Loading...
HomeMy WebLinkAbout0850-72_Tamarind Avenue Sewer Lift Station_10.2City of Fontana CALIFORNIA TO: ALL BIDDERS FROM: CITY OF FONTANA JOB NAME: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 SB-48-93 DATE: FEBRUARY 25, 1993 NOTICE TO BIDDERS ADDENDUM #2 PAGE 1 of 5 This Addendum #2, consisting of 5 pages, is an integral part of the Contract Documents and shall be treated as such. Contractor shall acknowledge receipt of this Addendum on the Bid Form. I: Ductile iron pipe to be used shall' have rubber gaskets, push -on type, except as shown on plans. II. For the rest of the Addendum, see pages two and five. 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA, CALIFORNIA 92334-0518 • (714) 350-7600 SISTER CITY- KAMLOOPS, B.C. CANADA w i, o recycled paper BID # SB-48-93 PROJECT NAME ■���' Hall & Foreman, Inc. 11•11•111— i Civil Engineering •Planning • Surveying • Public Works 3602 Inland Empire Blvd., Suite C-320 Ontario, CA. 91764 (714) 941-3570 2/25/93 DATE 4013 JOB I wfON3OQV 3coon -p 1 -0 r coon ss-A $ T-. 100A MANUAL TRANSFER SWITCH r-----1 I k ;° L— __J n 100 AAP RECL►TICAL LOAD CALCULATION 111 40.0 F.L.AMPS M2 40.0 F.L.AMPS 25% 10.0 A LG MIR 6.3 TRANSFORMER 96.8 TOTAL LOAD 3-p at 1-/B CL A/ /F/CA T/ON OF EACH VFD HAS A FVNR BY PASS STARTER AND ISOLATION CONTACTOR NEMA SIZE 3. UNE SIDE REACTORS ARE REQUIRED FOR WD PROTECTION. am a9.NON ) 2910 NIAT L r CONDUIT w/ 0-3. 1-0 OR.. 8-/14 HOFT1iMt A-1212Ciiti 2-3/4' CONDUITS NTH 1 EA 118/2 SOW Cows CONDUITS WTN t EA. IS/4 sow CORDS COUPUNO PAD -1 �O RINGS SINGLE LINE DIAGRAM NOT TO SCALE MOTOR CONTROL CENTER CRt2NJFat NMI OAR of WON UMW' WI NM UN 3 PAWS EYS TYPE SEAL OFF RIMS m30 79. A I12 LA 39. REMA 4 JUNCTION 1939 STRIPTM n 3/4' CONDUT w/ 3/5- P UDDLER UNE MlO a8294 FITnNQS UGHTNG FlxTuRES lit UTUTY RECEPTACLES J Y COMXJT WIN 4 /U is 1-3/5' BUBBLER UNE fiOFTMAN A-10005006 2-3/4' CONDUITS UM 1 EA. 1S/2 SDw CORDS 3-3/4" COUPLING AND 023294 RINGS EI.EV. 23.92 PUMPS START ALARM ON P StSSTOOP 3/8" BUBBLER UNE EMERGENCY FLOAT. SNITCHES City of Fontana CALIFORNIA February 22, 1993 Hydro Conduit Corporation 23200 Temescal Canyon Road Corona, CA 91718-0939 ATTN: Craig R. Beatty This is to acknowledge that the City of Fontana intends to award the bid for the provision of a pre -cast wet well to Hydro Conduit Corporation according to the terms and conditions of Bid #SB-49-93. This action is contingent on Fontana City Council concurrence with staff recommendation. • In accordance with this letter of intent, comply with the time frame as specified in If you have any questions, please contact Engineering staff at.350-6641. cc: City Engineer File Yours ve please start work to the bid documents. e F,fipe Molinos of the Cl ff Stewart, CPPO Central Services Manager ADDENDUM # 2 PAGe 3 o 5 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA CALIFORNIA 92334 0518 • (714) 350-7800 SISTER CITY - KAMLOOPS. B.C. CANADA 115 recycled paps, CITY 02 FONTANA C A L L P.O R N I A HEHORANDum TOt Potential Bidders FROM: Cliff Stewart, Central Services Manager SUBJECT: ADDENDUM I2 8B-49-91 PRECAST WET WELL DATE: February 2, 1993 The following clarifications are hereby made to the bid document: 1. The cover for the access through the top slab shall be galvanised. The access walls shall also have P.V.Q. liner. 2. filet well core drillings will be performed in the field by the main project contractor and are pot Dart of this bid. No AI)DaniDuH Numeea .1. Fc . T+ s 513-49-93 CON S(S"i>✓'D OF AP VAtoGING 01D OPENING 7,AT6 TO Far3RuA2Y le, 1993• NO C4-1.1.)6E3 of TECHruicAL NRTUR:6 WERE MADE tai rH THAT A DPem DU V ADDENDUM # 2 S 8:-48-93 PAGE 4 of 5 5 r3 — -49 - 93 P2E. CAST wET uJ LL CITY OF FONTANA Specification for pre -cast R.C. %Vet Weil for the Tamarind Avenue Wastewater Pumping Station. All material shall be manufactured in accordance with the applicable Standard Specifica- tions for Public Works Construction, 1991 Edition and Tamarind. Avenue Wastewater Pumping Station plans. Reinforced Concrete Pipe Section 207-2 P.V.C. Liner Section 210-2 R.C. Slab Section 201 P Pipe shall be pre -cast 120" diameter reinforced concrete gasketed pipe, Class II 1000D, with 360°'T' lock P.V.C. liner. Design shall be for 32' depth saturated soil lateral loading with inner and outer layers of reinforcing. Pipe shall be cast with two 12' sections and one 7' square bottom end section. Manufacture shall verify dimensions with Hall & Foreman, Inc. (909) 941-3570 prior to manufacturing. The 7' section shall have an 18" loose bottom PVC flap. Top Slab., Top Slab shall be pre -cast reinforced concrete with pipe seat and outside diameted to match pipe. Top slab shall have 'T' lock P.V.C. liner and spring assisted 48" x 78" access cover, style H.S. Series 500, manufactured by Brooks Products or approved equal. Both slab and access cover shall be H-20 loading design. Materials shall be manufactured for delivery by April 15, 1993 and stored until contractor calls. Delivery to job site shall be included in cost of pipe. Unloading shall be the site contractors responsibility. 4013\specs\wetwall ADDENDUM # 2 Ptz s of 1/13/93 To: All Bidders From: City of Fontana Job Name: Sewer Force Main for Tamarind Avenue and Sewer Lift Station No. 8 SB-48-93 Date: February 9, 1993 NOTICE TO BIDDERS ADDENDUM #1 This Addendum is an integral part of the contract documents and shall be treated as such. Contractor shall acknowledge receipt of this Addendum on the Bid Form. I. Clarification to Sheet 4 of 10 "Pump Station #8 Site Details" 1. Plan View: Arrowhead on construction item 10 was misdirected. The valve box and cover is over the 6" gate valve. 2. Plan View: Reference to Detail "D" should be omitted. II. Clarification to Sheet 5 of 10 "Pump Station #8 Piping Details" 1. Construction Notes: Add the following items: 20. Construct 6" AWWA Gate Valve 21. Construct 6" DIP Flanged Spool 22. Construct 6" DIP 90° Flanged Bend 2. Refer to Clarification Sketch attached hereto. 1 each 12.33 l.f. 1 each BID # SB-48-93 nu all `ore a ; , Inc. E A Civil Engineering • Planning • Surveying • Public Works PROJECT NAME 3602 Inland Empire Blvd., Suite C-320 Ontario, CA. 91764 (714) 941-3570 2/10/93 DATE 4013 JOB # wnaN3aab 0 IAA 0 ®® •700ds 07d 3A7VA MVO VAIMV ..fr CITY OF FONTANA CALIFORNIA SPECIFICATIONS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 PREPARED FOR CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 (909) 350-7610 These plans and specifications are the exclusive property of the Agency and shall not be used in any manner without prior consent of the Agency. Any reuse of these plans and specifications by the Agency or others shall be at the Agency's and/or other's sole risk and without liability to the City of Fontana or Hall & Foreman, Inc. CITY OF FONTANA CALIFORNIA SPECIFICATIONS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 Prepared Under the Supervision of: HALL & FOREMAN, INC. 3602 Inland Empire Blvd. Suite C-320 Ontario, CA 91764 (909) 941-3570 Approved: Steve Reiner, P.E. 41308 February 4, 1993 CITY OF FONTANA TABLE OF CONTENTS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 NOTICE INVITING SEALED BIDS NB-1 INSTRUCTIONS TO BIDDERS IB-1 PROPOSAL DOCUMENTS Proposal P-1 Bidder's Information P-3 Contractor's Licensing Statement P-4 List of Subcontractors P-5 References & Designator of Sureties P-6 Bid Bond P-7 Non -Collusion Affidavit P-10 Certification of Non -Discrimination by Contractors P-11 Proposal Bid Sheet P-12 Addendum No. Acknowledgement P-15 CONTRACT DOCUMENTS Agreement CA-1 Contract Performance Bond CA-4 Payment Bond CA-8 Compensation Insurance Certificate CA-12 General Liability Endorsement CA-13 Automobile Liability Endorsement CA-16 Workers Compensation/Employees Liability Endorsement CA-19 GENERAL CONDITIONS: Scope of Work GC-1 Location of Work GC-1 Time of Completion GC-1 Liquidated Damages GC-1 Traffic Requirements GC-1 Hazardous Materials GC-2 Utility Requirements GC-2 Flow and Acceptance of Water GC-5 Removal of Water GC-5 Trench Safety and Shoring Excavation GC-5 Standard Specifications GC-6 Wage Rates & Labor Code Requirements GC-7 Clayton Act & Cartwright Act GC-8 Substitutions GC-8 Substitution Request Form GC-9 TABLE OF CONTENTS (cont'd) SPECIAL PROVISIONS PART I - GENERAL PROVISIONS SP-1 Section 1 - Terms, Definitions, Abbreviations and SymbolsSP-1 1-2 Definitions SP-1 Section 2 2-1 2-4 2-5 2-8 2-9 Section 3 3-2 3-3 - Scope and Control of the Work SP-1 Award and Execution of Contract SP-1 Contract Bonds SP-2 Plans and Specifications SP-2 Right of Way SP-2 Surveying SP-2 - Changes in Work SP-2 Changes Initiated by the City SP-2 Extra Work SP-3 Section 4 - Control of Materials 4-1.1 General Section 5 5-1 Section 6 SP-3 SP-3 - Utilities SP-3 Location SP-3 - Prosecution, Progress and Acceptance of the Work SP-3 6-1 Construction Schedule and Commencement of WorkSP-3 6-4 Default by Contractor SP-4 6-7 Time of Completion SP-4 6-8 Completion and Acceptance SP-4 6-9 Liquidated Damages SP-5 Section 7 - Responsibilities of the Contractor SP-5 7-1 Contractor's Equipment and Facilities SP-5 7-2 Labor SP-5 7-3 Liability Insurance SP-5 7-5 Permits SP-7 7-9 Protection and Restoration of Existing Improvements SP-7 7-10 Public Convenience and Safety SP-7 7-15 Payroll Records SP-9 Section 9 - Measurement and Payment SP-9 9-3 Payment SP-9 PART II - CONSTRUCTION MATERIALS SP-11 Section 211 - Soils and Aggregate Tests SP-11 PART III - CONSTRUCTION METHODS SP-11 Section 300 - Earthwork SP-11 300-1 Clearing and Grubbing SP-11 300-2 Unclassified Excavation SP-12 Section 301 - Treated Soils, Subgrade Preparation and Placement of Base Materials SP-13 301-1 Subgrade Preparation SP-13 301-6 Soil Sterilant SP-13 TABLE OF CONTENTS (cont'd) Section 302 - Roadway Surfacing SP-14 302-5 Asphalt Concrete Pavement SP-14 Section 303 - Concrete and Masonry Construction SP-14 303-1 Concrete Structures SP-14 303-2 Air Placed Concrete SP-17 303-4 Rock Slope Protection (Rip Rap) SP-17 Section 306 - Underground Conduit Construction SP-17 APPLICABLE STANDARD PLANS APPENDIX I SOILS REPORT APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III MANUFACTURER'S SPECIFICATIONS APPENDIX IV PLANS SEPARATE DOCUMENTS Title: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 Dwg. No. 2210 Bid No. SB-48-93 CITY OF FONTANA COMMUNITY DEVELOPMENT DEPARTMENT NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 PUBLIC NOTICE IS HEREBY GIVEN that the City of Fontana, as AGENCY, 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 10:00 A.M. on the 4th day of March, 1993, 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 SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93. Copies of Plans, Specifications, and Contract Documents are available from the Engineering Division of the Community Development Department of the City of Fontana, 8353 Sierra Avenue, Fontana, CA 92335 upon payment of a Thirty Five ($35.00) non-refundable fee ($45.00 if mailed. Any questions pertaining to this project should be directed to Felipe Molinos, Principal Engineer, at (909) 350- 6641. 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 AGENCY 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. The contract documents call for monthly progress payments based upon the engineer's estimate of the percentage of work completed. The AGENCY 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 AGENCY 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 approved proposal forms in conformance with the Instructions to Bidders and submitted in a sealed envelope plainly marked on the outside "SEALED BID FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93-DO NOT OPEN WITH REGULAR MAIL". NB-1 The AGENCY 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 the City Council of the City of Fontana. Dated this By day of , 1993. City Clerk City of Fontana 8353 Sierra Avenue Fontana, CA 92335 (909) 350-7610 NB-2 CITY OF FONTANA INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 PROPOSAL FORMS Bids shall be submitted in writing on the Proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY will not consider any proposal not meeting these requirements. 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 AGENCY 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 AGENCY. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. All required bonds 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 AGENCY 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 will 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. EQUIPMENT RENTAL AND LABOR RATES Bidder shall submit a schedule of equipment rental and labor rates which shall 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 AGENCY'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 SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93-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 AGENCY'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. 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. IB-2 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 person 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, he may submit to the Engineer of said AGENCY 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. 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 AGENCY 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 determined solely by the AGENCY. 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 AGENCY 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 AGENCY. 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 AGENCY 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. IB-3 LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the AGENCY 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 AGENCY, 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 AGENCY 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 AGENCY 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. WORKMAN'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 AGENCY 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. IB-4 CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the AGENCY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the AGENCY 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 AGENCY 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 AGENCY 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 AGENCY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by AGENCY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the AGENCY'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 subcontractorwho 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 Agency'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. SUBSTITUTIONS The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, and quality. Whenever a material, process or article is indicated or specified by a proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of a material, process or article and shall be deemed to be followed by the words "or equal", and contractor may offer any material, process or article which shall be equal in every respect to that article specified. Substitution of equal products will only be considered until thirty-five (35) days after the award of contract, and only when accompanied by a written request for approval completed as outlined on Page GC-8 entitled "Substitutions" of the Contract Documents. Bidders are urged to obtain substitution approval prior to the bid opening by submitting a written request for approval, completed as outlined on Page GC-8 of the Contract Documents, to the Engineer, no later than February 18, 1993 at 5:00 p.m.. Rejection of offered substitutions shall not entitle the successful bidder to any adjustment of the Contract sum after the bids have been opened. IB-5 BIDDER'S NAME COMPANY CITY OF FONTANA PROPOSAL FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 TO CITY OF FONTANA, as AGENCY: In accordance with AGENCY'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 AGENCY 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 AGENCY 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 agrees and acknowledges that he 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. 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 AGENCY 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. P-1 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 licenses as required to perform the work. BIDDER declares that his license number is and that the license expiration date is DATED , 1993 BIDDER BIDDER'S ADDRESS: BY PHONE FAX NO. P-2 TITLE BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: Business Address: Telephone Fax No. 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: CONTRACTOR'S LICENSING STATEMENT The undersigned 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 Name of Firm or Business Address Name Address Title Name Title Address or Name of Corporation Business Address Corporation organized under the laws of the State of P-4 Signature of President of Corp. Signature of Secretary of Corp. Date LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under Which Address of Percent Specific Subcontractor License Office, of Total Description of is Licensed No. Mill or Shop Contract Subcontract P-5 REFERENCES The following are the names, addresses, and phone numbers for three public agencies for which BIDDER has performed similar work within the past two years: 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: P-6 CITY OF FONTANA BID BOND FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 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 SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93. 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 ten (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. 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. Page 1 of 3 P-7 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 representa- tive for service of process in California) P-8 (Page 2 of 3) STATE OF CALIFORNIA ) COUNTY OF SAN BERNARDINO ) SS. On this day of , in the year , before me, , personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is described to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/her own name as attorney in fact. Notary Public (SEAL) My commission expires: NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. Page 3 of 3 P-9 STATE OF CALIFORNIA COUNTY OF NON -COLLUSION AFFIDAVIT says (Name of Affiant) * * , being first duly sworn, deposes and that he\she is of (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 thereofto effectuate a collusive or sham bid. (Signature) (Typed Name) (Title) NOTARY PUBLIC IN AND FOR THE STATE OF CALIFORNIA, COUNTY OF SUBSCRIBED BEFORE ME on this day of , 19 . My Commission Expires: Notary Public P-10 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-11. CITY OF FONTANA PROPOSAL BID SHEET FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO..8 BID NO. SB-48-93 ITEM NO. DESCRIPTION ESTIMATED UNIT UNIT. TOTAL QUANTITY .. PRICE AMOUNT 1. Clearing and -Grubbing, complete. Lump Sum LS 2. Construct Sewer Lift Station No. 8, complete. Lump Sum LS 3. Install 60" diameter metering manhole, 1 EA complete in place. 4. Pothole existing utilities. 4 EA 5. Install 12" D.I.P. force main. 2,206 LF 6. Install 18" VCP Sewer, complete. 55.5 LF 7. Install 12" D.I.P. 45° bend. 2 EA 8. Install 12" D.I.P. lateral. 5 EA 9. Install 60" diameter drop manhole, 1 EA. complete in place. 10. Install 4' x 5' precast concrete 5 EA utility vault, complete in place. 11. Remove existing A.C. pavement. 13,100 SF 12. Construct P.C.C. trench backfill slurry , complete. 280 LF 13. Install 6" thick crushed Aggregrate Base material, Trench Repair. 540 Tons 14. Install 4" thick asphaltic Concrete Pavement, Trench Repair. 357 Tons 15. Provide electric generator and trailer. Lump Sum LS 16. Provide equipment for maintenance vehicle. Lump Sum LS P-12 Amount in Words CITY OF FONTANA PROPOSAL BID SHEET FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 TOTAL $ 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. BIDDER'S NAME TELEPHONE NUMBER FAX NUMBER PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this day of , 1993. BIDDER Subscribed and sworn to this NOTARY PUBLIC day of , 1993. Title AGENCY 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-14 CITY OF FONTANA CONTRACT DOCUMENTS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 ADDENDUM NO. ACKNOWLEDGEMENT I have received the Addendums listed below: Addendum No. Date P-15 BIDDER'S NAME TELEPHONE NUMBER FAX NUMBER CITY OF FONTANA CONTRACT AGREEMENT FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 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 AGENCY, and , as CONTRACTOR. WITNESSETH that AGENCY 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.2210, Sheets 1 through 10), 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 AGENCY, 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 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. ARTICLE IV AGENCY 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 agrees to indemnify and hold harmless AGENCY and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of., or in any way related to the work undertaken by CONTRACTOR hereunder. 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 READ AND APPROVED AS TO LEGAL FORM AND CONTENT: Clark Alsop or Stephen P. Deitsch City Attorney This document is the true and complete document approved by City Council on , 199 . Linda Nunn Deputy City Clerk Community Development Director Jennifer Vaughn Blakely Compliance Officer Robert Graham Risk Management CITY OF FONTANA Other Party A Municipal Corporation Jay M. Corey Name City Manager TITLE ATTEST: Notary Kathy Montoya City Clerk CITY OF FONTANA CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) 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: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 (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 the performance and guaranty thereof. NOW, THEREFORE, we, as Principal, and ,the undersigned Contractor, 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 California, as Surety, are held and firmly bound unto the City of Fontana 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 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. 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 (Page 1 of 4) CA-4 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 day of , 19 CA-5 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney -in -Fact (Page 2 of 4) 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 of Surety and agent or representa- tive for service of process in California) CA-6 (Page 3 of 4) STATE OF CALIFORNIA ) COUNTY OF On this day of SS. personally appeared person whose name is subscribed to the of the subscribed the name of the , in the year , before me, , a Notary Public in and for said State, , known to me to be the within instrument as the Attorney -in -Fact (Surety) and acknowledged to me that he (Surety) thereto and his own name as Attorney -in -Fact. Notary Public in and for said State (SEAL) Commission expires: 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 CITY OF FONTANA PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Fontana (sometimes referred to hereinafter as "Obligee") has awarded to designated as the "Contractor"), an agreement dated as follows: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 (hereinafter , described (hereinafter referred to as the "Contract"): 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 , the a corporation , and of the State of California, of Fontana and to any and all stop notices under Section of , organized and existing under the laws of the State of duly authorized to transact business under the laws as Surety, are held and firmly bound unto the City persons, companies or corporations entitled to file 3181 of the California Civil Code, in the sum Dollars ($ ), said sum being not less than one of the total amount payable by the said Obligee under Contract, for which payment will and truly to be made, heirs, executors and administrators, successors severally, firmly by these presents. and hundred percent (100%) the terms of the said we bind ourselves, our assigns, jointly and 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 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 hereinabove, 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. (Page 1 of 4) CA-8 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 . CA-9 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney -in -Fact (Page 2 of 4) 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) STATE OF CALIFORNIA COUNTY OF On this ss. day of personally appeared person whose name is subscribed to the of the subscribed the name of the own name as Attorney -in -Fact. (SEAL) Commission expires: , in the year 19 , before me, , a Notary Public in and for said State, , known to me to be the within instrument as the Attorney -in -Fact (Surety) and acknowledged to me that he (Surety) thereto and his Notary Public in and for said State 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 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code (amended by State, 1979, C.373, p. 1343,) each Contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City 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 of the following ways: (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) COMPENSATION INSURANCE CERTIFICATE TOGETHER WITH CITY OF FONTANA GENERAL LIABILITY, WORKER'S COMPENSATION AND AUTOMOBILE LIABILITY FORMS OF ENDORSEMENTS TO BE SUBMITTED WITH CONTRACT. GENERAL LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 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. Limit of Liability Any One Occurrence: 6. Deductible or Self -Insured Retention (Nil unless otherwise Specified): 7. Coverage is equivalent to: Comprehensive General Liability form GL0002 (Ed. 1\73) Commercial General Liability "Occurrence" form CG0001 8. Bodily Injury and Property Damage Coverage is: "occurrence" Note: If "Claims Made" coverage is used to satisfy the liability insurance requirement, the coverage will be required to be maintained for six months following completion of the project. 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. 9. Description of Project: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8. CA-13 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 of Fontana, its elected or appointed officers, officials, employees, consulting engineers, and volunteers are included as insureds 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 of Fontana; or (b) products sold by the Named Insured to the City of Fontana for use on the Project; or (c) premises leased by the Named Insured from the City of Fontana, the insurance afforded by this policy shall be primary insurance as respects the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, 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 of Fontana, its elected or appointed officers, officials, employees, consulting engineers, 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) 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 (2) Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 0001; or (3) 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 of Fontana, its elected or appointed officer, officials, employees , consulting engineers 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 60 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) (Telephone Number) (FAX Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to bind the (print/type name) below listed insurance company and by my signature hereon do so bind this company. ORGANIZATION: TITLE: (SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Fontana) ADDRESS: TELEPHONE: FAX NO. CA-15 AUTOMOBILE LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 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. Limit of Liability Any One Occurrence: 6. Deductible or Self -Insured Retention (Nil unless otherwise Specified): 7. Description of Project: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8. 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 of Fontana, its elected or appointed officers, officials, consulting engineers, employees and volunteers are included as insureds with regard 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 Named Insured or a combination of the Named Insured and the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers or volunteers. CA-16 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City of Fontana, the insurance afforded by this policy shall: (a) be primary insurance as respects the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers 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 of Fontana, its elected or appointed officers, officials, employees 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 City of Fontana, its elected or appointed officer, officials, employees, consulting engineers 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 60 days prior to the effective date of cancellation. CA-17 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 (print/type name) below listed insurance company and by my signature hereon do so bind this company. ORGANIZATION: TITLE: (SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Fontana) ADDRESS: TELEPHONE: FAX NO: CA-18 WORKER'S COMPENSATION/EMPLOYERS LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION Endorsement # 1. Insurance Company: PolicyNumber: ("the Company") 2. Effective Date of This Endorsement: 3. Named Insured: 4. Employer's Liability Limit (Coverage B): 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. 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 60 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 a 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 certified 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 60 days prior to the effective date of cancellation. 2. Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the City of Fontana, 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 of Fontana. C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to bind the (print/type name) below listed insurance company and by my signature hereon do so bind this company. ORGANIZATION: TITLE: (SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Fontana) ADDRESS: TELEPHONE: FAX NO. CITY OF FONTANA GENERAL CONDITIONS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 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 all the work for the above stated project. The general items of work to be done hereunder consist of construction of SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93 complete, including gravity in flow, sewer, force main and metering manhole. LOCATION OF WORK The general locations and limits of the work are as follows: Tamarind Avenue between Santa Ana Avenue and Jurupa Avenue. TIME OF COMPLETION The Contractor shall complete all work in every detail within 60 working days after the notice to proceed. The Contractor shall place the order for the pumps, electrical panel, manhole meter, generator and sewer maintenance vehicle equipment, within 35 days following project award by Agency (presently anticipated to be April 6, 1993). Verification of order shall be presented to Agency. LIQUIDATED DAMAGES Failure of the contractor to complete the work within the time allowed will result in damages being sustained by the Agency. The amount prescribed in the Special Provisions, pursuant to the authority of Public Contract Code Section 10226 to be paid to the Agency 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 specifications. TRAFFIC REQUIREMENTS A minimum of one (1) .,:ravel lane in each direction shall be maintained on all paved streets within the construction zone at all times. Access shall be provided to all intersecting local streets and driveways at all times. The Contractor shall submit a plan detailing the delineation and protective measures to be undertaken for AGENCY and other agencies' approval. 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. No street closures shall be made without prior approval of the City Engineer and other agencies involved. See Appendex III, Traffic Control Memorandum. GC-1 Steel plate covers shall be installed 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 Agency in writing of 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 inherent in the work of the character provided for in the contract. 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 1/800/422-4133. 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 1-800-422-4133 2. West San Bernardino County Water District Local Telephone: (909) 877-0516 3. Pacific Bell Local Telephone: (909) 359-2520 USA Member Utility, Phone 1-800-422-4133 4. Southern California Edison Co. (909) 357-6223 (East of Citrus Ave.) Local Telephone: (909) 357-6231 (West of Citrus Ave.) USA Member Utility, Phone 1-800-422-4133 5. Southern California Gas Company Local Telephone: (909) 335-7750, (800) 624-2497 USA Member Utility, Phone 1-800-422-4133 6. Fontana Community Development Department (Sewer and Storm Drain) Local Telephone: (909) 350-7610 7. Comcast Cable Local Telephone: (909) 988-2985 GC-2 8. Chino Basin Municipal Water District Local Telephone: (909) 987-1712 9. Santa Fe Pacific Pipeline Local Telephone: (909) 877-2373 10. Southern Pacific Railroad Local Telephone: (213) 629-6161 Fiber Optic Cable: (800) 283-4237 11. Cal Trans Local Telephone: (909) 383-4536 12. Metropolitan Water District of Southern California Local Telephone: (213) 250-6679, (213) 250-6000 13. U. S. Sprint Local Telephone: (909) 874-7450 14. San Bernardino County Department of Transportation/Flood Control Local Telephone: (909) 387-2888, (909) 387-2642 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 714/335-7769 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 of 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 Contractor shall schedule his work and conduct his 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 in 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. To the extent required by Government Code Section 4215, the Agency 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 Agency to provide for removal or relocation of such utility facilities. GC-3 The Contractor shall "pothole" to determine the exact horizontal and vertical location of the existing storm drain, water, gas or other utilities, sewer and the sewer where the sewer will cross or connect to as shown on the plans, marked in the 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 shall be by sawcutting. 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 Agency. 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 supervised 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 Agency shall then retest the area for compliance. The cost of all testing within these areas shall be deducted from the compensation paid for potholing. If the suspect area meets the compaction requirements, the testing will be at the Agency's expense and the cost will not be deducted from the compensation paid for potholing. 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 Agency, 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. Payment for potholing shall be made at the contract price bid for each and shall include full compensation for furnishing all materials, labor, tools and equipment to provide this item of work, complete in place, including pavement removal, excavation, measurement, backfilling, compacting, temporary and final patch, maintenance, and all appurtenant related work and no additional compensation will be allowed. The bid quantity shown in the proposal bid sheet for potholing is an estimate only and may be substantially different from the actual work performed by the Contractor. The exact number of potholes to be performed by the Contractor shall be as determined by the Engineer in the field. Payment for potholing will be made at the contract unit bid price only for the work actually performed and pre -approved to be performed at each location by the Engineer in the field. And shall not be subject to the provisions of Section 3-2 of the Standard Specifications. GC-4 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 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 to 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. TRENCH SAFETY AND SHORING 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 Section 6500 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 for this project. The City of Fontana will acquire a 50 foot wide by 400 foot long temporary construction easement adjacent to the sewer lift station. The Contractor may use this area for slopping the excavation in lieu of shoring for the wet well construction. The contractor shall verify that the acquisition is complete prior to beginning work outside the public right of way. GC-5 Excavation five (5) feet or more in depth shall not begin until the Contractor has received approval 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 an 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. 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. Payment for sheeting, shoring, bracing, and all appurtenant related work shall be considered as included in the unit price bid for V.C. pipe or D.I. pipe, and sewer lift station, and no additional compensation will be allowed. CITY FURNISHED MATERIALS The City of Fontana has pre -ordered and paid for the manufacturing of the 120" diameter RCP wet well and top slab. The pipe and top slab will be delivered to the job site by the manufacturer upon request of the Contractor. Unloading, errection, core drilling, joint sealing and appurtenant work are the Contractor's responsibility. PLASTIC LINER Plastic liner joints, corner and weld strips shall be per SEctions 210-2 and 311-1 of the Standard Specifications. METAL FABRICATION AND CONSTRUCTION Metal fabrication and construction shall conform to the applicable portions of Section 304 of the Standard Specifications. LUMBER AND WOOD CONSTRUCTION Lumber and wood construction shall conform with the applicable portions of Section 204 of the Standard Specifications and the Uniform Building Code. No building permit will be required. GC-6 STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the latest edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, ("Green Book" 1991 Edition), including all 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 3055 Overland Avenue Los Angeles, California 90034 (310) 202-7775. The Standard Specifications set forth above will control the general provisions 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. 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 Standard Plans shall mean the Standard Plans of the City of Fontana or other governing agency as specified. Applicable Standard Plans for this project are contained in Appendix I of these Specifications. 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 duplication procedures, and certain notices required of the Contractor pertaining to their location. GC-7 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 day's 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 ore 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 Agency, 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. 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 ration 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 works 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 Agency to supply goods, services or materials, the Contractor or Subcontractors offers and agrees to assign to the Agency 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 purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the Agency tenders final payment to the contractor without further acknowledgement by the parties. SUBSTITUTIONS A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during and after the bidding period. B. Subsequent to the time restrictions specified, substitutions will be considered only when a Product becomes unavailable through no fault of the Contractor. C. Substitution requests must be made on the City's substitutionrequest form with complete data substantiating compliance of proposed substitution with the Contract Documents. The substitution request form is enclosed on Page CG-9 of this section. GC-8 To: City Engineer Project: Specified Item CITY OF FONTANA FONTANA, CALIFORNIA SUBSTITUTION REQUEST FORM SECTION PAGE PARAGRAPH DESCRIPTION The undersigned requests consideration of the following: PROPOSED SUBSTITUTION Attached data includes product description, specifications, drawings, photographs, performance and test data adequate for evaluation of the requests; applicable portions of the data are clearly identified. Attached data also includes description of changes to Contract Documents which proposed substitution will require for its proper installation. The undersigned states that the following paragraphs, unless modified on attachments are correct: 1. The proposed substitutions shall not result in any changes in the design, dimensions or performance of the Sewer Lift Station and Building Structure. 2. The proposed substitutions will have no adverse effect on other trades, the construction schedule, or specified warranty requirements. 3. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, performance and quality of the proposed substitution are equivalent or superior to the specified item. Submitted by: For use by City of Fontana Signature: ❑ Accepted ❑ Accepted as Noted Firm: ❑ Not Accepted Address: ❑ Received too late By: Date: Date: Telephone: Remarks: Fax: Attachments: GC-9 CITY OF FONTANA SPECIAL PROVISIONS FOR THE CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 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. Construction City of Fontana Agency/City - City of Fontana Board - City Council County - County of San Bernardino Engineer - City Engineer Federal - United States of America State - State of California Civil Engineer - Hall & Foreman, Inc. Geotechnical - Geotechnical Investigation Santa Ana Avenue Sewer/Lift Station Empire Center Fontana, California September 19, 1991 Project No. 1023.58 Prepared By: Geotechnical Professionals, Inc. Arborist Preliminary Arboricultural Report Prepared By: Knapp & Associates 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 Agency: Contract Agreement Contract Performance Bond Payment Bond General Liability and Automobile Liability Insurance Certificate and Endorsement form Worker's Compensation and Employer's Liability Insurance Certificate and Endorsement forms Construction Schedule SP-1 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 Agency until executed by the authorized Agency officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the Agency, 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. 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 therefore. 2-8 RIGHT-OF-WAY The Agency will acquire all rights of way, easements and temporary construction easement 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 2-9.3 Surveying Service., [Replace the first two paragraphs with the following]: The Engineer 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. SP-2 The Contractor shall set finish elevation control stakes. Payment for setting control stakes shall be considered as included in the price bid for the applicable items of work. The Contractor shall obtain written verification of tying out existing monumentation by Agency prior to beginning any removals. SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY 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 3-3.2.3 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 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. 4-1.1 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. SP-3 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. The Contractor is advised as to the possibility of award of other construction projects within the proposed construction zone by the City of Fontana, 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 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. SP-4 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. 6-7.2 Working Day. [Replace with the following]: The Contractor's` activities shall be confined to the hours between 7:00 AM and 6:00 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. 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. 6.8 COMPLETION AND ACCEPTANCE. [Replace the second paragraph with the following]: The date as certified by the Engineer and/or accepted by the City 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 of Fontana, 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 record data as required by 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 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 One Thousand ($1000) 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 Agency, State and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure SP-5 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 shall indemnify and save harmless the CITY OF FONTANA, the State of California, the County of San Bernardino and/or any incorporated city from all claims or suits for damages arising from his prosecution of the contract work, as more fully described in Subsection 7-3.2 "Contractor's Liability." 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, to the City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 60 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 Property Damage Worker's Compensation $1,000,000 each person $2,000,000 each accident $1,000,000 each accident for products and completed operations $1,000,000 each accident Statutory Automobile Liability Insurance to include all owned, non -owned or non -hired vehicles, including loading and unloading thereof: Automobile Bodily Injury Automobile Property Damage $1,000,000 each person $2,000,000 each accident $ 500,000 each occurance 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 AGENCY 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 and its City Council, and/or all City Council appointed groups, committees, boards and any other City Council appointed body, and/or elective and appointive' officers, servants 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." SP-6 The Contractor agrees to protect, defend and indemnify the City of Fontana 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 of Fontana, the 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 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 the City of Fontana, the 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 atany 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 Jobsite 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 AGENCY permits and make arrangements for AGENCY 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. The Contractor is required but not limited to obtaining SP-7 a construction permit from the County of San Bernardino Transportation/Flood Control District (909) 387-2888. Payment for this work shall be included in the bid items of work and no additional compensation will be allowed. The City of Fontana will waive the usual City encroachment permit fees. The Contractor shall provide the AGENCY 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 requirementsof the permit or license shall take precedence for that portion of the work in the agency or public utility right-of-way. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS.; 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. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. [Add the following): (Special attention is called out for in Section 7-10.0 in whole, and especially as underlined:) 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. 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. SP-8 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 not additional compensation will be allowed. 7-10.2 Storage of Equipment and Materials in Public Streets. [Add the following]: No more than 1000 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. Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. 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 Agency 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 Agency. 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 application for Notice of Completion. The Contractor shall obtain awritten 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 Agency. 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 Specifications. .It shall be the Contractor's responsibility to furnish a detailed detour signing and barricade plan for Agency approval. SP-9 Unless otherwise specified, compensation for Traffic Control shall include full compensation for street closures, detours, grading, restoration, 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. Payment shall include full compensation for all labor, materials, tools, equipment and doing all work involved in Traffic Control as specified, including preparation of Traffic Control plans and obtaining Agency and County plan review, approval and permits. 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. Contractor will be responsible for providing traffic detour and traffic control plans for AGENCY approval as outlined in the Memorandum dated August 21, 1992 (See Appendix III). The cost for preparing such traffic control plans will be included in the lump sum price bid for the traffic signal installation and no additional compensation will be allowed. Traffic detour and traffic control plans shall be submitted for plan checking prior to the start of construction. No street or access closure to through traffic will be, allowed without the express approval of the Agency. 7-10.4 Public Safety. (Add the following)' The Contractor shall provideand maintain for the duration of the construction a temporary fence of design and type needed to prevent entry on to the pumping station work site. 7-10.4.1 Safety orders. The Contractor shall comply with the provisions of any Agency ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 PAYROLL RECORDS [Add the following paragraph]: Certified Payroll Records shall be submitted to the AGENCY 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 Specification. 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. SP-10 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. In conformance with the State of California Public Contract Code, Section 22300, the Contractor may substitute securities for any monies withheld by the AGENCY 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 AGENCY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the Contractor upon notification by AGENCY 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 Agency shall make the final payment, Contractor shall execute and file with the Agency a release in the form supplied by the Agency, 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 the 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 period. SP-11 PART II - CONSTRUCTION MATERIALS SECTION 206 MISCELLANEOUS METAL ITEMS [Add the following subsection] 206-7.1 General All posts, rails, pickets, post caps and miscellaneous assembly components shall be cold formed, hot-diped galvanized, polyvinyl coated 12 gage steel tubing. 206-7.2 Coating Coating system shall consist of hot -dipped galvanizing inside and outside with a chromate conversion layer and electrostatically applied, thermally bonded polyester power. 206-7.3 Engineer Approval Contractor shall request in writing to Engineer any material substitutions and shall not purchase or fabricate any component until written approval from Engineer is received. Contractor shall at his own expense, replace any and all material installed without Engineer's approval of materials. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT 210-1.6 Paint for Traffic Striping, Pavement Marking and Curb Marking 210-1.6.1 General [Replace with the following]: The paint for traffic striping and marking shall be solvent -borne low VOC as approved for use in the South Coast Air Basin by the Air Quality Management District. Thinner shall not be mixed with paint. Paint shall dry "tack -free" within thirty (30) minutes. Paint used for pavement legends shall be a compound of paint and glass beads. 210-1.6.5 Reflective Material [Replace with the first sentence of the second paragraph with the following]: Glass beads for traffic paint shall conform to State Material Specification 751-80-34. SECTION 211 - SOILS AND AGGREGATE TESTS 211-2.1 Laboratory Maximum Density. [Replace with the following]: Laboratory Maximum Density tests shall be performed in accordance with Test Methods No. Calif. 216G, Part II. The correction for oversized material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of ASTM D1557. 211-2.2 Field Density. [Add the following paragraph]: Field density tests will be made by the Engineer during the course of construction at the expense of the Agency. if field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the SP-12 Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed by the Engineer at the Contractor's expense. PART III - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.3.2 Requirements. [Add the following]: (d) Miscellaneous In addition to the work outlined in Section 300-1 of the Standard Specifications, the following items of work are included under the Clearing and Grubbing unless otherwise covered by specific bid item. (1) Mobilization 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. (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) Cleaning of storm drains, including existing upstream portions which are jointed by the project following project completion. Cleaning to be done to satisfaction of Engineer. (9) Replacement of disturbed traffic signs, striping and markings as required to the satisfaction of the Engineer. (10) Tree removal and disposal of trees in a legal manner. (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 may be found within the work limits whether shown or not shown on the plans to be removed or relocated. SP-13 300-1.4 Payment. (Add the following]: Unless otherwise specified, compensation for clearing and grubbing shall include full compensation for mobilization, traffic control, signs, barricades and flashers, replacing trees and plants of the same kind to the reasonable satisfaction of the property owners whether indicated on the plans or not, shall be paid for at the lump sum contract price and no additional compensation will be allowed. Payment shall include full equipment and doing all work involved in clearing and grubbing as specified. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. 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. 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 sawcut 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 pipe and no additional compensation will be allowed. Payment for removal of existing asphalt concrete pavement, concrete driveways, and concrete curb and gutter shall be made at the contract unit bid price per square foot or linear foot, respectively, and shall include full compensation for furnishing all labor, materials, tools, and equipment involved, including sawcutting, loading, hauling, stockpiling and disposal and no additional compensation will be allowed. The contract unit bid actual price for asphalt pavement removal shall be independent of the actual thickness encountered in the field. The quantity measured for asphalt pavement removal shall be limited to a maximum of that designated as "pay lines" per detail on the plans and measured in the field. Removal of asphalt concrete beyond this limit shall be at the Contractor's expense. Payment will be made only for the quantity of pavement within the limits actually removed and within the "pay lines". 300-3.5 Structural Backfill Structural backfill shall be per sub -section 300-3.5.1 with the following amendments. Structural backfill shall have a minimum relative compaction of 95%. Structural backfill shall be the native material. Payment for structural backfill shall be included in the price bid for the ' structure and no additional compensation will be allowed. SP-14 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, the Geotechnical Report, and these provisions. 301-1.3 Relative Compaction. Relative compaction in areas to be paved shall be modified to require 95% relative compaction. Relative compaction in unpaved areas shall be not less than 95% up to a level even with the adjacent ground. Compensation for subgrade preparation shall be deemed to be included in the unit price bid for respective construction and no additional compensation will be allowed. 301-6 SOIL STERILANT. (Add new 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 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. 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 bidfor clearing and grubbing and no additional compensation will be allowed. SP-15 302 - 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. A tack coat shall be applied uniformly upon the existing pavement 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, including new Subsection 302-5.4.1. Asphalt concrete pavement for 'resurfacing shall be at least 4" thick, regardless of the thickness of the pavement removed and shall be laid in two or more courses. The base courses shall be no more than three inches thick and shall be B-AR4000. The finish course shall be a minimum one inch thick and shall be C2-AR4000. The base courses may be blade graded. The finish course shall be machine placed. All trench resurfacing shall be completed to the base course level within five working days following construction. Placement of the finish course shall not be completed until completion of all construction unless waived by the,Engineer. Only those areas where existing pavement is removed are to be repaved, subject to direction of the Engineer. 302-5.9 Measurement and Payment. [Add the following]: Asphalt Concrete pavement for resurfacing shall includethe full depth patch and shall be 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 paragraphs]: 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. SP-16 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. 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. Traverse construction joints and plastic control joints shall be as shown on plans. All concrete shall be Class 520-C-3250. At the contractors option a special concrete mix design for the wet well base may submitted for review. The submittal shall include previous compression test to aid in the evaluation. The agency will perform daily compression test to determine the earliest possible date to errect the wet well. Errection may begin when the base concrete reaches 3250 PSI. 303-1.3 Forms [Add the following paragraphs]: 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 sideslopes 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. 303-1.7 Placing Reinforcement. 303-1.7.1 General [Add the following paragraphs]: 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. SP-17 303-1.7.2 Splicing [Add the following paragraphs]: 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. 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 paragraph]: 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 maybe proposed by the Contractor and will be permitted only after evaluation by the Engineer. 303-1.9.2 Ordinary Surface Finish. [Add the following paragraph]: 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 or lump sum 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. SP-18 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 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 contractg unit price per each regardless of size and no additional compensation will be allowed. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 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 ductile iron pipe and vitrified clay pipe 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 includedin compensation paid for the pipe 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 shallnot be subject to additional compensation. 306-1.3.4 Compaction Requirements. [Replace with the following]: All trench backfill shall be denSified to 95% minimum relative compaction, as required per Section 301-1 of these specifications. Placed backfill and the granular bedding material,shall be compacted to 95% minimum relative compaction. 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 of 3/4". No rocks greater than 6" diameter shall be allowed in the backfill. No nesting or rocks shall be allowed. SP-19 306-1.6 Measurement and Payment. Payment for ductile iron pipe and vitrified clay pipe 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. SP-20 APPENDIX I APPLICABLE STANDARD PLANS SEE PLANS FOR MODIFICATION TO STANDARD DRAWINGS _y Manhole Frame a Cover Alhambra Foundry Ca Ltd. No. A-I170 A TOP Pavement - NOTES: 1I Min. \\V PLAN A.C. Pavement to surface Manhole !Barrel SECTION A -A ®SAME AS EXISTING —3"min. a 6" max. 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 aid . • TOP Pavement' A Revised 8= 88 I ckW /-4-' F"M _ d Revised 6.77 j CkY " 1" 4re tist,4i s CITY OF FONTANA CALIFORNIA STD. MANHOLE FRAME & COVER AND REINFORCED CONCRETE COLLAR Scale:I = Drawn By Checked By Approved? cir ar I cE Date iu9. i9sd STD. DETAIL 109 4-/Z A /,2. cSu:face of Ground T 'CD 1' Std. Manhole Frame a Cover I/2"Cement Plaster. Brickwork /Variable 8" Min. ' • D • o , • . • D • • • • • ' j • ' p Class "B" Concrete Brick Arch Shelf 1 \\ E 4 _� 1 , 0 �/ 1,_ ... l �I i �I Oi —���� ;) I ll i . 1/2'Ceme i i i Plaster t • e '. •.. . l e•. • a • i i CD 0� 5'— 5" NOTES: I. -For l5"sewers and larger, turn 8"Arch over pipe. 2. For 12" sewers and under, turn 4' Arch over pipe. 3. The lowest manhole step shall be placed not less than 16 nor more than 24 above shelf. 4. The upper manhole step shall be placed between the top of the manhole and the manhole cover frame and shall project not more than 5" inside manhole. CITY OF FONTANA CALIFORNIA STANDARD DROP MANHOLE For 6" to 36" Pipe Scale : I"= 2' Drawn By 7eU R Checked By Approved ,f ese cir asnu ti Date 4445 •/958 STD. DETAIL III AR-4000 3 EXISTING A.C. I SELECTED NATIVE SOIL PER CITY PLANS a SPECS. BEDDING SHALL BE IN ACCORDANCE W/NOTE II, PIPE CL.8 D- LOADING GENERAL NOTES, 1. All excavation within the City of Fontana right-of-way requires an excavation permit from the Public Works Department. 8"MAX., HOT MIX A.C. AR-4000 3/4" MAX.,HOT MIX A.C. .)1E SAW-CUT/REMOVED OD.+12 MIN. 2. Underground Service Alert shall be notified 2 working days prior to start of work 1-800- 422-4133. • ' • 3"MAX. SIZE NATIVE SOIL, COMPACTED 95% 6" MAX. SIZE NATIVE SOIL, COMPACTED 90% ((WITH A SELF-PROPELLED ' VIBRATING SHEEPSFOOT ) 3/4" MAX. COMPACTED TO 90% BY USE OF A VIBRATORY COMPACTOR, OR PRE- MOISTENED SAND W= TRENCH WIDTH QD.= OUTSIDE DIAMETER OF PIPE IE = 12" MINIMUM OR AS DIRECTED (saw-cut/rem.) 7. All edges of existing pavement being joined and surface being overlaid shall receive a tack coat of asphalt emulsion. 8. Trenches of 300 feet or more to be paved with a self-propelled paving machine. 9. Any street paved or resurfaced in the 3. All excavations shall be made, protected, and previous 36 months where the trench ex- suported as required for safety and in the tends from the curb more than 7 feet or manner set forth in the operations rules, orders, is in a traveled lane, will require an and regulations prescribed by the California overlay 25 feet in both directions from • Division of Industrial Safety, the centerline of trench. Per number 8 above. 4. Compaction of backfill shall be verified by contractor and approved by the Department of 10. Public Works prior to the placing of the'perma- nent pavement. 5. Permanent pavement shall be replaced within S days of excavation, a minimum 2-inch thickness of temporary asphalt paving shall be placed with- in the trench area until permanent repair is is completed. The temporary paving shall be placed and compacted in such a manner as to pro- 11 vide a safe and smooth traveled iurface. Permit tee shall maintain the temporary pavement in a safe and smooth condition until permanent paving is in place. 6. Prior to placement. of permanent paving, existing pavement shall be cut to a neat straight line. Pavement cracked adjacent to the trench shall be removed. If trench failure should occur, the per- mittee/developer will be notified of such deficiencies and allowed to remove, replace, remedy this work. Upon frilure of the contractor to promptly comply and under order of the City Enginser..tTench failures shall be remedied, removed, re- placed at permittee/developer sole expense. . Bedding material shall be.sand, gravel, crushed aggregate, or native free -drain- ing granular material having a sand equi- valent of not less than 30, and shall have a percentage composition by weight which conforms to the following grading, Sieve Sizes Percentage Passing Sieves 2-1/2 90-100 No. 4 35-100 NOTE-SOIL-STMILANT IS REQUIRED PRIOR TO PLACEMENT OF PERMANENT PAVEMENT, s-e EARTHWORK CITY of FONTANA, CALIFORNIA STANDARD. TRENCH REPAIR DRAWN BY /e/CA' J/Y CHECKED BY /6 _8,6 APPROVED BY Alza-V-ritre'tirt • DATE / City Engineer - STD. DETAIL 131 ftc „s f17.:“T GRADE ADJUSTMENT -RINGS, (24" MAX. HEIGHT). MUST HAVE CON- CENTRIC CONE. 4"',IIN. -- 0; 1NLETTING LINES TO 7 `. HAVE SAME SOFFIT ELEVATIONS. • •j,_fl ^_117 H^_Il4 LOPE VARIABLE DIA. .Q NOTE: CI STEPS ARE TO BE SET OPPOSITE DOWNSTREAM OUTLET. 24" MAX. SIArvuAHD MANHOLE FRAME 8 COVER ALHAMBRA FDRY.#A-;I7O ALL JOINTS TO BE CLASS "E" MORTER, THREE PARTS SAND ONE PART CEMENT. L .\ J D 'E R 1 L N . 0 - ALHAMBRA FDRY. A-3320 (GALV.) OR EQUAL. G e BASE CONCRETE SHALL BE 4 Dp EE /CLASS 560—B-37,30. LEDGE 1" PER FT. ai i ib:io •,.'; SECTION B-B " MIN. UNDER OUTSIDE OF PIPE . CUT AWAY PIPE TO INSIDE WALL OF MANHOLE AND FORM CHANNEL IN MANHOLE BOTTOM . APPROVED DIRECTOR OF PUBLIC WORKS DATE S/1s%/' REVISIONS DATE BY MARK APPROVED PRECAST MANHOLE 4 e /2/i2/ 72 9- 3 So R. "ate, R,&2 9 -.1- fa CITY CF RIALTO,CALIFORNIA DEPT. OF PUBLIC WORKS, ENGINEERING DM STANDARD NO. 101 Surface _of.rGround 0 1 M Std. Manhole; • — Frame a Cover I �! /4 lace fop 21/8 step beneath " 1 `/6 frame See *6 5 3/4' 41/4 11 ol. ° Alternate T °• ' /• ,: • cross wire -_ . bendline. to dotted, ° •�• • ' I • • • II �, •°: _0 O .I a 4 .73 C.) r q 0 O C m 0 • • • ,• .j: • a. :.• I ; 3/4 N • , 4 Class"8"Concrete 'Outlet • p a 0 (� • T • e •''; Hoops`" a• • in •.�• • 0 '0 A 111 2 1/2" 1 54 I" 1/41 .F...-1/4" SECTION OF TOP RINGS (Pre —Cast R.C.) --el 5 3/4" 24"dia D 4 CO •. • .4 5 _ 3/32" 4 " 48"dia. CONE HALF —SECTION (Pre —Cast R.0 ) Fi 4 l/8" ---- -1 3/32"dia _ 48"I.D. • 25/3211 2 48" I. D, 53 5/16"dia. JOINT DETAIL NOTES,: I. See Std Detail Nos. III, 113a 114 for drop a junction details and typical junctions. 2. Eccentric cone may be used In lieu of concentric cortex. 3� The lowest ipanhol-e'step shall bg placed not less ; than 16 nor:: more than 24. above shelf. lice upper rnonhole step shall be placed between the top of manhole and the. manhole cover frame andshall project not = ' more than 3 inside manhole. 5. All joints shall be mortared. • 6. 3/4" 0 galy. iron step or plastic'steps per ASTM A-82, ASTM C-478, "ASTM• Type II Grade• 43758, 5/6/86 7/20/134 CITY OF FONTANA CALIFORNIA STANDARD PRE -CAST MANHOLE Reinforced Concrete for 6" to 24" Pipe Scale =• I"= 2' Type Steps No. of Top Rings Drown By iege- Checked By Approved C T -N /NO•Q2• Date Ail9•/'gsg 2JS STD. DETAIL I I 2 A-/3 If Grout holes for floor slab *506" C-C Typ. Top&Bottom of slab • SECTION A -A " 4 *5 diagionols La 4'-3" 4*5 ding. L= 2t-9" Place ding. Top &Bottom SECTION B-B REINFORCEMENT DETAILS FOR FLOOR AND ROOF SLABS Typical 13/16 iDiam.- 3' - 4• Long -- DETAIL A -Rotated 90° • REVISIONS DE.CAIIfIp, Added Note No.9 DATE 6-5 72 0 ow t 0 O U) c 0. Steps -See Note_3 Pipe rail See Note 7 See Detail A 0 for Joint �a U v a: 0• ci'N o~ to Nl —' Coupling Roughen trface —+slope I/8 per ff. O1 O to 0 I 1- 0 to oN 2 If -Grout Hole 2"x6" inside diameter - light weight metal inserts Typical for roof slab Grout rail in place VERTICAL SECTION Precast Root Slab Steps are continuous tig-h shaft Y a 0 0 ISee ; o Note 3 o c c 0 c 0 U, .0 c E 0 0 u v 0 0 Precast t= Floor Slab cn 0 J 9 5..a. 0 K o w Joint Details per Note 8 NOTES I Manhole shaft safety ledge will be noted on the project drawings when required Generally, ,t is tc De constructed in deep manhole shafts 20 It or greats, in depth 2 A safety ledge shall not be used if a pressure man- hole is required 3. Steps shall be 3/4' round galvanized steel anchored 4' in the wall of the structure Steps shall be placed to match the spacing of the manhole shaft See District Drawing 2-D96 4 Concrete shall develop 3000 p s a or greater In 28 days 5 Reinforcement shall be per ASTM A615, Grade 40 Reinforcing steel shall terminate 2' clear of concrete surfaces unless otherwise shown 6. Grout holes, pipe, and fittings shall be provided in the floor slab. Pressure grouting shall be used to fill voids and to secure uniform bearing. The grout shall be neat cement grout and grouting pressures shall be as determined in the field by the Engineer 7 Pipe rail shall be fabricated of .-1/4' standard galvanized pipe composed of two sections 75 a I5' in length loaned by a galvanizea coupling The coupling shall be threaded a minimum of 2. on each pipe length- 8 Roof and floor slobs shall be for reinforced concrete pipe All joints shall be filled with precast and keyed sections as shown a-2 mortar and neatly pointed or wiped on the inside 72" R.C.P shall be provided wan two C,rCuIar cages at reinforcement LOS ANGELES COUNTY FLOOD CONTROL DISTRICT DTATICAT MANHOLE SHAFT. SAFETY LEDGE— SCALE NONE DATE 10-23-70 DWG. NO. 2-D430 SHEET i Or i APPENDIX II SOILS REPORT GEOTECHNICAL INVESTIGATION SANTA ANA AVENUE SEWER/LIFT STATION EMPIRE CENTER FONTANA, CALIFORNIA Prepared for: The Alexander Haagen Company, Inc. 3500 Sepulveda Boulevard Manhattan Beach, CA 90266 Prepared by: Geotechnical Professionals Inc. 5736 Corporate Avenue Cypress, CA 90630 (714) 220-2211 Project No. 1023.581 September 19, 1991 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift - Fontana, CA GPI Proj. 1023.581 TABLE OF CONTENTS 1.0 INTRODUCTION PAGE 1 1.1 GENERAL 1 1.2 PROPOSED IMPROVEMENTS 1 1.3 PURPOSE OF INVESTIGATION 1 2.0 SCOPE OF WORK 2 3.0 SITE CONDITIONS 3 3.1 SURFACE CONDITIONS 3 3.2 SUBSURFACE SOILS 3 3.3 GROUNDWATER AND CAVING 3 4.0 CONCLUSIONS AND RECOMMENDATIONS 4 4.1 GENERAL 4 4.2 SEISMIC CONSIDERATIONS 4.2.1 Strong Ground Motion Potential 4.2.2 Potential for Ground Rupture 4.2.3 Potential for Liquefaction 4.2.4 Seismic Ground Subsidence 4.3 EARTHWORK 5 4.3.1 Clearing and Grubbing 4.3.2 Excavations 4.3.3 Shoring 4.3.4 Subgrade Preparation 4.3.5 Material for Fill 4.3.6 Placement and Compaction Fills 4.3.7 Shrinkage and Subsidence 4.3.8 Observation and Testing 4.4 FOUNDATIONS 8 4.4.1 Foundation Type 4.4.2 Allowable Bearing Capacity 4.4.3 Minimum Footing Widths/Depths of Embedment 4.4.4 Estimated Settlements 4.4.5 Lateral Load Reistance 4.4.6 Footing Excavation Observation 4.5 BUILDING FLOOR SLABS 9 4.6 TYPE OF CEMENT 10 1023-581.01 V(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift - Fontana, CA GPI Proj. 1023.581 TABLE OF CONTENTS (CONTINUED) 4.7 LATERAL EARTH PRESSURES 4.8 PAVED AREAS 10 10 5.0 LIMITATIONS 12 APPENDICES A Exploratory Borings B Laboratory Tests C Soil Corrosivity Study D Selected Exploratory Borings from Reference 2 1023-581.01 V(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift - Fontana, CA GPI Proj. 1023.581 LIST OF FIGURES FIGURE NO. 1 Site Location Map 2 Site Plan APPENDIX A A-1 Key to Log of Borings A-2* and A-3 Log of Borings (*dated 8-29-91) A-2** Log of Borings (**dated 8-7-91) B-1 and B-2 B-3 and B-4 B-2, B-5 thru B-8, B-13, B-15 and B-21 APPENDIX B Grainsize Distribution Direct Shear APPENDIX D Selected Log of Borings from Reference 2 A-1 thru A-6 Selected Log of CPT from Reference 2 TABLE NO. 1 1023-581.01 V(9/91) LIST OF TABLES APPENDIX C Laboratory Tests on Soil Samples The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 1.0 INTRODUCTION 1.1 GENERAL This report presents the results of a geotechnical investigation performed by Geotechnical Professionals Inc. (GPI) for the Slover Avenue/Santa Ana Boulevard/Jurupa Avenue/Empire Center Boulevard (north and south)/Tamarind Avenue portions of the off - site sewer improvements related to the Empire Center development in Fontana, California. Geotechnical recommendations for the design and construction of the facilities are provided herein. The location of the project site is shown on the Site Location Map, Figure 1. 1.2 PROPOSED IMPROVEMENTS Based on project plans prepared by Hall and Foreman, Inc., dated May 23, 1991 and discussions with them, the proposed sewer line and lift station, covered by this report, will be located adjacent to existing Slover, Santa Ana, Jurupa, and Tamarind Avenues and within proposed north and south Empire Center Boulevards. The sewer line will consist of approximately 14,400± feet of pipeline ranging from 10 to 21 inch diameter pipe. The northern portion of the proposed sewer line (Slover Avenue, Empire Center Boulevard [north], and Sierra Avenue) will be constructed at depths ranging from 10 to 22 feet below existing ground surfaces. The southern portion of the proposed sewer line (Empire Center Boulevard [south], Jurupa Avenue, and Tamarind Avenue) will be constructed at depths ranging from 6 to 26 feet below existing ground surfaces. The proposed alignment is shown on the Site Plan, Figure 2. A short portion of the line, between the lift station and Santa Ana Avenue, will consist of a force main. The entire system will drain into the proposed City of Rialto, Santa Ana sewer line. An investigation report dated September 3, 1991 by GPI was prepared specifically for the Santa Ana Avenue gravity sewer from Tamarind Avenue to the City of Rialto Treatment Plant. Additional improvements will consist of laterals and manholes for the sewer line system. The piping will consist of vitrified clay pipe (VCP). We understand that a Lift Station will be constructed at Tamarind Avenue Station 14+75 west of the proposed edge of pavement. The Lift Station will have plan dimension of 30 feet by 40 feet. The Lift Station will be founded about 30 feet below existing grades. A single -story structure to house support equipment will be constructed above grade. The details of the Lift Station design were not completed at the time this report was prepared. 1.3 PURPOSE OF INVESTIGATION The purpose of this investigation is to provide geotechnical design parameters and recommendations related to design and construction of the proposed project. 1023-581.01 R (9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 2.0 SCOPE OF WORK Our scope of work for this investigation consisted of review of existing reports, field exploration, laboratory testing, engineering analysis and the preparation of this report. Prior to the field investigation, we reviewed subsurface information from previous investigations in the site area. We also incorporated field and laboratory data from References 1 and 2. Field exploration for this portion of the project consisted of two (2) borings to supplement existing field explorations. The borings were drilled using large diameter bucket -auger equipment and extended to depths ranging 26 to 40 feet below existing grades. A description of field procedures and logs of borings are presented in Appendix A. Boring and Cone Penetration Tests Logs from previous investigations (References 1 and 2) are included in the Appendices. The logs from Reference 1 were reproduced with the permission of The Alexander Haagen Company, Inc. Subsurface conditions from these explorations were utilized as a basis for some of the evaluations and recommendations in this report for the construction of the proposed improvements. Laboratory soil tests were performed on selected representative samples as an aid in soil classification and to evaluate the engineering properties of the soils. The geotechnical laboratory testing program included determinations of moisture content/dry density, grain size distribution, shear strength (direct shear), maximum density (compaction), and chemical (corrosive) characteristics. Laboratory testing procedures and results are summarized in Appendix B. Laboratory testing and corrosion evaluations. for this project were performed by M. J. Schiff and Associates under subcontract to GPI. Their report is presented in Appendix C. Engineering evaluations were performed to provide geotechnical design parameters and recommendations related to construction. The results of those evaluations are presented in the remainder of this report. 1023-581.01 R(9/91) 2 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 3.0 SITE CONDITIONS 3.1 SURFACE CONDITIONS At the time of our site investigation (August 1991), the project area consisted predominantly of undeveloped land covered with grape vines. Some portions of the area are currently covered with paved streets (Sierra, Tamarind and Slover). In general, the existing ground surface at the Empire Center site is relatively flat. The existing site grades range from 1,088± to 1,092± at Slover Avenue to 1,054± to 1,058± at Jurupa. The existing ground surface elevation at the proposed lift station is 1,045±. Detailed ground surface elevations are shown on the project plans. 3.2 SUBSURFACE SOILS Our field investigation disclosed a subsurface profile consisting predominantly of silty sands, sands, gravelly sands and -sandy silt lenses and layers. In general, the majority of the soils encountered at the site consisted of slightly moist to moist, medium dense to dense silty sands and firm to stiff sandy silts. A detailed description of the subsurface conditions are presented in Appendices A and D. 3.3. GROUNDWATER AND CAVING Groundwater was not encountered in any of the borings drilled for this or the previous geotechnical investigations at the site. Groundwater levels measured in deep wells near the site were at depths on the order of 300 feet. Caving and ravelling was encountered in some of our explorations as summarized in the Logs of Borings. Past experience at the site indicates that the near -surface, dry, sandy soils (0 to 10 feet below existing grades) and the deeper gravelly sands are susceptible to caving/sloughing. 1023-581.01 R (9/91) 3 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL Our investigation disclosed relatively favorable subsurface conditions for the proposed improvements. The proposed structures can be supported on the existing subsurface soils expected to be exposed at the proposed excavation elevations or on compacted fill as discussed below. The only potential geotechnical constraint that may affect construction of the sewer line drain and lift station is that the near -surface soils are susceptible to caving and are compressible. Recommendations to mitigate these constraint are provided below. 4.2 SEISMIC CONSIDERATIONS 4.2.1 Strong Ground Motion Potential The site is located in a seismically active area and is likely to be subjected to strong ground shaking due to earthquakes on nearby faults. A deterministic evaluation of seismic hazards was performed for a past report. This evaluation indicated that peak ground accelerations on the order of 0.3g to 0.4g are likely to be experienced at the site during the design life of the development. The levels of ground shaking indicated by the deterministic analyses are not unusual for U.B.C. Seismic Zone 4, which includes most of Southern California. 4.2.2 Potential for Ground Rupture There are no known active faults crossing or projecting through the site. Therefore, ground rupture due to faulting is unlikely at this site. 4.2.3 Potential for Liquefaction Soil liquefaction is a phenomenon in which saturated cohesionless soils undergo a temporary loss of strength during severe ground shaking and acquire a degree of mobility sufficient to permit ground deformation. In extreme cases, the soil particles can become suspended in groundwater, resulting in the soil deposit becoming mobile and fluidlike. Liquefaction is generally considered to occur primarily in loose to medium dense deposits of saturated cohesionless soils. Thus, three conditions are required for liquefaction to occur: (1) a cohesionless soil of loose to medium density; (2) a saturated condition; and (3) rapid, large strain, cyclic loading, normally provided by earthquake motions. 1023-581.01 R(9/91) 4 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 Soil liquefaction is not likely to occur at this site primarily because the groundwater level is very deep and the soils at shallow depths have very low moisture (well below saturation). 4.2.4 Seismic Ground Subsidence Strong earthquake shaking may result in some subsidence due to densification of the subsurface materials. Such subsidence, during a significant earthquake, is expected to occur in a relatively uniform manner across the site and not have a major impact on structures. 4.3 EARTHWORK The earthwork anticipated at the project site will consist of clearing, excavations, subgrade preparation, and the placement and compaction of fill. 4.3.1 Clearing and Grubbing Prior to excavation, the areas to be developed should be cleared of all vegetation and debris. All deleterious material generated during the clearing operation should be removed from the site. At the conclusion of the clearing operations, the Geotechnical Engineer should observe and accept the site prior to any grading/excavation. 4.3.2 Excavations Excavations at this site will include removals of disturbed natural soils and moderately compressible surficial soils during grading for the lift station building, footing excavations, and excavation for the well structure at the proposed lift station. Trenching will be performed to construct the balance of the proposed sewer system. Prior to placing fills within the building pad area for the lift station, loose silty sands/sandy silts within the building pad area will need to be densified. This can be accomplished by overexcavation and recompaction. For planning purposes, a depth of removal of 2 feet in general and 4 feet in areas where trees have been removed should be anticipated. The depth of removal limits should extend below existing grades or finished pad grade, whichever is deeper. The removal should extend 5 feet beyond the proposed building lines. It should be noted that the actual depths of removals should be determined in the field, during grading, by the geotechnical engineer. The existing surficial soils at the site are susceptible to caving. Therefore, locally, even shallow excavations where workmen are to enter, will need to be properly shored or sloped back at least 1:1 (horizontal:vertical) or flatter. In areas where excavation will be 1023-581.01 R(9/91) 5 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 performed in the existing streets, we expect that shoring will be used. Since the surficial soils are susceptible to caving, measures should be incorporated to prevent caving from under existing pavement (at edge of trench), which could result in voids of under the pavement. No surcharge loads (including stockpiles) should be permitted within a horizontal distance equal to the height .of cut from the toe of the excavation or five feet from the top of the slopes, whichever is greater, unless the cut is properly shored. Excavations that extend below an imaginary plane inclined at 45 degrees below the edge of any adjacent existing site facilities should be properly shored to maintain support of adjacent elements. All excavations and shoring systems should meet the minimum requirements given in the most current State of California Occupational Safety and Health Standards. In general, the excavations should be readily accomplished by conventional soil excavation equipment such as backhoes, loaders, scrapers, or dozers. The trafficability of the surficial soils can be improved by maintaining moist subgrade conditions. 4.3.3 Shoring If shoring is to be used, it should be designed by a licensed civil or structural engineer in accordance with regulatory requirements. The design of the shoring should be based on the recommended geotechnical parameters provided in subsequent sections of this report. The Geotechnical Engineer should review any shoring plans to confirm that the appropriate parameters have been used. 4.3.4 Subgrade Preparation Prior to placing any fills in building areas for the lift station building, the subgrade soils should be scarified to a depth of 6 inches, moisture conditioned, and compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557 and as required by the City of Fontana. In vehicular areas to receive asphalt or concrete pavement, the top 12 inches of the subgrade soils should be compacted to 95 percent of maximum density. 4.3.5 Material for Fill The on -site soils are suitable for use in construction of compacted fills. Imported fill material should be predominately granular, non -expansive and contain no more than 40 percent fines (portion passing No. 200 sieve). The Geotechnical Engineer should be notified at least 72 hours in advance of the location of any soils proposed for import. Each proposed import source should be sampled, tested and accepted for use prior to delivery of the soils to the site. Soils imported prior to acceptance by the Geotechnical Engineer may be rejected if not suitable. 1023-581.01 R (9/91) 6 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 Both imported and existing on -site soils, to be used as fill, should be free of debris and any pieces larger than 6 inches in greatest dimension. Excavations in areas of existing trees will generate a significant quantity of roots. The organic material should be removed prior to use of the soils in compacted fill. Any asphalt removed during excavation may be used in the fill provided it is broken down to at least six inches in dimension, not placed within one foot of the pipe and does not constitute more than 25 percent of any portions of the fill. 4.3.6 Placement and Compaction Fills All fill soils placed in the public right-of-way must be compacted to a minimum of 95 percent of maximum density as required by the City of Fontana. Fill should be placed in horizontal lifts, moisture conditioned, and mechanically compacted. Jetting flooding of fills is not permitted by the City. The optimum lift thickness will depend on the compaction equipment used and can best be determined in the field. The following uncompacted lift thickness can be used as preliminary guidelines. Plate Compactors Small Vibratory or static rollers (5-ton±) Scrapers and heavy loaders Heavy vibratory (20-ton) 4-6 inches 6-8 inches 8-12 inches 12-18 inches The maximum lift thickness for mechanical compaction should never be greater than 18 inches. The moisture content of the fill materials should be within two percent of optimum to readily achieve the required degree of compaction. The existing soils are dry (well below optimum). Therefore, moistening of these materials during grading will be required. During backfill of excavations, the fill should be properly benched into the construction slopes as it is placed in lifts. Where space constraints (i.e., interference with existing utilities, etc.) do not permit use of equipment for compaction, backfill consisting of one sack sand -cement slurry may be used. 4.3.7 Shrinkage and Subsidence Shrinkage is the loss of soil volume caused by compaction of fills to a higher density than before grading backfill. Subsidence is the settlement of in -place subgrade soils caused by loads generated by large earthmoving equipment. For earthwork volume estimating purposes, an average shrinkage value of 15 to 20 percent and subsidence of 0.1 foot 1023-581.01R(9/91) 7 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 may be assumed for the existing surficial (upper 10 feet) natural soils. Shrinkage and subsidence of the deeper materials is expected to be nominal, on the order of 5 percent. These values are estimates only. Actual shrinkage and subsidence will depend on the types of earthmoving equipment used and should be determined during grading. 4.3.8 Observation and Testing A representative of GPI should observe all excavations, subgrade preparation and fill placement activities. Sufficient in -place field density tests should be performed during fill placement to evaluate the overall compaction of the soils. Soils that do not meet minimum compaction requirements should be reworked and tested prior to placement of any additional fill. 4.4 FOUNDATIONS 4.4.1 Foundation Type The proposed lift station may be supported on conventional isolated and/or continuous shallow spread footings or a mat foundation founded on the natural soils occurring 30 feet below existing grades. The single -story building may be supported on conventional footings founded in compacted fill. 4.4.2 Allowable Bearing Capacity The proposed lift station will be founded approximately 30 feet below existing grades. An allowable bearing capacity up to 4,000 pounds per square foot (psf) may be used. This value is based on the expected lift station invert elevation. An allowable bearing capacity of 2,000 psf may be used for shallow foundations supporting the one-story building founded on properly compacted fill. The allowable pressures may be increased one-third for short-term, transient, wind and seismic loading. The maximum edge pressures induced by eccentric loading or overturning moments should not be allowed to exceed these values. 4.4.3 Minimum Footing Widths/Depths of Embedment Allowable Bearing Pressure (psf) Minimum Minimum Width Depth 2,000 15 15 3,000 18 18 4,000 24 18 1023-581.01 R(9/91) 8 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 4.4.4 Estimated Settlements We do not anticipate any significant settlement for the lift station founded 30 feet below existing grades for the magnitude of allowable bearing pressure provided the subgrade soils are not disturbed during excavation. We anticipate total settlements and differential settlements to be the less than one-half and one-fourth of an inch, respectively, for shallow foundations founded on properly compacted fill. The above estimates are based on the assumption that the recommended earthwork will be performed and that the footings will be sized in accordance with our recommendations. 4.4.5 Lateral Load Resistance Soil resistance to lateral loads will be provided by a combination of frictional resistance between the bottom of footings and underlying soils and by passive soil pressures acting against the embedded sides of the footings. For frictional resistance, a coefficient of friction of 0.40 may be used for design. In addition, an allowable lateral bearing pressure equal to an equivalent fluid weight of 300 pounds per cubic foot may be used, provided the footings are poured tight against undisturbed natural or compacted fill soils. These values may be used in combination without reduction. 4.4.6 Footing Excavation Observation Prior to placement of concrete and steel, the Geotechnical Engineer should observe and approve all footing excavations. All excavations should be cleaned of any loose material prior to placement of steel. 4.5 BUILDING FLOOR SLABS Slab -on -grade floors should be supported on granular, non -expansive soils compacted as discussed in the "Compacted Fill" section. A vapor/moisture barrier should be placed under any slabs that are to be covered with moisture -sensitive floor coverings (parquet, vinyl, tile, etc.). The vapor barrier should consist of a polyethylene sheet (visqueen) having a minimum thickness of 6 mils. This material should be covered by a layer of clean sand (not native soil) having a minimum thickness of 2 inches. The function of the sand layer is to protect the vapor barrier during construction and to aid in the uniform curing of the concrete. 1023-581.01 R(9/91) 9 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/lift Station GPI Proj. 1023.581 4.6 TYPE OF CEMENT Based on the results of laboratory chemical testing for this investigation, the on -site soils exhibit soluble sulphate concentrations less than 50 parts per million. Therefore, ordinary Type 1 or Type 2 cement may be used for the construction of concrete in contact with the subgrade soils. 4.7 LATERAL EARTH PRESSURES Active earth pressures can be used for designing walls that can yield at. least 1/4 inch laterally under the imposed loads. For level backfill the magnitude of active pressures are equivalent to the pressures imposed by a fluid weighing 30 pounds per cubic foot (pcf). This pressure may also be used for the design of temporary excavation support (cantilevered shoring). At -rest pressures should be used for restrained walls that remain rigid enough to be essentially non -yielding. At -rest pressures are equivalent to the pressures imposed by a fluid weighing 55 pounds per cubic foot. Walls subject to surcharge loads should be designed for an additional uniform lateral pressure equal to one-third and one-half the anticipated surcharge pressure for unrestrained and restrained walls, respectively. The wall backfill should be well -drained to relieve possible hydrostatic pressure or designed to withstand these pressures. Braced shoring should be designed to resist a uniform pressure distribution of 24H (psf). H is defined as the depth of the' trench. The above pressure distribution assumes that groundwater will be well below the bottom of the excavation during construction. As discussed previously, groundwater was not encountered during any of our explorations for this project. 4.8 PAVED AREAS Laboratory testing performed for adjacent projects indicated R-values for the finer grained sandy silts encountered at the lift station site to be on the order of 30 to 40. Preliminary pavement design has been based on an assumed R-Value of 30. The California Division of Highways Design Method was used for design of the recommended preliminary pavement sections. These recommendations are based on the assumption that the pavement subgrades will consist of the existing surface soils. Final pavement design should be based on R-value testing performed near the conclusion of rough grading. The following pavement sections are recommended for planning purposes only. 1023-581.01 R(9/91) 10 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 Section Thickness (inches) Traffic Asphaltic Class II Pavement Area Index Concrete Base Course Heavy Truck Driveways 6.0 3 9 Auto and Pickup Driveways 4.0 3 4 The pavement subgrade underlying Class II Base should be properly prepared and compacted in accordance with the recommendations outlined under "Subgrade Preparation". The pavement base course (as well as the top 12 inches of the subgrade soils) should be compacted to at least 95 percent of maximum density (ASTM D-1557). Aggregate base should conform to the requirements of Section 26 of the California Department of Transportation Standard Specifications for Class II aggregate base (3/4" maximum) or Section 200-2 of the Standard Specifications for Public Works Construction (Green Book) for untreated base materials. The above recommendations are based on the assumption that the base course will be properly drained. The design of paved areas should incorporate measures to prevent moisture build-up within the base course which can otherwise lead to premature pavement failure. For example, curbing adjacent to landscaped areas should be deep enough to act as a barrier to infiltration of irrigation water into the adjacent base course. 1023-581.01 R(9/91) 11 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 5.0 LIMITATIONS The report, exploration logs, and other materials resulting from GPI's efforts were prepared exclusively for use by The Alexander Haagen Company, Inc., the City of Fontana and their consultants in designing the proposed development. The report is not intended to be suitable for reuse on extensions or modifications of the project or for use on any project other than the currently proposed development as it may not contain sufficient or appropriate information for such uses. If this report or portions of this report are provided to contractors or included in specifications, it should be understood that they are provided for information only. Soil deposits may vary in type, strength, and many other important properties between points of exploration due to non -uniformity of the geologic formations or to man-made cut and fill operations. While we cannot evaluate the consistency of the properties of materials in areas not explored, the conclusions drawn in this report are based on the assumption that the data obtained in the field and laboratory are reasonably representa- tive of field conditions and are conducive to interpolation and extrapolation. Furthermore, our recommendations were developed with the assumption that a proper level of field observations and construction review will be provided during grading, excavation, and foundation construction. If field conditions during construction appear to be different than is indicated in this report, we should be notified immediately so that we may assess the impact of such conditions on our recommendations. Our investigation and evaluations were performed using generally accepted engineering approaches and principles available at this time and the degree of care and skill ordinarily exercised under similar circumstances by reputable geotechnical engineers practicing in this area. No other representation, either expressed or implied, is included or intended in our report. Respectfully submitted, Geotechnical Professionals Inc. Scott E. Fitinghoff Staff Engineer SEF:JEH:gn 1023-581.01 R(9/91) 12 James E. Harris, G.E. Principal The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift - Fontana, CA GPI Proj. 1023.581 REFERENCES 1. "Geotechnical Investigation, Santa Ana Sewer Line, Fontana, California," dated September 3, 1991 by Geotechnical Professionals Inc., Project No. 1023.591. 2. "Preliminary Geotechnical Investigation Empire Center, Fontana, CA," dated January 27, 1989 by •GEOFON Inc., Project No. 87-357.01. 1023-581.01 V(9/91) ///5 Trailer Park Well I WAY- JI_ ' • ... • • • •A Cf. • '''••••••••••• j•'•••• /067• • •• • •~ • •G—._�.__.__ • Trailer • ::" :Z W • •. /o pr. aI • 41. .!..1� �,. op \4 0 Jurupa Hills Sch • •r'/049 • I� • tti,�•ii ll II j r. r. ,•�I• I• • • i•• i .1!. /0/ /•_.. • • Well, f. • 0 i'I • • trpi�ei arki� J 0. -- - 4 LANE 2000 4000 ,1 =JI 11 5I• �'i —• .I060 CIS � ;erg n • • Pa Bloomi"gt .14 High Sl? . ••/052 . 11 II IF�i 1 ` „„ \ , 33. 43.1'o I j';��--- 1 q 1 \• /0/2 If GEOTECHNICAL PROFESSIONALS INC. SANTA ANA AVE. SEWER / LIFT STATION GPI PROJECT NO.: 1023.581 I SCALE: 1"=2000' SITE LOCATION MAP FIGURE 1 B-1 gGPI-1 PB-1 0 PC-5 0 EXPLANATION PROPOSED SEWER LINE APPROXIMATE LOCATION OF BORING BY GPI APPROXIMATE LOCATION OF BORING BY GPI (REFERENCE 1) APPROXIMATE LOCATION OF PREVIOUS BORING (REFERENCE 2) APPROXIMATE LOCATION OF PREVIOUS CPT (REFERENCE 2) BASE MAP REPRODUCED FROM INDEX MAP BY HALL AND FORMEN INC. Li GEOTECHNICAL PROFESSIONALS INC. SANTA ANA AVE. SEWER / LIFT STATION SITE PLAN PROJECT NO.: 1023.581 SCALE 1"=800' FIGURE 2 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 APPENDIX A EXPLORATORY BORINGS The subsurface conditions at the site were investigated by drilling and sampling two exploratory borings during our investigation. The boring locations are shown on the Site Plan, Figure 2. The borings for the current investigation were advanced to depths ranging from 26 to 40 feet. The borings were drilled using truck -mounted bucket auger equipment. Relatively undisturbed samples were obtained using a brass -ring lined sampler, driven into the soil by a 1,680-pound Kelly bar dropping 12 inches for sampling intervals up to 25 feet. A 840-pound Kelly bar dropping 12 inches was used to drive the brass -ring lined sampler below 25 feet. The number of blows needed to drive the sampler was recorded as the penetration resistance. It should be noted that the number of blows in this case are much lower than the Standard Penetration Resistance because of the greater driving weight. The field explorations for the current investigation were performed under the continuous technical supervision of a GPI field representative who visually inspected the site, maintained detailed logs of the borings, classified the soils encountered, and obtained relatively undisturbed samples for examination and laboratory testing. The soils encountered in the borings were classified in the field and through further examination in the laboratory in accordance with the Unified Soil Classification System (Figure A-1). Detailed logs of the borings performed for this investigation are presented in Figures A-2 and A-3 in this appendix. Boring B-1 from Reference 2 (drilled on August 7, 1991) is also included for reference. 1023-581.01X(9/91) A-1 UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D-2487) PRIMARY DIVISIONS GROUP SYMBOL SECONDARY DIVISIONS COARSE GRAINED SOILS MORE THAN HALF OF MATERIALS IS LARGER THAN # 200 SIEVE SIZE SANDS GRAVELS MORE THAN MORE THAN HALF OF COARSE HALF OFCOARS FRACTION IS FRACTION IS SMALLER THAN LARGER THAN 42 4 SIEVE F 4 SIEVE CLEAN GRAVELS Gw WELL GRADED GRAVELS, GRAVEL -SAND MIXTURES, LITTLE OR NO FINES. (LESS THAN 5% FINES) CP POORLY GRADED GRAVELS OR GRAVEL -SAND MIXTURES, LITTLE OR NO FINES. GRAVEL WITH GM SILTY GRAVELS, GRAVEL -SAND -SILT MIXTURE. NON PLASTIC FINES. FINES GC CLAYEY GRAVELS, GRAVEL•SAND-CLAY MIXTURES. PLASTIC FINES. CLEAN SANDS SW WELL GRADED SANDS, GRAVELLY SANDS,LITTLE OR NO FINES. (LESS THAN FINES) Si'5% POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO FINES. SANDS WITH SM SILTY SANDS. SAND -SILT MIXTURES. NON•PLASTIC FINES. FINES SC CLAYEY SANDS, SAND -CLAY MIXTURES. PLASTIC FINES. FINE GRAINED SOILS MORE THAN HALF OF MATERIAL IS SMALLER THAN x 200 SIEVE SIZE x = SILTS AND SILTS AND r CLAYS CLAYS 0 LIQUID LIQUID z LIMIT IS LIMIT IS n GREATER LESS 8 THAN SO THAN SO ML INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY. CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS. LEAN CLAYS. OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY. MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDY OR SILTY SOILS, PLASTIC SILTS. CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS. OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS. PT PEAT AND OTHER HIGHLY ORGANIC SOILS. CLASSIFICATION CRITERIA BASED ON FIELD TESTS PENETRATION RESISTANCE (PR) CLAYS AND SILTS • NUMBER OF BLOWS OF 140 POUND HAMMER FALLING 30 SANDS AND GRAVELS CONSISTENCY BLOWS/FOOT• STRENGTH" INCHES TO DRIVE A 2 INCH O.D. (I 3/8 INCH I.D.) SPLIT BARREL RELATIVE DENSITY BLOWSJFOOT• • VERY SOFT 0. 2 _., 0 • V. SAMPLER (ASTM•1586 STANDARD 1 VERY LOOSE 0.4 SOFT 2 -4 V. •'A PENETRATION TEST) LOOSE 4 • 10 FIRM 4 - 8 'h • 1 •• UNCONFINED COMPRESSIVE STRENGTH IN TONS/SQ. FT. MEDIUM DENSE 10.30 STIFF 8 • IS 1 • 2 READ FROM POCKET PENETROMETER DENSE 30.50 VERY STIFF 15 •30 2 -4 VERY DENSE OVER 50 HARD OVER 30 OVER 4 CLASSIFICATION CRITERIA BASED ON LAB TESTS 2 60 GW = D60 - �30) FOR GW 6 FOR CH AND SW—C GREATER THAN 4 AND SW, C " D10 c D10XD60 x q BETWEEN 1 AND 3 z 40 CL A- -S.. GP AND SP — CLEAN GRAVEL OR SAND NOT MEETING REQUIREMENT FOR GW AND SW u GW AND SM — ATTERBERG LIMIT BELOW "A" LINE OR P.I. LESS THAN 4 GC AND SC ATTERBERG LIMIT ABOVE "A" LINE P.I. GREATER THAN 7 y 20 — a /OH & MH FINES FINE MEDIUM COARSE FINE COARSE ML & f (SILT OR CLAY) SAND SAND SAND GRAVEL GRAVEL/CQBBLESBOULDERS 0 �4i><" QL I SIEVE SIZES 200 40 10 4 3/4" 3" 10" 0 40 80 100 20 .60 LIQUID LIMIT CLASSIFICATION OF EARTH MATERIALS IS BASED ON FIELD INSPECTION AND SHOULD NOT BE CONSTRUED TO IMPLY LABORATORY ANALYSIS UNLESS SO STATED. �: .a;. NI GEOTECHNICAL ' PROFESSIONALS INC. KEY FOR SOIL EXPLORATION LOGS FIGURE A-1 —' _ _ = I MOISTURE (%) DRY DENSITY (PCF) PENETRATION RESISTANCE (BLOWS/FOOT) SAMPLE TYPE w wDEPTH q(FEET)1 1 1 1 / rf �� DESCRIPTION OF SUBSURFACE MATERIALS ELEVATION (FEET) This summary applies only at the location of this boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. NATIVE Sandy Silt (ML) to Silty Sand (SM), brown, dry, firm to medium dense @ 3.5 feet becomes slightly moist 1 VTJ- -1040- 3.0 104 4 D Silty Sand (SM), brown, slightly moist, medium dense, B porous -1035- 2.9 103 5 D Sandy Silt (ML), brown, dry to slightly moist, stiff -1030- 3.7 90 6 D B Silty Sand (SM), brown, slightly moist, medium dense to -1025- 2.4 102 5 D dense -1020- 2.5 101 10 D B -1015- 2.6 101 8 D 2.2 116 9 D Silty Sand (SM), brown, slightly moist, medium dense -1010- Terminated at 40 feet. 2.7 96 11 D Caving noted in upper 2 feet of boring -1005- SAMPLE ID TYPES DATE DRILLED 8-29-91 Rock Core ®Y`� I Ip"` PROJECT NO.: 1023.581 FONTANA LIFT STATION S Standard Split Spoon EQUIPMENT USED: Ea D B T Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Not encountered Tube Sample LOG OF BORING NO. B-1 FIGURE A-2 Cd cn E r w„ oa > } O PENETRATION RESISTANCE SAMPLE TYPE 1v ry DEPTH Q c� (FEET) DESCRIPTION OF SUBSURFACE MATERIALS 0 0 0 0 0 o ELEVATION 9 4, (xi o 9 (FEET) This summary applies only at the location of this boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. — NATIVE Silty Sand (SM), brownish grey, slightly moist, medium dense @ 3 feet becomes moist •- -'- - 1.1 9.9 14.4 2.0 2.0 - - - 115 112 109 107 2 3 4 4 4 15 D .' Gravelly Sand lens D B . Sand (SP), brown, moist, medium dense Sandy Silt (ML) to Silty Sand (SM), brown, moist, stiff to medium dense D Silty Sand (SM), brown, moist, medium dense, occasional silt lenses D i . ' Well -graded sand (SW), brown, slightly moist, dense, gravels to 2-inches diameter D B D Terminated at 26 feet. Caving observed in upper 2 feet of boring. Ravelling observed below 5 feet in the boring. SAMPLE C S D B T TYPES DATE DRILLED 8-29-91 Rock Core Standard Split Spoon EQUIPMENT USED: Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Not encountered Tube Sample r5 PROJECT NO.: 1023.581 FONTANA LIFT STATION — — _ Ea LOG OF BORING NO. B-2 FIGURE A-3 cc N,� Wp �zo • ._ _eN DESCRIPTION OF SUBSURFACE MATERIALS Z Hi mi c~n H oa. Ell .� o CNN wH3jr5 wJ a-m J a. N W W o± This summary applies only at the location of this boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Jv w 0 NATIVE Silty Sand (SM), brown, slightlymoist, medium to dense B - _ @3' gravels to 4 inches diameter -1055- 2.9 113 7 D . • . • .. Well -Graded Sand with Silt (SW-SM), brownish grey, • • • slightly moist, dense, gravels to 4 inches -1050- B .. J • 3.3 121 9 D 10�. • -1045- Silty Sand (SM), brown, moist, dense 7.1 112 4 D 15— B- r -1040- 7.5 111 5 D .„....- -.-.-.-.- - 20 Terminated at 20 feet. Minor ravelling in boring. SAMPLE C TYPES Rock Core DATE DRILLED 8-7-91 6µ°°,.:•, * ® ' PROJECT NO.: 1023.591 SANTA ANA AVE. SEWER S Standard Split Spoon EQUIPMENT USED: D B T Drive Sample 18" Bucket auger Bulk Sample GROUNDWATER LEVEL: Not encountered Tube Sample LOG OF BORING NO. B-1 FIGURE A-2 APPENDIX B The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 APPENDIX B LABORATORY TESTS INTRODUCTION Relatively undisturbed soil samples were carefully packaged in the field and sealed to prevent moisture loss. The samples were then transported to our Cypress office for examination and testing assignments. Laboratory tests were performed on selected representative samples as an aid in classifying the soils and to evaluate the physical properties of the soils affecting foundation design and construction procedures. Detailed descriptions of the laboratory tests are presented below under the appropriate test headings. Test results are presented in the figures that follow. MOISTURE CONTENT AND DRY DENSITY Moisture content and dry density were determined for a number of the ring samples. The samples were first trimmed to obtain volume and wet weight and then were dried in accordance with ASTM 2216-71. After drying, the weight of each sample was measured, and moisture content and dry density were calculated. Moisture content and dry density values are presented on the boring logs in Appendix A. GRAIN SIZE DISTRIBUTION A representative sample was dried, weighed, soaked in water until individual soil particles were separated, and then washed on the No. 200 sieve. That portion of the material retained on the No. 200 sieve was oven -dried and then run through a standard set of sieves in accordance with ASTM D422-63. The grain distribution data is shown in Figures B-1 and B-2. DIRECT SHEAR Direct shear tests were performed on selected undisturbed ring samples, in accordance with ASTM D3080-72. After the initial weight and volume measurements were made, each sample was placed in the shear machine, and a normal load comparable to the in -situ overburden stress was applied. The sample was allowed to consolidate and then was sheared to failure. The procedure was repeated on additional test specimens from the same soil layer under increased normal loads. Shear stress and sample deformation were monitored throughout the test. The results of the direct shear tests are presented in Figures B-3 through B-4. 1023-581.01 X(9/91) B-1 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 COMPACTION Compaction tests were performed on selected bulk samples, in accordance with ASTM D1557-70 in order to determine the maximum dry density and optimum moisture content for the material tested. The results of the compaction tests are presented below: Maximum Optimum Location Depth (feet) Soil Type Density (pcf) Moisture (%) B-1 8-10 SM 126 11.0 1023-581.01X(9/91) B-2 U.S. STANDARD SIEVE -INCHES I U.S. STANDARD SIEVE NUMBERS 6 3 1.5 3/4 3/8 4 10 20 40 100 200 HYDROMETER 100 90 80 70 I— C7 H w 60 3 >- W 50 H w w40 U w n. 30 20 10 0 0 0 I 10� COBBLES I 1 I GRAVEL coarse fine 1 I I GRAIN SIZE IN MILLIMETERS coarse SAND medium I I fine 0 0 )1 SILT OR CLAY 0.001 Sample Location B-1 10 Sample Location B-1 10 D100 4.75 Classification Silty Sand (SM) D60 0.18 D30 0.096 D10 MC% 3 LL %Gravel 0.0 PL %Sand 81.4 PI Cc %Silt 18.6 Cu %Clay PROJECT: FONTANA LIFT STATION PROJECT NO. 1023.581 GRAIN SIZE DISTRIBUTION FIGURE B-1 U.S. STANDARD SIEVE -INCHES 1 U.S. STANDARD SIEVE NUMBERS 6 3 1.5 3/4 3/8 4 10 20 40 100 200 HYDROMETER 100 90 80 70 CD H W 60 3 )-• re 11.60 H U. W 40 Ui a. 30 20 10 0 II II I I I I 100 1) GRAIN SIZE IN MILLIMETERS 01 0 Dl 0.001 COBBLES GRAVEL SAND SILT OR CLAY coarse , fine coarse medium fine Sample Location B-1 15 Classification Sandy Silt (ML) MC% 4 LL PL PI Cc Cu 0 Sample Location B-1 15 D100 4.75 D60 D30 D10 %Gravel 0.0 %Sand 29.8 %Silt 70.2 %Clay PROJECT: FONTANA LIFT STATION PROJECT NO. 1023.581 RSV GRAIN SIZE DISTRIBUTION FIGURE B-2 SHEAR STRENGTH, psf 6000 5000 4000 3000 2000 1000 ■ 00 10)0 20)0 30D0 4000 5000 NORMAL PRESSURE, psf PEAK STRENGTH Friction Angle = 33 degrees Cohesion = psf Note: Sample submerged before test Sample Location Classification 60 00 RESIDUAL STRENGTH Friction Angle = 33 degrees Cohesion= 0 psf DD,pcf MC,% B-1 10.0 Silty Sand (SM) Peak 103 3 B-1 10.0 Silty Sand (SM) Residual 103 3 PROJECT: FONTANA LIFT STATION PROJECT NO.:1023.581 R; , ,g, ir,ttrsla& DIRECT SHEAR TEST RESULTS FIGURE B-3 SHEAR STRENGTH, psf 6000 5000 4000 3000 2000 1000 00 10)0 2000 3000 NORMAL PRESSURE, psf PEAK STRENGTH Friction Angle = 38 degrees Cohesion= psf Note: Sample Submerged before test Sample Location Classification 4000 50)0 60 00 RESIDUAL STRENGTH Friction Angle = 27 degrees Cohesion = 110 psf DD,pcf MC,% 0 B-1 15.0 Sandy Silt (ML) Peak 90 4 RI B-1 15.0 Sandy Silt (ML) Residual 90 4 PROJECT: FONTANA LIFT STATION PROJECT NO.:1023.581 DIRECT SHEAR TEST RESULTS FIGURE B-4 APPENDIX C M. J. SCHIFF & ASSOCIATES Consulting Corrosion Engineers September 17, 1991 GEOTECHNICAL PROFESSIONALS, INC. 5736 Corporate Avenue Cypress, California 90630 Attention: Mr. Scott Fitinghoff Re: Gentlemen: 1291 NORTH INDIAN HILL BOULEVARD CLAREMONT, CALIFORNIA 91711-3860 714/626-0967 FAX 714/621-1419 Soil Corrosivity Study Off -Site Santa Ana Sewer Line/Lift Station Fontana, California Your # 1023.58I, MJS&A #91208 Laboratory tests have been completed on the single soil sample you provided from your borings for the subject project at Santa Ana and Tamarind Avenues. We assume that this soil is representative of the most corrosive soil at the site. The purpose of these tests was to determine if the soil may have deleterious effects on underground piping and concrete structures. The electrical resistivity of the sample was measured in its as -received condition and again with distilled water added to create the standardized condition of saturation. Resistivities are at about their lowest value when the soil is saturated. The sample was chemically analyzed for the major anions and cations, and pH was measured. Test results are shown on Table 1. A useful factor in determining soil corrosivity is electrical resistivity. The electrical re- sistivity of a soil is a measure of its resistance to the flow of electrical current. Corro- sion of buried metal is an electrochemical process in which the amount of metal loss due to corrosion is directly proportional to the flow of electrical current (DC) from the metal into the soil. Corrosion currents, following Ohm's Law, are inversely proportional to soil resistivity. Lower electrical resistivities result from higher moisture and chemical contents and indicate corrosive soil. A correlation between electrical resistivity and corrosivity toward ferrous metals is: Soil Resistivity in ohm -centimeters 0 to 1,000 1,000 to 2,000 2,000 to 10,000 over 10,000 Corrosivity Category severely corrosive corrosive moderately corrosive mildly corrosive The electrical resistivity measured in the laboratory with as -received moisture content was in the mildly corrosive category. When saturated, the sample dropped into the moderately corrosive category. The resistivity dropped considerably with added mois- ture because the sample was dry as -received. Soil pH value was 7.3 which is neutral and not significant in evaluating corrosivity. CORROSION AND CATHODIC PROTECTION ENGINEERING SERVICES SURVEYS • PLANS AND SPECIFICATIONS • INTERFERENCE PROBLEMS • SOIL TESTS • SUPERVISION, INSPECTION AND ADJUSTMENT OF INSTALLATIONS GEOTECHNICAL PROFESSIONALS, INC. September 17, 1991 MJS&A #91208 Page 2 The chemical content of the sample was low. Tests were not made for sulfides or negative oxidation-reduction (redox) potentials because they would not exist in this dry aerated sample. This soil is classified as moderately corrosive to ferrous metals. In addition to soil corrosivity, the life of buried materials depends on thickness, strength, loads, construction details, soil moisture, etc. and is, therefore, difficult to predict. Of more practical value are corrosion control methods that will increase the life of materials that would be subject to significant corrosion. The following corrosion control measures are recommended. Abrasive blast underground steel piping and apply a high quality protective coating such as extruded polyethylene, a tape coating system, hot applied coal tar enamel, or fusion bonded epoxy. Apply cathodic protection to steel piping. To prevent dissimilar metal corrosion cells and to facilitate the application of cathodic protection, electrically insulate buried steel piping from dissimilar metals, cement- mostar or concrete coated steel, and above ground steel pipe. Underground steel pipe with rubber gasketed, mechanical, grooved end, or other non- conductive type joints must be bonded for electrical continuity. Electrical continuity is necessary for corrosion monitoring and cathodic protection. Cast or ductile iron pipe, valves, and fittings do not require special protective measures such as a plastic wrap. However, to avoid possibly creating corrosion problems, iron should not be placed partially in contact with concrete such as thrust blocks. Use coat- ings mentioned above for steel or polyethylene plastic sheets 8 mils thick to prevent such contact. Electrically insulate underground iron pipe from dissimilar metals and above ground pipe. No special precautions are required for copper, reinforced concrete, asbestos -cement, vitrified clay, or plastic piping placed underground from a corrosion viewpoint. Protect any iron valves and fittings as mentioned above. Where metallic pipelines penetrate concrete structures, use plastic sleeves, rubber seals, or other dielectric material to prevent pipe contact with the concrete and reinforc- ing steel. On any type of pipe, bare steel appurtenances such as bolts, joint harnesses, or flexible couplings should be coated with a coal tar or rubber based mastic or coal tar epoxy after assembly. Standard construction practices and concrete mixes may be used for concrete in con- tact with this soil using type 1 or 2 cement. GEOTECHNICAL PROFESSIONALS, INC. September 17, 1991 MJS&A #91208 Page 3 The scope of this study is limited to a determination of soil corrosivity and its general effects on materials likely to be used for construction. If the architects and/or engi- neers desire more specific information, designs, specifications, or review of design. we will be happy to work with them as a separate phase of this project. Respectfully submitted, M. J. SCHIFF & ASSOCIATES Robert A. Pannell cb Enc: Table 1 L64 TABLE 1 LABORATORY TESTS ON SOIL SAMPLES Location Soil Resistivity Chemical Analysis in mg/kg (ppm) of dry soil and ohm -centimeters Calcium Magnesium Sodium Bicarbonate Chloride Sulfate Depth Soil Type As Rec'd Sat'd at Ca M9 Na HCO3 Cl SO4 B1 8-10' silty sand 25,000 3,000 7.3 60 trace 17. 122 35 48 Carbonate 0 Off -Site Santa Ana Sewer Line/Lift Station Fontana, California Your #1023.58I, MJS&A #91208 F16 APPENDIX D GEOFON Project No. 87-357.01 APPENDIX B EXPLORATORY BORING RESULTS The subsurface conditions at the site were investigated by drilling seventeen exploratory borings and excavating eighteen backhoe test pits at the locations shown on the Site Plan, Figure 2. The borings were advanced to depths up to 36 feet. The test pits were excavated to depths of 5 feet. The borings were drilled using truck -mounted bucket auger drilling equipment. The test pits were excavated using a backhoe. The field explorations were performed under the continuous technical supervision of a GEOFON geotechnical engineer who visually inspected the site, maintained detailed logs of the borings, classified the soils encountered, and obtained relatively undisturbed samples for examination and laboratory testing. Detailed logs of the borings (including those drilled for the previous investigation) are presented in Figures B-2 through B-21 of this appendix. The logs of test pits are presented in Figure B-22. The soils encountered in the explorations were classified in the field and through further examination in the laboratory in accordance with the Unified Soil Classification System (Figure B-1). Relatively undisturbed soil samples were obtained with a 2.42-inch inside diameter ring sampler. The soil sampler was driven with a 1680-pound weight falling 12 inches. Sand cone tests (ASTM D 1556) were performed in test pits. 35701002 UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D-2487) COARSE GRAINED SOILS FINE GRAINED SOILS PRIMARY DIVISIONS CLEAN GRAVELS (LESS THAN 5% FINES) GROUP SYMBOL GW GP SECONDARY DIVISIONS WELL GRADED GRAVELS, GRAVEL -SAND MIXTURES, LITTLE OR NO FINES. POORLY GRADED GRAVELS OR GRAVEL -SAND MIXTURES, LITTLE OR NO FINES. GRAVEL WITII FINES CLEAN SANDS (LESS TITAN 5% FINES) GM SILTY GRAVELS, GRAVEL -SAND -SILT MIXTURE. NON PLASTIC FINES. GC CLAYEY GRAVELS, GRAVEL -SAND -CLAY MIXTURES. PLASTIC FINES. SW WELL GRADED SANDS, GRAVELLY SANDS,LITTLI: OR NO FINES. SP POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO FINES. SANDS WITH FINES h O h HIGHLY ORGANIC SOILS SM SILTY SANDS, SAND -SILT MIXTURES. NON•PLASTIC FINES. SC CLAYEY SANDS, SAND -CLAY MIXTURES. PLASTIC FINES. ML CL OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY. Mil INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDY OR SILTY SOILS, PLASTIC SILTS. CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS. INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY. CLAYS, SANDY CLAYS, SILTY CLAYS. LEAN CLAYS. INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS. PEAT AND OTHER HIGHLY ORGANIC SOILS. CLASSIFICATION CRITERIA BASED ON FIELD TESTS PENETRATION RESISTANCE (PR) SANDS AND GRAVELS RELATIVE DENSITY BLOWS/FOOT° VERY LOOSE 0.4 LOOSE 4-10 MEDIUM DENSE - 10 • 30 DENSE 30•50 VERY DENSE OVER 50 CONSISTENCY VERY SOFT SOFT FIRM STIFF VERY STIFF HARD CLAYS AND SILTS STRENGTH** 0 2.4 4-8 8. 15 15.30 V.•5i 5i• 1 I.2 2.4 OVER 30 OVER 4 ° NUMBER OF BLOWS OF-•I40 POUND HAMMER FALLING 30 INCHES TO DRIVE A 2 INCH O.D. (1 3/8 INCH I.D.) SPLIT BARREL SAMPLER (ASTM• 1586 STANDARD PENETRATION TEST) °° UNCONFINED COMPRESSIVE STRENGTH IN TONS/SQ. IT. READ FROM POCKET PENETROMETER CLASSIFICATION CRITERIA BASED ON LAB TESTS i x 60 r -11 i• 1; GW AND SW-C�= D6U GREATER THAN 4 FOR GW AND 6 FOR Sw _ I- ,)_ IO• L. BETWEEN 1 AND 3 i GP AND SP - CLEAN GRAVEL OR SAND NOT MEETING REQUIREMENT FOR GW AND SW 20 40 60 80 100 LIQUID LIMIT CLASSIFICATION OF EARTH MATERIALS IS BASED ON FIELD INSPECTION AND SHOULD NOT BE CONSTRUED TO IMPLY LABORATORY ANALYSIS UNLESS SO STATED, GE®F®N PROJECT H7--357 01 GW AND SM - ATTERBERG LIMIT BELOW "A" LINE OR P.I. LESS THAN 4 GC AND SC - ATTERBERG LIMIT ABOVE "A" LINE P.L GREATER THAN 7 FINES FINE MEDIUM �COARSt FINE CcARST (SILT OR CLAY)j SAND 1 SAND ` SAND GRAVEL GRAVEL SIEVE SIZES 200 40 10 4 3/4•• 3" 10" OBBLF.BOULDERS r y C7 �' w a K } a g 6 w g .. S a 11- DESCRIPTION OF SUBSURFACE MATERIALS THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUAL CONDITIONS ENCOUNTERED. W U. L j 1092i -. • SAND -GRAVELLY SAND (SP-SM), light brown, :. predominantly fine sand with some gravels and - . —•1090t occasional cobbles; cobble content increasing below 10 feet; medium dense; slightly moist • • 5— 0 25 D - 0 --1085± °. 10—•0 0 21 D o' - • •• °• —1080± 0 15 — b..' 0 25 D o %0 0 ••o. • —1075± .. SANDY SILT (ML) TO SILTY SAND (SM), light brown 20-- . to brown, medium dense, moist, occasional 0 26 D gravelly and cobbly zones '.. —1070± 25—. . 0 45 D •; ' " ' .-1065± -I.� °. i. f. 30-7•' . 0 28 0 "•; - —1060± 35— • ' 0 30 D :+•.• —1055± • _•. Last sample interval 40.0'-41.5' 0 36 D 40 Boring terminated at 41.5 feet SAMPLE TES DATE DRILLED: 11-6-87 - Rock Core A GE®FOIl1 PROJECT NO.: 87-357 EDUPMENT USED: ® Standard Split Spoon ' ` FONTANA DEVELOPMEN1 " a A • 0 A .. • o [J Drive Sample 8" Hollow Stem Auger GROUNDWATER LEVEL: C BTulk lk Sample Not Encountered LOG OF BORING NO. B — 1 Sample 11-87 FIGURE B-2 MOISTURE (X) DRY DENSITY (PCF) PENETRATION RESISTANCE BLOWS/FOOT SAMPLE TYPE U, o cn DEPTH (FEET) DESCRIPTION OF SUBSURFACE MATERIALS o ELEVATION o (FEET) F+ THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. : Silty SAND (SM) brown, slightly moist, loose @2' medium dense @4' dense -1045- -1040- -1035- 2.2 3.7 7.8 109 107 92 8 8 8 D Sandy SILT (ML) brown, slightly moist, hard @10.5' grades yellow brown D D Terminate drilling at 16 feet SAMPLE S D B 0 TYPES DATE DRILLED: 11-30-88C Rock Core Standard Split Spoon EQUIPMENT USED: Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Tube Sample Not encountered "GEcorOFporated ON In PROJECT NO.: 87-357.01 EMPIRE CENTER LOG OF BORING NO. B-4 1-89 PAGE 1 OF 1 FIGURE B-5 j^ ►I-- Z o w I- ¢ Q • a Q. I- IF DESCRIPTION OF SUBSURFACE MATERIALS z H W N .'�-, 0O E Oa. ' CC 0 F--tn N W u aO W ILL-1 a D:m J n. ¢ N W W O THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA• TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUAL CONDITIONS ENCOUNTERED. D E J W 1047 O • : Silty SAND (SM) brown, slightly moist, loose @2' medium dense @ 4' light yellow brown, medium dense, trace of •1045 4.6 102 4 D .• gravel Sandy SILT (ML) light grey, moist, very stiff 1040 4.3 105 4 D 10 Silty SAND (SM) brown, slightly moist, medium dense •1035• 4.7 102 4 D IS Sandy SILT (ML), olive brown,slightly moist, very stiff f Terminate drilling at 16 feet SAMPLE C S TYPES DATE DRILLED: 11-30-88 Rock Core Standard Split Spoon EQUIPMENT USED: IC GEOFON I n c o r orate d p PROJECT NO.: 87-357.01 EMPIRE CENTER D B T Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Tube Sample Not encountered L O G OF BORING NO. B-5 1-89 PAGE 1 OF 1 FIGURE B-6 rt N .•-• p E (A'. WO 0. Er 0 W F- ►F-- Z O Fes- N N W N 30 W W J a m 1-- J 0_ ¢ CO _ ^ O.W O DESCRIPTION OF SUBSURFACE MATERIALS z H I-- THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. OIL W W 1051± O ' : Silty SAND (SM) , brown, slightly moist, loose 1050 - @2' medium dense 2.6 108 4 D 5 :'.. •. -1045- - 3.5 112 5 D 10 - -1040• 4.0 108 4 D • 15 Terminate drilling. at 15 feet SAMPLE TYPES DATE DRILLED: 11-30-88 Core GEOFON PROJECT NO.: 87-357.01 El Rock 0Standard Split Spoon EQUIPMENT USED: I n c o r r o r a t e d EMPIRE CENTER Sample 18" BUCKET AUGER D Drive B Bulk Sample GROUNDWATER LEVEL: LOG OF BORING NO. B-6 i Tube Sample Not encountered 1-89 PAGE 1 OF 1 FIGURE B - 7 �i I-- OZ W I - NW CJ H UO (1 '- F.. Z O L ' Zll. ¢Ia-\ H\ Od FM--LiifNj3 E n WWO O LL LY La 1.1 3.5 105 112 3.7 106 AMPLE TYPE SAMPLE TYPES © Rock Core [I Standard Split Spoon [D] Drive Sample ['Bulk Sample. ['Tube Sample Z DESCRIPTION OF SUBSURFACE MATERIALS H ~W C w THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE W DATA PRESENTED IS A SIMPLIFICATION OF ACTUAL CONDITIONS ENCOUNTERED. 1055 t Silty SAND (SM) light brown, slightly moist, loose, trace of gravel @2' medium dense Silty SAND/ SAND (SM/SP), brown, slightly moist, medium dense, some gravel @6' minor caving 10- 15 Silty SAND (SM) , yellow brown, slightly moist, medium dense, trace gravel @10' dense @15' medium dense to dense Terminate drilling at 16 feet -1050- -1045- -1040•. DATE DRILLED: 12-2-88 EQUIPMENT USED: 18" BUCKET AUGER GROUNDWATER LEVEL: Not encountered GEO FONt e d PROJECT NO.: 87-357.01 EMPIRE CENTER LOG OF BORING NO. B-7 1-89 PAGE 1 OF 1 FIGURE 13-8 CC O ., Ns- 0 E 0„ Z U. o a ix O oWl- 1_ Z O t ¢ u. II--- N N • W ,1j55 W W aIY,,-,--1 a Fr- _I a a U) _ ^ .. I- w W O 7, DESCRIPTION OF SUBSURFACE MATERIALS z H j r-•tu cc W D a J .. W 1474: THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. O 10—:: - -•1065- 15— 20- : Silty SAND (SM), light brown, slightly moist, loose, with trace of gravel @2' medium dense -1075• 1070- -1060- -1055- -1050- -1045- 3.2 9.2 10.8 7.9 14.5 97 105 95 108 5 3 6 4 10 15 D ;••:: Gravelly SAND (SP), brown, slightly moist, medium dense Sandy SILT (ML) brown, moist, stiff to very stiff @18' very stiff to hard D D 25— Silty SAND/ SAND (SM/SP) brown, moist, medium dense D 30—. Sandy SILT (ML) brown, very moist, hard D S Gravelly SAND (SP) light brown, moist, very &rm. D 35 Terminate drilling at 35 feet SAMPLE © la D B T Core TYPES DATE DRILLED: 12-1-88 Rock Standard Split Spoon EQUIPMENT USED: Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Tube Sample Not encountered GEOFON Incorporated PROJECT NO.: 87-357.01 EMPIRE CENTER LOG OF BORING NO. B-12 1-89 PAGE 1 OF 1 FIGURE B-1, ul Q: DRY DENSITY (PCF) PENETRATION RESISTANCE CBLOWS/FOOT: SAMPLE TYPE DEPTH (FEET) DESCRIPTION OF SUBSURFACE MATERIALS o ELEVATION o M (FEET) ff OZ., 0 E THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. r _ :: Silty SAND (SM), brown, slightly moist, loose, caving @2' medium dense 4.6 102 3 D '—' 1090 @7' some gravel • . Silty SAND/ SAND (SM/SP), brown, slightly 4.4 105 3 -- D 10—'..••.• moist, medium dense -1075- - - :: ' Silty SAND (SM) brown, moist, medium dense,trace of fine gravel •• 4.7 102 3 D 15--:; : . 1070- Terminate drilling at 16 feet SAMPLE C S D TYPES DATE DRILLED: 12-1-88 Rock Core Standard Split Spoon EQUIPMENT USED: Drive 18" BUCKET GEOFON Incorporated PROJECT NO.: 87-357.01 EMPIRE CENTER Sample AUGER 0 Bulk Sample GROUNDWATER LEVEL: II Tube Sample Not encountered LOG OF BORING NO. B-14 1-89 PAGE 1 OF 1 FIGURE B-15 If TZ 4.3 3.3 5.2 8.6 103 103 91 94 HUO LL ce H3 aam 5 6 5 5 SAMPLE TYPE D D SAMPLE TYPES KIRock Core S� Standard Split Spo [DQ Drive Sample ® Bulk Sample Tube Sample DESCRIPTION OF SUBSURFACE MATERIALS THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. Silty SAND (SM), light brown, slightly moist, loose @2' medium dense 5- 10- 15 Sandy SILT (ML), light to yellow brown, slightly moist, very stiff Silty SAND (SM) yellow brown, moist, medium . dense Sandy SILT (ML), light brown to yellow brown, moist, very stiff 20— Z 0 p 1046± -1045- -1040- -1035- -1030- DA TE DRILLED: 12-2 -88 —10-25— Terminate the drilling at 21 feet on EQUIPMENT USE 18" BUC UGER GROUNDWATER L Not enco d D: KET A EVEL: untere �� GEO pONt e d 1.89 PROJECT NO.: 87-357.01 EMPIRE CENTER LOG OF BORING NO. B-20 PAGE 1 OF 1 FIGURE B-21 I I GEOFON Project No. 87-357.01 APPENDIX A CONE PENETRATION TEST RESULTS Fourteen Cone Penetration Tests (CPT's) were performed at the site during the present investigation. The locations of the CPT's are shown on the Site Plan, Figure 2. These soundings were advanced to depths of up to 35 feet below existing site grades. The Cone Penetration Test consists of pushing a cone -tipped probe into the soil deposit while simultaneously recording the cone tip resistance and side friction resistance of the soil to penetration. The Cone Penetration Tests described in this report were conducted in general accordance with .ASTM specifications (ASTM D3441-79) using an electric cone penetrometer. The CPT equipment consists of a cone assembly mounted at the end of a series of hollow sounding rods. A set of hydraulic rams is used to push the cone and rods into the soil while a continuous record of cone and friction resistance versus depth is obtained in both analog and digital form at the ground surface. A specially designed all -wheel drive truck is used to transport and house the test equipment and to provide a 20-ton reaction to the thrust of the hydraulic rams. The cone penetrometer assembly (Figure A-1) consists of a conical tip and a cylindrical friction sleeve. The conical tip has a 60 degree apex angle and a projected cross -sectional area of 15 square centimeters. The cylindrical friction sleeve has a surface area of 200 square centimeters. Both the conical tip and the cylindrical friction sleeve have outer diameters of about 4.37 centimeters (about 1-3/4 inches). The interior of the cone penetrometer is instrumented with strain gauges that allow simultaneous measurement of cone tip and friction sleeve resistance during penetration. Continuous electric signals from the strain gauges are transmitted by a cable in the sounding rods to analog and digital data recorders in the CPT truck. 35701002 N Appendix A (Cont'd) GEOFON Project No. 87-357.01 Data obtained during a Cone Penetration Test consists of continuous stratigraphic information with close vertical resolution. Stratigraphic interpretation is based on. relationships between cone tip resistance and friction resistance. The calculated friction ratio (CPT friction sleeve resistance divided by cone tip resistance) is used as an indicator of soil type. Granular soils typically have low friction ratios and high cone resistance, while cohesive or organic soils have high friction ratios and low cone resistance. These stratigraphic material categories form the basis for all subsequent calculations which utilize the CPT data. Computer plots of the reduced CPT data (including those performed for the previous investigation) are presented in Figures A-2 through A-33 in this appendix. The field testing and computer processing was performed by the Earth Technology Corporation under subcontract to GEOFON. The interpreted soil descriptions were prepared by GEOFON, Inc. 35701002 ELECTRIC CABLE COUPLER INCLINOMETER QUAD RING "0" RING STRAIN GAGE "0" RING QUAD RING 43�M 1.72 INCH 1 r FRICTION SLEEVE CONE _ GG®F®� =- = PROJECT NO. 87-357.01 EMPIRE CENTER ELECTRONIC FRICTION CONE PENETROMETER 20 TON CAPACITY 1-89 FIGURE A-1 1 ) 35 40 45 50 FRICTION PESISTRNCE TSF (KG/CM2l So CONL1 RESISTRNCE TSF (KG/CM2 ) 0 ,- f .� + lu zuu [u 900 350 4C I I. • 0 400 FRICTION RATIO (Li 9 -j . g E E 0 5 10 15 20 m 25 z rn 30 35 40 45 -50 8 INTERPRETED SOIL DESCRIPTION SILTY SAND (SM), loose SANDY SILT (ML), stiff Refusal at 5 feet (Gravelly layer) - = GE®FDI\J PROJECT NO.: 87-357 FONTANA DEVELOPMENT LOG OF C-5 11-87 FIGURE A-6 APPENDIX III TRAFFIC CONTROL MEMORANDUM TRAFFIC CONTROL PLAN AND DETOUR PLAN SUBMISSION AND CHECK PROCEDURES WITHIN THE CITY OF FONTANA Where any construction within public right-of-way is necessary and approved by the City of Fontana, Traffic Safety Control plans may be required prior to commencement of work. The following is a list of typical Traffic Control Plans and requirements: 1. 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. 2. 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. 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 be 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. 3. MAJOR TRAFFIC CONTROL OR DETOURS A road closure of 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 a 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 of the duration of the control period. B. Plan Check Submittals Major Traffic Control and/or Detour Plans normally are submitted during or following the review and approval of construction plans. After the fees are paid, plans are reviewed for 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 of 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 2. Drawing to be accurately proportioned to fit sheet size 3. A signature block for any other affected jurisdiction(s) Authorization will describe the specific requirements of approval: 1. Notification of public, public agencies and news services 2. Closure conflict disclaimer 3. Notification of affected adjacent property owners 4. Earliest construction starting date 5. Plan signed and approved by any affected jurisdiction(s) APPENDIX IV MANUFACTURER'S SPECIFICATIONS Specifications For Non -Clog Pumps With a Submersible Motor and Pump Control Panel GENERAL: Pump shall be furnished as follows: A 6x6x14x3 heavy duty submersible pumps which shall include a submersible motor with a U.L. label and rated for Class 1, Groups C&D, Division 1 hazardous location, class 35 cast iron volute, cast iron impeller, 550 BHN Ni-hard wear plate, 550 BHN Ni-Hard "L" shape wear ring, 550 BHN Ni-hard suction wear ring, tungsten carbide lower mechanical seal and 316 stainless steel hardware. The pump shall be non -overloading throughout the entirety of the pump performance curve. The pump manufacturer shall have a stocking facility of the pumping equipment used in this project with in a 50 mile radius to assure prompt service and deliveries. The pump and controller shall be manufactured by ESSCO Pumps and Controls for unit responsibility, 4935 Telegraph Rd., Los Angeles, Ca. 90022 213-261-2181 or approved equal evaluated and determined by the engineer. PUMPING CONDITIONS: 7614D 1000 GPM at -al -Ft. TDH o Eff. Design : 1450 GPM at 56 Ft. TDH 81% Eff. Minimum 2000 GPM at 36 Ft. TDH 70% Eff. PUMP CASING: Shall be constructed of high quality class 35 cast iron. All internal case clearances shall be smooth and rounded with no acute turns so that large diameter solids or long stringy material will pass through the pump with the greatest handling efficiency. The pump suction shall be fitted with a 550 BHN Ni-hard wear ring. Wear rings of different material or hardness shall not be considered equal. Where the pump motor flange comes in contact with the volute there shall be an adapter plate or the volute shall have an indexed register to insure an accurate fit. 1 IMPELLER: Shall be double shrouded enclosed, flat design with repelling vanes and shall be mounted in such a manner as to allow solids which enter the suction opening to leave the pump with minimal impeller contact. The impeller shall handle a minimum 3.38 inch diameter sphere. The impeller shall be constructed of high grade class 35 cast iron. The impeller shall be fitted with a 550 BHN Ni-hard "L" shape wear ring. Wear rings with a different shape or different material or lesser hardness shall not be considered equal. The impeller shall be attached to the shaft by a stainless steel bolt, stainless steel washer, stainless steel key, and be mechanically locked to insure that the impeller bolt will not back out if unit is operated backwards. Pumps over 30 HP shall have a cad. plated grade 8 bolt in lieu of a 316 stainless steel impeller bolt. All Stainless Steel components shall be a minimum of 304. WEAR PLATE: Each pump shall be furnished with a Ni-hard 550 BHN wear plate located behind the impeller and held in place by the motor flange bolts. The wear plate shall be a minimum of .5" thick at the thinnest portion. EXTERNAL HARDWARE: Shall be made of stainless steel. COATINGS: Fusecote epoxy shall be applied to the exterior and interior of the pump casing, suction elbow and pump stand. Application of the epoxy shall be no less than 8 mills. MOTOR: The pump motor shall be a 3 phase, 30 HP, 460 volts, with a maximum speed of 1150 RPM, AC, U.L. listed Reliance submersible motor, Class 1, Groups C&D, Division 1 hazardous location, explosion -proof rated, rated for 30 HP. MOTOR SHAFT: Shall be one piece 416 stainless steel. Shaft extending through both bearings with proper length to connect directly to pump impeller. Bearings shall be prelubricated at the factory and designed for B10-life of 37,500 hours. Shaft extension bearings shall be locked to prevent shaft movement and to take high thrust loads. MOTOR ENCLOSURES: Shall be cast iron, water -tight enclosures and shall be sealed by the use of "O"-rings and shall have rabbit joints with a large overlap, or there shall be furnished an adapter plate to accomplish an accurate fit equal to an indexed register fit. Electrical cable leads shall be 35 feet in length and joined to motor enclosure by use of an epoxy mold in the motor end bracket. The motor power leads, moisture detection and thermal detection cord shall have a primary sealing system which utilizes an epoxy compound with each cord conductor stripped back and a blind -splice utilized to stop any possible moisture from leaking into the motor body. In addition to the blind -splice each conductor shall be separated and the epoxy compound shall flow completely around each conductor thus, causing a leakproof seal. Motors which rely only on grommets and compression systems will not be acceptable nor equal. Motors which utilize a grommet and epoxy compounds will not be considered acceptable nor equal. Motors which utilize a terminal board will not be considered acceptable nor equal. . Motors shall be dual voltage and shall be supplied with a conductor sized to handle the lower of the two voltages specified. Motors which are single voltage and which are not field reconnectable will not be acceptable or equal. Motors which require a cooling jacket or cooling media such as oil or pumped media shall not be considered acceptable nor equal. Lifting eyes shall be cast into the motor housing and shall be of adequate strength to lift the entire pump and motor assembly. MOTOR SEALS: Tungsten carbide against tungsten carbide lower mechanical seal. Seal shall be installed prior to pump shipment. A written verification shall be provided prior to shipment of the pump unit. Two moisture sensing probes shall be used to detect any influx of conductive liquid past the outer seal and provide ample warning of first seal failure. Any moisture detection system which does not utilize two moisture probes or which utilizes a single probe or float will not be considered acceptable nor equal to the moisture detectin system specified. Any moisture sensing system located in the motor stator housing will not be acceptable nor equal. 3 MOTOR: The motor nameplate horsepower rating shall not be exceeded by the brake horsepower requirements of the pump for any condition point. The motor shall be non -overloading throughout the entirety of the pump performance. The motor shall contain special Class "B" insulation with Class "F" materials. Automatic reset, normally closed thermal overloads, shall be installed in adjacent phases of the motor winding to provide the overheating protection. The motor shall be designed for Class I, Division I, Groups C&D, hazardous location as defined by the National Electrical Code and carry a UL label. Motor nameplate shall be made of stainless steel. SLIDE RAIL ASSEMBLY Each submersible pump shall be provided a spark -proof slide rail system as shown on the approved design drawings and specified herein. The discharge base elbow shall be permanently installed in the wet well along with the discharge piping. The pump shall be automatically connected to the discharge base elbow when lowered into place, and shall be easily removed for inspection. There shall be no need for personnel to enter the pump wet well. Sealing of the pumping unit to the discharge base elbow shall be accomplished by a simple linear down -ward motion of the pump. The entire weight of the pump unit shall be guided by no less than two guide bars and pressed tightly against the discharge base elbow. Sealing of the discharge faces shall be by means of an 0-ring thus, providing a leak proof seal. Metal to metal faces only shall not be considered equal due to the potential of similar metals fusing together in the corrosive environment of the sump. No portion of the pump shall bear directly on the floor of the wet well. The pump, with its appurtenances and cable, shall be capable of continuous submergence under water without loss of water tight integrity to a depth of 50 feet. Schedule 40 stainless steel guide pipe diameters are to be determined by the size of the pump units. 4 BASE ELBOW Shall be constructed of Ductile iron. The base support and elbow shall be an integrally cast piece. Fabricated or assembled units shall not be considered equal. SLIDE FACE Shall be constructed of Class 35 cast iron with a bronze ring inset thus, making a spark -proof design. The Rail guides shall be bronze and shall be an integral part of the slide face. SEALING OF SLIDE FACE TO BASE ELBOW Shall be made by means of an 0-ring to assure sealing without leakage upto 100 PSI. Metal to metal faces shall not be considered equal or acceptable. STAINLESS STEEL LIFTING YOKE Shall be used to balance the pump unit with attached slide face and shall be made of stainless steel, nylon jacketed, wire -rope and rated for five times the breaking strength of the pump weight. The wire -rope shall incorporate stainless steel lifting eyes in each end. GUIDE BRACKETS Shall incorporate a two rail system for assured rigidity and shall be 304 stainless steel. An intermediate guide bracket made of the same material shall be required as shown on the plans. The designated schedule 40 stainless steel guide pipes and all stainless steel anchor bolts shall be provided by the installing contractor and shall be as shown on the approved design drawings. FASTENERS: All fasteners and impeller shaft spacer shall be stainless steel. STAINLESS STEEL LIFTING CABLES Shall be stainless steel wire -rope, nylon jacketed rated for five times the breaking strength of the pump weight and long enough to reach the lifting cable hangers placed at the top of the wet well. The wire -rope shall incorporate lifting eyes and four inch stainless steel rings placed at five foot intervals throughout the length of the cables. SPARE PARTS: Two spare impeller trimmed, dynamically balanced with a 550 BHN Ni- hard "L" shape impeller wear ring installed shall be furnished as 5 spare parts. Also, two Tungsten Carbide vs. Tungsten Carbide lower mechanical seals shall be furnished as spare parts. CERTIFICATION: Pumps and motors must be certified by testing. See attached certification requirements. The written certification report must be supplied prior to shipment of pumps to user. PUMP INFORMATION: Prior to shipment of pumps from factory, eight information listed below shall be submitted: (8) copies of 1. Pump cross section with parts list. 2. Pump shop detail drawings. 3. Certified performance data and test reports. ( See attached certification requirements.) 4. Instruction for erection or installation, operation and maintenance. CERTIFICATION REQUIREMENTS PUMP TEST: The pump manufacturer shall perform the following inspections and tests on each pump before shipment from factory: The certified pump performance test shall be witnessed by the engineer and owner at no expense to the engineer or owner. All associated cost shall be the responsibility of the contractor. a.) Impeller, motor rating and electrical connections shall first be checked for compliance to the customer's purchase order. b.) A motor and cable insulation test for moisture content or insulation defects shall be made. c.) Prior to submergence, the pump shall be run dry to establish correct rotation and mechanical integrity. d.) The pump shall be run for 30 minutes submerged a minimum of six (6) ft. under water. e.) After operation test, d.), the insulation test, b.), is to be performed again. f.) Certification that pump units meet required pumping conditions. A written report stating that the forgoing steps have been done will be supplied with each pump prior to the time of shipment. 6 The pump cable end will be sealed with a high quality protective covering to make it impervious to moisture or water seepage prior to electrical installation. PUMP WARRANTY: The pump manufacturer shall warrant the units being supplied to the owner against defects in workmanship and material for a period of five (5) years or 10,000 hours under normal use, operation and service. The warranty shall be in printed form and apply to all similar units. PUMP CONTROL PANEL (MCC) All electrical materials and equipment shall be new and shall be listed by UL and bear their label, where standards have been established for such materials and equipment. In addition, the materials and equipment shall comply with the requirements of the following: 1. American Society of Testing Materials (ASTM) 2. Insulated Power Cable Engineering Association (IPCEA) 3. National Electrical Manufacturer's Association (NEMA) 4. National Board of Fire Underwriters (NBFU) 5. American National Standards Institute (ANSI) The motor control center shall be NEMA I, except that gasketing shall be provided throughout and shall be built, installed and tested in accordance with NEMA, ANSI, UL, OSHA, the State of California, and NEC requirements. The Motor Control Center (MCC) shall be a complete Electrical Lift Station Pump Control system and all necessary appurtenances which might normally be considered a part of the complete electrical system for this installation. All of the automatic control equipment is to be supplied by one manufacturer. It shall be factory assembled, wired and tested and covered by complete as built electrical drawings and instructions. The MCC shall be designed and fabricated to control two ESSCO submersible motor driven sewage pumps, complete with manual transfer switch for normal or emergency power service; dry type transformer and load center; bubbler system with air pump alternator; intrinsically safe back up float switches, automatic pump alternators; each pump motor to be provided with a combination magnetic motor starter, indicating lights; control devices; adjustable frequency controller (VFD), ADAS Dialog Plus telemetry monitoring and alarm notification system; Dwyer series 603 and A701 transmitter and digital indicator. 7 The control section of the MCC shall be complete but not limited to the following devices: 1. Indicating lights for the following: a. 1- Low air pressure alarm (latching) b. 1- High level alarm c. 1- Emergency level (latching) d. 2- Pump "ON" (latching) e. 1- Control power "ON" f. 2- VFD failure (latching) 2. 1- Level gauge for the wet well. 3. 2- Ammeters for motors and four position selector switch shall be supplied for each pump. 4. 1- Low air reset push-button. 5. 1- Manual air pump transfer. 6. 1- Emergency level reset. 7. 2- Circuit breakers. 8. 2- Elapsed time meters. 9. 2- H-O-A selector switches. 10. 1- Indicating light test push-button. 11. 2— Motor starter overload reset push -buttons. 12. 8- 1-pole branch circuit breakers. 13. 1- 4-20MA and panel mount digital indicator. 14. 1- G.E. VFD with FVNR bypass starters and isolation contactors. Upon VFD failure automatic transfer to FVNR shall occur and shall include a FVNR override switch. 15. 2- VFD selector switches. 16. 1- ADAS Dialog Plus monitoring and alarm notification system. The control system shall be designed to provide a total automatic control for two motor driven pumps. The bubbler system shall monitor the wet well level at all times, to initiate control function contingent upon the wet well level. For unit responsibility the pumps and MCC shall be provided by the pump manufacturer to assure deliveries, start-up procedures and responsibilities. The complete MCC/controls shall be U.L. listed after final assembly. TESTING The supplier shall conduct a complete system test of the control panel to be witnessed by the Owner's representative at the Owner's option prior to delivery. Final field test to the complete system shall be a 30-day acceptance test. If during this test period, the pump station operated as specified and satisfactory to the Owner's representative, the complete installation shall then be accepted. If however, the pump station fails during this test period, the contractor correct the problem and the test shall be resumed at the Owner's option. 9 MAINTENANCE AND SERVICE Maintenance and service: The supplier or the manufacturer shall have a staff of experienced personnel available to provide service on a 48-hour service. Such personnel shall be capable of fully testing and diagnosing the control panel and of providing corrective measures. Three copies of complete as built operation, maintenance, and service manuals, with parts list, shall be delivered to the City of Fontana. WARRANTY The manufacturer of the pump control panel shall warrant the complete unit to be new, of quality construction, free from defects in material and workmanship for one year from the date of final acceptance of the pump station. The control panel shall be tested at the factory to insure that all functions comply to the specifications, and (2) copies of the factory test shall be submitted to the Owner. Any defect that arises during the warranty period shall be corrected by the manufacturer at no additional cost to the Owner. 10 FLOW METER SPECIFICATIONS FOR FLOW METER Flow meter shall be Model 3210 ultrasonic open channel flow meter as manufactured by ISCO, 531 Westgate Blvd., Lincoln, NE 68528-1586; (800) 228-4373 with ultrasonic level sensor extension cables, mounting bracket for level sensor, two nicad batter packs and an Isco Power Pack battery chargerr or approved equal. BID ITEM 15 GENERAL Pg.1 The intent of these specifications is for the purchase of an emergency power generator system to be located at the City of Fontana's Sewage Lift Station on Tamarind Avenue. The City will entertain bids on new equipment only. SPECIFICATIONS GENERATOR The generator .will be a Caterpillar Generator Set (or equivalent) rated at 80 kilowatts with a 200 kilowatt upsize alternator to accomodate the Variable Frequency Drive unit. The unit will be a 3-phase, 4-wire, 277/480 volt diesel fueled unit capable of operating 24 hours on a single tankful of fuel. The tank will be mounted on the generator assembly and will meet or exceed all applicable' standards. All equipment will be of the brushless type. The governor will be a Woodward electrically operated unit or equivalent. An engine heater, and battery charger for said heater, will be provided. The complete assembly will be mounted on a tandem trailer suitable to the weight of the unit filled with fuel. The trailer shall meet all legal requirements for mobile operation. The exhaust system, including the muffler, will be attenuated to residential grade. The cooling system will utilize a blower -type radiator for maximum efficiency. Pg.2 CONTROL PANEL The control panel will include the following gauges: ammeter, voltmeter, and frequency meter. Automatic safety shutdowns for high temperature, low oil pressure, and engine overspeed will be mandatory. WARRANTY All units are to have a minimum of 1 (one) year warranty on the complete assembly or manufacturer"s standard warranty (\whichever is greater). MISCELLANEOUS A mainline circuit .breaker of sufficient rating will be installed for the generator. All wiring, conduit work, and other electrical work will meet city code or the National Elec. Code (whichever is more stringent). Training shall be provided'along with service and maintenance manuals for the complete assembly (engine, generator, control panel, transfer switch, etc.). "As built" drawings shall be provided. The initial fuel required to fill the fuel tank will be provided. BID ITEM 16 Item: Supply a 4 foot boom extension for a Model 810 Vactor. (The Vactor is mounted on a 1990 Ford L8000.) HOLLOW METAL DOORS AND FRAMES 1. Submit Shop Drawings and manufacturer's data. Include complete details for door frame construction. 2. Shiping, Handling and Storing: Accomplish in manner to prevent damage. Store doors, and frames under cover and off ground. Doors and frames with dents or other defects not repairable will be rejected. 3. Products A. General: Hollow metal doors and pressed metal frames shall conform to CS242-62 as minimum requirement, plus such additional requirements specified herein. B. Sheet Steel: Cold rolled or hot rolled steel sheets, pickled and oiled, or electrolytic zinc coated and phosphatized. C. Workmanship: Shop fabricate to required sizes and shapes. Form and weld with straight arises, edges, and corners; surfaces free from warp, wave, buckle, dents, or other defects. Welding shall conform with applicable standards of AWS for high grade hollow metal work. Use of excessive metallic filler to conceal manufacturing defects not acceptable. Grind all exposed welds smooth. D. Door Construction: Flush doors, 1-3/4 inches thick, 18 gauge steel face sheets; faces free of seams of joints. Close top and bottom edges by welding flush. Return face sheets on vertical edges of doors and mechanically interlock or weld. Stiffen doors by one of the following: (1) Vertical stiffeners, 20 gauge steel full height of doors, 6 inches o.c.; spot welded to inside of both faces sheets. (2) Combination of vertical and horizontal stiffeners, 18 gauge steel; weld to inside of both face sheets at 6 inches o.c.. (3) Continuous truss type inner core 28 gauge stiffeners; spot weld to both face sheets at 3 inches o.c. horizontally and vertically. (4) Water resistant resin impregnated kraft honeycomb core stiffener laminated to both face sheets with water resistant adhesive. (5) Expanded foam core, self extinguishing; resistant to vermin, mildew and rot; securely bonded to face panels with thermosetting adhesive. E. Welded Frame Construction: Pressed metal steel frames, 16 gauge minimum. Cross sectional profile shall closely match that shown, depth to suit wall thickness. Use welded type frames with header and jambs secured at corners by internal welding of faces or by welded splice plates and further secured at webs by welding or mechanical interlock. Make exposed joints neat and tight. Provide stops as required. Provide temporary metal spreaders at bottom of frames to maintain rigidity. Provide minimum four (4) anchor per jamb, to securely fasten frames to wall construction involved (wire anchors not acceptable); provide adjustable floor anchor at bottom of each jamb. Provide minimum two (2) anchors at head of frames exceeding 42 inches in width. Anchors shall provide stiffness and rigidity to keep frame in accurate position without twisting, buckling or warping. Anchors, "Lok-In" type similar to what manufactured by Steelcraft to support frame profile. F. Preparation for Hardware: Factory prepare and reinforce doors and frames to receive finish hardware. Make cutouts and mortices for mortice hardware. Reinforce doors with 10 gage flat steel for butts, lighter gauge when reinforcement is formed to channel or "U" shape that provides equal strength and rigidity; 16 gauge reinforcement for locksets and surface applied hardware. Internal reinforcing shall prevent collapse of face sheets under normal stresses imposed by installation of locksets. Provide reinforcement on both faces of doors for surface mounted closers, whether or not closers are indicated. Reinforce frames with 8 gauge steel for hinges, 16 gauge for lock strikes and surface applied hardware, 12 gauge for door closers; all gauges are minimum acceptable. Provide reinforcement at head of frames, for surface mounted closers, whether or not such closers are indicated, consisting of three (3) steel strips each 1-1/4 inches x 18 inches welded to inside face of head member, beginning of hinge jamb, located at face of frame on hinge side, soffit of stop, and soffit of frame beyond stop. Equal method of reinforcement standard with manufacturer may be furnished as approved. G. Shop Finish: After fabrication, chemically treat steel doors and frames for good paint adhesion and apply 1 coat of high quality metal primer to both faces of frame and visible surfaces of doors. 3. HARDWARE Hardware and locks shall be supplied by the City of Fontana and installed by the Contractor. 4. EXECUTION A. Doors: Install metal doors and hardware in a precise manner in accordance with manufacturer's specifications. B. Pressed Metal Frames: Store welded frames in upright position in protected area. Install frames level, plumb and square; fit bottom of jambs snuggly to floor. Securely brace frames to prevent damage or distortion; remove temporary braces and spreaders when no longer required. END OF SECTION City of Fontana CALIF ORNIA TO: ALL BIDDERS FROM: CITY OF FONTANA JOB NAME: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 SB-48-93 DATE: FEBRUARY 25, 1993 NOTICE TO BIDDERS ADDENDUM #2 PAGE 1 of 5 This Addendum #2, consisting of 5 pages, is an integral part of the Contract Documents and shall be treated as such. Contractor shall acknowledge receipt of this Addendum on the Bid Form. Ductile iron pipe to be used shall have rubber gaskets, push -on type, except as shown on plans. II. For the rest of the Addendum, see pages two and Ave. 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA, CALIFORNIA 92334-0518 • (714) 350-7600 SISTER CITY— KAMLOOPS, B.C. CANADA io recycled paper BID # SB-48-93 PROJECT NAME e■U ,..,tur Hall & Foreman, Inc. � Civil Engineering Planning • Surveying -Public Works 3602 Inland Empire Blvd., Suite C-320 Ontario, CA. 91764 (714) 941-3570 2/25/93 DATE 4013. JOB / wfQN3OOV 100A MANUAL TRANSFER SWITCH r----- rco "t l i LJi A 100 AN! ID:MCAI LOAD CALCULATION M1 40.0 F.L.AMPS 112 40.0 F.L.AMPS 25% 10.0 A LG MTR 6.3 TRANSFORMER 96.8 TOTAL LOAD 3-A W 1-/B EACH WO HAS A F1INR BY PASS STARTER AND ISOLATION CONTACTOR NEMA SIZE I LIE SIDE REACTORS ARE REQUIRED FOR IND PROTECTION. L 2" CONDUIT W/ 1-18 GR.. 8-04 HOFFMAN A-1212081F 2-3/4' CONDUITS WTH 1 EA. /18/2 SOW CORDS 2-1.5' CONDUITS 1rTN 1 EA 13/4 SDW CORDS 2-1 it COUPLING AND 1COMB FITTINGS N CL w /2 /F/CAT/ON Of tn SINGLE LINE DIA GRA M NOT TO SCALE MOTOR CONTROL CENTER CTI Is As[rat NO ore at IMNit ONION Daft OOAN MAIM EYS TYPE SEAL OFF FlTTNGS NEW. 4 JUNCTION TEIK BOXNTH 3Q1! M2 34 HP 301n- �. I qAT I I Sall L_L -J n 3/4 CONDUIT w/ 3/8" BUBBLER LINE 2-34" COUPUNG AND /O Y4 FITNMDS r UGHTNHG FIXTURES GFI UTUTY RECEPTACLES J 1' C ND IT'NTH 4 its s 1-3/5' BUBBLER UNE NOFTILAN A- 000600, 2-3/4' CONDUITS WTH 1 EA 111/2 SCNOS 3-3/4' COUPLNG AND CG82G4 minas ELEV 23.02 PUMPS START ALARM ON EMERGENCY FLOAT SVITOES 1PSSTwOP 3/14- BUBBLER ME • City of Fontana CALIFORNIA February 22, 1993) Hydro Conduit Corporation 23200 Temescal Canyon Road Corona, CA 91718-0939 ATTN: Craict R. Beatty This is to acknowledge that the City of Fontana intends to award the bid for the provision of a pre -cast wet well to Hydro Conduit Corporation according to the terms and conditions of Bid #SB-49-93. This action is contingent on Fontana City Council concurrence with staff recommendation. In accordance with this letter of intent, please start work to comply with the time frame as specified in the bid documents. e If you have any questions, please contact F,1ipe Molinos of the Engineering staff at 350-6641. Yours ve Cl ff Stewart, CPPO Central Services Manager cc: City Engineer File ADDENDUM # 2 PACE 3 ar s 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA, CALIFORNIA 92334 3518 • (714) 350.7800 SISTER CITY — KAMLOOPS, B.C. CANADA r cyc! d Caop CITY OP FONTANA CALIFORNIA HE14ORANDum TO: Potential:Bidders FROM: Cliff Stewart, Central Services Manager SUBJECT: ADDENDUM #`2. - SE-49-93z PRECAST WET WELD DATE: February 2, 1993 The following clarifications are hereby made to the bid document: 3. The cover for the access through the top slab shall be galvanised. The access walls shall also have P.V.Q. liner. 2. Wet well core drillings will be performed in the field by the main project contractor and are net part of this bid. Name AlOaNTum N u h r3ER 1 FoR -rH s 5I3 - 4 9- 93 c o, i s TsD cr ADVANCj.J e D OPBNI46 DA-TE' To FEBRUARY 18, 1993. NO C44 MGE3 CF TC-Ctf .J CAL NATURE t.,6R6 MAD= WITH 11- Ar A DPe m Du ti ADDENDUM # 6:-4$-93 PAGE. 4 of 5 5 13 — 4.9 — 93 PRE CAST w .T w LL CITY OF FONTANA Specification for pre -cast R.C. Wet Well for the Tamarind Avenue Wastewater Pumping Station. All material shall be manufactured in accordance with the applicable Standard Specifica- . tions for Public Works Construction, 1991 Edition and Tamarind Avenue Wastewater Pumping Station plans. Reinforced Concrete Pipe Section 207-2 P.V.C. Liner Section 210-2 R.C. Slab Section 201 Pipe: Pipe shall be pre -cast 120" diameter reinforced concrete.gasketed pipe, Class II 1000D, with 360°'T' lock P.V.C. liner. Design shall be for 32' depth saturated soil lateral loading with inner and outer layers of reinforcing. Pipe shall be cast with two 12' sections and one 7' square bottom end section. Manufacture shall verify dimensions with Hall & Foreman, Inc. (909) 941-3570 prior to manufacturing. The 7' section shall have an 18" loose bottom PVC flap. Top Slab; Top Slab shall be pre -cast reinforced concrete with pipe seat and outside diameted to match pipe. Top slab shall have 'T' lock P.V.C. liner and spring assisted 48" x 78" access cover, style H.S. Series 500, manufactured by Brooks Products or approved equal. Both slab and access cover shall be H-20 loading design. Materials shall be manufactured for delivery by April 15, 1993 and stored until contractor calls. Delivery to job site shall be included in cost of pipe. Unloading shall be the site contractors responsibility. 4013\specs\wetwall ADDENDUM # 2 P46E 5 of 5 1/13/93 To: All. Bidders From: City of Fontana Job Name: Sewer Force Main for Tamarind Avenue and Sewer Lift Station No. 8 SB-48-93 Date: February 9, 1993 NOTICE TO BIDDERS ADDENDUM #1 This Addendum is an integral part of the contract documents and shall be treated as such. Contractor shall acknowledge receipt of this Addendum on the Bid Form. I. Clarification to Sheet 4 of 10 "Pump Station #8 Site Details" 1. Plan View: Arrowhead on construction item 10 was misdirected. The valve box and cover is over, the 6" gate valve. 2. Plan View: Reference to Detail "D" should be omitted. II. Clarification to Sheet 5 of 10 "Pump Station #8 Piping Details" 1. Construction Notes: Add the following items: 20. Construct 6" AWWA Gate Valve 21. Construct 6" DIP Flanged Spool 22. Construct 6" DIP 90° Flanged Bend 2. Refer to Clarification Sketch attached hereto. 1 each 12.33 1.f. 1 each BID # SB-48-93 lIT■R�'" Hall & Foreman Inc. i A Civil Engineering • Planning • Surveying • Public Works PROJECT NAME 3602 Inland Empire Blvd., Suite C-320 Ontario, CA. 91764 (714) 941-3570 2/10/93 DATE 4013. D 0 0 P1 Z 0 JOB / 700ds 07.i N i' 3A7VA 31V0 VMMV ineer's Cost Estimate - `285,883-00 firer. NO:,_010-03I6-070a- ID DISTRIBUTION LIST / 1) CONSTRUCTION PROJECT: .R ,� W2,5-'9$ $35.00 s' ; ✓, 45.00 SETNElt FORCE MAIN::FOR;TAMARINW AVENUE AND SF.'T�TER` LIFT ' STATIOW NO 8 CONTACT PERSON: Felipe Molinos/John Tesley - PICK-UP - MAILED SB-48-93 NO.: I 01 I 1DATE: 12/5/93 _ CONTRACTOR/COMPANY: CITY CLERK, CITY OF FONTANA 'SIGNATURE: I ADDRESS: FONTANA, CALIFORNIA PHONE: 350-7605 'AMOUNT PAID: $ -0- REMARKS: 'HA D DELIVERED No.: I (DATE: 2/5/93 CONTRACTOR/COMPANY: F.W. DODGE !SIGNATURE: I ADDRESS: 202 E. AIRPORT DR., STE. 190; SAN BERNARDINO, CA 92308 PHONE: 'AMOUNT PAID: $ -0- I REMARKS: MAILED NO.: I J 03 I 'DATE: 12/5/93 I I. CONTRACTOR/COMPANY: ACI BUILDING NEWS 'SIGNATURE: I I I ADDRESS: 464 S. SIERRA WAY; SAN BERNARDINO, CA 92408 PHONE: • 'AMOUNT PAID: $ -0- I REMARKS: MAILED INO.: I I 04 1 ICONTRACTOR/COMPANY: 1 'ADDRESS: IPHONE: CITY OF FONTANA, INSPECTION FONTANA, CALIFORNIA 350-6632' IDATE: 12/5/93 'SIGNATURE: 'AMOUNT PAID: -0 'REMARKS: I ATTENTION:'CARLOS NAVARRO HAND DELIVERED l AO.: I 1 05 I ICONTRACTOR/COMPANY: (ADDRESS: ;PHONE: (REMARKS: 1DATE: 2/8/93 I (SIGNATURE: PROJECT FILE, CITY =OF FONTANA I I FONTANA CALIFORNIA (AMOUNT PAID: $ -0 N0.06 I e IC0C, NTRA1ADDRESS (PHONE: (REMARKS JOHN TESLEY David -Richards Electric 1757 Mesa Verde Dr. San Bernardino, CA 92404 Lic. No. C10-419932 FAX (714) 883.1508 Bus. (714) 881-2605 Home (714) 882-6278 Dania Price Owner 1SI (AMOUNT PAID:. INO..I I 07 0/9,3 (CONTRACTOR/COMPANY: Y ISI�GNA�J 1 ADDRESS: (PHONE: 2‘o-6644 AMOUNT PAID I .1 'REMARKS: • J ck ci_ ItAf Rio.. I 68 0 CONTRACTOR/COMPANY: (-)L IADDRESS:ac,4 ,,_io N• � � i /C�_ ` 'PHONE: I g� �3 / / ? AMOUNT P D: $ � !REMARKS: INO.: I I 09 I ICONTRACTOR/COMPANY: ADDRESS: / , IPHONE: e\ci S 5s--/ rs)nsl: 'SIGNATURE: (REMARKS: / - / 0"-3 ebilpeut GL c O( (AMOUNT PAID: 'ADDRESS: qi/ (PHONE;.. GENERAL ENGINEERING • PAVING • EARTHWORK • CONCRETE INLAND ASPHALT AND COATINGS PROFESSIONAL ENGINEERS SINCE 1984 I REMARKS: LARRY POLICE 1870 W. 9TH ST.. SUITE A UPLAND. CA 01786 (CONTRACT V (ADDRESS: NO.. ICONTRAC1 F&F12 LICENSE #817104 7141981.2355 FAX 7141981.8563 „HELMS VENUE )5'I OFF( BO 2 � a � NCHO �CUCAMONCi1�, CAl IFORNIAd 9173�0 -i.4 <T J 4I'k ,...n .,.... 'ADDRESS: I PHONE' 'REMARKS: • MANUFACTURER'S REPRESENTATIVES ENVIRONMENTAL PURIFICATION EQUIPMENT GENE UHRICK 2533 NO. FAIR OAKS AVE., ALTADENA, CA 91001 r,V; (818) 791-9441 • FAX (818) 791-9448 (AMOUNT PAID„ IDA E: I. /6J I ISIGNATURE: l 'AMOUNT PAID:&,e \\ INO. : I 13 l I CONTRACTOR/COMPANY: ,E I7Zi //t1 I J (`-� (ADDRESS: IPHONE:71._ ',AMOUNT PAID: _____I iREMARKK1/i 2�7 �I. DATA. _I 14 I ICONTRACI GENERAL ENGINEERING CONTRACTORS ',SIGNATURE: I' l - I IADDRESS: I I I IPHONE: IDA-1,4/2; I SIGNATURE: IREMARKS : TENNYSON RIP -i ';:E CO. e 7819 KENYON AVE. HESPERIA, CA.92345 GARY TENNYSON OFFICE (619) 948-2487 (AMOUNT PAID: • 15 i I CONTRACTOR/COMPANY: (ADDRESS: (PHONE: (REMARKS: l _ ,'16t./10q/ 9D j URE: n ,t �- L� �,tr1 t vitA . 'AMOUNT PAI ilb INO.: I I 16 I L: /�%yI 'CONTRACTOR/COMPANY � � �Q �� � � e . 'SIGNATURE:. 'ADDRESS: I. I.5144I��It ca.i j.._n ` � f n �)/4 C 9/7�• (PHONE: q,-.- . � AMOUNT PAID: 'REMARKS: --Ucx i- 0. INO.: I 17 I ICONTRACT1 'ADDRESS: PHONE: I REMARKS: WAYNE L. KEGANS President (714) 865-5886 FAX (714) 865-7929 A & B ELECTRIC LICENSE 0591800 248 LORANNE AVENUE POMONA, CALIFORNIA 91767-5789 (AMOUNT PAI :_$ N0.18 I (D �,9 3 CONTRACTOR/COMPANY: e...;/ �O(SIGNATURE. /640 ADDRESS: (7 pi 0, 661 .,do?a; DG Lflz V$V PHONE: D 9 79 - . �,2/ �1M0 PA I 1,�.C,�-C� REMARKS: MogDi ��,143 INO.: 19 (CONTRACTOR/COMPANY: -40C (ADDRESS: IJ PHONE: (REMARKS: (SIGNATURE: ID2S(i -M -1 -STD 27Avu CtLAi tn/ A c 511 b0 (// / 1 • HOWARD P. FLO330 N. YD a ,'_, -� O. Box 1857 L..Redlands, California 92373 Telephone: (714) 793-6951 !CONTRACT JADD !PHONE: 'REMARKS: 3rd Street S INO.: 1 I 21 `CONTRACT( !ADDRESS: (PHONE: 1 'REMARKS: lNO.. 1 ! 22 I !CONTRACT( (ADDRESS: PHONE: !REMARKS: NO.I 23 ' ICONTRACT !ADDRESS: IPHONE: !REMARKS: IN0.24 I' ICONTRACT01 'ADDRESS: 'PHONE: !REMARKS: SEWER C\6 C. P. CONSTRUCTION CO., INC. P.O. BOX 1206, ONTARIO. CALIFORNIA 91762 WATER MICHAEL PFISTER Bus. (714) 9B1-1091 BRANNIS ELECTRIC INC. INDUSTRIAL— COMMERCIAL State Lic. 430324 JACK BRANNIS (714) 781-6585 FAX (714) 781r9852 Moiling Address: P.O. Box 55190,:Riverside, CA _. 1 95 Massachusetts Avenue, Riverside CA 92507 Charle4�L. Calder Sales Repr entative PACIFIC STATES CAST IRON PIPE CO. (714) 860-8202 700 North Diamond Bar Blvd. Fax (714) 860-4919 Diamond Bar, CA 91765 IDA !AMOUNT PAID: 1 (SIGNATURE: !DATE: Jib I !AMOUNT PAID: 1 !SIGNATURE: 'AMOUNT PAID: �pv !DATE:. !SIGNATURE: !AMOUNT PAID: $ s�( -r 17141 931.1838 FAX 1714) 931.1838 1848 WEST 11TH ST., SUITE K UPLAND, CALIFORNIA 91788 4//sup earparatiall CONTRACTORS & ENGINEERS LIC No. 394938 KEITH SHARPE, P.E. CAR PHONE 1714) 325-7745 PAGER 1714) 239-7692 jaTE:9—Ci 3 ATURE: (AMOUNT PAID: talJl.l11a CONNTRACTOR/COMPA !ADDRESS: !PHONE: 'REMARKS: 1 INO.2I 6 ICONTRACTOR/C IADDRESS: J IPHONE: (REMARKS: NO.: I 27 ESTERN PACIFIC PRoDucrs co/ohm, THOMAS KERMODE Vice. President / Marketing and Sales 2501 E. Chapman Avenue, Suite 100 Fullerton, California 92631 CONTRACTOR/COMPANY : ADDRESS: (714) 447-1563 1800) 400-1563 FAX (714) 773-1735 s , p,eraAJG, AV • Wo, Cevi PHO• NE: CClg) 3 3-7 - 7g &q k1X-�3�3 $ - .S-7 63 REMARKS: (AMOUNT PAID: $ .— -390 - c6 6 4 -(47G 11:4-E‘-'7.'77-1-'" Iv 0 ILW 1- 1:47 N0.28 CONTRACTOR/COI ADDRESS: PHONE: REMARKS: NO.: I 29 I CONTRACTOR ID Dorado Enterprises, Inc. General Contractors, Engineers & Consultants -��,. (714) 965-1960 10725 Ellis Ave., Unit 1 Fountain Valley, CA 92708 Lic. #561021, John C. Fay, P.E. President LUCITC414 Bus 714-541-0220 Fax 714-541-2643 ADDRESS: General Engieering Commercial - IndustI'ial Plumbing and Heating Contractors PHONE: REMARKS: 11041 Logan Street \,` Santa Ana, Ca. 92701 David H. Lomakin President State License # 308208 IDAT 7- 2/- I SIGNATURE: IAMOUNT PAID: $ IDATE: I Z zz/ ISIGNATURE: IL/ (AMOUNT PAID: $ NTRACTOR/COMPANY:t :, im IA DRESS: 1PHONE: *L7 PI 7 Y- f IREMARK Cb INO.: I I 31 CONTRACTOR/COMPANY: IADDRESS: 36 16 .74 ' I PHONE: IREMARKS: `1I6 Sc=to. fX S)•)I er F2 nc ISIG 0:(1 IdMO ISIGNATURE: 'I- ' AMOUNT I AMOUNT PAID: $ 14 /--d I N0. • 32 I • , --/9 ICONTRACTOR/COMPANY: I _ _w { , r Vic �� I . (, ISIGNATURE: ,, I , IADDRESS: I l5, i, F a tAtim. - IJ C\ J , C c�vC�.. I �s,-- `1/7a- ,.;10, IPHONE:g c' 1 IAMOUNT PAID••4 l�%: REMARKS:I riA a_1r- Q , NO .: Iiv�4, 33 I CONTRACTOR/COMPANY: 4 b r : �/(// ' / ,/ - to mI SIGNATU$E) ADDRESS: EA sr fIliiv ,X • PHONE: 3 CY - 11AMOUNT PAID: $,-- REMARKS: NO.: I 34 I dun �: I y3l CONTRACTOR/COMPANY �' Yin eAl (` ISI NATURE: I n L( :Pi;,.ZI-, -J� „4,--- I ADDRESS • ii'3 - �I - g -a . L .0 u3i. I4 Cl 1 1 �( l C) cI S i I ` ,V PHONE: qd 6/ 7 g �, AAMOUNT PAIN 4, REMARKS: (1_ I NTRACTO 'ADDRESS: ; ' State Lie. #283125 • (PHONE: * WATER * SEWER * . STORM DRAINS; I REMARKS : 6157 Marlatt. Mira Lorna, CA 91752.`- IT ISIGN RE: I 1 (AMOUNT PAID• —) I 0 INO. 36 I IDA E: Ias'�3 JCONT RACTOR/COMPANY. (SIGNATURE. 1 IADDRESS • J v b . / 1 (PHONE: � � 3y . 6 IAMOUNT PAI • , l 1 REMARK S. I fr \ lkx1 e.„, `19i� NO.. I 1 37 I (CONTRACT': (ADDRESS:: [PHONE: IAMOUNT ID• $r I REMARKS ::-, Post Office Box 246 Sierra Madre, CA 91024V NO.38 l IDATE: CONTRACTOR/COMPANY: 'SIGNATURE: ") ADDRESS: PHONE: IAMOUNT PAID: $ 1 REMARKS: INO.: I 1 39 1 IDATE: I ICONTRACTOR/COMPANY: 'SIGNATURE: I. 'ADDRESS: 'PHONE: I 'AMOUNT PAID: $ I 'REMARKS: