Contract 20-05 SPECS - For Bid 04-17-20

136
CITY OF YUBA CITY DEPARTMENT OF PUBLIC WORKS 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993 REVISED EDITION NOTICE TO CONTRACTORS SPECIAL PROVISIONS PROPOSAL AND CONTRACT FOR 2017 STORM DAMAGE - EFFLUENT POND REPAIRS CONTRACT NO. 20-05 FOR USE WITH STANDARD SPECIFICATIONS AND STANDARD PLANS DATED 2015 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, GENERAL PREVAILING WAGE RATES AND LABOR SURCHARGE, AND EQUIPMENT RENTAL RATES OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION

Transcript of Contract 20-05 SPECS - For Bid 04-17-20

CITY OF YUBA CITY DEPARTMENT OF PUBLIC WORKS 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993

REVISED EDITION NOTICE TO CONTRACTORS

SPECIAL PROVISIONS PROPOSAL AND CONTRACT

FOR

2017 STORM DAMAGE - EFFLUENT POND REPAIRS CONTRACT NO. 20-05

FOR USE WITH STANDARD SPECIFICATIONS AND STANDARD PLANS DATED 2015 OF THE CALIFORNIA DEPARTMENT OF

TRANSPORTATION, GENERAL PREVAILING WAGE RATES AND LABOR SURCHARGE, AND EQUIPMENT RENTAL RATES OF THE

CALIFORNIA DEPARTMENT OF TRANSPORTATION

CONTRACT NO. 20-05 The special provisions contained herein have been prepared by or under the direction of the following Registered Person: __________________________________04-17-2020_ John S. Mallen RCE 62315, Exp. 9/30/2021

*******************************************************************************

SPECIAL NOTICE ******************************************************************************* The bidder’s attention is directed to the section entitled “Subcontracting” in Section 4 of the Special Provisions regarding the requirement that proposed subcontractors be listed in the bidder’s proposal. Subcontractors performing work in excess of one-half of one percent of the total bid or $10,000, whichever is greater, shall be listed. *******************************************************************************

CONTRACT SPECIFICATIONS TABLE OF CONTENTS

NOTICE TO CONTRACTORS SPECIAL PROVISIONS

1. DEFINITIONS 1.1 General

2. PROPOSAL AND CONTRACT REQUIREMENTS 2.1 Examination of Plans, Specifications, and Site of Work 2.2 Proposal Form 2.3 Delivery of Proposal 2.4 Withdrawal of Proposal 2.5 Competency of Bidder 2.6 Rejection of Proposals 2.7 Bidder Guaranty 2.8 Award of Contract 2.9 Execution of Contract 2.10 Contract Bonds 2.11 Guaranty of Work

3. CONTROL OF WORK

3.1 General 3.2 Lines, Grades, and Surveying 3.3 Intent of Plans and Specifications 3.4 Environmental Control 3.5 Final Inspection

4. LEGAL REGULATIONS AND RESPONSIBILITY TO THE PUBLIC

4.1 Laws to be Observed 4.2 Prevailing Wages 4.3 Permits and Licenses 4.4 Indemnity 4.5 Insurance 4.6 No Personal Liability 4.7 Responsibility of City 4.8 Domestic Materials 4.9 Apprenticeship Requirements 4.10 Subcontracting 4.11 Differing Site Conditions 4.12 Working Hour Restrictions 4.13 Examination and Audit 4.14 Equal Opportunity Clause

SPECIAL PROVISIONS (continued) 5. WATER AND DUST CONTROL

5.1 Water 5.2 Dust Control

6. PROGRESS OF THE WORK, LIQUIDATED DAMAGES, AND

CONTRACT TIME 6.1 Prosecution of Work 6.2 Liquidated Damages 6.3 Time for Completion 6.4 Extension of Contract Time 6.5 Right-of-Way Delays 6.6 Force Account Payment 6.7 Pre-construction Conference

7. PAYMENT 7.1 General 7.2 Progress Payments 7.3 Final Payment 7.4 Resolution of Claims

8. QUANTITIES AND MATERIALS 8.1 Quantities 8.2 Materials 8.3 Quality Control 8.4 Testing Methods and Frequency

9. SAFETY PRECAUTIONS 9.1 Preservation of Property 9.2 Obstructions 9.3 Interruption of Service 9.4 Safety Devices 9.5 Maintaining Traffic

10. DESCRIPTION OF THE WORK 10.1 General

DIVISION 1 – GENERAL REQUIREMENTS # pages

01330 Submittal Procedures 6 01400 Quality Requirements 7 01420 References 8 01500 Temporary Facilities and Controls 6 01550 Site Access and Storage 3 01560 Protection of Work and Property 2 01568 Erosion Control, Sedimentation and Containment of Construction Materials 4

DIVISION 2 – SITE WORK

02100 Site Preparation 2 02103 Watering 2 02200 Earthwork 12 02203 Trenching 4 02232 Aggregate Base 1 02270 Erosion Control (Vegetative) 4 02271 Filter Fabric 2 02273 Rip Rap 2 02401 Sewer Pipe 5

DIVISION 3 – CONCRETE 03301 Concrete 4

PROPOSAL TO THE DEPARTMENT OF PUBLIC WORKS, CITY OF YUBA CITY SAMPLE BIDDER’S BOND EXPERIENCE AND QUALIFICATIONS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE PUBLIC CONTRACT CODE SECTION STATEMENTS NON-COLLUSION AFFIDAVIT LABOR CODE SECTION 1861 CERTIFICATION

TITLE 49 CERTIFICATION LIST OF SUBCONTRACTORS PROPOSAL CERTIFICATION CONTRACT AGREEMENT SAMPLE PERFORMANCE BOND SAMPLE PAYMENT BOND

CITY OF YUBA CITY STATE OF CALIFORNIA

DEPARTMENT OF PUBLIC WORKS

NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk’s Office, City of Yuba City, located at City Hall, 1201 Civic Center Boulevard, Yuba City, California, 95993, until 2:00 P.M. on Thursday, May 28, 2020, at which time they will be publicly opened and read aloud, for construction in accordance with the specifications to which special reference is made as follows:

2017 STORM DAMAGE - EFFLUENT POND REPAIRS CONTRACT NO. 20-05

No bid will be considered unless it is made on the bid form purchased from and furnished by the Public Works Department. Each bid must be accompanied by cash, cashier’s check, certified check, or a bidder’s bond executed by an admitted surety insurer made payable to the City of Yuba City for an amount equal to at least ten percent (10%) of the total bid amount, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. General Work Description: The work includes the furnishing of the labor, materials and equipment and the demolition and construction of the following: The 2017 Storm Damage Effluent Pond Repairs includes but not limited to:

Protection of riparian and elderberry bush areas in the project vicinity. Repairing, Regrading and reconstruction of Pond Slopes (all interior slopes from Pond # 3

to Pond # 6) – approximately 16,000 LF. Grading the pond bottoms. This includes removal of sediment and debris from inside the

Ponds, grading the ponds level, and deep ripping (2 passes in 2 directions) and disking (2 passes in 2 directions) the Pond bottoms at the completion of all construction activities to restore the percolation of the Ponds.

Replacing Aggregate Base on approximately 10,000 LF of top Berm Access Roads. Install rip rap on 4 Ponds interior slopes (Pond # 3 to Pond # 6). Install new water outlet structure (total 6) in each Pond after demolition and removal of

existing structures and removal and disposal of existing Techite distribution pipes from all Pond bottoms. Salvage existing PVC distribution pipe from Pond # 1.

Replace water distribution pipe between Ponds within the Pond’s west access road/slope. Replace staff gauges (total 6) All other work as shown on the Project Plans and/or listed in the Special provisions. Bid Alternate – Replace slide gates in the distribution boxes Bid Alternate – Install new pipes and valves between ponds for drainage

The engineer’s estimate of the probable construction cost of the base bid work is $1,461,000 and 2,280,000 for the project with additive alternatives.

City of Yuba City Notice to Contractors 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 2 of 8 Contract No. 20-05

A mandatory pre-bid meeting is scheduled for this project on Thursday, May 14, 2020 at 10:00 AM at Yuba City Wastewater Treatment Facility located at 302 Burns Drive, Yuba City, CA 95991. At this meeting, representatives of the Owner and Engineer will discuss the bid documents, site constraints, order of work and other items specific to this project. A project site tour will follow this meeting. The Owner requires Bidders to send their employee(s) in charge of their project management or estimating for this project to this meeting. A sign-in sheet will be available up until 10:00 am. Attendance at the entire pre-bid meeting including project site tour is mandatory for bidding. Bids received from General Contractors who did not attend the mandatory pre-bid meeting and mandatory project site tour will be deemed non-responsive and will be rejected. The Owner will transmit to all the plan holders of record such Addenda as Owner considers necessary in response to questions arising at the pre-bid meeting. Oral statements may not be relied upon and shall not be biding or legally effective. Requests for access to the project site at other times must be scheduled in advance through email at [email protected] No oral clarification or interpretation will be made to any bidder as to the meaning of the Contract Documents. Any questions, comments or objections to the Contract Documents, or explanation desired by a Bidder regarding the meaning or interpretation of the Contract Documents and related materials shall be made in writing and delivered by, U.S. mail, or Email (with Email delivery receipt request) by May 19, 2020, 2:00 pm (local time) to:

Mandeep Chohan City of Yuba City 1201 Civic Center Blvd Yuba City, CA 95993 Email address: [email protected]

Bids are required for the entire work described in the Contract documents (Plans, Specifications and Special Provisions). The Contractor shall possess a Class A license to bid on this project and for the duration of the Project. To demonstrate qualification to perform the work, each Bidder must:

(1) Submit Subcontractors list along with the Bid. (2) Submit the Experience and Qualifications Statement included with the Bid Form.

Bids received from General Contractors who did not attend the mandatory pre-bid meeting and mandatory project site walk-through will be deemed non-responsive and will be rejected.

City of Yuba City Notice to Contractors 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 3 of 8 Contract No. 20-05

Complete sets of Contract Documents must be used in preparing Bids. The City does not assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Bidders shall develop and submit bids at their own expense. The City will not reimburse any costs associated with the development and submittal of any and all bids. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code Section 12990. In accordance with the provisions of Section 1770 to 1790 of the Labor Code of the State of California, the City of Yuba City has ascertained that the general prevailing rate of wages applicable to the locality in which the work is to be done to be listed in the “General Prevailing Wage Rates as determined by the Director of Industrial Relations,” which is on file at the Public Works Department and available from the California Department of Industrial Relations Internet website at www.dir.ca.gov/OPRL/DPreWageDetermination.htm. It is mandatory that the Contractor to whom the contract is awarded and any subcontractor under him pay not less than said specified rates to all persons employed by them or either of them in the execution of the contract. The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid-rigging activities. Bid-rigging activities can be reported Monday through Friday, between 8:00 A.M. and 5:00 P.M., Eastern Time, telephone: 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report these activities. The hotline is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially, and caller anonymity will be respected.

City of Yuba City Notice to Contractors 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 4 of 8 Contract No. 20-05

2017 STORM DAMAGE - EFFLUENT POND REPAIRS

The total quantity of materials estimated for this contract is in the table below:

Item No. Item Description Estimated Quantity

Unit

Bid Schedule A (Pond Repairs)

1 Mobilization/Demobilization 1 LS

2

Regrading (Berm Gravel Roads): The work in this bid item includes but is not limited to scarifying, recompacting, and grading of all the berm roadways for the repair of damaged areas and placement of new Aggregate Base.

200,000

SF

3

Class 2 Aggregate Base (Berm Gravel Roads): The work in this bid item includes but is not limited to the placement of new of aggregate base to bring the access road to original grade and provide a minimum of 6 inches of Aggregate Base.

5,500 TON

4

Slope Restoration (Ponds 3-6): The work in this bid item includes but is not limited to, embankment slope excavation, scarifying/recompacting and reshaping berm slopes as shown on the plans for placement of Rip Rap.

300,000 SF

5

Grading - Ponds: The work in this bid item includes but is not limited to, grading, stockpiling, fill and off hauling excess material, and compaction of pond bottoms as shown and specified.

130 AC

6

Deep Ripping and Discing: The work in this bid item includes but is not limited to the scarification and two-directional Discing of the pond bottoms after grading of ponds

130 AC

7 Pond Staff Gauge: The work in this bid item includes but is not limited to the removal and replacement of the staff gauges in the pond slope.

6 EA

Bid Schedule B (Pond Slope Hazard Mitigation)

1 Mobilization/Demobilization 1 LS

2

Slope Riprap: The work in this bid item includes but is not limited to, preparing the slope to install riprap, then installing Backing No. 3 riprap necessary to meet the details shown on the plans.

10,220 Ton

3

Riprap Grouting for Access Ramp: The work in the bid item includes but is not limited to the sloping and grouting the Riprap at the designated locations for access to the ponds.

4 EA

4

Spillway Additional Riprap: The work in the bid item includes but is not limited to, furnishing additional riprap Class Backing No. 3 at existing spillways

1,200 Ton

City of Yuba City Notice to Contractors 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 5 of 8 Contract No. 20-05

Item No. Item Description Estimated Quantity

Unit

Bid Add Alternate Schedule C (Pond Distribution Piping Repairs)

1 Mobilization/Demobilization 1 LS

2 Pipe Removal Bottom of Pond: The work in this bid item includes but is not limited to the removal and salvaging of the existing 24" PVC distribution pipe.

465 LF

3

Pipe Removal Bottom of Pond: The work in this bid item includes but is not limited to the removal and legal disposal of the existing 24" Techite distribution pipe.

2,500 LF

4

New Pipe Outlet Structure: The work in this bid item includes but is not limited to the placement of a 4' x 4' Box Outlet with a 4' x 6" thick minor concrete apron with an additional by a 5' riprap apron.

6 EA

5

30" Pipe Removal in Slope, Trench Restoration and Rock Slope Protection (Pond 1 & 2): The work in this bid item includes but is not limited to the removal and legal disposal of the existing 30" Techite distribution pipe, removing, protecting, and replacing of existing Rip Rap.

1,020 LF

6

Replace 30" Pipe: The work in the bid item includes but is not limited to the installation of new 30" Sewer Distribution Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) from distribution boxes 1 to 2.

1,020 LF

7

24" 'Pipe Removal in Slope, and Trench Restoration (Ponds 3-6): The work in this bid item includes but is not limited to the removal and legal disposal of the existing 24" Techite distribution pipe.

3,060 LF

8

'Replace 24" Pipe: The work in the bid item includes but is not limited to the installation of new 24" Sewer Distribution Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) from distribution boxes 3 to 6, and to the new outfall structures from boxes 2 to 6.

3,435 LF

City of Yuba City Notice to Contractors 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 6 of 8 Contract No. 20-05

Item No. Item Description Estimated Quantity

Unit

Bid Add Alternate Schedule D (Pond Distribution Box Slide Gate Replacement)

1 Mobilization/Demobilization 1 LS

2

New 30"Distribution Box Slide Gates: The work in the bid item includes but is not limited to the removal of existing and installation of new Waterman SS-250 or equal in the pond distribution box.

2 EA

3

'New 24"Distribution Box Slide Gates: The work in the bid item includes but is not limited to the removal of existing and installation of new Waterman SS-250 or equal in the pond distribution box.

8 EA

Bid Add Alternate Schedule E (Pond Drain Lines)

1 Mobilization/Demobilization 1 LS

2

New Pipe: The work in the bid item includes but is not limited to the installation of new 12" Sewer Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) across the pond interior berms between ponds 1 to 6.

325 LF

3

New Gates Valves: The work in the bid item includes but is not limited to the installation of new 12" H-30 Waterman Line Gate or equivalent with a Yuba City Standard gate valve box in the new 12" Pipe.

5 EA

Each bid must conform to the requirements of the Contract Documents, all of which may be examined at Yuba City Wastewater Treatment Facility, 302 Burns Drive, Yuba City, CA 95991. Contractors may purchase Contract Documents for a non-refundable cost of $60.00 from Signature Reprographics, 620 Sunbeam Avenue, Sacramento, CA 95811, (916) 454-0800, which also includes pdf copy of the Contract Documents. A complete set of specifications must be purchased to bid the project. Plans can also be previewed at https://www.yubacity.net/city_hall/purchasing/rfps/public_works_bid_s___r_f_p_s. Images and videos of the jobsite can been viewed at the following google photo album: https://photos.app.goo.gl/rjwZzEKK4uxgEvmcA. The successful bidder, at bidder’s own expense, shall furnish a faithful performance bond and a payment bond each in an amount of one hundred percent (100%) of the total bid, respectively, and in the form prescribed for use by the City of Yuba City. The bonds shall be provided to the City at the time of execution of contract. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the Labor Compliance Office at the offices of the State of California, Department of Transportation, District Director of Transportation, for the district in which the work is situated and at the office of the Yuba City Public Works Department.

City of Yuba City Notice to Contractors 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 7 of 8 Contract No. 20-05

In its discretion, the City Council of Yuba City or its designee may reject any and all bids presented, may accept an item or group of items of any bid, may modify or cancel in whole or in part the notice inviting bids, and may determine to re-advertise for bids. Similarly, the City Council or its designee reserves the right to waive informalities and minor irregularities in any bids received. The bid will be awarded based on the lowest responsive base bid for schedules A and B. If two or more bids received are for the same total amount or unit price, quality and service being equal, the City Council or its designee may accept the one it chooses or accept the lowest bid made after negotiation with tie bidders. The officer or employee conducting the bidding procedure shall present the bid tabulation to the City Council or its designee for consideration and award if deemed appropriate. Bids will be required to set forth the price of the items bid upon, the total sales and use taxes that will be due on the purchase or use of the items bid upon, and a total figure for the price plus tax. Any difference between the taxes shown on the bid as the total figure and that actually due shall be the responsibility of the bidder. No charge for delivery, shipping, parcel post, packing, insurance, license fees, permits, or for any other purpose will be paid by the City of Yuba City unless expressly included and itemized in the bid. In connection with any discount offered, time will be computed from the date of delivery of supplies and/or equipment acceptable to the City or from the date correct invoices are received in the office of the officer or employee conducting the bidding process if the latter date is later than the date of delivery. Payment will be deemed to be made, for the purpose of earning the discount, on the date of the mailing of the City’s warrant. Labor surcharge and equipment rental rates to be used on this contract shall be those in effect when the work is accomplished. Pursuant to Section 22300, Public Contracts Code, the Contractor may elect to receive one hundred percent (100%) of payments due under the contract from time to time without retention of any portion of the payment by the public agency in accordance with the provisions of Section 22300 of the Public Contracts Code. Such securities, if deposited by the Contractor, shall be valued by the public agency’s finance director (treasurer), whose decision on valuation of the securities shall be final. Unit prices shall be shown on bids submitted as well as a total price for each item bid upon. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 with

City of Yuba City Notice to Contractors 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 8 of 8 Contract No. 20-05

limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a). No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Please direct questions to the Department of Public Works, [email protected] , attention Mandeep Chohan. PATRICIA BUCKLAND, CITY CLERK CITY COUNCIL OF YUBA CITY

SECTION 1

DEFINITIONS 1.1 General – The work embodied herein shall be done in accordance with the appropriate provisions of the Specifications entitled “State of California, Department of Transportation, Standard Specifications for Construction of Local Streets and Roads,” dated 2015, insofar as the same may apply and in accordance with the following special provisions. Whenever in said Standard Specifications and these Special Provisions the following terms are used, they shall be understood to mean and to refer to the following: “Department” or “Department of Transportation” – The Department of Public

Works of the City of Yuba City. “Engineer” or “Director” – The City Engineer or the Director of Public Works of

the City of Yuba City or their authorized agents. “Laboratory” – That laboratory designated by the Engineer. “State” – The City of Yuba City. Other terms appearing in the Standard Specifications and these Special Provisions shall have the intent and meaning specified in Section 1, Definition of Terms of the Standard Specifications. In case of conflict between Standard Specifications and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions.

SECTION 2 PROPOSAL AND CONTRACT REQUIREMENTS

2.1 Examination of Plans, Specifications, and Site of Work – The bidder is required to

examine carefully the site of the proposed work, plans, special provisions, standard specifications, and contract forms for the work contemplated, and it will be assumed that the bidder investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Special Provisions and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination.

2.2 Proposal Form – All proposal forms shall be directly purchased from the City

of Yuba City or its designee and shall be made upon the proposal forms included in these Special Provisions. All proposals must give the prices proposed, with unit prices prevailing, and must be signed by the bidder with his address. Copies of proposal forms obtained from a source other than the City or its designee will not be allowed.

No contractor or subcontractor may be listed on a bid proposal for a public works project

unless registered with the Department of Industrial Relations pursuant to Labor Code Section

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 2 of 21 Contract No. 20-05

1725.5 with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a).

2.3 Delivery of Proposal – Said bid or proposal shall be delivered to the City Clerk’s Office, City of Yuba City, in accordance with the Notice inviting sealed proposals.

2.4 Withdrawal of Proposal – No bidder may withdraw his proposal for a period of

sixty (60) days after the date set for the opening thereof. 2.5 Competency of Bidder – The City may require any bidder to furnish a statement of

financial responsibility, technical ability and experience. No bid will be accepted from a Contractor who is not licensed under Chapter 9, Division 3, California Business and Professions Code.

2.6 Rejection of Proposals – Proposals may be rejected if they show any alterations of

form, additions not called for, conditional or alternative bids, incomplete bids, erasures, or irregularities of any kind.

The City reserves the right to waive any informality or irregularity in any bid or

bidding. The right is reserved to reject any and all proposals. 2.7 Bidder Guaranty – All bids shall be presented under sealed cover and shall be

accompanied by cashier’s check, certified check, or bidder’s bond, made payable to the City of Yuba City, for an amount equal to at least ten percent (10%) of said bid, and no bids shall be considered unless such cashier’s check, certified check, or bidder’s bond is enclosed herewith.

2.8 Award of Contract – All bids will be compared on the basis of the Engineer's

Estimate of quantities of work to be done.

The contract, if awarded, will be to the lowest responsible, responsive bidder based on of Bid Schedule A plus Bid Schedule B.

No contractor or subcontractor may be awarded a contract for public work on a

public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5.

2.9 Execution of Contract – The contract shall be executed by the successful bidder and

returned, together with the contract bonds and certificates of insurance, within fifteen (15) days after the award of contract. 2.10 Contract Bonds – Contractor shall provide, at the time of the execution of the agreement or contract for work and at his own expense, an admitted surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time of the execution of the agreement or contract for the work, and at his own expense, a separate admitted surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with said

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 3 of 21 Contract No. 20-05

agreement. Each bond shall be in the form included in these contract documents. Sureties on each of said bonds shall be satisfactory to the City Attorney. 2.11 Guaranty of Work – Notwithstanding the acceptance of said work and improvements and inspection thereof by the City, Contractor guarantees all of said work and shall perform or cause to be performed repairs, additions, or corrective work caused by the deficiency or omission of Contractor for one (1) year after the work has been completed and accepted by the City. The Faithful Performance Bond herein provided shall cover the guarantee set forth in this paragraph.

SECTION 3 CONTROL OF THE WORK

3.1 General – Attention is directed to the provisions of Section 5 of the Standard

Specifications and the following provisions.

3.2 Lines, Grades, and Surveying –– Special attention is called to Section 5.1.07 of the Standard Specifications, with the following modifications:

When the Contractor requires such stakes or marks, he shall notify the Engineer of

his requirements, in writing, on the “Request for Construction Staking” form provided by the Engineer, a reasonable length of time in advance of starting operations that require such stakes or marks. (In no event shall a notice of less than two (2) working days or more than five (5) working days be considered a reasonable length of time.) If the area or facility is not prepared satisfactorily for the staking, as determined by the Engineer, the Engineer will void the request for such staking, and the Contractor shall submit a new request for the staking when the area or facility has been properly prepared. The Contractor shall carefully preserve stakes and marks set by the Engineer. In case such stakes and marks are destroyed or damaged they will be replaced at the engineer’s earliest convenience. Full compensation for the work done by the City in restoring the stakes at the rate of Two Hundred Sixty Dollars ($260) per hour shall be deducted from any monies due or to become due the contractor.

3.3 Intent of Plans and Specifications – These Special Provisions, the Plans, the

Standard Specifications, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be cooperative, to describe and to provide for a complete work. Plans shall govern over Standard Specifications, and Special Provisions shall govern over both Plans and Standard Specifications.

3.4 Environmental Control – Attention is directed to Sections 13 and 14 of the Standard

Specifications. The Contractor shall comply with all environmental control rules, regulations, ordinances, and statutes that apply to the project and any work performed pursuant to the contract.

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 4 of 21 Contract No. 20-05

Contractor shall haul away and dispose of all removed waste materials at a legally proper disposal site.

Unless otherwise designated, all trees, landscaping, and shrubbery shall be

protected. Contractor will be required to provide the City a spill countermeasure plan prior to

beginning construction.

3.5 Final Inspection – The Contractor shall notify the Engineer in writing of the

completion of the work, and the Engineer will promptly inspect the work. The Engineer will develop a final punch list, and the Contractor will be notified in writing of any defects or deficiencies to be remedied. When notified that this work has been completed, the Engineer will again inspect the work and when satisfied that all work has been done in accordance with the contract drawings and these Special Provisions, he will recommend to the City Council that they formally accept the contract as complete. The completion date, for purposes of computing “Time for Completion” and liquidated damages, if any, will be considered to be the date of Contractor’s first written completion notice, provided that, in the Engineer’s judgment, the work is substantially complete and operational at that time.

SECTION 4 LEGAL REGULATIONS AND

RESPONSIBILITY TO THE PUBLIC

4.1 Laws to be Observed – The Contractor shall keep himself fully informed of all existing state and national laws and all municipal ordinances and regulations of the City of Yuba City which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same.

4.2 Prevailing Wages – It shall be mandatory upon the Contractor to whom the contract is awarded, and upon any subcontractor under him, to pay not less than the specified rates as listed in the “Notice to Contractors” to all laborers, workmen, and mechanics employed by them in the execution of the contract. The Contractor shall provide the City with a certified copy of all payroll records in accordance with Section 1776 of the Labor Code. The Contractor and all subcontractors shall furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement).

This project is subject to compliance monitoring and enforcement by the Department of

Industrial Relations.

4.3 Permits and Licenses – The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. There will be no charge for the permits from the City.

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 5 of 21 Contract No. 20-05

All contractors, including subcontractors, shall have a City business license in accordance with Section 3-4.05 of the Yuba City Municipal Code.

4.4 Indemnity – The City of Yuba City and all officers and employees thereof connected with the work, including but not limited to the Director, the Engineer, consulting engineer (and subconsultants), shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the work; for injury to or death of any person, either workmen or the public; or for damage to property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him.

The Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person, including but not limited to workmen and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance.

The Contractor shall indemnify and save harmless the City of Yuba City and all officers and employees thereof connected with the work, including but not limited to the Director, the Engineer, consulting engineer (and subconsultants), from all claims, suits or actions of every name, kind and description, brought forth, or on account of, injuries to or death of any person, including but not limited to workmen and the public, or damage to property resulting from the performance of a contract, except as otherwise provided by statute. The duty of the Contractor to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code.

With respect to third party claims against the Contractor, the Contractor waives any and all rights to any type of express or implied indemnity against the City, its officers or employees.

It is the intent of the parties that the Contractor will indemnify and hold harmless the City, its officers and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence on the part of the City, the Contractor, the subcontractor or employee of any of these, other than the active negligence of the City, its officers and employees.

4.5 Insurance – The Contractor shall procure and maintain for the duration of the contract insurance against all claims for injuries or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors.

a. Minimum Scope of Insurance – Coverage shall be at least as broad as:

1) Insurance Services Offices Commercial General Liability coverage (occurrence Form CG 00 01) including products and completed operations.

2) Insurance Services Office Form Number CA 0001 covering

Automobile Liability, Code I (any auto).

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 6 of 21 Contract No. 20-05

3) Workers’ Compensation insurance as required by the State of

California and Employer’s Liability Insurance.

b. Minimum Limits of Insurance – The Contractor shall maintain limits no less than:

1) General Liability: $2,000,000 per occurrence for bodily injury,

personal injury, and property damage. The aggregate limit shall be $2,000,000. 2) Automobile Liability: $1,000,000 per accident for bodily injury and

property damage. 3) Workers Compensation: Statutory limits. 4) Employers’ Liability: $1,000,000 each accident, $1,000,000 policy

limit bodily injury by disease, $1,000,000 each employee bodily injury by disease. If the contractor maintains higher limits than the minimums shown above, the City shall be entitled to coverage for the higher limits maintained by the contractor.

c. Deductibles and Self-Insurance Retention – Any deductibles or self-insurance retention must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insurance retention as respects the City, its officers, officials, employees and volunteers, or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses.

d. Other Insurance Provisions – The general liability and automobile liability

policies are to contain, or be endorsed to contain, the following provisions:

1) The City, its officers, officials, employees, and volunteers are to be covered as insureds on the CGL and automobile liability policies with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of the Contractor. General liability coverage can be provided in the form of an endorsement to the Contractor’s insurance (at least as broad as ISO Form CG 20 10, 11 85 or both CG 20 10 and CG 23 37 forms if later revisions are used).

2) For any claims related to this project, the Contractor’s insurance

coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it.

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 7 of 21 Contract No. 20-05

3) Each insurance policy required by this clause shall provide that coverage shall not be canceled, except after 30 days prior written notice has been provided to the City or 10 days prior written notice for non-payment of premium.

e. Acceptability of Insurer – Insurance is to be placed with insurers with a current A.M. Best rating of no less than A:VII unless otherwise acceptable to the City. Exception may be made for the State Compensation Insurance Fund when not specifically rated.

f. Verification of Coverage – Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor’s obligation to provide them. The Entity reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time.

g. Subcontractors – Contractor shall require and verify that all subcontractors

maintain insurance meeting all the requirements stated herein.

h. Waiver of Subrogation – Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation.

The Workers’ Compensation policy shall be endorsed with a waiver of subrogation

in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors.

If the Contractor fails to maintain any insurance as required by this section, the City

of Yuba City may take out such insurance to cover any damages for which the City of Yuba City might be held liable on account of the operations under this contract, and deduct and retain the amount of the premiums for such insurance from any sums due the Contractor under the contract. Nothing herein contained shall be construed as limiting in any way the extent to which the Contractor may be held responsible for payment of damages resulting from his operations, or those of any subcontractor under him. Maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract.

4.6 No Personal Liability – Neither the Mayor, the Council, the Engineer, nor any other officer or authorized assistant or agent shall be personally responsible for any liability arising under the contract.

4.7 Responsibility of City – The City shall not be held responsible for the care or

protection of any materials or parts of the work prior to final acceptance, except as expressly provided in these Special Provisions.

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 8 of 21 Contract No. 20-05

4.8 Domestic Materials – Only such materials shall be used in the performance of this

contract as conform to the requirements of Chapter 4 of Division 5 of Title 1 of Government Code of the State of California except as otherwise provided in certain treaties and general trade agreements of the United States.

4.9 Apprenticeship Requirements – Attention is directed to the provisions in Sections 1777.5, 1777.6 and 1777.7 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him.

Section 1777.5, as amended in 1989, 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 fix the ratio of apprentices to journeymen that will be used in the performance of the contract to be not less than one to five hours except:

a. When employment in the area of coverage by the joint apprenticeship committee has exceed an average of fifteen percent (15%) in the ninety (90) days prior to the request for certificate; or

b. When the number of apprentices in training in the area exceeds a ratio of

one to five (1:5); or c. When the trade can show that it is replacing at least 1/30 of its membership

through apprenticeship training on an annual basis statewide or locally; or d. When the contractor provides evidence that he employs registered

apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen; or

e. When a joint apprenticeship committee submits an application to DAS for

an alternative ratio based on a 1:5 daily worker count if the hourly ratio is not feasible for that particular craft or trade.

In addition to the above exceptions, contracts of specialty contractors not bidding

through a general contractor and involving less than twenty (20) working days or Thirty Thousand Dollars ($30,000) are exempt from the provisions of Section 1777.5. This is the same exemption that applies to contracts of general contractors. However, a subcontractor bidding through a general contractor must comply with Section 1777.5 no matter how small the subcontract if the contract between the general contractor and the awarding body is covered by Section 1777.5.

Effective January 1, 1990, the Contractor must promptly provide certain contract award information to the joint apprenticeship committee of the apprenticeable craft or trade in the area of the site of the public work. This contract award information must include an estimate of the journeymen hours required, the number of apprentices to be employed, and the approximate date of apprentice employment.

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 9 of 21 Contract No. 20-05

The Contractor is required to make contributions to local funds established for the

administration of apprenticeship programs or to the California Apprenticeship Council if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other Contractors on the public works site are making such contributions.

Noncompliance by the Contractor and subcontractor under him with the requirements of Sections 1777.5 and 1777.6 shall result in denial of right to bid on contracts and civil penalties as more particularly set forth in Section 1777.7.

Information relative to apprenticeship standards, wage schedules and other

requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.

4.10 Subcontracting – Attention is directed to the provisions in Section 8-1.01, “Subcontracting” of the Standard Specifications. The “Subletting and Subcontracting Fair Practices Act” (Public Contract Code Section 4100 through and including 4114, inclusive) shall apply to the work the subject of this invitation. Said Act requires subcontractors, if used for such work, to be listed and identified in the prime contractor’s proposal. It further prohibits the substitution of subcontractors, except as therein specifically authorized (Section 4107 and 4107.5); said Act provides that if the prime contractor fails to specify a subcontractor or specifies more than one subcontractor for the same portion of the work to be performed, in excess of one-half of one percent of the prime contractor’s total bid, under those circumstances, it shall be presumed that the prime contractor agrees that he is fully qualified to perform the work himself and that he shall perform the work himself. Each bidder shall, with respect to the work the subject of this invitation, list in his proposal:

a. The name and location of the place of business of each subcontractor who will perform work or labor or render services to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime contractor’s total bid.

b. The portion of the work which will be done by each such subcontractor.

One subcontractor shall be listed for each such portion. Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor

Commissioner publishes and distributes a list of contractor ineligible to perform work as a subcontractor on a public works project. This list of debarred contractors is available from the Department of Industrial Relations web site at

http://www.dir.ca.gov/dlse/debar.html

4.11 Differing Site Conditions

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 10 of 21 Contract No. 20-05

a. During the progress of the work, the Contractor shall immediately, and before the following conditions are disturbed, notify the Engineer, in writing, of any:

1) Material that the contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law;

2) Subsurface or latent physical conditions at the site differing from

those indicated; 3) Unknown physical conditions at the site differing from and

generally recognized as inherent in work of the character provided for in the contract.

b. Upon written notification, the Engineer will promptly investigate the

conditions, and if the Engineer finds that the conditions do materially differ or do involve hazardous waste and cause a decrease or increase in the Contractor’s cost of or time required for performance of any part of the work, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing accordingly.

In the event that a dispute arises whether the conditions materially differ, or

involve hazardous waste, or cause a decrease or increase in the Contractor’s cost of or time required for performance of any part of the work, the Contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. The Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties.

4.12 Working Hour Restrictions – Eight (8) hours of labor is a legal day’s work. Any

worker’s time of service is restricted to eight (8) hours during any calendar day and forty (40) hours during a calendar week, unless overtime compensation is paid at not less than one and one-half times the basic rate of pay. The Contractor shall pay a penalty of Twenty-five Dollars ($25) for each day a worker is employed in violation of these provisions.

4.13 Examination and Audit – Notwithstanding any other provision of law, every contract involving the expenditure of public funds in excess of Ten Thousand Dollars ($10,000) entered into by any State agency, board, commission, or department, or by any other public entity, including a City, County, or District, shall be subject to the examination and audit of the State Auditor, at the request of the public entity or as part of any audit of the public entity, for a period of three (3) years after final payment under the contract. Contractor shall also be subject to examination and audit for the same time period.

4.14 Equal Opportunity Clause – During the performance of this contract, the contractor agrees as follows:

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 11 of 21 Contract No. 20-05

a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin.

c. The contractor will send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

e. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

f. In the event of the contractor's noncompliance with the discrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further government contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rules, regulations, or orders of the Secretary of Labor, or as otherwise provided by law.

g. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 504 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 12 of 21 Contract No. 20-05

administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States.

SECTION 5 WATER AND DUST CONTROL

5.1 Water – The Contractor is responsible for finding his own water source. No water connection is available onsite. Obtaining the water source shall be the Contractors responsibility. Water is available from Linda County Water District and it is the contractor’s responsibility to negotiate cost and use of metered water from hydrants with Linda County Water District. 5.2 Dust Control – Dust control measures shall be taken in conformance to Section 14-9.03 of the Standard Specifications. Contractor shall water the construction site at sufficient intervals to preclude the nuisance of dust caused by the Contractor’s operations and/or wind and traffic, at no additional compensation.

SECTION 6 PROGRESS OF THE WORK, LIQUIDATED

DAMAGES, AND CONTRACT TIME

6.1 Prosecution of Work – The City will issue a Notice to Proceed to the Contractor after the contracts have been fully executed. The Contractor shall diligently prosecute the work to completion before the expiration of the number of working days provided herein. 6.2 Liquidated Damages – Should the Contractor fail to complete all work under the contract within the time provided therefor, he shall pay to the City the sum of Eight Thousand Dollars ($8,000) for each calendar day delay in finishing the work beyond such contract period, all in accordance with Section 8-1.10 of the Standard Specifications. The City may deduct such payment from the amounts due the Contractor under the contract. 6.3 Time for Completion – All work under this contract shall be completed within a maximum of forty-five (45) working days from the date stated in the Notice to Proceed as the date to start work. No work shall be allowed after October 31, 2020 at the project site.

6.4 Extension of Contract Time

a. If the Contractor finds it impossible, for reasons beyond his control, to complete the work within the contract time as specified or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 13 of 21 Contract No. 20-05

time, as extended, make a written request to the Engineer for an extension of time, setting forth therein the complete facts which he believes will justify the granting of such request.

The Contractor’s pleas that insufficient time was originally specified shall

not constitute a valid reason for extension of contract time. If the Engineer determines that the prosecution of the work was delayed or hampered by conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as conditions may justify. Such extended time for completion shall then be in full force and effect the same as though it were the original time for completion.

Suspension of work by the Engineer, or extension of the contract time, shall

not constitute grounds for any claims by the Contractor for damages or extra compensation, but the period of such suspensions or extensions shall be taken into consideration in determining the time for completion, as herein provided. When final acceptance has been duly made by the Engineer, as prescribed in Section 3.4, the daily time charge will cease.

b. Any dispute hereunder shall be considered pursuant to the Standard Specifications, and the Contractor shall give immediate notice to the Engineer, along with all pertinent facts relative to such dispute.

6.5 Right-of-Way Delays – The City has scheduled relocation of public utilities to provide for little or no delay to the contractor. It is anticipated that utility companies may be engaged in relocation work immediately prior to Contractor’s work on the project. Some coordination of scheduling between the Contractor and the utility company may be necessary to minimize or eliminate delays to the Contractor. If the Contractor is unavoidably delayed because of the City’s failure to clear right-of-way, no contract time will be charged during such delay period. No direct compensation will be made for such delay. 6.6 Force Account Payment – The added markup of Labor, Materials, and Equipment Rental as listed in Sections 9-1.04B, “Labor,” 9-1.04C, “Materials,” and 9-1.04D, “Equipment Rental,” are amended as follows: To the total of the direct costs there will be added a markup of 15 percent to the cost of labor, 12 percent to the cost of materials and 12 percent to the equipment rental.

6.7 Pre-construction Conference – Prior to the issuance of the Notice to Proceed, a pre-construction conference will be held at the office of the Director of Public Works for the purpose of discussing with the Contractor the scope of work, contract drawings, specifications, existing conditions, materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution and the satisfactory completion of the project as required. The Contractor shall provide the following items at the pre-construction conference:

Schedule Material Submittals Door Hangers / Public Notice

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 14 of 21 Contract No. 20-05

The Contractor’s representatives at this conference shall include all major

superintendents for the work and may include major subcontractors.

SECTION 7 PAYMENT

7.1 General – Payment will be made on the basis of the unit prices bid for the various

items of work and the quantities of such items completed, and measured in accordance with these Special Provisions.

The prices bid for the various items of work, as listed on the bid schedule, shall be full compensation for furnishing all labor, tools, equipment, materials, and services required by the Plans, these Special Provisions, and the Standard Specifications, to provide a complete work serviceable in all respects. Unless otherwise noted on the plans or specified in these Special Provisions, no additional compensation will be made for incidental work identified in the Plans, these Special Provisions, or the Standard Specifications. Compensation for such incidental work shall be considered included in the price or prices bid, for various related items of work, in the bid schedule.

7.2 Progress Payments – The City will make monthly progress payments to the Contractor for the work under the contract. Such progress payments are not intended to imply acceptance of the work completed or to be accurate as to the quantities of work indicated, but to provide the Contractor with operating capital reasonably consistent with the amount of work completed and materials supplied.

The amounts of such progress payments will be based on the Engineer’s Estimate of the quantities or portions of the work completed at the time of preparation of such estimate.

Upon Contractor’s submittal of documentation of the amounts paid for acceptable materials furnished at the site, but not yet installed, the cost of such materials will be compensated in the progress payments, to a maximum of fifty percent (50%) of the associated bid price.

A retention of five percent (5%) of the total value of the work completed to date will be made from the amount due on each progress payment for partial security for fulfillment of the contract. At the Contractor’s request and at his expense, he may offer to substitute securities within the meaning of Section 22300 of the Public Contract Code in an amount equivalent to the amount withheld, to wit, bank or savings and loan certificates of deposit. This option is available to the Contractor as provided by Section 22300 of the Public Contract Code and must be initiated by him by request and at his sole cost and expense, and upon such request, City shall permit the substitution of securities equivalent to the amount withheld to ensure satisfactory completion and fulfillment of the contract. Contractor shall remain the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon during the period of retention. Such securities shall be released to Contractor upon satisfactory completion of the contract, to wit, thirty-five (35) days from and after the Notice of Completion.

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 15 of 21 Contract No. 20-05

The securities deposited by Contractor as substitution for funds withheld shall be deposited with City pursuant to the provisions of Section 22300 of the Public Contract Code and shall be ultimately released at the conclusion and satisfactory completion of the contract as herein provided for.

7.3 Final Payment – The Engineer will, after completion of the work, make a final estimate of the amount of work done thereunder, and the value of such work, and the City will pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final pay estimate and payment. The final payment will not be due and payable until the expiration of thirty-five (35) days from the date of recordation of the notice of acceptance of completion in the Office of the County Recorder of Sutter County.

It is mutually agreed between the parties to the contract that no payments made under the contract shall be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the City, and no payment shall be construed to be acceptance of any defective work or improper material.

7.4 Resolution of Claims – This section is intended to comply with Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3 of Division 2 of the Public Contract Code and shall apply to all claims by the Contractor against the City in any amount arising out of or relating to the contract.

Claims filed by the Contractor shall be in writing and shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. Claims must be filed on or before the date of Final Payment. Nothing herein is intended to extend the time limit or supersede notice requirements otherwise provided by the Contract for the filing of claims. Claims submitted by the Contractor shall be accompanied by a notarized certificate containing the following language:

Under the penalty of law for perjury or falsification and with specific reference to the California False Claims Act, Government Code Section 12650 et. seq., the undersigned, (name)______________ title _________________ of (company) ____________________, hereby certifies that the claim for the additional compensation and time, if any, made herein for the work on this contract is a true statement of the actual costs incurred and time sought, and is fully documented and supported under the contract between parties.

Dated __________________ /s/ _______________________

Subscribed and sworn before me this ________ day of ________________

Notary Public My Commission Expires______________

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 16 of 21 Contract No. 20-05

Failure to submit the notarized certificate will be sufficient cause for denying the claim.

The Contractor shall keep full and complete records of the costs and additional time incurred for any work for which a claim for additional compensation is made. The Engineer or any designated claim investigator or auditor shall have access to those records and any other records as may be required by the Engineer to determine the facts or contentions involved in the claims. Failure to permit access to such records shall be sufficient cause for denying the claims.

For claims of less than Fifty Thousand Dollars ($50,000), the Engineer shall respond in writing to any written claim within forty-five (45) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the City may have. The Engineer’s written response to the claim, as further documented, shall be submitted to the Contractor within fifteen (15) days after receipt of further documentation or within a period of time no greater than that taken by the Contractor in producing the additional information, whichever is greater.

For claims over Fifty Thousand Dollars ($50,000), the Engineer shall respond in writing to all written claims within sixty (60) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the City may have. The Engineer’s written response to the claim, as further documented, shall be submitted to the Contractor within thirty (30) days after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. If the Contractor disputes the Engineer’s written response, or if the Engineer fails to respond within the time prescribed, the Contractor may notify the Engineer, in writing, either within fifteen (15) days of receipt of Engineer’s response or within fifteen (15) days of the Engineer’s failure to respond within the time prescribed, respectively, and demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon such written demand, City shall schedule a meet and confer conference within thirty (30) days for settlement of the dispute.

If following the meet and confer conference, the claim or any portion remains in dispute, the Contractor may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Divisions 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor initially submits the written claim pursuant the section until the time the claim is denied, including any period of time utilized by the meet and confer conference.

As provided by Public Contract Code Section 20104.4, the following procedures are established for all civil actions filed to resolve claims subject to this section:

a. Within sixty (60) days, but no earlier than thirty (30) days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the election within fifteen (15) days by both parties of a disinterested third person as

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 17 of 21 Contract No. 20-05

mediator, shall be commenced within thirty (30) days of the submittal, and shall be concluded within fifteen (15) days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the Court.

b. If the matter remains in dispute, the case shall be submitted to judicial

arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of such Code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subparagraph consistent with the rules pertaining to judicial arbitration. Arbitrators shall, when possible, be experienced in construction law. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party appealing in arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under such chapter, also pay the attorneys’ fees on appeal of the other party.

SECTION 8 QUANTITIES AND MATERIALS

8.1 Quantities – The estimate of the quantities of work to be done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City does not express or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer. Bid Item quantities on the bid schedule with (F) are final pay items under section 9-1.02C “Final Pay Item Quantities”. For a final pay item, accept payment based on the Bid Item List quantity, regardless of the actual quantity used unless dimensions are changed by the Engineer.

8.2 Materials – All materials required to complete the work under the contract shall be furnished by the Contractor, except such as is mentioned in these special provisions to be furnished by the City.

8.3 Quality Control – Contractor shall provide material submittals for all materials to

be used on this contract. Full compensation for providing material submittals and Certificates of Compliance shall

be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor.

8.4 Testing Methods and Frequency – The Contractor shall hire a geotechnical firm to

perform all testing at City’s direction within the limits of work. Testing procedures and frequency to be used by the geotechnical firm shall be in accordance with the City’s testing procedures and as directed by the Engineer. All costs incurred will be paid by the Contractor. Minimum compaction testing requirements are as follows:

a. Roadway Subgrade and Aggregate Base – Compaction for roadway

subgrade and aggregate base shall be tested using nuclear density testing gauges in

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 18 of 21 Contract No. 20-05

accordance with ASTM D-1557, D-2922, and D-3017. In cases of highly variable subgrade materials, compaction tests shall be taken in accordance with California Test 216 with a maximum density determination at each location, if necessary. Compaction test frequency for roadway subgrade and aggregate base shall be one test location per each 5,000 square feet of pavement surface per lift of material. Random test locations shall be determined using either ASTM D-3665 or California Test 375.

b. Asphalt Concrete – Compaction for asphalt concrete shall be in accordance with California Test 375. Compaction test frequency for asphalt concrete shall be one test location per each 2,500 square feet of pavement surface area with a minimum of 3 tests per street segment or cul-de-sac.

c. Trench Backfill – Compaction for trench backfill shall be tested using nuclear density testing gauges in accordance with ASTM D-1557, D-2922, and D-3017. Compaction test frequency for trench backfill shall be one test per 24 inches of compacted of material per 100 linear feet of trench.

Full compensation for testing materials shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor.

SECTION 9 SAFETY PRECAUTIONS

9.1 Preservation of Property – Due care shall be exercised to avoid injury to existing

improvements, utility facilities, adjacent property, and roadside trees and shrubbery that are not to be removed or relocated. Concrete surfaces including curbs and sidewalks that are not to be removed shall not be defaced or damaged in any manner, including markings with paint, asphalt overspray, etc. Contractor is to video or photograph job site to document existing conditions prior to start of work. Photographs and video shall be dated and labeled for location. One copy of the video or photographs shall be provided to the City.

Trees and shrubbery that are not to be removed, and pole lines, fences, signs, markers and monuments, buildings and structures, conduits, pipe lines under or above ground, sewer and water lines, all facilities and any other improvements or facilities within or adjacent to the work shall be protected from injury or damage, and if ordered by the Engineer, the Contractor shall provide and install suitable safeguards to protect such objects from injury or damage. If such objects are injured or damaged by the Contractor’s operations, they shall be replaced or restored at the Contractor’s expense, to a condition as good as when the Contractor entered upon the work, or as good as required by the Specifications accompanying the contract, if any such objects are a part of the work being performed under the contract. Damaged sanitary sewer services and storm drain laterals shall be repaired at Contractor’s expense, as shown on the detail sheet on the plans. The Engineer may make or cause to be made such temporary or permanent repairs as are necessary to restore to service any damaged facility. The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract.

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 19 of 21 Contract No. 20-05

Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in protecting or repairing property as specified in these Special Provisions shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor.

9.2 Obstructions – The location of underground utilities shown on the plans represent the best information available to the City but should be considered as being approximate only. Utility lines may exist that are not as shown on the plans. The exact locations of underground facilities and improvements within the construction area shall be ascertained by the Contractor before using equipment that may damage such facilities or interfere with their service. Contractor will be held liable to the owners of such facilities for any damage or interference with service resulting from his operations.

9.3 Interruption of Service – No valves or other controls on existing utility systems

shall be operated for any purpose by the Contractor without prior approval of the Engineer and/or the utility company.

9.4 Safety Devices – Sufficient and adequate signs, lights, barricades and cones shall be furnished, placed, and maintained throughout the construction project as may be deemed necessary by the Engineer to adequately protect the public from injury or unnecessary inconvenience due to the construction operations. Cones shall have two white reflective bands and all barricades shall be equipped with safety lighting. When traffic is to be interrupted or detoured, flagmen, adequately equipped and instructed, shall be provided by the Contractor as deemed necessary by the Engineer. Payment to the Contractor for all costs incurred by him in conforming to this section and “Maintaining Traffic” below shall be considered as included in payment for other items of work and no additional special payment will be made therefor.

9.5 Maintaining Traffic – Attention is directed to Section 7-1.04 of the Standard

Specifications. The Contractor will be required to furnish the City a work schedule sufficiently detailed so that the City may ascertain therefrom what effect the Contractor’s proposed construction program will have on traffic through the construction area.

The Contractor shall conduct his operation so as to offer the least possible obstruction and inconvenience to the public, and he shall have under construction no greater amount of work than he can prosecute properly with due regard to the rights of the public. Temporary approaches at private driveways shall be provided as needed and when ordered by the Engineer, and shall be kept in good condition.

Temporary altered or alternate accessible pedestrian route of travel shall be

provided around any sidewalk closure at all times. Altered and alternate routes of travel shall comply with Sections 6D.01, 6D.02, and 6D.05 of the California Manual on Uniform Traffic Control Devices and shall be kept in good usable condition.

Temporary altered or alternate pedestrian routes of travel shall be accompanied by

temporary accessible pedestrian channelizing devices or barricades. If pedestrian barricades are to be used, they shall be located such that a disabled pedestrian shall not have to backtrack more than

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 20 of 21 Contract No. 20-05

one block in order to reach an identified alternate route of travel. Accessible pedestrian channelizing devices and barricades shall comply with Sections 6F.63, 6F.68, and 6F.71 of the California Manual on Uniform Traffic Control Devices.

Spillage resulting from hauling operation along or across a public traveled way shall be removed immediately at the Contractor’s expense.

Attention is directed to the following special traffic control provisions:

a. Streets – One traffic lane in each direction, at least eleven feet (11’) wide, shall be maintained at all times.

b. Minor Streets – Remaining streets within the construction area may be closed as construction necessitates subject to the conditions in subparagraph c. below.

c. General Traffic Control Requirements:

1) Contractor shall provide all necessary detour signs, warning signs, safety devices, and flagmen, as determined by the Public Works Director.

2) Contractor shall provide adequate notice to City and to affected

property owners of closures forty-eight (48) hours prior to closure.

3) Contractor shall assure that adequate ingress and egress is provided to all commercial establishments adjacent to the work at all times.

4) Contractor shall assure that residents of residential properties

adjacent to the work are afforded reasonable and safe access to their property, and that overnight parking of their vehicles on such property is not restricted except when suitable on-street parking is available.

5) Trenches which have been backfilled but not fully restored and which are to be

utilized by public traffic shall be temporarily patched with cold mix asphalt prior to traffic usage unless otherwise approved by the Engineer. This requirement is in addition to those set forth in Section 13.11 of these Special Provisions

SECTION 10 DESCRIPTION OF THE WORK

10.1 General –

General Work Description: The work includes the furnishing of the labor, materials and equipment and the demolition and construction of the following: The 2017 Storm Damage Effluent Pond Repairs includes but not limited to:

City of Yuba City Special Provisions 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 21 of 21 Contract No. 20-05

Protection of riparian and elderberry bush areas in the project vicinity. Repairing, Regrading and reconstruction of Pond Slopes (all interior slopes from Pond # 3

to Pond # 6) – approximately 16,000 LF. Grading the pond bottoms. This includes removal of sediment and debris from inside the

Ponds, grading the ponds level, and deep ripping (2 passes in 2 directions) and disking (2 passes in 2 directions) the Pond bottoms at the completion of all construction activities to restore the percolation of the Ponds.

Replacing Aggregate Base on approximately 10,000 LF of top Berm Access Roads. Install rip rap on 4 Ponds interior slopes (Pond # 3 to Pond # 6). Install new water outlet structure (total 6) in each Pond after demolition and removal of

existing structures and removal and disposal of existing Techite distribution pipes from all Pond bottoms. Salvage existing PVC distribution pipe from Pond # 1.

Replace water distribution pipe between Ponds within the Pond’s west access road/slope. Replace staff gauges (total 6) All other work as shown on the Project Plans and/or listed in the Special provisions. Bid Alternate – Replace slide gates in the distribution boxes Bid Alternate – Install new pipes and valves between ponds for drainage

10.2 Scheduling Work – The City will issue a Notice to Proceed to the Contractor after the contracts have been fully executed.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Submittal Procedures MARCH 2020

01330 - 1

SECTION 01330 SUBMITTAL PROCEDURES

PART 1 – GENERAL 1.1 SUMMARY

This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals.

1.2 DEFINITIONS

A. Action Submittals: Written and graphic information that requires the Designer's

responsive action. B. Informational Submittals: Written information that does not require the Designer's

approval. Submittals may be rejected for not complying with requirements. 1.3 SUBMITTAL PROCEDURES

A. Coordination: Coordinate preparation and processing of submittals with performance of

construction activities.

1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity.

2. Coordinate transmittal of different types of submittals for related parts of the Work

so processing will not be delayed because of need to review submittals concurrently for coordination.

a. The City reserves the right to withhold action on a submittal requiring

coordination with other submittals until related submittals are received. B. Submittals Schedule: Four copies of each submittal must be transmitted to the City within

15 days of Notice To Proceed. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as

follows. Time for review shall commence on the Designer's receipt of submittal.

1. Initial Review: Allow 10 working days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. The City will advise Contractor when a submittal being processed must be delayed for coordination.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Submittal Procedures MARCH 2020

01330 - 2

2. If intermediate submittal is necessary, process it in same manner as initial submittal.

3. Allow 5 working days for processing each resubmittal.

4. No extension of the Contract Time will be authorized because of failure to

transmit submittals enough in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal for identification.

1. Indicate name of firm or entity that prepared each submittal on label or title block.

2. Provide a space on label or beside title block to record Contractor's review and

approval markings and action taken by the City.

3. Include the following information on label for processing and recording action taken:

a. Contract Number. b. Date. c. Name and address of Contractor. d. Name and address of subcontractor. e. Name and address of supplier. f. Name of manufacturer. g. Unique sequential identifier, including revision number. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. j. Other necessary identification.

E. Deviations: Highlight, encircle, and verbally identify in a manner acceptable to the City any

deviations from the Contract Documents on submittals. F. Additional Copies: Unless additional copies are required for final submittal, and unless the

Designer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal.

1. Additional copies submitted for maintenance manuals will not be marked with action

taken and will be returned. G. Transmittal: Package each submittal individually and appropriately for transmittal and

handling. Transmit each submittal using a transmittal form. Number each submittal sequentially and date each submittal. The City will return submittals, without review, from sources other than Contractor.

1. Include Contractor's certification stating that information submitted complies with

requirements of the Contract Documents.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Submittal Procedures MARCH 2020

01330 - 3

2. Transmittal Form: Use form approved by the City.

H. Use for Construction: Use only final submittals with mark indicating action taken by the City in connection with construction.

PART 2 – PRODUCTS 2.1 ACTION SUBMITTALS

A. General: Prepare and submit Action Submittals required by individual Specification

Sections.

1. Number of Copies: Submit six copies of each submittal, unless otherwise indicated. The City will return two copies. Mark up and retain one returned copy as a Project Record Document.

B. Product Data: Collect information into a single submittal for each element of

construction and type of product or equipment.

1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data.

2. Mark each copy of each submittal to show which products and options are

applicable.

3. Include the following information, as applicable:

a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized trade association standards. g. Compliance with recognized testing agency standards.

C. Shop Drawings: Submit Project-specific information, drawn accurately to scale. Do not base

Shop Drawings on reproductions of the Contract Documents or standard printed data.

1. Preparation: Include the following information, as applicable:

a. Dimensions. b. Identification of products. c. Fabrication and installation drawings.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Submittal Procedures MARCH 2020

01330 - 4

d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and

control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Notation of coordination requirements. j. Notation of dimensions established by field measurement.

2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop

Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 22 by 34 inches (750 by 1000 mm).

D. Samples: Submit physical units of materials or products, including the following:

1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or

sections of units showing the full range of colors, textures, and patterns available.

a. Submit three full set[s] of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. The City will return submittal with options selected.

2. Samples for Verification: Submit full-size units or Samples of size indicated, prepared

from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection.

a. Submit three sets of Samples. The City will retain two Sample sets;

remainder will be returned.

3. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Attach label on unexposed side.

4. Submit Samples for review of kind, color, pattern, and texture for a final check of these

characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed.

5. Disposition: Maintain sets of approved Samples at Project site, available for

quality-control comparisons throughout the course of construction activity.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Submittal Procedures MARCH 2020

01330 - 5

Sample sets may be used to determine final acceptance of construction associated with each set.

E. Product Schedule or List: Submit a written summary indicating types of products

required for the Work and their intended location. F. Application for Payment: Comply with requirements in Division 1 Section "Payment

Procedures." G. Schedule of Values: Comply with requirements in Section 00700 General Conditions.

2.2 INFORMATIONAL SUBMITTALS

A. General: Prepare and submit Informational Submittals required by other Specification

Sections.

1. Number of Copies: Submit six copies of each submittal, unless otherwise indicated. The City will return two copies.

2. Certificates and Certifications: Provide a statement that includes signature of entity

responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity.

B. Product Certificates: Submit written statements on manufacturer's letterhead certifying that

product complies with requirements. E. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that

Installer complies with requirements and, where required, is authorized for this specific Project. F. Manufacturer Certificates: Submit written statements on manufacturer's letterhead

certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required.

G. Material Certificates: Submit written statements on manufacturer's letterhead certifying that

material complies with requirements. H. Material Test Reports: Submit reports written by a qualified testing agency, on testing

agency's standard form, indicating and interpreting test results of material for compliance with requirements.

I. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing

agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Submittal Procedures MARCH 2020

01330 - 6

J. Field Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements.

K. Product Test Reports: Submit written reports indicating current product produced by

manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency.

L. Design Data: Submit written and graphic information, including, but not limited to,

performance and design criteria, list of applicable codes and regulations, and calculations. PART 3 – EXECUTION 3.1 CONTRACTOR'S REVIEW

A. Review each submittal and check for compliance with the Contract Documents. Note

corrections and field dimensions. Mark with approval stamp before submitting to the City. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Contract

number and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents.

3.2 DESIGNER’S ACTION

A. General: The Designer will not review submittals that do not bear Contractor's approval stamp

and will return them without action. B. Action Submittals: The Designer will review each submittal, make marks to indicate

corrections or modifications required, and return it. The Designer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken.

C. Informational Submittals: The Designer will review each submittal and will return it, or will

reject and return it if it does not comply with requirements. The City will forward each submittal to appropriate party.

END OF SECTION

Yuba City 2017 STORM DAMAGE- EFFLUENT POND

Quality RequirementsMARCH 2020

REPAIRS 01400 - 1

SECTION 01400 QUALITY REQUIREMENTS

PART 1 – GENERAL 1.1 SUMMARY

A. This Section includes administrative and procedural requirements for

quality assurance and quality control. B. Contractor shall arrange and pay for a qualified independent testing agency

acceptable to the City to perform all required testing for the Project. Test reports shall be submitted to the City within forty-eight (48) hours.

C. Testing and inspecting services are required to verify compliance with

requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements.

1. Specified tests, inspections, and related actions do not limit

Contractor's quality-control efforts as necessary to provide compliance with the Contract Document requirements.

2. Requirements for Contractor to provide quality-control services required

by Designer, the City, or authorities having jurisdiction are not limited by provisions of this Section.

1.2 DEFINITIONS

A. Quality-Assurance Services: Activities, actions, and procedures performed

before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements.

B. Quality-Control Services: Tests, inspections, procedures, and related actions

before, during and after execution of the Work to evaluate that completed construction complies with requirements. Quality Control Services do not include contract enforcement activities performed by the City or Designer of Record.

C. Testing Agency: An entity engaged to perform specific tests, inspections, or

both. Testing laboratory shall mean the same as testing agency.

Yuba City 2017 STORM DAMAGE- EFFLUENT POND

Quality RequirementsMARCH 2020

REPAIRS 01400 - 2

1.3 SUBMITTALS A. Qualification Data: For testing agencies specified in "Quality Assurance" Article

to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority.

B. Contractor’s Daily Quality Control Reports: The Contractor shall designate an

individual responsible for maintaining control over the quality of the work. For each day on which work is scheduled to be performed, the Contractor’s Quality Control Representative shall Prepare and submit certified written reports that include the following:

1. Date of report preparation and date work was performed.

2. Project title and contract number.

3. Name, address, and telephone number of testing agency.

4. Dates and locations of samples, tests or inspections.

5. Names of individuals making tests and inspections.

6. Description of the Work performed that day, and reasons for non-

work.

7. Item of work tested or inspected. Test and inspection methods.

8. Identification of products delivered/installed and corresponding Specification Sections.

9. Complete test or inspection data.

10. Test and inspection results and an interpretation of test results.

11. Weather conditions. Ambient conditions at time of sample taking,

testing and inspecting.

12. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements.

13. Name and signature of Quality Control Representative, and

laboratory inspector.

14. Recommendations on retesting and reinspection.

Yuba City 2017 STORM DAMAGE- EFFLUENT POND

Quality RequirementsMARCH 2020

REPAIRS 01400 - 3

C. Permits, Licenses, and Certificates: For the City’s records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work.

1.4 QUALITY ASSURANCE

A. Factory-Authorized Service Representative Qualifications: An authorized

representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project.

B. Installer Qualifications: A firm or individual experienced in installing, erecting,

or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance.

C. Manufacturer Qualifications: A firm experienced in manufacturing products or

systems similar to those indicated for this Project and with a record of successful in-service performance.

D. Professional Engineer Qualifications: A professional engineer who is legally

qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installation of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent.

E. Testing Agency Qualifications: An agency with the experience and capability

to conduct testing and inspecting indicated, shall have a minimum of five years of similar project experience in recent years, and specialize in types of tests and inspections to be performed.

1.5 QUALITY CONTROL

A. City Responsibilities: Where testing services are indicated as The City’s

responsibility, the City will engage a qualified testing agency to perform these services.

1. The City will furnish Contractor with names, addresses, and telephone

numbers of testing agencies engaged and a description of the types of testing and inspecting they are engaged to perform.

Yuba City 2017 STORM DAMAGE- EFFLUENT POND

Quality RequirementsMARCH 2020

REPAIRS 01400 - 4

2. Costs for retesting and reinspection construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor.

3. The presence or absence of the City’s inspector or testing agency does not

relieve the Contractor of sole responsibility for compliance with the Contract Documents.

B. Contractor Responsibilities: The Contractor is solely responsible for controlling

the work to comply with the Contract Documents. Unless otherwise indicated, provide quality-control services specified and required by authorities having jurisdiction.

1. Where testing or inspection services are not indicated as the City’s

responsibility, engage a qualified testing agency to perform these quality-control services.

a. Contractor shall not employ the same entity engaged by the City,

unless agreed to in writing by the City.

2. Notify the City, City’s testing agencies, Inspector of Record, and Contractor’s testing agencies at least 48 hours in advance of time when Work that requires testing or inspecting will be performed.

3. Where testing or inspection services are indicated as Contractor's

responsibility, submit a certified written report, in duplicate, of each testing or inspection service.

4. Testing and inspecting requested by Contractor and not required by the

Contract Documents are Contractor's responsibility.

5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct.

C. Special Tests and Inspections: The Contractor will engage a testing agency to

conduct special tests and inspections required by authorities having jurisdiction.

1. Testing agency will notify the City and Contractor promptly of

irregularities and deficiencies observed in the Work during performance of its services.

2. Testing agency will submit a certified written report of each test,

inspection, and similar quality-control service to the City with copy to Contractor and to authorities having jurisdiction.

Yuba City 2017 STORM DAMAGE- EFFLUENT POND

Quality RequirementsMARCH 2020

REPAIRS 01400 - 5

3. Testing agency will submit a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies.

4. Testing agency will interpret tests and inspections and state in each report

whether tested and inspected work complies with or deviates from the Contract Documents.

5. Testing agency will retest and reinspect corrected work.

D. Manufacturer's Field Services: Where indicated, engage a factory- authorized

service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing.

E. Retesting/Reinspection: Regardless of whether original tests or inspections were

Contractor's responsibility, provide quality-control services, including retesting and reinspection, for construction that revised or replaced Work that failed to comply with requirements established by the Contract Documents.

F. Testing Agency Responsibilities: Cooperate with the City and Contractor in

performance of duties. Provide qualified personnel to perform required tests and inspections.

1. Notify the City and Contractor promptly of irregularities or

deficiencies observed in the Work during performance of its services.

2. Interpret tests and inspections and state in each report whether tested

and inspected work complies with or deviates from requirements.

3. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service through Contractor.

4. Do not release, revoke, alter, or increase requirements of the Contract

Documents or approve or accept any portion of the Work. G. Associated Services: Cooperate with agencies performing required tests,

inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following:

1. Access to the Work.

Yuba City 2017 STORM DAMAGE- EFFLUENT POND

Quality RequirementsMARCH 2020

REPAIRS 01400 - 6

2. Incidental labor and facilities necessary to facilitate tests and inspections.

3. Adequate quantities of representative samples of materials that require

testing and inspecting. Assist agency in obtaining samples.

4. Facilities for storage and field-curing of test samples.

5. Delivery of samples to testing agencies.

6. Preliminary design mix proposed for use for material mixes that require control by testing agency.

7. Security and protection for samples and for testing and inspecting

equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required

quality-assurance and quality-control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting.

1. Schedule times for tests, inspections, obtaining samples, and similar

activities.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION

3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar

services, repair damaged construction and restore substrates and finishes.

1. Provide materials and comply with installation requirements specified in other Sections of these Specifications and/or Project Drawings/Plans. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching.

B. Protect construction exposed by or for quality-control service activities.

Yuba City 2017 STORM DAMAGE- EFFLUENT POND

Quality RequirementsMARCH 2020

REPAIRS 01400 - 7

C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 1

SECTION 01420 REFERENCES

PART 1 – GENERAL 1.1 DEFINITIONS

A. General: Basic Contract definitions are included in the Conditions of the

Contract. B. "Approved": Approved by the City.

C. "Directed": A command or instruction by the City. Other terms including

"requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed."

D. "Indicated": Requirements expressed by graphic representations or in written

form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated."

E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by

authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work.

F. "Furnish": Supply and deliver to Project site, ready for unloading,

unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing,

unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations.

H. "Provide": Furnish and install, complete and ready for the intended use.

I. "Installer": Contractor or another entity engaged by Contractor as an

employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations.

1. Using a term such as "carpentry" does not imply that certain

construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 2

apply exclusively to tradespeople of the corresponding generic name. J. "Experienced": When used with an entity, "experienced" means having

successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction.

K. "Project Site": Space available for performing construction activities. The

extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built.

L. “Submit”: Deliver information in the specified format to the City for the

City’s review and approval. 1.2 INDUSTRY STANDARDS

A. Applicability of Standards: Unless the Contract Documents include more

stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference.

B. Publication Dates: Comply with standards in effect as of date of the

Contract Documents, unless otherwise indicated. C. Conflicting Requirements: If compliance with two or more standards is

specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to the City for a decision before proceeding.

1. Minimum Quantity or Quality Levels: The quantity or quality level

shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to the City for a decision before proceeding.

D. Copies of Standards: Each entity engaged in construction on Project must be

familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 3

1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source and make them available on request.

E. Abbreviations and Acronyms for Standards and Regulations: Where

abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list:

ADAAG Americans with Disabilities Act (ADA)

CFR Code of Federal Regulations

CRD Handbook for Concrete and Cement

DOD Department of Defense Specifications and Standards FED-

STD Federal Standard (See FS)

FS Federal Specification

FTMS Federal Test Method Standard (See FS)

MILSPEC Military Specification and Standards UFAS

Uniform Federal Accessibility Standards

1.3 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in

Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale Research's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S."

B. Industry Organizations: Where abbreviations and acronyms are used in

Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list:

AAMA American Architectural Manufacturers Association AASHTO

American Association of State Highway and Transportation Officials

ACI American Concrete Institute/ACI International

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 4

ACPA American Concrete Pipe Association AGC Associated General Contractors of America (The) AI

Asphalt Institute

AIA American Institute of Architects (The)

AISC American Institute of Steel Construction

AISI American Iron and Steel Institute

AITC American Institute of Timber Construction ALCA

Associated Landscape Contractors of America

ALSC American Lumber Standard Committee

AMCA Air Movement and Control Association International, Inc.

ANSI American National Standards Institute

APA APA - The Engineered Wood Association

APA Architectural Precast Association

ASCE American Society of Civil Engineers ASME ASME International

(The American Society of Mechanical Engineers International)

ASSE American Society of Sanitary Engineering

ASTM American Society for Testing and Materials

AWCI AWCI International (Association of the Wall and Ceiling Industries International)

AWCMA American Window Covering Manufacturers Association (See

WCMA) AWI Architectural Woodwork Institute AWPA American Wood-Preservers' Association

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 5

AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association CISCA

Ceilings & Interior Systems Construction Association

CISPI Cast Iron Soil Pipe Institute

CLFMI Chain Link Fence Manufacturers Institute

CPPA Corrugated Polyethylene Pipe Association

CRSI Concrete Reinforcing Steel Institute

CSI Construction Specifications Institute (The)

DHI Door and Hardware Institute

EIA/TIA Electronic Industries Alliance/Telecommunications Industry Association EJMA Expansion Joint Manufacturers Association, Inc.

FEMA Federal Emergency Management Agency

GRI Geosynthetic Research Institute GTA Glass Tempering Division of Glass Association of North

America (See GANA) HI Hydraulic Institute IEC International Electrotechnical Commission IEEE Institute of Electrical and Electronics Engineers, Inc. (The)

IESNA Illuminating Engineering Society of North America

IGCC Insulating Glass Certification Council

MHIA Material Handling Industry of America

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 6

MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NCMA National Concrete Masonry Association

NECA National Electrical Contractors Association

NeLMA Northeastern Lumber Manufacturers' Association

NEMA National Electrical Manufacturers Association NETA

International Electrical Testing Association NRCA

National Roofing Contractors Association NRMCA

National Ready Mixed Concrete Association

NSF NSF International (National Sanitation Foundation International)

PCI Precast/Prestressed Concrete Institute

PDI Plumbing & Drainage Institute PGI PVC Geomembrane Institute SAE SAE International SPI The Society of the Plastics Industry SSINA

Specialty Steel Industry of North America

SSPC SSPC: The Society for Protective Coatings

SWI Steel Window Institute

SWRI Sealant, Waterproofing, and Restoration Institute UL

Underwriters Laboratories Inc.

UNI Uni-Bell PVC Pipe Association WASTEC Waste Equipment Technology Association

WCLIB West Coast Lumber Inspection Bureau

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 7

WIC Woodwork Institute of California

WWPA Western Wood Products Association

C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list:

BOCA BOCA International, Inc.

CABO Council of American Building Officials (See ICC)

IAPMO International Association of Plumbing and Mechanical Officials (The)

ICBO International Conference of Building Officials

ICC International Code Council (Formerly: CABO - Council of American Building Officials)

SBCCI Southern Building Code Congress International, Inc.

D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list:

CE Army Corps of Engineers CPSC Consumer Product Safety Commission

DOC Department of Commerce

EPA Environmental Protection Agency

FAA Federal Aviation Administration

FCC Federal Communications Commission

FDA Food and Drug Administration

FEMA Federal Emergency Management Agency

GSA General Services Administration

HUD Department of Housing and Urban Development

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

References March 2020

REPAIRS 01420 - 8

LBL Lawrence Berkeley Laboratory (See LBNL)

LBNL Lawrence Berkeley National Laboratory

NCHRP National Cooperative Highway Research Program (See TRB)

NIST National Institute of Standards and Technology

OSHA Occupational Safety & Health Administration RUS

Rural Utilities Service (See USDA)

TRB Transportation Research Board

USDA Department of Agriculture USPS

Postal Service

E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list:

CALTRANS S ta te of California, Department of Transportation CAPUC

(See CPUC)

CBHF State of California, Department of Consumer Affairs Bureau of Home Furnishings and Thermal Insulation

CPUC California Public Utilities Commission

DGS State of California, Department of General Services DPR

State of California, Department of Parks and Recreation TFS

Texas Forest Service Forest Products Laboratory

PART 2 – PRODUCTS (NOT USED) PART

3 – EXECUTION (NOT USED)

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Temporary Facilities and Controls MARCH 2020

01500 - 1

SECTION 01500

TEMPORARY FACILITIES AND CONTROLS

PART 1 – GENERAL 1.1 SUMMARY

A. This Section includes requirements for temporary facilities and controls,

including temporary utilities, support facilities, and security and protection facilities.

B. Contractor may elect to provide a temporary construction office and utilities.

The following requirements apply if these facilities are to be provided. Contractor is further warned and advised that due to historical past vandal activity in the area to prove high level of security.

1.2 TEMPORARY UTILITIES

A. General: Cost or use charges for temporary facilities are not chargeable to the

City and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the City's construction forces, Designer of Record, testing and inspecting agencies, and personnel of authorities having jurisdiction.

B. Water Service: No water connection is available onsite. Obtaining the water

source shall be the Contractors responsibility. Water is available from Linda County Water District, it is the contractor’s responsibility to negotiate cost and use of metered water from hydrants with Linda County Water District.

C. Electric Power Service: No electric power is available onsite. Generators at the

Contractor’s expense will be required as needed. 1.3 QUALITY ASSURANCE

A. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical

Facilities," and NFPA 241.

1. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Temporary Facilities and Controls MARCH 2020

01500 - 2

B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits.

1.4 PROJECT CONDITIONS

A. Conditions of Use: The following conditions apply to use of temporary

services and facilities by all parties engaged in the Work:

1. Keep temporary services and facilities clean and neat.

2. Relocate temporary services and facilities as required by progress of the Work.

PART 2 – PRODUCTS

2.1 MATERIALS

A. General: Provide materials suitable for use intended.

2.2 EQUIPMENT

A. Field Offices: Prefabricated, mobile units, or job-built construction.

B. Fire Extinguishers: Hand carried, portable, UL rated. Provide class and

extinguishing agent as indicated or a combination of extinguishers of NFPA-recommended classes for exposures.

1. Comply with Title 19 CCR, Division 1, Chapter 3; and NFPA 241 for

classification, extinguishing agent, and size required by location and class of fire exposure.

C. Self-Contained Toilet Units: Single-occupant units of chemical, aerated

recirculation, or combustion type; vented; fully enclosed with a glass-fiber- reinforced polyester shell or similar nonabsorbent material.

D. Drinking-Water Fixtures: Drinking-water fountains, Containerized, tap-

dispenser, bottled-water, drinking-water units, including paper cup supply. E. Electrical Outlets: Properly configured, NEMA-polarized outlets to prevent

insertion of 110- to 120-V plugs into higher-voltage outlets; equipped with ground-fault circuit interrupters, reset button, and pilot light.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Temporary Facilities and Controls MARCH 2020

01500 - 3

PART 3 – EXECUTION 3.1 INSTALLATION, GENERAL

A. Locate facilities where they will serve Project adequately and result in minimum

interference with the approval of the City with regard given to the performance of the Work. Relocate and modify facilities as required or directed by the City.

B. Provide each facility ready for use when needed to avoid delay. Maintain and

modify as required. Do not remove until facilities are no longer needed. 3.2 TEMPORARY UTILITY INSTALLATION

A. General: Engage appropriate local utility company at Contractors request and

cost to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations.

1. Arrange with utility company, the City, and existing users for time when

service can be interrupted, if necessary, to make connections for temporary services. Provide minimum 48 hours advance written notice.

2. Provide adequate capacity at each stage of construction. Before

temporary utility is available, provide trucked-in services. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking- water

fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities.

1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and

similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material.

2. Toilets: Install self-contained toilet units. Shield toilets to ensure

privacy.

3. Wash Facilities: Install wash facilities supplied with potable water at convenient locations for personnel who handle materials that require wash up. Dispose of drainage properly. Supply cleaning compounds appropriate for each type of material handled.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Temporary Facilities and Controls MARCH 2020

01500 - 4

4. Drinking-Water Facilities: Provide drinking-water units. E. Electric Distribution: Provide receptacle outlets adequate for connection of

power tools and equipment.

1. Provide waterproof connectors to connect separate lengths of electrical power cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length- voltage ratio.

F. Telephone Service: Provide cell phones for the superintendent, and

foreman throughout the construction period.

1. At each construction site, post a list of important telephone numbers, including, police and fire departments, ambulance service, Contractor's home office, and the City's office.

3.3 SUPPORT FACILITIES INSTALLATION

A. General: Comply with the following:

1. Locate field offices, storage sheds, sanitary facilities, and other

temporary construction and support facilities for easy access and with approval of the City.

2. Maintain support facilities until near Substantial Completion.

Remove before Substantial Completion. B. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate

to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste.

1. If required by authorities having jurisdiction, provide separate

containers, clearly labeled, for each type of waste material to be deposited.

2. Develop a waste management plan for Work performed on Project.

Indicate types of waste materials Project will produce and estimate quantities of each type. Provide detailed information for on-site waste storage and separation of recyclable materials. Provide information on destination of each type of waste material and means to be used to dispose of all waste materials.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Temporary Facilities and Controls MARCH 2020

01500 - 5

3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and

conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Avoid using tools and equipment that produce harmful noise. Restrict use of noisemaking tools and equipment to hours that will minimize complaints from persons or firms near Project site.

B. Storm Water Control: Provide earthen embankments and similar barriers in and

around excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rains. Provide storm water control in accordance with Contractor’s approved Storm Water Pollution Prevention Plan.

C. Barricades, Warning Signs, and Lights: Comply with standards and code

requirements for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. Where appropriate and needed, provide lighting, including flashing red or amber lights.

D. Temporary Fire Protection:

1. Provide fire extinguishers, visible and accessible from space being

served.

a. Locate fire extinguishers where convenient and effective for their intended purpose; provide not less than one extinguisher on each construction site.

2. Store combustible materials in containers in fire-safe locations.

3. Maintain unobstructed access to fire extinguishers, fire hydrants, and

other access routes for firefighting. Prohibit smoking in hazardous fire-exposure areas (vegetated areas).

4. Supervise welding operations, combustion-type temporary heating units,

and similar sources of fire ignition. 5. Develop and supervise an overall fire-prevention and first-aid fire-

protection program for personnel at Project site. Review needs with park district and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Temporary Facilities and Controls MARCH 2020

01500 - 6

3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To

minimize waste and abuse, limit availability of temporary facilities to essential and intended uses.

B. Maintenance: Maintain facilities in good operating condition until removal.

Protect from damage caused by freezing temperatures and similar elements.

1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage.

2. Prevent water-filled piping from freezing. Maintain markers for

underground lines. Protect from damage during excavation operations.

C. Temporary Facility Changeover: Do not change over from using temporary

security and protection facilities to permanent facilities until Substantial Completion.

D. Termination and Removal: Remove each temporary facility when need for its

service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired.

1. Materials and facilities that constitute temporary facilities are the

property of Contractor. The City reserves the right to take possession of Project identification signs.

2. At Substantial Completion, clean and renovate permanent facilities used

during construction period.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Site Access and StorageMARCH 2020

01550 - 1

SECTION 01550

SITE ACCESS AND STORAGE

PART 1 – GENERAL

1.1 HIGHWAY LIMITATIONS

A. The Contractor shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the Work. It shall be the Contractor's responsibility to construct and maintain any haul roads required for its construction operations.

PART 2 – PRODUCTS (NOT USED) PART

3 – EXECUTION 3.1 ACCESS TO SITE

A. Access road to the effluent disposal ponds via the Reclamation District No.

784 Levee patrol road shall be used only as designated on the contract plans. Prior to using the access road, the Contractor shall obtain approval and key from the Reclamation District and video tape the entire length of the access road located on the East levee of the Feather River (maintained and operated by Reclamation District No. 784) to verify preconstruction conditions (as recorded on the preconstruction video). The Contractor shall follow any directions, instruction and conditions provided by the Reclamation District No. 784 and the Owner for the use of Access Road.

The Contractor shall notify the City and Reclamation District No. 784 at (530) 822-7448 and (530) 742-0520 respectively.

3.2 TEMPORARY CROSSINGS

A. Temporary Bridges: Wherever necessary, the Contractor shall provide suitable

temporary bridges or steel plates over unfilled excavations, except in such cases as the Contractor shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges or steel plates, which written consent shall be delivered to the Construction Manager prior to excavation. All such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Site Access and StorageMARCH 2020

01550 - 2

jurisdiction in each case, and the Contractor shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required.

B. Street Use: Nothing herein shall be construed to entitle the Contractor to the

exclusive use of any public street, alleyway, or parking area during the performance of the Work hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. No street shall be closed to the public without first obtaining permission of the Construction Manager and proper governmental authority.

C. The Contractor shall remove traffic control devices when no longer needed,

repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade.

D. At a minimum the following elements should be included.

1. Haul routes minimizing truck traffic on local roadways shall be used to

the extent possible.

2. Access for emergency vehicles and other City vehicles should be provided at all times.

3. Construction trenches in streets should not be left open after work hours.

4. Conduct a pre-construction survey to document road conditions on all

construction routes to the project site. All construction traffic would be required to be within the legal posted road limits. If roads are damaged by excessive construction loads, then they would be repaired to a structural condition equal to that which existed before the construction activity.

3.3 CONTRACTOR'S WORK AND STORAGE AREA

A. Lands to be furnished by the City for construction operation, roads and other

purposes are indicated. Use of pond bottoms for staging is acceptable. Should the Contractor find it necessary to use any additional land for its staging and storage or for other purposes during the construction of the Work, it shall provide for the use of such lands at its own expense.

B. The Contractor shall be responsible for security on work and storage area. The City will not be held responsible for any damage or theft that occurs on the project site or storage areas

C. The Contractor shall construct and use a separate storage area for

hazardous materials used in constructing the Work.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Site Access and StorageMARCH 2020

01550 - 3

D. For the purpose of this paragraph, hazardous materials to be stored in the separate area are all products labeled with any of the following terms: Warning, Caution, Poisonous, Toxic, Flammable, Corrosive, Reactive, or Explosive. In addition, whether or not so labeled, the following materials shall be stored in the separate area: diesel fuel, gasoline, new and used motor oil, hydraulic fluid, cement, paints and paint thinners, two-part epoxy coatings, sealants, asphaltic products, glues, solvents, wood preservatives, sand blast materials, and spill absorbent.

E. Hazardous materials shall be stored in groupings according to the Material Safety

Data Sheets. F. The Contractor shall develop and submit to the City, a plan for storing and

disposing of the materials above. G. The Contractor shall obtain and submit to the City, a single EPA number for

wastes generated at the site. H. The separate storage area shall meet all the requirements of all authorities having

jurisdiction over the storage of hazardous materials. Such authorities are: Cal OSHA, AQMD, Sutter County Health Department, Regional Water Quality Control Board, and City.

I. All hazardous materials which are delivered in containers shall be stored in the

original containers until use. Hazardous materials which are delivered in bulk shall be stored in containers which meet the requirements of authorities having jurisdiction.

3.4 PARKING

A. The Contractor shall provide temporary parking areas as follows:

1. The Contractor shall direct its employees to park in staging areas

indicated. Traffic and parking areas shall be maintained in a sound condition, free of excavated material, construction equipment, mud, and construction materials. The Contractor shall repair breaks, potholes, low areas which collect standing water, and other deficiencies

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Protection of Work and Property MARCH 2020

Water Intake Access Road 01560 - 1

SECTION 01560

PROTECTION OF WORK AND PROPERTY

PART 1 – GENERAL

1.1 THE REQUIREMENT

A. The Work of this Section includes providing protection of the Work and public and private property in the area of the Site. 1.2 RELATED DOCUMENTS

A. The Drawings and Specifications, which include Special Provisions, apply to the work of this section. 1.3 PROTECTION OF WORK AND PROPERTY

A. The Contractor shall at all times, consistent with the ordinary and intended uses

of the right-of-way and adjoining parcels, conduct the Work and maintain the Site in a manner to:

1. Protect work in progress.

2. Protect existing public improvements and utilities.

3. Protect existing private improvements and private property.

B. The Contractor shall be solely and completely responsible for conditions at the

Site, including the safety of all persons and protection of all property during performance of the Work. This requirement will apply continuously and not be limited to normal working hours.

1.4 AFTER HOURS EMERGENCIES

A. The Contractor shall provide the City with the telephone numbers of one

superintendent and two appointed alternates for after hour emergencies. PART 2 – PRODUCTS 2.1 GENERAL

A. The Contractor shall furnish all signs, lights, barricades, barriers, railings and

enclosures including fencing to comply with the requirements specified herein.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Protection of Work and Property MARCH 2020

Water Intake Access Road 01560 - 2

PART 3 – EXECUTION 3.1 GENERAL

A. The Contractor shall schedule and conduct all operations to conform to the

requirements of these Special Provisions. B. As required or directed by the City, the Contractor shall regularly sweep, wash,

or otherwise clean streets and sidewalks to prevent the accumulation of dirt, loose rock, oil, debris or other deleterious material to prevent; nuisance dust; hazards to public vehicular and pedestrian traffic; damage to property; or the blockage or contamination of storm water collection facilities.

3.2 OBSTRUCTIONS/POTHOLING

A. Contractor’s attention is directed to the shallow depth of wastewater effluent

disposal pipelines within the project area. It shall be the Contractor’s responsibility to ascertain the exact location of underground improvements shown on the Drawings which may be uncovered during excavation. Contractor shall field verify and pothole existing facilities as required and notify the City of the actual location and depth of underground facility that are located prior to pipeline excavation to allow for modifications to alignment and profile, if necessary.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion/Sedimentation/Containment MARCH 2020

01568 - 1

SECTION 01568

EROSION CONTROL, SEDIMENTATION AND CONTAINMENT OF CONSTRUCTION MATERIALS

PART 1 – GENERAL

1.1 DESCRIPTION:

A. The Contractor shall provide all work and take all measures necessary to control

soil erosion resulting from construction operations, prevent flow of sediment from construction site, contain construction materials (including excavation and backfill) within protected working areas, and comply with the General Permit to Discharge Storm Water Associated with Construction Activity (Construction General Permit 2009-0009-DWQ) to prevent damage to any stream or wetland. The construction site primarily drains towards the site retention ponds and does not discharge from the site.

1.2 REFERENCE:

A. “Fact Sheet for NPDES General Permit for Storm Water Discharges

Associated with Construction Activity,” published by the State Water Resources Control Board (SWRCB).

B. “Stormwater Pollution Prevention Plan (SWPPP) and Water Pollution

Control Program (WPCP) Preparation” published by the California Department of transportation (CALTRANS).

C. “Waste Discharge Requirements (WDR) for Discharges of Storm Water

Runoff Associated with Construction Activity,” published by SWRCB. D. Title 6 of the California Administrative Code.

1.3 SUBMITTALS:

A. Contractor shall prepare and submit a Water Pollution Control Program (WPCP)

for Construction activities in accordance with References listed in Paragraph 1.2 herein and Section 01330 – Submittal Procedures.

B. At least one week after award, submit copy of WPCP to the City, for review.

1.4 QUALITY ASSURANCE:

A. Contractor shall comply with all provisions of References listed in Part 1.2

herein.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion/Sedimentation/Containment MARCH 2020

01568 - 2

B. Use acceptable procedures including use of water diversion structures, diversion ditches, settling basins, and sediment traps.

C. Operations restricted to areas of work indicated on drawings and areas which

must be entered for construction of temporary or permanent facilities. D. If construction materials are washed away during construction, remove

materials from fouled areas. E. Stabilize diversion outlets by means acceptable to the City.

F. The City has authority to limit surface area of erodible earth material exposed

by clearing and grubbing, excavation, borrow and fill operations and to direct immediate permanent or temporary pollution control measures to prevent contamination of any stream wetlands including construction of temporary berms, dikes, dam, sediment basins, sediment traps, slope drains, and use of temporary mulches, mats, or other control devices or methods as necessary to control erosion.

G. All seeding and hydro mulching shall be completed in late Fall before the first

significant rain event per Section 02270 “Erosion Control (Vegetative)”. PART 2 – PRODUCTS 2.1 WADDLES:

A. Waddles shall consist of straw, flax, or other similar materials that are rolled and wound into a tight tubular roll and placed on the face of slopes at regular intervals to intercept runoff, reduce its flow velocity, release the runoff sheet flow, and provide some removal of sediment from the runoff.

2.2 WOOD STAKES:

A. 24” by 24” by 1” tapered to a point. Wooden stakes shall be natural and not treated.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion/Sedimentation/Containment MARCH 2020

01568 - 3

PART 3 – EXECUTION 3.1 GENERAL:

A. No discharge of chemicals, fuels, lubricants, bitumen, raw sewage and other

harmful waste into or alongside any body of water or into natural or man-made channels is allowed.

3.2 INSTALLATION:

A. Install waddles or straw erosion checks in all locations surrounding base of all

deposits of stored excavated material outside of disturbed area, and where directed by the City.

B. Install checks immediately after site is cleared and before trench excavation.

Locate checks, surrounding stored material, approximately 1.8m (6 ft) from material.

C. Construct earth berms or diversions to intercept and divert runoff water from

critical areas. D. Discharge silt-laden water from excavation onto filter fabric mat and/or baled

hay or straw sediment traps to ensure that only sediment-free water is returned to watercourses.

E. Do not place excavated soil material adjacent to watercourse in manner that

will cause it to wash way by high water or runoff. F. Prevent damage to vegetation by excessive watering or silt accumulation in the

discharge area. G. Do not dump spoiled material into any streams, wetlands, surface waters, or

unspecified locations. H. Prevent indiscriminate, arbitrary, or capricious operation of equipment in

stream, wetlands or surface waters. I. Do not directly pump silt-laden water from trench or excavations into

surface waters, streams wetlands, or natural or man-made channels leading thereto. Treat silt-laden water by approved method, to reduce sediment to allowable levels.

J. Prevent damage to vegetation adjacent to outside of construction area limits.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion/Sedimentation/Containment MARCH 2020

01568 - 4

K. Do not dispose of trees, brush, debris, paints chemicals, asphalt products, concrete curing compounds, fuels, lubricants, insecticides, wash water from concrete trucks or hydro seeders, or any other pollutant in streams, wetlands, surface waters, or natural or man-made channels leading thereto, or unspecified locations.

L. Do not alter flow line of any stream unless indicated or specified.

M. Install the erosion control blanket as specified by the manufacturer.

3.3 CLEAN UP

A. Remove all fertilizer, seed and fiber bags and ties from the site and

dispose of at appropriate off-site facilities.

B. The Contractor shall not demobilize equipment from the site until the project is accepted as complete, unless the Contractor is directed otherwise in writing be the City.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Site Preparation MARCH 2020 02100 - 1

SECTION 02100 SITE

PREPARATION

PART 1 – GENERAL 1.1 THE REQUIREMENT

A. The work of this Section includes all those measures required during the

Contractor's initial move onto the site to protect existing fences, streets, and utilities from damage.

1.2 SITE INSPECTION

A. Prior to moving onto the project site, the Contractor shall visit and inspect the

site conditions and review maps of the existing site and facilities delineating the Owner's property and right-of-way lines.

1.3 PAYMENT

A. Payment for all work to be done under this section will be considered as included

in the bid item to which this work relates. No other compensation will be allowed by the City for site preparation.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION 3.1 CLEARING, GRUBBING, AND STRIPPING

A. All construction areas shall be cleared of grass and weeds to at least a depth of

three inches and cleared of structures, concrete or masonry debris, trees, logs, upturned stumps, loose boulders, and any other objectionable material (such as rubble, car parts and other river debris) of any kind which would interfere with the performance or completion of the Work, create a hazard to safety, or impair the Work's subsequent usefulness or obstruct its operation. Trees and other natural vegetation outside the actual lines of construction shall be protected from damage during construction, as directed herein and by the Owner.

B. Within the limits of clearing, the areas below the natural ground surface shall be

grubbed to a depth necessary to remove all stumps, roots, buried logs, and all other objectionable material. Avoid damage to any trees or vegetation including root systems within drip line designated to remain. Any other underground structures, debris or waste shall be totally removed if they are found on the site.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Site Preparation MARCH 2020 02100 - 2

All objectionable material from the clearing and grubbing process shall be removed from the site and disposed of in approved safe locations.

C. The entire area to be affected by construction shall be stripped to a depth of three

inches below the existing ground contours except within the drip line of trees to remain (i.e. no stripping shall occur within the drip line of trees not marked for removal). The stripped materials shall be stockpiled and incorporated into landscaped areas or other non-structural embankments.

D. Unless otherwise shown or specified, native trees larger than three inches in

diameter at the base shall not be removed without the City's approval. The removal of any trees, shrubs, fences, or other improvements outside of rights-of-way as deemed necessary by the Contractor, shall be arranged with the City, and be removed and replaced, at no additional cost to the City. Remove only trees designated for removal.

3.2 OVER EXCAVATION, REGRADING, AND BACKFILL UNDER FILL

AREAS

After the fill areas have been cleared, grubbed, and excavated, the areas to receive fill will require over excavation, regrading, and backfill, consisting of the removal and/or stockpiling of undesirable soils. The ground surface shall be recontoured for keying the fill and removing severe or abrupt changes in the topography of the site by the Contractor.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Watering MARCH 2020 02103 - 3

SECTION 02103 WATERING

PART 1 – GENERAL 1.1 DESCRIPTION

A. The work of this section consists of furnishing, hauling, and applying water

required for compaction of embankments, backfills, subgrade, and base course, and for landscaping, dust control, and other construction operations. Contractor shall make arrangements for an offsite water source.

1.2 PAYMENT

A. Payment for all work to be done under this section will be considered as included

in the bid item to which this work relates. No other compensation will be allowed by the City for watering.

PART 2 – PRODUCTS

2 .1 WATER

A. Free of debris, organic matter, and other objectionable substances.

PART 3 – EXECUTION

3 .1 WATER TRUCK

A. At least 1,000-gallon capacity.

B. Keep at least one water truck on site at all times, unless the City approves

removal of the truck from the site before final completion.

3 .2 APPLICATION A. Use pressure type distributors or a pipeline equipped with sprinkler system.

Provide City approved meter devices near points of discharge. B. Ensure a uniform application of water for optimum moisture content.

Avoid excessive runoff and minimize water waste. C. If overwatering occurs, de-water at no additional expense to the City.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 1

SECTION 02200 EARTHWORK

PART 1 – GENERAL

1.1 THE REQUIREMENT

A. The Contractor shall perform all earthwork indicated and required for construction of the Work, complete and in place, in accordance with the Contract Documents.

1.2 CONTRACTOR SUBMITTALS

A. The Contractor's attention is directed to the provisions for "Shoring and Bracing

Drawings" in Section 6705 of the California Labor Code. The Contractor, prior to beginning any trench or structure excavation 5 feet deep or over, shall submit to the Owner and shall be in receipt of the Owner's written acceptance of the Contractor's detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, or other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. If such plan varies from the shoring system standards established in the Construction Safety Orders of the State of California, such alternative systems plans shall be prepared by a civil or structural engineer licensed in the State of California.

B. The Contractor shall submit samples of all materials proposed to be used in the

work in accordance with the requirements in Section 01330 – Submittal Procedures. Sample sizes shall be as determined by the testing laboratory.

1.3 PAYMENT

A. Payment for all work to be done under this section will be considered as included

in the bid item to which this work relates. No other compensation will be allowed by the City.

PART 2 – PRODUCTS

2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS

A. General: Fill, backfill, and embankment materials shall be suitable selected

or processed clean, fine earth, rock, or sand, free from grass, roots, brush, or other vegetation.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 2

B. Fill and backfill materials to be placed within 6 inches of any structure or pipe shall be free of rocks or unbroken masses of earth materials having a maximum dimension larger than 3 inches.

C. Suitable Materials: Materials not defined as unsuitable below are defined as

suitable materials and may be used in fills, backfilling, and embankment construction subject to the indicated limitations. In addition, when acceptable to the Owner, some of the material listed as unsuitable may be used when thoroughly mixed with suitable material to form a stable composite.

D. Suitable materials may be obtained from on-site excavations, may be

processed on-site materials, or may be imported. If imported materials are required by this Section, or to meet the quantity requirements of the project, the Contractor shall provide the imported materials at no additional expense to the Owner, unless a unit price item is included for imported materials in the bidding schedule.

E. The following types of suitable materials are defined:

1. Type A (Not used).

2. Type B (Embankment Fill Material): Imported embankment fill material

shall be free of organic or other deleterious material, non- plastic and with a maximum particle size of 3 inches. The material shall meet the following requirements:

Embankment Fill Requirement

Test Procedures

ASTM1 Caltrans2

Gradation C 136 202

Sieve Size Percent Passing3

3 inch 100 3/4 inch 70-100 No. 4 50-100 No. 50 30-100 No. 200 20-70

Plasticity Liquid Limit Plasticity Index3

<40 0-20 D 4318 204

Organic Content Less than 4% D 2974 ---

1American Society for Testing and Materials Standards (latest edition) 2State of California, Department of Transportation, Standard Test Methods (latest edition) 3US Army Corps of Engineers Levee Construction Manual

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 3

3. Type C (sand backfill): Sand with 100 percent passing a 3/8-inch sieve, at least 90 percent passing a Number 4 sieve, and a sand equivalent value not less than 30.

4. Type D: Not used.

5. Type E: Not used.

6. Type F (Coarse Drain rock): Crushed rock or gravel meeting the

following gradation requirements:

Sieve Size Percentage Passing

2-inch 100

1-1/2-inch 90 – 100

1-inch 20 – 55

3/4-inch 0 – 15

No. 200 0 – 3

7. Type G (aggregate base): Crushed rock aggregate base material of such nature that it can be compacted readily by watering and rolling to form a firm, stable base for pavements. At the option of the Contractor, the grading for either the 1 1/2 inch maximum size or 3/4-inch maximum size gradation shall be used. The sand equivalent value shall be not less than 22, and the material shall meet the following gradation requirements:

Sieve Size

Percentage Passing

1-1/2-inch Max. Gradation

3/4-inch Max. Gradation

2-inch 100 –

1-1/2-inch 90 – 100 –

1-inch – 100

3/4-inch 50 – 85 90 – 100

No. 4 25 – 45 35 – 55

No. 30 10 – 25 10 – 30

No. 200 2 – 9 2 – 9

8. Type H (Graded Drain rock): Drain rock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 4

uniformly graded and shall meet the following gradation requirements:

Sieve Size Percentage Passing

1-inch 100

3/4-inch 90 – 100

3/8-inch 40 – 100

No. 4 25 – 40

No. 8 18 – 33

No. 30 5 – 15

No. 50 0 – 7

No. 200 0 – 3

The drain rock shall have a sand equivalent value not less than 75.

9. Type I: Any other suitable material as defined herein. Native berm material may be used, properly moisture conditioned, in berm reconstruction. Native pond bottom material shall not be used in berm reconstruction.

10. Type J: Not used.

11. Type K (topsoil): Stockpiled topsoil material which has been obtained at

the site by removing soil to a depth not exceeding 1 foot. Removal of the topsoil shall be done after the area has been stripped of vegetation and debris.

12. Type L: Not used.

13. Type M: Not used.

14. Type N: Not used.

2.2 UNSUITABLE MATERIAL

A. Unsuitable materials include the materials listed below:

1. Soils which, when classified under ASTM D2487 - Classification of Soils

for Engineering Purposes, fall in the classifications of Pt, OH, CH, MH, or OL.

2. Soils which cannot be compacted sufficiently to achieve the density

specified for the intended use.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 5

3. Materials that contain hazardous or designated waste materials including petroleum hydrocarbons, pesticides, heavy metals, and any material which may be classified as hazardous or toxic according to applicable regulations.

4. Soils that contain greater concentrations of chloride or sulfate ions, or

have a soil resistivity or pH less than the existing on-site soils.

5. Topsoil, except as allowed below. 2.3 USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES

A. The Contractor shall use the types of materials as designated herein for all

required fill, backfill, and embankment construction hereunder. B. Where these Specifications conflict with the requirements of any local agency

having jurisdiction or with the requirements of a pipe material manufacturer, the Owner shall be immediately notified. In case of conflict between types of pipe embedment backfills, the Contractor shall use the agency-specified backfill material if that material provides a greater degree of structural support to the pipe, as determined by the Owner. In case of conflict between types of trench or final backfill types, the Contractor shall use the agency-specified backfill material if that material provides the greater in-place density after compaction.

C. Fill and backfill types shall be used in accordance with the following

provisions:

1. Roadway engineered fills shall be constructed of native Type I or imported Type A material to roadway base course subgrade.

2. Embankment fills to repair wastewater pond berms shall be

constructed of native material generated from the site that meets the type B requirements. This does not include poorly graded sandy materials. The Owner’s inspector will need to review and approve the material to be used.

3. Pipe zone backfill for CMP culverts, as defined under "Pipe and

Utility Trench Backfill" below, shall consist of Type G material.

3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shall be Type I backfill material or any of Types A through H backfill materials.

4. Final backfill material for pipelines under paved areas, as defined under

"Pipe and Utility Trench Backfill" shall be Type G backfill material. Final backfill under areas not paved shall be the same material as that used

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 6

for trench backfill, except that Type K material

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 7

shall be used for final backfill in agricultural areas unless otherwise indicated.

5. Type K topsoil material derived from stripping shall not be used.

6. Aggregate base materials under pavements shall be Type G

material constructed to the thicknesses indicated.

7. Backfill around structures shall be Type I material, or Types A through Type H materials, or any mixture thereof, except as shown.

8. Backfill materials beneath structures shall be Type G or H material.

9. Backfill used to replace pipeline trench over-excavation shall be a layer

of Type F material enveloped in filter fabric to prevent migration of fines for wet trench conditions or the same material as used for the pipe zone backfill if the trench conditions are not wet.

10. Filter fabric shall be per Section 02271 – Filter Fabric.

2.4 MATERIALS TESTING

A. All soils testing of samples submitted by the Contractor will be done by a

testing laboratory of the Owner’s approval and at the Contractor’s expense. At its discretion, the Owner may request that the Contractor supply samples for testing of any material used in the work.

B. Particle size analysis of soils and aggregates will be performed using ASTM

D422 - Method for Particle-Size Analysis of Soils. C. Determination of sand equivalent value will be performed using ASTM

D2419 - Test Method for Sand Equivalent Value of Soils and Fine Aggregate.

D. Unified Soil Classification System: References in this Section to soil

classification types and standards shall have the meanings and definitions indicated in ASTM D2487. The Contractor shall be bound by all applicable provisions of said ASTM D2487 in the interpretation of soil classifications.

E. The testing for chloride, sulfate, resistivity, and pH will be done in

accordance with California Test Methods 532 and 643 of the California Department of Transportation.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 8

PART 3 – EXECUTION 3.1 EXCAVATION – GENERAL

A. General: Except when specifically provided to the contrary, excavation shall include the

removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the WORK. The removal of said materials shall conform to the lines and grades indicated or ordered. Unless otherwise indicated, the entire construction site shall be stripped of all vegetation and debris, and such material shall be removed from the site prior to performing any excavation or placing any fill. The Contractor shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable State safety requirements and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926).

B. Removal and Exclusion of Water: The Contractor shall remove and exclude water,

including storm water, groundwater, irrigation water, and wastewater, from all excavations. Dewatering wells, well points, sump pumps, or other means shall be used to remove water and continuously maintain groundwater at a level at least two feet below the bottom of excavations before the excavation work begins at each location. Water shall be removed and excluded until backfilling is complete and all field soils testing has been completed.

3.2 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION

A. Notification of Engineer: The Contractor shall notify the Engineer at least 3 days in

advance of completion of any structure excavation and shall allow the Owner a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials.

3.3 PIPELINE AND UTILITY TRENCH EXCAVATION

A. Over-Excavation: Over-excavation less than 6 inches below the limits on the Drawings

shall be done at no increase in cost to the Owner. When the over- excavation ordered by the Owner is 6 inches or greater below the limits shown, or wider, additional payment will be made to the Contractor. Said additional payment will be made under separate unit price bid items for over-excavation if such bid items have been established; otherwise payment will be made in accordance with a negotiated price.

B. Where pipelines are to be installed in embankments, fills, or structure backfills, the fill

shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 9

C. If a moveable trench shield is used during excavation operations, the trench width shall be wider than the shield so that the shield is free to be lifted and then moved horizontally without binding against the trench sidewalls. If the trench walls cave in or slough, the trench shall be excavated as an open excavation with sloped sidewalls or with trench shoring, as indicated and as required by the pipe structural design.

3.4 OVER-EXCAVATION NOT ORDERED OR INDICATED

A. Any over-excavation carried below the grade ordered or indicated, shall be

backfilled to the required grade with the indicated material and compaction. Such work shall be performed by the Contractor at no additional cost to the Owner.

3.5 EXCAVATION IN VICINITY OF TREES

A. Except where trees are indicated to be removed, trees shall be protected from injury

during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the Owner. Trees shall be supported during excavation by any means previously reviewed by the Owner.

3.6 DEEP RIPPING

A. After the bottom of the ponds have been graded level and after the completion of all

construction activities at the bottom of the Ponds, the contractor shall rip the surface 6 feet with a with a single “Shovel Head” tine at 10 foot on center with two passes at 90 degrees to each other. After the ripping is completed the surface shall be disked with two passes at 90 degrees to each other.

3.7 BACKFILL – GENERAL

A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be

placed around nor upon any structure until the concrete has attained sufficient strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed.

B. Except for drain rock materials being placed in over-excavated areas or trenches, backfill

shall be placed after all water is removed from the excavation, and the trench sidewalls and bottom have been dried to a moisture content suitable for compaction.

3.8 PLACING AND SPREADING OF BACKFILL MATERIALS

A. Backfill materials shall be placed and spread evenly in layers. When compaction is

achieved using mechanical equipment, the layers shall be evenly spread so that when compacted each layer shall not exceed 6 inches in thickness.

B. During spreading, each layer shall be thoroughly mixed as necessary to promote

uniformity of material in each layer. Pipe zone backfill materials shall be manually

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 10

spread around the pipe so that when compacted the pipe zone backfill will provide uniform bearing and side support.

C. Where the backfill material moisture content is below the optimum moisture

content, water shall be added before or during spreading until the proper moisture content is achieved.

D. Where the backfill material moisture content is too high to permit the specified

degree of compaction the material shall be dried until the moisture content is satisfactory.

3.9 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS

A. Each layer of Types A, B, C, G, H, I, and K backfill and engineered fill materials as

defined herein, where the material is graded such that at least 10 percent passes a No. 4 sieve, shall be mechanically compacted to the indicated percentage of density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content.

B. Each layer of Type E, F, and J backfill materials shall be compacted by means of at least

2 passes from a flat plate vibratory compactor. When such materials are used for pipe zone backfill, vibratory compaction shall be used at the top of the pipe zone or at vertical intervals of 24 inches, whichever is the least distance from the subgrade.

C. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a

horizontal distance equal to the depth of the fill at that time. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations.

D. Backfill around and over pipelines that is mechanically compacted shall be compacted

using light, hand operated, vibratory compactors and rollers. After completion of at least two feet of compacted backfill over the top of pipeline, compaction equipment weighing no more than 8,000 pounds may be used to complete the trench backfill.

E. Compaction Requirements: The following compaction test requirements shall be in

accordance with ASTM D1557 - Laboratory Compaction Characteristics of Soils Using Modified Effort (56,000 ft - lbf/ft3) (2,700 kN-m/m3) for Type A, B, C, G, H, I, K, M, and N materials and in accordance with ASTM D4253 - Test Methods for Maximum Index Density of Soils Using a Vibratory Table, and D4254 - Test Methods for Maximum Index Density of Soils and Calculation of Relative Density, for Type B, E, F, and J materials. Where agency or utility company requirements govern, the highest compaction standards shall apply.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 11

Location or Use of Fill

Percentage of Maximum Density

Pipe embedment backfill for flexible pipe.

90

Pipe bedding and over-excavated zones under bedding for flexible pipe, including trench plugs.

90

Pipe bedding and over-excavated zones under bedding for rigid pipe.

90

Final backfill, beneath paved areas or structures.

95

Final backfill, not beneath paved areas or structures.

90

Trench zone backfill, beneath paved areas and structures, including trench plugs.

90

Trench zone backfill, not beneath paved areas or structures, including trench plugs.

90

Embankment and engineered fills. 90

Embankments and fills beneath paved areas or structures.

95

Backfill and fill around structures on reservoir or structure roof.

90

Topsoil (Type K material) 80

Aggregate base (Type G material) 95

3.10 NOT USED

3.11 NOT USED 3.12 NOT USED

3.13 PIPE AND UTILITY TRENCH BACKFILL A. Pipe Zone Backfill:

1. The pipe zone is defined as that portion of the vertical trench cross- section

lying between a plane below the bottom surface of the pipe and a plane at a point above the top surface of the pipe as indicated. The bedding is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The embedment is defined as that

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 12

portion of the pipe zone backfill material between the bedding and a level line as indicated.

2. After compacting the bedding, the Contractor shall perform a final trim

using a string line for establishing grade, such that each pipe

section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. Excavation for pipe bells and welding shall be made as required.

3. The pipe zone shall be backfilled with the indicated backfill material. The

Contractor shall exercise care to prevent damage to the pipeline coating, cathodic bonds, and the pipe itself during the installation and backfill operations.

4. If a moveable trench shield is used during backfill operations the shield

shall be lifted to a location above each layer of backfill material prior to compaction of the layer. The Contractor shall not displace the pipe or backfill while the shield is being moved.

B. Trench Zone Backfill: After the pipe zone backfills have been placed,

backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross-section lying as indicated between a plane above the top surface of the pipe and a plane at a point 18 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade.

C. Final Backfill: Final backfill is all backfill in the trench cross-sectional area

within 18 inches of finished grade, or if the trench is under pavement, all backfill within 18 inches of the roadway subgrade.

3.14 FILL AND EMBANKMENT CONSTRUCTION

A. The area where a fill or embankment is to be constructed shall be cleared of all

vegetation, roots and foreign material. Following this, the surface shall be moistened, scarified to a depth of 8 inches, and rolled or otherwise mechanically compacted. Embankment and fill material shall be placed and spread evenly in approximately horizontal layers. Each layer shall be moistened or aerated, as necessary. Unless otherwise approved by the Owner, each layer shall not exceed 8 inches of compacted thickness. The embankment, fill, and the scarified layer of underlying ground shall be compacted to 95 percent of maximum density under structures and paved areas, and 90 percent of maximum density elsewhere.

B. When an embankment or fill is to be made and compacted against hillsides or

fill slopes steeper than 4:1, the slopes of hillsides or fills shall be horizontally benched to key the embankment or fill to the underlying ground. A minimum of 12 inches normal to the slope of the hillside or fill shall be removed and re-

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 13

compacted as the embankment or fill is brought up in layers. Material thus cut shall be re-compacted along with the new

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Earthwork MARCH 2020

REPAIRS 02200 - 14

material at no additional cost to the Owner. Hillside or fill slopes 4:1 or flatter shall be prepared in accordance with Paragraph A, above.

C. Where embankment or structure fills are constructed over pipelines, the first 4

feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe. Heavy construction equipment shall maintain a minimum distance from the edge of the trench equal to the depth of the trench until at least 4 feet of fill over the pipe has been completed.

3.15 FIELD TESTING

A. General: All field soils testing will be done by a testing laboratory of the

Owner's approval at the Contractor's expense except as indicated below. B. Where soil material is required to be compacted to a percentage of maximum

density, the maximum density at optimum moisture content will be determined in accordance with Method C of ASTM D1557. Where cohesionless, free draining soil material is required to be compacted to a percentage of relative density, the calculation of relative density will be determined in accordance with ASTM D4253 and D4254. Field density in- place tests will be performed in accordance with ASTM D1556 - Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method, ASTM D2922 - Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth), or by such other means acceptable to the Owner.

C. In case the test of the fill or backfill show non-compliance with the required

density, the Contractor shall accomplish such remedy as may be required to insure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the Owner and shall be at no additional cost to the Owner.

D. The Contractor shall provide test trenches and excavations including excavation,

trench support, and groundwater removal for the Owner’s field soils testing operations. The trenches and excavations shall be provided at the locations and to the depths required by the Owner. All Work for test trenches and excavations shall be provided at no additional cost to the Owner.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Trenching MARCH 2020

REPAIRS 02203 - 1

SECTION 02203 TRENCHING

Part 1 – General 1.1 TRENCHING Trenching operations shall include cutting of pavement, trench excavation, disposal of excess materials, removal of obstructions, bracing and shoring, bedding of pipe, backfilling, compacting, and placing of temporary and permanent street pavement restoration.

1.2 LEGAL REQUIREMENTS Prior to commencement of trenching or excavating operations, the Contractor on this project shall have complied with all applicable provisions of Title 8 of the California Administrative Code and all applicable requirements of the Labor Code of the State of California, including:

a. Section 6705 of the Labor Code which requires that, prior to starting

excavation of any trench five feet (5’) or more in depth, the Contractor submit for the Engineer’s approval, plans for trench shoring or protection he proposes to use in performing the trenching and pipe installations in this contract; and

b. Section 6500 of the Labor Code which requires that the Contractor obtain a

permit for trenching operations from the State Division of Occupational Safety and Health prior to any trench work in trenches or excavations over five feet (5’) deep.

This section shall also apply to any person doing work in accordance with any permit issued by the City.

1.2 PAYMENT Full compensation for trench excavation and backfill as herein specified including all equipment, labor, materials, dewatering, special traffic considerations and safety measures required shall be included in the lump sum, grades, and types of pipes and conduits listed in the Proposal and no additional compensation will be allowed therefor; except that when a separate bid item is provided for shoring, the lump sum price bid therefor shall be full compensation for furnishing, installing, and maintaining adequate sheeting, shoring, and bracing or equivalent method for protection of life or limb which conform to applicable safety orders; and except that when a separate bid item is provided for CDF, the price per cubic yard shall be full compensation for furnishing, installing, and protecting the Controlled Density Fill in lieu of backfill with sand or native material and placing Class 2 aggregate base.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Trenching MARCH 2020

REPAIRS 02203 - 2

PART 2 – PRODUCTS

2.1 Bedding Unless otherwise indicated on the drawings or in the Special Provisions, the pipe shall be placed on a firm, prepared bed of three-quarter inch (¾”) maximum crushed rock. The ¾” maximum crushed rock shall have at least one fractured face and shall be in accordance with ASTM D 448 and meet the following gradation:

Sieve Size Percent Passing 3/4” 90 to 100 3/8” 20 to 55 No. 4 0 to 10 No. 8 0 to 5

Bedding shall extend at least four inches (4”) below the pipe barrel or as indicated on

the plans. The pipe shall be bedded uniformly throughout its length to a bearing width of at least sixty percent (60%) of the pipe’s internal diameter.

2.3 Initial Backfill See City Standard Details and pipe sections for specific backfill requirements for storm drain construction, sewer main construction, and water main construction, respectively.

PART 3 – EXECUTION

3.1 Trench Width The maximum clear width of the trench, measured at the horizontal diameter of the pipe and at one foot (1’) above the top of the pipe, shall not be more than the outside diameter of the pipe, plus one foot (1’).

If such trench width is exceeded for any reason, the Contractor shall provide, at his

own expense, improved bedding conditions, as approved by the Engineer, to meet the load requirements of the changed conditions.

3.2 Cutting of Pavement When the trench is in an existing paved area, the pavement shall be sawed on neat lines parallel and equidistant from the trench centerline. Pavement between the lines shall be broken and removed immediately ahead of the trenching operations.

3.3 Bracing and Shoring To ensure the safety of workmen and to protect and facilitate the work, sufficient bracing and shoring shall be installed in all excavations. The bracing and shoring shall comply with rules,

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Trenching MARCH 2020

REPAIRS 02203 - 3

orders, and regulations of the California Division of Industrial Safety. Failure to comply with any of the above-mentioned rules, orders, and regulations shall be sufficient cause for, but shall not place any responsibility upon, the Engineer to immediately suspend the work. The Contractor shall be responsible for the adequacy of all shoring and bracing and compliance with law, and failure of the Engineer to suspend the work or notify the Contractor of the inadequacy of the shoring or bracing or non-compliance with law shall not relieve the Contractor of this responsibility.

Insofar as possible, sheeting shall not extend below the top of the pipe barrel. All

sheeting, timbering, lagging and bracing shall, unless otherwise required by the Engineer, be removed during backfilling, and in such a manner as to prevent any movement of the ground or damage to the piping or to the other structures. When the Engineer requires that sheet piling, lagging and bracing be left in place, such materials shall be cut off where designated and the upper part withdrawn. If steel sheet piling is utilized, it may be withdrawn, with compacting of backfill to proceed as piling is removed.

3.4 Maximum Length of Trench Open At end of each working day, there shall be no more than three hundred feet (300’) of open trench in unimproved areas or fifty feet (50’) in paved areas, excluding manhole excavations, unless otherwise authorized by the Engineer. The remainder of the trench shall be backfilled and compacted, and when in streets, opened to traffic as soon as possible. The maximum length of trench open for cast-in-place concrete pipe, if allowed, shall be as specified in Section 14 of these Special Provisions. Contractor shall provide protective barrier approved by the Engineer around open trench when left unattended.

Steel plate bridging, if used, shall be steel plate designed for HS20-44 truck loading per the Caltrans Bridge Design Specifications Manual. The permittee shall maintain on the steel plate a non-skid surface having a minimum coefficient of friction equivalent to 0.35 as determined by California Test Method 342.

Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of two (2) dowels pre-drilled into the corners of the plate and drilled two inches (2”) into the pavement. Subsequent plates are butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope eight and one-half percent (8.5%) with a minimum twelve-inch (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry or an equivalent slurry satisfactory to the City’s representative.

The Contractor shall be responsible for maintenance of the steel plates, shoring, and

asphalt concrete ramps. Unless specifically noted in the provisions of the permit, steel plate bridging should

not exceed four (4) consecutive working days in any given week. Backfilling of excavations shall be covered with a minimum three inch (3”) temporary layer of cold asphalt concrete, compacted in place using a vibrating roller or vibroplate.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Trenching MARCH 2020

REPAIRS 02203 - 4

The following table shows the required minimal thickness of steel plate bridging required for a given trench width:

Trench Width Minimum Plate Thickness 1.0’ 1/2” 1.5’ 3/4” 2.0’ 7/8” 3.0’ 1” 4.0’ 1 - 1/4”

Note: For spans greater than 4 feet, a structural design shall be prepared by a registered civil engineer and approved by the City.

3.5 Special Foundation Treatment Whenever the bottom of the trench is soft or rocky or, in the opinion of the Engineer, otherwise unsuitable as a foundation for the pipe, the unsuitable material shall be removed to a depth such that when replaced with imported crushed rock or gravel, it will provide a stable and satisfactory foundation. Unless otherwise directed by the Engineer, the imported crushed rock or gravel shall be graduated so that one hundred (100%) percent will pass the 3/4 inch sieve and not more than ten (10%) percent will pass the No. 8 sieve. No additional payment will be made for such foundation treatment.

3.6 Restoration of Surfacing

a. Restoration of surfacing shall conform to the requirements of the Plans, these Special Provisions, and applicable portions of the Standard Specifications. Permanent asphalt paving material shall be Type B, ½” maximum gradation, with PG 64-10 penetration type asphalt.

b. Where Type A or C trench restoration is required, the trench shall be

temporarily patched prior to opening for traffic using either a cold mix asphalt or other material approved by the Engineer. This surfacing shall be maintained in good condition until replaced with permanent paving. Not less than thirty (30) calendar days after placement of temporary paving, it shall be removed, the trench edges neatly trimmed, and the permanent paving shall be placed.

c. Other types of trench restoration shall be temporarily patched with cold mix

asphalt prior to opening to traffic and completed within fourteen (14) calendar days of initial trench opening, or within twenty-one (21) calendar days if located more than three feet (3’) from a traveled way.

d. If CDF is used, Type A, B, and C trenches require a minimum of seven (7)

days without traffic loads prior to permanent paving. After seven (7) days and prior to permanent paving, the trench shall be temporarily patched with a minimum of one inch (1”) cold mix asphalt and compacted in place using a vibrating roller or vibroplate.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Trenching MARCH 2020

REPAIRS 02203 - 5

e. Nothing herein shall be considered to modify the provisions of Section 6.03,

Time for Completion.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Aggregate Base MARCH 2020 02232 - 1

SECTION 02232 AGGREGATE BASE

PART 1 – GENERAL 1.1 DESCRIPTION

A. This work consists of furnishing, spreading, and compacting aggregate base

in accordance with Section 26 of the Caltrans Standard Specifications. 1.2 PAYMENT

A. Payment for all work to be done under this section will be considered as included

in the bid item to which this work relates. No other compensation will be allowed by the City.

PART 2 – PRODUCTS

2.1 AGGREGATE BASE A. Class 2, 3/4-inch maximum.

B. Submit certificate of compliance from aggregate base supplier or other

approved proof of compliance with contract requirements for aggregate base material to the City.

PART 3 – EXECUTION

3.1 AGGREGATE BASE A. Spread the aggregate uniformly in conformance with Section 26-1.04 of the

Caltrans Standard Specifications. B. Compaction of aggregate base shall be in conformance with Section 26-

1.05 of the Caltrans Standard Specifications.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion Control (Vegetative)MARCH 2020

02270 - 7

SECTION 02270 EROSION CONTROL (VEGETATIVE)

PART 1 – GENERAL 1.1 THE REQUIREMENT

A. The Contractor shall provide all labor, materials, and equipment for seeding of

all disturbed areas on the site not surfaced with other stable materials, including embankment slopes, disturbed areas and areas occupied by the Contractor during construction.

1.2 CONTRACTOR SUBMITTALS

A. The Contractor shall submit the following in accordance with Section

01300 – Contractor Submittals

1. A signed certification from each source of supply for each material indicating that the material meets the Specification requirements.

1.3 PAYMENT A. Payment for all work to be done under this section will be considered as included

in the bid item to which this work relates. No other compensation will be allowed by the City.

PART 2 – PRODUCTS 2.1 SEEDING

A. Hydro mulch Seeding Mixture: Minimum, 85% germination.

1. Erosion Control Seed Mix: Apply mixture at the rate of 50 pounds per

acre. The seed mix shall be as follows:

a. Blando Brome 20 lbs/acre b. Annual Rye Grass 10 lbs/acre c. Inoculated Clover 20 lbs/acre

2. Fertilizer: Commercial fertilizer with the following guaranteed chemical analysis:

a. Nitrogen 16% b. Phosphoric Acid 20%

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion Control (Vegetative)MARCH 2020

02270 - 8

c. Water Soluble Potash 0%

3. Soil Stabilizing Agent: A mixture of 100% organic, water soluble alginic acids derived from cold water kelps.

4. Fiber: Green colored, fibrous, wood cellulose mulch containing no growth

or germination inhibiting factors and manufactured in such a manner that after addition and agitation in slurry tanks with fertilizer, seed, water and other approved additives, the fibers in the material will become uniformly suspended to form a homogenous slurry; and that when hydraulically sprayed on the ground, the material will form a blotter-like ground cover impregnated uniformly with seed; and which after application, will allow the absorption of moisture and allow the rainfall to percolate to the underlying soil

5. Apply the slurry at the minimum rate of 500 lbs/acre unless otherwise

recommended by the manufacturer. Cellulose shall be certified to indicate that laboratory and field testing of the product has been accomplished and that it meets all of the foregoing requirements based on testing. Weight specifications of this material from suppliers and for all application shall refer only to air dry weight of the fiber material.

6. Absolute air-dry weight is based on the normal standards of the

Technical Association of the Pulp and Paper Industry for wood cellulose and is considered equivalent to 10% moisture. Each package of the cellulose fiber shall be marked by the manufacturer to show the air-dry weight content.

7. Water: Clean potable water shall be added to the slurry mixture in

sufficient amount to spread uniformly the required quantity of hydromulch solids (approximately 3,000 gallons per acre).

PART 3 – EXECUTION 3.1 SEEDING

A. Preparation of Slopes:

1. Dress and grade the slopes to provide a uniform surface and slope. Loosen

the top three inches of compacted fill slopes.

2. Thoroughly water the slopes for one week prior to seeding. Take care not to cause erosion of otherwise damage the slope profile and integrity.

B. Hydromulch Seeding Installation

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion Control (Vegetative)MARCH 2020

02270 - 9

1. Apply erosion control seed mix at the rate of 50 pounds per acre incorporated with the hydromulch materials and fertilizer as required to all areas indicated.

2. Equipment: Use hydraulic equipment for the application of the fertilizer,

seed, and slurry of prepared wood pulp of the type approved by the City. This equipment shall have a built-in agitation system and operating capacity sufficient to agitate, suspend and homogenously mix a slurry containing up to 40 pounds of fiber plus combined total of 70 pounds fertilizer solids for each 100 gallons of water. The slurry distribution lines shall be large enough to prevent stoppage and equipped with a set of hydraulic spray nozzles which will provide a continuous non-fluctuating discharge and delivery of the slurry of the prescribed quantities uniformly, without misses, waste, or erosion. The slurry tank shall have a minimum capacity of 1,000 gallons and be mounted on a traveling unit, which may be either self-propelled or drawn with a separate unit, that will place the slurry tank and spray nozzles within sufficient proximity to the areas to be seeded so as to provide uniform distribution. The City may favorably review equipment with smaller tank capacity provided that the equipment has the necessary agitation system and sufficient pump capacity to spray the slurry in a uniform coat.

C. Preliminary Inspection: Notify the City 48 hours in advance of all seeding.

Inspection and favorable review of completed work shall begin the plant establishment period.

D. Plant Establishment Maintenance

1. General plant maintenance shall immediately follow seeding and

continue until seeded areas are 85% germinated and covered with acceptable stands of grass and clover.

2. Protect areas against all damage, including erosion and trespass, and

provide proper safeguards. Maintain and keep in good repair all temporary barriers erected to prevent trespassing. Check all barrier and temporary fencing daily, and make immediate repairs or replacements.

3. Repair all damage to seeded areas.

E. Final Inspection and Acceptance: Final inspection will be conducted upon

completion of maintenance, replacements and corrective work. Five (5)

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Erosion Control (Vegetative)MARCH 2020

02270 - 10

days’ notice shall be given. If project improvements, corrective work, and maintenance have not been performed as specified and to the satisfaction of the City, maintenance shall continue at Contractor’s expense until such time as work has been successfully completed. F. Guarantee and Replacement

1. Guarantee all planting to be in a healthy, thriving condition until the end

of the maintenance period or beyond that time until active growth is evident and for one year from date of acceptance.

2. Replace all seeded areas not in vigorous condition as soon as directed by

City. Seed mixture used for replacement must be of the same kind and quantity as specified in this section.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Filter Fabric MARCH 2020 02271 -

SECTION 02271 FILTER FABRIC

PART 1 – GENERAL 1.1 DESCRIPTION

A. Engineering fabrics shall consist of fabric conforming to the requirements of this

section. 1.2 QUALITY ASSURANCE

A. A Certificate of Compliance for each type of engineering fabric shall be

furnished to the City in accordance with Section 6-1.07 of the CalTrans Standard Specifications.

1.3 PAYMENT

A. Payment for all work to be done under this section will be considered as included in the bid item to which this work relates. No other compensation will be allowed by the City.

PART 2 – PRODUCTS

2.1 FILTER FABRIC

A. Filter fabric shall be Mirafi 500X, Propex 2006, or equal.

B. Filter fabric shall be manufactured from one or more of the following

materials: polyester, nylon, polypropylene, or any combination thereof. C. Filter fabric shall be woven, shall not act as a wicking agent, shall be

permeable, and shall conform to the following:

Characteristic Weight, Ounces

ASTM Designation Requirement

Per Square Yard D5261 4.0 Minimum

Grab Tensile Strength (1-Inch Grip) Pounds

D4632

200 Minimum (In Each Direction)

Elongation, Percent

D4632 10 Minimum

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Filter Fabric MARCH 2020 02271 -

UV Resistance (at 500 hours), percent

D4355

70

D. Filter fabric shall be furnished in an appropriate protective cover which shall protect it from ultraviolet radiation and from abrasion due to shipping and handling.

PART 3 – EXECUTION

3.1 FILTER FABRIC

A. The subgrade to receive the filter fabric, immediately prior to placing, shall

conform to the compaction and elevation required for the material involved and shall be free of loose or extraneous material and sharp objects that may damage the filter fabric during installation.

B. Filter fabric shall be handled and placed in accordance with the

manufacturer’s recommendations. C. The fabric shall be stretched, aligned, and placed in a wrinkle-free

manner. D. Adjacent borders of the fabric shall be overlapped from 12 to 18 inches or

stitched. The preceding roll shall overlap the following roll in the direction the material is being spread or shall be stitched. When the fabric is joined by stitching, it shall be stitched with yarn of a contrasting color. The size and composition of the yarn shall be as recommended by the fabric manufacturer. The stitches shall number 5 to 7 per inch of seam.

E. Within 24 hours after the filter fabric has been placed, the rock shall be

placed. F. Should the fabric be damaged during placing, the torn or punctured section

shall be repaired by placing a piece of fabric that is large enough to cover the damaged area and to meet the overlap requirement.

G. Damage to the fabric resulting from the Contractor’s vehicles, equipment, or

operations shall be repaired by the Contractor at the Contractor’s expense.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Riprap MARCH 2020 02273 - 1

SECTION 02273 RIPRAP

PART 1 – GENERAL 1.1 DESCRIPTION

A. The Contractor shall furnish and install riprap, compacted embankment or other

fill material, excavation and disposal of excess waste material, in accordance with the requirements of the Contract Documents. Existing riprap shall be removed from the pond slopes and bottom and stockpiled for reinstallation in areas of pipe replacement or slope repair in accordance with the requirements of the Contract Documents. Reinstallation shall be as specified herein.

1.2 CONTRACTOR SUBMITTALS

A. Testing certificates from a qualified testing laboratory shall be submitted prior

to acceptance of the rock source to verify the conformity to the requirements of the Contract Documents. The submittal shall conform to the requirements of Section 01330 – Submittal Procedures.

1.3 PAYMENT

A. Payment for all work to be done under this section will be considered as included

in the bid item to which this work relates. No other compensation will be allowed by the City.

PART 2 – PRODUCTS 2.1 STONE FOR RIPRAP

A. The class of rock utilized shall be as shown on the Drawings (Riprap Backing No

3) in accordance with Section 72-2 of the Caltrans Standard Specifications. Compliance with the percentage limit listed above for all rock masses of the individual pieces shall be determined by the ratio of the number of individual pieces larger than the specified rock mass compared to the total number of individual pieces larger than the smallest rock mass shown on the Drawings. The stones shall be graded in size to produce a reasonably dense mass. Riprap shall consist of dense, natural rock fragments. Stone shall be resistant to weathering and to water action; free from overburden, spoil, shale and organic material; and shall meet the gradation requirements specified. Shale and stone with shale seams are not acceptable.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Riprap MARCH 2020 02273 - 2

B. Control of gradation shall be by visual inspection. The Contractor shall provide a sample of the specified riprap gradation of at least 5 tons or 10 percent of the total riprap weight, whichever is less. The sample at the construction site may be a part of the finished riprap covering. This sample shall be used as a frequent reference for judging the gradation of riprap supplied. Any difference of opinion between the Owner and the Contractor shall be resolved by dumping and checking the gradation of two random truckloads of stone. Mechanical equipment, a sorting site, and labor needed in checking gradation shall be provided by a third party agreed upon by the Owner by the Contractor at no additional cost.

C. The acceptability of the stone shall be determined by the Owner prior to

construction. D. Grout for grouted riprap shall be Class 3 concrete as specified in Section 72-

5.02 of the Caltrans Standard Specifications

PART 3 – EXECUTION 3.1 SURFACE PREPARATION

A. Surfaces to receive riprap shall be smooth and firm, free of brush, trees, stumps

and other objectionable material, and shall be brought to the line and grade shown on the Drawings.

B. Filter fabric shall be placed as an alternative on the subgrade to receive the riprap

where specified embankment type B material is not available, overlapped a minimum of 2 feet at all longitudinal and transverse joints. Upstream sheets shall overlap downstream sheets. For slope placement, each strip shall overlap the next downhill strip. The fabric shall be anchored using key trenches or aprons at the crest and toe of the slope. Pins may be used in securing the filter fabric during installation. In no instance shall the filter fabric be left exposed longer than 7 calendar days.

3.2 PLACEMENT OF RIPRAP

A. Placement of riprap shall be in accordance with Section 72 of the Caltrans

Standard Specifications, Method B. 3.2 GROUTING OF RIPRAP

A. Riprap shall be grouted where indicated at ramps and spillways in accordance

with Section 72-5.04 of the Caltrans Standard Specifications.

END OF SECTION

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Concrete MARCH 2020 03301 - 3

SECTION 02401 SEWER PIPE

PART 1 – GENERAL 1.1 DESCRIPTION

Furnishing and installing Sewer Pipe and appurtenances shall be in accordance with the Plans, these Special Provisions and the Standard Specifications. 1.2 MEASUREMENT For purposes of obtaining length of pipe for payment, the pipe shall be measured along the surface to the nearest foot to the centerline of manholes, branches or wyes. 1.3 PAYMENT

The price paid per lineal foot of sewer pipe or force main shall include full compensation for furnishing all labor, materials, tools, and equipment, and doing all the work involved in furnishing and installing the pipe complete in place including connections to manholes, wyes as shown on the plans or required in the Specifications. PART 2 – PRODUCTS 2.1 SEWER PIPE

Sewer pipe to be furnished shall be as designated on the plans, and as specified herein. If not so designated on the plans, it may be either of the below-specified types:

A. Ductile Iron Pipe (DIP). The pipe shall be thickness Class 51 for non-pressure

pipe and thickness class 53 for pressure pipe minimum and conform to the requirements of AWWA C151 for ductile iron pipe. The fittings shall conform to AWWA C110 for flanged fittings and C111 or C153 for mechanical or push on joint fittings. All ductile iron pipe for sewer gravity mains and sewer services shall be either ceramic epoxy lined, similar to Protecto 401TM, or fusion bonded epoxy lined and coated.

B. Polyvinyl Chloride Pipe (PVC). The pipe shall be Dimension Ratio (DR) DR25 wall thickness and conform to the requirements of AWWA C905 for PVC pipe. The fittings shall conform to AWWA C110 for flanged fittings and C111 or C153 for mechanical or push on joint fittings.

C. High-Density Polyethylene Pipe (HDPE). The pipe shall be Dimension Ratio (DR)

DR21 wall thickness and conform to the requirements of AWWA C906 for fusion welded HDPE pipe. The fittings shall be fusion welded or conform to AWWA C110 for flanged fittings.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Concrete MARCH 2020 03301 - 4

PART 3 – EXECUTION

3.1 INSTALLATION OF SANITARY SEWER

A. The pipe shall be laid in a trench excavated to the lines and grades established by

the Engineer. The bottom of the trench shall be graded and prepared to provide a firm and uniform bearing throughout the entire length of the pipe.

B. Bedding of the pipe shall be in accordance with Section 02203 “Trenching” of these Special Provisions.

C. The trench shall be backfilled to a point twelve inches (12”) above the top of the pipe using three-quarter inch (3/4”) maximum crushed rock. The initial backfill shall be placed so as not to disturb or damage the pipe, and shall be brought up evenly on both sides. It shall be placed in layers not exceeding four inches (4”) in depth and hand tamped to the spring line of the pipe or placed to a depth sufficient to keep the pipe from floating. If C.D.F. is used for the balance of the backfill, the bedding and initial backfill shall be compacted prior to placement of C.D.F.

D. Trench backfill material placed above the initial backfill shall be as designated on the Plans in City Detail TR-1 and TR-2 and as specified herein.

3.2 TESTING AND CLEANING OF SEWER LINE

The sanitary sewers shall be tested between manholes or between manholes and cleanouts by one of the following methods. Tests for final acceptance shall be made after the line has been backfilled and subgrade compaction requirement has been obtained in the street section.

A. Water Pressure Test – Sewer lines shall be tested after installation by means of an internal hydrostatic head developed by plugging the lower end of the line at a manhole and filling the line with water. The line shall be tested in sections such that the head of any part will not be less than three feet (3’) above the top of the pipe. Loss of water, under the above conditions specified, shall not exceed one hundred (100) gallons per inch diameter of pipe per thousand feet (1000’) of pipe per day. Should the loss exceed this figure, the Contractor shall make such repairs as necessary to reduce the loss to the acceptable figure.

B. Gravity Sewer Air Test – The sewer shall be effectively plugged and an air compressor shall be used to obtain a pressure of 4 psi in the section of line being tested. The pressure in the pipe shall be allowed to fall from 3.5 to 2.5 psi and the time interval shall be recorded in minutes. If the time interval is less than that calculated in the following formula, the Contractor shall make the necessary corrections to reduce the leakage to required limits. Time Interval (Minutes) = Main Line Pipe Diameter (Inches) 2

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Concrete MARCH 2020 03301 - 5

The maximum reach to be tested shall be the reach between two consecutive manholes. The Contractor shall supply the compressor, plugs, and necessary piping.

C. Acceptance - Before the sewer lines are accepted, they shall be cleaned and/or flushed, and all foreign matter shall be removed to the satisfaction of the Engineer. Suitable traps shall be placed in the manholes during cleaning to intercept large material. Such material shall be removed from the line.

After pressure testing has been completed, all gravity sewer mains shall be cleaned and televised before permanent paving is applied. Televising of the sewer mains shall be done in conformance with the standard of the industry. At a minimum, the display shall be in color, a written log shall be maintained, text shall appear on the display to indicate location of run, a narrative shall be given indicating location and any deficiencies, and the invert of the pipe shall always be positioned on the bottom of the display. Any deficiencies in the construction shall be corrected and the line shall be televised again.

END OF SECTION

SECTION 03301 CONCRETE

PART 1 – GENERAL 1.1 DESCRIPTION

A. Furnish and place all concrete required by this project including grading, installing, and

removing of forms, furnishing and installing of reinforcement and the curing and protection of the placed concrete all in accordance with Section 90-10, “Minor Concrete” of the Caltrans Standard Specifications except as modified herein.

1.2 CONTRACTOR SUBMITTALS

A. The Contractor shall submit concrete mix in accordance with the requirements of

Section 01330 – Submittal Procedures. 1.3 PAYMENT

A. Payment for all work to be done under this section will be considered as included in the bid

item to which this work relates. No other compensation will be allowed by the City.

PART 2 – PRODUCTS 2.1 CONCRETE MIX

A. Aggregate shall be well graded and 1-inch maximum size.

B. The concrete shall contain at least 564 pounds of Type II cement per cubic yard of

concrete mix. C. The penetration, as determined by California Test Method No. 533, shall be less than 2

inches (2-inches penetration equivalent to 4-inch slump). 2.2 FORMS

A. Forms shall be construction grade dimensioned lumber or exterior grade plywood.

B. Form release agent, if used, shall leave concrete free from stain, oil, grease, or other

deleterious material.

2.3 REINFORCING

A. Bars shall be deformed billet-steel bars of the size shown on the project plans and shall conform to ASTM A615-80, grade 60, free from all non- metallic coatings. Rust and mill scale are acceptable provided minimum dimensions meet specifications, and bonding is not affected.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Concrete MARCH 2020 03301 - 2

B. Bends: The diameter of bends shall be 6 times the bar diameter for #3 through #8 bars and 8 times the bar diameter for #9, #10, and #11 bars.

C. Splice Wire: Shall be 16-gauge annealed steel wire.

D. Welded Wire Mesh: Shall be electrically welded wire fabric conforming to ASTM A185,

sized as shown on the drawings. E. Conform to Section 52 of the CalTrans Standard Specifications.

PART 3 – EXECUTION 3.1 CONSTRUCTING FORMS

A. Construct forms to exact shapes, lines, and dimensions required to obtain accurate

alignment, location, and grades of the finished concrete. Make joints tight to prevent loss of mortar from concrete. Secure all forms and joints such that required lines, grades, and elevations shall remain true and accurate during the placement of concrete.

B. Reuse of forms will be permitted if they are suitable for intended use after cleaning and

approved by the Owner. 3.2 PLACING REINFORCEMENT

A. Before concrete is placed, reinforcement shall be cleaned to remove loose rust, mill scale,

flaking, grease, oil, paint, clay, or other coatings which would reduce or destroy bonding. B. Install reinforcing in accordance with Section 52 of the CalTrans Standard Specifications,

such that planned clearances and coverage are met. C. Rebar or wire mesh shall not come in contact with the ground, use dobbies, spiders,

or chairs as required.

3.3 PLACING CONCRETE

A. The Owner shall be notified 2 working days in advance of placing concrete. All forming, reinforcement, and expansion joint placement shall be approved by the Owner prior to placing concrete.

B. Before placing concrete, remove wood, rubbish, vegetable matter, and loose materials from

inside forms. Thoroughly moisten forms and grades to receive concrete cover. C. Place concrete immediately after mixing, never after it has begun to set; tempering is not

allowed.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Concrete MARCH 2020 03301 - 3

D. If chuting is used, avoid segregation. E. Concrete at time of placing shall be a temperature of 50 degrees F to 90 degrees F.

F. Concrete shall not be placed if air temperature is below 32 degrees F, or if temperature is

anticipated to fall to 32 degrees F within 24 hours of placing. G. Slabs shall be placed full thickness to finish elevation and level to screeds set at

approximately 6-feet 0-inches centers. Where slope or pitch is indicated, set screed accurately to grades to insure proper drainage.

3.4 CONSOLIDATING CONCRETE

A. Thoroughly consolidate concrete within 15 minutes after placing. Use Owner approved

mechanical vibrators for structural concrete such as slabs or foundations. B. Work concrete thoroughly into all corners of forms and around and under reinforcement

such that no voids remain. 3.5 FINISH

A. Float and steel trowel all slabs monolithically to smooth but non-slip finish. Surface

tolerance shall not exceed 1/8 inch in 10 feet from true flat plane. When required, provide slope for positive drainage without water holding areas. Application of cement dust coat is prohibited. Accomplish cement finishing in continuous operation until completed.

B. After final troweling, apply broom finish by drawing a fine, stiff hair broom across

direction of traffic. 3.6 CURING

A. A wax based clear or translucent curing compound shall be applied with a sprayer. Application shall be 150 square feet per gallon. The curing compound shall be applied to the concrete immediately following the brooming operation. The curing compound shall conform to AASHTO Designation - M148.

B. In lieu of a wax-based clear or translucent curing compound, the concrete may be kept

continuously wet by the application of water for a minimum period of 7 days after the concrete has been placed. Wet cotton mats, rugs, carpets, or earth or sand blankets may be used as a curing medium to retain the moisture during the curing period.

END OF SECTION

City of Yuba City Proposal 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 1 of 6 Contract No. 20-05

PROPOSAL TO THE DEPARTMENT OF PUBLIC WORKS CITY OF YUBA CITY

NAME OF BIDDER: TITLE: SIGNATURE OF BIDDER: COMPANY NAME: CONTRACTOR LICENSE NO. CLASSIFICATION BUSINESS ADDRESS: TELEPHONE NO.: AREA CODE ( ) PLACE OF RESIDENCE: The work to be done and referred to herein is in Yuba City, State of California, and shall be constructed in accordance with the Special Provisions (including the payment of not less than the minimum wage rates set forth therein) and the contract annexed hereto and also in accordance with the Standard Plans dated 2014, the Standard Specifications dated 2015, the wage rates of the General Prevailing Wage Rates of the Department of Transportation, and the equipment rental rate and labor surcharge portions of the publication entitled “Labor Surcharges and Equipment Rental Rates.” The work to be done in accordance with the Special Provisions entitled:

2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Bids are submitted for the entire work. The amount of the bid, for comparison purposes, will be the total of all items. The total of unit basis items will be determined by extension of the item price on the basis of the estimated quantity set forth for the item. The bidder shall set for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the “Total” column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In case of discrepancy between the item price and the total set forth for the item, the item price shall prevail; provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause or is omitted, or in the case of unit basis items is the same

City of Yuba City Proposal 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 2 of 6 Contract No. 20-05

amount as the entry in the “Total” column, then the amount set forth in the “Total” column for the item shall prevail in accordance with the following: 1. As to lump sum items, the amount set forth in the “Total” column shall be the item price. 2. As to unit basis items, the amount set forth in the “Total” column shall be divided by the

estimated quantity for the item and the price thus obtained shall be the item price. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the sums to be determined as aforesaid with surety satisfaction to the City of Yuba City, within fifteen (15) days, not including Sundays and legal holidays, after the bidder has received notice from the Director of Public Works that the contract has been awarded, the City of Yuba City may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Yuba City. The undersigned, as bidder, declares that he/she has received Addendum Nos. ____, ____, ____, ____, ____, ____, ____. The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation, and in submitting this proposal the undersigned bidder agrees that if it is determined that he is the successful bidder, he will execute the attached non-collusion affidavit, that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to, and he proposes and agrees, if this proposal is accepted, that he will contract with the City of Yuba City in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, to wit:

2017 STORM DAMAGE - EFFLUENT POND REPAIRS CONTRACT 20-05

City of Yuba City Proposal 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 3 of 6 Contract No. 20-05

Item No. Item Description Estimated Quantity

Unit Unit Price

($/Unit) Amount

($)

Bid Schedule A (Pond Repairs)

1 Mobilization/Demobilization 1 LS

2

Regrading (Berm Gravel Roads): The work in this bid item includes but is not limited to scarifying, recompacting, and grading of all the berm roadways for the repair of damaged areas and placement of new Aggregate Base.

200,000 SF

3

Class 2 Aggregate Base (Berm Gravel Roads): The work in this bid item includes but is not limited to the placement of new of aggregate base to bring the access road to original grade and provide a minimum of 6 inches of Aggregate Base.

5,500 TON

4

Slope Restoration (Ponds 3-6): The work in this bid item includes but is not limited to, embankment slope excavation, scarifying/recompacting and reshaping berm slopes as shown on the plans for placement of Rip Rap.

300,000 SF

5

Grading - Ponds: The work in this bid item includes but is not limited to, grading, stockpiling, fill and off hauling excess material, and compaction of pond bottoms as shown and specified.

130 AC

6 Deep Ripping and Discing:

The work in this bid item includes but is not limited to the scarification and two-directional Discing of the pond bottoms after grading of ponds

130 AC

7 Pond Staff Gauge:

The work in this bid item includes but is not limited to the removal and replacement of the staff gauges in the pond slope.

6 EA

Total Bid Schedule A =

Bid Schedule B (Pond Slope Hazard Mitigation)

1 Mobilization/Demobilization 1 LS

2

Slope Riprap: The work in this bid item includes but is not limited to, preparing the slope to install riprap, then installing Backing No. 3 riprap necessary to meet the details shown on the plans.

10,220 Ton

3

Riprap Grouting for Access Ramp: The work in the bid item includes but is not limited to the sloping and grouting the Riprap at the designated locations for access to the ponds.

4 EA

4 Spillway Additional Riprap:

The work in the bid item includes but is not limited to, furnishing additional riprap Class Backing No. 3 at existing spillways

1,200 Ton

Total Bid Schedule B =

City of Yuba City Proposal 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 4 of 6 Contract No. 20-05

Item No. Item Description Estimated Quantity

Unit Unit Price

($/Unit) Amount

($)

Bid Add Alternate Schedule C (Pond Distribution Piping Repairs)

1 Mobilization/Demobilization 1 LS

2 Pipe Removal Bottom of Pond: The work in this bid item includes but is not limited to the removal and salvaging of the existing 24" PVC distribution pipe.

465 LF

3 Pipe Removal Bottom of Pond: The work in this bid item includes but is not limited to the removal and legal disposal of the existing 24" Techite distribution pipe.

2,500 LF

4

New Pipe Outlet Structure: The work in this bid item includes but is not limited to the placement of a 4' x 4' Box Outlet with a 4' x 6" thick minor concrete apron with an additional by a 5' riprap apron.

6 EA

5

30" Pipe Removal in Slope, Trench Restoration and Rock Slope Protection (Pond 1 & 2): The work in this bid item includes but is not limited to the removal and legal disposal of the existing 30" Techite distribution pipe, removing, protecting, and replacing of existing Rip Rap.

1,020 LF

6

Replace 30" Pipe: The work in the bid item includes but is not limited to the installation of new 30" Sewer Distribution Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) from distribution boxes 1 to 2.

1,020 LF

7

24" 'Pipe Removal in Slope, and Trench Restoration (Ponds 3-6): The work in this bid item includes but is not limited to the removal and legal disposal of the existing 24" Techite distribution pipe.

3,060 LF

8

Replace 24" Pipe: The work in the bid item includes but is not limited to the installation of new 24" Sewer Distribution Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) from distribution boxes 3 to 6, and to the new outfall structures from boxes 2 to 6.

3,060 LF

Total Bid Add Alternate Schedule C =

City of Yuba City Proposal 2017 STORM DAMAGE - EFFLUENT POND REPAIRS Page 5 of 6 Contract No. 20-05

Item No. Item Description Estimated Quantity

Unit Unit Price

($/Unit) Amount

($)

Bid Add Alternate Schedule D (Pond Distribution Box Slide Gate Replacement)

1 Mobilization/Demobilization 1 LS

2

New 30"Distribution Box Slide Gates: The work in the bid item includes but is not limited to the removal of existing and installation of new Waterman SS-250 or equal in the pond distribution box.

2 EA

3

New 24"Distribution Box Slide Gates: The work in the bid item includes but is not limited to the removal of existing and installation of new Waterman SS-250 or equal in the pond distribution box.

8 EA

Total Bid Add Alternate Schedule D =

Bid Add Alternate Schedule E (Pond Drain Lines)

1 Mobilization/Demobilization 1 LS

2

New Pipe: The work in the bid item includes but is not limited to the installation of new 12" Sewer Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) across the pond interior berms between ponds 1 to 6.

325 LF

3

New Gate Valves: The work in the bid item includes but is not limited to the installation of new 12" H-30 Waterman Line Gate or equivalent with a Yuba City Standard gate valve box in the new 12" Pipe.

5 EA

Total Bid Add Alternate Schedule E =

Total Contract Items (A-B) =

Total Contract Items with All Alternatives (A-E) =

CITY OF YUBA CITY

DEPARTMENT OF PUBLIC WORKS

BIDDER’S BOND

2017 STORM DAMAGE - EFFLUENT POND REPAIRS CONTRACT NO. 20-05

We, __________________________, as Principal, and _________________________, as

Surety, are bound unto the City of Yuba City, Department of Public Works, hereafter referred to as “Obligee,” in the penal sum of ten percent (10%) of the total amount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which sum we bind ourselves jointly and severally.

THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:

WHEREAS, the Principal is submitting a bid to the Obligee for 2017 STORM DAMAGE - EFFLUENT POND REPAIRS for which bids are to be opened at Yuba City, California, on _______________________________.

NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner required under the Notice to Contractors, Special Provisions, Proposals, and Contract for this work, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in accordance with the bid, and files two bonds with the Obligee, one to guarantee faithful performance of the contract and the other to guarantee payment for labor and materials is provided by law, then this obligation shall be null and void; otherwise, it shall remain in full force.

In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by Obligee in such suit, including a reasonable attorney’s fee to be fixed by the court. Dated: _______________________, 2020 By: By:

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Experience and Qualifications MARCH 2020 2007

EXPERIENCE AND QUALIFICATIONS

1. GENERAL This form is to be completed and submitted by the Bidder with the Bid Form. Bidders are not to attach their own form to the Bid Form.

The City will check project references listed. It is very important that the Bidder verify that all contact information is current for each name listed below.

Failure of the Bidder to meet the pre-requisite Company and Project Manager experience will be grounds for the City to determine the Bidder as non-responsible and ineligible for contract award.

2. COMPANY EXPERIENCE

The Bidder has been engaged in the contracting business, under the present business name for years and has experience in work of a nature similar to that covered in the bid extends over a period of years (must show at least 10 years of experience in United States).

The Bidder, as a Contractor, has never failed to satisfactorily complete a contract awarded to him, except as follows:

For the City to consider the Bidder properly experienced in work of similar nature to this project, the Bidder must list at least $6 Million in construction volume on no more than eight (8) projects completed since January 1, 2015 of the following type of project:

1. General earthwork and embankment were part of the Contractor’s contract

The Bidder can include earthwork and embankment project(s) currently under construction, but only the total amount paid by the Owner(s) as of March 31, 2020 on uncompleted project(s) can be included in this summation of construction volume. The Bidder is allowed to list up to a maximum of six projects of the types listed above, that combined, will add up to at least $6 Million in completed volume of work. Any projects listed below which are not a general earthwork or embankment project as defined above will not be considered by the City in meeting this pre-requisite experience requirement.

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Experience and Qualifications MARCH 2020 2007

If the Bidder is a Joint Venture of two or more companies, each participant in the Joint Venture shall meet this prior experience requirement and provide project information for each Joint Venture participant in the format found below.

Project #1 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Project #2 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Experience and Qualifications MARCH 2020 2007

Date of Substantial Completion:

Project #3 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Project #4 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Experience and Qualifications MARCH 2020 2007

Project #5 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Project #6 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Experience and Qualifications MARCH 2020 2007

Project #7 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Project #8 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Experience and Qualifications MARCH 2020 2007

Total Construction Volume of listed Project(s) above: $

3. PROJECT MANAGER EXPERIENCE The Bidder shall name below the Project Manager who will be assigned to this project and submit past related earthwork or roadway project experience of this person which must include successfully completing at least an $1,000,000 earthwork and roadway projects in the united states where this person held the role of Project Manager. The demonstrated experience of the Project Manager must have been within the last five years January, 2015 to March 31, 2020). This Project Manager must be assigned to the Project site full-time during Construction.

Name of Project Manager:

Number of Years of Total Construction experience as a Project Manager of Earthwork and Roadway: years

Number of Years as a Project Manager for your Company: years

List Three Related Projects (as defined above) below where the individuals named above held the position of Project Manager. One of the projects must have a contract value of at least $1,000,000.

Project #1 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Yuba City 2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Experience and Qualifications MARCH 2020 2007

Project #2 Name: Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

Project #3 Name:

Owner:

Construction Cost: $

Construction Time: Calendar Days Owner’s Representative:

Owner’s Representative Telephone No.:

Architect/Engineer:

Architect/Engineer’s Telephone No.:

On-Site Construction Manager:

On-Site Construction Manager’s Telephone No.:

Date of Substantial Completion:

THE BIDDER’S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL.

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION

The bidder __________________________________________, proposed subcontractor ____________________________________, hereby certifies that he has ___ has not ___, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President’s Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor [41 CFR 60-1.7(b)(1)], and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.)

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.

Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE

In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire:

Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation?

Yes _______ No _______

If the answer is yes, explain the circumstances in the following space:

PUBLIC CONTRACT CODE SECTION 10232 STATEMENT

In accordance with Public Contract Code Section 10232, the Contractor hereby states, under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two (2) year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board.

PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT

In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares, under penalty of perjury under the laws of the State of California, that the bidder has ___ has not ___ been convicted within the preceding three (3) years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any State or Federal Antitrust Law in connection with the bidding upon, award of or performance of any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term “bidder” is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after “has” or “has not” in one of the blank spaces provided.

NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

_________________________________, being first duly sworn, deposes and says that he/she is _________________________ of __________________________________, the party making the foregoing bid, that the bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or 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/her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

CERTIFICATION

(LABOR CODE SECTION 1861) STATE OF CALIFORNIA ) ) SS COUNTY OF SUTTER )

I, the undersigned, do hereby certify:

That I am aware of the provisions of Section 3700 of the Labor Code of the State of California, which

requires every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance

in accordance with the provisions of that Code, and I will comply with such provisions before commencing the

performance of the work of this Contract.

Executed at On (Date)

I CERTIFY under the penalty of perjury that the foregoing is true and correct. Signature of Contractor-Employer

DEBARMENT AND SUSPENSION CERTIFICATION

TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, and manager:

Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency;

Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years;

Does not have a proposed debarment pending; and Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent

jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space.

Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute

signature of this Certification.

Following is the name and location of the mill, shop, or office of each subcontractor who will perform work or labor or render services to the above-signed bidder. Failure of the bidder to specify a subcontractor for any portion of the work to be performed under the contract constitutes an agreement by the bidder to perform that portion of the work himself. LABOR OR SERVICES NAME AND ADDRESS TO BE PERFORMED SUBCONTRACTOR OF SUBCONTRACTOR AND VALUE THEREOF LICENSE # CLASS (1) $ (2) $ (3) $ (4) $ (5) $ (6) $ (7) $ (8) $ IF ADDITIONAL SPACE IS REQUIRED, PLEASE CONTINUE ON BACK OF THIS PAGE.

THIS LIST MUST BE SUBMITTED WITH BID PROPOSAL.

PROPOSAL CERTIFICATION

Accompanying this proposal is a certified or cashier’s check, or bidder’s bond, in the

amount of ten percent (10%) of the total bid price, executed by an admitted surety insurer made payable to the City of Yuba City for an amount equal to at least ten percent (10%) of the bid amount.

State if bidder is an individual, corporation, or partnership. If bidder is a corporation, state legal name of the corporation, state of incorporation, and the name of the president, secretary, and treasurer. If the bidder is a partnership, list the names of all the partners. By my signature on this proposal, I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232, and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2, of the California Administrative Code). By my signature on this proposal, I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required by Title 23 United States Code, Section 112, and Public Contract Code Section 7106, and the Title 49 Code of Federal Regulations, Part 29, Debarment and Suspension Certification, are true and correct. Date: Signature: Name of Bidder: Title:

Corporate Seal

CITY OF YUBA CITY

DEPARTMENT OF PUBLIC WORKS

CONTRACT AGREEMENT

2017 STORM DAMAGE - EFFLUENT POND REPAIRS

CONTRACT NO. 20-05

THIS AGREEMENT, made and concluded this ____ day of _________________ 2020, between the City of Yuba City, party of the first part, and ________________, Contractor, party of the second part.

ARTICLE I. – WITNESSETH, that for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the said party of the first part under the conditions expressed in the two bonds bearing even date with these presents and hereunto annexed, the said party of the second part agrees with the said party of the first part, at his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said party of the first part, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the Department of Public Works, construction on various roads, all in accordance with the Special Provisions hereto annexed and also in accordance with the Standard Specifications of the State of California Department of Transportation dated May 2015, the Standard Plans dated May 2015, the “Labor Surcharge” and “Equipment Rental Rates” in effect on the date the work is accomplished, and the “General Prevailing Wage Rates” of the State of California Department of Transportation, which said Special Provisions, Standard Plans, Standard Specifications are hereby specially referred to and by such reference made a part hereof. The Special Provisions and the project plans for the work to be done are entitled:

2017 STORM DAMAGE - EFFLUENT POND REPAIRS

Which are hereby made part of this contract.

ARTICLE II. – The said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of Yuba City and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications and the requirements of the Engineer under them, to wit.

ARTICLE III. – The said party of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices hereinafter set forth, and hereby contracts to pay the same at the time, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE IV. – By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE V. – It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VI. – The City of Yuba City hereby employs Contractor to provide material and to do the work according to the terms and conditions herein contained and referred to for the following prices to be paid at the time, in the manner and upon the conditions hereinafter set forth. ARTICLE VII. – The improvement contemplated in the performance of this contract is an improvement over which the City of Yuba City shall exercise general supervision. ARTICLE VIII. – The statement of prevailing wages appearing in the General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. It is further expressly agreed, by and between the terms of this instrument and the bid or proposal of said Contractor, that this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith.

2017 STORM DAMAGE - EFFLUENT POND REPAIRS

CONTRACT NO. 20-05

Item No. Item Description Estimated Quantity

Unit Unit Price

($/Unit) Amount

($)

Bid Schedule A (Pond Repairs)

1 Mobilization/Demobilization 1 LS

2

Regrading (Berm Gravel Roads): The work in this bid item includes but is not limited to scarifying, recompacting, and grading of all the berm roadways for the repair of damaged areas and placement of new Aggregate Base.

200,000 SF

3

Class 2 Aggregate Base (Berm Gravel Roads): The work in this bid item includes but is not limited to the placement of new of aggregate base to bring the access road to original grade and provide a minimum of 6 inches of Aggregate Base.

5,500 TON

4

Slope Restoration (Ponds 3-6): The work in this bid item includes but is not limited to, embankment slope excavation, scarifying/recompacting and reshaping berm slopes as shown on the plans for placement of Rip Rap.

300,000 SF

5

Grading - Ponds: The work in this bid item includes but is not limited to, grading, stockpiling, fill and off hauling excess material, and compaction of pond bottoms as shown and specified.

130 AC

6

Deep Ripping and Discing: The work in this bid item includes but is not limited to the scarification and two-directional Discing of the pond bottoms after grading of ponds

130 AC

7 Pond Staff Gauge:

The work in this bid item includes but is not limited to the removal and replacement of the staff gauges in the pond slope.

6 EA

Total Bid Schedule A =

Bid Schedule B (Pond Slope Hazard Mitigation)

1 Mobilization/Demobilization 1 LS

2

Slope Riprap: The work in this bid item includes but is not limited to, preparing the slope to install riprap, then installing Backing No. 3 riprap necessary to meet the details shown on the plans.

10,220 Ton

3

Riprap Grouting for Access Ramp: The work in the bid item includes but is not limited to the sloping and grouting the Riprap at the designated locations for access to the ponds.

4 EA

4 Spillway Additional Riprap:

The work in the bid item includes but is not limited to, furnishing additional riprap Class Backing No. 3 at existing spillways

1,200 Ton

Total Bid Schedule B =

Item No. Item Description Estimated Quantity

Unit Unit Price

($/Unit) Amount

($)

Bid Add Alternate Schedule C (Pond Distribution Piping Repairs)

1 Mobilization/Demobilization 1 LS

2 Pipe Removal Bottom of Pond:

The work in this bid item includes but is not limited to the removal and salvaging of the existing 24" PVC distribution pipe.

465 LF

3 Pipe Removal Bottom of Pond:

The work in this bid item includes but is not limited to the removal and legal disposal of the existing 24" Techite distribution pipe.

2,500 LF

4

New Pipe Outlet Structure: The work in this bid item includes but is not limited to the placement of a 4' x 4' Box Outlet with a 4' x 6" thick minor concrete apron with an additional by a 5' riprap apron.

6 EA

5

30" Pipe Removal in Slope, Trench Restoration and Rock Slope Protection (Pond 1 & 2): The work in this bid item includes but is not limited to the removal and legal disposal of the existing 30" Techite distribution pipe, removing, protecting, and replacing of existing Rip Rap.

1,020 LF

6

Replace 30" Pipe: The work in the bid item includes but is not limited to the installation of new 30" Sewer Distribution Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) from distribution boxes 1 to 2.

1,020 LF

7

24" 'Pipe Removal in Slope, and Trench Restoration (Ponds 3-6): The work in this bid item includes but is not limited to the removal and legal disposal of the existing 24" Techite distribution pipe.

3,060 LF

8

Replace 24" Pipe: The work in the bid item includes but is not limited to the installation of new 24" Sewer Distribution Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) from distribution boxes 3 to 6, and to the new outfall structures from boxes 2 to 6.

3,435 LF

Total Bid Add Alternate Schedule C =

Item No. Item Description Estimated Quantity

Unit Unit Price

($/Unit) Amount

($)

Bid Add Alternate Schedule D (Pond Distribution Box Slide Gate Replacement)

1 Mobilization/Demobilization 1 LS

2

New 30"Distribution Box Slide Gates: The work in the bid item includes but is not limited to the removal of existing and installation of new Waterman SS-250 or equal in the pond distribution box.

2 EA

3

New 24"Distribution Box Slide Gates: The work in the bid item includes but is not limited to the removal of existing and installation of new Waterman SS-250 or equal in the pond distribution box.

8 EA

Total Bid Add Alternate Schedule D =

Bid Add Alternate Schedule E (Pond Drain Lines)

1 Mobilization/Demobilization 1 LS

2

New Pipe: The work in the bid item includes but is not limited to the installation of new 12" Sewer Pipe (Class 51 Ductile Iron, DR25 AWWA C905 PVC, or DR21 AWWA C906 fusion welded HDPE) across the pond interior berms between ponds 1 to 6.

325 LF

3

New Gate Valves: The work in the bid item includes but is not limited to the installation of new 12" H-30 Waterman Line Gate or equivalent with a Yuba City Standard gate valve box in the new 12" Pipe.

5 EA

Total Bid Add Alternate Schedule E =

Total Contract Items (A-B) =

Total Contract Items with All Alternatives (A-E) =

Approved as to form: City Attorney City of Yuba City CITY OF YUBA CITY Diana Langley Interim City Manager Date CONTRACTOR Company Name By and Title (signature) Date By and Title (printed) Address Telephone Number

CITY OF YUBA CITY DEPARTMENT OF PUBLIC WORKS

BOND OF FAITHFUL PERFORMANCE

2017 STORM DAMAGE - EFFLUENT POND REPAIRS CONTRACT NO. 20-05

KNOW ALL MEN BY THESE PRESENTS, THAT WE, ________________________,

the Contractor in the contract hereto annexed, as principal, and ______________________, as surety, are held and firmly bound unto the City of Yuba City in the sum of _______________________________________________ ($________________) lawful money of the United Stated, for which payments, well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents.

Signed, sealed and dated ________________________________________.

The condition of the above obligation is that if said principal, as Contractor in the contract hereto annexed, shall faithfully perform each and all of the conditions of said contract to be performed by him, and shall furnish all tools, equipment, apparatus, facilities, transportation, labor and material, other than material, if any, agreed to be furnished by the City, necessary to perform and complete, and to perform and complete in a good workmanlike manner, the work of 2017 STORM DAMAGE - EFFLUENT POND REPAIRS, in strict conformity with the terms and conditions set forth in the contract hereto annexed, then this obligation shall be null and void, otherwise to remain in full force and effect, and that said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same, shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications.

Surety further agrees, in case suit is brought upon this bond, that it will pay, in addition to the basic obligation herein, a reasonable attorney’s fee to be awarded and fixed by the Court and to be taxed as costs and to be included in the judgment therein rendered. Contractor Surety Approved as to form: City Attorney City of Yuba City

CITY OF YUBA CITY DEPARTMENT OF PUBLIC WORKS

PAYMENT BOND (Section 9550, Civil Code)

2017 STORM DAMAGE - EFFLUENT POND REPAIRS

CONTRACT NO. 20-05

WHEREAS, the City of Yuba City, Department of Public Works, hereafter referred to as “Obligee,” has awarded to Contractor, _________________________, hereinafter referred to as

“Principal,” a contract for the work described as follows:

2017 STORM DAMAGE - EFFLUENT POND REPAIRS . AND, WHEREAS, said Principal is required to furnish a bond in connection with said

contract, to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law.

NOW, THEREFORE, we the undersigned Principal and Surety are bound unto the Obligee in the sum of ______________________________________________($___________) for which payment we bind ourselves, jointly and severally. THE CONDITION OF THIS OBLIGATION IS SUCH

That if said Principal or its subcontractors shall fail to pay any of the persons named in Civil Code Section 9100, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by such claimant, or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the Principal and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, that the surety herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the surety will pay a reasonable attorney’s fee to be fixed by the court.

This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 as to give a right of action to such persons or their assigns in any suit brought upon this bond. Dated: _______________________, 2020 By: Principal By: Attorney-in-Fact