOR TRUCK ROUTES I' Traffic signals on roadways that arc not truck routcs and are not adjacent to a freeway have some tolerance for longer periods of interrupted signal operation. however, traffic, signals at locations like Sierra and IPermanence and Sierra And Marygold require a high priority response on weekdays but can tolerate flashing red or dark indication periods on weekends. Examples: Sierra Avenue north of Valley Blvd., Alder Avenue, San Bernardino, Merrill Avenue, Arrow 131vd. DEFINITIONS Major Truck Route - A roadwayparallel to a frccway on the regional highway system carrying over 5 I percent of total vehicles as trucks. Minor Truck Route - A roadway serving as a local or inter -city route with less than 2 percent of total vehicles as trucks. IT>uck - A vchicic with at least six tires on the ground ranging from a dual rear wheel pick up (CiVW of 5000 pounds) to a tractor trailer vchicic; this does not include large trucks with "STAR" designation. (Max. of 1 48 ft. trailer length and max. of 8.5 feet wide) 1 CES December 8, 1997 •• Frank A. Schuma Community Development Director APPENDIX IV SAN BERNARDINO COUNTY TRANSPORTATION DEPARTMENT GENERAL PERMIT CONDITIONS AND TRENCH SPECIFICATIONS C313' VCP) ao' vcP) (27' VCP) (a• VCP) (4 VCP) Ddsting Control Structure Reach VI VCP) cc cc EXPLANATION (Locations Approximate) - INDICATES EXPLORATORY BORING LOCATION PLAT PROJECT: PROPOSED GRAVITY SEWER, PHASE I, REACH 111, FONTANA, CA PROJECT NO: 61128.1 CLIENT: L.D. KING, INC. ENCLOSURE: A-2 LOR Geotechnical Group, Inc. DATE: AUGUST 1999 SCALE: NO SCALE SAN BERNARDINO COUNTY TRANSPORTATION DEPARTMENT GENERAL PERMIT CONDITIONS AND TRENCH SPECIFICATIONS Effective December 1,1998 TABLE OF CONTENTS 1 - GENERAL 1.1 Standards and Specifications 1.2 Changes or Additions to Permit 1.3 Relocation 1.4 Utility Construction 1.5 Licensed Contractor 1.6 Permit Possession 1.7 Sanitary Facilities 1.8 Permittee Responsibility 1.9 Hold Harmless 1.10 Notification 1.11 Inspection 1.12 Failure to Comply 2 - PUBLIC CONVENIENCE AND SAFETY 2.1 Traffic and Access 2..2 Traffic Control 2.3 Working Hours 2.4 Dewater Operations 2.5 Closing Roads 3 - PRESERVATION OF PROPERTY 3.1 Protection of Property 3.2 County Facilities 3.3 Traffic Signals 3.4 Survey Monuments 4 - PROJECT SITE MAINTENANCE 4.1 Clean-up and Dust Control 4.2 Haul Routes 4.3 Storage in County Roads 4.4 Snow Removal 4.5 Emergency Response 4.6 Maintenance of Trenches 5 - MATERIALS AND EQUIPMENT 5.1 Pavement Traffic Markings & Striping 5.2 Asphalt Concrete 5.3 Base Material 5.4 Grading Equipment 5.5 Track Equipment 5.6 Paving Equipment 6 - TRENCHING 6.1 Cal OSHA 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10 6.11 New Roads Depth of Installation Pavement Removal Open Trench Trench Bridging Protective Fencing Trench Backfill Narrow Trench Inclement Weather Manhole Construction 7 - COMPACTION 7.1 Relative Compaction (RC) 7.2 Compaction Frequency and Location 7.3 Test Reports 7.4 Mechanical Compaction 7.5 Water Densification 8 - TRENCH CONSTRUCTION & REPAIR 8.1 Temporary Pavement 8.2 Trench Pavement Repair - General 8.3 Permanent AC Paving Repair 8.4 Trench Pavement Repair Options 8.5 Overlay Paving 8.6 Excessive Pavement Removal 8.7. Pavement Resurfacing 8.8 Driveway Approaches 8.9 Portland Cement Concrete '.8.10 Trench Failure and Repair 1-GENERAL 1.1 Standards and Specifications — The work shall be done in accordance with the current San Bemardino County Standards and Specifications and these Conditions and Specifications. Any deviation shall be approved in writing by the Permit Engineer. 1.2 Changes or Additions to Permit — The Transportation Department reserves the right to make any changes or additions to -a permit after -issuance-if-such changes or additions are. believed necessary for the protection of the roads or for the health and safety of the public. 1.3 Relocation — If any part of an installation interferes with the present use of roads by the general public or is in conflict with future or current County improvement projects, it shall be removed or relocated as directed by the Transportation Department at the expense of the Permittee or his successor in interest. 1.4 Utility Construction — Permits for utility trenching, including utility service trenching, within County right-of-way, shall be issued to the respective utility purveyor or a California licensed contractor. The permittee shall warranty the trench repair for one year from the Transportation Department approval date. Following the permittee warranty period, the respective utility purveyor shall be responsible for the trench repair. 1.5 Licensed Contractor - All excavation, repair and restoration in County road right-of-way shall be . performed by a contractor with the appropriate license issued by the State of California Contractors .License Board or by utility purveyor's regular employees. 1.6 Permit Possession — Other than emergency repairs, there shall be no work performed in County road right-of-way.until a road permit is issued. A copy of this permit, a set of approved plans and permits required by any other legally constituted authority shall be on site at all times construction is in progress. Permits that require excavation shall be valid only after an Underground Service Alert inquiry identification number is issued. All .permitted work in the mountain regions shall cease between October 31 and April 15 of the following year unless approved by the Transportation Department. Start work approval shall be dependent on weather conditions. 1.7 Sanitary Facilities — The Permittee shall provide andmaintain enclosed toilets for the use of employees at all times while work is in progress. 1.8 Permittee Responsibility .. In addition to all conditions herein, the Permittee is responsible for safety and construction requirements within the limits of the project. The Permittee orr his employees shall abide by all the regulations of any legally constituted authority. 1.9 Hold Harmless — The Permittee shall preserve and -save harmless the County and -each officer and employee thereof, from any liability or responsibility for any accident, loss of damage to persons or property happening or occurring as a proximate result of Permittee's negligence or the negligence of Permittees' agents, servants, employees or contractors in the design or performance of any work undertaken under any permit granted to Permittee pursuant to the application [51.0113 County Code]. 3 1.10 Notification — Except in emergencies,the Permittee shall notify the assigned Inspector one working day, excluding weekends and holidays, prior to starting a project and for each . phase of construction. In addition, the Permittee shall notify USA 48 hours prior to any. excavation. 1.11 Inspection — All construction performed in relation to a road permit shall be inspected prior to and during installation by County personnel. Construction performed without inspection may be subject to removal and replacement. The entire cost of removal and replacement shall be borne by the Permittee, regardless of whether the installation removed was found to be defective. 1.12 Failure To Comply Should a Permittee fail to comply with the provisions of the road permit or the requirements of any legally constituted authority, the Transportation. Department may order the Permittee to stop work, wholly or in part, until the discrepancies have been resolved to the Department's satisfaction. Upon satisfactory completion of corrections, written approval from the Department shall be required before work resumes. Failure to comply shall result in revocation of permits. The Department may perform the work required or arrange for the work to be done and the entire cost of the required work shall be borne by the Permittee. 2 - PUBLIC CONVENIENCE AND SAFETY 2.1 Traffic and Access — The Permittee's operation shall cause no unnecessary inconvenience to the public. The access rights of the public shall be considered at all times and unlesscotherwise authorized, traffic shall be permitted to pass through the work area at all times. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants, residences, commercial and industrial establishments, churches, schools, parking lots,.service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Department's Traffic Engineer. 2.2 Traffic Control — Traffic Control shall conform to the .current Caltrans Manual of Traffic Controls.. The handbooks published by American Traffic Safety Services Association Guide and the Work Area Traffic Control Handbook or other traffic control manuals may be used with approval of the Department's Traffic Engineer. 2.3 Working Hours — Except for emergency repairs, no work shall be performed within County road right-of-way on weekends, County holidays, before 7 AM or after 4:30 PM unless authorized by the Permit Engineer. 2.4 Dewater Operations —. Release of, or the directing of water onto County roads shall be authorized only by the Transportation Department and shall include traffic control per Section 2.2 , clean-up per Section 4.1 and erosion control. If erosion occurs, grading shall be as required in Section 5.4. Discharges shall comply with the National Pollutant Discharge Elimination. System and with Federal law, State law and local ordinance. 4 2.5 Closing Roads — No road shall be closed without authorization from the Transportation Department except in the case of an emergency under the direction of an authorized agency. An authorized road closure will allow the detour of through traffic only. The Permittee shall provide a smooth dust controlled route that allows unimpeded access for emergency vehicles and residents at all times. A minimum of ten (10) working days are required to process the application. To apply for a road closure authorization, submit the following to the Road Permit Section, 825 E. Third Street, San Bemardino, CA 92415-0835. • Written request for the closure with the time schedule included. • Detour route and sign locations, a detour plan designed by a ,Registered Civil or Traffic Engineer, if required by the Department. 3 - PRESERVATION OF PROPERTY 3.1 Protection of Property — The Permittee shall be responsible for the protection of public and private property adjacent to the work and shall exercise due caution to avoid damage to such property. The Permittee shall repair or replace all existing improvements damaged within the right -of - .way which are not designated for removal on the approved plans to match the original in finish and dimension. .Trees, lawns and shrubbery that are not designated forremoval on the plans shall be protected from.damage or injury.. If damaged or removed because of the Permittee operations, they shall be restored or replaced in as nearly the original condition and .location as is reasonably possible as approved by -Department personnel. The Permittee shall give seven (7) days notice to occupants or owners of adjacent property to.allow.them to salvage or relocate plants, trees, fences, sprinklers and other improvementswithin theright-of-waywhich are designated for removal on the plans and would be destroyed because of the work. 3.2 County Facilities - Prior to construction, the Permittee shall assess the condition of County facilities within project limits and report to the inspector all damaged, defaced or missing pavement, sidewalk, curb, gutter, traffic signs, pavement markings or hazardous conditions that may exist before work is started. , Prior to final acceptance of the project, all County facilities shall be in the same or better - condition as determined by Department personnel. 3.3 Traffic Signals — Traffic signal detector loops, wiring or appurtenant facilities damaged by the Permittee's operation shall be reported immediately to the Traffic Division of the Transportation Department, 825 East Third Street San Bernardino, CA 92415, telephone (909) 387-2833. Any damage .shall be repaired . immediately : at no. expense. to the County . as directed by the Transportation Department. 5 3.4 Survey Monuments — The Permittee shall locate, protect or tie -out all survey monuments which may be disturbed or destroyed. Survey monuments shall be located, referenced and a Comer Record filed .with the County Surveyor prior to the start of construction. Following completion of the work, the monuments shall be reset in the surface of the new construction, a suitable monument box placed thereon, or permanent witness monuments set and a Comer Record filed with the County Surveyor prior to final project notice of completion issued by the Transportation Department. All work shall be performed under the direction of . a licensed Land Surveyor or registered Civil Engineer at no expense to the County. 4 - PROJECT SITE. MAINTENANCE Surplus dirt, debris, rocks or building materials shall be contained during permit work and the site broomed daily to reduce possibility of being carried by runoff into a storm drain, stream or natural drainage course or lake. At the completion of the permit work, the previous drainage patterns must be restored. Material shall not be placed in such a manner which might result in the blockage of any drainage structure at either the inlet or outlet. 4.1 Clean-up and Dust Control -- Throughout all phases of construction, including suspension of work, the Permittee shall keep the work site clean and free from rubbish and debris. The Permittee shall also abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. The use of water resulting in mud on roads or drainage facilities will not be allowed as.a substitute for sweeping or other cleaning methods. All soil and construction material shall be removed prior to that portion of the road being made available tortraffic. 4.2 Haul Routes -- When required by the Department, obtain a haul route permit before beginning work. Permits are issued approximately five (5) working days after filing of proper plans, fees and application to the Transportation Department. Care shall be exercised to prevent spillage on, or damage to County roads. Any such spillage or damage shall be removed or repaired immediately. Dust control and traffic control shall be provided for all hauling operations. 4.3 = :.Storage in County Roads — There shall be no equipment or materials stored or stockpiled in road right-of-way. Equipment and materials shall be removed from road right-of- way.when not in use and at the end of each working day, except as approved by the Transportation Department. 4.4 Snow Removal — The Transportation Department will remove snow on all County maintained roads that are safe for the snow removal operation. If conditions are such as to endanger personnel or equipment due to Permittee operation (sunken trenches, irregular paving, or other hazards) the Department will cease snow removal operations. The Permittee shall then be responsible for removal of snow to the surface of the road and maintain such, including sanding operations, for a minimum width of 20-feet or as directed by Department personnel. 4.5 Emergency Response — Before work is started, the Permittee shall furnish names and telephone numbers of persons on -call if emergency work is required by the County. The Department, at its sole discretion, may elect to perform emergency work if it is judged as necessary for the protection of the roads or for the health and safety of the public. All emergency work shall be accomplished at no expense to the County. • ' 4.6 Maintenance of Trenches -- Permittee shall perform continuing maintenance of all trenches, including periods of suspension of work, during the course ,of construction and shall maintain the trench for the life of the installation in accordance with County Ordinance No. 2377. 5 - MATERIALS AND EQUIPMENT 5.1 Pavement Traffic Markings and Striping — Pavement traffic markings and striping shall be constructed of thermoplastic material and all damaged or. removed markings shall be replaced with thermoplastic material unless otherwise' approved by Department personnel.. Visual uniformity, as determined by Department personnel, may require that adjacent markings and all markings within an intersection be replaced with thermoplastic material by the Permittee at no cost to the County. ' 5.2 Asphalt Concrete -- Paving asphalt shall be AR4000 1/2-inch Type B maximum, medium shall be.used. Asphalt dike shall be AR8000 paving asphalt with Type B 3/8-inch maximum, .medium grading. 5.3 Base Material -- Base shall be Class II Aggregate Base or as approved by Department personnel. 5.4 Grading Equipment — Grading of soil roads or soil shoulders may be accomplished by any means that will provide a smooth, compacted and uniform surface that varies less than 0.1-foot in 10-feet for line or grade up to 300-feet. Projects greater than 300-feet in length will require grading be performed by an approved motor grader. 5.5 Track Equipment — Track equipment and outriggers used on paved surfaces shall be equipped with street pads and be operated so as not.to mar the surface or cause damage to any County facility. If pavement is marred, it shall be • resurfaced overthe entire width as required in Section 8, Trench Resurfacing. If County facilities -are damaged, they shall be replaced or repaired as specified in Section 3, Preservation of Property. 5.6 Equipment — Paving 6-feet wide or wider in a driving lane shall be accomplished by use of a paving machine approved by Department personnel. Shoulder paving and miscellaneouspaving shall be as approved by the Inspector. 6 - TRENCHING ' 6.1 CaIOSHA All excavations shall conform to the requirements of the State of Califomia Division of Occupational Safety and Health. The applicant for a road permit shall possess a permit to excavate from the Division of Industrial Safety, Department of Industrial Relations, ' State of Califomia. 6.2 New Roads — Trenches installed in roads that have been paved within 3 years shall not be open -cut unless otherwise authorized by the Permit Engineer. If authorized, the trenching will be subject to additional requirements as specified by the Permit Engineer. 6.3 Depth of Installation — Underground installations shall have a minimum of 2.5-feet of cover below finished grade. Refer to San Bernardino County Standard Plan No. 311 for recommended Iodations. 6.4 Pavement Removal — Paving shall be cut for removal and excavated in a manner that does not disturb the adjacent pavement. Paving shall be sawcut or cold planed for permanent repair as specified in Section 8. Remnant strips of paving less than 2-feet wide shall be removed and included in the replacement paving. Replacement paving along the edge of paving that does not have curb and gutter, AC dike or AC berm shall be a minimum of 2-feet wide. . 6.5 Open Trench — The maximum length of open trench (excavation or backfill not resurfaced) allowed during construction shall be the distance of construction which can be reasonably installed in a single day. • An open trench shall be attended by contractor's personnel at all times. Where pavement has been removed, a minimum of 2-inches of temporary paving shall be placed before that area is made available to traffic. Before leaving the project and at the end of each day, allareas of pavement removal, including sidewalk, drainage courses and driveway approaches shall be backfilled, compacted and surfaced with temporary asphalt. Upon approval of .the Department personnel, appropriate areas of the trench maybe protected by plate bridging or protective fencing. 6.6 Trench Bridging — Plate bridging in the traveled way shall be as shown in the Work Area Traffic Control Handbook and the Plate Bridging Standard drawing herein. 6.7 Protective Fencing -- When protective fencing is used to secure an area, it shall be constructed of 6-foot high, pipe framed chain link panels or equal .material, secured into position and placed in a manner that there are no gaps larger than 3-inches. Fencing shall be placed a minimum of 4-feet from the nearest driving lane and shall be protected by appropriate signing and barriers per Section 2.2, Traffic Control. 6.8 Trench Backfill — Unless otherwise specified, the material obtained from the project excavatipns will be suitable for use as fill or backfill, provided that all organic material and other objectionable material is removed. Rocks,plain concrete rubble and pavement grindings obtained from the project will be permitted in the fill subject to the following limitations: • In trenches up to 3-feet wide, the maximum dimension of any piece used shall be 6-inches; in trenches more than 3-feet wide, 1-foot is the maximum dimension. • Pieces larger than 4-inches shall not be placed within 1-foot of any structure. • Pieces larger than 3-inches shall not be placed within 1-foot of the subgrade for paving. Rocks or rubble included in the fill shall be mixed with approved. material to eliminate voids. Slurry .(1-1/2 sack) is also an acceptable option for backfill. 6.9 Narrow Trench -- Unless otherwise authorized, trenches in paved areas, 1-foot or less in width, shall be backfilled to pavement subgrade with 1-1/2 sack aggregate/cement slurry. The slurry shall be protected until cured and pavement placed per Section 8, Trench Resurfacing. 6.10 Inclement Weather - Other than emergency repairs or as directed by the Transportation Department, there shall be no excavation within. the traveled way of County roads during periods of inclement weather. 6.11 Manhole Construction — Manholes shall remain below the grading plane until final paving has been completed and then set flush with the surface, except in areas that require snow removal, the manhole frame shall be set 1/2-inch to 3/4-inch below pavement surface. In graded earth shoulders or earth flowline areas, asphalt concrete shall be placed to a minimum width of 3-feet around the manhole and paved out at 45 degrees to the edge of existing pavement per San Bemardino County Standard Plan No. 311A. Backfill and testing shall be per Section 7, and shall be independent of the main line trench tests. 7.- COMPACTION 7.1 Relative Compaction (RC) RC of 95% minimum shall be required for asphalt pavement, paving base material and that portion of backfill which is within 0.5-foot of the paving base material. RC of 90% minimum shall be required for all other fill or backfill. All .compaction shall be in accordance with California Test No. 216 or No. 231 (ASTM D-1556 or. D-1557-70)...Use ofan altemate compaction test method :(e.g:; Dynamic. Cone Penetrometer) must be approved in advance and will be approved on a case -by -case basis. 7.2 Compaction Testing Frequency And Location — Trench backfill testing shall be at 250- foot maximum intervals. One test shall beperformed for each 4-foot of depth or fraction thereof. - .Pavement subgrade and pavement base material shall be tested at 500-foot intervals. Tests for backfill shall be taken at mid -depth of each 4-feet of backfill starting at the top of the installation. 20% of laterals and 100%'of manholes shall be tested independently of the main line. Failure of a compaction test will result in the entire area represented by that test being uniformly reworked and retested at a random location. 7.3 Test Reports — Tests shall be certified by a registered Califomia civil or geotechnical engineer or testing laboratory in accordance with the State of California`. test. requirements. Test locations shall be determined by Department personnel. Test reports shall be listed individually for each trench or for each type and phase ofconstruction that includes an accurate description of the test location. Compaction reports shall be submitted to Inspector prior to permanent paving. If an alternate compaction method is approved per Section 7.1, altemate test reports specified at time of permit issuance shall be submitted. 7.4 . Mechanical Compaction — Backfill shall be placed in horizontal layers of thickness compatible to the material being -.placed and the type of equipment being used. Each layer shall be evenly spread then tamped or rolled until the specified relative compaction is attained. 9 7.5 Water Densification -- . Densifing by ponding and jetting will not be allowed within 4-feet of finish grade unless confined to the pipe zone and approved by the Inspector. Water- densification may be allowed when, as determined by Department personnel, the base and backfill materials have a sand equivalent of 20 or greater (Califomia Test No. 217) and are of such character that they will be self -draining when compacted and the foundation material will not soften, or otherwise be damaged by the applied water. For authorization to use water dens cation, submit request and test reports representing the foundation soils and backfill material, at a maximum of 1000-foot intervals to the Inspector five (5) working days prior to starting work. 8 - TRENCH RESURFACING 8.1 Temporary AC Pavement Temporary asphalt compacted to 2-inches thick shall be - - placed and maintained in a smooth and compacted condition at all locations where paving has been ,.removed and before traffic is allowed to pass over areas of pavement removal. Temporary asphalt shall be removed for permanent repair. 8.2 Pavement Repair -General -- Damaged paving adjacent to the trench edges shall be sawcut and removed in rectangular sections. Remnant strips of paving 2-feet wide or less will be removed and that area included in the paving repair. Asphalt paving shall be placed in a minimum of two lifts and be in accordance with Caltrans Standards Section 39 and be a minimum of 95% RC. The repaired section shall be 1-inch thicker than the existing paving but not less .than 3-inches thick. Paving shall be placed within thirty (30) days of completion of the subsurface.:`installation in accordance with Section 1.5. Areas to be joined with asphalt paving shall be cleaned of all soil and foreign material an tacked 100% coverage of asphaltic emulsion or paint binder. 8.3 Permanent Pavement Repair — Base paving will be in compacted lifts a maximum of.3- inches thick and the use of 3/4-inch MC AR4000 may be required at the discretion of the Permit Inspector. Finish course shall be a minimum of 1-inch and a maximum of 2-inches thick of 1/2-inch MM AR4000 flush with the existing paving. Trench sections over 6-feet in width shall utilize . a self-propelled vibrating screed paving machine (Barber -Greene or equivalent) and may be subject to additional requirements. 8.4 Trench Options • T-Cut Trench — After backfill is completed, trench edges shall be sawcut or ground to straight lines a minimum of 1.0-foot from the edge of the excavation or pavement removal and shall be parallel and at right angles to the centerline of the road (see Trench Detail A). • Optional T-Cut Trench — In cases where the existing pavement has a thickness in excess of 4-inches, grinding a minimum of 1-foot from each edge of the excavation or pavement removal to a minimum depth of 2-inches may be allowed at the discretion of the Permit Inspector (see Trench Detail B). • Non T-Cut Trench Altemative — Trench Detail C requires overlay paving in accordance with Section 8.5 for trenches over 300-feet. 10 8.5 Overlay Paving — When the T-cut trench or T-cut option is used to repair or restore pavement removal to 300-feet or longer, an overlay shall not be required unless the road has been paved within three years or the road has a superelevation, or tilt cross section. When the non T-cut trench is used to repair or restore pavement removals *of 300-feet or longer, an overlay shall be required. The determination of the overlay shall be made by the County Transportation Department at the prebid/preconstruction meeting or prior to issuance of the permit. Substantial damage to the roadway beyond the trench excavation as a result of negligence by the permittee or their contractor shall meet or exceed prior street conditions and will be determined by the Transportation Department. The overlay,when required, shall be a minimum of 1-inch thick of AR4000 3/8-inch MM placed with a paving machine per Section 5.6 and shall extend beyond pavement removal a minimum of 1-foot laterally and 5-feet longitudinally and shall cover the driving lane or shoulder full width. Roads that have a superelevation or tilt cross section may require full road width overlay in the area of the superelevation or tilt section. 8.6 Excessive Pavement Removal — Removal of six or more separate areas of pavement or the removal of 15% of the total area of a lane or shoulder by a Permittee within 300-foot length of street, may require an overlay per Section 8.5. 8.7 Pavement Surfacing — Where there are existing surface coats on the existing .paving, open graded paving, chip seal or any type of surfacing that has been removed, the surfacing and paving shall be replaced in -kind. 8.8 .Driveway Approaches — Driveway approaches constructed of asphalt concrete shall be repaired as required and shall also be overlaid 1-inch thick full width to the property line or slurry sealed per Caltrans Section 37-2.01. 8.9 Portland Cement Concrete — Potholes or trenches in PCC shall be repaired .by sawcutting or grinding and removed in full panels at the score lines or as directed by Department personnel. 8.10 Trench Failure and. Repair When the Transportation Department notifies Permittee of a failure of the trench (settlement, excessive cracking or alligatoring, etc.) the Permittee shall coordinate the proposed trench repair method and schedule with the Transportation Department. Rev. 12/98 422SPEC.DOC 11 • PLATE BRIDGING WIDTH OF TRENCH MINIMUM PLATE THICKNESS 1.0 FOOT TO 3 FOOT 1 INCH 4.0 FEET 1-1/4 INCH SPANS GREATER THAN 4 FEET, A STRUCTURAL DESIGN SHALL BE PREPARED BY A REGISTERED CIVIL ENGINEER AND APPROVED BY DEPARTMENT PERSONNEL. SURFACE OF STEEL PLATES MAY BE ROUGHENED, TAPED OR COATED TO PROVIDE A NON-SKID SURFACE BRIDGING SHALL BE SECURED AGAINST MOVEMENT BY USING HOLDING DEVICES SUCH AS ADJUSTABLE CLEATS, ANGLES, BOLTS, TACK WELDING OR OTHER DEVICES. • ASPHALT RAMPS STEEL PLATES 12" MIN. OVERLAP TYPICAL TRENCH OVERLAY CENTER LINE 5 FEET TYPICAL • 5 FEET TYPICAL 1ify;.d4fi:k fCmS EP HALF WIDTH 5 FEET TYPICAL /// P 5 FEET TYPICAL EP - EP FULL WIDTH EP /// CENTER LINE /// // PAVEMENT REMOVAL WITHIN 1 FOOT OF CENTER LINE EP EP SHOULJdE1R DRIVING CENTER LINE DRIVING LANE TO SHOULDER /// 12' MIN. 1 EP SMOULDER LANE. CENTER LINE DRIVING :.LANE AND SHOULDER EP EP /// SHOULDER. .kc s-ssiyzs'�,g•',• µ +s%ys", %£ii, ;i r?ynM,r;,s�;Yi S9 s usw .x' ,rys's ••u^.xssx• ziax s4,T ' r xass� • , tt%s's£ss�z• ,.Krx'„ins. �srsss�.,si. ;§.,,•"s£ss,;{zsws• •, Ys ^%n;.xsssrsr.�:ss: £s"s•w^,'';:snfi%i'•'`5""••s.,sr,:';"x.••r'ssis%•w�,u w�'.%sr%ssw,,z"x4:s;•s'• zx� •^tt"C ..,..s"�"T..,,�� .c=?'•ecszxnssisz s ""u�.s •a•,c•� ss.'�'„.••'.,s;.£•• •z—m• •y.s. E;x;:z;sK .,, ia• xrx'sk'rr •zs<-;;F?xxa DRIVING , 12' MIN. LANE CENTER LINE i /// SHOULDER PAVEMENT REMOVAL WITHIN 1' OF DRIVING LANE CENTER LINE NOTE: OVERLAY TO EXTEND BEYOND TRENCH A MINIMUM 5' LONGITUDENLY AND 1' TRANSVERSELY. PAVING JOINTS SHALL BE AT THE EDGES OF THE DRIVING LANES OR SHOULDERS. LEGEND: TRENCH OVERLAY 2' OR LESS FROM EDGE, REMOVE AND INCLUDE IN REPAIR SAWCUT OR COLD PLANE FOR TRENCHING 95% R.C. AC PAVEMENT TO BE 3" MIN.. AND 1' THICKER THAN EXISTING. TOP 1" - 2" TO BE AR 4000 1/2" MM. REMAINING MAY REQUIRE AR 4000 3/4" MC 90% RC. 12" WIDE OR LESS USE 1-1/2 SACK CEMENT SLURRY. SAWCUT OR COLD PLANE 1' FROM TRENCH CUTS 6" Min 1 95 % RC. CLASS II BASE(IF EXISTING; MATCH EXISTING THICKNESS OR 4" MIN. 90% R.C. NOTES : 1. ALL EXCAVATIONS WITHIN COUNTY RIGHT-OF-WAY REQUIRE AN EXCAVATION PERMIT FROM THE ROAD PERMIT SECTION. 2. ROAD PERMITS ARE NOT VALID WITHOUT FULL COMPLIANCE OF UNDERGROUND SERVICE ALERT REQUIREMENTS. 3. ALL EXCAVATIONS SHALL BE CONSTRUCTED AS PRESCRIBED BY CAL. OSHA. 4. TEMPORARY PAVING 2" THICK COMPACTED SMOOTH AND FLUSH, SHALL BE PLACED IN FALL AREAS PAVING WAS REMOVED PRIOR TO OPENING TO TRAFFIC AND AT THE END OF EACH DAY. 5. COMPACTION TEST ON BACKFILL IN THE 90% RC ZONE SHALL BE AT VARYING DEPTHS ON 250' INTERVALS AND SUBMITTED TO INSPECTION PRIOR TO PERMANENT PAVING. CLASS II 'AGGREGATE BASE AND THE GRADING PLANE SHALL BE 95% •RC ON 500' INTERVALS. 6. 'NOTIFY PERMIT INSPECTOR ONE WORKING DAY PRIOR TO STARTING A PROJECT AND FOR EACH PHASE OF CONSTRUCTION. 7. OVERLAY PAVING WILL NOT BE REQUIRED PER SECTION 8.5 EXCEPT FOR ROADS THAT HAVE -BEEN PAVED WITHIN THREE YEARS AND ROADS THAT HAVE SUPERELEVATIONS OR TILT CROSS SECTIONS. T-CUT TRENCH TRENCH DETAIL A 2' OR LESS FROM EDGE REMOVE AND INCLUDE IN REPAIR SAWCUT OR COLD PLANE , \ FOR TRENCHING 4"MIN. 2" AR 4000 1/2" MM SURFACE COURSE REMAINING MAY BE AR 4000 3/4" MC 90% RC. 12" WIDE OR LESS USE 1-1/2 SACK CEMENT SLURRY NOTES : 2" MIN. COLD PLANE 1' FROM TRENCH CUTS 95%RC. AC PAVEMENT TO BE 4" MIN. AND 1" THICKER THAN EXISTING. 95% RC. CLASS II BASE (IF EXISTING) MATCH EXISTING THICKNESS OR 4" MIN. 90% R.C. 1. ALL EXCAVATIONS WITHIN COUNTY RIGHT-OF-WAY REQUIRE AN EXCAVATION PERMIT FROM THE ROAD PERMIT SECTION. . ROAD PERMITS ARE NOT VALID WITHOUT FULL COMPLIANCE OF UNDERGROUND SERVICE ALERT REQUIREMENTS. 3. ALL EXCAVATIONS SHALL BE CONSTRUCTED AS PRESCRIBED BY CAL. OSHA. 4. TEMPORARY PAVING 2" THICK COMPACTED SMOOTH AND FLUSH, SHALL BE PLACED IN ALL AREAS PAVING WAS REMOVED PRIOR TO OPENING TO TRAFFIC AND AT THE END OF EACH DAY. . COMPACTION TESTS IN THE 90% RC PIPE ZONE SHALL BE ON 250'"INTERVALS 'AND SUBMITTED TO INSPECTION PRIOR TO PERMANENT PAVING. • 6. NOTIFY PERMIT INSPECTOR ONE WORKING DAY PRIOR TO STARTING A PROJECT AND FOR EACH PHASE OF CONSTRUCTION. 7. OVERLAY PAVING WILL NOT BE REQUIRED PER SECTION 8.5 EXCEPT FOR ROADS THAT HAVE BEEN PAVED WITHIN THREE YEARS AND ROADS THAT HAVE SUPERELEVATIONS OR TILT CROSS SECTIONS. OPTIONAL T-CUT TRENCH TRENCH DETAIL B i 2' OR LESS FROM EDGE, REMOVE AND INCLUDE IN REPAIR SAWCUT OR COLD PLANE 1 95% R.C. AC PAVEMENT TO BE 3" MIN. AND 1" THICKER THAN EXISTING. TOP 1" - 2" TO BE AR 4000 1/2" MM. REMAINING MAY REQUIRE AR 4000 3/4" MC 90% RC.-- �n 12" WIDE OR LESS USE 1-1/2 SACK CEMENT SLURRY. 6" Min. 95 % RC. CLASS II BASE(IF EXISTING) MATCH EXISTING THICKNESS OR 4" MIN. 90% RC. NOTES : 1. ALL EXCAVATIONS WITHIN COUNTY•RIGHT-OF-WAY REQUIRE AN EXCAVATION PERMIT FROM THE ROAD PERMIT SECTION. 2. ROAD PERMITS ARE NOT VALID WITHOUT FULL COMPLIANCE OF UNDERGROUND SERVICE ALERT REQUIREMENTS. 3. ALL EXCAVATIONS SHALL BE CONSTRUCTED AS PRESCRIBED BY CAL. OSHA. 4. TEMPORARY PAVING 2" THICK COMPACTED SMOOTH AND FLUSH, SHALL BE PLACED IN ALL AREAS PAVING WAS REMOVED PRIOR TO OPENING TO TRAFFIC AND AT THE END OF EACH DAY. 5. COMPACTION TEST ON BACKFILL IN THE 90% RC ZONE SHALL BE AT VARYING DEPTHS ON 250' INTERVALS AND SUBMITTED TO INSPECTION PRIOR TO PERMANENT PAVING. CLASS II AGGREGATE BASE AND THE GRADING PLANE SHALL BE 95% RC ON 500' INTERVALS. 6. NOTIFY PERMIT INSPECTOR ONE WORKING DAY PRIOR TO STARTING A PROJECT AND FOR EACH PHASE OF CONSTRUCTION. 7. OVERLAY SHALL BE REQUIRED PER SECTION 8.5 OF THE TRENCH SPECIFICATIONS FOR TRENCHES OVER 300 FEET. TRENCHES UNDER 300 FEET DO NOT REQUIRE AN OVERLAY. NON T-CUT TRENCH TRENCH DETAIL C APPENDIX V GUIDELINES FOR DEVELOPMENTS IN THE AREA OF FACILITIES, FEE PROPERTIES, AND/OR EASEMENTS OF THE METROPOLITAN WATER DISTRICT OF SOUTHERN CALIFORNIA U7/1V/9 14:ot rA Guidelines for Developments in the Area of Facilities, Fee Pro•erties, and/or Easements •of The. Metropolitan Water District of Southern California 1. Introduction a. The following general guidelines should be followed for the design of proposed facilities and developments.in the area of Metropolitan's facilities, fee properties, and/or easements. b. We require that 3 copies of your tentative and final record maps, grading,. paving, street improvement, landscape, storm drain, and utility plans be submitted for our review and written 'approval as they pertain to Metropolitan's facilities, fee properties and/or easements, prior to the commencement of any construction work. 2. Plans, Parcel and Tract Maps . The following are Metropolitan's requirements for the identification of its facilities, -fee properties, and/or easements on your plans, parcel maps and tract maps: a. Metropolitan's fee properties and/or easements and its pipelines and other•facilities must be' -fully shown and identified as Metropolitan's on all applicable plans. . .b. Metropolitan's fee properties and/or easements must be shown and identified as Metropolitan's with -the official recording data on all applicable parcel and tract maps. • • c. Metropolitan's fee properties and/or easemehts and existing survey monuments must be dimensionally tied to the parcel or tract boundaries. d..• Metropolitan's records of .surveys must be referenced on the parcel and tract maps. Ur/ly/`J`J 14:Do ryn :1L11\V1 VL1. •+��•�• 2 3. Maintenance of_Access Along Metropolitan's Rights -of -Way a. Proposed cut or fill slopes exceeding 10 percent are normally not allowed within Metropolitan's fee properties or easements. This is required to facilitate the use of construction and maintenance equipment, and provide access to its aboveground and belowground facilities. b. We require that 16-Moot-wide commercial -type driveway approaches be constructed on both sides of all streets crossing:. Metropolitan's rights -of -way. Openings are required in any median island. Access ramps, if necessary, must be at least 16-feet-wide. Grades of ramps are normally not allowed to exceed 10 percent. If the slope of an access ramp must exceed 10 percent due to the topography, the ramp must be paved. We require a 40-foot-long level area on the driveway approach to access ramps where the ramp meets the street. At Metropolitan's fee properties, we may require fences and gates. c. The terms of Metropolitan's permanent easement deeds normally preclude the building or maintenance of structures of any nature or kind•within its easements, to ensure safety and avoid interference with operation and maintenance of Metropolitan'.s pipelines or other facilities. Metropolitan must have vehicular access along the easements at alltimes for inspection, patrolling, and for maintenance of the pipelines and other, facilities on a routine basis. We require a'20-foot-wide clear zone around'all above -ground facilities. for this routine access. This clear zone should slope away from our facility on a grade not•to exceed 2 percent. We must also have access along the easements with construction equipment.. An• example of this is shown on Figure 1. -- 'Jw d. The footings of any proposed buildings adjacent to Metropolitan's fee properties and/or easements must not encroach into the fee property or easement••or impose additional loading on Metropolitan's pipelines or other' facilities therein. A typical situation is shown on Figure 2. Prints. of the detail plans of the footings for any building or structure adjacent to the fee property or easement must be submitted for our'review and written approval as they pertain to the pipeline or other facilities therein. Also, roof eaves of buildings adjacent to the easement or fee property must not overhang into the fee property or easement area. U!/10/00 19.4J 1":mod 3 e. Metropolitan's pipelines and other facilities, e.g. structures, manholes, equipment, survey monuments, etc. within its fee properties and/or easements•must be protected from damage by the easement holder on Metropolitan's property or the property owner where Metropolitan has an easement, at no expense to Metropolitan. If the facility is a cathodic protection station it shall be located prior to any grading or excavation. The exact location, description and way of protection shall be shown on the related plans for the easement area. 4. Easements on Metropolitan's Property a. We encourage the use of Metropolitan's fee rights - of -way by governmental agencies for public street and utility purposes, provided that such use does not interfere with Metropolitan's use of the property, the entire width of the property is accepted into the agency's public street system and fair market value is paid for such use of the right-of-way. b. Please contact the Director of Metropolitan's Right. of Way and Land Division,• telephone (213) 250-6302, concerning easements for landscaping, street, storm drain, sewer, water or•other public facilities -proposed within Metropolitan's fee properties. A map and legal description of the requested•easements•must be submitted. Also, written evidence must be submitted that shows the city or county will accept the-easement'.for the specific purposes into its public system.. The grant of the easement will be subject to Metropolitan's rights to use its land for water pipelines and related purposes to the same extent as if such grant had not been made. There will be a charge for the. easement. Please note that, if entry is required on the property prior to issuance of the easement, an entry permit must be obtained. There will also be a charge for the entry permit. • 5. Landscaping Metropolitan's landscape guidelines for its fee properties and/or easements are as follows: a. A green belt may be allowed within Metropolitan's fee property. or easement. b. All.landscape plans shall show the locationand size of Metropolitan's fee property and/or easement and the location and size of Metropolitan's pipeline or other facilities therein. UI/DJ 11../�/ l:a1a 1 - 4 c. Absolutely no trees will be allowed within 15 feet of the centerline of Metropolitan's existing or future pipelines and facilities. d. Deep-rooted trees are prohibited within Metropolitan's fee properties and/or easements. Shallow - rooted trees are the only trees allowed. The shallow -rooted trees will not be permitted any closer than 15 feet from the centerline of the pipeline, and such trees shall not be taller than 25 feet with a root spread no greater than 20 feet in diameter at maturity. Shrubs, bushes, vines, and ground cover are permitted, but larger shrubs and bushes should not be planted directly over our pipeline. Turf is acceptable. We require submittal of landscape plans for Metropolitan's prior review and written approval. (See Figure 3). e. The landscape plans must contain provisions for Metropolitan's vehicular access at all times along its' rights -of -way to its pipelines or facilities. therein. Gates capable of accepting Metropolitan's locks are required in any fences across its rights -of -way. Also, any walks or.drainage facilities across its'access route must beconstructed to AASETO 8-20 loading standards. f. Rights to landscape any of Metropolitan's fee properties must be acquired from its Right of Way and Land Division. Appropriate. entry.permits:must be obtained prior to any entry on its property. There will be a charge for any entry permit or easements required. 6. Fencing Metropolitan requires that perimeter fencing of its fee properties and facilities be constructed' of universal chain link, 6 feet in height and topped with 3 strands of barbed wire angled upward and outward at a 45 degree angle or an approved equal for total fence height of '7 feet. Suitable substitute fencing may be considered by Metropolitan. (Please see Figure 5 for details). 7. 'Utilities in Metropolitan's Fee Properties and/or Easements or Adjacent to Its Pipeline in•Pubhc Streets Metropolitan's policy for the alinement of utilities permitted within its fee properties and/or easements and street rights -of -way is as follows: UI/ly/yy 19:J4 rtfn .utanvrvL.11n.s aiaa. - 5 • a. Permanent structures, including catch basins, manholes, power poles, telephone riser boxes, etc., shall not be located within its fee properties and/or easements. b. We request that permanent utility structures within public streets, in which Metropolitan's facilities are constructed under the Metropolitan Water District Act, be placed as far from our pipeline as possible, but not closer than 5 feet from the outside of our pipeline. c. The installation of utilities over or under Metropolitan's pipeline(s) must be in accordance with the ,requirements shown .on the enclosedprints of Drawings Nos. C-11632 and C--9547.. Whenever possible we .request a minimum of one foot clearance between Metropolitan's pipe and your•facility.. Temporary support of Metropolitan's pipe may also be required at undercrossings of its pipe in -an open trench. The temporary support plans must be reviewed and approved by. Metropolitan. d. Lateral utility crossings of Metropolitan's pipelines must be as perpendicular to its pipeline alinement as practical. Prior to any excavation our pipeline shall be located manually and any excavation within two feet of •our pipeline-rr st be done by hand. This shall be noted on the appropriate drawings. e. Utilities constructed longitudinally within Metropolitan's. rights -of -way must be located outside the theoretical trench• prism' for uncovering its.pipeline and must be located parallel to and as close to its rights - of -way lines as practical. _ f. When piping is jacked or.installed.in jacked casing or tunnel under Metropolitan's pipe, there must be at least two feet of vertical clearance between the bottom of Metropolitan's pipe and -the top of the jacked pipe, jacked casing or:tunnel. We also require that detail drawings of the shoring for=the jacking or tunneling pits be submitted for our review and approval. Provisions must be made to grout any voids around the exterior of the jacked pipe, jacked casing or tunnel. If the piping is installed in a jacked casing -or tunnel the annular space between the piping•and the jacked casing or tunnel must be filled with grout. UI/.UJ/ 14:04 riu LIAuruL11A.' g. Overhead electrical and telephone line requirements: 1) Conductor clearances are to conform to the California State Public Utilities Commission, General Order,95, for Overhead Electrical Line Construction or at a greater clearance if required by Metropolitan. Under no circumstances shall clearance be less than 35 feet. 2). A marker must be attached to the power pole showing the ground clearance and line voltage, to help prevent damage to your facilities during maintenance or other work being done in the area. 3) Line clearance over Metropolitan's fee properties and/or easements shall be shown on the drawing to indicate the lowest point of the line under the most adverse conditions including consideration of sag, wind load,temperature change, and support type. Werequire that overhead lines be located at least 30 feet laterally away from all above -ground structures on the pipelines. 4) When underground electrical conduits,- 120 volts or greater, are installed within Metropolitan's fee property and/or easement, the conduits must . be incased -in a • minimum . of three inches of.red'concrete. Where possible, aboveground warning signs must also be placed gat. the right-of-way.:lines where the conduits enter aad'exit the right-of-way. h. The construction of sewerlines in Metropolitan's fee properties and/or easements must. conform. to the California Department:af Health Services -Criteria for the Separation of Water • Mains and' Sanitary Services and the • local City or County Health.Code"Ordi..nance as it relates to installation of sewers in the vicinity of pressure waterlines. The construction of sewerlines :should also conform to these standards in.street rights -of -.way. i. Cross sections shall be provided for all pipeline crossings showing Metropolitan's -fee property. and/or easement limits and the location of our pipeline(s). The exact locations of the crossing pipelines and their elevations shall be marked on as -built drawings for our, information. j. Potholing of Metropolitan's pipeline is required if the vertical clearance between a utility and Metropolitan's.pipeline is indicated on the plan to be one foot or less. If the.indicated clearance is between one and two feet, potholing is suggested. Metropolitan will provide a representative to assists others .in locating and identifying its pipeline. Two -working days.notice is requested. k. Adequate shoring and bracing is required for the full depth of the trench when the excavationencroaches within the Zone shown on Figure 4. 1. The location of utilities within Metropolitan's fee property and/or easement shall be plainly marked to help prevent damage during maintenance or other work done in the area. Detectable tape over buried utilities should be placed a minimum of 12 inches above the utility and shall conform to the following requirements: 1) Water pipeline: A two-inch blue warning tape shall be imprinted with: "CAUTION•BURIED WATER•PIPELINE".. 2) Gas, oil, or chemical pipeline: •A two-inch yellow warning -tape shall be imprinted with: "CAUTION BURIED ' PIPELINE"• 3) Sewer or storm drain pipeline: A two-inch green warning tape shall be imprinted with: "CAUTION BURRED PIPELINE" • 4) Electric, street lighting, or traffic signals conduit: A two-inch red warning tape shall be imprinted with: "CAUTION BURIED CONDUIT" 5) Telephone, or television conduit: A two-inch orange warning tape shall be imprinted with: "CAUTION BURIED CONDUIT" - 8 m. Cathodic Protection requirements: .,1) If there is a cathodic protection station for Metropolitan's pipeline in the area.of the proposed work, it shall be located prior to any grading or excavation. The exact location, description and manner of protection shall be shown on all applicable plans. Please contact Metropolitan's Corrosion Engineering Section, located at Metropolitan's F. E. Weymouth Softening and Filtration Plant, 700 North Moreno Avenue, La Verne,California 91750,.telephone (714) 593-7474, for the locations of. Metropolitan's cathodic protection stations. 2) If an induced -current cathodic protection system is to be installed on any pipeline crossing Metropolitan's pipeline, please contact Mr. Wayne E. Eisner at (714) •593-7474 or (213) 250-5085. Be will review the proposed system and determine if any conflicts will arise•with the existing cathodic protection systems installed by Metropolitan. • 3) Within Metropolitan's rights -of -way, pipelines and carrier•pipes (casings.) shall be coated with an approved protective coating to conform to Metropolitan' s•requirements, and shall be maintained in a neat andorderly condition as directed by Metropolitan. The application and monitoring of cathodic protection on the.. pipeline and casing shall conform to Title 49 of the Code of FederallRegulations,: Part 195. 4) If a steel carrier pipe (casing) is used: (a) Cathodic protection shall be provided by use,. of a . .sacrificial.:Magnesium anode (a sketch showing the cathodicprotection details can be provided for the designers information). (b) The steel carrier pipe shall be protected with a coal tar enamel coating inside and out in accordance with AWWA C203 specification. n. All trenches shall be excavated to comply with the CAI,/OSHA• Construction Safety Orders, Article 6, beginning with Sections 1539 through 1547. Trench backfill' shall be placed in 8-inch lifts and shall be compacted to 95 percent relative compaction (ASTM D698) across roadways and through protective dikes. Trench backfill elsewhere will be compacted to 90 percent relative compaction (ASTM D698). 9 'o. Control cables connected with the operation of Metropolitan's system are buried within streets, its fee properties and/or•easements. The locations and elevations of these cables shall be shown• on the drawings. The drawings shall note that prior to• any excavation in the area, the control cables shall be located and measures shall be taken by the contractor to protect the cables in place. • p. Metropolitan is a member•of Underground.Service Alert (USA). The contractor (excavator) shall contact USA at 1-800-422-4133 •(Southern California) at least 48 hours prior to 'starting any excavation work. The contractor. will be liable for any damage to Metropolitan'•s•facilities as a result of the construction. 8. .Paramount Right Facilities constructed within Metropolitan's fee properties and/or'easements shall be subject to the 'paramount right of Metropolitan to use•its fee properties -and/or easements for the purpose for which they were acquired. If at any time Metropolitan or•its assigns should, in the exercise of their rights, find it necessary to remove any of the facilities from the fee properties and/or easements, such removal and replacement shall be at the expense of the owner of the facility. 9. Modification.of Metropolitan's Facilities •When a manhole••or.other of;Metropolitan's facilities must be modified to accommodate.your construction or recons- truction, Metropolitan will modify the facilities with its forces. This should be noted on theconstruction plans. • The estimated cost to perform this modification will be given to you and we will require a deposit for this amount before the work is performed. Once the deposit is received, we will schedule the work. Our forces will.coordinate the work with your contractor. Our final billing will be based on actual cost incurred, and will include materials, construction, engineering plan review, inspection, and administrative overhead charges calculated in accordance with Metropolitan's standard accounting practices. If the cost is less than the deposit, a refund will be made; however, if the cost exceeds the deposit. an invoice will be -forwarded for payment of the additional amount. V II 1.7 .7 1•l.VV 1:XA •Yj V11 10 - 10. Drainage a. Residential or commercial development typically. increases and concentrates the peak storm water runoff as well as the total yearly storm runoff from an area, thereby increasing the, requirements for storm drain facilities downstream of the development. Also, throughout the year water from landscape irrigation, car washing, and other outdoor domestic water uses flows into the storm drainage system resulting in weed abatement, insect infestation, obstructed access and other problems.. Therefore, it is Metropolitan's usual practice not to approve plans that show discharge of drainage from developments onto its fee properties and/or easements. b. If water must be carried across or discharged onto Metropolitan's fee properties and/or easements, Metropolitan will insist that plans for development provide that it be carried by closed conduit or lined open channel approved in writing by Metropolitan. Also the drainage facilities must be maintained by others, e.g., city, county, homeowners association, etc. If the development proposes changes to existing.drainage features, then the developer shall make provisions to provide for replacement and these changes must be approved by Metropolitan in writing. 11. Construction Coor-dination.: During construction', Metropolitan's field representative will make periodic inspections:•We•request that a stipulation be added to the plahs•or specifications for notification of Mr. 4 of Metropolitan's Operations Services Branch, telephone 213) 250- • , at least two working days prior to any work in the vicinity. of our. facilities. ' 12. Pipeline Loading Restrictions a.. Metropolitan's pipelines. and conduits,vary in structural;strength, and.some.are not adequate for AASHTO H-20 loading.. Therefore, specific. loads over, the specific sections of pipe or conduit must be reviewed.and approved by.Metropolitan. However, Metropolitan's pipelines are typicallyz.adequate;for AASHTO H-20 loading provided that .the cover over the pipeline•is•not less than four feet or the cover is not substantially increased. .If the•temporary cover over the pipeline during construction is between three and four feet, equipment must restricted to that which VI/1J/JJ 1'1.Vol 1:i41. .LLL11,1• vLi 1:1.• .1a a..• imposes loads no greater than AASHTO H-10. If the cover is between two and three feet, equipment must be restricted to that of a Caterpillar D-4 tract -type tractor. If the cover is less than two feet, only hand equipment•may be used. Also, if the contractor plans to use any equipment over Metropolitan's pipeline which will impose loads greater than AASHTO H-20, it will be necessary to submit the specifications of such equipment for our review and approval at least one week prior to its use. More restrictive requirements may apply to the loading guideline over the San Diego Pipelines 1 and 2, portions of the Orange County Feeder, and the Colorado River Aqueduct. Please contact us for loading restrictions on all of Metropolitan's pipelines and conduits. • • b. The existing cover over the pipeline shall be maintained unless Metropolitan determines that proposed changes•do not pose a hazard to the integrity of the pipeline or an impediment to its maintenance. 13. Blasting a. At least 20 days prior tothe start of any drilling for rock -excavation blasting, or any blasting, in the vicinity of Metropolitan's facilities, a two-part preliminary conceptual plan shall be submitted to Metropolitan as follows: . . , . b. Part 1 of .the conceptual plan .shall include a complete summary of.proposed,transportation, handling, storage, and use of explosions.. c. Part 2 shall include the proposed general concept for blasting, including controlled blasting techniques and controls of .noise, fly rock, airblast, and ground vibration. 14. CEQA Requirements a. When Environmental Documents Have Not Been Prepared . 1) . Regulations implementing the California Environmental Quality Act (CEQA) require that Metropolitan have an opportunity to consult with the agency or consultants preparing any environmental documentation. We are 'required to review and consider the environmental effects of the project as shown in . the'Negative Declaration or Environmental Impact Report (EIR) prepared for your project before committing Metropolitan to approve your request. - 12 - 2) In order to ensure compliance with the regulations implementing CEQA where Metropolitan is not the Lead Agency, the following minimum procedures to ensure compliance with the Act have been established: a). Metropolitan shall be timely advised of any determination that•a Categorical Exemption applies to the project: The Lead Agency is to advise•Metropolitan that it and other agencies.• participating in the project have complied with the requirements of CEQA prior to Metropolitan's participation. b) Metropolitan is to be consulted during the preparation of the Negative Declaration or EIR. c) Metropolitan is to review and submit any necessary comments on the Negative Declaration or draft EIR. d) Metropolitan is to be indemnified for any costs or liability arising out of any violation of any laws or regulations including. but not limited to the California Environmental Quality Act and its implementing regulations. b. When Environmental Documents Have•Been Prepared If environmental documents have Seen •prepared for your project, please furnish.us a copy for our review and files in a timely manner so that•we may -have sufficient 'time to review and comment. The following steps must also be Accomplished:- - • • •1). The -Lead Agency isto advise Metropolitan that it and other agencies participating in the project have complied with the requirements of CEQA prior to Metropolitan's participation. 2) You must agree to indemnify Metropolitan, its officers, engineers, and agents for any costs or liability.arising out of any violation of any laws or regulations including but not limited to the California Environmental Quality. Act and its implementing regulations. 15. Metropolitan's Plan -Review Cost • a. An engineering review of your proposed facilities and developments and the preparation .of a letter response giving Metropolitan's comments, requirements and/or approval that will require a man-hours or less of effort is typically performed at no cost to the developer, unless a facility must be modified where Metropolitan has superior rights. If an engineering review and letter response requires more than 8 man-hours of effort by Metropolitan to determine if the proposed facility or development is compatible with its facilities, or if modifications to Metropolitan's manhole(s) or other facilities will be required, then all of Metropolitan's costs associated with the project must be paid by the developer, unless the developer has superior rights. b. A deposit of funds will be required from the developer before Metropolitan can begin its detailed engineering plan review that will exceed 6 hours. The amount of the required deposit will be determined after a cursory'review of the plans for the proposed development. c. Metropolitan's final billing will be based on actual cost incurred, and will include engineering plan review, inspection, materials, construction, and administrative overhead charges calculated in accordance with Metropolitan's standard accounting practices. If the cost is less than the deposit, a refund will be made; however, if the cost exceeds the- deposit, an invoice Will be forwarded for payment of the additional amount. Additional deposits may required if the cost of Metropolitan's review exceeds the amount of the initial deposit. 16. Caution We advise you that Metropolitan's plan reviews and responses are based upon information available to 'Metropolitan which was prepared by or on:behalf of Metropolitan for general record purposes only. Such. information may not be sufficiently detailed or accurate for your purposes. No warranty of any kind, either express or implied, is attached to the information therein conveyed as to its accuracy, and no inference should be drawn from Metropolitan's failure to comment on any aspect of your project. You are therefore cautioned to make such surveys and other field investigations as you may deem prudent to assure yourself that any plans for your project are correct. - 14 - 17. Additional Information Should you require additional information, please contact: Civi1_EnctineerinQ Substructures Section Metropolitan Water District of Southern California P.O. Box 54153•• Los Angeles.•California 90054-0153 (213) 217-6000 JEH/MRW/1k • Rev: January 22; 1989 Encl. �■r l ar• ar — ES N all MN —— M 1— r all MN all NM BACKHOE OR TRENCHER NEEDED I'OR TRENCHER MINIMUM WIDTH FOR FULLY TIMBERED TRENCH •OCM we le o lees ll.•■ P e. MO,ss.e•ep LAYIN3 CRANE -ALSO DUMP TRUCK PARKING T71£ INETfOPOLITi1N W4TEff DISTRICT ei/ 3 JIM(JM f1(1PWM REQUIRED CONSTRUCTION WIDTHS ae.wli_ rpregorm xe CIKC1r[O. MTROY[e, FIGURE I is l{ sae/ s s/ 'Off weel NO PERMANENT STRUCTURES PERMITTED M.W.D. PERMANENT RIGHT OF WAY NO ROOF OVERHANG PERMITTED --�C FOOTING MUST NOT ENCROACH INTO RIGHT OF WAY FINISHED SURFACE •ris.m•i BUILDING ADJACENT TO R/GHT OF WAY l REOUIRFD I DEPTH OF . 1 FOOTING 45• I TY.P/CAL ► . E M,W.D. PIPELINE NOTE: M.W.D. PIPELINE SIZE, DEPTH, LOC.4TION AND WIDTH OF PERMANENT RIGHT OF WAY VARIES. I[E7ROPOLUT.u4 WLTER ZuSTRIC1 REOUIREMENTS FOR BUILDINGS AND FOOTINGS ADJACENT TO M.W.A. R/GHT OF WAY FIGURE 2 1 UM - - - - 1 - NM ! - - - 1 I - - - - M.W. D. PERMANENT RIGHT OF WAY NO DEEP + NO TREES NO DEEP ROOTED TREES' i ONLY APPROVED SHALLOW ROOTING . SHRUBS OR GRASSES 5' /5' ROOTED TREES FIN/SHED SURFACE ME METROPOLITAN WATER 1113TR1CT a 3 VIKtmr CLUP04MI L ANOSCAP£ GUIDELINES FOR M.W.D. RIGHT OF WAY ...... Rzt 4T14te CIKCI1fA.... . Atl•ADYtO FIGURE 3 11InV Nq ,I • Irmo II 11e I. 11 $01. In 1.111 In En NI MN MN MN r MI N MI MI MIN M NS EN — — w a14 8 PROPERTY LINE .S. TRENCH 45' TYPICAL ADEQUATE SHORING AND BRACING REQUIRED FOR THE FULL DEPTH OF THE TRENCH WHEN THE EXCAVATION ENCROACHES WITHIN THIS ZONE STREET ..A.v/..... r. TTI£ METROdPO�L��N�W�AT DISTRICT SHORING AND BRACING REQUIREMENTS CRAW?, TRl CIA fRflttO.......«.... APPROVO, MfOMaRMOfa FIGURE 4 ►DAY NO PP II IflOD 1141 r O. MO. lS 4q0/ SPECIFICATIONS NO. SHEET NO. a MCP lntegiyeme sn+rme p.welF+rM snQ+an/ MP arf r Wain Avis red rirh Iwni.eles Colon* ebotImp Alel. /two e.o• Iran alto-kr vo orial 044y / A'a+s at wd i die: 1.1454 l[ ��a.ArpA� In44 pre,Dl/r rs £ND, CORNETT. AND POLL POST DRACINS (Nal 1. meal') Ow:erhoo• rr•MO'r� rot r.A•awird rrl wit/ iMNAewwr saw old ofbsa. Idhswr1 levd.d.p+� i• h♦.♦.•• •ii:�i'♦/•:r�.0INtaft: 114 • iSri 4. r, lalortird tw did reiN I •inatIourr rsr/tr h pMh • • ELEVATION AT slaws, avAai CRO mo§ Obllasr W 181.9.OPlA'Alb LsngIA r5syeti114dm pht. MAYS! tin /r OATZ IIIRATLI Ms raidp f�es a�ttwh1n err 1119 Ma -tensor AIw•. !I iwlntaia. Sal ••apse Man!Sart OD orpoil DOODLE' SWIMS DATE DErAtL (Al(n,tok, CORMlr parr [etaa,. whsrs tr +who+/el aN9.CRw ores srev.Ai Lr'r POLL Parr.ISW ItIONN.rhr, Spfuap N•mn aSa lrau.a$ LAYCaur SECTION r -r AMIN Seppa poll foes 44144641 el lap!Pall eases atom' oaketn?St Oro S/raltAsr tar eew4\ Tik rYd?•wtMbrs ROSA •' Yf°� AIr C .* Abed*, l'enh WAr1RIAPRr CAPS SATI my, (Su Took Aerate') NOM RACE (Sea /0Afr Asnrrll AN.ruenevav aIsrartrfee Cw}t,d Orinllieteollovene Ant Yrd • %l akAor polo +I••rd [breerN Nally OET)afL ar curcur FVR CHAIN AND IOCN (SW Pa scald •• �l,Air A.we oth ;Ml1CAYR /Ar _ Vernis ; •, rrT'r r•• PEr.r'•vvr .ar•l 0A17 POST OR.AACiW. NW Asraaq — 11• ••:•• ••••. OAT! PRAY! ,•i •irrr �•', •iii�: IR 1. Vet 741. • miiAl.. r' ••'� •:�'•i•. .i�•,.• il i iYMtsr • Axe taut • •. • s+16:•..•...•d.•.... �.w4i♦T`.a:•.�.•.►. spend/rot — - crab port,. Frof e+/A fuerhe[b ersrrc,lr IA. .Les•. w'rrK•. Conewh sLeNp ll%nli Oa [1iq•pW/ I! •j oolafr. TYPICAL rear ON SLOPE Calrnur (ASI I. s.rL) eM[xl Pre, shilq./ ••tMph aigr e�rA�o 0AT! PAALY or SA7M AZT T SPWCML sr/walM OAt //AroYr•rnie a retort Io A Joelpito sA•AMsr • too is ION -NeI r,ii kfn •4.,P r Mean S N.r.o. as err` pwrl Caruwee /404v 'MOLE SWING GATE DETAIL Oa to Doolal WEAN[ MOATS _ /fsf. wbr !Awl AM t rows perils enemy:vv.& 1A0.0. le pwlarisd .Nsr Nbn.nf.en 9 0440.M. I/pA/M•w WWI So Iwo - Avoids x rprlr5Ln 4 AerSrp .n.i.ura rJlrr S (OF./ Arw . ,,. dl.r tarisd ws.. 0.409 tr sl i , mrlrfe44 iron or wrocOeA-ot one Ong Dv corn -Sod to lilt hp of Mr pool ov/As f 'nth npuTo. A.edr/ al The took.41 arms tool zany /An,r W.—I, sat:A .1 eypsw/ma•Ly 1 (art cMMH .srhpbra •Jwar e% IS• hers l4r I Alf faro hops. shal'bs Mow any atona%wr o- ran, 4'1!.i/nor tarok. two, P70 o4rno fwtrcr,of gni:waved paw oaf Vv,4v1. .Iran.•• tap /bparl 404 fs lire[ rood Aoki rAve moo .9441. Jock. ..ism/ara MM "or -JA.r rt "rrY/- Pppa invrr/-/.►/we it 11•dn2 •so A44.4, op.ri/oie rt1./b T d%nMlrb'n fENGE POS/ CURB RLTE WALL/ AND CONCRETE(4,/ /a -mot,/ • tin,Two ,. i�tn��ie• / [f"r^s[1(/w0 trhe/ 0 rl•.RA) to ten( t r.,4 re rv< "km #49 et tr. , ekes peeks 5 r..l11, Art A aadlr /f Ml r l• ccM� /•V,..,0-i, NO �wr.r71 ..c411C.a7Ar.- Odes lfE is/S Sy. p J °g r frf h 'Zito, *pi P. 914.!M/r *pi M. 04 Ma, cApvr A'af ,1jku$r••Jfi•LID•Mtlt pt?•• a 1S11 in 144. pen: Ile t:rpro tor' p.hs s..r OAte kfnor a.er if Nil Pt *AI ik.d dt'14 #../. is o - b MI bol.rar let MI or wwYA - Pimp IX locfro an S.d. pals Pi, ATeR h.Aro gaArr are u free bul ref .ry M rte• In4:41 A end 4 hirt� ir4t *tiro to h.1 ir., 4 � f QOIS etpl Sofr pool( II•-1.• 1,e os+nl poles anrr b hit ri wrd/A ono at4-410 • -wp prss oar JO Nor .A•A PSIS VITO ew per,l• Ike tan AAl *lore 7/ o1, e7• ff pm •l Ili MI ft J.t• Ilan •- /Ds IV Lilo puts st- tilt.,/rail • dbsrr re .,J Mel11 ia1tt mANIMA iite • re t•,ees 1R /9V0 _Ill l.M f /y &woo Pr 14 le$0 o f t N• in f IG-aadff I / R.� IlT P.nrrr p IHI NltlOPOl1/AH WATER DISTRICT to %MAN / UI1064411 wirMN5Ne rrsrre • CHAIN LINK F£NC( DETAILS we Den oval AD. nvme.• •arre.•w IIt* M10,a un1.6 FIGURE 5 • 3Mx 6"prema/ded expansion joint • . filler Apertures os. directed • by the Enpineer,total volume not ro exceed 2 the volume of the supporting wall Concrete support wo/I to be placed against undis- turbed ground /. Supporting wall shall have. a firm bearing on the subgrade and against the side of the excavation. 2. Premolded expansion joint filler per ASTM D-175173 to be used in support for steel pipe only. 3. /f trench 'width' is 4 feet or greater, measured along centerline -of M.-W. D. pipe, concrete support must be constructed. :`' Wr f irid0 • Ais :less than, 4 feet, clean sand back- • , a artg.'6 ..:90%�=densiiy in • dccordante with the provisions of ASTM Stair:Ol ' D-IS57:.7O:may ,in=lieu. of the concrete support wa1!•.' • . D SECT/ON "A -A CROSS SECTION SECTION 19-8 Try rtCI ma c1.srnWCT TYPICAL SUPPORT FOR M.W D. P/PEL /NE e.nc..e....on CAL•.....t 14*3 C-9547 flt .I. o J tall aaei a fa EM 'Wail SECTION 0.75 D 3"Preformed exponsion joint filler NOTES 1, This method 10 be •used Mere the u1i/ify line is 24'or greater in diameter and the clearance between the utility tine and M.K.D. pipe is 12"ar less. 2. Special protection may be required 1-4-1 if the utility line diameter is l 1 greater than M.WD. pipe or if the cover over the utility line to the street science is minima/ and there is l2"or less clearance between MAD. pipe and the utility line. 3. Preformed exponsion joint filler to comply with ASTM designation D-1751-73• 4. M. WD. requests /2"minimum clearance whenever possible. Excovotion limits Sand Dockfill Preformed exponsion join/ filler CROSS SECT/ON 7 SE 77J0P71L1TAN WA7s2? 411).0771.2c7 s .tev+.113.i CALiremms TYPICAL EXPANSION JOINT FILLER PROTECTION FOR OVERCROSS/NG OF M.W.D. PIPEL /NE C-/1632 MCf *.0 .P7a a. leis